Loading...
HomeMy Public PortalAbout05 May 23, 2022 Western Riverside County Programs and ProjectsTime: Date: Location: RIVERSIDE COUNTY TRANSPORTATION COMMISSION MEETING AGENDA Western Riverside County Programs and Projects Committee 1:30 p.m. May 23, 2022 BOARD ROOM County of Riverside Administration Center 4080 Lemon St, First Floor, Riverside CA 92501 COMMITTEE MEMBERS Ben J. Benoit, Chair/Joseph Morabito, City of Wildomar Brian Berkson, Vice Chair/Guillermo Silva, City ofJurupa Valley Wes Speake/Jim Steiner, City of Corona Clint Lorimore/Todd Rigby, City of Eastvale Linda Krupa/Malcolm Lilienthal, City of Hemet Bill Zimmerman/Dean Deines, City of Menifee Yxstian Gutierrez/Edward Delgado, City of Moreno Valley Ted Hoffman/Katherine Aleman, City of Norco Michael Vargas/Rita Rogers, City of Perris Kevin Jeffries, County of Riverside, District I Karen Spiegel, County of Riverside, District II Jeff Hewitt, County of Riverside, District V STAFF Anne Mayer, Executive Director John Standiford, Deputy Executive Director AREAS OF RESPONSIBILITY Air Quality, Capital Projects, Communications and Outreach Programs, Intermodal Programs, Motorist Services, New Corridors, Regional Agencies/Regional Planning, Regional Transportation Improvement Program (RTIP), Specific Transit Projects, State Transportation Improvement Program (STIP) Transportation Uniform Mitigation Fee (TUMF) Program, and Provide Policy Direction on Transportation Programs and Projects related to Western Riverside County and other areas as may be prescribed by the Commission. Comments are welcomed by the Commission. If you wish to provide comments to the Commission, please complete and submit a Speaker Card to the Clerk of the Board. RIVERSIDE COUNTY TRANSPORTATION COMMISSION WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE www.rctc.orq AGENDA * *Actions may be taken on any item listed on the agenda 1:30 p.m. Monday, May 23, 2022 BOARD ROOM County Administrative Center 4080 Lemon Street, First Floor Riverside, California In compliance with the Brown Act and Government Code Section 54957.5, agenda materials distributed 72 hours prior to the meeting, which are public records relating to open session agenda items, will be available for inspection by members of the public prior to the meeting on the Commission's website, www.rctc.orq. In compliance with the Americans with Disabilities Act, Government Code Section 54954.2, Executive Order N-29-20, and the Federal Transit Administration Title VI, please contact the Clerk of the Board at (951) 787-7141 if special assistance is needed to participate in a Committee meeting, including accessibility and translation services. Assistance is provided free of charge. Notification of at least 48 hours prior to the meeting time will assist staff in assuring reasonable arrangements can be made to provide assistance at the meeting. 1. CALL TO ORDER 2. ROLL CALL 3. PLEDGE OF ALLEGIANCE 4. PUBLIC COMMENTS — Each individual speaker is limited to speak three (3) continuous minutes or less. The Committee may, either at the direction of the Chair or by majority vote of the Committee, waive this three minute time limitation. Depending on the number of items on the Agenda and the number of speakers, the Chair may, at his/her discretion, reduce the time of each speaker to two (2) continuous minutes. Also, the Committee may terminate public comments if such comments become repetitious. In addition, the maximum time for public comment for any individual item or topic is thirty (30) minutes. Speakers may not yield their time to others without the consent of the Chair. Any written documents to be distributed or presented to the Committee shall be submitted to the Clerk of the Board. This policy applies to Public Comments and comments on Agenda Items. Western Riverside County Programs and Projects Committee May 23, 2022 Page 2 Under the Brown Act, the Board should not take action on or discuss matters raised during public comment portion of the agenda which are not listed on the agenda. Board members may refer such matters to staff for factual information or to be placed on the subsequent agenda for consideration. 5. ADDITIONS/REVISIONS (The Committee may add an item to the Agenda after making a finding that there is a need to take immediate action on the item and that the item came to the attention of the Committee subsequent to the posting of the agenda. An action adding an item to the agenda requires 2/3 vote of the Committee. If there are less than 2/3 of the Committee members present, adding an item to the agenda requires a unanimous vote. Added items will be placed for discussion at the end of the agenda.) 6. CONSENT CALENDAR - All matters on the Consent Calendar will be approved in a single motion unless a Commissioner(s) requests separate action on specific item(s). Items pulled from the Consent Calendar will be placed for discussion at the end of the agenda. 6A. APPROVAL OF MINUTES — APRIL 25, 2022 Page 1 7. AGREEMENT FOR PREPARATION OF THE PROJECT APPROVAL AND ENVIRONMENTAL DOCUMENT FOR THE INTERSTATE-10/HIGHLAND SPRINGS AVENUE INTERCHANGE IMPROVEMENTS Page 13 Overview This item is for the Committee to: 1) Award Agreement No. 22-72-011-00 to Mark Thomas & Company, Inc. to provide Preparation of Project Approval/Environmental Documents (PA/ED) for the I- 10/Highland Springs Avenue Interchange Improvements in the cities of Banning and Beaumont (Project) for a twenty -four -month term in the amount of $2,199,634, plus a contingency amount of $219,963, for a total amount not to exceed $2,419,597, contingent upon final TUMF funding approval by Western Riverside Council of Governments (WRCOG) Executive Committee; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to finalize and execute Agreement No. 22-72-011-00, on behalf of the Commission; 3) Authorize the Executive Director, or designee, to approve contingency work up to the total not to exceed amount as required for these services; 4) Approve Agreement No. 22-72-091-00 with WRCOG for additional Transportation Uniform Mitigation Fee (TUMF) Zone funding for the Project in the amount of $1,000,000; 5) Authorize the Chair or Executive Director, pursuant to legal counsel review, to finalize and execute Agreement No. 22-72-091-00, on behalf of the Commission; 6) Authorize the Executive Director, pursuant to legal counsel review, to execute any future non -funding related amendments to the agreements; and 7) Forward to the Commission for final action. Western Riverside County Programs and Projects Committee May 23, 2022 Page 3 8. AGREEMENTS FOR ON -CALL GEOTECHNICAL INVESTIGATION — LABORATORY AND FIELD TESTING OF MATERIALS Overview This item is for the Committee to: Page 94 1) Award the following agreements to provide On -Call Geotechnical Investigation — Laboratory and Field Testing of Materials for a three-year term, and two one-year options to extend the agreements, in an amount not to exceed an aggregate value of $500,000; a) Agreement No. 22-31-051-00 to Group Delta Consultants, Inc. (Group Delta); b) Agreement No. 22-31-086-00 to Kleinfelder, Inc.; c) Agreement No. 22-31-087-00 to Ninyo & Moore Geotechnical and Environmental Sciences Consultants (Ninyo & Moore); 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreements, including option years, on behalf of the Commission; 3) Authorize the Executive Director, or designee, to execute task orders under the terms of the agreements; and 4) Forward to the Commission for final action. 9. AGREEMENTS FOR ON -CALL RIGHT OF WAY SUPPORT SERVICES Overview This item is for the Committee to: Page 253 1) Award the following agreements to provide on -call right of way support services for a three-year term in an amount not to exceed an aggregate value of $3.3 million: a) Agreement No. 22-31-040-00 to Epic Land Solutions; b) Agreement No. 22-31-080-00 to Monument ROW, Inc.; c) Agreement No. 22-31-081-00 to Overland, Pacific, & Cutler; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreements, on behalf of the Commission; 3) Authorize the Executive Director, or designee, to execute task orders awarded to the consultants under the terms of the agreements; and 4) Forward to the Commission for final action. Western Riverside County Programs and Projects Committee May 23, 2022 Page 4 10. AGREEMENT FOR FREEWAY SERVICE PATROL TOW TRUCK SERVICE Overview This item is for the Committee to: Page 451 1) Award Agreement No. 22-45-073-00 to Royal Coaches Auto Body and Towing, LLC for Freeway Service Patrol (FSP) tow truck services on State Route 91, Beat Nos. 1 and 2, for a five-year term, in the amount of $3,824,793, plus a contingency amount of $191,240, for a total amount not to exceed $4,016,033; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreements on behalf of the Commission; 3) Authorize the Executive Director, or designee, to approve the use of the contingency amount as may be required for these services; and 4) Forward to the Commission for final action. 11. FUNDING AGREEMENT WITH THE CALIFORNIA HIGHWAY PATROL FOR FREEWAY SERVICE PATROL SUPERVISION Page 498 Overview This item is for the Committee to: 1) Approve Agreement No. 22-45-079-00 with the California Highway Patrol (CHP) to provide supervision and operation of the Freeway Service Patrol (FSP) program in Riverside County for a three-year term in an amount not to exceed $2,167,546; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Forward to the Commission for final action. 12. EXECUTIVE DIRECTOR REPORT 13. COMMISSIONER COMMENTS Overview This item provides the opportunity for brief announcements or comments on items or matters of general interest. 14. ADJOURNMENT The next Western Riverside County Programs and Projects Committee meeting is scheduled to be held at 1:30 p.m., Monday, June 27, 2022. AGENDA ITEM 6A MINUTES RIVERSIDE COUNTY TRANSPORTATION COMMISSION WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE Monday, April 25, 2022 MINUTES 1. CALL TO ORDER The meeting of the Western Riverside County Programs and Projects Committee was called to order by Chair Ben J. Benoit at 1:30 p.m. via Zoom Meeting ID: 865 1211 5068. This meeting was conducted virtually in accordance with AB 361 due to state or local officials recommending measures to promote social distancing. 2. ROLL CALL Members/Alternates Present Members Absent Ben Benoit Yxstian Gutierrez Brian Berkson Jeff Hewitt Ted Hoffman Kevin Jeffries Linda Krupa Clint Lorimore Wes Speake Karen Spiegel Michael Vargas Bill Zimmerman 3. PLEDGE OF ALLEGIANCE Commissioner Karen Spiegel led the Western Riverside County Programs and Projects Committee in a flag salute. 4. PUBLIC COMMENTS There were no requests to speak from the public. 5. ADDITIONS/REVISIONS There were no additions or revisions to the agenda. 1 RCTC WRC Programs and Projects Committee Minutes April 25, 2022 Page 2 M/S/C (Lorimore/Speake) to approve the minutes as submitted. 6. APPROVAL OF MINUTES — MARCH 28, 2022 7. 91 EASTBOUND CORRIDOR OPERATIONS PROJECT David Thomas, Toll Project Delivery Director, presented the 91 Eastbound Corridor Operations Project (91 ECOP) project approval and environment document (PA/ED), highlighting the following: • Background/project location map • Project limits/description • Preliminary Traffic Analysis: Heat Map • A map of the 1-15 Express Lanes — Southern Extension (1-15 ELPSE) • Summary ✓ Component of 91 CIP Ultimate Project ✓ Measure A Project - not in 10 -Year Delivery Plan ✓ New Alternatives (Est. $49-$154 million) ✓ Environmental Revalidation (Estimate $5 million, 2-3 years) ✓ Target 2030 Opening (after 1-15 ELPSE) ✓ Caltrans District 8 Support Commissioner Wes Speake expressed appreciation to David Thomas for his presentation and requested to have the heat map displayed. He asked David Thomas to describe these two basically the ELC egress versus the gap closure and noted the gap closure is what is being discussed. David Thomas replied correct. Commissioner Speake clarified that they are basically going to push the congestion from Gypsum Canyon to Green River. David Thomas replied correct, they are essentially by adding a lane at the County Line they are opening up capacity at the bottleneck that exists there today, and more traffic will move into Riverside County faster because of that additional capacity at the County Line. Commissioner Speake asked about the 3:00 p.m. — 4:00 p.m. they are seeing a degradation of about six miles per hour (MPH) average, that is the worst difference, from 30 MPH to 8 MPH is the worst at the State Route 71. He expressed concern for this driving additional cars onto Green River and then turning on Foothill Parkway. There is enough of a change there that he sees the benefit of it with the overall red difference in the before build and getting people into the area. Commissioner Speake asked David Thomas to describe what the differences are in the alternatives. David Thomas replied there are four design variations that the alternative analysis is recommending moving forward with. The initial project in 2012 identified full standard alternative that shifted the centerline of the 91 to the north, much bigger impacts then what is currently being proposed. He explained with the form design variations they all 2 RCTC WRC Programs and Projects Committee Minutes April 25, 2022 Page 3 keep the centerline where it is and proposed widening to the south with different levels of design exemptions to try to minimize the widening and the impact. The biggest footprint and the highest cost alternative include mostly standard cross section as well as adding a second lane to the Green River Road eastbound off ramp as part of it. Commissioner Speake stated being aware that the Green River off ramp has been done several times, but there is room there and it would be nice to be able to use it but unfortunately it will shove people off. He concurred that the downstream stuff needs to be handled before hand especially on 1-15 where they are shoving more cars down there and people are getting that idea that if they get off the freeway they will be traversing through and being caught in a plug that they have at Green River until they can continue with the 1-15 southbound improvements. Commissioner Speake expressed concern that they are not going to be working on anything east of 1-15 other than what they have programmed and is aware that is something that has been pushed off for a while. He expressed those red numbers at the very end do not change at all on the heat map because they are just shoving cars and he sees everything being moved down although it is an improvement. He asked when this goes forward that they analyze the impacts on local streets as he does not want to stop this because it is something that is needed. The eastbound sixth lane is something that has been part of this program since the beginning, but he would like to discuss that issue about what the impacts would be on Green River and Foothill. Anne Mayer stated this falls under the category of fine tuning, this is a segment of the original 91 Project that was intended to be built, it is part of the ED. As they start bringing forward these final pieces of the project, they are on the outskirts of the original 91 Project and as Commissioner Speake mentioned there is still an issue with congestion in the eastbound direction on SR -91 going from Corona into the city of Riverside. She explained they did look at what the impact would be in the eastbound direction if they extended the widening project to its original easterly limit, which is Pierce Street, and it really did not make much of a difference. Anne Mayer stated in order to clear that bottleneck in the eastbound direction it would take extensive improvements well into the city of Riverside beyond Pierce, in order to start making a dent in the eastbound direction beyond McKinley. These are where the tradeoffs start coming, in that many people driving this corridor are driving from Orange County so the overall time savings people are going to experience it will be there, but then there is the challenge of what will people do to avoid any congestion in Riverside County. She noted but will they get off at Green River, which was mentioned and start cutting through the city again. She stated that they are at a point and are recommending going to the next step and perform an PA/ED, but again this project cannot move forward until and unless 1-15 Southern Extension is open to traffic. This is just the initial step to see where they can go with this project, but they are fine tuning around the edges here and every year traffic volumes continue to grow. Anne Mayer stated she believes that they have rebuilt Green River interchange itself three or four times now and widen the ramps about as many times so this would be another addition at Green River. 3 RCTC WRC Programs and Projects Committee Minutes April 25, 2022 Page 4 Commissioner Brian Berkson stated that he is looking at this kind of the same way he looked at the additional lane between Serfas Club and SR -241. This is a major pinch point on the eastbound every single Monday — Friday and every time there seems to be a fire on SR -241 and they have to shut down that toll lane for a while he looks forward to those days because when he comes home without that pinch point the traffic moves smoothly all the way from SR -55 to 1-15. He anticipated because of all the merging off SR -241 from two lanes to one, and then the people wanting to get on the RCTC toll lanes system and all the crisscrossing that eventually when all the projects they have on the boards are complete including this one, they will actually have a really smooth operating line between Orange County and Riverside County and he is looking forward to this. M/S/C (Speake/Berkson) to: 1) Authorize staff to proceed with the Project Approval and Environmental Document (PA/ED) phase for the 91 Eastbound Corridor Operations Project; and 2) Forward to the Commission for final action. 8. SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY AMENDMENT FOR BI - COUNTY RIDESHARE PROGRAM SERVICES AND COMMUTER ASSISTANCE UPDATE Brian Cunanan, Commuter and Motorist Assistance Manager, presented the San Bernardino County Transportation Authority (SBCTA) amendment for the Bi-County Rideshare Program Services and Commuter Assistance update, highlighting the following areas: • Commuter Based Congestion Reduction ✓ Western Riverside County Measure A - 1989, 2009 Commuter Assistance Program ✓ Congestion reduction and more efficient use of transit network and infrastructure investments ✓ Improved quality of life for commuter constituents • Bi-County partnership since 1993 — A map that shows significant intercounty commuting between Riverside and San Bernardino Counties • Employer and Commuter Services provided by IE Commuter ✓ Employer/ Commuter Outreach & Engagement ✓ Employer Services ✓ Ridematching & Information Services ✓ Rideshare Incentives ✓ Guaranteed Ride Home ✓ Vanpool Subsidy Program 4 RCTC WRC Programs and Projects Committee Minutes April 25, 2022 Page 5 M/S/C (Jeffries/Lorimore) to: 1) Approve Agreement No. 20-41-090-02, Amendment No. 2 to Agreement No. 20-41-090-00 with the San Bernardino County Transportation Authority (SBCTA) for a two-year term to reimburse the Commission for an additional amount of $2.4 million, and a total amount not to exceed of $4,800,000, for commuter/employer rideshare (IE Commuter) programs and vanpool program support administered by the Commission, on behalf of both agencies; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Forward to the Commission for final action. 9. MID COUNTY PARKWAY PROJECT STATUS AND REPROGRAMMING OF FUNDS Anne Mayer, Executive Director, explained this item is related to the Mid County Parkway (MCP) Construction Package No. 2. For the past couple of months they have had extensive discussions regarding this project, its scope, and concerns the City of Perris (Perris) has raised. She thanked Clara Miramontes, Perris City Manager, and former City Engineer Habib Motlagh, for their facilitation of all the conversations they have had over the past couple of months, she noted they are joining this meeting as well. She explained in the conversations with the members of Perris City Council the concerns remained consistent related to truck traffic, truck routing, the impact of trucks from adjacent industrial developments, and what the possibilities were related to RCTC's project being able to mitigate the impacts of the truck traffic. She referred to the Perris letter dated April 18, 2022, that she received and was included as an attachment to the agenda about their current requests, which she discussed with the committee. They are looking at what other interim options they may have for continuing progress of the MCP as it was mentioned before with their environmental document approvals, they basically need to start a new construction package every five years or less in terms of maintaining their environmental approvals and maintaining progress on the corridor, as it is a much -needed corridor for east -west traffic. Around the same time there were the news reports related to significant accidents occurring in the county unincorporated area of Ramona Expressway east of Perris. She received an email, which was included as an attachment to the agenda along with some traffic diagrams from Juan Perez, County of Riverside, asking RCTC to work in partnership with the County to implement possibly an interim section of the MCP along that stretch as well. She then presented the MCP Project status and reprogramming of funds, highlighting the following: • MCP area map • County of Riverside Fatal/Severe Injury Collision Pin Maps of Ramona Expressway Segments 1 and 2 Anne Mayer discussed staff's recommendation with the Committee and noted with that overall summary she would be happy to answer any questions. She stated a lot of hard 5 RCTC WRC Programs and Projects Committee Minutes April 25, 2022 Page 6 work has gone into the MCP for almost 20 years and they have had an environmental document in place for several years as well and it is important to maintain progress with the environmental approvals they have. Staff is recommending they defer the section in Perris until a later time at this point in time it is in the Commission's best interests financially, from a MCP standpoint, and most important of all there are significant safety concerns to the east along Ramona Expressway and that should be the number one priority to make sure they are addressing safety concerns as a main focus. Commissioner Jeff Hewitt stated on April 15, 2022, he met Juan Perez down there and he brought two other members including Mark Lancaster, Director of Transportation, County of Riverside Transportation Department, and they went those seven miles and spent quite a bit of time down there. He explained Juan Perez brought those charts along, it is one of the most dangerous stretches in the County they are looking at, and again they are listening to engineers, but they can do some fairly short-term immediate mitigations towards some safety. As they go on and do some widening any things that are done there are not temporary, they fit in with the long-term plans for the MCP and suggested this is something that not only keeps it for the areas of Nuevo, Lake View, and all along going into San Jacinto, but all those people that travel right now from the San Jacinto Valley going east. It is very important and he whole heartedly supports this at this time. Commissioner Linda Krupa concurred with Commissioner Hewitt as ultimately this is stopping the project and redefining it is a big disappointment. She stated going with the safety of the traffic along Ramona Expressway is paramount as they have lost numerous people along that stretch of road. Ultimately with that build out as Commissioner Hewitt noted it would be a permanent fix along that stretch of the road and not temporary fixes, but they do need to look ability to have truck traffic out of the San Jacinto Valley going and connecting to 1-215 and she suggested to keep that in mind while they solve the traffic and safety issues in that stretch of road. Commissioner Karen Spiegel stated it still goes along with what she shared at the last Committee meeting, which is that she is very disappointed that after 20 years and this project was moving forward and there was never a comment made until recently. There are other cities that have had projects and they move forward and expressed they cannot because council changes and there are suddenly new people and take a regional project and shift the whole direction of it. The benefits of interchanges such as the Placentia Interchange they will have the benefit of having that upgraded and not having to pay for it, so it is no longer a regional project if it is not working with the entire MCP so now they have just given Perris an interchange. Commissioner Spiegel stated there are so many other projects within Riverside County that a project of that size $70 million could have gone to another entity, but this has been on the books, and it has been in the CETAP for years. They know that this has been a very necessary project and it is very disappointing and suggested that the Commission is setting precedence and it is another thing they have to be very careful with is they have allowed a city to highjack as there is Measure A and the sales tax that was very specific in that and there are several things to where they have promised the voters of Riverside County not just those in Perris. Commissioner Spiegel 6 RCTC WRC Programs and Projects Committee Minutes April 25, 2022 Page 7 expressed understanding especially with what the city of Corona has gone through and never once did they say stop the project, they just said work with them to get it better. Then the number of demands that Perris has made to let them do a project that has been in the works for so long is very frustrating. Commissioner Brian Berkson concurred with Commissioner Spiegel's comments as he was a little frustrated last month when it was discussed and stated he was hopeful this time around that they might get better results, but it seems that will not be the case. He asked between the purple and the red on the MCP map that was displayed if they were to move forward with this County segment to make any kind of improvements and if they can never come to an agreement to continue that onto the red section ever, then where does the purple section go to as it stops at Perris' boundaries. Is there an alternative backup to go some other way also the money that is geared toward the MCP that has already been budgeted and spent as he is unaware what the earmarks are for that money if it is for a specific type of improvement. If they were to approve the alternative that is being discussed today are those funds still allowed to be used for this kind of improvement because it appears to be more of a road improvement instead of an expressway to get people from SR -79 over to 1-215. Those are the two big questions, and his third question is that he expressed why a city would require RCTC to purchase 12 houses for a buffer and he was not sure what the purpose of that buffer would be because retaining walls or k -rails, there are many other things that do not require an entire house to be torn down to give a buffer. Anne Mayer replied typically on a project like this they would do noise studies and install a sound wall between the roadway and any homes, which is what they have done typically anywhere one of their projects impacts a residential area. Perris is interested in having more of a buffer between the roadway and these 12 homes, they asked that these homes be removed and is also adjacent to Paragon Park so it would be continuous to the park as well, which is her understanding of the request. She explained with respect to the funding, they had planned for this initial phase of the Construction Package No. 2 to invest about $57 million - $58 million. In fact, they already have $36 million programmed for right of way (ROW) acquisition to start acquiring parcels for this interim section in Perris and they have another $14 million or $15 million that was anticipated to be allocated for the design work and environmental work and there was another section of local programming dollars. She stated there was $57 million - $58 million that was already either allocated or soon to be allocated for a package in Perris and they will need to deprogram the funds that were programmed and create new allocation packages to allocate the funding. They will need to go through a programming exercise to move the money from the segment in Perris to the segment along Ramona Expressway in the County. They first need to scope a new project and come up with new cost estimates, but they will have to go through a programming exercise to pivot. Anne Mayer noted back to Commissioner Berkson's initial question, Ramona Expressway is a continuous corridor in the County as it sweeps south of Lake Perris and then starts heading in a north/westerly direction so this will be a usable segment whether or not they continue in 7 RCTC WRC Programs and Projects Committee Minutes April 25, 2022 Page 8 through the city of Perris, but the intent is to eventually continue westerly into the city of Perris. Commissioner Kevin Jeffries stated that he supports Perris protecting what it perceives to be the rights and needs of its residents first and foremost with the caveat of the bigger picture issue. He asked if this project could move forward without Perris being onboard. Anne Mayer replied they have an environmental document that has already been approved and certified that would allow them to proceed so on one hand the answer is yes, they could keep going. However, in order to build some signals in their ROW, because they would need to connect to city streets, they would need permits from Perris. Commissioner Jeffries stated so that would be the challenge of moving forward without a partner. Anne Mayer replied yes and without any certainty that they could continue to spend millions of dollars on a project that is controversial in the city that would be dependent on the execution of cooperative agreements and issuance of permits. In response to Commissioner Jeffries' question about the total amount that has been spent to date, Anne Mayer replied the total to date on the MCP about $150 million. In response to Commissioner Jeffries' clarification by adjusting they can salvage some of that for continued public benefit, Anne Mayer replied yes they can. Commissioner Jeffries stated as an obligation he has to his constituents, when the route is reconfigured back to Ramona Expressway, which has horrendous accidents they are going to get from SR -79 to 1-215 and they are going to drive up to 1-215 and see the freeway at a dead stop and they will in some cases go over the freeway and head to SR - 91 or 1-15 onto Cajalco Road, which is a two-lane road. He explained if he had asked Juan Perez to provide the maps, he could have showed the Committee the maps of the number of fatalities and accidents on Cajalco Road, which is equal or are greater than Ramona Expressway. He expressed that problem was going to continue no matter what route the MCP was going to go, and it has to be addressed. Now it will need to be addressed even sooner because if they are not sending them to the new Placentia Interchange, they are going to come straight to Cajalco Road, and it has to be resolved going forward. Commissioner Jeffries expressed concern on his behalf, for the of residents of Mead Valley, and on behalf of the Second District for who is about to inherit all the Lake Matthews/La Sierra area. He explained he respects the city of Perris making sure it protects the interests of the residents impacted by this but there is a greater good here to try to figure out what they are going to do because throwing away $150 million is not an acceptable alternative especially given the number of fatalities and injuries occurring on their existing roads today. He stated he does support the current proposal. 8 RCTC WRC Programs and Projects Committee Minutes April 25, 2022 Page 9 Anne Mayer clarified just a reminder for the Committee Members as well and it was mentioned in the staff report, but she wanted to reiterate it especially in light of the comments Commissioner Jeffries just made. When this Commission approved the environmental document for the MCP, but also adopted another separate commitment that this Commission would provide funding for Cajalco Road between 1-215 and 1-15 proportionally to the improvements being made on the eastside of 1-215. As they make improvements along Ramona Expressway, they will also need to provide funding to the County for the Cajalco Road widening to the west. They have been setting the stage for doing that and the County is currently working on the environmental document, so they will be able to start implementing that further when the County has full environmental approval of Cajalco Road. Commissioner Ted Hoffman stated that Anne Mayer just answered his question and Commissioner Berkson asked the other question he had. He then asked if the environmental documents for Ramona Expressway through the County have not been done but the funding has been issued for it. Anne Mayer replied the MCP environmental document is done all the way from 1-215 all the way to Sanderson or SR -79 in San Jacinto. The stretch of Ramona Expressway that is being discussed here is covered by that ultimate improvement, so the environmental document is approved, and they will need to come back for authorization to do this, but they will need to do some updated technical studies depending on the scope of work they have. She stated overall she would anticipate any work they do on Ramona Expressway will be within the footprint of the already approved environmental document. Commissioner Michael Vargas expressed appreciation to Anne Mayer for reaching out to some of his colleagues and putting in her time and effort in trying to come up with a resolution on this. He referred to the Perris letter and stated Option la with removing the houses, he understands the position behind RCTC, the second option to go a different route he understood from staff that was an estimated adjustment of $5 million. He is uncertain where they are getting the higher numbers from because it is not that significantly high. He expressed overall after all these meetings and time spent, they did not just shove this to the side and flat out say no, they came up with a resolution from the council majority and recommended two options. Regarding Option la - because those homes were not in the original plan to eliminate and stated he understood the policy behind that so that could be significantly higher, but Option 2 would not have been as high as Anne Mayer stated, but he is not the expert either he is coming from the direction from his staff. Commissioner Vargas expressed the ultimate point here that comes from the majority of his council is that this is not the original plan that was agreed upon in the city of Perris. This is an interim project and if this were the ultimate, which they all know they do not have the funding for that there would be no issues because they are not stopping in the middle of the city of Perris and dropping all the traffic off. He stated it is not just about trucks, MCP was never designated to accommodate trucks as their region did not have that many warehouses back when this all started being talked about. This was way before he moved to Perris in 2004 and these warehouses have come 9 RCTC WRC Programs and Projects Committee Minutes April 25, 2022 Page 10 over since then but that creates a concern with the majority of his council is that now the fact that this will end in middle of their city, will deploy a lot trucks into their city, that is the area they are trying to mitigate, and it is not a fair statement to indicate they just want to stop this plan. He expressed understanding the mission of this Commission as he sits on this Commission, and he represents everybody in this region not just the city of Perris and they all have to make choices on what is best for this region. Commissioner Vargas stated he is one of five and he has a council with a majority, which he has to stand behind his majority, but it is a true statement to know that this is not the original plan. The original plan was never going to stop at Redlands Avenue it was going to continue all the way onto 1-215 so it is a big ask now to come back and now there is a school in place and there are different residents in that area, so they bring up legitimate concerns and issues. He noted they did come up with a couple solutions and he suggested Option 2 would be more viable then obviously the first one because they would have to take out 12 homes. He stated Anne Mayer has come through with her staff and has created a temporary alternative that they can re-route this right now and then come back and see how they can get this finalized through Perris. He expressed appreciation to Anne Mayer for coming up with this plan, he supports it as well and for all her effort that she went through on this and for his colleagues as well. Commissioner Wes Speake concurred with Commissioner Jeffries comments and stated that he respects the city of Perris for making the choice. He expressed appreciation that staff found another way, which may not be the perfect way, but he concurred that Ramona Expressway needs some help. He is concerned as Commissioner Jeffries stated about Cajalco Road because it does dump into an area that is notoriously another problem. They had a discussion earlier in the previous item about moving this bottleneck back and forth where they are shoving this too. He concurred that Cajalco needs attention for all the obvious reasons, and he has seen many accidents there and deaths, but he wanted to make sure they continue to keep talking about it as they did on the previous item the impacts of moving those bottlenecks around. It is very important that people understand them and were able to either try and mitigate for them and he is aware that staff has been working really hard with Juan Perez and the Riverside County Transportation Department to ensure that these other projects like Cajalco and projects in Temescal Canyon continue to push forward, and they all need to be apart of the conversation. He stated as Anne Mayer has said many times, they cannot build their way out of this, and this is the perfect example of that and even the previous item as well. For what has been presented he can sympathize with the council in Perris and hopefully they can find a way to get these folks moved around and have the money that they have spent not be a waste but find ways to go forward with what staff proposed. Clara Miramontes, City of Perris City Manager, expressed appreciation to Anne Mayer for really working collaboratively with the city of Perris and going out of her way to meet with their City Council, herself, and Perris staff in order to find a solution to see how they can move this project forward. She stated that she will not repeat things that have already been said but Perris is aware of the funding limitations and in consideration of that knowingly that they wanted to see how they could find some solutions. She explained 10 RCTC WRC Programs and Projects Committee Minutes April 25, 2022 Page 11 they have been working with Anne Mayer with the understanding that the corridor proposed interim improvements as presented to them is different than the original alignment. Originally the corridor was intended to connect directly onto Placentia Avenue Interchange, however the interim improvements at the time the Placentia Interchange began construction that interim design was not yet completed. She stated that Perris was able to find out about the changes after the start of construction of the Placentia Interchange and knowing that they were trying to find a solution after so many funds had already been expended on this interchange to see how they can move forward. She stated by ending the corridor at Redlands Avenue this now is causing increased traffic and noise to some of the local areas, residents in the area, there is a park, a school, and a fire station along Placentia Avenue. After much discussion in trying to move forward the council majority as Commissioner Vargas indicated did recommend moving forward in support of the interim improvements with some mitigation. She explained the mitigation that staff is recommending is very typical of any mitigation that causes traffic impacts throughout the city. They understand that Option 1 is a little bit more cumbersome and more costly because of those 12 homes and some of those homes were already slated to be removed as part of the original design. Option 2, which is to divert truck traffic northbound would eventually connect all truck traffic back to Placentia Avenue onto the interchange at Indian Avenue. Ms. Miramontes stated they were the city willing to work with RCTC so that they do not deviate from the environmental document and jeopardize the environmental document, and for Perris to take part of those projects in cooperation with RCTC. She noted that the Perris letter dated April 18, 2022, reflects the comments she just made and thanked Anne Mayer for trying to work with Perris. M/S/C (Hewitt/Krupa) to: 1) Receive and file an update on negotiations with the city of Perris (City) regarding Mid County Parkway (MCP) since the March 28, 2022 Western Riverside County Programs and Projects Committee meeting; 2) Direct staff to defer work on the Mid County Parkway Construction Package 2 from Redlands Avenue to Ramona Expressway (MCP2) as currently scoped within the city; 3) Direct staff to work with the county of Riverside (County) to scope a different construction package within County jurisdiction, along Ramona Expressway, to address ongoing safety issues and continue progress on the overall MCP project; 4) Direct staff to return to the Commission at a future date with recommendations to reprogram funds currently committed to MCP2 onto the newly scoped package, and; 5) Forward to the Commission for final action. 