Request for Proposal. New York House Road Bridge Replacement Project. Construction Phase Services FEDERAL AID (HBP FUNDED) PROJECT

Size: px
Start display at page:

Download "Request for Proposal. New York House Road Bridge Replacement Project. Construction Phase Services FEDERAL AID (HBP FUNDED) PROJECT"

Transcription

1 Request for Proposal New York House Road Bridge Replacement Project Construction Phase Services FEDERAL AID (HBP FUNDED) PROJECT County of Yuba Department of Public Works 8 th Street, Suite 125 Marysville, CA 95901

2 The County of Yuba is accepting proposals for construction phase civil engineering services for the New York House Road Bridge Replacement Project. The consultant will be providing a Structure Representative to support County staff on an oncall basis. The consultant shall provide construction phase services including but not limited to providing technical support, reviews, evaluations, inspections and recommendations of certain aspects of the bridge design that may be affected by changes encountered during the construction of the bridge. Project Description: Yuba County (County), the California Department of Transportation (Caltrans) and the Federal Highway Administration (FHWA), are proposing to construct a bridge replacement project in Yuba County during the upcoming construction season. It is anticipated that this project will be completed over the upcoming 2017 construction season. New York House Road Bridge Replacement Project The construction work in general consists of a bridge replacement project in Yuba County during the upcoming construction season. Below is a detailed project description. The existing bridge along New York House Road over Dry Creek (BRIDGE) is approximately 101' long and 24.6' wide. The bridge is a 3 span reinforced concrete slab on simple span steel railroad car beams. The superstructure is supported on reinforced concrete columns and seat type abutments. The channel of Dry Creek contains boulders, gravel and bedrock outcroppings. The most recent Bridge Inspection Report has the bridge listed as Structurally Deficient with a sufficiency rating of There are residential driveways located close to the western bridge approach and the eastern end of the bridge contains a sharp turn and steep embankments along the roadway. The bridge is located in a rural setting surrounded by residential lots. New York House Road is a narrow paved roadway. Copies of the project plans and bid quantities have been included with this RFP for your use in determining scope and costs for the project. The project is being constructed using federal aid funds. Exhibit 10-O2 Consultant Contract DBE Information must be provided for by the winning proposer at the conclusion of cost negotiations. Additionally, the Consultant s attention is directed to Exhibit 10-I Notice to Proposers DBE Information included as an attachment. Yuba County will be staffing the Resident Engineer and Inspector positions. The consultant will be providing a Structure Representative to support County staff on an on-call basis. The consultant shall provide construction phase services including but not limited to providing

3 technical support, evaluations, inspections and recommendations of certain aspects of the bridge design that may be affected by changes encountered during the construction of the bridge. See the Scope of Work section for a list of services that may be needed for the project. The number of working days for this project is 95. The Proposal for Professional Services submitted in response to this Request for Proposal will be used as a basis for selecting the engineering consultant for these projects. The consultant s proposal will be evaluated and ranked according to the criteria provided in Appendix B Evaluation Criteria of this Request for Proposal. The consultant will provide two technical and one fee proposal for the project. Upon approval of the selected consultant by the County, a mutually acceptable price will be negotiated, a written Agreement will be prepared, executed by the consultant, and reviewed by the County for approval and execution. The Consultant will begin work immediately upon execution of the Agreement by the County. Two copies of the Proposal for Professional Services shall be submitted to Yuba County prior to 4:00 P.M. on April 6, Proposals shall be submitted in a sealed package clearly marked Proposal for New York House Road Bridge Replacement - Construction Phase Services and addressed as follows: Neil Retelsdorf Associate Civil Engineer Yuba County Department of Public Works th Street, Suite 125 Marysville, CA The Consultant s attention is directed to Appendix A, Proposal Requirements. Scope of Services The following is a list of tasks required to do this work. Consultants preparing a proposal should elaborate on these tasks, including their interrelationship, within their proposal. The consultant will be providing a Structure Representative to support County staff on an oncall basis. The consultant shall provide construction phase services including but not limited to providing technical support, evaluations, inspections and recommendations of certain aspects of the bridge design that may be affected by changes encountered during the construction of the bridge. Services shall be provided on a time and materials basis and at the request of the County in a mutually agreeable timeframe. These services may include, but not be limited to the following:

4 Review of Contract Change Orders Review of Contractor Submittals Review of Shop Plans and Drawings as requested including but not limited to any required shoring, column guying, joint seal or bridge rail submittals Review, and provide comment, of submitted Falsework Plans and Calculations Provide on-site technical support during foundation construction and critical concrete pours during superstructure construction The Construction Phase Services will be performed in accordance with Caltrans Bridge Design Specifications and other Caltrans Design and Construction Manuals as follows: Caltrans Bridge Construction Records and Procedures Caltrans Bridge Memo to Designers Caltrans Bridge Details Caltrans Bridge Design Aids Caltrans Bridge Design Practice Caltrans Falsework Manual Caltrans Trenching and Shoring Manual Caltrans Construction Manual Caltrans Foundation Manual Caltrans Bridge Deck Construction Manual Construction Phase Services shall include appropriate written recommendations and/or project documentation. The above is a partial list of tasks. It is the proposer s responsibility to expand upon this list and clearly define the tasks required to successfully complete the project. Consultant Selection Process After the period has closed for receipt of proposals, each proposal will be opened and examined to determine compliance with the requirements specified in the Request for Proposal (RFP). Any proposal that does not meet the format requirements will be eliminated from competition and returned to the consultant. The County may reject any proposal if it is conditional, incomplete, or contains irregularities. The County may waive an immaterial deviation in a proposal. Waiver of an immaterial deviation shall in no way modify the RFP documents or excuse the consultant from full compliance with the contract requirements if awarded the contract. This Request for Proposal does not commit the County to award a contract, to pay any costs incurred in the preparation of a proposal for this request, or to procure or contract for services. The County reserves the right to accept or reject any or all proposals received as a result of this request, to negotiate with any qualified firm, or to modify or cancel in part or in its entirety the Request for Proposal if it is in the best interest of the County to do so.

5 The selection panel will review each proposal that meets the format requirements. Panel members will individually evaluate each technical proposal in accordance with the evaluation criteria shown herein. The panel members will meet to tally and average scores for each proposal. The technical proposals will be ranked based on the average scores and the consultants will be notified in writing. The selection panel will prepare the final ranking based on the criteria contained herein. The County will then enter into negotiation with the top ranked consultant. If agreement is reached, the firm will be recommended for award subject to approval by the Board of Supervisors. If agreement cannot be reached with the top ranked firm, the County will close negotiations and may enter into negotiations with the second ranked firm. The final contract will need to be approved by County of Yuba s County Counsel and the authorized representative to sign the contract. A sample agreement has been attached to the RFP for your use as Appendix C. The Consultant will adhere to the provisions of this agreement. The Consultant will advise the County in the proposal of any provisions for which they have alternative wording or any provisions which they cannot accept. ADDITIONAL INFORMATION The County of Yuba is an equal opportunity employer (EOE) and Disadvantaged Business Enterprises (DBEs) are encouraged to participate. For additional proposal submittal or technical information, please contact Neil Retelsdorf at (530) Sincerely, Neil Retelsdorf Associate Civil Engineer ATTACHMENTS: Attachment(s) - Appendix A Proposal Requirements, Appendix B - Evaluation Criteria, Appendix C - Sample Agreement, LAPM Exhibit 10-I, Exhibit 10-O2

6 APPENDIX A PROPOSAL REQUIREMENTS Request for Proposal New York House Road Bridge Replacement Project. Due Date Prior to 4:00 p.m. April 6, 2017 Required Copies Technical Proposal: Two (2) copies Fee Proposal One (1) copy (Separate, marked, sealed envelope) Submit To County of Yuba Department of Public Works th Street, Suite 125 Marysville, CA Submittal Identification The submittal package shall be clearly marked Proposal for Professional Services Proposal for New York House Road Bridge Replacement. These guidelines are provided for standardizing the preparation and submission of proposals by all Consultants for professional services. The intent of these guidelines is to assist consultants in preparation of their proposals, to simplify the review process by the County, and to provide standards to better compare proposals. A maximum of fifteen (15) single sided pages will be submitted (including the introductory letter and resumes). Proposals will contain the following information in the order listed: 1. Introductory Letter: The Introductory (or transmittal) letter shall be addressed to: Neil Retelsdorf, Associate Civil Engineer Yuba County Department of Public Works th Street, Suite 125 Marysville, CA The letter will include the consultant s contact name, mailing address, telephone number, facsimile number and address. The letter will address the consultant s understanding of the project and any other pertinent information the consultant believes should be included. The letter should also indicate any conflicts or non-acceptability of the terms and conditions of the contract agreement enclosed herein. Proposed deviations and modifications to the contract agreement should be noted and supporting reasons provided.

7 Changes to the agreement will not be considered by the County once consultant selection has been completed. 2. Office Location Where Work Will be Performed: Include the office(s) where work will be conducted by the Consultant and subconsultant(s). 3. Qualifications and Experience: Identify key staff and subconsultants proposed for the project team and their availability. Describe the responsibilities of the staff and extent of involvement with the project. Any changes in key personnel and subconsultants after the award of contract must be requested in writing and approved by the County before the change is made. Three references are to be listed for each subconsultant. References will be contacted as part of the selection process. The proposal must clearly describe the consultant s ability for undertaking and performing the work. It must list projects of very similar work performed by the proposed project team. These projects must illustrate the quality and past performances of the project team. A discussion of challenges faced, and solutions developed by the team are recommended. Contact names and current telephone numbers are to be provided for each project. The projects listed should include the names of staff and other team members involved in the work. Supportive information and references in support of the Consultant s qualifications may include graphs, charts, photographs, resumes, references, etc., and is at the Consultant s discretion. The Consultant is reminded that the proposal must be specific and concise. 4. Federal and State Requirements: Consultant and subconsultants must meet all Federal and State requirements as may be applicable. Consultant should address such requirements in the proposal. 5. Supporting Information: The consultant may include resumes, brochures, and other supporting information in this section. 6. Fee Proposal: Consultant shall provide a fee proposal with an estimated budget for each of the tasks included in the Scope of Services. East task budget will include labor and expenses, including subconsultant costs. Labor budgets will be computed by multiplying the planned labor hours by the billing rates of each staff member or labor classification. The fee proposal spreadsheet will depict the tasks in the left column and each of the labor classifications, rates, expenses and subconsultant costs in the top row. Total task budgets and the total fee shall be shown in the right column. The fee proposal shall be submitted in a separate, sealed envelope and marked Fee Proposal. Proposals must be submitted prior to 4:00 P.M. on April 6, Proposals received after the time and date specified above will not be considered and will be returned to the proposer.

8 Any proposal received prior to the time and date specified above may be withdrawn or modified by written request of the proposer. To be considered, however, the modified proposal must be received prior to the specified deadline. Unsigned proposals or proposals signed by an individual not authorized to bind the prospective consultant will be rejected. This Request for Proposal does not commit the County to award a contract, to pay any costs incurred in the preparation of a proposal for this request, or to procure or contract for services. The County reserves the right to accept or reject any or all proposals received as a result of this request, to negotiate with any qualified firm, or to modify or cancel in part or in its entirety the Request for Proposal if it is in the best interest of the County to do so. The prospective consultant is advised that should this Request for Proposal result in recommendation for award of a contract, the contract will not be in force until it is approved and fully executed by the County. All products used or developed in the execution of any contract resulting from this Request for Proposal will remain in the public domain at the completion of the contract. Compensation under any contract resulting from this Request for Proposal will be on a time and expense basis at rates stated in the fee proposal with a not to exceed amount. A sample of the proposed contract agreement is attached herewith as Appendix C. The Consultant will adhere to the provisions of this agreement. The Consultant will advise the County in the proposal of any provisions for which they have alternative wording or any provisions which they cannot accept. Any contract awarded as a result of this request for proposal will be awarded without discrimination based upon race, color, religion, age, sex, or national origin.