11 RCTC WRC Programs and Projects Committee Minutes April 25, 2022 Page 12 10. EXECUTIVE DIRECTOR REPORT 10A. Anne Mayer announced on April 21 there was a Ribbon Cutting Ceremony for the Railroad Canyon/I-15 Interchange in the city of Lake Elsinore. It was a fun event and great to celebrate in person, and Commissioner Bob Magee was an outstanding emcee for the event. Congressman Ken Calvert made sure that he made it known that they better hurry up and widen the 1-15 all the way down to the city of Lake Elsinore. 10B. They are working on a date for the opening ceremony for the SR -60 Truck Lane Project. 11. COMMISSIONER COMMENTS 10A. Commissioner Spiegel expressed working with Anne Mayer has been a learning experience and her ability to compromise and work with 34 Commissioners and to come up with solutions. When they express being frustrated about a project that is not going in the direction they want, the ability to share that and then Anne Mayer came in with some creative ideas as this has happened in several places within Riverside County. She expressed appreciation for Anne Mayer's ability to keep the pieces continually moving as changes have to be made and her ability to work with this many entities and to keep this organization on a straight path. Anne Mayer thanked Commissioner Spiegel and stated they have a great team and will keep moving to keep progress going. 12. ADJOURNMENT There being no further business for consideration by the Western Riverside County Programs and Projects Committee, the meeting was adjourned at 2:40 p.m. Respectfully submitted, Lisa Mobley Administrative Services Manager/ Clerk of the Board 12 AGENDA ITEM 7 RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: May 23, 2022 TO: Western Riverside County Programs and Projects Committee FROM: David Lewis, Capital Projects Manager THROUGH: Marlin Feenstra, Project Delivery Director SUBJECT: Agreement for Preparation of the Project Approval and Environmental Document for the Interstate-10/Highland Springs Avenue Interchange Improvements STAFF RECOMMENDATION: This item is for the Committee to: 1) Award Agreement No. 22-72-011-00 to Mark Thomas & Company, Inc. to provide Preparation of Project Approval/Environmental Documents (PA/ED) for the I-10/Highland Springs Avenue Interchange Improvements in the cities of Banning and Beaumont (Project) for a twenty -four -month term in the amount of $2,199,634, plus a contingency amount of $219,963, for a total amount not to exceed $2,419,597, contingent upon final TUMF funding approval by Western Riverside Council of Governments (WRCOG) Executive Committee; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to finalize and execute Agreement No. 22-72-011-00, on behalf of the Commission; 3) Authorize the Executive Director, or designee, to approve contingency work up to the total not to exceed amount as required for these services; 4) Approve Agreement No. 22-72-091-00 with WRCOG for additional Transportation Uniform Mitigation Fee (TUMF) Zone funding for the Project in the amount of $1,000,000; 5) Authorize the Chair or Executive Director, pursuant to legal counsel review, to finalize and execute Agreement No. 22-72-091-00, on behalf of the Commission; 6) Authorize the Executive Director, pursuant to legal counsel review, to execute any future non -funding related amendments to the agreements; and 7) Forward to the Commission for final action. BACKGROUND INFORMATION: At the request of the cities of Banning and Beaumont (Cities), the Commission managed the preparation of a Project Study Report (PSR) for the Project. The study analyzed potential alternatives for modifying the existing local roads, interchange, and ramps to improve circulation at the interchange and surrounding local roads. The PSR was completed and approved by Caltrans on December 10, 2021. Agenda Item 7 13 Agreement No. 20-31-008-00 with the Cities established the Commission as the lead for the PSR. On May 18 and 25, 2021, RCTC presented an update on the project to the Cities, respectively. The presentation noted that the PSR phase was nearing completion and that the project would be ready to enter the next phase, PA/ED. The Cities concurred and Agreement No. 20-31-008-01 between the Cities and the Commission was amended on May 25, 2021, to establish the Commission as the lead for the PA/ED phase of the project. Cooperative Agreement No. 20-31-025-00 with Caltrans provided for their oversight and review in the development of the PSR. On October 7, 2021, Cooperative Agreement No. 22-72-012-00 was executed with Caltrans to provide oversight and review during the development of the PA/ED document. There is no cost associated with this agreement. The PSR was completed by Commission and Bechtel staff under the existing Bechtel contract, Agreement No. 21-31-065-00. Bechtel staff working under the current contract have a long history of working with Caltrans District 8 to deliver similar projects and therefore were able to cost-effectively prepare the PSR. DISCUSSION: Procurement Process for PA/ED Pursuant to Government Code 4525 et seq, selection of architect, engineer, and related services shall be on the basis of demonstrated competence and on professional qualifications necessary for the satisfactory performance of the services required. Therefore, staff used the qualification method of selection for the procurement. Evaluation criteria included elements such as firm experience and stability, quality and experience of project manager, quality and experience of key personnel, familiarity with Caltrans PA/ED procedures, project understanding and approach, and the ability to respond to the requirements set forth under the terms of a request for qualifications (RFQ). RFQ No. 22-72-011-00 for the PA/ED for the 1-10 Highland Springs Interchange Improvements was released by staff on December 16, 2021. The RFQ was posted on the Commission's Planet Bids website, which is accessible through the Commission's website. Through Planet Bids, 87 firms downloaded the RFQ; 11 of these firms are located in Riverside County. A pre -submittal meeting was held on January 12, 2022, and was attended by 18 firms. Staff responded to all questions submitted by potential proposers prior to the January 20, 2022, clarification deadline. Four firms — EXP U.S. Services, Inc. (San Bernardino); Kimley-Horn and Associates, Inc. (Orange); Mark Thomas & Company, Inc. (Rancho Cucamonga); and WSP USA Inc. (Orange) — submitted responsive and responsible statements of qualifications prior to the 2:00 p.m. submittal deadline on February 3, 2022. Based on the evaluation criteria set forth in the RFQ, the firms were evaluated and scored by an evaluation committee comprised of Commission, Bechtel, and Cities of Beaumont and Banning staff. Agenda Item 7 14 Based on the evaluation committee's assessment of the written statement of qualifications and pursuant to the terms of the RFQ, the evaluation committee shortlisted and invited two firms (Kimley-Horn and Associates, Inc. and Mark Thomas & Company, Inc.) to the interview phase of the evaluation and selection process. Interviews were conducted on March 8, 2022. The evaluation committee conducted a subsequent evaluation of each firm, based on both written and interview components presented to the evaluation committee by each proposer. Accordingly, the evaluation committee recommends contract award to Mark Thomas & Company, Inc. for the PA/ED phase of the 1-10 Highland Springs Interchange Improvements, as this firm earned the highest total evaluation score. Subsequently, staff negotiated the scope (including the appropriate level of effort, labor categories/mix, etc.), cost, and schedule proposal received from Mark Thomas & Company for the Project services and established a fair and reasonable price, after extensive negotiations. As part of the federal procurement process for architectural and engineering services, the contract is subject to a pre -award audit by Caltrans Audits and Investigations Unit. The proposed cost is $2,199,634 and may change slightly as a result of the pre -award audit and is expected to be finalized prior to Commission approval in June 2022. Staff anticipates completing PA/ED in about two years and advertising for the RFQ about that time. FISCAL IMPACT: Funding for the project is provided by WRCOG, through Funding Agreement No. 20-72-018-00, which allocated $2 million of TUMF funding to the Commission for the PSR phase. The cost to complete the PSR was $473,155, which includes the cost of Caltrans oversight. This leaves $1,526,845 remaining which will be applied to the PA/ED phase of the project. The agreement reimburses the Commission for all its costs associated with the project, including staff and consultant costs. The proposed contract authorization for PA/ED preparation of $2,419,597 exceeds the remaining TUMF funding by $892,752. Commission and City staff coordinated with WRCOG to request TUMF Zone funding so that the PA/ED phase could be advanced. On April 13, 2022, WRCOG held the TUMF Pass Zone meeting during which $1 million in TUMF Zone funding was recommended for programming on the 1-10 Highland Springs Interchange Improvements. As of the writing of this agenda item, the WRCOG Pass Zone Executive Committee is tentatively scheduled to meet the week of May 23, 2022, at which time it is anticipated the committee will approve the recommended programming. Following Pass Zone Executive Committee approval, the item would then go to the full WRCOG Executive Committee for final approval. It is anticipated this process will take until June 2022, therefore the execution of the agreements with Mark Thomas & Company, Inc. and WRCOG will be contingent on WRCOG's Executive Committee action. Agenda Item 7 15 FISCAL IMPACT Funding for these services will be provided by Transportation Uniform Mitigation Fees (TUMF). Financial Information In Fiscal Year Budget: Yes N/A Year: FY 2022/23 FY 2023/24+ Amount: $1,000,000 $1,419,597 Source of Funds: TUMF Zone Budget Adjustment: No GL/Project Accounting No.: 005135 81101 00000 0000 210 72 81101 Fiscal Procedures Approved: (ill Date: 05/13/2022 ��� 1, Attachments: 1) Draft Agreement No. 22-72-011-00 with Mark Thomas & Company, Inc. 2) Draft Agreement No. 22-72-091-00 with WRCOG Agenda Item 7 16 ATTACHMENT 1 Agreement No. 22-72-011-00 PROFESSIONAL SERVICES AGREEMENT WITH FHWA FUNDING/ASSISTANCE RIVERSIDE COUNTY TRANSPORTATION COMMISSION AGREEMENT WITH MARK THOMAS & COMPANY, INC. FOR PREPARATION OF PROJECT APPROVAL/ENVIRONMENTAL DOCUMENT (PA/ED) FOR THE 1-10 HIGHLAND SPRINGS INTERCHANGE IIVIEROVEMENTS Parties and Date. This Agreement is made and entered into this day o , 2022, by and between the RIVERSIDE COUNTY TRAN PORTATION COMMISSION ("the Commission") and MARK THOMAS & COMPANY, INC. ("Consultant"), a California "C" Corporation. The Commission and Consultant are sometimes referred to herein individually as "Party", and collectively a °` arties' Recitals. A. On November 8, 198 h el s of Riverside County approved Measure A authorizing the collection of a one-half percent (1/2 %) retail transactions and use tax (the "tax") to fund transportation programs and improvements within the County of Riverside, and adopting the Riverside County Transportation Improvement Plan (the "Plan"). B. Pursuant to Public Utility Code Sections 240000 et seq., the Commission is authorized to allocate the proceeds of the Tax in furtherance of the Plan. C. On November 5, 2002, the voters of Riverside County approved an extension of the Measure A tax for an additional thirty (30) years for the continued funding of transportation and improvements within the County of Riverside. D. A source of funding for payment for professional services provided under this Agreement is federal funds administered by the California Department of Transportation ("Caltrans") from the United States Department of Transportation pursuant to the following project/program: TUMF E. Consultant desires to perform and assume responsibility for the provision of certain professional services required by the Commission on the terms and conditions set forth in this Agreement. Consultant represents that it is experienced in providing Preparation of Project Approval/Environmental Document services to public clients, is licensed in the State of California (if necessary), and is familiar with the plans of the Commission. F. The Commission desires to engage Consultant to render such services for the 1-10 Highland Springs Interchange Improvements ("Project"), as set forth in this Agreement. Terms. 1. General Scope of Services. Consultant shall furnish all technical and professional services, including labor, material, equipment, transportation, supervision and expertise, and incidental and customary work necessary to fully and adequately supply the professional Preparation of Project Approval/Environmental Document services necessary for the Project ("Services"). The Services are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference. All Services shall be subject to, and performed it cordance with, this Agreement, the exhibits attached hereto and incorporated her r erence, and all applicable local, state and federal laws, rules and regulations. 2. Commencement of Services. The Consultan II commence work upon receipt of a written "Notice to Proceed" or "Limited Notice ceed" from Commission. 3. Pre -Award Audit. As a result of the federal funding for this Project, and to the extent Caltrans procedures apply in connection therewith, issuance of a "Notice to Proceed" may be contingent upon completion and approval of a pre -award audit. Any questions raised during the pre -award audit shall be resolved before the Commission will consider approval of this Agreement. The federal aid provided under this Agreement is contingent on meeting all Federal requirements and could be withdrawn, thereby entitling the Commission to terminate this Agreement, if the procedures are not completed. The Consultant's files shall be maintained in a manner to facilitate Federal and State process reviews. In addition, the applicable federal agency, or Caltrans acting in behalf of a federal agency, may require that prior to performance of any work for which Federal reimbursement is requested and provided, that said federal agency or Caltrans must give to Commission an "Authorization to Proceed". 4. Caltrans Audit Procedures. 4.1 Consultant and certain subconsultant contracts, including cost proposals and ICR, are subject to audits or reviews such as, but not limited to, a contract audit, an incurred cost audit, an Independent Cost Review (ICR) Audit, or a CPA ICR audit work paper review. If selected for audit or review, this Agreement, Consultant's cost proposal and ICR and related work papers, if applicable, will be reviewed to verify compliance with 48 CFR, Part 31 and other related laws and regulations. In the instances of a CPA ICR audit work paper review it is Consultant's responsibility to ensure federal, state, or local government officials are allowed full access to the CPA's work papers including 2 18 making copies as necessary. This Agreement, Consultant's cost proposal, and ICR shall be adjusted by Consultant and approved by the Commission's contract manager to conform to the audit or review recommendations. Consultant agrees that individual terms of costs identified in the audit report shall be incorporated into this Agreement by this reference if directed by Commission at its sole discretion. Refusal by Consultant to incorporate audit or review recommendations, or to ensure that the federal, state or local governments have access to CPA work papers, will be considered a breach of the Agreement terms and cause for termination of this Agreement and disallowance of prior reimbursed costs. Additional audit provisions applicable to this Agreement are set forth in Sections 24 and 25 of this Agreement. 4.2 During Caltrans' review of the ICR audit work papers created by the Consultant's independent CPA (which may include review by the Independent Office of Audits and Investigations), Caltrans will work with the CP - nd/or Consultant toward a resolution of issues that arise during the review. Eac �' . rty agrees to use its best efforts to resolve any audit disputes in a timely manna altrans identifies significant issues during the review and is unable to issue a c. • zant . ' •royal letter, Commission will reimburse the Consultant at an accepted until a (Federal Acquisition Regulation) compliant ICR {e.g. 48 CFR Part GA ,F_,S (Gene '`.Ily Accepted Auditing Standards); CAS (Cost Accounting Standa • %"applicable; in accordance with procedures and guidelines of the American - ociation of State Highways and Transportation Officials (AASHTO) Au •`` '�e; a ether applicable procedures and guidelines} is received and approved by Accepted rates will be as follo a. If the propose accepted rate reimburs b. If th hundred percent (2 proposed rate. n one hundred fifty percent (150%) — the ety percent (90%) of the proposed rate. etween one hundred fifty percent (150%) and two ccepted rate will be eighty-five percent (85%) of the c. If the proposed rate is greater than two hundred percent (200%) - the accepted rate will be seventy-five percent (75%) of the proposed rate. 4.3 If Caltrans is unable to issue a cognizant letter per Section 4.2 above, Caltrans may require Consultant to submit a revised independent CPA -audited ICR and audit report within three (3) months of the effective date of the Caltrans' management letter. Caltrans will then have up to six (6) months to review the Consultant's and/or the independent CPA's revisions. 4.4 If the Consultant fails to comply with the provisions of this Section 4, or if Caltrans is still unable to issue a cognizant approval letter after the revised independent CPA audited ICR is submitted, overhead cost reimbursement will be limited to the accepted ICR that was established upon initial rejection of the ICR and set forth in 3 19 Section 4.2 above for all rendered services. In this event, this accepted ICR will become the actual and final ICR for reimbursement purposes under this Agreement. 4.5 Consultant may submit to Commission final invoice only when all of the following items have occurred: (1) Caltrans accepts or adjusts the original or revised independent CPA audited ICR; (2) all work under this Agreement has been completed to the satisfaction of Commission; and, (3) Caltrans has issued its final ICR review letter. The Consultant must submit its final invoice to Commission no later than sixty (60) calendar days after occurrence of the last of these items. The accepted ICR will apply to this Agreement, and all other agreements executed between the Commission and the Consultant, either as a prime or subconsultant, with the same fiscal period ICR. 5. Term. 5.1 This Agreement shall go into effect on i date first set forth above, contingent upon approval by Commission, and Cons o ;. hall commence work after notification to proceed by Commission's Contract fr• mis . r. This Agreement shall end on July 31, 2024, unless extended by contr 5.2 Consultant is advised that any r not binding on Commission until this Agreement Commission. 5.3 This Agreement sh earlier terminated as provided term of this Agreement, and All applicable indemnificati following the terminatio ndation for Agreement award is Ily executed and approved by the main ' V ect til the date set forth above, unless Con • tant shall complete the Services within the er established schedules and deadlines. this Agreement shall remain in effect 6. Commissio - Contract •mi, istrator. The Commission hereby designates the Commission's Exec r, or his or her designee, to act as its Contract Administrator for the ance of this Agreement ("Commission's Contract Administrator"). Commis Y' s Contract Administrator shall have the authority to act on behalf of the Commission for all purposes under this Agreement. Commission's Contract Administrator shall also review and give approval, as needed, to the details of Consultant's work as it progresses. Consultant shall not accept direction or orders from any person other than the Commission's Contract Administrator or his or her designee. 7. Consultant's Representative. Consultant hereby designates Bo Burick to act as its Representative for the performance of this Agreement ("Consultant's Representative"). Consultant's Representative shall have full authority to act on behalf of Consultant for all purposes under this Agreement. The Consultant's Representative shall supervise and direct the Services, using his or her professional skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. Consultant shall work closely and cooperate fully with Commission's 4 20 Contract Administrator and any other agencies which may have jurisdiction over, or an interest in, the Services. Consultant's Representative shall be available to the Commission staff at all reasonable times. Any substitution in Consultant's Representative shall be approved in writing by Commission's Contract Administrator. 8. Substitution of Key Personnel. Consultant has represented to the Commission that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Consultant may substitute other personnel of at least equal competence upon written approval by the Commission. In the event that the Commission and Consultant cannot agree as to the substitution of the key personnel, the Commission shall be entitled to terminate this Agreement for cause, pursuant to the provisions herein. The key personnel for performance of this Agreement are as follows: Bo Burick, Aaron Silva, Richard Galvin, Mark Hagar, Julie Passalacqua, and Jason Pac 9. Standard of Care; Licenses; Evaluation. 9.1 Consultant represents and maintai • hat it is d in the professional calling necessary to perform all Services, es • obliga ons required by this Agreement to fully and adequately complete t ' ct. Consultant shall perform the Services and duties in conformance to and co .tent with the standards generally recognized as being employed by prof - <Is in same discipline in the State of California. Consultant warrants that - ,-s and subcontractors shall have sufficient skill and experience to ery es assigned to them. Consultant further represents and war + t Commission that its employees and subcontractors have all lic • ' mits, alifications and approvals of whatever nature that are legally requi of he Services, and that such licenses and approvals shall be mai ,a ,�-d 'n��i�; ughout the term of this Agreement. Consultant shall perform, at its own c an+ >;,•e and without reimbursement from the Commission, any services nec >ary to ;.rec errors or omissions which are caused by the Consultant's failure > >•mply the standard of care provided for herein, and shall be fully responsible to the sion for all damages and other liabilities provided for in the indemnification provi " v of this Agreement arising from the Consultant's errors and omissions. Any employee of Consultant or its sub -consultants who is determined by the Commission to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the Commission, shall be promptly removed from the Project by the Consultant and shall not be re- employed to perform any of the Services or to work on the Project. 9.2 Consultant's performance will be evaluated by Commission. 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 Agreement record. 10. Independent Contractor. The Services shall be performed by Consultant or under its supervision. Consultant will determine the means, methods and details of 5 21 performing the Services subject to the requirements of this Agreement. Commission retains Consultant on an independent contractor basis and not as an employee, agent or representative of the Commission. Consultant retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Consultant shall pay all wages, salaries and other amounts due such personnel in connection with their performance of Services and as required by law. Consultant shall be responsible for all reports and obligations respecting such personnel, including but not limited to, social security taxes, income tax withholdings, unemployment insurance, disability insurance, and workers' compensation insurance. 11. Schedule of Services. Consultant shall perform the Services expeditiously, within the term of this Agreement, and in accordance with _ :- Schedule of Services set forth in Exhibit "B" attached hereto and incorporated h-,: = by reference. Consultant represents that it has the professional and technical • el to perform the Services in conformance with such conditions. In order to;. 'ilitat- onsultant's conformance with the Schedule, the Commission shall respon Consulta submittals in a timely manner. Upon request of Commission's trac, dminist `-tor, Consultant shall provide a more detailed schedule of anticipat ' - mance to meet the Schedule of Services. 11.1 Modification of the Sched► It nt shall regularly report to the Commission, through correspon • -,• ce o • • res reports, its progress in providing required Services within the �' - • ► d ti 'µ. periods. Commission shall be promptly informed of all anticipated ays. n the vent that Consultant determines that a schedule modification is n ?-s ultant shall promptly submit a revised Schedule of Services f• � o •y Commission's Contract Administrator. 11.2 Tren Commission's Contr Commission, on a bi w standard day and time. discussions concerning scope, schedule, and current progress of Services, relevant cost issues, and future Project objectives. Consultant shall be responsible for the preparation and distribution of meeting agendas to be received by the Commission and other attendees no later than three (3) working days prior to the meeting. Co sultant shall conduct trend meetings with the ator and other interested parties, as requested by the is or as may be mutually scheduled by the Parties at a se trend meetings will encompass focused and informal 11.3 Progress Reports. As part of its monthly invoice, Consultant shall submit a progress report, in a form determined by the Commission, which will indicate the progress achieved during the previous month in relation to the Schedule of Services. Submission of such progress report by Consultant shall be a condition precedent to receipt of payment from the Commission for each monthly invoice submitted. 6 22 12. Delay in Performance. 12.1 Excusable Delays. Should Consultant be delayed or prevented from the timely performance of any act or Services required by the terms of the Agreement by reason of acts of God or of the public enemy, acts or omissions of the Commission or other governmental agencies in either their sovereign or contractual capacities, fires, floods, epidemics, pandemics, quarantine restrictions, strikes, freight embargoes or unusually severe weather, performance of such act shall be excused for the period of such delay. 12.2 Written Notice. If Consultant believes it is entitled to an extension of time due to conditions set forth in subsection 12.1, Consultant shall provide written notice to the Commission within seven (7) working days from the time Consultant knows, or reasonably should have known, that performance of the Se.::„.ces will be delayed due to such conditions. Failure of Consultant to provide such ; _`r ely notice shall constitute a waiver by Consultant of any right to an excusable dela e of performance. 12.3 Mutual Agreement. Performance may be delayed upon mutual agreement Consultant's Schedule of Services shall be ex Consultant shall take all reasonable teps additional costs, resulting from any suc ny Servic under this Agreement P ies. • on such agreement, s necessary by the Commission. imize delay in completion, and 13. Preliminar Review of W. AI '' .rts, orking papers, and similar work products prepared for submi Agreement shall be submitt and the Commission may re approval. In the even final detailed plans clearance as may Commission's Cont formally submitted wo established under this A ourse of providing Services under this on's Contract Administrator in draft form, such drafts prior to formal submission and designs are to be developed as part of the Project, all be contingent upon obtaining environmental nnection with Federal funding. In the event that rator, in his or her sole discretion, determines the to be not in accordance with the standard of care ment, Commission's Contract Administrator may require Consultant to revise and resubmit the work at no cost to the Commission. 14. Appearance at Hearings. If and when required by the Commission, Consultant shall render assistance at public hearings or other meetings related to the Project or necessary to the performance of the Services. However, Consultant shall not be required to, and will not, render any decision, interpretation or recommendation regarding questions of a legal nature or which may be construed as constituting a legal opinion. 15. Opportunity to Cure; Inspection of Work. Commission may provide Consultant an opportunity to cure, at Consultant's expense, all errors and omissions which may be disclosed during Project implementation. Should Consultant fail to make such correction in a timely manner, such correction may be made by the Commission, and 7 23 the cost thereof charged to Consultant. Consultant shall allow the Commission's Contract Administrator, Caltrans and FHWA to inspect or review Consultant's work in progress at any reasonable time. 16. Claims Filed by Contractor. 16.1 If claims are filed by the Commission's contractor for the Project ("Contractor") relating to work performed by Consultant's personnel, and additional information or assistance from the Consultant's personnel is required by the Commission in order to evaluate or defend against such claims; Consultant agrees to make reasonable efforts to make its personnel available for consultation with the Commission's construction contract administration and legal staff and for testimony, if necessary, at depositions and at trial or arbitration proceedings. 16.2 Consultant's personnel that the Commissi•. . onsiders essential to assist in defending against Contractor claims will be made a on reasonable notice from the Commission. Consultation or testimony will ' - 'reim , i, ed at the same rates, including travel costs that are being paid for the ' 'nsultant's sonnel services under this Agreement. 16.3 Services of the Consultant's connection with Contractor claims will amendment, if necessary, extending the finally resolve the claims. 16.4 Nothing conta Consultant's indemnification conflict between this S not intended to obli personnel related t defend the Commiss nel and other support staff in pursuant to a written contract to of this Agreement in order to shall be construed to in any way limit ained in Section 29. In the case of any ection 29, Section 29 shall govern. This Section is ion to reimburse Consultant for time spent by its for which Consultant is required to indemnify and to Section 29 of this Agreement. 17. Final Acceptance. on determination by the Commission that Consultant has satisfactorily completed the Services required under this Agreement and within the term herein, the Commission shall give Consultant a written Notice of Final Acceptance. Upon receipt of such notice, Consultant shall incur no further costs hereunder, unless otherwise specified in the Notice of Final Acceptance. Consultant may request issuance of a Notice of Final Acceptance when, in its opinion, it has satisfactorily completed all Services required under the terms of this Agreement. In the event copyrights are permitted under this Agreement, then in connection with Federal funding, it is hereby acknowledged and agreed that the United States Department of Transportation shall have the royalty -free non-exclusive and irrevocable right to reproduce, publish, or otherwise use, and to authorize others to use, the work for governmental purposes. 8 24 18. Laws and Regulations. Consultant shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. For example, and not by way of limitation, Consultant shall keep itself fully informed of and in compliance with all implementing regulations, design standards, specifications, previous commitments that must be incorporated in the design of the Project, and administrative controls including those of the United States Department of Transportation. Compliance with Federal procedures may include completion of the applicable environmental documents and approved by the United States Department of Transportation. For example, and not by way of limitation, a signed Categorical Exclusion, Finding of No Significant Impact, or published Record of Decision may be required to be approved and/or completed by the United States Department of Transportation. Consultant shall be liable for all violations of such laws and regulations in connection with Services. f the Consultant performs any work knowing it to be contrary to such laws, rule , nd regulations and without giving written notice to the Commission, Consultant - 'e solely responsible for all costs arising therefrom. Consultant shall defend, nd hold Commission, its officials, directors, officers, employees and age ,; ' ree and less, pursuant to the indemnification provisions of this Agreement, f any, aim or li:'•ility arising out of any failure or alleged failure to comply with such la or regulations. 19. Fees and Payment. 19.1 The method of pay - t for gre-ment will be based on actual cost plus a fixed fee. Commission s► r- 'bur Consultant for actual costs (including labor costs, employee benefits, %el, e� i.me rental costs, overhead and other direct costs) incurred by Consults e of the Services. Consultant shall not be reimbursed for actual ha" ceed the estimated wage rates, employee benefits, travel, equipment re ► , ', ov- -a•, ; d other estimated costs set forth in the approved Consultant cost p *osal atta, ed ereto as Exhibit "C" and incorporated herein by reference ("Cost Pro al") unl ,s additional reimbursement is provided for by a written amendment. In no ev- sh Consultant be reimbursed for overhead costs at a rate that exceeds Commissio pproved overhead rate set forth in the Cost Proposal. In the event that Commission determines that a change to the Services from that specified in the Cost Proposal and this Agreement is required, the contract time or actual costs reimbursable by Commission shall be adjusted by contract amendment to accommodate the changed work. The maximum total cost as specified in Section 19.9 shall not be exceeded, unless authorized by a written amendment. 19.2 The indirect cost rate established for this Agreement is extended through the duration of this Agreement. Consultant's agreement to the extension of the 1 -year applicable period shall not be a condition or qualification to be considered for the work or Agreement award. 19.3 In addition to the allowable incurred costs, Commission shall pay Consultant a fixed fee of [ INSERT DOLLAR AMOUNT 1. The fixed fee is 9 25 nonadjustable for the term of this Agreement, except in the event of a significant change in the Scope of Services, and such adjustment is made by written amendment. 19.4 Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the approved Cost Proposal. In addition, payments to Consultant for travel and subsistence expenses claimed for reimbursement or applied as local match credit shall not exceed rates authorized to be paid exempt non -represented State employees under current State Department of Personnel Administration (DPA) rules, unless otherwise authorized by Commission. If the rates invoiced are in excess of those authorized DPA rates, and Commission has not otherwise approved said rates, then Consultant is responsible for the cost difference and any overpayments shall be reimbursed to the Commission on demand. 19.5 When milestone cost estimates are inclu.,d in the approved Cost Proposal, Consultant shall obtain prior written approv.;' r a revised milestone cost estimate from the Contract Administrator before exceer. • ch cost estimate. 19.6 Progress payments shall be made provided and allowable incurred costs. A pro r be included in the monthly progress payments. deliverable items according to the schedule Commission shall have the right to accordance with the provisions of Sectio nthly in a rs based on Services of Conultant's fixed fee shall ultant fails to submit the required forth in the Scope of Services, r terminate this Agreement in ti n. 19.7 No payment shal • e p r to approval of any Services, nor for any Services performed prior to 19.8 Consulta permit upon receipt triplicate. Invoice performance of wo performed on each mi format stipulated for the number and project title. Final invoice must contain the final cost and all credits due Commission including any equipment purchased under the Equipment Purchase provisions of this Agreement. The final invoice should be submitted within 60 calendar days after completion of Consultant's work. Invoices shall be mailed to Commission's Contract Administrator at the following address: reimbursed, as promptly as fiscal procedures will 's Contract Administrator of itemized invoices in bmi ed no later than 45 calendar days after the Consultant is billing. Invoices shall detail the work d each project as applicable. Invoices shall follow the oved Cost Proposal and shall reference this Agreement Riverside County Transportation Commission Attention: Accounts Payable P.O. 12008 Riverside, CA 92502 19.9 The total amount payable by Commission including the fixed fee shall not exceed [ INSERT DOLLAR AMOUNT 1. 10 26 19.10 Salary increases shall be reimbursable if the new salary is within the salary range identified in the approved Cost Proposal and is approved by Commission'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. 19.11 Consultant shall not be reimbursed for any expenses unless authorized in writing by the Commission's Contract Administrator. 19.12 All subcontracts in excess of $25,000 shall contain the above provisions. 20. Disputes. 20.1 Any dispute, other than audit, concerning a question of fact arising under this Agreement that is not disposed of by mutual agreement of the Parties shall be decided by a committee consisting of RCTC's Contract Administrator and the Director of Capital Projects, who may consider written verbal information submitted by Consultant. 20.2 Not later than 30 days after co etion of all Services under this Agreement, Consultant may request review by the Commission's Executive Director of unresolved claims or disputes, other than audit. The request for review will be submitted in writing. 20.3 Neither the pe will excuse Consultant from this Agreement. 21. Terminatio a dis e, nor its consideration by the committee rformance in accordance with the terms of 21.1 Commission reserves the right to terminate this Agreement for any or no reason upon thirty (30) calendar days written notice to Consultant with the reasons for termination stated in the notice. 