9 Local Assistance Procedures Manual Exhibit 10-O2 Consultant Contract DBE Commitment EXHIBIT 10-O2 CONSULTANT CONTRACT DBE COMMITMENT 1. Local Agency: 2. Contract DBE Goal: 3. Project Description: 4. Project Location: 5. Consultant's Name: 6. Prime Certified DBE: 7. Total Contract Award Amount: 8. Total Dollar Amount for ALL Subconsultants: 9. Total Number of ALL Subconsultants: 10. Description of Work, Service, or Materials Supplied 11. DBE Certification Number 12. DBE Contact Information 13. DBE Dollar Amount 20. Local Agency Contract Number: 21. Federal-Aid Project Number: 22. Contract Execution Date: Local Agency to Complete this Section Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate. 14. TOTAL CLAIMED DBE PARTICIPATION IMPORTANT: Identify all DBE firms being claimed for credit, regardless of tier. Written confirmation of each listed DBE is required. $ % 23. Local Agency Representative's Signature 24. Date 15. Preparer's Signature 16. Date 25. Local Agency Representative's Name 26. Phone 17. Preparer's Name 18. Phone 27. Local Agency Representative's Title 19. Preparer's Title DISTRIBUTION: 1. Original Local Agency 2. Copy Caltrans District Local Assistance Engineer (DLAE). Failure to submit to DLAE within 30 days of contract execution may result in de-obligation of federal funds on contract. ADA Notice: For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) or TDD (916) or write Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA Page 1 of 2 July 23, 2015

10 Local Assistance Procedures Manual Exhibit 10-O2 Consultant Contract DBE Commitment CONSULTANT SECTION INSTRUCTIONS CONSULTANT CONTRACT DBE COMMITMENT 1. Local Agency - Enter the name of the local or regional agency that is funding the contract. 2. Contract DBE Goal - Enter the contract DBE goal percentage as it appears on the project advertisement. 3. Project Description - Enter the project description as it appears on the project advertisement (Bridge Rehab, Seismic Rehab, Overlay, Widening, etc). 4. Project Location - Enter the project location as it appears on the project advertisement. 5. Consultant s Name - Enter the consultant s firm name. 6. Prime Certified DBE - Check box if prime contractor is a certified DBE. 7. Total Contract Award Amount - Enter the total contract award dollar amount for the prime consultant. 8. Total Dollar Amount for ALL Subconsultants Enter the total dollar amount for all subcontracted consultants. SUM = (DBEs + all Non-DBEs). Do not include the prime consultant information in this count. 9. Total number of ALL subconsultants Enter the total number of all subcontracted consultants. SUM = (DBEs + all Non-DBEs). Do not include the prime consultant information in this count. 10. Description of Work, Services, or Materials Supplied - Enter description of work, services, or materials to be provided. Indicate all work to be performed by DBEs including work performed by the prime consultant s own forces, if the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 11. DBE Certification Number - Enter the DBE s Certification Identification Number. All DBEs must be certified on the date bids are opened. 12. DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted consultants. Also, enter the prime consultant s name and phone number, if the prime is a DBE. 13. DBE Dollar Amount - Enter the subcontracted dollar amount of the work to be performed or service to be provided. Include the prime consultant if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial participation. 14. Total Claimed DBE Participation - $: Enter the total dollar amounts entered in the DBE Dollar Amount column. %: Enter the total DBE participation claimed ( Total Participation Dollars Claimed divided by item Total Contract Award Amount ). If the total % claimed is less than item Contract DBE Goal, an adequately documented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM). 15. Preparer s Signature - The person completing the DBE commitment form on behalf of the consultant s firm must sign their name. 16. Date - Enter the date the DBE commitment form is signed by the consultant s preparer. 17. Preparer s Name - Enter the name of the person preparing and signing the consultant s DBE commitment form. 18. Phone - Enter the area code and phone number of the person signing the consultant s DBE commitment form. 19. Preparer s Title - Enter the position/title of the person signing the consultant s DBE commitment form. LOCAL AGENCY SECTION 20. Local Agency Contract Number - Enter the Local Agency contract number or identifier. 21. Federal-Aid Project Number - Enter the Federal-Aid Project Number. 22. Contract Execution Date - Enter the date the contract was executed. 23. Local Agency Representative s Signature - The person completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Consultant Section of this form is complete and accurate. 24. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative. 25. Local Agency Representative s Name - Enter the name of the Local Agency Representative certifying the consultant s DBE commitment form. 26. Phone - Enter the area code and phone number of the person signing the consultant s DBE commitment form. 27. Local Agency Representative Title - Enter the position/title of the Local Agency Representative certifying the consultant s DBE commitment form. Page 2 of 2 July 23, 2015

11 Local Assistance Procedures Manual EXHBIT 10-I Notice to Proposers DBE Information EXHIBIT 10-I NOTICE TO PROPOSERS DBE INFORMATION The Agency has established a DBE goal for this Contract of 0 % OR The Agency has not established a goal for this Contract. However, proposers are encouraged to obtain DBE participation for this contract. 1. TERMS AS USED IN THIS DOCUMENT The term Disadvantaged Business Enterprise or DBE means a for-profit small business concern owned and controlled by a socially and economically disadvantaged person(s) as defined in Title 49, Code of Federal Regulations (CFR), Part The term Agreement also means Contract. Agency also means the local entity entering into this contract with the Contractor or Consultant. The term Small Business or SB is as defined in 49 CFR AUTHORITY AND RESPONSIBILITY A. DBEs and other small businesses are strongly encouraged to participate in the performance of Contracts financed in whole or in part with federal funds (See 49 CFR 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs ). The Consultant must ensure that DBEs and other small businesses have the opportunity to participate in the performance of the work that is the subject of this solicitation and should take all necessary and reasonable steps for this assurance. The proposer must not discriminate on the basis of race, color, national origin, or sex in the award and performance of subcontracts. B. Proposers are encouraged to use services offered by financial institutions owned and controlled by DBEs. 3. SUBMISSION OF DBE INFORMATION If there is a DBE goal on the contract, Exhibit 10-O1 Consultant Proposal DBE Commitment must be included in the Request for Proposal. In order for a proposer to be considered responsible and responsive, the proposer must make good faith efforts to meet the goal established for the contract. If the goal is not met, the proposer must document adequate good faith efforts. All DBE participation will be counted towards the contract goal; therefore, all DBE participation shall be collected and reported. Exhibit 10-O2 Consultant Contract DBE Information must be included with the Request for Proposal. Even if no DBE participation will be reported, the successful proposer must execute and return the form. 4. DBE PARTICIPATION GENERAL INFORMATION It is the proposer s responsibility to be fully informed regarding the requirements of 49 CFR, Part 26, and the Department s DBE program developed pursuant to the regulations. Particular attention is directed to the following: A. A DBE must be a small business firm defined pursuant to 13 CFR 121 and be certified through the California Unified Certification Program (CUCP). Page 1 of 3 LPP May 8, 2013

12 Local Assistance Procedures Manual EXHBIT 10-I Notice to Proposers DBE Information B. A certified DBE may participate as a prime consultant, subconsultant, joint venture partner, as a vendor of material or supplies, or as a trucking company. C. A DBE proposer not proposing as a joint venture with a non-dbe, will be required to document one or a combination of the following: 1. The proposer is a DBE and will meet the goal by performing work with its own forces. 2. The proposer will meet the goal through work performed by DBE subconsultants, suppliers or trucking companies. 3. The proposer, prior to proposing, made adequate good faith efforts to meet the goal. D. A DBE joint venture partner must be responsible for specific contract items of work or clearly defined portions thereof. Responsibility means actually performing, managing, and supervising the work with its own forces. The DBE joint venture partner must share in the capital contribution, control, management, risks and profits of the joint venture commensurate with its ownership interest. E. A DBE must perform a commercially useful function pursuant to 49 CFR 26.55, that is, a DBE firm must be responsible for the execution of a distinct element of the work and must carry out its responsibility by actually performing, managing and supervising the work. F. The proposer shall list only one subconsultant for each portion of work as defined in their proposal and all DBE subconsultants should be listed in the bid/cost proposal list of subconsultants. G. A prime consultant who is a certified DBE is eligible to claim all of the work in the Contract toward the DBE participation except that portion of the work to be performed by non-dbe subconsultants. 5. RESOURCES A. The CUCP database includes the certified DBEs from all certifying agencies participating in the CUCP. If you believe a firm is certified that cannot be located on the database, please contact the Caltrans Office of Certification toll free number for assistance. B. Access the CUCP database from the Department of Transportation, Office of Business and Economic Opportunity Web site at: 1. Click on the link in the left menu titled Disadvantaged Business Enterprise; 2. Click on Search for a DBE Firm link; 3. Click on Access to the DBE Query Form located on the first line in the center of the page. Searches can be performed by one or more criteria. Follow instructions on the screen. 6. MATERIALS OR SUPPLIES PURCHASED FROM DBES COUNT TOWARDS THE DBE GOAL UNDER THE FOLLOWING CONDITIONS: A. If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies. A DBE manufacturer is a firm that operates or maintains a factory, or establishment that produces on the premises the materials, supplies, articles, or equipment required under the Contract and of the general character described by the specifications. B. If the materials or supplies purchased from a DBE regular dealer, count 60 percent of the cost of the materials or supplies. A DBE regular dealer is a firm that owns, operates or maintains a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the Contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. To be a DBE regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the Page 2 of 3 LPP May 8, 2013

13 Local Assistance Procedures Manual EXHBIT 10-I Notice to Proposers DBE Information purchase and sale or lease of the products in question. A person may be a DBE regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone or asphalt without owning, operating or maintaining a place of business provided in this section. C. If the person both owns and operates distribution equipment for the products, any supplementing of regular dealers own distribution equipment shall be, by a long-term lease agreement and not an ad hoc or Agreement-by-Agreement basis. Packagers, brokers, manufacturers representatives, or other persons who arrange or expedite transactions are not DBE regular dealers within the meaning of this section. D. Materials or supplies purchased from a DBE, which is neither a manufacturer nor a regular dealer, will be limited to the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on the job site, provided the fees are reasonable and not excessive as compared with fees charged for similar services. Page 3 of 3 LPP May 8, 2013

14 AGREEMENT FOR PROFESSIONAL SERVICES Contract No THIS AGREEMENT for construction phase services for the New York House Road over Dry Creek Bridge Replacement Project ("Agreement") is made as of the Agreement Date set forth below by and between the County of Yuba, a political subdivision of the State of California ("the COUNTY"), and ABC Engineering "CONSULTANT" In consideration of the Services to be rendered, the sums to be paid, and each and every covenant and condition contained herein, the parties hereto agree as follows: 1. SERVICES OPERATIVE PROVISIONS The CONSULTANT shall provide those services described in Attachment "A", Provision A- 1. CONSULTANT shall provide said services at the time, place and in the manner specified in Attachment "A", Provisions A-2 through A TERM Commencement Date: December 1, 2017 Termination Date: December 31, 2020 The term of this Agreement shall become effective on the date of this Agreement, and shall continue in force and effect until December 31, 2020, unless sooner terminated in accordance with the terms of this Agreement or extended by contract amendment. CONSULTANT is advised that any recommendation for contract award is not binding on COUNTY until the contract is fully executed and approved by the COUNTY. Notwithstanding the term set forth above, and unless this contract is terminated by either party prior to its termination date, the term of the Agreement may be automatically extended up to ninety (90) days. Any Notice of Termination during this automatic extension period shall be effective upon a ten (10) day written notice to the other party. The purpose of this automatic extension is to allow for continuation of services, and to allow County time in which to complete a novation or renewal contract for CONSULTANT AND COUNTY approval. CONSULTANT understands and agrees that there is no representation, implication, or understanding that the services provided by CONSULTANT pursuant to this Agreement will be purchased by COUNTY under a new agreement following expiration or termination of this Agreement, and CONSULTANT waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from CONSULTANT. Page 1 of 4

15 3. PAYMENT COUNTY shall pay CONSULTANT for services rendered pursuant to this Agreement at the time and in the amount set forth in Attachment "B". The payment specified in Attachment "B" shall be the only payment made to CONSULTANT for services rendered pursuant to this Agreement. CONSULTANT shall submit all billings for said services to COUNTY in the manner specified in Attachment "B". 4. FACILITIES, EQUIPMENT AND OTHER MATERIALS AND OBLIGATIONS OF COUNTY CONSULTANT shall, at its sole cost and expense, furnish all facilities, equipment, and other materials which may be required for furnishing services pursuant to this Agreement, unless an exception to this requirement is provided in Attachment "A", Provision A ADDITIONAL PROVISIONS Those additional provisions unique to this Agreement are set forth in Attachment "C". 6. GENERAL PROVISIONS The general provisions set forth in Attachment "D" are part of this Agreement. Any inconsistency between said general provisions and any other terms or conditions of this Agreement shall be controlled by the other term or condition insofar as it is inconsistent with the general provisions. 7. DESIGNATED REPRESENTATIVES The County s Public Works Director is the representative of the COUNTY and will administer this Agreement for the COUNTY. John Doe is the authorized representative for CONSULTANT. Changes in designated representatives shall occur only by advance written notice to the other party. 8. ATTACHMENTS. All attachments referred to herein are attached hereto and by this reference incorporated herein. Attachments include: Attachment A Scope of Work Attachment B Payment Attachment C Additional Provisions Attachment D General Provisions Attachment E Insurance Provisions Exhibit 1 Scope of Services Exhibit 2 - Cost Page 2 of 4