21.2 Commission may terminate this Agreement 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, Commission may proceed with the work in any manner deemed proper by Commission. If Commission terminates this Agreement with Consultant, Commission shall pay Consultant the sum due to Consultant under this Agreement for Services completed and accepted prior to termination, unless the cost of completion to Commission exceeds the funds remaining in this Agreement. In such case, the overage shall be deducted from any sum due Consultant under this Agreement and the balance, if any, shall be paid to Consultant upon demand. 11 27 21.3 In addition to the above, payment upon termination shall include a prorated amount of profit, if applicable, but no amount shall be paid for anticipated profit on unperformed Services. Consultant shall provide documentation deemed adequate by Commission's Contract Administrator to show the Services actually completed by Consultant prior to the effective date of termination. This Agreement shall terminate on the effective date of the Notice of Termination. 21.4 Discontinuance of Services. Upon receipt of the written Notice of Termination, Consultant shall discontinue all affected Services as directed in the Notice or as otherwise provided herein, and deliver to the Commission all Documents and Data, as defined in this Agreement, as may have been prepared or accumulated by Consultant in performance of the Services, whether completed or in progress. 21.5 Effect of Termination for Cause. In addition t. ; e above, Consultant shall be liable to the Commission for any reasonable ad.i •nal costs incurred by the Commission to revise work for which the Commissin°I compensated Consultant under this Agreement, but which the Commission . ' dete ` ned in its sole discretion needs to be revised, in part or whole, to comp) he Projec i -cause it did not meet the standard of care established herein. Ter tion this Ag ement for cause may be considered by the Commission in det ' r whether to enter into future agreements with Consultant. 21.6 Cumulative Remedies. Th this Section are in addition to another this Agreement. 21.7 Waivers. Con have waived any and Commission's termi this Section. e edies of the Parties provided in an emedies provided by law or under ting this Agreement, shall be deemed to for damages which may otherwise arise from the ement, for convenience or cause, as provided in 21.8 Consulta t terminate this Agreement except for cause. 21.9 Suspension. In addition to the termination rights above, Commission may temporarily suspend this Agreement, at no additional cost to Commission, provided that Consultant is given written notice of temporary suspension. If Commission gives such notice of temporary suspension, Consultant shall immediately suspend its activities under this Agreement. A temporary suspension may be issued concurrent with a notice of termination. 22. Cost Principles and Administrative Requirements. 22.1 Consultant agrees that the Contract Cost Principles and Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., shall be used to determine the cost allowability of individual items. 12 28 22.2 Consultant also agrees to comply with federal procedures in accordance with 2 CFR, Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. 22.3 Any costs for which payment has been made to Consultant that are determined by subsequent audit to be unallowable under 2 CFR, Part 200 and 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., are subject to repayment by Consultant to Commission. 22.4 All subcontracts in excess of $25,000 shall contain the above provisions. 23. Retention of Records/Audit. 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 o -r matters connected with the performance of this Agreement pursuant to Govern . t Code 8546.7; Consultant, subconsultants, and Commission shall maintain and available for inspection all books, documents, papers, accounting records, ar •''othe idence pertaining to the performance of this Agreement, including but n.:._ ''" ited to, costs of administering this Agreement. All parties shall make suc ater':.,, available at their respective offices at all reasonable times during this Agre =riod and for three years from the date of final payment under this Agreement. state, State Auditor, Commission, FHWA, or any duly authorized repres of t' ederal Government shall have access to any books, records, and do • sultant and it's certified public accountants (CPA) work papers rates (ICR) for audit, examinat be furnished if requested. provision. 23.1 Accou maintain an acco expenditures by line subcontractors shall c enable the determination are T ent . this Agreement and indirect cost erp ,, ,. and transactions, and copies thereof shall acts "';, excess of $25,000 shall contain this nsultant and its subcontractors shall establish and records that properly accumulate and segregate ervices. The accounting system of Consultant and its o Generally Accepted Accounting Principles (GAAP), curred costs at interim points of completion, and provide support for reimbursement payment vouchers or invoices. 24. Audit Review Procedures. 24.1 Any dispute concerning a question of fact arising under an interim or post audit of this Agreement that is not disposed of by agreement, shall be reviewed by Commission's Chief Financial Officer. 24.2 Not later than 30 days after issuance of the final audit report, Consultant may request a review by Commission's Chief Financial Officer of unresolved audit issues. The request for review shall be submitted in writing. 13 29 24.3 Neither the pendency of a dispute nor its consideration by Commission shall excuse Consultant from full and timely performance, in accordance with the terms of this Agreement. 25. Subcontracting. 25.1 Nothing contained in this Agreement or otherwise, shall create any contractual relation between Commission and any subconsultant(s), and no subcontract shall relieve Consultant of its responsibilities and obligations hereunder. Consultant agrees to be as fully responsible to Commission 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. Consultant's obligation to pay its subconsultant(s) is an independent obligation from Commission's obligation to make payments to the Consultant. 25.2 Consultant shall perform the Services with resources available within its own organization and no portion of the Services shall be subcontracted without written authorization by Commission's Contract Admini or, except that, which is expressly identified in the approved Cost Proposal. 25.3 Consultant shall pay its subconsult°Tiis within fifteen (15) calendar days from receipt of each payment made to Consultant by*mmission. 25.4 Any subcontract in cess of $' 52 ,01,0 entered into as a result of this � Agreement shall contain all th to subconsultants. ns st ulated in this Agreement to be applicable 25.5 Any substitution of subconsultant(s) must be approved in writing by Commission's Contract Administrator prior to the start of work by the subconsultant(s). 25.6 Exhibit "C" may also set forth the rates at which each subconsultant shall bill the Consultant for ervices and that are subject to reimbursement by the Commission to Consulta dditional Direct Costs, as defined in Exhibit "C" shall be the same for both the Consultant and all subconsultants, unless otherwise identified in Exhibit "C". The subconsultant rate schedules and cost proposals contained herein are for accounting purposes only. 26. Equipment Purchase 26.1 Prior authorization, in writing, by Commission's Contract Administrator shall be required before Consultant enters into any unbudgeted purchase order, or subcontract for supplies, equipment, or Consultant services. Consultant shall provide an evaluation of the necessity or desirability of incurring such costs. 26.2 For purchase of any item, service or consulting work not covered in Consultant's Cost Proposal and exceeding $5,000 prior authorization by Commission's 14 30 Contract Administrator is required. Three competitive quotations must be submitted with the request for such purchase, or the absence of bidding must be adequately justified. 26.3 Any equipment purchased as a result of this Agreement 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, Commission shall receive a proper refund or credit at the conclusion of this Agreement, or if this Agreement is terminated, Consultant may either keep the equipment and credit Commission 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 Commission procedures; and credit Commission 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 compe nt independent appraisal of such equipment. Appraisals shall be obtained from appraiser mutually agreeable to Commission and Consultant. If Consultant de ine o sell the equipment, the terms and conditions of such sale must be approved ce by Commission. 2 CFR, Part 200 requires a credit to Federal funds when par ating equipment with a fair market value greater than $5,000 is credited to 26.4 All subcontracts in e ss $. r 0 sh. contain the above provisions. 27. Labor Code Re 27.1 Prevailin (a) Con- .nt shall imply with the State of California's General Prevailing Wage Rate require s in accordance with California Labor Code, Section 1770, and all Federal, State, and -I I.ws and ordinances applicable to the Services. (b) Any subcontract entered into as a result of this Agreement, 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 Section. (c) When prevailing wages apply to the Services described in the Scope of Services, 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 http://www.dir.ca.gov. (d) Copies of the prevailing rate of per diem wages in effect at commencement of this Agreement are on file at the Commission's offices. Consultant shall make copies of the prevailing rates of per diem wages for each craft, classification 15 31 or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Consultant's principal place of business and at the project site. Consultant shall defend, indemnify and hold the Commission, its elected officials, officers, employees and agents free and harmless from any claims, liabilities, costs, penalties or interest arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 27.2 DIR Registration. If the Services are being performed as part of an applicable "public works" or "maintenance" project, then pursuant to Labor Code Sections 1725.5 and 1771.1, the Consultant and all subconsultants must be registered with the Department of Industrial Relations. If applicable, Consultant shall maintain registration for the duration of the Project and require the same of any subconsultants. This Project may also be subject to compliance monitoring and enforcement by the Department of Industrial Relations. It shall be Consultant's sole resp.:; ibility to comply with all applicable registration and labor compliance requirement 27.3 Eight -Hour Law. Pursuant to the provisions,: the ►'_ ornia Labor Code, eight hours of labor shall constitute a legal day's work , ; d the tim service of any worker employed on the work shall be limited and y'ricte► to eight ours during any one calendar day, and forty hours in any one ca • . eek, except when payment for overtime is made at not less than one and one -ha qe basic rate for all hours worked in excess of eight hours per day ("Eight -H. , " , u s Consultant or the Services are not subject to the Eight -Hour Law. Con an o eit to Commission as a penalty, $50.00 for each worker employe • the - ion ." this Agreement by him, or by any sub -consultant under him, for - -nda gay during which such workman is required or permitted to work more t► eig ours any calendar day and forty hours in any one calendar week without s n for overtime violation of the provisions of the California Labor C• n Consultant or the Services are not subject to the Eight -Hour Law. 27.4 Employment of properly indentured •rep es in accordance with the California Labor Code, and no employer or labor un''1'i shall refuse to accept otherwise qualified employees as indentured apprentices on the work performed hereunder solely on the ground of race, creed, national origin, ancestry, color or sex. Every qualified apprentice shall be paid the standard wage paid to apprentices under the regulations of the craft or trade in which he or she is employed and shall be employed only in the craft or trade to which he or she is registered. s. This Agreement shall not prevent the employment If California Labor Code Section 1777.5 applies to the Services, Consultant and any subcontractor hereunder who employs workers in any apprenticeable craft or trade shall apply to the joint apprenticeship council administering applicable standards for a certificate approving Consultant or any sub -consultant for the employment and training of apprentices. Upon issuance of this certificate, Consultant and any sub -consultant shall employ the number of apprentices provided for therein, as well as contribute to the 16 32 fund to administer the apprenticeship program in each craft or trade in the area of the work hereunder. The parties expressly understand that the responsibility for compliance with provisions of this Section and with Sections 1777.5, 1777.6 and 1777.7 of the California Labor Code in regard to all apprenticeable occupations lies with Consultant 28. Ownership of Materials/Confidentiality. 28.1 Documents & Data. This Agreement creates an exclusive and perpetual license for Commission to copy, use, modify, reuse, or sub -license any and all copyrights and designs embodied in plans, specifications, studies, drawings, estimates, materials, data and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, ysical drawings or data magnetically or otherwise recorded on computer dis F "``'-s, which are prepared or caused to be prepared by Consultant under this Agree r "Documents & Data"). Consultant shall require all subcontractors to , `ee in wr granted an exclusive and perpetual license for.. irr Do _ ents & prepares under this Agreement. Consultant represents and warrants t exclusive and perpetual license for all s such representation and warrant rega by design professionals oth Con Commission. Commission shall not time, provided that shall be at Commi that Commission is ata the subcontractor as the legal right to grant the n s & Data. Consultant makes no ocu ents & Data which were prepared Itant or provided to Consultant by the any way in its use of the Documents & Data at any within the purposes intended by this Agreement 28.2 Intellectu. 'roe . `y. In addition, Commission shall have and retain all right, title and interest (i ' ing copyright, patent, trade secret and other proprietary rights) in all plans, specifications, studies, drawings, estimates, materials, data, computer programs or software and source code, enhancements, documents, and any and all works of authorship fixed in any tangible medium or expression, including but not limited to, physical drawings or other data magnetically or otherwise recorded on computer media ("Intellectual Property") prepared or developed by or on behalf of Consultant under this Agreement as well as any other such Intellectual Property prepared or developed by or on behalf of Consultant under this Agreement. The Commission shall have and retain all right, title and interest in Intellectual Property developed or modified under this Agreement whether or not paid for wholly or in part by Commission, whether or not developed in conjunction with Consultant, and whether or not developed by Consultant. Consultant will execute separate written assignments of 17 33 any and all rights to the above referenced Intellectual Property upon request of Commission. Consultant shall also be responsible to obtain in writing separate written assignments from any subcontractors or agents of Consultant of any and all right to the above referenced Intellectual Property. Should Consultant, either during or following termination of this Agreement, desire to use any of the above -referenced Intellectual Property, it shall first obtain the written approval of the Commission. All materials and documents which were developed or prepared by the Consultant for general use prior to the execution of this Agreement and which are not the copyright of any other party or publicly available and any other computer applications, shall continue to be the property of the Consultant. However, unless otherwise identified and stated prior to execution of this Agreement, Consultant represent nd warrants that it has the right to grant the exclusive and perpetual license for a ch Intellectual Property as provided herein. Commission further is granted by Consultant a ► -exclusive d perpetual license to copy, use, modify or sub -license any and all -Ilect -I Prope otherwise owned by Consultant which is the basis or foundation fo ivative, collective, insurrectional, or supplemental work created under this Agreeme 28.3 Confidentiality. All ideas, •ecifications, plans, procedures, drawings, descriptions, computer.,.•gra • -, in• t record data, written information, and other Documents and ther reated by or provided to Consultant in connection with the perfor► nce this ; reement shall be held confidential by Consultant. Such materials ' II the prior written consent of Commission, be used by Consultan . ny poses other than the performance of the Services. Nor shall such mat s b- c • -d to any person or entity not connected with the performance of th • ` the roject. Nothing furnished to Consultant which is otherwise known to sultan'_i ;'.r is generally known, or has become known, to the related industry shall b. peer d confidential. Consultant shall not use Commission's name or insignia, photogr ;; °s of the Project, or any publicity pertaining to the Services or the Project in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of Commission. 28.4 Infringement Indemnification. Consultant shall defend, indemnify and hold the Commission, its directors, officials, officers, employees, volunteers and agents free and harmless, pursuant to the indemnification provisions of this Agreement, for any alleged infringement of any patent, copyright, trade secret, trade name, trademark, or any other proprietary right of any person or entity in consequence of the use on the Project by Commission of the Documents & Data, including any method, process, product, or concept specified or depicted. 29. Indemnification. To the fullest extent permitted by law, Consultant shall defend (with counsel of Commission's choosing), indemnify and hold Commission, its directors, 18 34 officials, officers, employees, consultants, volunteers, and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to alleged negligent acts, omissions, or willful misconduct of Consultant, its officials, officers, employees, agents, consultants, and contractors arising out of or in connection with the performance of the Services, the Project or this Agreement, including without limitation the payment of consequential damages, expert witness fees, and attorneys fees and other related costs and expenses. Consultant shall defend, at Consultant's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against Commission, its directors, officials, officers, employees, consultants, agents, or volunteers. Consultant shall pay and satisfy any judgment, award or decree that may be rendered against Commission or its directors, officials, officers, employees, consultants, agents, or volunteers, in - y such suit, action or other legal proceeding. Consultant shall reimburse Commis ` and its directors, officials, officers, employees, consultants, agents, and/or v• >-rs, for any and all legal expenses and costs, including reasonable attorney ees, rred by each of them in connection therewith or in enforcing the index ity herein •vided. Consultant's obligation to indemnify shall not be restricted ' sur. r e proceds, if any, received by Commission, its directors, officials officers, r " •yees, consultants, agents, or volunteers. If Consultant's obligation to defend, in - • d r hold harmless arises out of Consultant's performance as a "d- ',.•n pr • _•""ona (as that term is defined under Civil Code section 2782.8), then, extent required by Civil Code section 2782.8, which is fully incor• ted ein, sultant's indemnification obligation shall be limited to claims that , • •ertain to, or relate to the negligence, recklessness, or willful •n• of the Consultant, and, upon Consultant obtaining a final adjudication b co f + •etent jurisdiction, Consultant's liability for such claim, including t cost to • ,' -n• shall not exceed the Consultant's proportionate percentage of fault. Consultant's obligations set forth in this Section shall survive expiration or termination of this Agreement. 30. Insurance. 30.1 Time for Compliance. Consultant shall not commence work under this Agreement until it has provided evidence satisfactory to the Commission that it has secured all insurance required under this Section, in a form and with insurance companies acceptable to the Commission. In addition, Consultant shall not allow any subcontractor to commence work on any subcontract until it has secured all insurance required under this Section. 30.2 Minimum Requirements. Consultant shall, at its expense, procure and maintain for the duration of the Agreement insurance against claims for injuries to 19 35 persons or damages to property which may arise from or in connection with the performance of the Agreement by the Consultant, its agents, representatives, employees or subcontractors. Consultant shall also require all of its subcontractors to procure and maintain the same insurance for the duration of the Agreement. Such insurance shall meet at least the following minimum levels of coverage: (a) Minimum Scope of Insurance. Coverage shall be at least as broad as the latest version of the following: (1) General Liability: Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001 or exact equivalent); (2) Automobile Liability: Insurance Services Office Business Auto Coverage (form CA 0001, code 1 (any auto) or exact equivalent); and (3) Workers' Compensation and Employer's Liability: Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. (b) Minimum Limits of Insurance. Con-, `"ant shall maintain limits no less than: (1) General Liability: $2,000,000 per occ - ; for bodily injury, personal injury and property damage. If Commercial Gene -' iab'''``' Insurance or other form with general aggregate limit is used, either th,-. •eneral a• -.•ate limit shall apply separately to this Agreement/location or the • eral .-gregate `ymit shall be twice the required occurrence limit. Limits may be ache • any combination of primary and excess or umbrella liability insurance; (2 Autom i'- Liability: $2,000,000 per accident for bodily injury and property damage. may achieved by any combination of primary and excess or umbrella liability 1 ura - • (3) Workers' Compensation and Employer's Liability: Workers' Co • •,-nsati - 'i its a required by the Labor Code of the State of California. Employer's ` '-s Lia; jility limits of $1,000,000 per accident. 30.3 Professional Li , [1 1 •nt shall procure and maintain, and require its sub -consultants to • re II • maintain, for a period of five (5) years following completion of the P � sct, - s omissions liability insurance appropriate to their profession. For sultant, ch nsurance shall be in an amount not less than $1,000,000 per clai his ins ' ance shall be endorsed to include contractual liability applicable to this Agre- -nt d shall be written on a policy form coverage specifically designed to protect agai acts, errors or omissions of the Consultant. "Covered Professional Services" as designated in the policy must specifically include work performed under this Agreement. The policy must "pay on behalf of" the insured and must include a provision establishing the insurer's duty to defend. Subconsultants of Consultant shall obtain such insurance in an amount not less than $1,000,000 per claim. Notwithstanding the foregoing, the Commission may consider written requests to lower or dispense with the errors and omissions liability insurance requirement contained in this Section for certain subconsultants of Consultant, on a case -by -case basis, depending on the nature and scope of the Services to be provided by the subconsultant. Approval of such request shall be in writing, signed by the Commission's Contract Administrator. 30.4 Aircraft Liability Insurance. Prior to conducting any Services requiring use of aircraft, Consultant shall procure and maintain, or cause to be procured and 20 36 maintained, aircraft liability insurance or equivalent form, with a single limit as shall be required by the Commission. Such insurance shall include coverage for owned, hired and non -owned aircraft and passengers, and shall name, or be endorsed to name, the Commission, Caltrans and their directors, officials, officers, employees and agents as additional insureds with respect to the Services or operations performed by or on behalf of the Consultant. 30.5 Insurance Endorsements. The insurance policies shall contain the following provisions, or Consultant shall provide endorsements on forms approved by the Commission to add the following provisions to the insurance policies: (a) General Liability. (i) Commercial General Liability coverage for (1) bodily Injury and property damage; Injury; (3) premises/operations liability; (4) products/ aggregate limits that apply per Project; (6) explosi exclusion deleted; (7) contractual liability with re property damage; and (9) independent consult (ii) The policy shall con limiting coverage for (1) contractual li suits by one insured against another; or Agreement. (iii) T officers, employees, and age 01 and 20371001, or "primary and non -co Caltrans' insurance or or endorsements providin olla to this age. Insurance must include personal Injury/advertising ted operations liability; (5) and underground (UCX) ement; (8) broad form no endorsements or provisions liability exclusion for claims or other exclusion contrary to this e the Commission, its directors, officials, s using ISO endorsement forms 20 10 10 is providing the exact same coverage. ddi onal insured coverage under the policy shall be d will not seek contribution from the Commission's or ance and shall be at least as broad as CG 20 01 04 13, exact same coverage. (b) Automobile Liability. The automobile liability policy shall be endorsed to state that: (1) the Commission, Caltrans and their directors, officials, officers, employees and agents shall be covered as additional insureds with respect to the ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired or borrowed by the Consultant or for which the Consultant is responsible; and (2) the insurance coverage shall be primary insurance as respects the Commission, Caltrans and their directors, officials, officers, employees and agents, or if excess, shall stand in an unbroken chain of coverage excess of the Consultant's scheduled underlying coverage. Any insurance or self-insurance maintained by the Commission, Caltrans and their directors, officials, officers, employees and agents shall be excess of the Consultant's insurance and shall not be called upon to contribute with it in any way. 21 37 (c) Workers' Compensation and Employers Liability Coverage. (i) Consultant certifies that he/she is aware of the provisions of Section 3700 of the California Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and he/she will comply with such provisions before commencing work under this Agreement. (ii) The insurer shall agree to waive all rights of subrogation against the Commission, its directors, officials, officers, employees and agents for losses paid under the terms of the insurance policy which arise from work performed by the Consultant. (d) All Coverages. (1) Defense costs shall be pa in i :-,in addition to the limits set forth hereunder. (ii) Requirements of s•,, -£3y" is c•: ;-rage or nits contained in this Section are not intended as a limitation on co • imits, or other requirement, or a waiver of any coverage normally provided by an urance. It shall be a requirement under this Agreement that any availabl nce • eeds broader than or in excess of the specified minimum insurance cove • -nts and/or limits set forth herein shall be available to the Commi n, s a " their directors, officials, officers, employees and agents as ad• •n. `` insu;E •s under said policies. Furthermore, the requirements for coverage lim' ; shall V ;_ a (1) the minimum coverage and limits specified in this Agreemen , r oader coverage and maximum limits of coverage of any ins . y or proceeds available to the named insured; whichever is greater its of insurance required in this Agreement may be satisfied by a combina o unary and umbrella or excess insurance. Any umbrella or excess insurance sha •ntain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the Commission (if agreed to in a written contract or agreement) before the Commission's own insurance or self-insurance shall be called upon to protect it as a named insured. The umbrella/excess policy shall be provided on a "following form" basis with coverage at least as broad as provided on the underlying policy(ies). (iv) Consultant shall provide the Commission at least thirty (30) days prior written notice of cancellation of any policy required by this Agreement, except that the Consultant shall provide at least ten (10) days prior written notice of cancellation of any such policy due to non-payment of premium. If any of the required coverage is cancelled or expires during the term of this Agreement, the Consultant shall deliver renewal certificate(s) including the General Liability Additional Insured 22 38 Endorsement to the Commission at least ten (10) days prior to the effective date of cancellation or expiration. (v) The retroactive date (if any) of each policy is to be no later than the effective date of this Agreement. Consultant shall maintain such coverage continuously for a period of at least three years after the completion of the work under this Agreement. Consultant shall purchase a one (1) year extended reporting period A) if the retroactive date is advanced past the effective date of this Agreement; B) if the policy is cancelled or not renewed; or C) if the policy is replaced by another claims - made policy with a retroactive date subsequent to the effective date of this Agreement. (vi) The foregoing requirements as to the types and limits of insurance coverage to be maintained by Consultant, and any approval of said insurance by the Commission, is not intended to and shall not in an anner limit or qualify the liabilities and obligations otherwise assumed by the onsultant pursuant to this Agreement, including but not limited to, the provisions ning indemnification. (vii) If at any time during insurance required under this Agreement does canceled and not replaced, Commission has insurance it deems necessary and any .remium reimbursed by Consultant or Commi premium from Consultant payments. In Agreement. The Commission m. -quir all insurance policies in effect f rati (viii) N officers, employees or under or by virtue of ife of the eement, any policy of co R $ly with t se specifications or is but not the duty to obtain the by Commission will be promptly ill ' ' old amounts sufficient to pay , Commission may cancel this Itant to provide complete copies of of the Project. ission nor any of its directors, officials, 11 be personally responsible for any liability arising Each insurance polic -quired this Agreement shall be endorsed to state that: 30.6 Deductibles : Self -Insurance Retentions. Any deductibles or self - insured retentions must be declared to and approved by the Commission. If the Commission does not approve the deductibles or self -insured retentions as presented, Consultant shall guarantee that, at the option of the Commission, either: (1) the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects the Commission, its directors, officials, officers, employees and agents; or, (2) the Consultant shall procure a bond guaranteeing payment of losses and related investigation costs, claims and administrative and defense expenses. 30.7 Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating no less than A:VIII, licensed to do business in California, and satisfactory to the Commission. 23 39 30.8 Verification of Coverage. Consultant shall furnish Commission with original certificates of insurance and endorsements effecting coverage required by this Agreement on forms satisfactory to the Commission. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. All certificates and endorsements must be received and approved by the Commission before work commences. The Commission reserves the right to require complete, certified copies of all required insurance policies, at any time. 30.9 Subconsultant Insurance Requirements. Consultant shall not allow any subcontractors or subconsultants to commence work on any subcontract until they have provided evidence satisfactory to the Commission that they have secured all insurance required under this Section. Policies of commercial general liability insurance provided by such subcontractors or subconsultants shall be endors as an additional insured using ISO form CG 20 38 04 1 the exact same coverage. If requested by Consulta different scopes or minimum limits of insuranc- or p subconsultants. to name the Commission r an endorsement providing Commission may approve cular subcontractors or 30.10 Other Insurance. At its optio p % ommission may require such additional coverage(s), limits and/or the redu ` of deductibles or retentions it considers reasonable and prudent base risk ,0..rs that may directly or indirectly impact the Project. In retaining this opt! • i• does not warrant Consultant's insurance program to be adeq . tan shall have the right to purchase insurance in addition to the ins in this Section. 31. Safety. Consultant s damage to any person all times be in com regulations, and s appropriate to the n performed. Safety pre (A) adequate life protecti in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. maintain its work so as to avoid injury or In carrying out its Services, the Consultant shall at plicable local, state and federal laws, rules and 11 necessary precautions for the safety of employees ork and the conditions under which the work is to be as applicable shall include, but shall not be limited to: nd life saving equipment and procedures; (B) instructions As between Consultant and the construction contractors only, the construction contractors shall remain solely responsible for construction safety notwithstanding any safety obligations of Consultant at the jobsite. The foregoing sentence shall not impact nor in any way modify or alter Consultant's indemnity and defense obligations to the Commission, as set forth in Section 29 of this Agreement, not any of Consultant's duties or obligations set forth under this Agreement, including the attached exhibits. 24 40 Pursuant to the authority contained in Section 591 of the Vehicle Code, the Commission has determined that the Project will contain areas that 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. 32. Additional Work. Any work or activities that are in addition to, or otherwise outside of, the Services to be performed pursuant to this Agreement shall only be performed pursuant to a separate agreement between the parties. Notwithstanding the foregoing, the Commission's Executive Director may make a change to the Agreement, other than a Cardinal Change. For purposes of this Agreement, a Cardinal Change is a change which is "outside the scope" of the Agreement; in other words, work which should not be regarded as having been fairly and reasonab ; within the contemplation of the parties when the Agreement was entered into. An e ple of a change which is not a Cardinal Change would be where, in a contract to c• :. t a building there are many changes in the materials used, but the size and lay• of th- ilding remains the same. Cardinal Changes are not within the authority . ''' is provisi. ` . o order, and shall be processed by the Commission as "sole sour proc -ments : cording to applicable law, including the requirements of FTA Circular • •, paragraph 9(f). (a) In addition to the c .utho -.-d above, a modification which is signed by Consultant and the Commissi v Director, other than a Cardinal Change, may be made in order *.: 1) m n ne•'•tiated equitable adjustment to the Agreement price, delivery sch - �F. e d o'; ,-r terms resulting from the issuance of a Change Order, (2) reflect d itive ; er co acts, and (3) reflect other agreements of the parties modifying the ter •f ent ("Bilateral Contract Modification"). (b) su sh of perform, nor be compensated for any change, without written a +rization m "e Commission's Executive Director as set forth herein. In the eve ` .. uch a ange authorization is not issued and signed by the Commission's Executiv .ire- r, Consultant shall not provide such change. 33. Prohibited Interests. 33.1 Solicitation. Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, the Commission shall have the right to rescind this Agreement without liability. 25 41 33.2 Consultant Conflict of Interest. (a) Consultant shall disclose any financial, business, or other relationship with Commission that may have an impact upon the outcome of this Agreement, or any ensuing Commission construction project. Consultant shall also list current clients who may have a financial interest in the outcome of this Agreement, or any ensuing Commission 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 Agreement. Consultant agrees to advise Commission of any actual, apparent or potential conflicts of interest that may develop subsequent to the date of execution of this Agreement. Consultant further agrees to complete any statements of economic interest if required by either Commission or State,: -w. (c) Any subcontract in excess of $2 entered into as a result of this Agreement, shall contain all of the provisions of Arti (d) Consultant hereby certifi- at ► -ither C•'` sultant, nor any firm affiliated with Consultant will bid on any con contract, or on any contract to provide construction inspection for any con tion project resulting from this Agreement. An affiliated firm is one, wh bjec the control of the same persons through joint -ownership, or otherwise. (e) Except for surveying or materials testi services in connection with contract, or on any c project resulting fro whose services are limited to providing subconsultant who has provided design hall be eligible to bid on any construction rovide construction inspection for any construction 33.3 Comm!' .n Co "i t of Interest. For the term of this Agreement, no member, officer or em• e the Commission, during the term of his or her service with the Commission, sh J: ave any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 33.4 Conflict of Employment. Employment by the Consultant of personnel currently on the payroll of the Commission shall not be permitted in the performance of this Agreement, even though such employment may occur outside of the employee's regular working hours or on weekends, holidays or vacation time. Further, the employment by the Consultant of personnel who have been on the Commission payroll within one year prior to the date of execution of this Agreement, where this employment is caused by and or dependent upon the Consultant securing this or related Agreements with the Commission, is prohibited. 33.5 Covenant Against Contingent Fees. As required in connection with federal funding, the Consultant warrants that he/she has not employed or retained any 26 42 company or person, other than a bona fide employee working for the Consultant, to solicit or secure this Agreement, and that he/she has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or formation of this Agreement. For breach or violation of this warranty, the Commission shall have the right to terminate this Agreement without liability pursuant to the terms herein, or at its discretion to deduct from the Agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 33.6 Rebates, Kickbacks or Other Unlawful Consideration. Consultant warrants that this Agreement was not obtained or secured through rebates kickbacks or other unlawful consideration, either promised or paid to any Commission employee. For breach or violation of this warranty, Commission shall hav terminate this Agreement without liability; to pay only fo performed; or to deduct from the contract price; or of such rebate, kickback or other unlawful consideratio e right in its discretion; to e value of the work actually recover the full amount of 33.7 Covenant Against Expenditure o •mm' ;,ion, Sta or Federal Funds for Lobbying. The Consultant certifies that to the : :.t is/ her knowledge and belief no state, federal or local agency appropriated funds ve been paid, or will be paid by or on behalf of the Consultant to any pers e of influencing or attempting to influence an officer or employee of any • . ' agency; a Member of the State Legislature or United States Co -ss; icer .r employee of the Legislature or Congress; or any employee of - •er .3 ' he Legislature or Congress, in connection with the award of any state grant, loan, or cooperative agreement, or the extension, continuation, r_ v- l i ent, or modification of any state or federal contract, grant, loan, or - •er." agreement. (a) any fun• oth-'r than federal appropriated funds have been paid, or will be paid to an son fo e purpose of influencing or attempting to influence an officer or employee o y deral agency; a Member of Congress; an officer or employee of Congress, o employee of a Member of Congress; in connection with this Agreement, the Consultant shall complete and submit the attached Exhibit "F", Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with the attached instructions. (b) The Consultant's certification provided in this Section is a material representation of fact upon which reliance was placed when this Agreement was entered into, and is a prerequisite for entering into this Agreement pursuant to Section 1352, Title 31, US. Code. Failure to comply with the restrictions on expenditures, or the disclosure and certification requirements set forth in Section 1352, Title 31, US. Code may result in a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 27 43 (c) The Consultant also agrees by signing this Agreement that he/she shall require that the language set forth in this Section be included in all Consultant subcontracts which exceed $100,000, and that all such subcontractors shall certify and disclose accordingly. 33.8 Employment Adverse to the Commission. Consultant shall notify the Commission, and shall obtain the Commission's written consent, prior to accepting work to assist with or participate in a third -party lawsuit or other legal or administrative proceeding against the Commission during the term of this Agreement. 34. Equal Opportunity Employment. Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, ancestry, sex or age. Such non-discrimination shall include, but n be limited to, all activities related to initial employment, upgrading, demotion, tran , recruitment or recruitment advertising, layoff or termination. 35. Right to Employ Other Consultants. Co other consultants in connection with the Proje ssion rests the right to employ 36. Governing Law. This Agreement shall b- 'verned by and construed with the laws of the State of California. Venue sl' jn Ri 'de County. 37. Disputes; Attorneys' Fees. 37.1 Prior to either party commencing any legal action under this Agreement, the Parties agree to try in good faith, to resolve any dispute amicably between them. If a dispute has not been resolved after forty-five (45) days of good -faith negotiations and as may be otherwise provided herein, then either Party may seek any other available remedy to resolve the dispute. 37.2. If either Party commences an action against the other Party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing Party in such litigation shall be entitled to have and recover from the losing Party reasonable attorneys' fees and, all other costs of such actions. 38. Time of Essence. Time is of the essence for each and every provision of this Agreement. 39. Headings. Article and Section Headings, paragraph captions or marginal headings contained in this Agreement are for convenience only and shall have no effect in the construction or interpretation of any provision herein. 39.1 Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: 28 44 CONSULTANT: Mark Thomas & Company 10630 Town Center Drive, Ste. 117 Rancho Cucamonga, CA 91730 Attn: Bo Burick COMMISSION: Riverside County Transportation Commission 4080 Lemon Street, 3rd Floor Riverside, CA 92501 Attn: Executive Director Such notice shall be deemed made when personally delivered or when mailed, forty- eight (48) hours after deposit in the U.S. mail, first class postage prepaid, and addressed to the Party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 40. Conflicting Provisions. In the event that provisions of any attached exhibits conflict in any way with the provisions set forth in this Agreement, the language, terms and conditions contained in this Agreement shall control the actions and obligations of the Parties and the interpretation of the Parties' understanding concerning the performance of the Services. 41. Amendment or Modification. No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 42. Entire Agreement. This AgreemelAR contains the entire agreement of the Parties relating to the subject matter her . , and supersedes all prior negotiations, agreements or understandings. 43. Invalidity; Severability. •• An of this Agreement is declared invalid, illegal, or otherwise unenfor - - i - court of competent jurisdiction, the remaining provisions shall cont - in or - nd effect. 44. Provisions A. cable en Federal Department of Transportation Funds Are Involved. When funding for the Services provided by this Agreement are provided, in whole or in part, from the United States Department of Transportation, Consultant shall also fully and adequately comply with the provisions included in Exhibit "D" (Federal Department of Transportation Requirements and California Department of Transportation (Caltrans) DBE program requirements) attached hereto and incorporated herein by reference. 45. Survival. All rights and obligations hereunder that by their nature are to continue after any expiration or termination of this Agreement, including, but not limited to, the indemnification and confidentiality obligations, shall survive any such expiration or termination. 46. No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 29 45 47. Labor Certification. By its signature hereunder, Consultant certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Workers' Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 48. Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. 49. Subpoenas or Court Orders. Should Consultant receive a subpoena or court order related to this Agreement, the Services or the Project, Consultant shall immediately provide written notice of the subpoena or court order to the Commission. Consultant shall not respond to any such subpoena or court order until notice to the Commission is provided as required herein, and shall coop? {>te with the Commission in responding to the subpoena or court order. 50. Assignment or Transfer. Consultant shall no . 'assi• ypothecate, or transfer, either directly or by operation of law, this Agreement or any i -st herein, without the prior written consent of the Commission. Any attempt to do so hall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 51. Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties, and I not be assigned by Consultant without the prior written consent of Commission 52. Incorporation of Recitals. The recitals set forth above are true and correct and are incorporated into this Agreement as though fully set forth herein. 53. No Waiver. Failure of Comiission to insist on any one occasion upon strict compliance with any of the terms, covenants or conditions hereof shall not be deemed a waiver of such term, covenant or condition, nor shall any waiver or relinquishment of any rights or powers hereunder at any one time or more times be deemed a waiver or relinquishment of such other right or power at any other time or times. 54. Electronically Transmitted Signatures; Electronic Signatures. A manually signed copy of this Agreement which is transmitted by facsimile, email or other means of electronic transmission shall be deemed to have the same legal effect as delivery of an original executed copy of this Agreement for all purposes. This Agreement may be signed using an electronic signature. [Signatures on following page] 30 46 SIGNATURE PAGE TO PROFESSIONAL SERVICES AGREEMENT WITH FHWA FUNDING/ASSISTANCE IN WITNESS WHEREOF, this Agreement was executed on the date first written above. RIVERSIDE COUNTY TRANSPORTATION COMMISSION By: Anne Mayer Executive Director 11?° Approved as to Form: <iiiimlw Title By: Best, Best & K General Co ATTEST: By: Its: MARK THOMAS & COMPANY By: Si ture e * A corporation requires the signatures of two corporate officers. One signature shall be that of the chairman of board, the president or any vice president and the second signature (on the attest line) shall be that of the secretary, any assistant secretary, the chief financial officer or any assistant treasurer of such corporation. If the above persons are not the intended signators, evidence of signature authority shall be provided to RCTC. 31 47 EXHIBIT "A" SCOPE OF WORK A. INTRODUCTION The Scope of Work will include the preparation of Project Approval/Environmental Document and related activities as described below for the 1-10 Highland Springs Avenue Interchange Project in the Cities of Banning and Beaumont in Riverside County. The proposed project intends to modify the local arterials, Highland Springs Avenue, and Joshua Palmer Way, to eliminate the left -turn conflicts and reduce traffic queuing delays such that a level -of -service (LOS) D or better is maintained over the course of the 20 -year time horizon, 2025 through 2045. The PS DS for the 1-10 Highland Spring Avenue Interchange Project was approved by Ca s in November 2021. B. Work Activities: All work will be performed to meet the latest Caltrans, State . Federal standards as they are applicable to the element of work being performed. Th- activities listed in this scope of work are intended to be delivered to support the development and issuance of the necessary California Environmental Quality Act (CEQA) and National Environmental Policy Act (NEPA) environmental document and project report reviews that are typically used by Caltrans to review PA/ED packages led by Local Agencies. Your SOQ should discuss how you will address the following primary activities: 1. Development of PA/ED for highway and interchange projects with Caltrans oversight. 2. Understanding and experience in development of Initial Study document for CEQA compliance and Environmental Assessment for NEPA compliance. 3. Understanding and experience in higher level environmental documents if required. 4. Caltrans will serve as the CEQA/NEPA lead agency. 5. Develop all technical studies to support the development of the environmental documents including but not limited to Traffic, Air Quality, Noise and Vibration, Vehicle Miles Traveled (VMT), Hazardous Waste, Geology, soils, topography, Paleontology, Land use, Community Impacts, Visual/Aesthetics, Cultural Resources, Hydrology, Water Quality and Storm Water Runoff, Energy and Climate Change, Biological, Cumulative impacts, and any others required. 6. Identify and document how the alternatives/preferred alternative complies with the CALSTA Climate Action Plan for Transportation Infrastructure dated July 2021. 7. Necessary Geotechnical Engineering, Materials Report and Log of Test Borings to support the development of the PA/ED. Exhibit A-1 48 8. Traffic Engineering to support the development and selection of the preferred alternative. 9. Update and maintain the Complete Streets Decision Document (CSDD). 10. Identify how the proposed alternatives can incorporate Bike Lane or other mobility options with the project limits and include with the documents. 11. Roadway Engineering, to Caltrans standards, to develop the concept design (less than 30%) for support of the environmental document process. This may include, but not limited to: Title Sheet, Typical Cross Sections, Key Map and Line Index, Layout drawings, Profiles and Superelevation Diagrams, Contour Grading, Drainage and BMP Layouts, Drainage Profiles, Details and Quantities, Utility Plans, Details and Quantities, Electrical and Communication Plans, Summary of Quantity Sheets, Lighting and Sign Illumination, Rip Metering System, and Planting and Storm Water Plans. 12. Aerial and ground Survey (mapping for c engineering). 13. Conceptual Hydraulic and Draina• - ngin g, Storm Water Data Report and On -Site Roadway Drair •e Report. 14. Conceptual Storm Water Pollutio 'rev- !tion Plan (SWPPP) Preparation Identify Right -of -Way Requirem . nd develop Right-of-way data sheets. 15. If any person or place will be di ace• then prepare Relocation Impact Studies. 16. Identification of non-standa atures that will require preparation and approval of Design Standar• , 'ecision Document (DSDD) in the PS&E phase. Develop fact shee • support all mandatory and advisory standard deviations. 17. Environmental Coordination includes acquiring the Section 404 Nationwide Permit 14 Pre -Construction Notification (USACE), the 1600 Streambed Agreement Sub -Notification (CDFW), and Section 401 Water Quality Certification. 18. Identify any necessary Encroachment Permits for the project. 19. Utility Coordination and potholing. 20. Coordination Meetings with the Commission, City of Banning, City of Beaumont, County of Riverside, Caltrans, and FHWA. 21. Coordination, reviews and approvals with: Army Corps of Engineers, US Fish and Wildlife Services, California Department of Fish and Wildlife, Regional Conservation Authority, Santa Ana Regional Water Quality Control Board, Colorado Regional Water Quality Control Board, City of Banning, City of Beaumont, County Flood Control District and Caltrans. 22. Coordination with Native American Tribes and development of any cultural study reports necessary to obtain the Native American Tribes approval of the project. 23. Identify all forms, maps and documents required for all applicable permits. 24. Preparation of hard copy and electronic/CAD drawings to Caltrans standards (reproducible drawings). Exhibit A-2 49 25. Assist the Commission and Cities of Banning and Beaumont in identifying the preferred alternative. 26. Develop cost estimates for the various alternatives. 27. Perform a Value Analysis Study of the various alternatives. 28. Provide copies of reports, drawings and studies to the Commission at each stage of submittal. 29. Develop, Issue, mail, and track the Notice of Preparation (NOP). 30. Coordination of the CEQA document with RCTC legal counsel review and incorporation of comments. 31. Development and obtain approval of a Modified Access Report (MAR). 32. Develop, Issue, mail, and track and notifications to the public, state clearing house, or others as required by the environmental process. Prepare and assist RCTC in circulation of the Mitigated Negative Declaration (MND) and Finding of No Significant Impact (FONSI). 33. Develop and obtain Caltrans / RCTC/ Cities approval of the Draft Project Report. 34. Perform typical Project Management (PM) duties including but not limited to organizing and chairing Project Development Team meetings and another focus or necessary meetings to deliver the project; maintain a project schedule and provide monthly updates and narratives on the work performed identify any delays/impacts to the project schedule and provide recovery plans; develop and maintain a risk matrix; develop and maintain a deliverables matrix and all other PM duties as outlined in Caltrans Project Development Procedures Manual (PDPM). 35. The Offeror will coordinate with the RCTC and City of Banning and Beaumont's Public Affairs teams to ensure community awareness and engagement in the project through the appointment of a Public Outreach Specialist, who will assist with developing a Public Outreach Plan; drafting and using consistent key messages; participating in team meetings; preparing content for project fact sheet in English and Spanish; preparing and monitoring social media content for posting to @therctc; developing and maintaining contact database; informing database contacts via email notices, telephone calls, and door-to-door delivery, as directed; organizing informational meetings (in -person and/or virtual formats, as well as meetings with residents, businesses, and stakeholder groups, as directed); assisting with scheduling presentations for Commission staff and attending presentations as directed; coordinating logistics and notification efforts for public hearing, including methods to gather and summarize public comments. 1. PROJECT DELIVERY The Commission has established the following tentative project milestones: Exhibit A-3 50 1. Consultant Notice to Proceed 2. Prepare PA/ED 3. Circulate ND/MND/FONSI 4. Issue Draft Project Report 5. Finalize Project Report 1. GENERAL REQUIREMENTS May 2022 May 2022 to September 2023 September 2023 September 2023 December 2023 The consultant is expected to prepare all reports, studies and plans to meet Caltrans, City of Banning, City of Beaumont, and Federal Highway Administration (FHWA) requirements. Commission staff will provide overall project coordination and will handle administrative matters. Caltrans will provide oversight, guidance and interpretation on matters relating to State policies and regulations. 2. DATA COLLECTION The project will involve the review and assimilati of the ex g and approved PSR- PDS for the 1-10 Highland Springs Project. The consultant will b expected to make the best use of existing data to minimize waste and duplication of work efforts. 3. MEETINGS/PUBLIC INVOLVEMENT The consultant will be required to meet with the Commission and others that may include Caltrans, the City of Banning, City of Beaumont, FHWA, other public agencies, and private entities located within the Project boundaries on a regular basis. Project Development Team (PDT) meetings will be held monthly with the project stakeholders. 4. FINAL PRODUCTS/DELIVERABLES Specific final products/deliverables related to the project are listed below: • PA/ED and all technical studies • Conceptual Plans (less than 30%) electronic version plus 1 Full Size (D -Size) and 1 half size copy of final drawings. Also required is, electronic versions and hard copies of all reports, value engineering and cost estimates). • Conceptual Water Quality Management Plan(WQMP)/Transportation Project Guidance (TPG) and Storm Water Pollution Prevention Plan (SWPPP) as required • Geotechnical Report, Materials Report, Log of Test Borings, and Materials Information Write -Up to support the PA/ED Development • Conceptual Cross Sections • Drainage and Hydraulic Reports • Right of Way Requirements and Right of Way Data Sheet, Legal and Plats • Utility Drawings and Draft Notice to Relocate • Modified Access Report • Other products to match your work activities as described in Section B above. Exhibit A-4 51 EXHIBIT "B" - SCHEDULE OF SERVICES 52 PROPOSAL 1-10 HIGHLAND SPRINGS INTERCHANGE IMPROVEMENTS Riverside County Transportation Commission PROJECT SCHEDULE ID 10 11 12 13 14 15 16 7 18 19 20 21 22 23 24 25 26 35 43 49 53 63 68 73 80 88 89 90 91 92 93 94 95 103 165 166 167 168 169 170 171 172 173 174 175 176 177 178 179 180 181 182 83 184 185 186 187 188 189 8 ask Name Notice to Proceed Data Gathering, Surveying & Base Map Preliminary Engineering Duration Start Finish 1 day 5/2/22 5/2/22 60 days 5/3/22 7/25/22 355 days 5/3/22 9/11/23 5/3/22 2/20/23 5/3/22 5/30/22 5/3/22 5/30/22 4 wks 5/31/22 6/27/22 2 wks 6/28/22 7/11/22 4 wks 7/12/22 8/8/22 2 wks 8/9/22 8/22/22 4 wks 8/23/22 9/19/22 2 wks 9/20/22 10/3/22 6 wks 10/4/22 11/14/22 4 wks 11/15/22 12/12/22 4 wks 12/13/22 1/9/23 2 wks 1/10/23 1/23/23 2 wks 1/24/23 2/6/23 0 wks 2/20/23 2/20/23 140 days 8/23/22 3/6/23 5/31/22 9/19/22 55 days 11/1/22 1/16/23 30 days 11/29/22 1/9/23 140 days 11/29/22 6/12/23 35 days 11/29/22 1/16/23 80 days 8/23/22 12/12/22 35 days 12/13/22 1/30/23 105 days 4/18/23 9/11/23 175 days 1/10/23 9/11/23 8 wks 1/10/23 3/6/23 4 wks 3/7/23 4/3/23 2 wks 4/4/23 4/17/23 2 wks 4/18/23 5/1/23 8/29/23 9/11/23 432 days 5/3/22 12/27/23 100 days 5/3/22 9/19/22 5/31/22 4/17/23 157 days 3/21/23 10/25/23 3/21/23 4/17/23 4/18/23 5/15/23 3 wks 5/16/23 6/5/23 4 wks 6/6/23 7/3/23 4 wks 7/4/23 7/31/23 4 wks 8/1/23 8/28/23 4 wks 8/29/23 9/25/23 9/25/23 9/25/23 10/25/23 0 days 10/9/23 10/9/23 50 days 10/19/23 12/27/23 10/26/23 11/1/23 2 wks 10/19/23 11/1/23 4 wks 11/2/23 11/29/23 1 wk 11/30/23 12/6/23 2 wks 12/7/23 12/20/23 1 wk 12/21/23 12/27/23 1 wk 12/21/23 12/27/23 10/19/23 12/27/23 10/19/23 11/1/23 2 wks 11/2/23 11/15/23 11/16/23 12/20/23 1 wk 12/21/23 12/27/23 0 days 12/27/23 12/27/23 Traffic Analysis Data Collection and Existing Conditions Analysis 210 days 4 wks Traffic Analysis Approach and Methodology Memo 4 wks PDT Review Final Traffic Approach Memo Develop Traffic Forecasts and VMT Analysis Draft Traffic Forecasting Memorandum PDT Review Final Traffic Forecasting Memorandum Operational Analysis Draft Traffic Operations Analysis Report PDT Review Revise TOAR PDT Review Final TOAR Geometric Approval Drawings Preliminary Geotechnical Engineering 80 days Structure Advance Planning Studies Traffic Management Plan Design Standard Decision Documents Drainage and Storm Water Reports Life Cycle Cost Analysis Right of Way Modified Access Report Draft Project Report Prepare Admin Draft Project Report PDT Review Prepare Draft Project Report (Caltrans Management Review) PDT Review Draft Project Report (Caltrans Signatures) 2 wks Environmental Document Notice of Preparation Technical Studies 230 days Draft IS/EA Admin Draft 4 wks PDT Review 4 wks 2nd Admin Draft Caltrans QA/QC Pre -Public Draft PDT Review Public Draft Production Public Review Submittal to SCH 0 days 9/25/23 Public Review 30 edays Public Meeting Final IS/EA Response to Public Comments 1 wk Admin Final PDT Review 2nd Admin Final PDT Review #2 Pre -Public Final Distribute Responses to Comments to Commenting Agencies Final Project Report Prepare Final Project Report 50 days 2 wks PDT Review Prepare Final Project Report (Caltrans Management Review) 5 wks Final Project Report (Caltrans Signatures) Project Report Approved A M Half 2, 2022 A S 0 N n Half 1, 2023 F I M I A M 1 Half 2, 2023 Half 1, 2024 1 A I S O N n 1 An IS/EA .s expected and is consistent with the completed PEAR. Since VMT is not expected to be increased, there is an opportunity to streamline the environmental approach. Final Project Report will be completed in December 2023. This matches RCTC's anticipated schedule, allowing the project to move into Final Design. 4_ Traffic will be the critical path and help define the alternatives and develop the environmental footprint. Our focused approach in the first 30 -days will build consensus with the Commission and Caltrans. The Modified Access Report will be submitted with the Draft Project Report. This coodination with FHWA is required when modifying the ramp connection of 1-10. 1 42 53 EXHIBIT "C" - COMPENSATION PROVISIONS 54 EXHIBIT "C" COMPENSATION SUMMARY FIRM I PROJECT TASKS/ROLE COST Prime Consultant: Mark Thomas PA/ED Services $ 882,291.00 Sub Consultants: Ambient 109,067.00 Arellano 110,460.00 Duke 22,144.00 Fehr & Peers 153,180.00 GPA 507,330.00 Group Delta 68,617.00 HDR 282,111.00 Q3 64,434.00 VMS 011°( 41 TOTAL COSTS $ 2,199,634.00 1 Commission authorization pertains to total contract award amou Compensation adjustments between consultants may occur; however, the maximum total compensation authorized may not be eeded. 55 EXHIBIT "D" FEDERAL DEPARTMENT OF TRANSPORTATION FHWA AND CALTRANS REQUIREMENTS 1. NONDISCRIMINATION & STATEMENT OF COMPLIANCE. 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, unless exempt, complied with, the nondiscrimination program requirements of Government Code Section 12990 and Title 2, California Administrative Code, Section 8103. B. During the performance of this Agreement, Consultan d its subconsultants shall not deny the Agreement's benefits to any person on th- :asis of race, religious creed, color, national origin, ancestry, physical disability, a ability, medical condition, genetic information, marital status, sex, gender, -rider i•` ity, gender expression, age, sexual orientation, or military and vete `'`' status, n• hall they unlawfully discriminate, harass, or allow harassment wins y employee or applicant for employment because of race, religious creed, ational origin, ancestry, physical disability, mental disability, medical co ion, ge c information, marital status, sex, gender, gender identity, gender expre e, ;;: al orientation, or military and veteran status. Consultant and its subc cult pall insure that the evaluation and treatment of their employees . ppli ` `s for employment are free from such discrimination and harassmen C. Consultant and its su Employment and Hou promulgated thereu 11139.5, and any article. The applicab implementing Gov. Co into this Agreement by ref an all comply with the provisions of the Fair Code §12990 et seq.), the applicable regulations 0 et seq.), the provisions of Gov. Code §§11135 - standards adopted by Commission to implement such s of the Fair Employment and Housing Commission 0 (a -f), set forth 2 CCR §§8100-8504, are incorporated ce and made a part hereof as if set forth in full. D. Consultant shall permit access by representatives of the Department of Fair Employment and Housing and the Commission upon reasonable notice at any time during the normal business hours, but in no case less than twenty-four (24) hours' notice, to such of its books, records, accounts, and all other sources of information and its facilities as said Department or Commission shall require to ascertain compliance with this clause. E. 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. 56 F. If this Agreement is federally funded, 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. G. If this Agreement is federally funded, Consultant shall comply with regulations relative to non-discrimination in federally -assisted programs of the U.S. Department of Transportation (49 CFR Part 21 - Effectuation of Title VI of Civil Rights Act of 1964). Specifically, the Consultant shall not participate eith'_ ;'directly or indirectly in the discrimination prohibited by 49 CFR §21.5, include ; e oyment practices and the selection and retention of subconsultants. H. Consultant and its subconsultants will ne exc any person from participation in, deny any person the benefits of, or oth discriminate against anyone in connection with the award and perform e of an ntract covered by 49 CFR 26 on the basis of race, color, sex, or nati, •in. administering the Commission components of the DBE Program plan, o► • and its subconsultants will not, directly, or through contractual ether angements, use criteria or methods of administration that have a 'ct defeating or substantially impairing accomplishment of the objet es o - . rogram plan with respect to individuals of a particular race, color, sex, o I. Consultant shal clude - n. •iscrimination and compliance provisions of this section in all subco work under this Agreement. 2. DEBARMENT AND ` _ SION CERTIFICATION 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 COMMISSION. 57 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. 3. DISCRIMINATION; CONTRACT ASSURANCE The Commission shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any DOT -assisted contract or in the implementation of the Caltrans DBE program or the requirements of 49 CFA>>''art 26. The Commission shall take all necessary and reasonable steps and ;% 9 CFR Part 26 to ensure nondiscrimination in the award and administration of isted contracts. Consultant or subcontractor shall not discrimin origin, of sex in the performance of this Agre carry out applicable requirements of 49 CFR P the award and administration of DOT- isted Failure by the Consultant or subcontrac breach of this Agreement, which may res other remedy, as the Commissio on the basi race, color, national nsultant or subcontractor shall and the Caltrans DBE program in acts, as further set forth below. ese requirements is a material ination of this Agreement or such Failure by the Consultant t equirements is a material breach of this contract, which may result in - rmi - of this contract or such other remedy as the recipient deems a .ch may include, but is not limited to: (1) Withholding mo (2) Assessing sanctio (3) Liquidated damages, (4) Disqualifying Consulta 4. PROMPT PAYMENT rom future proposing as non -responsible Consultant or subconsultant shall pay to any subconsultant, not later than fifteen (15) days after receipt of each progress payment, unless otherwise agreed to in writing, the respective amounts allowed Consultant on account of the work performed by the subconsultants, to the extent of each subconsultant's interest therein. In the event that there is a good faith dispute over all or any portion of the amount due on a progress payment from Consultant or subconsultant to a subconsultant, Consultant or subconsultant may withhold no more than 150 percent of the disputed amount. Any violation of this requirement shall constitute a cause for disciplinary action and shall subject the Consultant or subconsultant to a penalty, payable to the applicable 58 subconsultant, of 2 percent of the amount due per month for every month that payment is not made. In any action for the collection of funds wrongfully withheld, the prevailing party shall be entitled to his or her attorney's fees and costs. The sanctions authorized under this requirement shall be separate from, and in addition to, all other remedies, either civil, administrative, or criminal. This clause applies to both DBE and non -DBE subconsultants. 5. RELEASE OF RETAINAGE No retainage will be held by the Commission from progress payments due to Consultant. Consultant and subconsultants are prohibite subconsultants. Any delay or postponement of paymer(J cause and with the Commission's prior written provisions shall subject Consultant or the viola sanctions, and other remedies specified in Se This requirement shall not be construed to lim or judicial remedies, otherwise available to Con dispute involving late payment or none.:, ment b performance and/or noncompliance by DBE and non -DBE subconsultants. 6. LEGAL REMEDIES In addition to those contract law, either Party to violations of this A and 26, to the r violations, and to th "whistleblower" actions, provisions of law. m holding retainage from ay take place only for good Any violation of these subc' ,.ultant to the penalties, 3321 of t ,California Civil Code. any con ractual, administrative or subconsultant in the event of a onsultant, deficient subconsultant t. This clause applies to both es orth under relevant provisions of California t may, where applicable, seek legal redress for to the relevant provisions of 49 C.F.R. Parts 23 or state statutory provisions governing civil rights deral and state provisions governing false claims or II as any and all other applicable federal and state The Consultant shall include a provision to this effect in each of its agreements with its subcontractors. 7. DBE PARTICIPATION Caltrans has developed a statewide DBE program pursuant to 49 C.F.R. Part 26. The requirements and procedures, as applicable, of the Caltrans DBE program are hereby incorporated by reference into this Agreement. Even if no DBE participation will be reported, Consultant shall complete Exhibits "E" of this Agreement in compliance with the Caltrans DBE program, and a final utilization report in the form provided by the Commission. 59 A. This Agreement is subject to Title 49, Part 26 of the Code of Federal Regulations entitled "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs." Consultants who enter into a federally - funded agreement will assist the Commission in a good faith effort to achieve California's statewide overall DBE goal. B. This Agreement has a DBE goal. Participation by DBE Consultant or subconsultants shall be in accordance with the information contained in the Consultant Contract DBE Commitment form attached hereto and incorporated into this Agreement by reference. If a DBE subconsultant is unable to perform, the Consultant must make a good faith effort to replace him/her with another DBE subconsultant, if the goal is not otherwise met. A DBE is a firm meeting the definition of a DBE as specified in 49 CFR. C. All DBE participation will count toward the Caltrans federally mandated statewide overall DBE goal. Credit for materials or supplies Consultant purchases from DBEs counts towards the goal in the following manner: 100 percent counts if the materials or supplies are obtained from a DBE manufacturer. 60 percent counts if the material supplies are purchased from a DBE regular dealer. • Only fees, commissions, and charges for assistance in the procurement and delivery of materials or supplies count if obtained from a DBE that is neither a manufacturer nor regular dealer. 49 CFR 26.55 defines "manufacturer" and "regular dealer." D. DBE and other small businesses (SB), as defined in Title 49 CFR, Part 26 are encouraged to participate in the performance of agreements financed in whole or in part with federal funds. The Consultant, subrecipient or subconsultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Agreement. The Consultant shall carry out applicable requirements of 49 CFR, Part 26 in the award and administration of US DOT- assisted agreements. Failure by the contractor to carry out these requirements is a material breach of this Agreement, which may result in the termination of this Agreement or such other remedy as the Commission, Caltrans or the Department of Transportation deems appropriate. E. Any subcontract entered into as a result of this Agreement shall contain all of the provisions of this section. F. A DBE may be terminated only as further set forth in Section 13 below. 8. DBE PARTICIPATION GENERAL INFORMATION 60 It is Consultant's responsibility to be fully informed regarding the requirements of 49 CFR, Part 26, and the Caltrans DBE program. Particular attention is directed to the following: A. A DBE must be a small business firm defined pursuant to 13 CFR 121 and be certified through the California Unified Certification Program (CUCP). B. A certified DBE may participate as a prime contractor, subcontractor, joint venture partner, as a vendor of material or supplies, or as a trucking company. C. 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. D. A DBE must perform a commercially useful function, pursuant to 49 CFR 26.55 that is, 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, as more fully described in section 9 below. E. The Consultant shall list only one subcontractor for each portion of work as defined in the Consultant's bid/proposal and all DBE subcontractors should be listed in the Consultant's bid/cost prop al list of subcontractors. F. A Consultant who is a certified DBE is eligible to claim all of the work in the Agreement toward the DE rtic ation except that portion of the work to be performed by non -DBE subcontractors . G. Consultant shall notify a Commission's contract administrator or designated representative of any changes to its anticipated DBE participation prior to starting the affected work. 9 . COMMERCIALLY USEFUL FUNCTION A. A DBE performs a commercially useful function when it is responsible for execution of the work of the Agreement and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible with respect to materials and supplies used on the Agreement, 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 commercially useful function, evaluate the amount of work subcontracted, industry practices; whether the amount the firm is to be paid under the Agreement is commensurate with the work it is actually performing, and other relevant factors. 61 B. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, Agreement, 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. C. If a DBE does not perform or exercise responsibility for at least thirty percent of the total cost of its Agreement with its own work force, or the DBE subcontracts a greater portion of the work of the Agreement 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 commercially useful function. 10. DBE CERTIFICATION AND DE-CERTIFICATIO . ATUS If a DBE subcontractor is decertified before c npletin• work, the decertified subcontractor shall notify the Contractor in writing with the da •f de -certification. If a subcontractor becomes a certified DBE during the life of the Agreement, the subcontractor shall notify the Contractor in writing with the date of certification. Any changes should be reported to the Commission's Contract Administrator within 30 days. 11. DBE RECORDS AOPRIk A. The Contractor shall maintain records of materials purchased and/or supplied from all subcontracts entered into with certified DBEs. The records shall show the name and business address of each DBE subconsultant, DBE vendor, and DBE trucking company and the total dollar amount actually paid each business regardless of tier. The records shall show the date of payment and the total dollar figure paid to all firms. DBE prime Contractors shall also show the date of work performed by their own forces along with the corresponding dollar value of the work. In addition to all other requirements, Consultant shall complete and submit, on a monthly basis, the Monthly DBE Payment form (Caltrans Exhibit 9-F of Chapter 9 of the LAPM). B. Upon completion of the Agreement, a summary of these records shall be prepared and submitted on the most current version of the form entitled, "Final Report - Utilization of Disadvantaged Business Enterprises (DBE)," CEM- 2402F (Exhibit 17-F in Chapter 17 of the LAPM), certified correct by the Contractor or the Contractor's authorized representative and shall be furnished to the Commission's Contract Administrator with the final invoice. Failure to provide the summary of DBE payments with the final invoice will result in the Commission withholding $10,000 until the form is submitted. This amount will be returned to the Contractor when a satisfactory "Final 62 Report Utilization of Disadvantaged Business Enterprises (DBE)" is submitted to the Commission's Contract Administrator. a. Prior to the fifteenth of each month, the Contractor shall submit documentation to the Commission's Contract Administrator showing the amount paid to DBE trucking companies. The Contractor shall also obtain and submit documentation to the Commission's Contract Administrator showing the amount paid by DBE trucking companies to all firms, including owner -operators, for the leasing of trucks. If the DBE leases trucks from a non -DBE, the Contractor may count only the fee or commission the DBE receives as a result of the lease arrangement. b. The Contractor shall also submit to the Commission's Contract Administrator documentation showing the truck number, name of owner,.'>lifornia Highway Patrol CA number, and if applicable, the DBE certification number he truck owner for all trucks used during that month. This documentation sha_",,'. = =. bmitted on the Caltrans "Monthly DBE Trucking Verification," CEM-2404(F .rm p ed to the Contractor by the Commission's Contract Administrator. 12. REPORTING MATERIAL OR SUPPLIE HASED FROM DBEs When Reporting DBE Participation, M count as follows: A. If the materials or supp cost of the materials or manufacturer is a firm that produces on the prem the Agreement and B. If the material the cost of the material that owns, operates or m the materials, supplies, articles or equipment of the general character described by the specifications and required under the Agreement, are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. To be a DBE regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. A person may be a DBE regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone or asphalt without owning, operating or maintaining a place of business provided in this section. purchased from DBEs may from a DBE manufacturer, 100 % of the toward the DBE participation. A DBE es aintains a factory or establishment that rials, supplies, articles, or equipment required under acter described by the specifications. purchased from a DBE regular dealer, count 60 % of plies toward DBE goals. A DBE regular dealer is a firm ains a store, warehouse, or other establishment in which 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, 63 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. 