16 9. COST PRINCIPLES AND ADMINISTRATIVE REQUIREMENTS CONSULTANT agrees that the Contract Cost Principles and Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part et seq., shall be used to determine the cost allowability of individual items. CONSULTANT also agrees to comply with federal procedures in accordance with 2 CFR, Part 200 et seq., Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards.. Any costs for which payment has been made to CONSULTANT that are determined by subsequent audit to be unallowable under 2 CFR Part 200 et seq. and 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part et seq., are subject to repayment by CONSULTANT to COUNTY. All subcontracts in excess of $25,000 shall contain the above provisions. 10. TERMINATION The COUNTY and CONSULTANT reserves the right to terminate this contract upon ten (10) calendar days written notice to CONSULTANT with the reasons for termination stated in the notice. The COUNTY may terminate this contract with CONSULTANT should CONSULTANT fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination, the COUNTY may proceed with the work in any manner deemed proper by the COUNTY. If the COUNTY terminates this contract with CONSULTANT, the COUNTY shall pay CONSULTANT the sum due to CONSULTANT under this contract prior to termination. Page 3 of 4

17 The two parties to this contract, who are the before named CONSULTANT and the before named COUNTY, hereby agree that this contract constitutes the entire agreement which is made and concluded in duplicate between the two parties. Both of these parties for and in consideration of the payments to be made, conditions mentioned, and work to be performed; each agree to diligently perform in accordance with the terms and conditions of this contract as evidenced by the signatures below. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on, 20. "COUNTY" COUNTY OF YUBA "CONSULTANT" Doug McCoy, Purchasing Agent John Doe ABC Engineering INSURANCE PROVISIONS APPROVED Jill Abel, Risk Manager APPROVED AS TO FORM: COUNTY COUNSEL Angil Morris-Jones, County Counsel Page 4 of 4

18 COUNTY OF YUBA ABC Engineering - New York House Road over Dry Creek Bridge Replacement ATTACHMENT A SCOPE OF WORK A.1 SCOPE OF SERVICES AND DUTIES. The services to be provided by CONSULTANT and the scope of CONSULTANT's duties are to provide for construction phase services for New York House Road Bridge Replacement and as included on the attached exhibit labeled as Exhibit 1- Scope of Services and Exhibit 2 Cost. A.2. TIME SERVICES RENDERED. The services will be provided on such dates and at such times as specified by the COUNTY. Specific date(s) to be mutually agreed upon by the COUNTY and CONSULTANT. A.3. MANNER SERVICES ARE TO BE PERFORMED. As an independent Contractor, CONSULTANT shall be responsible for providing services and fulfilling obligations hereunder in a professional manner. COUNTY shall not control the manner of performance. CONSULTANT s Project Manager shall meet with COUNTY s Contract Administrator, as needed, to discuss progress on the contract. A.4. FACILITIES FURNISHED BY COUNTY. CONSULTANT shall, at his/her sole cost and expense, furnish all facilities, equipment, and other materials which may be required for furnishing services pursuant to this Agreement. Attachment A - Page 1 of 1

19 COUNTY OF YUBA ABC Engineering - New York House Road over Dry Creek Bridge Replacement ATTACHMENT B PAYMENT COUNTY shall pay CONSULTANT as follows: B.1 BASE CONTRACT FEE. COUNTY shall pay CONSULTANT a contract fee not to exceed XXXXX THOUSAND XXXXX DOLLARS AND XXXX CENTS ($00,000.00); CONSULTANT shall submit requests for payment after completion of services or no later than the tenth (10th) day of the month following provision of services. In no event shall total compensation paid to CONSULTANT under this Provision B.1 exceed XXXXX THOUSAND DOLLARS AND XXXX CENTS ($00,000.00) without a formal written amendment to this Agreement approved by the COUNTY. B.2 TRAVEL COSTS. COUNTY shall not pay CONSULTANT for meals, lodging or other travel costs not included in this Agreement unless said costs are approved in advance by the COUNTY representative (Operative Provision 7) and then COUNTY shall pay CONSULTANT per diem rates in effect on the date of invoice upon presentation of invoices. B.3 AUTHORIZATION REQUIRED. Services performed by CONSULTANT and not authorized in this Agreement shall not be paid for by COUNTY. Payment for additional services shall be made to CONSULTANT by COUNTY if, and only if, this Agreement is amended by formal written agreement signed by both parties in advance of performing additional services. B.4 ALLOWABLE COSTS AND PAYMENTS A. The method of payment for the following items shall be at the rate specified for each item, as described in this Article. The specified rate shall include full compensation to CONSULTANT for the item as described, including but not limited to, any repairs, maintenance, or insurance, and no further compensation will be allowed therefore. B. The method of payment for this contract, except those items to be paid for on a specified rate basis, will be based on cost per unit of work. COUNTY will reimburse CONSULTANT for actual costs (including labor costs, employee benefits, travel, equipment-rental costs, overhead and other direct costs) incurred by CONSULTANT in performance of the work. CONSULTANT will not be reimbursed for actual costs that exceed the estimated wage rates, employee benefits, travel, equipment rental, overhead and other estimated costs set forth in the approved Cost Proposal, unless additional reimbursement is provided for, by contract amendment. In no event, will CONSULTANT be reimbursed for overhead costs at a rate that exceeds the COUNTY s approved overhead rate set forth in the approved Cost Proposal. In the event, COUNTY determines that changed work from that specified in the approved Cost Proposal and contract is required; the actual costs reimbursable by the COUNTY may be adjusted by contract amendment to accommodate the changed work. The maximum total cost as specified in Paragraph I, shall not be exceeded unless authorized by contract amendment. Attachment B Page 1 of 2

20 C. Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the approved Cost Proposal. D. When milestone cost estimates are included in the approved Cost Proposal, CONSULTANT shall obtain prior written approval for a revised milestone cost estimate from the Contract Administrator before exceeding such cost estimate. E. Progress payments will be made monthly in arrears based on services provided and allowable incurred costs. A pro rata portion of CONSULTANT s fixed fee will be included in the monthly progress payments. If CONSULTANT fails to submit the required deliverable items according to the schedule set forth in the Statement of Work, the COUNTY shall have the right to delay payment or terminate this Contract in accordance with the provisions of Operative Provision 10 Termination. F. No payment will be made prior to approval of any work, nor for any work performed prior to approval of this contract. G. CONSULTANT will be reimbursed, as promptly as fiscal procedures will permit upon receipt by the COUNTY s Contract Administrator of itemized invoices in triplicate. Invoices shall be submitted no later than 45 calendar days after the performance of work for which CONSULTANT is billing. Invoices shall detail the work performed on each milestone and each project as applicable. Invoices shall follow the format stipulated for the approved Cost Proposal and shall reference this contract number and project title. Final invoice must contain the final cost and all credits due COUNTY including any equipment purchased under the provisions of Operative Provision C.9 Equipment Purchase of this contract. The final invoice should be submitted within 60 calendar days after completion of CONSULTANT s work. Invoices shall be mailed to the COUNTY s Contract Administrator at the following address: th Street, Suite 125, Marysville, CA H. The total amount payable by the COUNTY shall not exceed $00, I. Salary increases will be reimbursable if the new salary is within the salary range identified in the approved Cost Proposal and is approved by LOCAL AGENCY s Contract Administrator. For personnel subject to prevailing wage rates as described in the California Labor Code, all salary increases, which are the direct result of changes in the prevailing wage rates are reimbursable. Attachment B Page 2 of 2

21 COUNTY OF YUBA ABC Engineering - New York House Road over Dry Creek Bridge Replacement ATTACHMENT C ADDITIONAL PROVISIONS C.1 FUNDING. CONSULTANT and COUNTY agree that this Agreement will be null, void and not enforceable if all or part of the funds secured by COUNTY for the purposes of this Agreement are not made available to COUNTY. If this provision is invoked, COUNTY shall be liable for work already completed by CONSULTANT at contracted rates. A It is mutually understood between the parties that this contract may have been written before ascertaining the availability of funds or appropriation of funds, for the mutual benefit of both parties, in order to avoid program and fiscal delays that would occur if the contract were executed after that determination was made. B. This contract is valid and enforceable only, if sufficient funds are made available to LOCAL AGENCY for the purpose of this contract. In addition, this contract is subject to any additional restrictions, limitations, conditions, or any statute enacted by the Congress, State Legislature, or LOCAL AGENCY governing board that may affect the provisions, terms, or funding of this contract in any manner. C. It is mutually agreed that if sufficient funds are not appropriated, this contract may be amended to reflect any reduction in funds. D. County has the option to void the contract under the 10-day termination clause pursuant to Operative Provision 10, or by mutual agreement to amend the contract to reflect any reduction of funds. C.2 FORCE MAJEURE. Neither party shall be liable in damages or have the right to terminate this Agreement for any delay or default in performing hereunder if such delay or default is caused by conditions beyond its control including, but not limited to Acts of God, Government restrictions (including the denial or cancellation of any export or other necessary license), wars, insurrections and/or any other cause beyond the reasonable control of the party whose performance is affected. C.3 LAW, POLICY AND PROCEDURES, LICENSES, AND CERTIFICATES. CONSULTANT agrees to administer this Agreement in accordance with all applicable local, county, state, and federal laws, rules, and regulations applicable to their operations. CONSULTANT shall further comply with all laws including, but not limited to, those relevant to wages and hours or employment, occupational safety, fire safety, health, sanitation standards and directives, guidelines, and manuals related to this Agreement. All issues shall be resolved using reasonable administrative practices and judgment. CONSULTANT shall keep in effect all licenses, permits, notices, and certificates required by law and by this Agreement. C.4 RETENTION OF RECORDS/AUDITS Attachment C Page 1 of 8

22 For the purpose of determining compliance with Public Contract Code 10115, et seq. and Title 21, California Code of Regulations, Chapter 21, Section 2500 et seq., when applicable and other matters connected with the performance of the contract pursuant to Government Code ; CONSULTANT, subconsultants, and the COUNTY shall maintain and make available for inspection all books, documents, papers, accounting records, and other evidence pertaining to the performance of the contract, including but not limited to, the costs of administering the contract. All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract. The state, State Auditor, the COUNTY, FHWA, or any duly authorized representative of the Federal Government shall have access to any books, records, and documents of CONSULTANT and it s certified public accountants (CPA) work papers that are pertinent to the contract and indirect cost rates (ICR) for audit, examinations, excerpts, and transactions, and copies thereof shall be furnished if requested. Subcontracts in excess of $25,000 shall contain this provision. C.5 ACCEPTANCE. All work performed and completed under the Agreement is subject to the acceptance of the COUNTY or its authorized representatives. Payment shall be made after inspection and approval by COUNTY. Failure by the CONSULTANT to take corrective action within 24 hours after personal or telephonic notice by the COUNTY s representative on items affecting essential use of the facility, safety or the preservation of property, and within ten days following written notice on other deficiencies, will result in the COUNTY taking whatever corrective action it deems necessary. All costs resulting from such action by the COUNTY will be claimed against CONSULTANT. C.6 CONFIDENTIALITY. CONSULTANT must maintain compliance with confidentiality regulations. At no time shall CONSULTANT S employees, agents, or representatives in any manner, either directly or indirectly, use for personal benefit or divulge, disclose, or communicate in any manner, any information that is confidential to the COUNTY. CONSULTANT and its employees, agents, and representatives shall protect such information and treat it as strictly confidential. C.7 INTELLECTUAL PROPERTY. COUNTY shall have and retain all right, title, and interest in Intellectual Property in all plans specifications, studies, drawings, estimates, materials, data, computer programs or software and source code, documents developed or modified under this Agreement. C.8 AUDIT REVIEW PROCEDURES A. Any dispute concerning a question of fact arising under an interim or post audit of this contract that is not disposed of by agreement, shall be reviewed by the COUNTY S Chief Financial Officer. B. Not later than 30 days after issuance of the final audit report, CONSULTANT may request a review by the COUNTY S Chief Financial Officer of unresolved audit issues. The request for review will be submitted in writing. C. Neither the pendency of a dispute nor its consideration by the COUNTY will excuse CONSULTANT from full and timely performance, in accordance with the terms of this contract. Attachment C Page 2 of 8