13. TERMINATION AND SUBSTITUTION OF DBE SUBCONSULTANTS Consultant shall utilize the specific DBEs listed to perfo materials for which each is listed unless Consultant or Commission's written consent. Consultant shall not t for convenience and perform the work with their other sources without authorization from the consent is provided, the Consultant shall no material unless it is performed or supplied by Contract DBE Commitment form. n forc mission. the work and supply the subconsultant obtains the or substitute a listed DBE r obtain materials from s the Commission's d to any payment for work or DBE on the attached Consultant The Commission authorizes a request orces or sources of materials if Consultant shows any of the foll• ' usti ': ons: 1. Listed DBE fails specifications for 2. The Com subcon require 3. Work req license and to a written contract based on plans and jec ated that a bond is a condition of executing the d DBE fails to meet the Commission's bond ultant's license and listed DBE does not have a valid actors License Law. 4. Listed DBE fai .r refuses to perform the work or furnish the listed materials (failing or refusing to perform is not an allowable reason to remove a DBE if the failure or refusal is a result of bad faith or discrimination). 5. Listed DBE's work is unsatisfactory and not in compliance with the contract. 6. Listed DBE is ineligible to work on the project because of suspension or debarment. 7. Listed DBE becomes bankrupt or insolvent. 8. Listed DBE voluntarily withdraws with written notice from the Agreement. 9. Listed DBE is ineligible to receive credit for the type of work required. 10. Listed DBE owner dies or becomes disabled resulting in the inability to perform the work on the Contract. 11. The Commission determines other documented good cause. 64 Consultant shall notify the original DBE of the intent to use other forces or material sources and provide the reasons and provide the DBE with 5 days to respond to the notice and advise Consultant and the Commission of the reasons why the use of other forces or sources of materials should not occur. Consultant's request to use other forces or material sources must include: 1. One or more of the reasons listed in the preceding paragraph. 2. Notices from Consultant to the DBE regarding the request. 3. Notices from the DBEs to Consultant regarding the request. If a listed DBE is terminated or substituted, Consultant must make good faith efforts to find another DBE to substitute for the original DBE. The substitute DBE must perform at least the same amount of work as the original DBE under the contract to the extent needed to meet or exceed the DBE goal. 14. DEBARMENT, SUSPENSION AND OTHER INELIGIBILITY AND VOLUNTARY EXCLUSION In accordance with 49 CFR Part 29, which by this reference is incorporated herein, Consultant's subconsultants completed and submitted the Certificate of subconsultant Regarding Debarment, Suspension and Other Ineligibility and Voluntary Exclusion as part of the Consultant's proposal. If it is later determined that Consultant's subconsultants knowingly rendered an erroneous Certificate, the Commission may, among other remedies, terminate this Agreement. 15. ENVIRONMENTAL COMPLIANCE A. Compliance with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). (Contracts, subcontracts, and subgrants of amounts in excess of $100,000). B. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat. 871). 16. NATIONAL LABOR RELATIONS BOARD CERTIFICATION In accordance with Public Contract Code Section 10296, and by signing this Agreement, Consultant certifies 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 two-year period, because of Consultant's 65 failure to comply with an order of a federal court that orders Consultant to comply with an order of the National Labor Relations Board. 17. FUNDING REQUIREMENTS It is mutually understood between the Parties that this Agreement may have been written before ascertaining the availability of funds or appropriation of funds, for the mutual benefit of both Parties, in order to avoid program and fiscal delays that would occur if the Agreement were executed after that determination was made. This Agreement is valid and enforceable only if sufficient funds are made available to Commission for the purpose of this Agreement. In addition, is Agreement is subject to any additional restrictions, limitations, conditions, or statute enacted by the Congress, State Legislature, or Commission gover ' board that may affect the provisions, terms, or funding of this Agreement in an It is mutually agreed that if sufficient funds are ►. '' appr•priated, 'is Agreement may be amended to reflect any reduction in funds. 66 EXHIBIT "E" - CONSULTANT DBE COMMITMENT 67 LA MARK ■ ■ THOMAS / EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT 1. Local Agency: Riverside County Transportation Commission 2. Contract DBE Goal: 18% 3. Project Description: Forms 1-10 Highland Springs Interchange Improvements 08-RIV-10-PM8.2/11.3 4. Project Location: Riverside County 5. Consultant's Name: Mark Thomas & Company, Inc. 6. Prime Certified DBE: 0 7. Description of Work, Service, or Materials Supplied 8. DBE Certification Number 9. DBE Contact Information 10. DBE % Environmental Lead, Biological, Cultural, and Water Quality Resources 36278 GPA - 840 A •Ilo Street, Suite 312 El Segun• A 90245 I (310) 792-2690 TBD Public Outreach 41199 Arell. - 1 Pine Avenue, Suite A C ' • • ills, 11709 I (909) 627-2974 TBD Local Agency to • lete t cti 11. TOTAL CLAIMED DBE PARTICIPATION 18 % 17. Local Agency Contract Numb - 18. Federal -Aid Project Number: 19. Proposed Contract Execution Date: Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate. IMPORTANT: Identify all DBE firms being claimed for credit, regardless of tier. Written confirmation of each listed DBE is . _ 02/03/2022 20. Local Agency Representative's Signature 21. Date ` 13. Date Darin Johnson (949) 701-9427 22. Local Agency Representative's Name 23. Phone 14. Preparer's Name 15. Phone Associate Principal 24. Local Agency Representative's Title 16. Preparer's Title DISTRIBUTION: Original — Included with consultant's proposal to local agency. ADA Notice: For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 654- 3880 or write Records and Forms Management, 1120 N Street, MS -89, Sacramento, CA 95814. 68 EXHIBIT "F" - DISCLOSURE OF LOBBYING ACTIVITIES 69 ►I MARK ■ ■ THOMAS Local Assistance Procedures Manual Forms EXHBIT 10-Q Disclosure of Lobbying Activities Not applicable - Mark Thomas has no lobbying activities to disclose EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: a. contract b. grant c. cooperative agreement d. loan e. loan guarantee f. loan insurance 2. Status of Federal Action: ❑ a bid/offer/application b. initial award c. post -award 4. Name and Address of Reporting Entity Prime nSubawardee Tier , if known Congressional District, if known 6. Federal Department/Agency: 8. Federal Action Number, if known: 10. Name and Address of Lobby Enti (If individual, last name, first nam 12. Amount of Paymen 13. Form of Payment ®a. cash b. in -kind; specify: 3. Report Type: a. initial b. material change For Material Change Only: year quarter date of last report 5. If Reporti i i tity in No. 4 is Subawardee, Enter N , nd Address of Prime: ional Distri. 'f known rogram Name/Description: Number, if applicable mount, if known: 11. Individuals Performing Services (including address if different from No. 10) (last name, first name, MI) eet(s) if necessary) 14. Type of Payment (check all that apply) a. retainer b. one-time fee c. commission d. contingent fee e deferred f. other, specify 15. Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 12: (attach Continuation Sheet(s) if necessary) 16. Continuation Sheet(s) attached: Yes pi No n 17. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Telephone No.: (805) 701-9427 arin 0 nson Federal Use Only: Signature: Print Name: Title: Associate Principal Date: 02/03/2022 Authorized for Local Reproduction Standard Form - LLL Standard Form LLL Rev. 04-28-06 70 Distribution: Orig- Local Agency Project Files ATTACHMENT 2 [INSERT PROJECT #] TRANSPORTATION UNIFORM MITIGATION FEE PROGRAM AGREEMENT TO REIMBURSE TUMF FUNDS INTERSTATE 10 HIGHLAND SPRINGS INTERCHANGE IMPROVEMENTS PROJECT APPROVALS & ENVIRONMENTAL DOCUMENT PHASE THIS REIMBURSEMENT AGREEMENT ("Agreement") is entered into as of this day of , 20 , by and between the Western Riverside Council of Governments ("WRCOG"), a California joint powers authority and the Riverside County Transportation Commission ("AGENCY"). WRCOG and AGENCY are sometimes hereinafter referred to individually as "Party" and collectively as "Parties". RECITALS A. WRCOG is the Administrator of the Transportation Uniform Mitigation Fee Program of Western Riverside County ("TUMF Program"). B. WRCOG has identified and designated certain transportation improvement projects throughout Western Riverside County as projects of regional importance ("Qualifying Projects" or "Projects"). The Qualifying Projects are more specifically described in that certain WRCOG study titled "TUMF Nexus Study", as may be amended from time to time. Qualifying Projects can have Regional or Zonal significance as further described in the TUMF Nexus Study. C. The TUMF Program is funded by TUMF fees paid by new development in Western Riverside County (collectively, "TUMF Program Funds"). TUMF Program Funds are held in trust by WRCOG for the purpose of funding the Qualifying Projects. D. The AGENCY proposes to implement a Qualifying Project, and it is the purpose of this Agreement to identify the project and to set forth the terms and conditions by which WRCOG will release TUMF Program Funds. AGREEMENT NOW, THEREFORE, in consideration of the mutual covenants and subject to the conditions contained herein, the Parties hereby agree as follows: 1. Description of the Qualifying Project. This Agreement is intended to distribute TUMF Program Funds to the AGENCY for the Interstate 10 Highland Springs Interchange Improvements, (the "Project"), a Qualifying Project. The Work, including a timetable and a detailed scope of work, is more fully described in Exhibit "A" attached hereto and incorporated herein by reference and, pursuant to Section 20 below, is subject to modification if requested by the AGENCY and approved by WRCOG. The work shall be consistent with one or more of the defined WRCOG Call for Projects phases detailed herein as follows: 1) PA&ED — Project Approvals & Environmental Document 2. WRCOG Funding Amount. WRCOG hereby agrees to distribute to AGENCY, on the terms and conditions set forth herein, a sum not to exceed One Million Dollars Page 1 of 23 71 [INSERT PROJECT #] ($1,000,000), to be used for reimbursing the AGENCY for eligible Project expenses as described in Section 3 herein ("Funding Amount"). The Parties acknowledge and agree that the Funding Amount may be less than the actual cost of the Project. Nevertheless, the Parties acknowledge and agree that WRCOG shall not be obligated to contribute TUMF Program Funds in excess of the maximum TUMF share identified in the TUMF Nexus Study ("Maximum TUMF Share"), as may be amended from time to time. 3. Project Costs Eligible for Advance/Reimbursement. The total Project costs ("Total Project Cost") may include the following items, provided that such items are included in the scope of work attached hereto as Exhibit "A" ("Scope of Work"): (1) AGENCY and/or consultant costs associated with direct Project coordination and support; (2) funds expended in preparation of preliminary engineering studies; (3) funds expended for preparation of environmental review documentation for the Project; (4) all costs associated with right-of-way acquisition, including right-of-way engineering, appraisal, acquisition, legal costs for condemnation procedures if authorized by the AGENCY, and costs of reviewing appraisals and offers for property acquisition; (5) costs reasonably incurred if condemnation proceeds; (6) costs incurred in the preparation of plans, specifications, and estimates by AGENCY or consultants; (7) AGENCY costs associated with bidding, advertising and awarding of the Project contracts; (8) construction costs, including change orders to construction contract approved by the AGENCY; (9) construction management, field inspection and material testing costs; and (10) any AGENCY administrative cost to deliver the Project. 4. Ineligible Project Costs. The Total Project Cost shall not include the following items which shall be borne solely by the AGENCY without reimbursement: (1) any AGENCY administrative fees attributed to the reviewing and processing of the Project; and (2) expenses for items of work not included within the Scope of Work in Exhibit "A". 5. Procedures for Distribution of TUMF Program Funds to AGENCY. (a) Initial Payment by the AGENCY. The AGENCY shall be responsible for initial payment of all the Project costs as they are incurred. Following payment of such Project costs, the AGENCY shall submit invoices to WRCOG requesting reimbursement of eligible Project costs. Each invoice shall be accompanied by detailed contractor invoices, or other demands for payment addressed to the AGENCY, and documents evidencing the AGENCY's payment of the invoices or demands for payment. Documents evidencing the AGENCY'S payment of the invoices shall be retained for four (4) years and shall be made available for review by WRCOG. The AGENCY shall submit invoices not more often than monthly and not less often than quarterly. (b) Review and Reimbursement by WRCOG. Upon receipt of an invoice from the AGENCY, WRCOG may request additional documentation or explanation of the Project costs for which reimbursement is sought. Undisputed amounts shall be paid by WRCOG to the AGENCY within thirty (30) days. In the event that WRCOG disputes the eligibility of the AGENCY for reimbursement of all or a portion of an invoiced amount, the Parties shall meet and confer in an attempt to resolve the dispute. If the meet and confer process is unsuccessful in resolving the dispute, the AGENCY may appeal WRCOG's decision as to the eligibility of one or more invoices to WRCOG's Executive Director. The WRCOG Executive Director shall Page 2 of 23 72 [INSERT PROJECT #] provide his/her decision in writing. If the AGENCY disagrees with the Executive Director's decision, the AGENCY may appeal the decision of the Executive Director to the full WRCOG Executive Committee, provided the AGENCY submits its request for appeal to WRCOG within ten (10) days of the Executive Director's written decision. The decision of the WRCOG Executive Committee shall be final. Additional details concerning the procedure for the AGENCY's submittal of invoices to WRCOG and WRCOG's consideration and payment of submitted invoices are set forth in Exhibit "B", attached hereto and incorporated herein by reference. (c) Funding Amount/Adjustment. If a post Project audit or review indicates that WRCOG has provided reimbursement to the AGENCY in an amount in excess of the Maximum TUMF Share of the Project, or has provided reimbursement of ineligible Project costs, the AGENCY shall reimburse WRCOG for the excess or ineligible payments within 30 days of notification by WRCOG. 6. Increases in Project Funding. The Funding Amount may, in WRCOG's sole discretion, be augmented with additional TUMF Program Funds if the TUMF Nexus Study is amended to increase the maximum eligible TUMF share for the Project. Any such increase in the Funding Amount must be approved in writing by WRCOG's Executive Director. In no case shall the amount of TUMF Program Funds allocated to the AGENCY exceed the then -current maximum eligible TUMF share for the Project. No such increased funding shall be expended to pay for any Project already completed. For purposes of this Agreement, the Project or any portion thereof shall be deemed complete upon its acceptance by WRCOG's Executive Director which shall be communicated to the AGENCY in writing. 7. No Funding for Temporary Improvements. Only segments or components of the construction that are intended to form part of or be integrated into the Project may be funded by TUMF Program Funds. No improvement which is temporary in nature, including but not limited to temporary roads, curbs, tapers or drainage facilities, shall be funded with TUMF Program Funds, except as needed for staged construction of the Project. 8. AGENCY's Funding Obligation to Complete the Project. In the event that the TUMF Program Funds allocated to the Project represent less than the total cost of the Project, the AGENCY shall provide such additional funds as may be required to complete the Project. 9. AGENCY's Obligation to Repay TUMF Program Funds to WRCOG; Exception For PA&ED Phase Work. Except as otherwise expressly excepted within this paragraph, in the event that: (i) the AGENCY, for any reason, determines not to proceed with or complete the Project; or (ii) the Project is not timely completed, subject to any extension of time granted by WRCOG pursuant to the terms of this Agreement; the AGENCY agrees that any TUMF Program Funds that were distributed to the AGENCY for the Project shall be repaid in full to WRCOG, and the Parties shall enter into good faith negotiations to establish a reasonable repayment schedule and repayment mechanism. If the Project involves work pursuant to a PA&ED phase, AGENCY shall not be obligated to repay TUMF Program Funds to WRCOG relating solely to PA&ED phase work performed for the Project. Page 3 of 23 73 [INSERT PROJECT #] 10. AGENCY's Local Match Contribution. AGENCY local match funding is not required, as shown in Exhibit "A". 11. Term/Notice of Completion. The term of this Agreement shall be from the date first herein above written until the earlier of the following: (i) the date WRCOG formally accepts the Project as complete, pursuant to Section 6; (ii) termination of this Agreement pursuant to Section 15; or (iii) the AGENCY has fully satisfied its obligations under this Agreement. All applicable indemnification provisions of this Agreement shall remain in effect following the termination of this Agreement. 12. Representatives of the Parties. WRCOG's Executive Director, or his or her designee, shall serve as WRCOG's representative and shall have the authority to act on behalf of WRCOG for all purposes under this Agreement. The AGENCY hereby designates Anne Mayer, Executive Director, or his or her designee, as the AGENCY's representative to WRCOG. The AGENCY's representative shall have the authority to act on behalf of the AGENCY for all purposes under this Agreement and shall coordinate all activities of the Project under the AGENCY's responsibility. The AGENCY shall work closely and cooperate fully with WRCOG's representative and any other agencies which may have jurisdiction over or an interest in the Project. 13. Expenditure of Funds by AGENCY Prior to Execution of Agreement. Nothing in this Agreement shall be construed to prevent or preclude the AGENCY from expending funds on the Project prior to the execution of the Agreement, or from being reimbursed by WRCOG for such expenditures. However, the AGENCY understands and acknowledges that any expenditure of funds on the Project prior to the execution of the Agreement is made at the AGENCY's sole risk, and that some expenditures by the AGENCY may not be eligible for reimbursement under this Agreement. 14. Review of Services. The AGENCY shall allow WRCOG's Representative to inspect or review the progress of the Project at any reasonable time in order to determine whether the terms of this Agreement are being met. 15. Termination. (a) Notice. Either WRCOG or AGENCY may, by written notice to the other party, terminate this Agreement, in whole or in part, in response to a material breach hereof by the other Party, by giving written notice to the other party of such termination and specifying the effective date thereof. The written notice shall provide a 30 day period to cure any alleged breach. During the 30 day cure period, the Parties shall discuss, in good faith, the manner in which the breach can be cured. (b) Effect of Termination. In the event that the AGENCY terminates this Agreement, the AGENCY shall, within 180 days, repay to WRCOG any unexpended TUMF Program Funds provided to the AGENCY under this Agreement and shall complete any portion or segment of work for the Project for which TUMF Program Funds have been provided. In the event that WRCOG terminates this Agreement, WRCOG shall, within 90 days, distribute to the AGENCY TUMF Program Funds in an amount equal to the aggregate total of all unpaid Page 4 of 23 74 [INSERT PROJECT #] invoices which have been received from the AGENCY regarding the Project at the time of the notice of termination; provided, however, that WRCOG shall be entitled to exercise its rights under Section 5(b), including but not limited to conducting a review of the invoices and requesting additional information. Upon such termination, the AGENCY shall, within 180 days, complete any portion or segment of work for the Project for which TUMF Program Funds have been provided. This Agreement shall terminate upon receipt by the non -terminating Party of the amounts due to it hereunder and upon completion of the segment or portion of Project work for which TUMF Program Funds have been provided. (c) Cumulative Remedies. The rights and remedies of the Parties provided in this Section are in addition to any other rights and remedies provided by law or under this Agreement. 16. Prevailing Wages. The AGENCY and any other person or entity hired to perform services on the Project are alerted to the requirements of California Labor Code Sections 1770 et seq., which would require the payment of prevailing wages were the services or any portion thereof determined to be a public work, as defined therein. The AGENCY shall ensure compliance with these prevailing wage requirements by any person or entity hired to perform the Project. The AGENCY shall defend, indemnify, and hold harmless WRCOG, its officers, employees, consultants, and agents from any claim or liability, including without limitation attorneys, fees, arising from its failure or alleged failure to comply with California Labor Code Sections 1770 et seq. 17. Progress Reports. WRCOG may request the AGENCY to provide WRCOG with progress reports concerning the status of the Project. 18. Indemnification. (a) AGENCY Responsibilities. In addition to the indemnification required under Section 16, the AGENCY agrees to indemnify and hold harmless WRCOG, its officers, agents, consultants, and employees from any and all claims, demands, costs or liability arising from or connected with all activities governed by this Agreement including all design and construction activities, due to negligent acts, errors or omissions or willful misconduct of the AGENCY or its subcontractors. The AGENCY will reimburse WRCOG for any expenditures, including reasonable attorneys' fees, incurred by WRCOG, in defending against claims ultimately determined to be due to negligent acts, errors or omissions or willful misconduct of the AGENCY. (b) WRCOG Responsibilities. WRCOG agrees to indemnify and hold harmless the AGENCY, its officers, agents, consultants, and employees from any and all claims, demands, costs or liability arising from or connected with all activities governed by this Agreement including all design and construction activities, due to negligent acts, errors or omissions or willful misconduct of WRCOG or its sub -consultants. WRCOG will reimburse the AGENCY for any expenditures, including reasonable attorneys' fees, incurred by the AGENCY, in defending against claims ultimately determined to be due to negligent acts, errors or omissions or willful misconduct of WRCOG. Page 5 of 23 75 [INSERT PROJECT #] (c) Effect of Acceptance. The AGENCY shall be responsible for the professional quality, technical accuracy and the coordination of any services provided to complete the Project. WRCOG's review, acceptance or funding of any services performed by the AGENCY or any other person or entity under this Agreement shall not be construed to operate as a waiver of any rights WRCOG may hold under this Agreement or of any cause of action arising out of this Agreement. Further, the AGENCY shall be and remain liable to WRCOG, in accordance with applicable law, for all damages to WRCOG caused by the AGENCY's negligent performance of this Agreement or supervision of any services provided to complete the Project. 19. Insurance. The AGENCY shall require, at a minimum, all persons or entities hired to perform the Project to obtain, and require their subcontractors to obtain, insurance of the types and in the amounts described below and satisfactory to the AGENCY and WRCOG. Such insurance shall be maintained throughout the term of this Agreement, or until completion of the Project, whichever occurs last. (a) Commercial General Liability Insurance. Occurrence version commercial general liability insurance or equivalent form with a combined single limit of not less than $1,000,000.00 per occurrence. If such insurance contains a general aggregate limit, it shall apply separately to the Project or be no less than two times the occurrence limit. Such insurance shall: (i) Name WRCOG and AGENCY, and their respective officials, officers, employees, agents, and consultants as insured with respect to performance of the services on the Project and shall contain no special limitations on the scope of coverage or the protection afforded to these insured; (ii) Be primary with respect to any insurance or self-insurance programs covering WRCOG and AGENCY, and/or their respective officials, officers, employees, agents, and consultants; and (iii) Contain standard separation of insured provisions. (b) Business Automobile Liability Insurance. Business automobile liability insurance or equivalent form with a combined single limit of not less than $1,000,000.00 per occurrence. Such insurance shall include coverage for owned, hired and non -owned automobiles. (c) Professional Liability Insurance. Errors and omissions liability insurance with a limit of not less than $1,000,000.00 Professional liability insurance shall only be required of design or engineering professionals. (d) Workers' Compensation Insurance. Workers' compensation insurance with statutory limits and employers' liability insurance with limits of not less than $1,000,000.00 each accident. Page 6 of 23 76 [INSERT PROJECT #] 20. Project Amendments. Changes to the characteristics of the Project, including the deadline for Project completion, and any responsibilities of the AGENCY or WRCOG may be requested in writing by the AGENCY and are subject to the approval of WRCOG's Representative, which approval will not be unreasonably withheld, provided that extensions of time for completion of the Project shall be approved in the sole discretion of WRCOG's Representative. Nothing in this Agreement shall be construed to require or allow completion of the Project without full compliance with the California Environmental Quality Act (Public Resources Code Section 21000 et seq.; "CEQA") and the National Environmental Policy Act of 1969 (42 USC 4231 et seq.), if applicable, but the necessity of compliance with CEQA and/or NEPA shall not justify, excuse, or permit a delay in completion of the Project. 21. Conflict of Interest. For the term of this Agreement, no member, officer or employee of the AGENCY or WRCOG, during the term of his or her service with the AGENCY or WRCOG, as the case may be, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 22. Limited Scope of Duties. WRCOG's and the AGENCY's duties and obligations under this Agreement are limited to those described herein. WRCOG has no obligation with respect to the safety of any Project performed at a job site. In addition, WRCOG shall not be liable for any action of AGENCY or its contractors relating to the condemnation of property undertaken by AGENCY or construction related to the Project. 23. Books and Records. Each party shall maintain complete, accurate, and clearly identifiable records with respect to costs incurred for the Project under this Agreement. They shall make available for examination by the other party, its authorized agents, officers or employees any and all ledgers and books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or related to the expenditures and disbursements charged to the other party pursuant to this Agreement. Further, each party shall furnish to the other party, its agents or employees such other evidence or information as they may require with respect to any such expense or disbursement charged by them. All such information shall be retained by the Parties for at least four (4) years following termination of this Agreement, and they shall have access to such information during the four-year period for the purposes of examination or audit. 24. Equal Opportunity Employment. The Parties represent that they are equal opportunity employers and they shall not discriminate against any employee or applicant of reemployment because of race, religion, color, national origin, ancestry, sex or age. Such non- discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. 25. Governing Law. This Agreement shall be governed by and construed with the laws of the State of California. 26. Attorneys' Fees. If either party commences an action against the other party arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorneys' fees and costs of suit. Page 7 of 23 77 [INSERT PROJECT #] 27. Time of Essence. Time is of the essence for each and every provision of this Agreement. 28. Headings. Article and Section Headings, paragraph captions or marginal headings contained in this Agreement are for convenience only and shall have no effect in the construction or interpretation of any provision herein. 29. Public Acknowledgement. The AGENCY agrees that all public notices, news releases, information signs and other forms of communication shall indicate that the Project is being cooperatively funded by the AGENCY and WRCOG TUMF Program Funds. 30. No Joint Venture. This Agreement is for funding purposes only and nothing herein shall be construed to make WRCOG a party to the construction of the Project or to make it a partner or joint venture with the AGENCY for such purpose. 31. Compliance With the Law. The AGENCY shall comply with all applicable laws, rules and regulations governing the implementation of the Qualifying Project, including, where applicable, the rules and regulations pertaining to the participation of businesses owned or controlled by minorities and women promulgated by the Federal Highway Administration and the Federal Department of Transportation. 32. Notices. All notices hereunder and communications regarding interpretation of the terms of this Agreement or changes thereto shall be provided by the mailing thereof by registered or certified mail, return receipt requested, postage prepaid and addressed as follows: If to AGENCY: If to WRCOG: Riverside County Transportation Commission 4080 Lemon Street, 3rd Floor Riverside, CA 92501 Attention: Shirley Gooding, Senior Administrative Assistant Telephone: (951) 787-7141 Facsimile: (951) 787-7920 Western Riverside Council of Governments 3390 University Avenue; Suite 200 Riverside, California 92501 Attention: Christopher Gray, Director of Transportation Telephone: (951) 405-6710 Facsimile: (951) 223-9720 Any notice so given shall be considered served on the other party three (3) days after deposit in the U.S. mail, first class postage prepaid, return receipt requested, and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred regardless of the method of service. Page 8 of 23 78 [INSERT PROJECT #] 33. Integration; Amendment. This Agreement contains the entire agreement between the PARTIES. Any agreement or representation respecting matters addressed herein that are not expressly set forth in this Agreement is null and void. This Agreement may be amended only by mutual written agreement of the PARTIES. 34. Severability. If any term, provision, condition or covenant of this Agreement is held invalid or unenforceable, the remainder of this Agreement shall not be affected thereby. 35. Conflicting Provisions. In the event that provisions of any attached appendices or exhibits conflict in any way with the provisions set forth in this Agreement, the language, terms and conditions contained in this Agreement shall control the actions and obligations of the Parties and the interpretation of the Parties' understanding concerning the Agreement. 36. Independent Contractors. Any person or entities retained by the AGENCY or any contractor shall be retained on an independent contractor basis and shall not be employees of WRCOG. Any personnel performing services on the Project shall at all times be under the exclusive direction and control of the AGENCY or contractor, whichever is applicable. The AGENCY or contractor shall pay all wages, salaries and other amounts due such personnel in connection with their performance of services on the Project and as required by law. The AGENCY or consultant shall be responsible for all reports and obligations respecting such personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance and workers' compensation insurance. 37. Effective Date. This Agreement shall not be effective until executed by both Parties. The failure of one party to execute this Agreement within forty-five (45) days of the other party executing this Agreement shall render any execution of this Agreement ineffective. 38. No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. [SIGNATURES ON FOLLOWING PAGE] Page 9 of 23 79 [INSERT PROJECT #] IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed by their duly authorized representatives to be effective on the day and year first above -written. WESTERN RIVERSIDE COUNCIL RIVERSIDE COUNTY OF GOVERNMENTS TRANSPORTATION COMMISSION By: Date: By: Date: Dr. Kurt Wilson Anne Mayer Executive Director Executive Director Approved to Form: By: Date: Steven C. DeBaun General Counsel Page 10 of 23 80 [INSERT PROJECT #] EXHIBIT "A" SCOPE OF WORK SCOPE OF WORK: [DELETE THIS PARAGRAPH AND INSERT DETAIL THE PHASE(S) OF WORK TO BE PERFORMED UNDER THIS AGREEMENT. (Note: Detail the full Project description on Exhibit B.) Provide specific information regarding the Work to be performed, identify the reaches of the work and include a general location map and site map, if applicable.] Exhibit A Page 11 of 23 81 [INSERT PROJECT #] EXHIBIT "A-1" ESTIMATE OF COST Phase TUMF LOCAL TOTAL PA&ED 2,500,000 0 2,500,000 TOTAL 2,500,000 0 2,500,000 Exhibit A —1 Page 12 of 23 82 [INSERT PROJECT #] EXITIBIT "A-2" PROJECT SCHEDULE TIMETABLE: [DELETE THIS PARAGRAPH AND PROVIDE, AT A MINIMUM, THE BEGINNING AND ENDING DATES FOR EACH PHASE OF WORK INCLUDING MAJOR MILESTONES WITHIN A PHASE.] Phase Estimated Completion Date Estimated Cost Comments PA&ED June 2022 — July 2024 2,500,000 TOTAL 2,500,000 Exhibit A — 2 Page 13 of 23 83 [INSERT PROJECT #] Elements of Compensation EXHIBIT "B" PROCEDURES FOR SUBMITTAL, CONSIDERATION AND PAYMENT OF INVOICES 1. For professional services, WRCOG recommends that the AGENCY incorporate this Exhibit "B-1" into its contracts with any subcontractors to establish a standard method for preparation of invoices by contractors to the AGENCY and ultimately to WRCOG for reimbursement of AGENCY contractor costs. 2. Each month the AGENCY shall submit an invoice for eligible Project costs incurred during the preceding month. The original invoice shall be submitted to WRCOG's Executive Director with a copy to WRCOG's Project Coordinator. Each invoice shall be accompanied by a cover letter in a format substantially similar to that of Exhibit "B-2". 3. For jurisdictions with large construction projects (with the total construction cost exceeding $10 million) under construction at the same time, may with the approval of WRCOG submit invoices to WRCOG for payment at the same time they are received by the jurisdiction. WRCOG must receive the invoice by the 5th day of the month in order to process the invoice within 30 days. WRCOG will retain 10% of the invoice until all costs have been verified as eligible and will release the balance at regular intervals not more than quarterly and not less than semi-annually. If there is a discrepancy or ineligible costs that exceed 10% of the previous invoice WRCOG will deduct that amount from the next payment. 4. Each invoice shall include documentation from each contractor used by the AGENCY for the Project, listing labor costs, subcontractor costs, and other expenses. Each invoice shall also include a monthly progress report and spreadsheets showing the hours or amounts expended by each contractor or subcontractor for the month and for the entire Project to date. Samples of acceptable task level documentation and progress reports are attached as Exhibits "B-4" and "B-5". All documentation from the Agency's contractors should be accompanied by a cover letter in a format substantially similar to that of Exhibit "B-3". 5. If the AGENCY is seeking reimbursement for direct expenses incurred by AGENCY staff for eligible Project costs, the AGENCY shall provide the same level of information for its labor and any expenses as required of its contractors pursuant to Exhibit "B" and its attachments. 6. Charges for each task and milestone listed in Exhibit "A" shall be listed separately in the invoice. 7. Each invoice shall include a certification signed by the AGENCY Representative or his or her designee which reads as follows: Exhibit B Page 14 of 23 84 [INSERT PROJECT #] "I hereby certify that the hours and salary rates submitted for reimbursement in this invoice are the actual hours and rates worked and paid to the contractors or subcontractors listed. Signed Title Date Invoice No. 8. WRCOG will pay the AGENCY within 30 days after receipt by WRCOG of an invoice. If WRCOG disputes any portion of an invoice, payment for that portion will be withheld, without interest, pending resolution of the dispute, but the uncontested balance will be paid. 9. The final payment under this Agreement will be made only after: (I) the AGENCY has obtained a Release and Certificate of Final Payment from each contractor or subcontractor used on the Project; (ii) the AGENCY has executed a Release and Certificate of Final Payment; and (iii) the AGENCY has provided copies of each such Release to WRCOG. Exhibit B Page 15 of 23 85 [INSERT PROJECT #] EXHIBIT "B-1" [Sample for Professional Services] For the satisfactory performance and completion of the Services under this Agreement, Agency will pay the Contractor compensation as set forth herein. The total compensation for this service shall not exceed ( INSERT WRITTEN DOLLAR AMOUNT ) ($ INSERT NUMERICAL DOLLAR AMOUNT ) without written approval of Agency's City Manager [or applicable position] ("Total Compensation"). 1. ELEMENTS OF COMPENSATION. Compensation for the Services will be comprised of the following elements: 1.1 Direct Labor Costs; 1.2 Fixed Fee; and 1.3 Additional Direct Costs. 1.1 DIRECT LABOR COSTS. Direct Labor costs shall be paid in an amount equal to the product of the Direct Salary Costs and the Multiplier which are defined as follows: 1.1.1 DIRECT SALARY COSTS Direct Salary Costs are the base salaries and wages actually paid to the Contractor's personnel directly engaged in performance of the Services under the Agreement. (The range of hourly rates paid to the Contractor's personnel appears in Section 2 below.) 1.1.2 MULTIPLIER The Multiplier to be applied to the Direct Salary Costs to determine the Direct Labor Costs is , and is the sum of the following components: 1.1.2.1 Direct Salary Costs 1.1.2.2 Payroll Additives The Decimal Ratio of Payroll Additives to Direct Salary Costs. Payroll Additives include all employee benefits, allowances for vacation, sick leave, and holidays, and company portion of employee insurance and social and retirement benefits, all federal and state payroll taxes, premiums for insurance which are measured by payroll costs, and other contributions and benefits imposed by applicable laws and regulations. 1.1.2.3 Overhead Costs Exhibit B-1 Page 16 of 23 86 [INSERT PROJECT #] The Decimal Ratio of Allowable Overhead Costs to the Contractor Firm's Total Direct Salary Costs. Allowable Overhead Costs include general, administrative and overhead costs of maintaining and operating established offices, and consistent with established firm policies, and as defined in the Federal Acquisitions Regulations, Part 31.2. Total Multiplier (sum of 1.1.2.1, 1.1.2.2, and 1.1.2.3) 1.2 FIXED FEE. 1.2.1 The fixed fee is $ 1.2.2 A pro -rata share of the Fixed Fee shall be applied to the total Direct Labor Costs expended for services each month, and shall be included on each monthly invoice. 