23 C.9 EQUIPMENT PURCHASE A. Prior authorization in writing, by the COUNTY s Contract Administrator shall be required before CONSULTANT enters into any unbudgeted purchase order, or subcontract exceeding $5,000 for supplies, equipment, or CONSULTANT services. CONSULTANT shall provide an evaluation of the necessity or desirability of incurring such costs. B. CONSULTANT agrees to use, manage, and dispose of equipment purchased as a result of this contract in compliance with 2 CFR C. All subcontracts in excess $25,000 shall contain the above provisions. D. Any equipment purchased as a result of this contract is subject to the following: CONSULTANT shall maintain an inventory of all nonexpendable property. Nonexpendable property is defined as having a useful life of at least two years and an acquisition cost of $5,000 or more. If the purchased equipment needs replacement and is sold or traded in, the COUNTY shall receive a proper refund or credit at the conclusion of the contract, or if the contract is terminated, CONSULTANT may either keep the equipment and credit COUNTY in an amount equal to its fair market value, or sell such equipment at the best price obtainable at a public or private sale, in accordance with established COUNTY procedures; and credit the COUNTY in an amount equal to the sales price. If CONSULTANT elects to keep the equipment, fair market value shall be determined at CONSULTANT s expense, on the basis of a competent independent appraisal of such equipment. Appraisals shall be obtained from an appraiser mutually agreeable to by COUNTY and CONSULTANT, if it is determined to sell the equipment, the terms and conditions of such sale must be approved in advance by COUNTY. 49 CFR, Part 18 requires a credit to Federal funds when participating equipment with a fair market value greater than $5,000 is credited to the project. C.10 STATE PREVAILING WAGE RATES A. CONSULTANT shall comply with the State of California s General Prevailing Wage Rate requirements in accordance with California Labor Code, Section 1770, and all Federal, State, and local laws and ordinances applicable to the work. B. Any subcontract entered into as a result of this contract, if for more than $25,000 for public works construction or more than $15,000 for the alteration, demolition, repair, or maintenance of public works, shall contain all of the provisions of this Article. C. When prevailing wages apply to the services described in the scope of work, transportation and subsistence costs shall be reimbursed at the minimum rates set by the Department of Industrial Relations (DIR) as outlined in the applicable Prevailing Wage Determination. See C.11 REBATES, KICKBACKS OR OTHER UNLAWFUL CONSIDERATION Attachment C Page 3 of 8

24 CONSULTANT warrants that this contract was not obtained or secured through rebates kickbacks or other unlawful consideration, either promised or paid to any COUNTY employee. For breach or violation of this warranty, COUNTY shall have the right in its discretion; to terminate the contract without liability; to pay only for the value of the work actually performed; or to deduct from the contract price; or otherwise recover the full amount of such rebate, kickback or other unlawful consideration. C.12 DEBARMENT AND SUSPENSION CERTIFICATION A. CONSULTANT s signature affixed herein, shall constitute a certification under penalty of perjury under the laws of the State of California, that CONSULTANT has complied with Title 2 CFR, Part 180, OMB Guidelines to Agencies on Government wide Debarment and Suspension (nonprocurement), which certifies that he/she or any person associated therewith in the capacity of owner, partner, director, officer, or manager, is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within the past three (3) years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years. Any exceptions to this certification must be disclosed to the COUNTY. B. Exceptions will not necessarily result in denial of recommendation for award, but will be considered in determining CONSULTANT responsibility. Disclosures must indicate to whom exceptions apply, initiating agency, and dates of action. C. Exceptions to the Federal Government Excluded Parties List System maintained by the General Services Administration are to be determined by the Federal highway Administration. C.13 DISADVANTAGED BUSINESS ENTERPRISES (DBE) PARTICIPATION A. This contract is subject to 49 CFR, Part 26 entitled Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. Consultants who obtain DBE participation on this contract will assist Caltrans in meeting its federally mandated statewide overall DBE goal. B. The goal for DBE participation for this contract is 0%. Participation by DBE consultant or subconsultants shall be in accordance with information contained in the Consultant Proposal DBE Commitment (Exhibit 10-O1), or in the Consultant Contract DBE Information (Exhibit 10-O2) attached hereto and incorporated as part of the Contract. If a DBE subconsultant is unable to perform, CONSULTANT must make a good faith effort to replace him/her with another DBE subconsultant, if the goal is not otherwise met. C. DBEs and other small businesses, as defined in 49 CFR, Part 26 are encouraged to participate in the performance of contracts financed in whole or in part with federal funds. CONSULTANT or subconsultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. CONSULTANT shall carry out applicable requirements of 49 CFR, Part 26 in the award and administration of US DOT-assisted Attachment C Page 4 of 8

25 agreements. Failure by CONSULTANT to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as COUNTY deems appropriate. D. Any subcontract entered into as a result of this contract shall contain all of the provisions of this section. E. A DBE firm may be terminated only with prior written approval from COUNTY and only for the reasons specified in 49 CFR 26.53(f). Prior to requesting COUNTY consent for the termination, CONSULTANT must meet the procedural requirements specified in 49 CFR 26.53(f). F. A DBE performs a Commercially Useful Function (CUF) when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a CUF, the DBE must also be responsible with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself. To determine whether a DBE is performing a CUF, evaluate the amount of work subcontracted, industry practices, whether the amount the firm is to be paid under the, contract is commensurate with the work it is actually performing, and other relevant factors. G. A DBE does not perform a CUF if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. In determining whether a DBE is such an extra participant, examine similar transactions, particularly those in which DBEs do not participate. H. If a DBE does not perform or exercise responsibility for at least thirty percent (30%) of the total cost of its contract with its own work force, or the DBE subcontracts a greater portion of the work of the contract than would be expected on the basis of normal industry practice for the type of work involved, it will be presumed that it is not performing a CUF. I. CONSULTANT shall maintain records of materials purchased or supplied from all subcontracts entered into with certified DBEs. The records shall show the name and business address of each DBE or vendor and the total dollar amount actually paid each DBE or vendor, regardless of tier. The records shall show the date of payment and the total dollar figure paid to all firms. DBE prime consultants shall also show the date of work performed by their own forces along with the corresponding dollar value of the work. J. Upon completion of the Contract, a summary of these records shall be prepared and submitted on the form entitled, Final Report-Utilization of Disadvantaged Business Enterprise (DBE), First-Tier Subconsultants CEM-2402F [Exhibit 17-F, of the LAPM], certified correct by CONSULTANT or CONSULTANT s authorized representative and shall be furnished to the Contract Administrator with the final invoice. Failure to provide the summary of DBE payments with the final invoice will result in twenty-five percent (25%) of the dollar value of the invoice being withheld from payment until the form is submitted. The amount will be returned to CONSULTANT when a satisfactory Final Report-Utilization of Disadvantaged Business Enterprises (DBE), First-Tier Subconsultants is submitted to the Contract Administrator. Attachment C Page 5 of 8

26 K. If a DBE subconsultant is decertified during the life of the contract, the decertified subconsultant shall notify CONSULTANT in writing with the date of decertification. If a subconsultant becomes a certified DBE during the life of the Contract, the subconsultant shall notify CONSULTANT in writing with the date of certification. Any changes should be reported to the COUNTY s Contract Administrator within 30 days. C.14 CONTINGENT FEE CONSULTANT warrants, by execution of this contract that no person or selling agency has been employed, or retained, to solicit or secure this contract upon an agreement or understanding, for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees, or bona fide established commercial or selling agencies maintained by CONSULTANT for the purpose of securing business. For breach or violation of this warranty, the COUNTY has the right to annul this contract without liability; pay only for the value of the work actually performed, or in its discretion to deduct from the contract price or consideration, or otherwise recover the full amount of such commission, percentage, brokerage, or contingent fee. C.15 DISPUTES A. Any dispute, other than audit, concerning a question of fact arising under this contract that is not disposed of by agreement shall be decided by a committee consisting of the COUNTY s Contract Administrator and Director of Public Works, who may consider written or verbal information submitted by CONSULTANT. B. Not later than 30 days after completion of all deliverables necessary to complete the plans, specifications and estimate, CONSULTANT may request review by COUNTY Governing Board of unresolved claims or disputes, other than audit. The request for review will be submitted in writing. C. Neither the pendency of a dispute, nor its consideration by the committee will excuse CONSULTANT from full and timely performance in accordance with the terms of this contract. C.16 INSPECTION OF WORK CONSULTANT and any subconsultant shall permit the COUNTY, the state, and the FHWA if federal participating funds are used in this contract; to review and inspect the project activities and files at all reasonable times during the performance period of this contract including review and inspection on a daily basis. C.17 SAFETY A. CONSULTANT shall comply with OSHA regulations applicable to CONSULTANT regarding necessary safety equipment or procedures. CONSULTANT shall comply with safety instructions issued by the COUNTY Safety Officer and other COUNTY representatives. CONSULTANT personnel shall wear hard hats and safety vests at all times while working on the construction project site. Attachment C Page 6 of 8

27 B. Pursuant to the authority contained in Section 591 of the Vehicle Code, the COUNTY has determined that such areas are within the limits of the project and are open to public traffic. CONSULTANT shall comply with all of the requirements set forth in Divisions 11, 12, 13, 14, and 15 of the Vehicle Code. CONSULTANT shall take all reasonably necessary precautions for safe operation of its vehicles and the protection of the traveling public from injury and damage from such vehicles. C. Any subcontract entered into as a result of this contract, shall contain all of the provisions of this Article. C.18 CLAIMS FILED BY COUNTY s CONSTRUCTION CONTRACTOR A. If claims are filed by the COUNTY s construction contractor relating to work performed by CONSULTANT s personnel, and additional information or assistance from CONSULTANT s personnel is required in order to evaluate or defend against such claims; CONSULTANT agrees to make its personnel available for consultation with the COUNTY S construction contract administration and legal staff and for testimony, if necessary, at depositions and at trial or arbitration proceedings. B. CONSULTANT s personnel that the COUNTY considers essential to assist in defending against construction contractor claims will be made available on reasonable notice from the COUNTY. Consultation or testimony will be reimbursed at the same rates, including travel costs that are being paid for CONSULTANT s personnel services under this contract. C. Services of CONSULTANT s personnel in connection with the COUNTY s construction contractor claims will be performed pursuant to a written contract amendment, if necessary, extending the termination date of this contract in order to resolve the construction claims. D. Any subcontract in excess of $25,000 entered into as a result of this contract, shall contain all of the provisions of this Article. C.19 CONFIDENTIALITY OF DATA A. All financial, statistical, personal, technical, or other data and information relative to the COUNTY s operations, which are designated confidential by the COUNTY and made available to CONSULTANT in order to carry out this contract, shall be protected by CONSULTANT from unauthorized use and disclosure. B. Permission to disclose information on one occasion, or public hearing held by the COUNTY relating to the contract, shall not authorize CONSULTANT to further disclose such information, or disseminate the same on any other occasion. C. CONSULTANT shall not comment publicly to the press or any other media regarding the contract or the COUNTY s actions on the same, except to the COUNTY s staff, CONSULTANT s own personnel involved in the performance of this contract, at public hearings or in response to questions from a Legislative committee. Attachment C Page 7 of 8

28 D. CONSULTANT shall not issue any news release or public relations item of any nature, whatsoever, regarding work performed or to be performed under this contract without prior review of the contents thereof by the COUNTY, and receipt of the COUNTY S written permission. E. Any subcontract entered into as a result of this contract shall contain all of the provisions of this Article. F. All information related to the construction estimate is confidential, and shall not be disclosed by CONSULTANT to any entity other than the COUNTY. C.20 NATIONAL LABOR RELATIONS BOARD CERTIFICATION In accordance with Public Contract Code Section 10296, CONSULTANT hereby states under penalty of perjury that no more than one final unappealable finding of contempt of court by a federal court has been issued against CONSULTANT within the immediately preceding twoyear period, because of CONSULTANT s failure to comply with an order of a federal court that orders CONSULTANT to comply with an order of the National Labor Relations Board. C.21 EVALUATION OF CONSULTANT CONSULTANT s performance will be evaluated by the COUNTY. A copy of the evaluation will be sent to CONSULTANT for comments. The evaluation together with the comments shall be retained as part of the contract record. C.22 RETENTION OF FUNDS A. Any subcontract entered into as a result of this Contract shall contain all of the provisions of this section. B. No retainage will be held by the Agency from progress payments due the prime consultant. Any retainage held by the prime consultant or subconsultants from progress payments due subconsultants shall be promptly paid in full to subconsultants within 30 days after the subconsultant s work is satisfactorily completed. Federal law (49 CFR 26.29) requires that any delay or postponement of payment over the 30 days may take place only for good cause and with the Agency s prior written approval. Any violation of this provision shall subject the violating prime consultant or subconsultant to the penalties, sanctions and other remedies specified in Section of the Business and Professions Code. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to the prime consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the prime consultant, deficient subconsultant performance, or noncompliance by a subconsultant. This provision applies to both DBE and non-dbe prime consultant and subconsultants. Attachment C Page 8 of 8

29 COUNTY OF YUBA ABC Engineering - New York House Road over Dry Creek Bridge Replacement ATTACHMENT D GENERAL PROVISIONS D.1 INDEPENDENT CONTRACTOR STATUS. At all times during the term of this Agreement, the following apply: D.1.1 All acts of CONSULTANT shall be performed as an independent Contractor and not as an agent, officer or employee of COUNTY. It is understood by both CONSULTANT and COUNTY that this Agreement is by and between two independent parties and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. D.1.2 CONSULTANT shall have no claim against COUNTY for employee rights or benefits, including, but not limited to, seniority, vacation time, vacation pay, sick leave, personal time off, overtime, medical, dental or hospital benefits, civil service protection, disability retirement benefits, paid holidays or other paid leaves of absence. D.1.3 CONSULTANT is solely obligated to pay all applicable taxes, deductions and other obligations, including, but not limited to, federal and state income taxes, withholding and Social Security taxes, unemployment and disability insurance and Workers Compensation and Medi-Care payments. D.1.4 As an independent Contractor, CONSULTANT is not subject to the direction and control of COUNTY except as to the final result contracted for under this Agreement. COUNTY may not require CONSULTANT to change its manner of doing business, but may require it to redirect its efforts to accomplish what it has agreed to do. D.1.5 CONSULTANT may provide services to others during the same period service is provided to COUNTY under this Agreement. D.1.6 SUBCONTRACTING A. Nothing contained in this contract or otherwise, shall create any contractual relation between the COUNTY and any subconsultant(s), and no subcontract shall relieve CONSULTANT of its responsibilities and obligations hereunder. CONSULTANT agrees to be as fully responsible to the COUNTY for the acts and omissions of its subconsultant(s) and of persons either directly or indirectly employed by any of them as it is for the acts and omissions of persons directly employed by CONSULTANT. Attachment D Page 1 of 9

30 CONSULTANT s obligation to pay its subconsultant(s) is an independent obligation from the COUNTY S obligation to make payments to the CONSULTANT. B. CONSULTANT shall perform the work contemplated with resources available within its own organization and no portion of the work pertinent to this contract shall be subcontracted without written authorization by the COUNTY s Contract Administrator, except that, which is expressly identified in the approved Cost Proposal. C. CONSULTANT shall pay its subconsultants within ten (10) calendar days from receipt of each payment made to CONSULTANT by the COUNTY. D. All subcontracts entered into as a result of this contract shall contain all the provisions stipulated in this contract to be applicable to subconsultants. E. Any substitution of subconsultant(s) must be approved in writing by the COUNTY s Contract Administrator prior to the start of work by the subconsultant(s). D.1.7 As an independent Contractor, CONSULTANT hereby indemnifies and holds COUNTY harmless from any and all claims that may be made against COUNTY based on any contention by any third party that an employer-employee relationship exists by reason of this Agreement. CONSULTANT agrees to indemnify and hold harmless COUNTY, its officers, agents, and employees from any and all claims, demands, costs, or liability arising from or connected with the services provided hereunder due to negligent acts, errors, or omissions of CONSULTANT. CONSULTANT will reimburse COUNTY for any expenditure, including reasonable attorney fees, incurred by COUNTY in defending against claims ultimately determined to be due to negligent acts, errors, or omissions of CONSULTANT. D.2 LICENSES, PERMITS, ETC. CONSULTANT represents and warrants to COUNTY that it has all licenses, permits, qualifications, and approvals of whatsoever nature which are legally required for CONSULTANT to practice its profession. CONSULTANT represents and warrants to COUNTY that CONSULTANT shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any licenses, permits, and approvals which are legally required for CONSULTANT to practice its profession at the time the services are performed. Failure of the CONSULTANT to comply with this provision shall authorize the COUNTY to immediately terminate this agreement notwithstanding any other provision in this agreement to the contrary. D.3 TIME. CONSULTANT shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary for the satisfactory performance of CONSULTANT's obligations pursuant to this Agreement. Neither party shall be considered in default of this Agreement to the extent performance is prevented or delayed by any cause, present or future, which is beyond the reasonable control of the party. D.4 INDEMNITY. CONSULTANT shall defend, indemnify, and hold harmless COUNTY, its Attachment D Page 2 of 9

31 elected and appointed councils, boards, commissions, officers, agents, and employees from any liability for damage or claims for damage for personal injury, including death, as well as for property damage that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT, which may arise from the intentional or negligent acts or omissions of CONSULTANT in the performance of services rendered under this Agreement by CONSULTANT, or any of CONSULTANT's officers, agents, employees, contractors, or subcontractors. D.5 CONSULTANT NOT AGENT. Except as COUNTY may specify in writing, CONSULTANT shall have no authority, express or implied, to act on behalf of COUNTY in any capacity whatsoever as an agent. CONSULTANT shall have no authority, express or implied, pursuant to this Agreement to bind COUNTY to any obligation whatsoever. D.6 ASSIGNMENT PROHIBITED. CONSULTANT may not assign any right or obligation pursuant to this Agreement. Any attempted or purported assignment of any right or obligation pursuant to this Agreement shall be void and of no legal effect. D.7 PERSONNEL. CONSULTANT shall assign only competent personnel to perform services pursuant to this Agreement. In the event that COUNTY, in its sole discretion, at any time during the term of this Agreement, desires the removal of any person or persons assigned by CONSULTANT to perform services pursuant to this Agreement, CONSULTANT shall remove any such person immediately upon receiving written notice from COUNTY of its desire for removal of such person or persons. D.8 STANDARD OF PERFORMANCE. CONSULTANT shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which CONSULTANT is engaged. All products of whatsoever nature which CONSULTANT delivers to COUNTY pursuant to this Agreement shall be prepared in a first class and workmanlike manner and shall conform to the standards or quality normally observed by a person practicing in CONSULTANT's profession. D. 9 POSSESSORY INTEREST. The parties to this Agreement recognize that certain rights to property may create a "possessory interest", as those words are used in the California Revenue and Taxation Code, 107. For all purposes of compliance by COUNTY with Section of the California Revenue and Taxation Code, this recital shall be deemed full compliance by the COUNTY. All questions of initial determination of possessory interest and valuation of such interest, if any, shall be the responsibility of the County Assessor and the contracting parties hereto. A taxable possessory interest may be created by this contract; and if created, the party in whom such an interest is vested will be subject to the payment of property taxes levied on such an interest. D.10 TAXES. CONSULTANT hereby grants to the COUNTY the authority to deduct from any payments to CONSULTANT any COUNTY imposed taxes, fines, penalties and related charges which are delinquent at the time such payments under this Agreement are due to CONSULTANT. Attachment D Page 3 of 9

32 D.11 TERMINATION. Upon termination of this Agreement as otherwise provided herein, CONSULTANT shall immediately cease rendering service upon the termination date and the following shall apply: D.11.1 CONSULTANT shall deliver copies of all writings prepared by it pursuant to this Agreement. The term "writings" shall be construed to mean and include: handwriting, typewriting, printing, photostating, photographing, and every other means of recording upon any tangible thing and form of communication or representation, including letters, words, pictures, sounds, or symbols, or combinations thereof. D.11.2 COUNTY shall have full ownership and control of all such writings or other communications delivered by CONSULTANT pursuant to this Agreement. D.11.3 COUNTY shall pay CONSULTANT the reasonable value of services rendered by CONSULTANT to the date of termination pursuant to this Agreement not to exceed the amount documented by CONSULTANT and approved by COUNTY as work accomplished to date; provided, however, COUNTY shall not in any manner be liable for lost profits which might have been made by CONSULTANT had CONSULTANT completed the services required by this Agreement. In this regard, CONSULTANT shall furnish to COUNTY such financial information as in the judgment of the COUNTY is necessary to determine the reasonable value of the services rendered by CONSULTANT. In the event of a dispute as to the reasonable value of the services rendered by CONSULTANT, the decision of the COUNTY shall be final. The foregoing is cumulative and does not affect any right or remedy which COUNTY may have in law or equity. CONSULTANT may terminate its services under this Agreement upon thirty (30) days written notice to the COUNTY, without liability for damages, if CONSULTANT is not compensated according to the provisions of the Agreement or upon any other material breach of the Agreement by COUNTY. D.12 STATEMENT OF COMPLIANCE A. CONSULTANT s signature affixed herein, and dated, shall constitute a certification under penalty of perjury under the laws of the State of California that CONSULTANT has, unless exempt, complied with, the nondiscrimination program requirements of Government Code Section and California Code of Regulations Title 2, B. During the performance of this Contract, Consultant and its subconsultants shall not unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of sex, race, color, ancestry, religious creed, national origin, physical disability (including HIV and AIDS), mental disability, medical condition (e.g., cancer), age (over 40), marital status, and denial of family care leave. Consultant and subconsultants shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. Consultant and subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code (af) et seq.) and the applicable regulations promulgated there under (California Code of Regulations, Title 2, Section 7285 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code Section (a- Attachment D Page 4 of 9

33 f), set forth in Chapter 5 of Division 4 of Title 2 of the California Code of Regulations, are incorporated into this Contract by reference and made a part hereof as if set forth in full. Consultant and its subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement. C. The Consultant shall comply with regulations relative to Title VI (nondiscrimination in federally-assisted programs of the Department of Transportation Title 49 Code of Federal Regulations, Part 21 - Effectuation of Title VI of the 1964 Civil Rights Act). Title VI provides that the recipients of federal assistance will implement and maintain a policy of nondiscrimination in which no person in the state of California shall, on the basis of race, color, national origin, religion, sex, age, disability, be excluded from participation in, denied the benefits of or subject to discrimination under any program or activity by the recipients of federal assistance or their assignees and successors in interest. D. The Consultant, with regard to the work performed by it during the Agreement shall act in accordance with Title VI. Specifically, the Consultant shall not discriminate on the basis of race, color, national origin, religion, sex, age, or disability in the selection and retention of Subconsultants, including procurement of materials and leases of equipment. The Consultant shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the U.S. DOT s Regulations, including employment practices when the Agreement covers a program whose goal is employment. D.13 REHABILITATION ACT OF 1973/AMERICANS WITH DISABILITIES ACT OF In addition to application of the non-discrimination provision of this Agreement, above, CONSULTANT agrees to comply with all provisions of section 504 et seq. of the Rehabilitation Act of 1973, and with all provisions of the Americans with Disabilities Act of 1990, and all amendments thereto, and all administrative rules and regulations issued pursuant to said Acts, pertaining to the prohibition of discrimination against qualified handicapped and disabled persons, in all programs or activities, as to employees or recipients of services. D.14 OWNERSHIP OF DATA A. Upon completion of all work under this contract, ownership and title to all reports, documents, plans, specifications, and estimates produce as part of this contract will automatically be vested in the COUNTY; and no further agreement will be necessary to transfer ownership to the COUNTY. CONSULTANT shall furnish the COUNTY all necessary copies of data needed to complete the review and approval process. B. It is understood and agreed that all calculations, drawings and specifications, whether in hard copy or machine-readable form, are intended for one-time use in the construction of the project for which this contract has been entered into. C. CONSULTANT is not liable for claims, liabilities, or losses arising out of, or connected with the modification, or misuse by the COUNTY of the machine-readable information and data provided by CONSULTANT under this contract; further, CONSULTANT is not liable for claims, liabilities, or losses arising out of, or connected with any use by the COUNTY of the project documentation on other projects for additions to this project, or for the completion of Attachment D Page 5 of 9