1.3 ADDITIONAL DIRECT COSTS. Additional Direct Costs directly identifiable to the performance of the services of this Agreement shall be reimbursed at the rates below, or at actual invoiced cost. Rates for identified Additional Direct Costs are as follows: ITEM REIMBURSEMENT RATE [ insert charges J Per Diem $ /day Car mileage $ /mile Travel $ /trip Computer Charges $ /hour Photocopies $ /copy Blueline $ /sheet LD Telephone $ /call Fax $ /sheet Photographs $ /sheet Travel by air and travel in excess of 100 miles from the Contractor's office nearest to Agency's office must have Agency's prior written approval to be reimbursed under this Agreement. Exhibit B-1 Page 17 of 23 87 [INSERT PROJECT #] 2. DIRECT SALARY RATES Direct Salary Rates, which are the range of hourly rates to be used in determining Direct Salary Costs in Section 1.1.1 above, are given below and are subject to the following: 2.1 Direct Salary Rates shall be applicable to both straight time and overtime work, unless payment of a premium for overtime work is required by law, regulation or craft agreement, or is otherwise specified in this Agreement. In such event, the premium portion of Direct Salary Costs will not be subject to the Multiplier defined in Paragraph 1.1.2 above. 2.2 Direct Salary Rates shown herein are in effect for one year following the effective date of the Agreement. Thereafter, they may be adjusted annually to reflect the Contractor's adjustments to individual compensation. The Contractor shall notify Agency in writing prior to a change in the range of rates included herein, and prior to each subsequent change. POSITION OR CLASSIFICATION RANGE OF HOURLY RATES [ sample J Principal $ .00 - $ .00/hour Project Manager $ .00 - $ .00/hour Sr. Engineer/Planner $ .00 - $ .00/hour Project Engineer/Planner $ .00 - $ .00/hour Assoc. Engineer/Planner $ .00 - $ .00/hour Technician $ .00 - $ .00/hour Drafter/CADD Operator $ .00 - $ .00/hour Word Processor $ .00 - $ .00/hour 2.3 The above rates are for the Contractor only. All rates for subcontractors to the Contractor will be in accordance with the Contractor's cost proposal. 3. INVOICING. 3.1 Each month the Contractor shall submit an invoice for Services performed during the preceding month. The original invoice shall be submitted to Agency's Executive Director with two (2) copies to Agency's Project Coordinator. 3.2 Charges shall be billed in accordance with the terms and rates included herein, unless otherwise agreed in writing by Agency's Representative. 3.3 Base Work and Extra Work shall be charged separately, and the charges for each task and Milestone listed in the Scope of Services, shall be listed separately. The charges for each individual assigned by the Contractor under this Agreement shall be listed separately on an attachment to the invoice. Exhibit B-1 Page 18 of 23 88 [INSERT PROJECT #] 3.4 A charge of $500 or more for any one item of Additional Direct Costs shall be accompanied by substantiating documentation satisfactory to Agency such as invoices, telephone logs, etc. 3.5 Each copy of each invoice shall be accompanied by a Monthly Progress Report and spreadsheets showing hours expended by task for each month and total project to date. 3.6 If applicable, each invoice shall indicate payments to DBE subcontractors or supplies by dollar amount and as a percentage of the total invoice. 3.7 Each invoice shall include a certification signed by the Contractor's Representative or an officer of the firm which reads as follows: I hereby certify that the hours and salary rates charged in this invoice are the actual hours and rates worked and paid to the employees listed. Signed Title Date Invoice No. 4. PAYMENT 4.1 Agency shall pay the Contractor within four to six weeks after receipt by Agency of an original invoice. Should Agency contest any portion of an invoice, that portion shall be held for resolution, without interest, but the uncontested balance shall be paid. 4.2 The final payment for Services under this Agreement will be made only after the Contractor has executed a Release and Certificate of Final Payment. Exhibit B-1 Page 19 of 23 89 [INSERT PROJECT #] EXHIBIT B-2 Sample Cover Letter to WRCOG Date Western Riverside Council of Governments 3390 University Avenue; Suite 450 Riverside, California 92501 Attention: Deputy Executive Director ATTN: Accounts Payable Re: Project Title - Invoice # Enclosed for your review and payment approval is the AGENCY's invoice for professional and technical services that was rendered by our contractors in connection with the 2002 Measure "A" Local Streets and Roads Funding per Agreement No. effective (Month/Day/Year) . The required support documentation received from each contractor is included as backup to the invoice. Invoice period covered is from Month/Date/Year to Month/Date/Year . Total Authorized Agreement Amount: Total Invoiced to Date: Total Previously Invoiced: Balance Remaining: Amount due this Invoice: $0,000,000.00 $0,000,000.00 $0,000,000.00 $0,000,000.00 $0,000,000.00 I certify that the hours and salary rates charged in this invoice are the actual hours and rates worked and paid to the contractors listed. By: cc: Name Title Exhibit B-2 Page 20 of 23 90 [INSERT PROJECT #] EXHIBIT B-3 Sample Letter from Contractor to AGENCY Month/Date/Year Western Riverside Council of Governments 3390 University Avenue; Suite 200 Riverside, California 92501 Attention: Deputy Executive Director Attn: Accounts Payable Invoice # For [type of services] rendered by [contractor name] in connection with [name of project] This is per agreement No. XX-XX-XXX effective Month/Date/Year . Invoice period covered is from Month/Date/Year to Month/Date/Year Total Base Contract Amount: Authorized Extra Work (if Applicable) $000,000.00 $000,000.00 TOTAL AUTHORIZED CONTRACT AMOUNT: $000,000.00 Total Invoice to Date: Total Previously Billed: Balance Remaining: $000,000.00 $000,000.00 $000,000.00 Amount Due this Invoice: $000,000.00 I certify that the hours and salary rates charged in this invoice are the actual hours and rates worked and paid to the employees listed, By: Name Title Exhibit B-3 Page 21 of 23 91 [INSERT PROJECT #] EXHIBIT B-4 SAMPLE TASK SUMMARY SCHEDULE (OPTIONAL) Exhibit B-4 Page 22 of 23 92 [INSERT PROJECT #] EXHIBIT B-5 Sample Progress Report REPORTING PERIOD: Month/Date/Year to Month/Date/Year PROGRESS REPORT: #1 A. Activities and Work Completed during Current Work Periods TASK 01 — 100% PS&E SUBMITTAL 1. Responded to Segment 1 comments from Department of Transportation 2. Completed and submitted Segment 1 final PS&E B. Current/Potential Problems Encountered & Corrective Action Problems None C. Work Planned Next Period Corrective Action None TASK 01 — 100% PS&E SUBMITTAL 1. Completing and to submit Traffic Signal and Electrical Design plans 2. Responding to review comments Exhibit B-5 Page 23 of 23 93 RIVERSIDE COUNTY TRANSPORTATION COMMISSION INTERSTATE 10/HIGHLAND SPRINGS AVENUE INTERCHANGE IMPROVEMENTS AGREEMENTS FOR PREPARATION OF THE PROJECT APPROVAL AND ENVIRONMENTAL DOCUMENT (PA/ED) AND FUNDING DAVID LEWIS, CAPITAL PROJECT MANAGER I-10 Highland Springs Interchange Project Project Location Rialto _9 to n San Berlintardino Colton Grand Terrace 0 Riverside ,/code rest 210 Highland San Bernardino Int' I Airport 10 R'edlan ds Lo ma • Linda .o I SAN BFRNARDINO -- -Arc; Box Springs Mountain- Reserve LN rA /NS. MORENO VALLEY Moreno Valley laic h Air Base Mentor BE RNASCONI HILLS Lain Perris State Recreation Area ✓ Lake Pe rrs s7 r'C(�R1S VALLEY Pei ris / ,� 2 4 .�� Miles n '_- it!,' _ Yucaipa YUCAIPA VALLE, Calimesa RIVERSIC. San Park Canyo Parkn Non,,. Vona.. • ORGO C Res.: BEAUM.ONT Beam ' .I ' t ----Ramona-Expy- Nuevo , . SAN rACINTO. VALLFY LAKEVIEW MOUNTAIN Hemet MCC hester __� ,Dornetstrni-P`4 _ Into tbrongo 1,a servahon BANNING So to be Reservation East Hemet N1NG PASS �,Cabazon� Im1911..,Jr1 �, Yea 'ROUSE RIDGE 10875 h l-1 yll..ild Mountain Center San G.,ry.,nro Wilda, MIS tvbunt San Jacinto _=:mat. rya rk North Paln Springs Agua Calwr�r. r - Sources: ESRI 2022. 1.1, 1inee "-Diamond ' • I 2 I-10 Highland Springs Interchange Project Project Footprint Project Footprint for All Alternatives 3 I-10 Highland Springs Interchange Project Background and Update • Presented update to City Councils in May 2021 • Caltrans approved PSR on December 10, 2021 • Alternatives • Hook Ramp Alternatives • Diverging Diamond Interchange (DDI) Alternatives • Auxiliary lanes included on 1-10 • CEQA—Initial Study with Proposed Mitigated Negative Declaration (IS/MND) • NEPA — Environmental Assessment with Finding of No Significant Impact (EA/FONSI) 4 I-10 Highland Springs Interchange Project Procurement Process • Request for Qualifications (RFQ) released on December 16, 2021 • 87 Firms downloaded the RFQ — 11 firms located in Riverside County • Four Firms submitted statements of qualifications on February 3, 2022 • Two firms selected for interview — Kimley-Horn and Associates, Inc. (Orange) — Mark Thomas & Company, Inc. (Rancho Cucamonga) • Evaluation committee recommends contract award to: — Mark Thomas & Company, Inc. (Rancho Cucamonga) 5 I-10 Highland Springs Interchange Project Scope, Cost and Schedule • Staff negotiated fair and reasonable cost of $2,199,634 • 10% ($219,963) contingency covers potential changes or issues that arise • Total authorized amount - $2,419,597 • 24 -month PA/ED schedule 6 I-10 Highland Springs Interchange Project Additional Funds Needed for PA/ED PSR Phase Funding Funding Provided by WRCOG — Cooperative Agreement No. 20-72-018-00 • Allocated $2 million of TUMF Pass Zone Funding • PSR cost $473,155 • Remaining $1,526,845 to be used for PA/ED Phase PA/ED Phase Funding • Amend Cooperative Agreement to increase TUMF Pass Zone funding by an additional $1 million • Any remaining funds will be allocated to the PS&E phase • This action is subject to the approval of the Pass Zone Executive Committee (meeting May 23) and WRCOG Executive Committee (meeting June 6) • This item will not go to the full Commission if the Pass Zone Committee does not approve funding 7 I-10 Highland Springs Interchange Project Requested Actions • Award Agreement No. 22-27-011-00 to Mark Thomas and Company — Amount of $2,199,634 — With a Contingency of $219,963 — Total authorized amount of $2,419,597 • Approve Cooperative Agreement No. 22-72-091-00 with WRCOG for additional TUMF Zone funding in the amount of $1,000,000 8 RIVERSIDE COUNTY TRANSPORTATION COMMISSION QUESTIONS AGENDA ITEM 8 RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: May 23, 2022 TO: Western Riverside County Programs and Projects Committee FROM: Bryce Johnston, Senior Capital Projects Manager THROUGH: Marlin Feenstra, Project Delivery Director SUBJECT: Agreements for On -Call Geotechnical Investigation — Laboratory and Field Testing of Materials STAFF RECOMMENDATION: This item is for the Committee to: 1) Award the following agreements to provide On -Call Geotechnical Investigation — Laboratory and Field Testing of Materials for a three-year term, and two one-year options to extend the agreements, in an amount not to exceed an aggregate value of $500,000; a) Agreement No. 22-31-051-00 to Group Delta Consultants, Inc. (Group Delta); b) Agreement No. 22-31-086-00 to Kleinfelder, Inc.; c) Agreement No. 22-31-087-00 to Ninyo & Moore Geotechnical and Environmental Sciences Consultants (Ninyo & Moore); 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreements, including option years, on behalf of the Commission; 3) Authorize the Executive Director, or designee, to execute task orders under the terms of the agreements; and 4) Forward to the Commission for final action. BACKGROUND INFORMATION: The Commission has a periodic need for the provision of comprehensive on -call geotechnical investigation — laboratory and field testing of materials services. Typically, the Commission obtains geotechnical investigation and lab testing services through subconsultants to primary consultant contracts for preliminary design or construction management. There are occasions in which these services will be needed independent of a design or construction contract. Examples of this include rail station capital projects where construction management will be administered by Commission and Bechtel staff. Procurement Process Pursuant to Government Code 4525 et seq, selection of architect, engineer, and related services shall be on the basis of demonstrated competence and on professional qualifications necessary Agenda Item 8 94 for the satisfactory performance of the services required. Therefore, staff used the qualification method of selection for the procurement. Evaluation criteria included elements such as qualifications of firm, staffing and project organization, project understanding and approach, and the ability to respond to the requirements set forth under the terms of a request for qualifications ( RFQ). RFQ No. 22-31-051-00 for On -Call Geotechnical Investigation — Laboratory and Field Testing of Materials was released by staff on March 3, 2022. The RFQ was posted on the Commission's Planet Bids website, which is accessible through the Commission's website. Through Planet Bids, 46 firms downloaded the RFQ; 9 of these firms are located in Riverside County. A pre -submittal meeting was held on March 15, 2022 and attended by 13 firms. Staff responded to all questions submitted by potential proposers prior to the March 29, 2022, clarification deadline. Nine firms — Aragon Geotechnical (Riverside); Geocon Incorporated (Redlands); Group Delta (Ontario); Kleinfelder (Riverside); Leighton Consulting (Irvine); MTGL, Inc. (Riverside); Ninyo & Moore (Irvine); Tetra Tech (Diamond Bar); and Twining (San Bernardino) — submitted responsive and responsible statements of qualifications prior to the 2:00 p.m. submittal deadline on April 14, 2022. Based on the evaluation criteria set forth in the RFQ the firms were evaluated and scored by an evaluation committee comprised of Commission, Bechtel, Caltrans and Metrolink staff. Based on the evaluation committee's assessment of the written proposals and pursuant to the terms of the RFP, the evaluation committee shortlisted and invited four firms to the interview phase of the evaluation and selection process. Interviews of the shortlisted firms — Group Delta, Kleinfelder, Inc., Leighton Consulting, and Ninyo & Moore— were conducted on May 3, 2022. The evaluation committee conducted a subsequent evaluation of each firm, based on both written and interview components presented to the evaluation committee by each proposer. Accordingly, the evaluation committee determined three firms — Group Delta, Kleinfelder, Inc., and Ninyo & Moore —to be the most qualified firms to provide On -Call Geotechnical Investigation — Laboratory and Field Testing of Materials. The evaluation committee recommends contract awards to these three firms for a three-year term, and two single -year options to extend the agreements, in the aggregate amount of $500,000, as these firms earned the highest total evaluation scores. The multiple award, on -call, indefinite delivery/indefinite quantity task order type contracts do not guarantee work to any of the awardees; therefore, no funds are guaranteed to any consultant. Pre -qualified consultants will be selected for specific tasks based on qualification information contained in their proposals and/or competitive fee proposals for the specific tasks. Services will be provided through the Commission's issuance of contract task orders to the consultants on an as -needed basis. The Commission's model on -call professional services agreement will be entered into with each consultant firm, subject to any changes approved by the Executive Director, pursuant to legal Agenda Item 8 95 counsel review. Staff oversight of the contracts and task orders will maximize the effectiveness of the consultants and minimize costs to the Commission. FISCAL IMPACT Funding for these services will be provided by Measure A and various local, state and federal sources. Financial Information In Fiscal Year Budget: N/A Year: FY 2022/23+ Amount: $500,000 Source of Funds: Various Federal, Measure A and/or other local or state funds Budget Adjustment: N/A GL/Project Accounting No.: 654199 81304 00000 0000 265 33 81301 623999 81304 00000 0000 262 3181301 Fiscal Procedures Approved: Date: 05/13/2022 Attachments: 1) Draft On -Call Professional Services Agreement 22-31-051-00 with Group Delta 2) Draft On -Call Professional Services Agreement 22-31-086-00 with Kleinfelder, Inc. 3) Draft On -Call Professional Services Agreement 22-31-087-00 with Ninyo & Moore Agenda Item 8 96 ATTACHMENT 1 Agreement No. 22-31-051-00 PROFESSIONAL SERVICES AGREEMENT WITH FHWA FUNDING/ASSISTANCE RIVERSIDE COUNTY TRANSPORTATION COMMISSION AGREEMENT WITH GROUP DELTA FOR ON -CALL GEOTECHNICAL INVESTIGATION SERVICES — LABORATORY AND FIELD TESTING OF MATERIALS Parties and Date. This Agreement is made and entered into this ,e day o , 2022, by and between the RIVERSIDE COUNTY TRANSPORTATION COMMISSION ("the Commission") and GROUP DELTA CONSULTANTS, INC. ("Consultant"), a CORPORATION The Commission and Consultant are sometimes referred to herein individually as "Party", and collectively a " Recitals. A. A. On November 8, 198 h el s of Riverside County approved Measure A authorizing the collection of a one-half percent (1/2 %) retail transactions and use tax (the "tax") to fund transportation programs and improvements within the County of Riverside, and adopting the Riverside County Transportation Improvement Plan (the "Plan"). B. Pursuant to Public Utility Code Sections 240000 et seq., the Commission is authorized to allocate the proceeds of the Tax in furtherance of the Plan. C. On November 5, 2002, the voters of Riverside County approved an extension of the Measure A tax for an additional thirty (30) years for the continued funding of transportation and improvements within the County of Riverside. D. A source of funding for payment for professional services provided under this Agreement is federal funds administered by the California Department of Transportation ("Caltrans") from the United States Department of Transportation pursuant to the following project/program: [ INSERT FUNDING SOURCE_]. E. Consultant desires to perform and assume responsibility for the provision of certain professional services required by the Commission on the terms and conditions set forth in this Agreement. Consultant represents that it is experienced in providing Geotechnical Investigation services to public clients, is licensed in the State of California (if necessary), and is familiar with the plans of the Commission. F. The Commission desires to engage Consultant to render such services for the On -Call Geotechnical Investigation ("Project"), as set forth in this Agreement. Terms. 1. General Scope of Services. Consultant shall furnish all technical and professional services, including labor, material, equipment, transportation, supervision and expertise, and incidental and customary work necessary to fully and adequately supply the professional Geotechnical Investigation services necessary for the Project ("Services"). The Services are more particularly descri.'d in Exhibit "A" attached hereto and incorporated herein by reference. All Se _:'i; -s shall be subject to, and performed in accordance with, this Agreement, t ibits attached hereto and incorporated herein by reference, and all applicabl_ wcal, and federal laws, rules and regulations. 2. Commencement of Services. The Cons all commence work upon receipt of a written "Notice to Proceed" or "Limited Notice roceed" from Commission. 3. Pre -Award Audit. As extent Caltrans procedures Proceed" may be contingent questions raised during the will consider approval of Agreement is continge thereby entitling the completed. The and State process acting in behalf of a fe for which Federal reimbur a result of appl co u u ding for this Project, and to the on erewith, issuance of a "Notice to and approval of a pre -award audit. Any hall be resolved before the Commission The federal aid provided under this all Federal requirements and could be withdrawn, rminate this Agreement, if the procedures are not s all be maintained in a manner to facilitate Federal addition, the applicable federal agency, or Caltrans ncy, may require that prior to performance of any work ent is requested and provided, that said federal agency or Caltrans must give to Commission an "Authorization to Proceed". 4. Caltrans Audit Procedures. 4.1 Consultant and certain subconsultant contracts, including cost proposals and ICR, are subject to audits or reviews such as, but not limited to, a contract audit, an incurred cost audit, an Independent Cost Review (ICR) Audit, or a CPA ICR audit work paper review. If selected for audit or review, this Agreement, Consultant's cost proposal and ICR and related work papers, if applicable, will be reviewed to verify compliance with 48 CFR, Part 31 and other related laws and regulations. In the instances of a CPA ICR audit work paper review it is Consultant's responsibility to ensure federal, state, or local government officials are allowed full access to the CPA's work papers including making copies as necessary. This Agreement, Consultant's cost proposal, and ICR 2 98 shall be adjusted by Consultant and approved by the Commission's contract manager to conform to the audit or review recommendations. Consultant agrees that individual terms of costs identified in the audit report shall be incorporated into this Agreement by this reference if directed by Commission at its sole discretion. Refusal by Consultant to incorporate audit or review recommendations, or to ensure that the federal, state or local governments have access to CPA work papers, will be considered a breach of the Agreement terms and cause for termination of this Agreement and disallowance of prior reimbursed costs. Additional audit provisions applicable to this Agreement are set forth in Sections 24 and 25 of this Agreement. 4.2 During Caltrans' review of the ICR audit work papers created by the Consultant's independent CPA (which may include review by the Independent Office of Audits and Investigations), Caltrans will work with the CPA and/or Consultant toward a resolution of issues that arise during the review. Each •, ty agrees to use its best efforts to resolve any audit disputes in a timely manner altrans identifies significant issues during the review and is unable to issue a cog pproval letter, Commission will reimburse the Consultant at an accepted IC;, ntil - R (Federal Acquisition Regulation) compliant ICR {e.g. 48 CFR Part 31 GAS (Ge -Ily Accepted Auditing Standards); CAS (Cost Accounting Standa if ,; • plicabl in accordance with procedures and guidelines of the America a iation of State Highways and Transportation Officials (AASHTO) Audit Guide; c;: other applicable procedures and guidelines} is received and approved by Accepted rates will be as follows: a. If the propose accepted rate reimbursed wi b. If the p hundred percent proposed rate. one hundred fifty percent (150%) — the nt (90%) of the proposed rate. etween one hundred fifty percent (150%) and two ted rate will be eighty-five percent (85%) of the c. If the propo rate is greater than two hundred percent (200%) - the accepted rate will be seventy-five percent (75%) of the proposed rate. 4.3 If Caltrans is unable to issue a cognizant letter per Section 4.2 above, Caltrans may require Consultant to submit a revised independent CPA -audited ICR and audit report within three (3) months of the effective date of the Caltrans' management letter. Caltrans will then have up to six (6) months to review the Consultant's and/or the independent CPA's revisions. 4.4 If the Consultant fails to comply with the provisions of this Section 4, or if Caltrans is still unable to issue a cognizant approval letter after the revised independent CPA audited ICR is submitted, overhead cost reimbursement will be limited to the accepted ICR that was established upon initial rejection of the ICR and set forth in 3 99 Section 4.2 above for all rendered services. In this event, this accepted ICR will become the actual and final ICR for reimbursement purposes under this Agreement. 4.5 Consultant may submit to Commission final invoice only when all of the following items have occurred: (1) Caltrans accepts or adjusts the original or revised independent CPA audited ICR; (2) all work under this Agreement has been completed to the satisfaction of Commission; and, (3) Caltrans has issued its final ICR review letter. The Consultant must submit its final invoice to Commission no later than sixty (60) calendar days after occurrence of the last of these items. The accepted ICR will apply to this Agreement, and all other agreements executed between the Commission and the Consultant, either as a prime or subconsultant, with the same fiscal period ICR. 5. Term. 5.1 This Agreement shall go into effect on the, *ate first set forth above, contingent upon approval by Commission, and Consult shall commence work after notification to proceed by Commission's Contract Ad r_; ator. This Agreement shall end on June 30, 2025, unless extended by contract . "end qt. 5.2 Consultant is advised that any r• not binding on Commission until this Agreeme Commission. 5.3 This Agreement shall remai earlier terminated as provided her-.',, Co term of this Agreement, and s m t an All applicable indemnificati following the termination of t 6. Commission's Ex Administrator for Administrator"). Com behalf of the Commissi dation f• Agreement award is executed and approved by the the date set forth above, unless nt s' :II complete the Services within the ther established schedules and deadlines. this Agreement shall remain in effect Commission' strator. The Commission hereby designates the r his or her designee, to act as its Contract nce of this Agreement ("Commission's Contract ontract Administrator shall have the authority to act on or all purposes under this Agreement. Commission's Contract Administrator shall also review and give approval, as needed, to the details of Consultant's work as it progresses. Consultant shall not accept direction or orders from any person other than the Commission's Contract Administrator or his or her designee. 7. Consultant's Representative. Consultant hereby designates Nick Turner to act as its Representative for the performance of this Agreement ("Consultant's Representative"). Consultant's Representative shall have full authority to act on behalf of Consultant for all purposes under this Agreement. The Consultant's Representative shall supervise and direct the Services, using his or her professional skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. Consultant shall work closely and cooperate fully with Commission's Contract Administrator and any other agencies which may have jurisdiction over, or an 4 100 interest in, the Services. Consultant's Representative shall be available to the Commission staff at all reasonable times. Any substitution in Consultant's Representative shall be approved in writing by Commission's Contract Administrator. 8. Substitution of Key Personnel. Consultant has represented to the Commission that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Consultant may substitute other personnel of at least equal competence upon written approval by the Commission. In the event that the Commission and Consultant cannot agree as to the substitution of the key personnel, the Commission shall be entitled to terminate this Agreement for cause, pursuant to the provisions herein. The key personnel for performance of this Agreement are as follows: Nick Turner and Michael Givens 9. Standard of Care; Licenses; Evaluation. 9.1 Consultant represents and maintains th skilled in the professional calling necessary to perform all Services, dutie nd ations required by this Agreement to fully and adequately complete the, oject. Co tant shall perform the Services and duties in conformance to and sist<<,,t with t standards generally recognized as being employed by profession same discipline in the State of California. Consultant warrants that all emplo -s and subcontractors shall have sufficient skill and experience to perfo Servi. >. assigned to them. Consultant further represents and warrants to - 's is ion that its employees and subcontractors have all license , •ermi alific•tions and approvals of whatever nature that are legally require o b .rfor he Services, and that such licenses and approvals shall be maintain . ° hrou► rout th :', erm of this Agreement. Consultant shall perform, at its own cost and 1,eR out reimbursement from the Commission, any services necessa c• ' pct errors or omissions which are caused by the Consultant's failure � omp - ' ith standard of care provided for herein, and shall be fully responsible ti e Comm = ion or all damages and other liabilities provided for in the indemnification r isions this Agreement arising from the Consultant's errors and omissions. Any e oy of Consultant or its sub -consultants who is determined by the Commission to be ► II I 'operative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the Commission, shall be promptly removed from the Project by the Consultant and shall not be re- employed to perform any of the Services or to work on the Project. 9.2 Consultant's performance will be evaluated by Commission. 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 Agreement record. 10. Independent Contractor. The Services shall be performed by Consultant or under its supervision. Consultant will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. Commission retains Consultant on an independent contractor basis and not as an employee, agent 5 101 or representative of the Commission. Consultant retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Consultant shall pay all wages, salaries and other amounts due such personnel in connection with their performance of Services and as required by law. Consultant shall be responsible for all reports and obligations respecting such personnel, including but not limited to, social security taxes, income tax withholdings, unemployment insurance, disability insurance, and workers' compensation insurance. 11. Schedule of Services. Consultant shall perform the Services expeditiously, within the term of this Agreement, and in accordance with the Schedule of Services set forth in each Task Order. Consultant represents that it has the professional and technical personnel to perform the Services in conforman with such conditions. In order to facilitate Consultant's conformance with the S __`'dule, the Commission shall respond to Consultant's submittals in a timely manne n request of Commission's Contract Administrator, Consultant shall provide a R• det ;• schedule of anticipated performance to meet the Schedule of Services. 11.1 Modification of the Schedule. .;" . nt shall regularly report to the Commission, through correspondence or progr ' reports, its progress in providing required Services within the schedule • •erio• Commission shall be promptly informed of all anticipated delays. In ' ` - Consultant determines that a schedule modification is neces ,, , C ant ` hall promptly submit a revised Schedule of Services for appro sion's Contract Administrator. 11.2 Trend Meeting shall conduct trend meetings with the Commission's Contrac z�'ni " ; or and other interested parties, as requested by the Commission, on a b -ek sis b: as may be mutually scheduled by the Parties at a standard day and ;` : e. The tre d meetings will encompass focused and informal discussions concern scope, .chedule, and current progress of Services, relevant cost issues, and futur 'ro :.0 objectives. Consultant shall be responsible for the preparation and distribute meeting agendas to be received by the Commission and other attendees no later than three (3) working days prior to the meeting. 11.3 Progress Reports. As part of its monthly invoice, Consultant shall submit a progress report, in a form determined by the Commission, which will indicate the progress achieved during the previous month in relation to the Schedule of Services. Submission of such progress report by Consultant shall be a condition precedent to receipt of payment from the Commission for each monthly invoice submitted. 6 102 12. Delay in Performance. 12.1 Excusable Delays. Should Consultant be delayed or prevented from the timely performance of any act or Services required by the terms of the Agreement by reason of acts of God or of the public enemy, acts or omissions of the Commission or other governmental agencies in either their sovereign or contractual capacities, fires, floods, epidemics, pandemics, quarantine restrictions, strikes, freight embargoes or unusually severe weather, performance of such act shall be excused for the period of such delay. 12.2 Written Notice. If Consultant believes it is entitled to an extension of time due to conditions set forth in subsection 12.1, Consultant shall provide written notice to the Commission within seven (7) working days from the time Consultant knows, or reasonably should have known, that performance of the Se::„.ces will be delayed due to such conditions. Failure of Consultant to provide such ,do , ely notice shall constitute a waiver by Consultant of any right to an excusable dela e of performance. 12.3 Mutual Agreement. Performance may be delayed upon mutual agreement Consultant's Schedule of Services shall be ex Consultant shall take all reasonable teps additional costs, resulting from any suc ny Servic: under this Agreement P ies. • on such agreement, s necessary by the Commission. imize delay in completion, and 13. Preliminar Review of W. AI '' .rts, orking papers, and similar work products prepared for submi Agreement shall be submitt and the Commission may re approval. In the even final detailed plans clearance as may Commission's Cont formally submitted wo established under this A ourse of providing Services under this on's Contract Administrator in draft form, such drafts prior to formal submission and designs are to be developed as part of the Project, all be contingent upon obtaining environmental nnection with Federal funding. In the event that rator, in his or her sole discretion, determines the to be not in accordance with the standard of care ment, Commission's Contract Administrator may require Consultant to revise and resubmit the work at no cost to the Commission. 14. Appearance at Hearings. If and when required by the Commission, Consultant shall render assistance at public hearings or other meetings related to the Project or necessary to the performance of the Services. However, Consultant shall not be required to, and will not, render any decision, interpretation or recommendation regarding questions of a legal nature or which may be construed as constituting a legal opinion. 15. Opportunity to Cure; Inspection of Work. Commission may provide Consultant an opportunity to cure, at Consultant's expense, all errors and omissions which may be disclosed during Project implementation. Should Consultant fail to make such correction in a timely manner, such correction may be made by the Commission, and 7 103 the cost thereof charged to Consultant. Consultant shall allow the Commission's Contract Administrator, Caltrans and FHWA to inspect or review Consultant's work in progress at any reasonable time. 16. Claims Filed by Contractor. 16.1 If claims are filed by the Commission's contractor for the Project ("Contractor") relating to work performed by Consultant's personnel, and additional information or assistance from the Consultant's personnel is required by the Commission in order to evaluate or defend against such claims; Consultant agrees to make reasonable efforts to make its personnel available for consultation with the Commission's construction contract administration and legal staff and for testimony, if necessary, at depositions and at trial or arbitration proceedings. 16.2 Consultant's personnel that the Commissi•. . onsiders essential to assist in defending against Contractor claims will be made a on reasonable notice from the Commission. Consultation or testimony will . - 'reim , is ed at the same rates, including travel costs that are being paid for the ' nsultant's ;sonnet services under this Agreement. 16.3 Services of the Consultant's connection with Contractor claims will amendment, if necessary, extending the finally resolve the claims. 16.4 Nothing conta Consultant's indemnification conflict between this S not intended to obli personnel related t defend the Commiss nel and other support staff in pursuant to a written contract to of this Agreement in order to shall be construed to in any way limit ained in Section 29. In the case of any ection 29, Section 29 shall govern. This Section is ion to reimburse Consultant for time spent by its for which Consultant is required to indemnify and to Section 29 of this Agreement. 17. Final Acceptance. on determination by the Commission that Consultant has satisfactorily completed the Services required under this Agreement and within the term herein, the Commission shall give Consultant a written Notice of Final Acceptance. Upon receipt of such notice, Consultant shall incur no further costs hereunder, unless otherwise specified in the Notice of Final Acceptance. Consultant may request issuance of a Notice of Final Acceptance when, in its opinion, it has satisfactorily completed all Services required under the terms of this Agreement. In the event copyrights are permitted under this Agreement, then in connection with Federal funding, it is hereby acknowledged and agreed that the United States Department of Transportation shall have the royalty -free non-exclusive and irrevocable right to reproduce, publish, or otherwise use, and to authorize others to use, the work for governmental purposes. 8 104 18. Laws and Regulations. Consultant shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. For example, and not by way of limitation, Consultant shall keep itself fully informed of and in compliance with all implementing regulations, design standards, specifications, previous commitments that must be incorporated in the design of the Project, and administrative controls including those of the United States Department of Transportation. Compliance with Federal procedures may include completion of the applicable environmental documents and approved by the United States Department of Transportation. For example, and not by way of limitation, a signed Categorical Exclusion, Finding of No Significant Impact, or published Record of Decision may be required to be approved and/or completed by the United States Department of Transportation. Consultant shall be liable for all violations of such laws and regulations in connection with Services. f the Consultant performs any work knowing it to be contrary to such laws, rule nd regulations and without giving written notice to the Commission, Consultant i'e solely responsible for all costs arising therefrom. Consultant shall defend, nd hold Commission, its officials, directors, officers, employees and age , ree and less, pursuant to the indemnification provisions of this Agreement, f any, aim or li.' ility arising out of any failure or alleged failure to comply with such la or regulations. 19. Fees and Payment. 19.1 The method of pay • - t for £ gre-ment will be based on actual cost plus a fixed fee. Commission s► r- bur Consultant for actual costs (including labor costs, employee benefits, %el, e� i.me rental costs, overhead and other direct costs) incurred by Consults e of the Services. Consultant shall not be reimbursed for actual ha" ceed the estimated wage rates, employee benefits, travel, equipment re ► ov- -a•, d other estimated costs set forth in the approved Consultant cost p ed ereto as Exhibit "B" and incorporated herein by reference ("Cost Pro al") unl s additional reimbursement is provided for by a written amendment. In no ev- sh Consultant be reimbursed for overhead costs at a rate that exceeds Commissio approved overhead rate set forth in the Cost Proposal. In the event that Commission determines that a change to the Services from that specified in the Cost Proposal and this Agreement is required, the contract time or actual costs reimbursable by Commission shall be adjusted by contract amendment to accommodate the changed work. The maximum total cost as specified in Section 19.9 shall not be exceeded, unless authorized by a written amendment. 19.2 The indirect cost rate established for this Agreement is extended through the duration of this Agreement. Consultant's agreement to the extension of the 1 -year applicable period shall not be a condition or qualification to be considered for the work or Agreement award. 19.3 In addition to the allowable incurred costs, Commission shall pay Consultant a fixed fee of j INSERT DOLLAR AMOUNT 1. The fixed fee is 9 105 nonadjustable for the term of this Agreement, except in the event of a significant change in the Scope of Services, and such adjustment is made by written amendment. 19.4 Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the approved Cost Proposal. In addition, payments to Consultant for travel and subsistence expenses claimed for reimbursement or applied as local match credit shall not exceed rates authorized to be paid exempt non -represented State employees under current State Department of Personnel Administration (DPA) rules, unless otherwise authorized by Commission. If the rates invoiced are in excess of those authorized DPA rates, and Commission has not otherwise approved said rates, then Consultant is responsible for the cost difference and any overpayments shall be reimbursed to the Commission on demand. 19.5 When milestone cost estimates are inclu.,d in the approved Cost Proposal, Consultant shall obtain prior written approv.;' r a revised milestone cost estimate from the Contract Administrator before exceer. • ch cost estimate. 19.6 Progress payments shall be made provided and allowable incurred costs. A pro r be included in the monthly progress payments. deliverable items according to the schedule Commission shall have the right to accordance with the provisions of Sectio nthly in a rs based on Services of Con ultant's fixed fee shall ultant fails to submit the required forth in the Scope of Services, r terminate this Agreement in ti n. 19.7 No payment shal • e p " r to approval of any Services, nor for any Services performed prior to 19.8 Consulta permit upon receipt triplicate. Invoice performance of wo performed on each mi format stipulated for the number and project title. Final invoice must contain the final cost and all credits due Commission including any equipment purchased under the Equipment Purchase provisions of this Agreement. The final invoice should be submitted within 60 calendar days after completion of Consultant's work. Invoices shall be mailed to Commission's Contract Administrator at the following address: reimbursed, as promptly as fiscal procedures will 's Contract Administrator of itemized invoices in bmi ed no later than 45 calendar days after the Consultant is billing. Invoices shall detail the work d each project as applicable. Invoices shall follow the oved Cost Proposal and shall reference this Agreement Riverside County Transportation Commission Attention: Accounts Payable P.O. 12008 Riverside, CA 92502 19.9 The total amount payable by Commission including the fixed fee shall not exceed amount set forth in each Task Order. 10 106 19.10 Commission has or will enter into three (3) task order contracts for performance of the Scope of Services identified in Exhibit "A", including this Agreement ("On -Call Geotechnical Investigation — Laboratory and Field Testing of Materials"). The other On -Call Geotechnical Investigation — Laboratory and Field Testing of Materials Task Order Contracts are Kleinfelder, 22-31-086-00 and Ninyo & Moore, 22-31-087-00. The total amount payable by Commission for the On -Call Geotechnical Investigation — Laboratory and Field Testing of Materials Task Order Contracts shall not exceed a cumulative maximum total value of Five Hundred Thousand Dollars ($500,000) ("NTE Sum"). It is understood and agreed that there is no guarantee, either expressed or implied that this dollar amount will be authorized under the On -Call Geotechnical Investigation — Laboratory and Field Testing of Materials Task Order Contracts through Task Orders. Each time a Task Order is awarded under any of the On -Call Geotechnical Investigation — Laboratory and Field Testi;_^. of Materials Task Order Contracts, Commission must send written notification -°:,>'' onsultant and each of the other consultants entering into the On -Call Geotechni -stigation — Laboratory and Field Testing of Materials Task Order Contracts, T - otice i' , . st identify the total funds allocated under issued Task Orders, and the re ► . ning une bered amount of the NTE Sum. Consultant acknowledges and ag th. Commis on must not pay any amount under this Agreement that would exc- - TE Sum, and Consultant must not enter into a Task Order that exceeds the NT 19.11 Salary increases shall be e if the new salary is within the salary range identified in the appr•- _-d Co �'•pos and is approved by Commission's Contract Administrator. For pe subs, t to prevailing wage rates as described in the California Labor Code, alary creas: which are the direct result of changes in the prevailing wage rates are 19.12 Consu ,, '"`' sh. got eimbursed for any expenses unless authorized in writing by the Co rac Administrator. 19.13 All subco pct excess of $25,000 shall contain the above provisions. 20. Disputes. 20.1 Any dispute, other than audit, concerning a question of fact arising under this Agreement that is not disposed of by mutual agreement of the Parties shall be decided by a committee consisting of RCTC's Contract Administrator and the Director of Capital Projects, who may consider written or verbal information submitted by Consultant. 20.2 Not later than 30 days after completion of all Services under this Agreement, Consultant may request review by the Commission's Executive Director of unresolved claims or disputes, other than audit. The request for review will be submitted in writing. 11 107 20.3 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 Agreement. 21. Termination; Suspension. 21.1 Commission reserves the right to terminate this Agreement for any or no reason upon thirty (30) calendar days written notice to Consultant with the reasons for termination stated in the notice. 21.2 Commission may terminate this Agreement 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, Commission may proceed with the work in any manner deemed proper by Commission. If ...mmission terminates this Agreement with Consultant, Commission shall pay ;=:•'nsultant the sum due to Consultant under this Agreement for Services co •: -d and accepted prior to termination, unless the cost of completion to Com ,; ion e ;-eds the funds remaining in this Agreement. In such case, the overage ' I be ded b . -d from any sum due Consultant under this Agreement and the ba e, if, y, shal '•e paid to Consultant upon demand. 21.3 In addition to the abov prorated amount of profit, if applicable, b on unperformed Services. Consul ' sha Commission's Contract Admi a to Consultant prior to the effec dat- .'f term the effective date of the Notic 21.4 Discon Termination, Cons or as otherwise pro Data, as defined in th Consultant in performanc n termination shall include a all be paid for anticipated profit ide ••cumentation deemed adequate by ow the Services actually completed by tion. This Agreement shall terminate on ices. Upon receipt of the written Notice of con nue all affected Services as directed in the Notice , and deliver to the Commission all Documents and ent, as may have been prepared or accumulated by he Services, whether completed or in progress. 21.5 Effect of Termination for Cause. In addition to the above, Consultant shall be liable to the Commission for any reasonable additional costs incurred by the Commission to revise work for which the Commission has compensated Consultant under this Agreement, but which the Commission has determined in its sole discretion needs to be revised, in part or whole, to complete the Project because it did not meet the standard of care established herein. Termination of this Agreement for cause may be considered by the Commission in determining whether to enter into future agreements with Consultant. 21.6 Cumulative Remedies. The rights and remedies of the Parties provided in this Section are in addition to any other rights and remedies provided by law or under this Agreement. 12 108 21.7 Waivers. Consultant, in executing this Agreement, shall be deemed to have waived any and all claims for damages which may otherwise arise from the Commission's termination of this Agreement, for convenience or cause, as provided in this Section. 21.8 Consultant may not terminate this Agreement except for cause. 21.9 Suspension. In addition to the termination rights above, Commission may temporarily suspend this Agreement, at no additional cost to Commission, provided that Consultant is given written notice of temporary suspension. If Commission gives such notice of temporary suspension, Consultant shall immediately suspend its activities under this Agreement. A temporary suspension may be issued concurrent with a notice of termination. 22. Cost Principles and Administrative Requirement;', 22.1 Consultant agrees that the Contra CFR, Federal Acquisition Regulations System used to determine the cost allowability of indivi 22.2 Consultant also agrees to with 2 CFR, Part 200, Uniform Administr Requirements for Federal Awards 22.3 Any costs for determined by subsequent a Federal Acquisition Re repayment by Cons ost Princ apt 1, Part and Procedures, 48 .000 et seq., shall be deral procedures in accordance ents, Cost Principles, and Audit as been made to Consultant that are able under 2 CFR, Part 200 and 48 CFR, stem, Chapter 1, Part 31.000 et seq., are subject to 22.4 All sub • racts i xcess of $25,000 shall contain the above provisions. 23. Retention of Reco ' udit. 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 this Agreement pursuant to Government Code 8546.7; Consultant, subconsultants, and Commission shall maintain and make available for inspection all books, documents, papers, accounting records, and other evidence pertaining to the performance of this Agreement, including but not limited to, the costs of administering this Agreement. All parties shall make such materials available at their respective offices at all reasonable times during this Agreement period and for three years from the date of final payment under this Agreement. The state, State Auditor, Commission, 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 this Agreement and indirect cost rates (ICR) for audit, examinations, excerpts, and transactions, and copies thereof shall 13 109 be furnished if requested. Subcontracts in excess of $25,000 shall contain this provision. 23.1 Accounting System. Consultant and its subcontractors shall establish and maintain an accounting system and records that properly accumulate and segregate expenditures by line item for the Services. The accounting system of Consultant and its subcontractors shall conform to Generally Accepted Accounting Principles (GAAP), enable the determination of incurred costs at interim points of completion, and provide support for reimbursement payment vouchers or invoices. 24. Audit Review Procedures. 24.1 Any dispute concerning a question of fact arising under an interim or post audit of this Agreement that is not disposed of by agree ent, shall be reviewed by Commission's Chief Financial Officer. 24.2 Not later than 30 days after issuance the final audit report, Consultant may request a review by Commission's ChieLiWancial Officer of unresolved audit issues. The request for review shall be submitted in writing. 24.3 Neither the pendency of a dispute nor its consideration by Commission shall excuse Consultant from full and timely performance, in accordance with the terms of this Agreement. 25. Subcontracting. 25.1 Nothing contained "reement or otherwise, shall create any contractual relation between Commission and any subconsultant(s), and no subcontract shall relieve Consultant of its responsibilities and obligations hereunder. Consultant agrees to be as fully responsible to Commission 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. Consultant's obligation to pay its subconsultant(s) is an independent obligation from Commission's obligation to make payments to the Consultant. 25.2 Consultant shall perform the Services with resources available within its own organization and no portion of the Services shall be subcontracted without written authorization by Commission's Contract Administrator, except that, which is expressly identified in the approved Cost Proposal. 25.3 Consultant shall pay its subconsultants within fifteen (15) calendar days from receipt of each payment made to Consultant by Commission. 25.4 Any subcontract in excess of $25,000 entered into as a result of this Agreement shall contain all the provisions stipulated in this Agreement to be applicable to subconsultants. 14 110 25.5 Any substitution of subconsultant(s) must be approved in writing by Commission's Contract Administrator prior to the start of work by the subconsultant(s). 25.6 Exhibit "B" may also set forth the rates at which each subconsultant shall bill the Consultant for Services and that are subject to reimbursement by the Commission to Consultant. Additional Direct Costs, as defined in Exhibit "B" shall be the same for both the Consultant and all subconsultants, unless otherwise identified in Exhibit "B". The subconsultant rate schedules and cost proposals contained herein are for accounting purposes only. 26. Equipment Purchase 26.1 Prior authorization, in writing, by Commiss 's Contract Administrator shall be required before Consultant enters into any ur;_'°dgeted purchase order, or subcontract for supplies, equipment, or Consultant ser lr Consultant shall provide an evaluation of the necessity or desirability of incurrin• `'ch c 26.2 For purchase of any item, se Consultant's Cost Proposal and exceeding $5, Contract Administrator is required. Three com with the request for such purchase, justified. nsultin• work not covered in r authorization by Commission's ive quotations must be submitted of bidding must be adequately 26.3 Any equipment p = : d as result of this Agreement is subject to the following: Consultant shall maint property is defined a $5,000 or more. If Commission shall re or if this Agreement is Commission in an amoun tory of all nonexpendable property. Nonexpendable life of at least two years and an acquisition cost of eq `'pment needs replacement and is sold or traded in, r refund or credit at the conclusion of this Agreement, d, Consultant may either keep the equipment and credit ual to its fair market value, or sell such equipment at the best price obtainable at a public or private sale, in accordance with established Commission procedures; and credit Commission 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 Commission and Consultant. If Consultant determines to sell the equipment, the terms and conditions of such sale must be approved in advance by Commission. 2 CFR, Part 200 requires a credit to Federal funds when participating equipment with a fair market value greater than $5,000 is credited to the project. 26.4 All subcontracts in excess $25,000 shall contain the above provisions. 15 111 27. Labor Code Requirements. 27.1 Prevailing Wages. (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 Services. (b) Any subcontract entered into as a result of this Agreement, 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 Section. (c) When prevailing wages apply to the Service- •escribed in the Scope of Services, transportation and subsistence costs shall b- eimbursed at the minimum rates set by the Department of Industrial Relations (Pa outlined in the applicable Prevailing Wage Determination. See http://www.dir. (d) Copies of the prevailing rat- >> of •,. il diem ages in effect at commencement of this Agreement are on file ommission's offices. Consultant shall make copies of the prevailing rates of per di wages for each craft, classification or type of worker needed to execute t +ices \ - Table to interested parties upon request, and shall post copies at the Co Ita pal place of business and at the project site. Consultant shall de , in y an`. hold the Commission, its elected officials, officers, employees a ' ` • '`` is fr and harmless from any claims, liabilities, costs, penalties or interest ng o •f an ilure or alleged failure to comply with the Prevailing Wage Laws. 27.2 DIR Registra '; ' ' I S- es are being performed as part of an applicable "public works" or " ` =intenanc: prod=ct, then pursuant to Labor Code Sections 1725.5 and 1771.1, the ultant d all subconsultants must be registered with the Department of Industri. 1'el. ' ns. If applicable, Consultant shall maintain registration for the duration of the Pro and require the same of any subconsultants. This Project may also be subject to compliance monitoring and enforcement by the Department of Industrial Relations. It shall be Consultant's sole responsibility to comply with all applicable registration and labor compliance requirements. 27.3 Eight -Hour Law. Pursuant to the provisions of the California Labor Code, eight hours of labor shall constitute a legal day's work, and the time of service of any worker employed on the work shall be limited and restricted to eight hours during any one calendar day, and forty hours in any one calendar week, except when payment for overtime is made at not less than one and one-half the basic rate for all hours worked in excess of eight hours per day ("Eight -Hour Law"), unless Consultant or the Services are not subject to the Eight -Hour Law. Consultant shall forfeit to Commission as a penalty, $50.00 for each worker employed in the execution of this Agreement by him, or by any sub -consultant under him, for each calendar day during which such workman is required 16 112 or permitted to work more than eight hours in any calendar day and forty hours in any one calendar week without such compensation for overtime violation of the provisions of the California Labor Code, unless Consultant or the Services are not subject to the Eight -Hour Law. 27.4 Employment of Apprentices. This Agreement shall not prevent the employment of properly indentured apprentices in accordance with the California Labor Code, and no employer or labor union shall refuse to accept otherwise qualified employees as indentured apprentices on the work performed hereunder solely on the ground of race, creed, national origin, ancestry, color or sex. Every qualified apprentice shall be paid the standard wage paid to apprentices under the regulations of the craft or trade in which he or she is employed and shall be employed only in the craft or trade to which he or she is registered. If California Labor Code Section 1777.5 applies to theF rvices, Consultant and any subcontractor hereunder who employs workers in any ;' ticeable craft or trade shall apply to the joint apprenticeship council admini 'i? t Iicable standards for a certificate approving Consultant or any sub -cons l 'nt for the (9 •Ioyment and training of apprentices. Upon issuance of this certifi► -, C• ultant a d any sub -consultant shall employ the number of apprentices provid- • erein, as well as contribute to the fund to administer the apprenticeship program in ch craft or trade in the area of the work hereunder. The parties expressly understan of this Section and with Secti Code in regard to all appren t th- ''•onsi•ility for compliance with provisions 77.6 and 1777.7 of the California Labor s lies with Consultant 28. Ownership of Matofiats/ `"t; identiality. 28.1 Doc -nts & D is Agreement creates an exclusive and perpetual license for Comm! y, use, modify, reuse, or sub -license any and all copyrights and designs gib. '"'-d in plans, specifications, studies, drawings, estimates, materials, data and oth- ocuments or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Consultant under this Agreement ("Documents & Data"). Consultant shall require all subcontractors to agree in writing that Commission is granted an exclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Consultant represents and warrants that Consultant has the legal right to grant the exclusive and perpetual license for all such Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the Commission. 17 113 Commission shall not be limited in any way in its use of the Documents & Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at Commission's sole risk. 28.2 Intellectual Property. In addition, Commission shall have and retain all right, title and interest (including copyright, patent, trade secret and other proprietary rights) in all plans, specifications, studies, drawings, estimates, materials, data, computer programs or software and source code, enhancements, documents, and any and all works of authorship fixed in any tangible medium or expression, including but not limited to, physical drawings or other data magnetically or otherwise recorded on computer media ("Intellectual Property") prepared or developed by or on behalf of Consultant under this Agreement as well as any other such Intellectual Property prepared or developed by or on behalf of Consultant under , 's Agreement. The Commission shall have and retain all right, title developed or modified under this Agreement wheth Commission, whether or not developed in conju not developed by Consultant. Consultant will any and all rights to the above reference Commission. Consultant shall also be responsible to from any subcontractors or age of referenced Intellectual Prop termination of this Agreem Property, it shall first obtain All materials and do general use prior t any other party or p to be the property of t prior to execution of this right to grant the exclusive provided herein. aw -rest in Intellectual Property r no - id for wholly or in part by on with C• Itant, and whether or cut eparate' v ritten assignments of tual Property upon request of ti g separate written assignments tant :f any and all right to the above Consultant, either during or following any of the above -referenced Intellectual al of the Commission. ere developed or prepared by the Consultant for o ° his Agreement and which are not the copyright of le and any other computer applications, shall continue Itant. However, unless otherwise identified and stated ement, Consultant represents and warrants that it has the and perpetual license for all such Intellectual Property as Commission further is granted by Consultant a non-exclusive and perpetual license to copy, use, modify or sub -license any and all Intellectual Property otherwise owned by Consultant which is the basis or foundation for any derivative, collective, insurrectional, or supplemental work created under this Agreement. 28.3 Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall not, without the prior written consent of Commission, 18 114 be used by Consultant for any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use Commission's name or insignia, photographs of the Project, or any publicity pertaining to the Services or the Project in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of Commission. 28.4 Infringement Indemnification. Consultant shall defend, indemnify and hold the Commission, its directors, officials, officers, employees, volunteers and agents free and harmless, pursuant to the indemnification provisions of this Agreement, for any alleged infringement of any patent, copyright, trade secret, trade name, trademark, or any other proprietary right of any person or entity in con quence of the use on the Project by Commission of the Documents & Data, i ► • ing any method, process, product, or concept specified or depicted. 29. Indemnification. To the fullest extent per ed by la , .nsultant shall defend (with counsel of Commission's choosing), inde ify ar hold Co mission, its directors, officials, officers, employees, consultants, vo ► - = , and agents free and harmless from any and all claims, demands, causes of •n, costs, expenses, liability, loss, damage or injury, in law or equity, to p ns, including wrongful death, in any manner arising out of or incident t, al -. • agent acts, omissions, or willful misconduct of Consultant, its o .Is, o e ployees, agents, consultants, and contractors arising out of or i r ". . ctio ith the performance of the Services, the Project or this Agreement, udiniu;-witho �_, limitation the payment of consequential damages, expert witness eys fees and other related costs and expenses. Consultant d - d, at Consultant's own cost, expense and risk, any and all such afores uits, do or other legal proceedings of every kind that may be brought or insti =d agams om°` ission, its directors, officials, officers, employees, consultants, agents, volunt rs. Consultant shall pay and satisfy any judgment, award or decree that b endered against Commission or its directors, officials, officers, employees, cons ► ts, agents, or volunteers, in any such suit, action or other legal proceeding. Consultant shall reimburse Commission and its directors, officials, officers, employees, consultants, agents, and/or volunteers, for any and all legal expenses and costs, including reasonable attorney's fees, incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Consultant's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by Commission, its directors, officials officers, employees, consultants, agents, or volunteers. If Consultant's obligation to defend, indemnify, and/or hold harmless arises out of Consultant's performance as a "design professional" (as that term is defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code section 2782.8, which is fully incorporated herein, Consultant's indemnification obligation shall be limited to claims that arise out of, pertain to, or relate to the negligence, 19 115 recklessness, or willful misconduct of the Consultant, and, upon Consultant obtaining a final adjudication by a court of competent jurisdiction, Consultant's liability for such claim, including the cost to defend, shall not exceed the Consultant's proportionate percentage of fault. Consultant's obligations as set forth in this Section shall survive expiration or termination of this Agreement. 30. Insurance. 30.1 Time for Compliance. Consultant shall not commence work under this Agreement until it has provided evidence satisfactory to the Commission that it has secured all insurance required under this Section, in a form and with insurance companies acceptable to the Commission. In addition, C ultant shall not allow any subcontractor to commence work on any subcontract u has secured all insurance required under this Section. 30.2 Minimum Requirements. Consult maintain for the duration of the Agreement persons or damages to property which ma performance of the Agreement by the Con employees or subcontractors. Consult procure and maintain the same insura insurance shall meet at least the f• •wing aft' u (a) Minimu as the latest version of the Commercial General L' (2) Automobile Liab' 0001, code 1 (an Employer's Liability: California and Employe shall, at ixpense, procure and uran, agains claims for injuries to rom or in connection with the nt, its agents, representatives, quire all of its subcontractors to ration of the Agreement. Such m `'-vels of coverage: ce. Coverage shall be at least as broad eneral Liability: Insurance Services Office age (occurrence form CG 0001 or exact equivalent); rvices Office Business Auto Coverage (form CA quivalent); and (3) Workers' Compensation and ompensation insurance as required by the State of y Insurance. (b) Minimum Limits of Insurance. Consultant shall maintain limits no less than: (1) General Liability: $2,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with general aggregate limit is used, either the general aggregate limit shall apply separately to this Agreement/location or the general aggregate limit shall be twice the required occurrence limit. Limits may be achieved by any combination of primary and excess or umbrella liability insurance; (2) Automobile Liability: $2,000,000 per accident for bodily injury and property damage. Limits may be achieved by any combination of primary and excess or umbrella liability insurance; and (3) Workers' Compensation and Employer's Liability: Workers' Compensation limits as required by the Labor Code of the State of California. Employer's Practices Liability limits of $1,000,000 per accident. 20 116 30.3 Professional Liability. Consultant shall procure and maintain, and require its sub -consultants to procure and maintain, for a period of five (5) years following completion of the Project, errors and omissions liability insurance appropriate to their profession. For Consultant, such insurance shall be in an amount not less than $1,000,000 per claim. This insurance shall be endorsed to include contractual liability applicable to this Agreement and shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the Consultant. "Covered Professional Services" as designated in the policy must specifically include work performed under this Agreement. The policy must "pay on behalf of" the insured and must include a provision establishing the insurer's duty to defend. Subconsultants of Consultant shall obtain such insurance in an amount not less than $1,000,000 per claim. Notwithstanding the foregoing, the Commission may consider written requests to lower or dispense with the errors and omissions liability insurance requirement contained in this Section for certain subconsultants of Coy .ultant, on a case -by -case basis, depending on the nature and scope of the S- es to be provided by the subconsultant. Approval of such request shall writing, signed by the Commission's Contract Administrator. 30.4 Aircraft Liability Insurance. Prior of aircraft, Consultant shall procure and m maintained, aircraft liability insurance or equivale required by the Commission. Such ins sha and non -owned aircraft and passengers, Commission, Caltrans and their •' -ctors, additional insureds with respe Se of the Consultant. 30.5 Insuranc following provisions the Commission t (a) ting any ` ervices requiring use or cause to be procured and orm, with a single limit as shall be lude coverage for owned, hired e, or be endorsed to name, the ials, °•fficers, employees and agents as s or operations performed by or on behalf ents. The insurance policies shall contain the all provide endorsements on forms approved by ing •rovisions to the insurance policies: (i) Commercial General Liability Insurance must include coverage for (1) bodily Injury and property damage; (2) personal Injury/advertising Injury; (3) premises/operations liability; (4) products/completed operations liability; (5) aggregate limits that apply per Project; (6) explosion, collapse and underground (UCX) exclusion deleted; (7) contractual liability with respect to this Agreement; (8) broad form property damage; and (9) independent consultants coverage. (ii) The policy shall contain no endorsements or provisions limiting coverage for (1) contractual liability; (2) cross liability exclusion for claims or suits by one insured against another; or (3) contain any other exclusion contrary to this Agreement. 21 117 (iii) The policy shall give the Commission, its directors, officials, officers, employees, and agents insured status using ISO endorsement forms 20 10 10 01 and 20 37 10 01, or endorsements providing the exact same coverage. (iv) The additional insured coverage under the policy shall be "primary and non-contributory" and will not seek contribution from the Commission's or Caltrans' insurance or self-insurance and shall be at least as broad as CG 20 01 04 13, or endorsements providing the exact same coverage. (b) Automobile Liability. The automobile liability policy shall be endorsed to state that: (1) the Commission, Caltrans and their directors, officials, officers, employees and agents shall be covered as additional insureds with respect to the ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired or borrowed by the Consultant or for which t , ; Consultant is responsible; and (2) the insurance coverage shall be primary insuran F;r s respects the Commission, Caltrans and their directors, officials, officers, employ • agents, or if excess, shall stand in an unbroken chain of coverage exce of Consultant's scheduled underlying coverage. Any insurance or self -ins ce maint d by the Commission, Caltrans and their directors, officials, officers, • loy- ' . and ag = nts shall be excess of the Consultant's insurance and shall not be cal . to contribute with it in any way. (c) Workers' Compens (i) Consu Section 3700 of the California against liability for workers' with the provisions of that commencing work and - A•' �- ment. ers Liability Coverage. t ce '-' hat e/she is aware of the provisions of ich requires every employer to be insured undertake self-insurance in accordance will comply with such provisions before against the Commi losses paid under the t the Consultant. (d) forth hereunder. All Coverages. r shall agree to waive all rights of subrogation ectors, officials, officers, employees and agents for e insurance policy which arise from work performed by (i) Defense costs shall be payable in addition to the limits set (ii) Requirements of specific coverage or limits contained in this Section are not intended as a limitation on coverage, limits, or other requirement, or a waiver of any coverage normally provided by any insurance. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits set forth herein shall be available to the Commission, Caltrans and their directors, officials, officers, employees and agents as additional insureds under said policies. Furthermore, the 22 118 requirements for coverage and limits shall be (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. (iii) The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the Commission (if agreed to in a written contract or agreement) before the Commission's own insurance or self-insurance shall be called upon to protect it as a named insured. The umbrella/excess policy shall be provided on a "following form" basis with coverage at least as broad as provided on the underlying policy(ies). (iv) Consultant shall provide the days prior written notice of cancellation of any policy r that the Consultant shall provide at least ten cancellation of any such policy due to non -pay coverage is cancelled or expires during the ter deliver renewal certificate(s) including the Endorsement to the Commission at least ten cancellation or expiration. (v) The than the effective date of this continuously for a period of this Agreement. Consultant if the retroactive date policy is cancelled made policy with a mission at least thirty (30) by this Agreement, except ) d `. prior written notice of of premi If any of the required thi greeme t, the Consultant shall al Liability Additional Insured ays prior to the effective date of ctiv (if y) of each policy is to be no later ent. Consultant shall maintain such coverage ree y s after the completion of the work under one (1) year extended reporting period A) past the effective date of this Agreement; B) if the r C) if the policy is replaced by another claims- sequent to the effective date of this Agreement. (vi) T oregoing requirements as to the types and limits of insurance coverage to be ntained by Consultant, and any approval of said insurance by the Commission, is not intended to and shall not in any manner limit or qualify the liabilities and obligations otherwise assumed by the Consultant pursuant to this Agreement, including but not limited to, the provisions concerning indemnification. (vii) If at any time during the life of the Agreement, any policy of insurance required under this Agreement does not comply with these specifications or is canceled and not replaced, Commission has the right but not the duty to obtain the insurance it deems necessary and any premium paid by Commission will be promptly reimbursed by Consultant or Commission will withhold amounts sufficient to pay premium from Consultant payments. In the alternative, Commission may cancel this Agreement. The Commission may require the Consultant to provide complete copies of all insurance policies in effect for the duration of the Project. 23 119 (viii) Neither the Commission nor any of its directors, officials, officers, employees or agents shall be personally responsible for any liability arising under or by virtue of this Agreement. Each insurance policy required by this Agreement shall be endorsed to state that: 30.6 Deductibles and Self -Insurance Retentions. Any deductibles or self - insured retentions must be declared to and approved by the Commission. If the Commission does not approve the deductibles or self -insured retentions as presented, Consultant shall guarantee that, at the option of the Commission, either: (1) the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects the Commission, its directors, officials, officers, employees and agents; or, (2) the Consultant shall procure a bond guaranteeing payment of losses and related investigation costs, claims and administrative and defense -.N,;•enses. 30.7 Acceptability of Insurers. Insurance is = .•laced with insurers with a current A.M. Best's rating no less than A:VIII, license: to d J,:, siness in California, and satisfactory to the Commission. 30.8 Verification of Coverage. Co shall furnish Commission with original certificates of insurance and endorseme ffecting coverage required by this Agreement on forms satisfactory t - Co sion. The certificates and endorsements for each insurance policy gal e by a person authorized by that insurer to bind coverage on its •,;-.. alf ,i ° erti ates and endorsements must be received and approved by the sion -fore work commences. The Commission reserves the right to require ple F certifi copies of all required insurance policies, at any time. 30.9 Subco e Requirements. Consultant shall not allow any subcontractors or sconsulta to '`ommence work on any subcontract until they have provided evidence s actory +ti the Commission that they have secured all insurance required under this Se icies of commercial general liability insurance provided by such subcontractors o .'.consultants shall be endorsed to name the Commission as an additional insured using ISO form CG 20 38 04 13 or an endorsement providing the exact same coverage. If requested by Consultant, the Commission may approve different scopes or minimum limits of insurance for particular subcontractors or subconsultants. 30.10 Other Insurance. At its option, the Commission may require such additional coverage(s), limits and/or the reduction of deductibles or retentions it considers reasonable and prudent based upon risk factors that may directly or indirectly impact the Project. In retaining this option Commission does not warrant Consultant's insurance program to be adequate. Consultant shall have the right to purchase insurance in addition to the insurance required in this Section. 24 120 31. Safety. Consultant shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Consultant shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. As between Consultant and the construction contrac contractors shall remain solely responsible for construc safety obligations of Consultant at the jobsite. The for nor in any way modify or alter Consultant's inde an Commission, as set forth in Section 29 of this Ag yk'' ent, not or obligations set forth under this Agreement, i din. <<, e attach s only, the construction safety notwithstanding any sentence shall not impact fense obligations to the of Consultant's duties d exhibits. Pursuant to the authority contained in Section 59 the Vehicle Code, the Commission has determined that the Project will . are. hat are open to public traffic. Consultant shall comply with all of the rep e forth in Divisions 11, 12, 13, 14, and 15 of the Vehicle Code. Con nt s . _. ke a reasonably necessary precautions for safe operation of its vehicle ction of the traveling public from injury and damage from such vehicles. 32. Additional Work outside of, the Se performed pursua foregoing, the Com other than a Cardinal change which is "outsid should not be regarded as having been fairly and reasonably within the contemplation of the parties when the Agreement was entered into. An example of a change which is not a Cardinal Change would be where, in a contract to construct a building there are many changes in the materials used, but the size and layout of the building remains the same. Cardinal Changes are not within the authority of this provision to order, and shall be processed by the Commission as "sole source" procurements according to applicable law, including the requirements of FTA Circular 4220.1 D, paragraph 9(f). or activities that are in addition to, or otherwise rmed pursuant to this Agreement shall only be eement between the parties. Notwithstanding the cutive Director may make a change to the Agreement, or purposes of this Agreement, a Cardinal Change is a scope" of the Agreement; in other words, work which (a) In addition to the changes authorized above, a modification which is signed by Consultant and the Commission's Executive Director, other than a Cardinal Change, may be made in order to: (1) make a negotiated equitable adjustment to the Agreement price, delivery schedule and other terms resulting from the issuance of a 25 121 Change Order, (2) reflect definitive letter contracts, and (3) reflect other agreements of the parties modifying the terms of this Agreement ("Bilateral Contract Modification"). (b) Consultant shall not perform, nor be compensated for any change, without written authorization from the Commission's Executive Director as set forth herein. In the event such a change authorization is not issued and signed by the Commission's Executive Director, Consultant shall not provide such change. 