34 this project by others, except only such use as many be authorized in writing by CONSULTANT. D. Applicable patent rights provisions regarding rights to inventions shall be included in the contracts as appropriate (48 CFR 27, Subpart Patent Rights under Government Contracts for federal-aid contracts). E. The COUNTY may permit copyrighting reports or other agreement products. If copyrights are permitted; the agreement shall provide that the FHWA shall have the royalty-free nonexclusive and irrevocable right to reproduce, publish, or otherwise use; and to authorize others to use, the work for government purposes. F. Any subcontract in excess of $25,000 entered into as a result of this contract, shall contain all of the provisions of this Article. D.15 WAIVER. A waiver by any party of any breach of any term, covenant or condition herein contained or a waiver of any right or remedy of such party available hereunder at law or in equity shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition herein contained or of any continued or subsequent right to the same right or remedy. No party shall be deemed to have made any such waiver unless it is in writing and signed by the party so waiving. D.16 COMPLETENESS OF INSTRUMENT. This Agreement, together with its specific references and attachments, constitutes all of the agreements, understandings, representations, conditions, warranties and covenants made by and between the parties hereto. Unless set forth herein, neither party shall be liable for any representations made express or implied. D.17 SUPERSEDES PRIOR AGREEMENTS. It is the intention of the parties hereto that this Agreement shall supersede any prior agreements, discussions, commitments, representations, or agreements, written or oral, between the parties hereto. D.18 CAPTIONS. The captions of this Agreement are for convenience in reference only and the words contained therein shall in no way be held to explain, modify, amplify or aid in the interpretation, construction or meaning of the provisions of this Agreement. D.19 DEFINITIONS. Unless otherwise provided in this Agreement, or unless the context otherwise requires, the following definitions and rules of construction shall apply herein. D.19.1 NUMBER AND GENDER. In this Agreement, the neuter gender includes the feminine and masculine, and the singular includes the plural, the word "person" includes corporations, partnerships, firms or associations, wherever the context so requires. D.19.2 MANDATORY AND PERMISSIVE. "Shall" and "will" and "agrees" are mandatory. "May" is permissive. D.20 TERM INCLUDES EXTENSIONS. All references to the term of this Agreement or the Agreement Term shall include any extensions of such term. Attachment D Page 6 of 9

35 D.21 SUCCESSORS AND ASSIGNS. All representations, covenants and warranties specifically set forth in this Agreement, by or on behalf of, or for the benefit of any or all of the parties hereto, shall be binding upon and inure to the benefit of such party, its successors and assigns. D.22 CHANGE IN TERMS A. This contract may be amended or modified only by mutual written agreement of the parties. B. CONSULTANT shall only commence work covered by an amendment after the amendment is executed and notification to proceed has been provided by the COUNTY s Contract Administrator. C. There shall be no change in CONSULTANT s Project Manager or members of the project team, as listed in the approved Cost Proposal, which is a part of this contract without prior written approval by the COUNTY s Contract Administrator. D.23 COUNTERPARTS. This Agreement may be executed simultaneously and in several counterparts, each of which shall be deemed an original, but which together shall constitute one and the same instrument. D.24 OTHER DOCUMENTS. The parties agree that they shall cooperate in good faith to accomplish the object of this Agreement and to that end, agree to execute and deliver such other and further instruments and documents as may be necessary and convenient to the fulfillment of these purposes. D.25 PARTIAL INVALIDITY. If any term, covenant, condition or provision of this Agreement is held by a Court of competent jurisdiction to be invalid, void or unenforceable, the remainder of the provision and/or provisions shall remain in full force and effect and shall in no way be affected, impaired or invalidated. D.26 JURISDICTION. It is agreed by the parties hereto that unless otherwise expressly waived by them, any action brought to enforce any of the provisions hereof or for declaratory relief hereunder shall be filed and remain in a Court of competent jurisdiction in the County of Yuba, State of California. D.27 CONTROLLING LAW. The validity, interpretation and performance of this Agreement shall be controlled by and construed under the laws of the State of California. D.28 TIME IS OF THE ESSENCE. Time is of the essence of this Agreement and each covenant and term a condition herein. D.29 AUTHORITY. All parties to this Agreement warrant and represent that they have the power and authority to enter into this Agreement in the names, titles and capacities herein stated and on behalf of any entities, persons, estates or firms represented or purported to be represented by such entity(s), person(s), estate(s) or firm(s) and that all formal requirements necessary or Attachment D Page 7 of 9

36 required by any state and/or federal law in order to enter into this Agreement have been fully complied with. Further, by entering into this Agreement, neither party hereto shall have breached the terms or conditions of any other contract or agreement to which such party is obligated, which such breach would have a material effect hereon. D.30 CONFLICT OF INTEREST A. CONSULTANT shall disclose any financial, business, or other relationship with the COUNTY that may have an impact upon the outcome of this contract, or any ensuing the COUNTY construction project. CONSULTANT shall also list current clients who may have a financial interest in the outcome of this contract, or any ensuing COUNTY construction project, which will follow. B. CONSULTANT hereby certifies that it does not now have, nor shall it acquire any financial or business interest that would conflict with the performance of services under this contract. C. Any subcontract in excess of $25,000 entered into as a result of this contract, shall contain all of the provisions of this Article. D. CONSULTANT hereby certifies that neither CONSULTANT, nor any firm affiliated with CONSULTANT will bid on any construction contract, or on any contract to provide construction inspection for any construction project resulting from this contract. An affiliated firm is one, which is subject to the control of the same persons through jointownership, or otherwise. E. Except for subconsultants whose services are limited to providing surveying or materials testing information, no subconsultant who has provided design services in connection with this contract shall be eligible to bid on any construction contract, or on any contract to provide construction inspection for any construction project resulting from this contract. D.31 NOTICES. All notices and demands of any kind which either party may require or desire to serve on the other in connection with this Agreement must be served in writing either by personal service or by registered or certified mail, return receipt requested, and shall be deposited in the United States Mail, with postage thereon fully prepaid, and addressed to the party so to be served as follows: If to "COUNTY": Public Works County of Yuba Attn: Director th Street, Suite 125 Marysville, CA With a copy to: County Counsel County of Yuba th Street, Suite 111 Marysville, CA If to "CONSULTANT": Attachment D Page 8 of 9

37 ABC Engineering Attn: John Doe Address: 100 Main Street, Suite 100 City Name, CA 9XXXX Attachment D Page 9 of 9

38 COUNTY OF YUBA ABC Engineering - New York House Road over Dry Creek Bridge Replacement ATTACHMENT E INSURANCE PROVISIONS E.1 MINIMUM SCOPE OF INSURANCE. CONSULTANT shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the CONSULTANT, his agents, representatives, employees or subcontractors. If CONSULTANT fails to maintain the Insurance provided herein, COUNTY may secure such insurance and deduct the cost thereof from any funds owing to CONSULTANT. E.1.1 Coverage shall be at least as broad as: a. Insurance Services Office Commercial General Liability coverage (occurrence Form CG 00 01). b. Insurance Services Office Form Number CA covering Automobile Liability, code 1 (any auto). c. Worker s Compensation insurance as required by the State of California and Employer s Liability Insurance. E.1.2 Minimum Limits of Insurance. CONSULTANT shall maintain limits no less than: 1. General Liability: (including operations, products and completed operations.) $2,000,000 Per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the 2. Automobile Liability: required occurrence limit. $1,000,000 Per accident for bodily injury and property damage. 3. Workers Compensation: 4. Employer s Liability: 5. Errors & Omissions Liability: As required by the State of California. $1,000,000 Each accident, $1,000,000 policy limit bodily injury by disease, $1,000,000 each employee bodily injury by disease. $1,000,000 Per occurrence. Attachment E Page 1 of 3

39 E.1.3 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the COUNTY. At the option of the COUNTY, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the COUNTY, its officers, officials, employees and volunteers; or the CONSULTANT shall provide a financial guarantee satisfactory to the COUNTY guaranteeing payment of losses and related investigations, claim administration, and defense expenses. E.1.4 Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: (a) The COUNTY, its officers, officials, employees, and volunteers are to be covered as insureds with respect to liability arising out of automobiles owned, leased, hired or borrowed by or on behalf of the CONSULTANT; and with respect to liability arising out of work or operations performed by or on behalf of the CONSULTANT including materials, parts or equipment furnished in connection with such work or operations. General Liability coverage shall be provided in the form of an Additional Insured endorsement (CG or equivalent) to the CONSULTANT s insurance policy, or as a separate owner s policy. (b) For any claims related to this project, the CONSULTANT s insurance coverage shall be primary insurance as respects the County, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the COUNTY, its officers, officials, employees, or volunteers shall be excess of the CONSULTANT s insurance and shall not contribute with it. (c) Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) day s prior written notice has been provided to the COUNTY. E.2 Waiver of Subrogation. CONSULTANT hereby agrees to waive subrogation which any insurer of CONSULTANT may acquire from CONSULTANT by virtue of the payment of any loss. CONSULTANT agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation. The Workers Compensation policy shall be endorsed with a waiver of subrogation in favor of the COUNTY for all worked performed by the CONSULTANT, its employees, agents and subcontractors. E.3 Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best s rating if no less then A: VII unless otherwise acceptable to the COUNTY. E.4. Verification of Coverage. CONSULTANT shall furnish the COUNTY with original certificates and endorsements effecting coverage required by this clause. The endorsements Attachment E Page 2 of 3

40 should be forms provided by the COUNTY or on other than the COUNTY s forms, provided those endorsements or policies conform to the requirements. All certificates and endorsements are to be received and approved by the COUNTY before work commences. However, failure to do so shall not operate as a waiver of these insurance requirements. The COUNTY reserves the right to require complete, certified copies of all required insurance policies, including endorsements affecting the coverage required by these specifications at any time. E.6 Sub-contractors. CONSULTANT shall require and verify that all sub-contractors maintain insurance meeting all the requirements stated herein. Attachment E Page 3 of 3

41 Appendix B Evaluation Criteria Construction Phase Services for the New York House Road Bridge Replacement Project Evaluation Criteria Maximum Points Consultant Understanding of the work to be done and demonstrated ability to work cooperatively with public agencies 30 Experience with projects of similar size and scope Familiarity with the Federal Highway Bridge Program Qualifications and availability of key staff proposed for the project Overall quality of proposal Total Notes:

42 COUNTY OF YUBA DEPARTMENT OF PUBLIC WORKS PROJECT PLANS FOR CONSTRUCTION OF THE NEW YORK HOUSE ROAD OVER DRY CREEK BRIDGE REPLACEMENT INDEX OF SHEETS FEDERAL HIGHWAY BRIDGE PROGRAM PROJECT FEDERAL PROJECT BRLO-5916(084) BRIDGE NO. 16C0107 YUBA COUNTY CONTRACT NO TO BE SUPPLEMENTED BY STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION STANDARD PLANS, STANDARD SPECIFICATIONS, AND LATEST REVISED 2015 STANDARD SPECIFICATIONS AND YUBA COUNTY STANDARD PLANS DATED AUGUST 2006 ABBREVIATIONS PRELIMINARY PLANS PROJECT LOCATION

43 GENERAL NOTES: EARTHWORK: PAVING: PRELIMINARY PLANS

44 GENERAL NOTES BASIS OF BEARING BENCHMARK LEGEND PRELIMINARY PLANS

45 GENERAL NOTES PRELIMINARY PLANS

46 NOTES LEGEND PRELIMINARY PLANS

47 PRELIMINARY PLANS

48 PRELIMINARY PLANS

49 NOTE PRELIMINARY PLANS

50 NOTE PRELIMINARY PLANS

51 NOTES PRELIMINARY PLANS LEGEND

52 PRELIMINARY PLANS NOTES

53 NOTES PRELIMINARY PLANS

54 TRAFFIC LEGEND PRELIMINARY PLANS PROJECT LOCATION

55 CONSTRUCTION FUNDING SIGN NOTES: PRELIMINARY PLANS

AMENDMENT 1 TO REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FEBRUARY 21, 2017

AMENDMENT 1 TO REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FEBRUARY 21, 2017 AMENDMENT 1 TO REQUEST FOR PROPOSALS FOR ENGINEERING SERVICES FEBRUARY 21, 2017 The City of Huron issued a Request for Proposal for Engineering Services on February 1, 2017 ( RFP ). The following are amendments

More information

CALTRANS DBE/ UDBE REQUIREMENTS

CALTRANS DBE/ UDBE REQUIREMENTS Napa County Transportation & Planning Agency 625 Burnell St. Napa, CA 94553 Phone (707) 259-8631 Fax (707) 259-8638 nctpa.net vinetransit.com CALTRANS DBE/ UDBE REQUIREMENTS NCTPA has established a Disadvantage

More information

EXHIBIT 10-J STANDARD AGREEMENT FOR SUBCONTRACTOR/DBE PARTICIPATION

EXHIBIT 10-J STANDARD AGREEMENT FOR SUBCONTRACTOR/DBE PARTICIPATION EXHIBIT 10-J STANDARD AGREEMENT FOR SUBCONTRACTOR/DBE PARTICIPATION 1. Subcontractors A. Nothing contained in this Agreement or otherwise, shall create any contractual relation between the Agency and any

More information

APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS

APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS APPENDIX H DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS I. DBE GOAL The Pennsylvania Department of Transportation (Department) has established,

More information

Special Provision to Item 000 Disadvantaged Business Enterprise in Federal-Aid Contracts

Special Provision to Item 000 Disadvantaged Business Enterprise in Federal-Aid Contracts Special Provision to Item 000 Disadvantaged Business Enterprise in Federal-Aid Contracts 1. DESCRIPTION The purpose of this Special Provision is to carry out the U.S. Department of Transportation's (DOT)

More information

NOTICE INVITING PROPOSALS VARIOUS ENVIRONMENTAL SERVICES RFP NO City of Santa Ana RFP Page ii

NOTICE INVITING PROPOSALS VARIOUS ENVIRONMENTAL SERVICES RFP NO City of Santa Ana RFP Page ii NOTICE INVITING PROPOSALS Tuesday, June 5, 2018 at 4:00 p.m. VARIOUS ENVIRONMENTAL SERVICES RFP NO. 18-043. City of Santa Ana RFP 18-043 Page ii TABLE OF CONTENTS I. INTRODUCTION / PROJECT DESCRIPTION

More information

Special Provision to Item 000 Disadvantaged Business Enterprise in Federal Aid Contracts

Special Provision to Item 000 Disadvantaged Business Enterprise in Federal Aid Contracts Special Provision to Item 000 Disadvantaged Business Enterprise in Federal Aid Contracts 1. DESCRIPTION The purpose of this Special Provision is to carry out the U.S. Department of Transportation's (DOT)

More information

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal Aid Contracts

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal Aid Contracts 2004 Specifications SPECIAL PROVISION 000--1966 Disadvantaged Business Enterprise in Federal Aid Contracts 1. Description. The purpose of this Special Provision is to carry out the U. S. Department of

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL Fifth Street Bridge Replacement Construction Management and Inspection Services Federal Project No. BRLS 5163(027) Date of Request: September 2, 2016 Pre-Proposal Meeting: September

More information

Attachment E DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS

Attachment E DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS Attachment E DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS I. DBE GOAL The Department has established, in connection with this contract, a Disadvantaged Business Enterprise (DBE) goal as specified in

More information

AGREEMENT FOR SERVICES FOR CDBG PROGRAM

AGREEMENT FOR SERVICES FOR CDBG PROGRAM AGREEMENT FOR SERVICES FOR CDBG PROGRAM Agreement No. [Enter #] This Agreement for Services for CDBG Program ( this Agreement ) is entered into in the County of Ventura, State of California, on this [Day]

More information

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: DISADVANTAGED BUSINESS ENTERPRISE (DBE) INSTRUCTIONS TO BIDDERS This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: The contractor, sub recipient or subcontractor

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study CITY OF CHINO HILLS Request for Proposals (RFP) for Water Fixed Assets Assessment Study Date: April 15, 2014 Department: Project Name: Proposal Due Date: Public Works Department Water Fixed Assets Assessment

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

More information

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA The City of San Mateo Public Works Department hereby requests proposals from qualified firms to provide

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL Professional Services GOLD VILLAGE DROUGHT RESILIENCY PROJECT March 2016 YUBA COUNTY COMMUNITY DEVELOPMENT & SERVICES AGENCY DEPARTMENT OF PUBLIC WORKS 915 8 TH STREET, SUITE 125 MARYSVILLE,

More information

SPECIAL PROVISION. Disadvantaged Business Enterprise in State Funded Construction

SPECIAL PROVISION. Disadvantaged Business Enterprise in State Funded Construction 1993 Specifications SPECIAL PROVISION Disadvantaged Business Enterprise in State Funded Construction The purpose of this Special Provision is to carry out the Texas Department of Transportation's policy

More information

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: DISADVANTAGED BUSINESS ENTERPRISE (DBE) INSTRUCTIONS TO BIDDERS This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: The contractor, sub recipient or subcontractor

More information

DISADVANTAGED BUSINESS ENTERPRISE (DBE) SUPPLEMENTAL SPECIFICATION INSTRUCTIONS TO BIDDERS PRE- AWARD REQUIREMENTS

DISADVANTAGED BUSINESS ENTERPRISE (DBE) SUPPLEMENTAL SPECIFICATION INSTRUCTIONS TO BIDDERS PRE- AWARD REQUIREMENTS May 2, 2014 DISADVANTAGED BUSINESS ENTERPRISE (DBE) SUPPLEMENTAL SPECIFICATION It is the policy of the South Carolina Department of Transportation (SCDOT) to ensure nondiscrimination in the award and administration

More information

STATE OF SOUTH DAKOTA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR DISADVANTAGED BUSINESS ENTERPRISE MAY 20, 2015

STATE OF SOUTH DAKOTA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR DISADVANTAGED BUSINESS ENTERPRISE MAY 20, 2015 STATE OF SOUTH DAKOTA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR DISADVANTAGED BUSINESS ENTERPRISE MAY 20, 2015 The Contractor, subrecipient, or subcontractor shall not discriminate on the basis

More information

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction 1993 Specifications SPECIAL PROVISION Disadvantaged Business Enterprise/Historically Underutilized Business in State Funded Construction The purpose of this Special Provision is to carry out the Texas

More information

SDDOT CONSTRUCTION MANUAL PROJECT MANAGEMENT SECTION CHAPTER 5 DISADVANTAGED BUSINESS ENTERPRISE (DBE) TABLE OF CONTENTS. Regulation and Authority 5-2

SDDOT CONSTRUCTION MANUAL PROJECT MANAGEMENT SECTION CHAPTER 5 DISADVANTAGED BUSINESS ENTERPRISE (DBE) TABLE OF CONTENTS. Regulation and Authority 5-2 TABLE OF CONTENTS ITEM PAGE Regulation and Authority 5-2 Annual DBE Goal 5-2 Assigning DBE Contract Goals 5-2 DOT-289R/N and DOT-289R/C 5-2 Preconstruction Meeting 5-2 Monitoring DBEs on the Project 5-2

More information

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services Appendix C Sample Contract for Professional Services Contract # xxxx Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

More information

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION Page 1 OF 6 ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION DEPARTMENT OF TRANSPORTATION POLICY It is the policy of the Department of Transportation that socially and economically disadvantaged

More information

PROCUREMENT POLICY SAN MATEO COUNTY TRANSIT DISTRICT

PROCUREMENT POLICY SAN MATEO COUNTY TRANSIT DISTRICT ATTACHMENT A PROCUREMENT POLICY SAN MATEO COUNTY TRANSIT DISTRICT The San Mateo County Transit District ( District ) is organized and established pursuant to the San Mateo County Transit District Act,

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES REQUEST FOR QUALIFICATIONS (RFQ) FOR TRANSPORTATION PLANNING CONSULTING SERVICES The Northwest Pennsylvania Regional Planning and Development Commission (Northwest Commission) is soliciting Statements

More information

CONSULTANT SERVICES AGREEMENT

CONSULTANT SERVICES AGREEMENT CONSULTANT SERVICES AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into this 20 th day of December, 2012, by and between the City of Rio Vista, a municipal corporation of the State of California

More information

Target Market Professional Services Master Consulting Agreements MBE/WBE SPECIAL CONDITIONS

Target Market Professional Services Master Consulting Agreements MBE/WBE SPECIAL CONDITIONS CITY OF CHICAGO Department of Procurement Services Jamie L. Rhee, Chief Procurement Officer 121 North LaSalle Street, Room 403 Chicago, Illinois 60602-1284 Fax: 312-744-3281 Target Market Professional

More information

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES SILVER FALLS SCHOOL DISTRICT REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES DEADLINE FOR RECEIPT OF RFP: TO BE OPENED BY: May 1, 2016 at 3:00 p.m. Superintendent Andy Bellando Silver Falls School District

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal-Aid Construction

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal-Aid Construction 1995 Metric SPECIAL PROVISION 000---007 Disadvantaged Business Enterprise in Federal-Aid Construction The purpose of this Special Provision is to carry out the U. S. Department of Transportation's (DOT)

More information

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan RFP Release Date January 5, 2018 Proposal Submittal Deadline February 2, 2018-4:00 p.m. Contact Person: Sonya Williams Finance

More information

B. B.E.P.D. means an entity certified as a Business enterprise owned or operated by people with disabilities as defined in MCC

B. B.E.P.D. means an entity certified as a Business enterprise owned or operated by people with disabilities as defined in MCC CITY OF CHICAGO Department of Procurement Services Jamie L. Rhee, Chief Procurement Officer 121 North LaSalle Street, Room 403 Chicago, Illinois 60602-1284 Fax: 312-744-3281 TARGET MARKET SPECIAL CONDITIONS

More information

QUESTIONS - ANSWERS - CLARIFICATIONS CITY OF STOCKTON BICYCLE MASTER PLAN UPDATE FEDERAL PROJECT NO.: ATPLNI-5008(141) PROJECT NO.

QUESTIONS - ANSWERS - CLARIFICATIONS CITY OF STOCKTON BICYCLE MASTER PLAN UPDATE FEDERAL PROJECT NO.: ATPLNI-5008(141) PROJECT NO. QUESTIONS - ANSWERS - CLARIFICATIONS CITY OF STOCKTON BICYCLE MASTER PLAN UPDATE FEDERAL PROJECT NO.: ATPLNI-5008(141) PROJECT NO.: PW1436 Please Note: The submittal deadline for the Request for Proposal

More information

PHASE 1 STAFF FACILITIES LOCKER ROOM

PHASE 1 STAFF FACILITIES LOCKER ROOM CARMEL AREA WASTEWATER DISTRICT Carmel, California REQUEST FOR QUALIFICATIONS CONSTRUCTION/BUILDING SERVICES FOR: PHASE 1 STAFF FACILITIES LOCKER ROOM Issued on: October 14, 2014 QUALIFICATIONS DUE: November

More information

SECTION NOTICE INVITING BIDS

SECTION NOTICE INVITING BIDS SECTION 00020 NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the City of Yuba City, hereafter referred to as Owner, will receive SEALED BIDS at the City Hall, City Clerk s Office, 1201 Civic Center Blvd.,

More information

Request for Proposal # Executive Recruitment Services

Request for Proposal # Executive Recruitment Services Request for Proposal # 2019-001 Executive Recruitment Services Due Date: July 19, 2018 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500 N. Main Street,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR LEGAL SERVICES 750 Commerce Drive, Suite 110 Decatur, Georgia 30030 TABLE OF CONTENTS PART I INTRODUCTION... PAGE 1.1 Definitions...3 1.2 Profile of the...3 PART II STATEMENT

More information

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California April 27, 2017 Subject: Request for Proposals Engineering Design Services and Construction Management for the Sewer Lining Project on Cypress, Essexfells, Vega, and Florentina. The City of Alhambra is

More information

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day

More information

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1 CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2015 - Edition 1 THIS CONTRACT is made and entered into this day of, 20, by and between the COUNTY OF MARIN, hereinafter referred to as

More information

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR By and Between WILLIAM S. HART UNION HIGH SCHOOL DISTRICT And Dated as of TABLE OF CONTENTS Page RECITALS... 1 PART 1 PROVISION OF CM SERVICES... 1 Section

More information

RE: Request for Proposals (RFP) Consultant Services for Public Transit Board Training

RE: Request for Proposals (RFP) Consultant Services for Public Transit Board Training State of Vermont Agency of Transportation Contract Administration Finance & Administration One National Life Drive [phone] 802-828-2641 Montpelier VT 05633-5001 [fax] 802-828-5545 http://vtrans.vermont.gov/

More information

REQUEST FOR PROPOSALS RFP DH Small Boat Harbors Parking Management Consulting Services

REQUEST FOR PROPOSALS RFP DH Small Boat Harbors Parking Management Consulting Services File No. Small Boat Harbor Parking Management Docks and Harbors Department REQUEST FOR PROPOSALS RFP DH06-010 Small Boat Harbors Parking Management Consulting Services Issued By: Date: August 26, 2005

More information

SUU Contract for Workshops and Entertainment

SUU Contract for Workshops and Entertainment SUU Contract for Workshops and Entertainment 1. PARTIES: This contract is between Southern Utah University, an institution of higher education of the State of Utah located at 351 West University Boulevard,

More information

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606)

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606) NOTICE TO CONTRACTORS Sealed bids, addressed to Ballwin Public Works, 14811 Manchester Road, Ballwin, Missouri 63011 for the proposed work will be received by the City of Ballwin until 10:00 AM (prevailing

More information

CUYAHOGA COUNTY REQUEST FOR PROPOSAL

CUYAHOGA COUNTY REQUEST FOR PROPOSAL CUYAHOGA COUNTY REQUEST FOR PROPOSAL Issue date: RFP title: RFP #JA-13-28478 EMERGENCY ALERT SYSTEM MAINTENANCE Department Address: Cuyahoga County Department of Public Safety and Justice Services 310

More information

Transurban Standard Terms and Conditions

Transurban Standard Terms and Conditions Transurban Standard Terms and Conditions 1. General. 1.1 In the absence of an existing written contract between the parties in effect as of the Purchase Order date for the particular goods or services

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH REQUEST FOR PROPOSAL FOR Full Cost Allocation Plan and Citywide User Fee and Rate Study Finance Department CITY OF HUNTINGTON BEACH Released on October 17, 2007 Full Cost Allocation Plan and Citywide User

More information

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk CMAA Document CMAR-1 Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk 2004 EDITION This document is to be used in connection with CMAA Standard Form of Contract

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES WITNESSETH TERM

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES WITNESSETH TERM MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES THIS MASTER AGREEMENT (Agreement) is made and entered into by the University of Washington (Owner), and (Consultant). Owner

More information

AGREEMENT. WITNESS: This Agreement has been entered into by and between the

AGREEMENT. WITNESS: This Agreement has been entered into by and between the AGREEMENT WITNESS: This Agreement has been entered into by and between the GOLDEN GATE BRIDGE, HIGHWAY AND TRANSPORTATION DISTRICT (hereinafter GGBHTD ) and the MARIN COUNTY TRANSIT DISTRICT (hereinafter

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

COMMISSION ADOPTED POLICY Procurement Policy

COMMISSION ADOPTED POLICY Procurement Policy Procurement Policy Adopted: December 16, 2014 Revised: N/A Page 1 of 6 1.0 Purpose and Need All procurement shall be in accordance with the Code of Virginia 2.2-4300, the Virginia Public Procurement Act,

More information

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

More information

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES On this day of, 2017, the Board of Commissioners of the Port of New Orleans hereinafter sometimes

More information

COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA

COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA REQUEST FOR PROPOSAL ( RFP ) PROPOSAL #: CA19-0001 RFP for Court Reporting Services To: The Eighteenth

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING Release Date: Friday, January 19, 2018 Due Date: Friday, February 16, 2018, 4:00 p.m. Housing Programs

More information

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/ Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR 72201 Phone 501/ 340-8390; Fax 501/ 340-8352 RFP #: RFP-17-005 REQUEST FOR PROPOSAL for FORENSIC AUDIT YORKWOOD IMPROVEMENT

More information

ORDINANCE NO

ORDINANCE NO 1 1 1 0 1 ORDINANCE NO. 0- AN ORDINANCE OF THE BOARD OF COUNTY COMMISSIONERS OF BROWARD COUNTY, FLORIDA, PERTAINING TO COUNTY PROCUREMENT AND CONTRACTING OPPORTUNITIES FOR COUNTY BUSINESS ENTERPRISES;

More information

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

EXHIBIT B CRITERIA AND BILLING FOR EXTRA SERVICES EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: A. Making revisions

More information

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CMD ATTACHMENT 3

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CMD ATTACHMENT 3 CITY & COUNTY OF SAN FRANCISCO Requirements for Contracts For Contracts $300,000 & over that are Advertised on or after August 1, 2016 PART I. GENERAL 1.01 SAN FRANCISCO ADMINISTRATIVE CODE CHAPTERS 12B

More information

Request for Proposal ACTUARIAL CONSULTING SERVICES

Request for Proposal ACTUARIAL CONSULTING SERVICES Request for Proposal for ACTUARIAL CONSULTING SERVICES October 12, 2005 1. Introduction The Board of Trustees of State Institutions of Higher Learning (IHL), through the Office of Insurance & Risk Management

More information

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018 REQUEST FOR QUALIFICATIONS For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018 San Joaquin County Department of Public Works 1810 East Hazelton

More information

Operational Procedure: Section TABLE OF CONTENTS

Operational Procedure: Section TABLE OF CONTENTS TABLE OF CONTENTS POLICY STATEMENT 3 DEFINITIONS 4 ESTABLISHMENT OF GOALS 5 DESIGNATION OF A PROGRAM DIRECTOR FOR MWBE PROGRAMS 5 PROCEDURES TO ENSURE THAT MWBEs HAVE EQUITABLE OPPORTUNITY TO COMPETE FOR

More information

Sample Request For Proposals

Sample Request For Proposals Sample Request For Proposals California Education Coalition for Health Care Reform A Joint Labor-Management Committee NOTICE TO BIDDERS HEALTH CARE INSURANCE NOTICE IS HEREBY GIVEN that the (name of district>.

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND This AGREEMENT, is made and entered into this day of, 2019, by and between the CITY OF EL SEGUNDO, a municipal corporation ( CITY ) and,

More information

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows: A. Definitions Contract No. 13139BO0 As used in this Contract the terms are defined as follows: 1. County and/or Owner shall mean the Board of County Supervisors of Prince William County, Virginia, or

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SOFTWARE SUPPORT AGREEMENT TRITECH SOFTWARE SYSTEMS

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SOFTWARE SUPPORT AGREEMENT TRITECH SOFTWARE SYSTEMS HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO SOFTWARE SUPPORT AGREEMENT TRITECH SOFTWARE SYSTEMS Board Date: August 3, 2017 HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 1 TO Software

More information

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES May 10, 2011 GENERAL INFORMATION Introduction The City of Salinas (City) seeks qualification submittals from firms or individuals

More information

EXHIBIT 15-G CONSTRUCTION CONTRACT DBE COMMITMENT

EXHIBIT 15-G CONSTRUCTION CONTRACT DBE COMMITMENT Local Assistance Procedures Manual Exhibit 15-G Construction Contract DBE Commitment EXHIBIT 15-G CONSTRUCTION CONTRACT DBE COMMITMENT 1. Local Agency: 2. Contract DBE Goal: 3. Project Description: 4.

More information

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK CITY OF MOBILE REQUEST FOR PROPOSALS RFP: 2018-006 FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK The City of Mobile is seeking proposals for the operation of food concession stands,

More information

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Issue Date: March 28, 2013 Responses due: April 18, 2013, 4:00 p.m. Pacific Local Time REQUEST FOR PROPOSAL I. PURPOSE OF REQUEST The

More information

SPECIAL CONDITIONS REGARDING MINORITY OWNED BUSINESS ENTERPRISE AND WOMEN OWNED BUSINESS ENTERPRISE FOR WORK SERVICES

SPECIAL CONDITIONS REGARDING MINORITY OWNED BUSINESS ENTERPRISE AND WOMEN OWNED BUSINESS ENTERPRISE FOR WORK SERVICES CITY OF CHICAGO Department of Procurement Services Jamie L. Rhee, Chief Procurement Officer 121 North LaSalle Street, Room 403 Chicago, Illinois 60602-1284 Fax: 312-744-3281 WORK SERVICES MBE & WBE SPECIAL

More information

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA City of Redmond, Washington Purchasing Division, M/S: 3SFN 15670 NE 85th Street PO Box 97010 Redmond, WA 98073-9710 Request for Proposal The City of Redmond is interested in seeking proposals from qualified

More information

Submitter shall provide the following services: A. SCOPE OF SERVICES: Professional Engineering Services - Construction Services

Submitter shall provide the following services: A. SCOPE OF SERVICES: Professional Engineering Services - Construction Services The City of Blue Springs, Missouri, Engineering Department, invites you to submit a proposal and statement of qualifications regarding Professional Engineering and Construction Services for the 2014 Sni-A-Bar

More information

Alameda County Transportation Commission SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION

Alameda County Transportation Commission SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION For Alameda CTC-funded projects subject to the Local Business Contract Equity (LBCE) Program Note to Project Sponsor: Be sure that your legal staff reviews

More information

LOBBYGUARD SOLUTIONS, LLC RESELLER AGREEMENT

LOBBYGUARD SOLUTIONS, LLC RESELLER AGREEMENT LOBBYGUARD SOLUTIONS, LLC RESELLER AGREEMENT This Reseller Agreement (this "Agreement") is effective the day of 2016 (the "Effective Date") by and between LobbyGuard Solutions, LLC, a North Carolina limited

More information

Request for Proposal # Postage Meter Lease & Maintenance Service

Request for Proposal # Postage Meter Lease & Maintenance Service Request for Proposal # 2018-025 Postage Meter Lease & Maintenance Service Due Date: October 19, 2017 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500

More information

SMALL BUSINESS PARTICIPATION POLICY TABLE OF CONTENTS

SMALL BUSINESS PARTICIPATION POLICY TABLE OF CONTENTS SMALL BUSINESS PARTICIPATION POLICY TABLE OF CONTENTS ARTICLE 1 GENERAL PROVISIONS... 2 1 101 Policy, Purposes, Rules of Construction... 2 1 102 Effective Date... 3 1 103 Continual Review of Policy...

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

General Conditions for Consultancy Services Agreements

General Conditions for Consultancy Services Agreements Tebodin Middle East Ltd. P.O. Box 2652, Abu Dhabi, United Arab Emirates General Conditions for Consultancy Services Agreements 6 01.08.2016 Effective date definition changed and Vendor Declaration added

More information

BID FOR LUMP SUM CONTRACT

BID FOR LUMP SUM CONTRACT SECTION 1.A BID FOR LUMP SUM CONTRACT Date: BID OF (hereinafter called "Bidder") a corporation* organized and existing under laws of the State of, a partnership* consisting of, an individual* trading as,

More information

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation TOWN OF BERLIN VERMONT July 7, 2015 Request for Proposal Landscape Design and Installation Table of Content PART 0- INSTRUCTIONS TO THE BIDDERS 2 INVITATION TO BID 2 THE DATE OF SOLICITATION: 2 THE PROJECT:

More information

January 18, Request for Proposals. for

January 18, Request for Proposals. for January 18, 2017 Request for Proposals for Preparation of Tulare County Transit Authority (TCTA) Fiscal Audits for Years 2016/17, 2017/18 and 2018/19 from the Tulare County Association of Governments (TCAG)

More information

ARTICLE 8: BASIC SERVICES

ARTICLE 8: BASIC SERVICES THE SCOPE OF SERVICES ADDED BY THIS AMENDMENT IS FOR A CM AT RISK PROJECT ONLY. THE SCOPE OF SERVICES SPECIFIED BELOW INCLUDES ARTICLES 8.1, 8.3, 8.4, 8.5, 8.6, 8.7 AND 8.8. THE SERVICES SPECIFIED IN ARTICLE

More information

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS CLOSING TIME: RFP S ARE DUE NOT LATER THAN 10:00 A.M. ON January 30, 2017 200 N. 12 th STREET CORSICANA,

More information

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ)

COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) COUNTY OF SONOMA PUBLIC SAFETY REALIGNMENT CONSULTANT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) Due: August 26, 2011 by 2:00pm Statements shall be submitted to: County of Sonoma Probation Department Attn:

More information

NAPA SANITATION DISTRICT Napa, California

NAPA SANITATION DISTRICT Napa, California NAPA SANITATION DISTRICT Napa, California REQUEST FOR QUALIFICATIONS MST RECYCLED WATER PIPELINE EXTENSION PROJECT (CIP 14726) Issued on November 11, 2015 STATEMENTS DUE: December 8, 2015 AT 2:00 PM In

More information

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

More information

REQUEST FOR STATEMENTS OF QUALIFICATIONS Construction Manager at Risk for Las Vegas Wash Main Branch Channel & Trail Improvements

REQUEST FOR STATEMENTS OF QUALIFICATIONS Construction Manager at Risk for Las Vegas Wash Main Branch Channel & Trail Improvements REQUEST FOR STATEMENTS OF QUALIFICATIONS Construction Manager at Risk for Las Vegas Wash Main Branch Channel & Trail Improvements RSOQ NO. 007 040 PWP CL 2011 181 May 2, 2011 CITY OF NORTH LAS VEGAS REQUEST

More information