33. Prohibited Interests. 33.1 Solicitation. Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed to pay any company or per ,. , other than a bona fide employee working solely for Consultant, any fee, com r:' ion, percentage, brokerage fee, gift or other consideration contingent upon or res r p om the award or making of this Agreement. For breach or violation of this warr ', th= : >•mmission shall have the right to rescind this Agreement without liability. 33.2 Consultant Conflict of Interest. (a) Consultant shall e a financial, business, or other relationship with Commission that ma act upon the outcome of this Agreement, or any ensuing Coma' sion ucti.` project. Consultant shall also list current clients who may have ial i rest in the outcome of this Agreement, or any ensuing Commission co ucti. •roje which will follow. (b) Co acquire any financi Services under thi apparent or potentia execution of this Agree economic interest if requi eby certifies that it does not now have, nor shall it erest that would conflict with the performance of ultant agrees to advise Commission of any actual, interest that may develop subsequent to the date of onsultant further agrees to complete any statements of y either Commission or State law. (c) Any subcontract in excess of $25,000 entered into as a result of this Agreement, 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 Agreement. An affiliated firm is one, which is subject to the control of the same persons through joint -ownership, 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 Agreement shall be eligible to bid on any construction 26 122 contract, or on any contract to provide construction inspection for any construction project resulting from this Agreement. 33.3 Commission Conflict of Interest. For the term of this Agreement, no member, officer or employee of the Commission, during the term of his or her service with the Commission, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 33.4 Conflict of Employment. Employment by the Consultant of personnel currently on the payroll of the Commission shall not be permitted in the performance of this Agreement, even though such employment may occur outside of the employee's regular working hours or on weekends, holidays or vacation time. Further, the employment by the Consultant of personnel who have been on the Commission payroll within one year prior to the date of execution of this Agree ► •nt, where this employment is caused by and or dependent upon the Consultant sec • this or related Agreements with the Commission, is prohibited. 33.5 Covenant Against Contingent Fe As req 'd in connection with federal funding, the Consultant warrants that ► he not e . oyed or retained any company or person, other than a bona fide e working for the Consultant, to solicit or secure this Agreement, and that he/sh" 'as not paid or agreed to pay any company or person, other than a bona f •loye- y fee, commission, percentage, brokerage fee, gift, or any other consid. -tio � i gent upon or resulting from the award or formation of this Agre- • -nt. rear or violation of this warranty, the Commission shall have the rig ina this Agreement without liability pursuant to the terms herein, or at deduct from the Agreement price or consideration, or otherwise - full amount of such fee, commission, percentage, brokerage - • ift, ontingent fee. 33.6 Reb. Kickb. !: s r Other Unlawful Consideration. Consultant warrants that this Ag ent w not obtained or secured through rebates kickbacks or other unlawful conside gin, er promised or paid to any Commission employee. For breach or violation of this ranty, Commission shall have the right in its discretion; to terminate this Agreement 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. 33.7 Covenant Against Expenditure of Commission, State or Federal Funds for Lobbying. The Consultant certifies that to the best of his/ her knowledge and belief no state, federal or local agency appropriated funds have been paid, or will be paid by or on behalf of the Consultant to any person for the purpose of influencing or attempting to influence an officer or employee of any state or federal agency; a Member of the State Legislature or United States Congress; an officer or employee of the Legislature or Congress; or any employee of a Member of the Legislature or Congress, in connection with the award of any state or federal contract, grant, loan, or cooperative agreement, or 27 123 the extension, continuation, renewal, amendment, or modification of any state or federal contract, grant, loan, or cooperative agreement. (a) If any funds other than federal appropriated funds have been paid, or will be paid to any person for the purpose of influencing or attempting to influence an officer or employee of any federal agency; a Member of Congress; an officer or employee of Congress, or an employee of a Member of Congress; in connection with this Agreement, the Consultant shall complete and submit the attached Exhibit "E", Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with the attached instructions. (b) The Consultant's certification provided in this Section is a material representation of fact upon which reliance was placed when this Agreement was entered into, and is a prerequisite for entering into this Agreement pursuant to Section 1352, Title 31, US. Code. Failure to comply with the restrictions on expenditures, or the disclosure and certification requirements set forth in Section 1352, Title 31, US. Code may result in a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. (c) The Consultant also agre ning this Agreement that he/she shall require that the language set fort in this tion be included in all Consultant subcontracts which exceed $100,000, all s subcontractors shall certify and disclose accordingly. 33.8 Employment Adverse to the ommission. Consultant shall notify the Commission, and shall obtain the Commissi 's written consent, prior to accepting work to assist with or participate in a third -fry lawsuit or other legal or administrative proceeding against the Commission during the term of this Agreement. Any 34. Equal Opportunity Employment. Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. 35. Right to Employ Other Consultants. Commission reserves the right to employ other consultants in connection with the Project. 36. Governing Law. This Agreement shall be governed by and construed with the laws of the State of California. Venue shall be in Riverside County. 28 124 Group Delta Consultants 1035 Milliken Ave, Ste. Ontario, CA 91761 Attn: Michael Give 37. Disputes; Attorneys' Fees. 37.1 Prior to either party commencing any legal action under this Agreement, the Parties agree to try in good faith, to resolve any dispute amicably between them. If a dispute has not been resolved after forty-five (45) days of good -faith negotiations and as may be otherwise provided herein, then either Party may seek any other available remedy to resolve the dispute. 37.2. If either Party commences an action against the other Party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing Party in such litigation shall be entitled to have and recover from the losing Party reasonable attorneys' fees and, all other costs of such actions. 38. Time of Essence. Time is of the essence for eac nd every provision of this Agreement. 39. Headings. Article and Section Heading headings contained in this Agreement are for co in the construction or interpretation of any prov •n he _°'n arag captions or marginal ience on d shall have no effect 39.1 Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONSULTANT: COMMISSION: side County Transportation Commission 4080 Lemon Street, 3rd Floor Riverside, CA 92501 Attn: Executive Director Such notice shall be deemedfiiade when personally delivered or when mailed, forty- eight (48) hours after deposit in the U.S. mail, first class postage prepaid, and addressed to the Party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 40. Conflicting Provisions. In the event that provisions of any attached exhibits conflict in any way with the provisions set forth in this Agreement, the language, terms and conditions contained in this Agreement shall control the actions and obligations of the Parties and the interpretation of the Parties' understanding concerning the performance of the Services. 41. Amendment or Modification. No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 29 125 42. Entire Agreement. This Agreement contains the entire agreement of the Parties relating to the subject matter hereof and supersedes all prior negotiations, agreements or understandings. 43. Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 44. Provisions Applicable When Federal Department of Transportation Funds Are Involved. When funding for the Services provided by this Agreement are provided, in whole or in part, from the United States Department of Transportation, Consultant shall also fully and adequately comply with the provisions included in Exhibit "C" (Federal Department of Transportation Requirements and California Department of Transportation (Caltrans) DBE program requirements) atta -d hereto and incorporated herein by reference. 45. Survival. All rights and obligations hereunde at b -ir nature are to continue after any expiration or termination of this Agree t, includi but not limited to, the indemnification and confidentiality obligation , hall urvive a y such expiration or termination. 46. No Third Party Beneficiaries. T ded third party beneficiaries of any right or obligation assumed by the P 47. Labor Certification. aware of the provisions of every employer to be ins undertake self-insuran comply with such pr 48. Counterparts. shall constitute an origi B atu <T . hereunder, Consultant certifies that it is he California Labor Code which require ility for Workers' Compensation or to nce with the provisions of that Code, and agrees to mmencing the performance of the Services. ment may be signed in counterparts, each of which 49. Subpoenas or Court Orders. Should Consultant receive a subpoena or court order related to this Agreement, the Services or the Project, Consultant shall immediately provide written notice of the subpoena or court order to the Commission. Consultant shall not respond to any such subpoena or court order until notice to the Commission is provided as required herein, and shall cooperate with the Commission in responding to the subpoena or court order. 50. Assignment or Transfer. Consultant shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein, without the prior written consent of the Commission. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 30 126 51. Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties, and shall not be assigned by Consultant without the prior written consent of Commission. 52. Incorporation of Recitals. The recitals set forth above are true and correct and are incorporated into this Agreement as though fully set forth herein. 53. No Waiver. Failure of Commission to insist on any one occasion upon strict compliance with any of the terms, covenants or conditions hereof shall not be deemed a waiver of such term, covenant or condition, nor shall any waiver or relinquishment of any rights or powers hereunder at any one time or more times be deemed a waiver or relinquishment of such other right or power at any other time or times. 54. Electronically Transmitted Signatures; Electronic Signatures. A manually signed copy of this Agreement which is transmitted by facsimile, email or other means of electronic transmission shall be deemed to have the same legal effect as delivery of an original executed copy of this Agreement for all purpose This Agreement may be signed using an electronic signature. [S tur !lowing page] 31 127 SIGNATURE PAGE TO PROFESSIONAL SERVICES AGREEMENT WITH FHWA FUNDING/ASSISTANCE IN WITNESS WHEREOF, this Agreement was executed on the date first written above. RIVERSIDE COUNTY TRANSPORTATION COMMISSION By: Anne Mayer Executive Director 11?° Approved as to Form: Title Kr � liiimmr By: Best, Best & General Co ATTEST: By: Its: GROUP DELTA CONSULTANTS, INC. By: Si ture e * A corporation requires the signatures of two corporate officers. One signature shall be that of the chairman of board, the president or any vice president and the second signature (on the attest line) shall be that of the secretary, any assistant secretary, the chief financial officer or any assistant treasurer of such corporation. If the above persons are not the intended signators, evidence of signature authority shall be provided to RCTC. 32 128 EXHIBIT "A" - SCOPE OF SERVICES Services that will be requested include special inspections, laboratory and field testing of materials, as is listed on the Materials Test Request form (Exhibit "A") and preparing any requested / required reports to serve as quality assurance in capital projects. Services may also be requested to perform plant inspection, geo-technical studies and recommendations. Consultant shall provide qualified personnel to perform material testing and inspection services. Testing personnel shall maintain current Certificates of Proficiency for specific tests being performed on the project including but not limited to sampling aggregates, Portland cement concrete, and asphalt concrete, concr- - and asphalt batch plant inspection, fabricating and testing concrete cylinder s " `ples, sampling and testing import borrow material for project specific requiremen orming relative compaction testing using a nuclear gauge, sampling and te i g m ry grout, sampling and testing asphalt concrete for compliance with th-, ontractor's •roved quality control plan. Every effort shall be made to mainta onti 'ty of te ing personnel on the project for the duration of the project. Consultant shall operate and maintain ns fled laboratory(ies) for the tests required for the project. Testing perform ' n accordance with the procedures set forth in the Caltrans Stan• • Te-' `" -tho• Manuals and at the frequency recommended by the latest v- •n the altrans Construction Manual. Testing not covered by a Caltrans Stan • _ 'd Te eth. ° shall be performed per the specified test method required by the proje Consultant shall docu da ctivities on a daily work report acceptable to the Resident Engineer. e • re• shall consist of work monitored, tests performed and samples tak : - "location th- project, date, weather conditions, hours on the project. Consultant shall identify .I and potential problems associated with the project and recommend sound engineering solutions. Consultant shall record all deviations from the approved plans to assist the Resident Engineer and/or Design Engineer in the preparation of as -built plans. The following is a list of tests that may be performed by the consultant and which must be included in the Fee Schedule. Calif. Test No. 202 — Sieve Analysis of Fine and Course Aggregates Calif. Test No. 204 — Plasticity Index of Soils Calif. Test No. 206 — Specific Gravity and Absorption of Coarse Aggregate Calif. Test No. 207 — Specific Gravity and Absorption of Fine Aggregate 33 129 Calif. Test No. 216 — Relative Compaction of Untreated and Treated Soils and Aggregates Soils and Aggregates. (or ASTM D 1557) Calif. Test No. 217 — Sand Equivalent (or ASTM D2419) Calif. Test No. 227 — Cleanness of Coarse Aggregate Calif. Test No. 231 — Nuclear Gage Relative Compaction Test of Soils (or ASTM D2922) Calif. Test No. 301 — Resistance "R" Value of Treated and Untreated Bases, Sub -bases and Basement Soils by The Stabilometer (Unit price to include all preparatory tests) Calif. Test No. 308 — Specific Gravity and Weight per Cubic Foot of Compressed Bituminous Mixtures Calif. Test No. 309 — Theoretical Maximum Specific Gravity and Density of Hot Mix Asphalt Calif. Test No. 310 — Determination of Asphalt and Moisture Contents of Bituminous Mixtures by Hot Solvent Extraction or a method approved by the Resident Engineer Calif. Test No. 366 — Test for Stabilometer Val Calif. Test No. 375 — Compaction Testin Calif. Test No. 518 — Concrete Yield Calif. Test No. 521 — Compressive Streng o • + Concrete Cylinders Calif. Test No. 541 — Flow of Grout Mixture Calif. Test No. 556 — Slump Test , If approved by the Resident Engineer, an alternate test method as shown in parenthesis may be used in lie the listed California Test method. All tests shall conform to the newest version "Greenbook Standards for Construction or Caltrans Standards". Any discrepancies in testing method shall be brought to the attention of the Resident Engineer in writing. The Resident Engineer may require special testing that is not listed on the attached unit sheet. The Consultant will be paid a price agreed prior to commencement of any testing or work. The Consultant shall provide a 24hr emergency phone number as part of the proposal. The Resident Engineer may require a written recommendation from the Consultant when field conditions do not allow for a specific testing method to take place. 34 130 A. Sampling Sampling of material, delivery of the sampled material to the laboratory and preparation of the sample for testing will be done by the Consultant. The cost of this work shall be included in the unit price of the test being performed. B. Time Schedule The Consultant will receive a 24 hour notice when field testing is required. If any contractor delays are incurred due to the Consultant not performing the required tests within the specified time or the test results not being available within the specified response time, the Consultant will bear the full incurred delay costs. C. Reports For field density and relative compaction tests, the Consultant shall provide a copy of the test results to the Resident Engineer "at the time of te- ng". The consultant shall provide a formal report to the Commission [when applica► within five (5) working days of project completion. For all other tests, an informal report shall be test. A formal report, including all backup i working days of completion of the test. All reports shall be identified with the c by the Commission's Purchasing Depart name on all documents. on completion of the sent within five (5) nd task order number assigned the Project Number and contact Consultant shall provide res -s of rson for approval by the Commission. Consultant shall provid= • • the Quality Control Manual for each laboratory used on the project. Consultant shall pr. ' e an • ated copy of the Caltrans Laboratory Accreditation Manual for each labora u • on the project. Consultant shall provide a copy of certificates of proficiency for each employee working on the project as soon as they are available. Consultant shall provide copies of all Reference Sample Program test results as soon as they are available. Consultant shall provide certified payrolls for covered workers with each payment application submittal. 35 131 EXHIBIT "B" - COMPENSATION PROVISIONS B-1 132 EXHIBIT "B" COMPENSATION SUMMARY FIRM I PROJECT TASKS/ROLE COST Prime Consultant: Group Delta Consultants, Inc. Geotechnical and Material Testing & Inspection $ 500,000.00 Sub Consultants: Aragon Geotechnical Geotechnical & Materials Engineering Services TBD Veteran Drilling Environmental & Geotechnical Drilling Services TBD TOTAL COSTS $ 500,000.00 1 Commission authorization pertains to total contract award amou however, the maximum total compensation authorized may not be Weeded. Compensation adjustments between consultants may occur; 133 EXHIBIT "C" FEDERAL DEPARTMENT OF TRANSPORTATION FHWA AND CALTRANS REQUIREMENTS 1. NONDISCRIMINATION & STATEMENT OF COMPLIANCE. 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, unless exempt, complied with, the nondiscrimination program requirements of Government Code Section 12990 and Title 2, California Administrative Code, Section 8103. B. During the performance of this Agreement, Consultant and its subconsultants shall not deny the Agreement's benefits to any person on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status, nor shall they unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status. Consultant and its subconsultants shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. C. Consultant and its subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code §12990 et seq.), the applicable regulations promulgated thereunder (2 CCR §11000 et seq.), the provisions of Gov. Code §§11135- 11139.5, and any regulations or standards adopted by Commission to implement such article. The applicable regulations of the Fair Employment and Housing Commission implementing Gov. Code §12990 (a -f), set forth 2 CCR §§8100-8504, are incorporated into this Agreement by reference and made a part hereof as if set forth in full. D. Consultant shall permit access by representatives of the Department of Fair Employment and Housing and the Commission upon reasonable notice at any time during the normal business hours, but in no case less than twenty-four (24) hours' notice, to such of its books, records, accounts, and all other sources of information and its facilities as said Department or Commission shall require to ascertain compliance with this clause. E. 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. Exhibit C-1 134 F. If this Agreement is federally funded, 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. G. If this Agreement is federally funded, Consultant shall comply with regulations relative to non-discrimination in federally -assisted programs of the U.S. Department of Transportation (49 CFR Part 21 - Effectuation of Title VI of Civil Rights Act of 1964). Specifically, the Consultant shall not participate eith'_ %'directly or indirectly in the discrimination prohibited by 49 CFR §21.5, include ; e oyment practices and the selection and retention of subconsultants. H. Consultant and its subconsultants will ne exc any person from participation in, deny any person the benefits of, or oth discriminate against anyone in connection with the award and perform e of an ntract covered by 49 CFR 26 on the basis of race, color, sex, or nati, •in. administering the Commission components of the DBE Program plan, o► • and its subconsultants will not, directly, or through contractual ether angements, use criteria or methods of administration that have a ct defeating or substantially impairing accomplishment of the obje rogram plan with respect to individuals of a particular race, color, sex, o I. Consultant shal clude - n. •iscrimination and compliance provisions of this section in all subco work under this Agreement. 2. DEBARMENT AND ` _ SION CERTIFICATION 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 COMMISSION. Exhibit C-2 135 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. 3. DISCRIMINATION; CONTRACT ASSURANCE The Commission shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any DOT -assisted contract or in the implementation of the Caltrans DBE program or the requirements of 49 CFr.'art 26. The Commission shall take all necessary and reasonable steps and -;:_ % 9 CFR Part 26 to ensure nondiscrimination in the award and administration of 'w isted contracts. Consultant or subcontractor shall not discrimin origin, of sex in the performance of this Agre carry out applicable requirements of 49 CFR P the award and administration of DOT- isted Failure by the Consultant or subcontrac breach of this Agreement, which may res other remedy, as the Commissio on the basi race, color, national nsultant or subcontractor shall and the Caltrans DBE program in acts, as further set forth below. ese requirements is a material ination of this Agreement or such Failure by the Consultant t equirements is a material breach of this contract, which may result in - rmi - of this contract or such other remedy as the recipient deems a -te, '.ch may include, but is not limited to: (1) Withholding mo (2) Assessing sanctio (3) Liquidated damages, (4) Disqualifying Consulta 4. PROMPT PAYMENT rom future proposing as non -responsible Consultant or subconsultant shall pay to any subconsultant, not later than fifteen (15) days after receipt of each progress payment, unless otherwise agreed to in writing, the respective amounts allowed Consultant on account of the work performed by the subconsultants, to the extent of each subconsultant's interest therein. In the event that there is a good faith dispute over all or any portion of the amount due on a progress payment from Consultant or subconsultant to a subconsultant, Consultant or subconsultant may withhold no more than 150 percent of the disputed amount. Any violation of this requirement shall constitute a cause for disciplinary action and shall subject the Consultant or subconsultant to a penalty, payable to the applicable Exhibit C-3 136 subconsultant, of 2 percent of the amount due per month for every month that payment is not made. In any action for the collection of funds wrongfully withheld, the prevailing party shall be entitled to his or her attorney's fees and costs. The sanctions authorized under this requirement shall be separate from, and in addition to, all other remedies, either civil, administrative, or criminal. This clause applies to both DBE and non -DBE subconsultants. 5. RELEASE OF RETAINAGE No retainage will be held by the Commission from progress payments due to Consultant. Consultant and subconsultants are prohibite subconsultants. Any delay or postponement of paymer cause and with the Commission's prior written provisions shall subject Consultant or the viola sanctions, and other remedies specified in Se This requirement shall not be construed to lim or judicial remedies, otherwise available to Con dispute involving late payment or none_:, ment b performance and/or noncompliance by DBE and non -DBE subconsultants. 6. LEGAL REMEDIES In addition to those contract law, either Party to violations of this A and 26, to the r violations, and to th "whistleblower" actions, provisions of law. m holding retainage from ay take place only for good Any violation of these subc ultant to the penalties, 3321 of t California Civil Code. any con ractual, administrative or subconsultant in the event of a onsultant, deficient subconsultant t. This clause applies to both es orth under relevant provisions of California t may, where applicable, seek legal redress for to the relevant provisions of 49 C.F.R. Parts 23 or state statutory provisions governing civil rights deral and state provisions governing false claims or II as any and all other applicable federal and state The Consultant shall include a provision to this effect in each of its agreements with its subcontractors. 7. DBE PARTICIPATION Caltrans has developed a statewide DBE program pursuant to 49 C.F.R. Part 26. The requirements and procedures, as applicable, of the Caltrans DBE program are hereby incorporated by reference into this Agreement. Even if no DBE participation will be reported, Consultant shall complete Exhibits "E" of this Agreement in compliance with the Caltrans DBE program, and a final utilization report in the form provided by the Commission. Exhibit C-4 137 A. This Agreement is subject to Title 49, Part 26 of the Code of Federal Regulations entitled "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs." Consultants who enter into a federally - funded agreement will assist the Commission in a good faith effort to achieve California's statewide overall DBE goal. B. This Agreement has a DBE goal. Participation by DBE Consultant or subconsultants shall be in accordance with the information contained in the Consultant Contract DBE Commitment form attached hereto and incorporated into this Agreement by reference. If a DBE subconsultant is unable to perform, the Consultant must make a good faith effort to replace him/her with another DBE subconsultant, if the goal is not otherwise met. A DBE is a firm meeting the definition of a DBE as specified in 49 CFR. C. All DBE participation will count toward the altrans federally mandated statewide overall DBE goal. Credit for materials or s onsultant purchases from DBEs counts towards the goal in the following man • 100 percent counts if the materials manufacturer. • 60 percent counts if the materials dealer. • Only fees, commissions, and ch delivery of materials or suppli .: -:. unt manufacturer nor regular de dealer." D. DBE and other encouraged to parti with federal funds. on the basis of race, The Consultant shall ca and administration of US s are obtained from a DBE re purchased from a DBE regular !stance in the procurement and tained from a DBE that is neither a .55 defines "manufacturer" and "regular sses (SB), as defined in Title 49 CFR, Part 26 are mance of agreements financed in whole or in part t, subrecipient or subconsultant shall not discriminate al origin, or sex in the performance of this Agreement. pplicable requirements of 49 CFR, Part 26 in the award - assisted agreements. Failure by the contractor to carry out these requirements is a material breach of this Agreement, which may result in the termination of this Agreement or such other remedy as the Commission, Caltrans or the Department of Transportation deems appropriate. E. Any subcontract entered into as a result of this Agreement shall contain all of the provisions of this section. F. A DBE may be terminated only as further set forth in Section 13 below. Exhibit C-5 138 8. DBE PARTICIPATION GENERAL INFORMATION It is Consultant's responsibility to be fully informed regarding the requirements of 49 CFR, Part 26, and the Caltrans DBE program. Particular attention is directed to the following: A. A DBE must be a small business firm defined pursuant to 13 CFR 121 and be certified through the California Unified Certification Program (CUCP). B. A certified DBE may participate as a prime contractor, subcontractor, joint venture partner, as a vendor of material or supplies, or as a trucking company. C. 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. D. A DBE must perform a commercially useful function, pursuant to 49 CFR 26.55 that is, 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, as more fully described in section 9 below. E. The Consultant shall lis > on one subcontractor for each portion of work as defined in the Consultant's bid/proposal and all DBE subcontractors should be listed in the Consultant's bid/cost prop , List of subcontractors. F. A Consultant who is ertified DBE is eligible to claim all of the work in the Agreement toward the DBE pa ipation except that portion of the work to be performed by non -DBE subcontractors. G. Consultant shall notify the Commission's contract administrator or designated representative of any changes to its anticipated DBE participation prior to starting the affected work. 9 . COMMERCIALLY USEFUL FUNCTION A. A DBE performs a commercially useful function when it is responsible for execution of the work of the Agreement and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible with respect to materials and supplies used on the Agreement, 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 commercially useful function, evaluate the amount of work subcontracted, industry practices; whether the amount the firm is to be Exhibit C-6 139 paid under the Agreement is commensurate with the work it is actually performing, and other relevant factors. B. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, Agreement, 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. C. If a DBE does not perform or exercise responsibility for at least thirty percent of the total cost of its Agreement with its own work force, or the DBE subcontracts a greater portion of the work of the Agreement 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 commercially useful function. 10. DBE CERTIFICATION AND DE -CERTIFICATION S If a DBE subcontractor is decertified before completing its work, the decertified subcontractor shall notify the Contractor in writing with the date of de -certification. If a subcontractor becomes a certified DBE during the life of the Agreement, the subcontractor shall notify the Contractor in writing with the date of certification. Any changes should be reported to the Commission's Contract Administrator within 30 days. 11. DBE RECORDS A. The Contractor . ha; a in records of materials purchased and/or supplied from all subcontrac tere o with certified DBEs. The records shall show the name and business ad of eac DBE subconsultant, DBE vendor, and DBE trucking company and the tot Ilar a punt actually paid each business regardless of tier. The records shall show the ayment and the total dollar figure paid to all firms. DBE prime Contractors shall also show the date of work performed by their own forces along with the corresponding dollar value of the work. In addition to all other requirements, Consultant shall complete and submit, on a monthly basis, the Monthly DBE Payment form (Caltrans Exhibit 9-F of Chapter 9 of the LAPM). B. Upon completion of the Agreement, a summary of these records shall be prepared and submitted on the most current version of the form entitled, "Final Report - Utilization of Disadvantaged Business Enterprises (DBE)," CEM- 2402F (Exhibit 17-F in Chapter 17 of the LAPM), certified correct by the Contractor or the Contractor's authorized representative and shall be furnished to the Commission's Contract Administrator with the final invoice. Failure to provide the summary of DBE payments with the final invoice will result in the Commission withholding $10,000 until the form is Exhibit C-7 140 submitted. This amount will be returned to the Contractor when a satisfactory "Final Report Utilization of Disadvantaged Business Enterprises (DBE)" is submitted to the Commission's Contract Administrator. a. Prior to the fifteenth of each month, the Contractor shall submit documentation to the Commission's Contract Administrator showing the amount paid to DBE trucking companies. The Contractor shall also obtain and submit documentation to the Commission's Contract Administrator showing the amount paid by DBE trucking companies to all firms, including owner -operators, for the leasing of trucks. If the DBE leases trucks from a non -DBE, the Contractor may count only the fee or commission the DBE receives as a result of the lease arrangement. b. The Contractor shall also submit to the Commission's Contract Administrator documentation showing the truck number, name of owner, California Highway Patrol CA number, and if applicable, the DBE certification number of the truck owner for all trucks used during that month. This documentation shall be submitted on the Caltrans "Monthly DBE Trucking Verification," CEM-240 ) form provided to the Contractor by the Commission's Contract Administrator. 12. REPORTING MATERIAL OR SUPPLIES PURCHASED FROM DBEs When Reporting DBE Participation, Material or Supplies purchased from DBEs may count as follows: A. If the materials or supplies are obtained from a DBE manufacturer, 100 % of the cost of the materials or supplies will count toward the DBE participation. 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 Agreement and of the general character described by the specifications. B. If the materials or supplies purchased from a DBE regular dealer, count 60 % of the cost of the materials or supplies toward DBE goals. 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 Agreement, are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. To be a DBE regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. A person may be a DBE regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone or asphalt without owning, operating or maintaining a place of business provided in this section. C. If the person both owns and operates distribution equipment for the products, any supplementing of regular dealers' own distribution equipment, shall be by a long-term lease agreement and not an ad hoc or Agreement -by -Agreement basis. Packagers, Exhibit C-8 141 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. 13. TERMINATION AND SUBSTITUTION OF DBE SUBCONSULTANTS Consultant shall utilize the specific DBEs listed to perfo materials for which each is listed unless Consultant or Commission's written consent. Consultant shall not t for convenience and perform the work with their other sources without authorization from the consent is provided, the Consultant shall not material unless it is performed or supplied by th Contract DBE Commitment form. n forc mission. the work and supply the subconsultant obtains the or substitute a listed DBE r obtain materials from s the Commission's d to any payment for work or DBE on the attached Consultant The Commission authorizes a request . orces or sources of materials if Consultant shows any of the foll• usti ': ons: 1. Listed DBE fails specifications for 2. The Com subcon require 3. Work req license and to a written contract based on plans and jec ated that a bond is a condition of executing the d DBE fails to meet the Commission's bond ultant's license and listed DBE does not have a valid actors License Law. 4. Listed DBE fai .r refuses to perform the work or furnish the listed materials (failing or refusing to perform is not an allowable reason to remove a DBE if the failure or refusal is a result of bad faith or discrimination). 5. Listed DBE's work is unsatisfactory and not in compliance with the contract. 6. Listed DBE is ineligible to work on the project because of suspension or debarment. 7. Listed DBE becomes bankrupt or insolvent. 8. Listed DBE voluntarily withdraws with written notice from the Agreement. 9. Listed DBE is ineligible to receive credit for the type of work required. 10. Listed DBE owner dies or becomes disabled resulting in the inability to perform the work on the Contract. 11. The Commission determines other documented good cause. Exhibit C-9 142 Consultant shall notify the original DBE of the intent to use other forces or material sources and provide the reasons and provide the DBE with 5 days to respond to the notice and advise Consultant and the Commission of the reasons why the use of other forces or sources of materials should not occur. Consultant's request to use other forces or material sources must include: 1. One or more of the reasons listed in the preceding paragraph. 2. Notices from Consultant to the DBE regarding the request. 3. Notices from the DBEs to Consultant regarding the request. If a listed DBE is terminated or substituted, Consultant must make good faith efforts to find another DBE to substitute for the original DBE. The substitute DBE must perform at least the same amount of work as the original DBE undef the contract to the extent needed to meet or exceed the DBE goal. 14. DEBARMENT, SUSPENSION AND OTHER INELIGIBILITY AND VOLUNTARY EXCLUSION In accordance with 49 CFR Part 29, which by this reference is incorporated herein, Consultant's subconsultants completed and submitted the Certificate of subconsultant Regarding Debarment, Suspension and Other Ineligibility and Voluntary Exclusion as part of the Consultant's proposal. If it is later determined that Consultant's subconsultants knowingly rendered an erroneous Certificate, the Commission may, among other remedies, terminate this Agreement. 15. ENVIRONMENTAL COMPLIANCE A. Compliance with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). (Contracts, subcontracts, and subgrants of amounts in excess of $100,000). B. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat. 871). 16. NATIONAL LABOR RELATIONS BOARD CERTIFICATION In accordance with Public Contract Code Section 10296, and by signing this Agreement, Consultant certifies 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 two-year period, because of Consultant's Exhibit C-10 143 failure to comply with an order of a federal court that orders Consultant to comply with an order of the National Labor Relations Board. 17. FUNDING REQUIREMENTS It is mutually understood between the Parties that this Agreement may have been written before ascertaining the availability of funds or appropriation of funds, for the mutual benefit of both Parties, in order to avoid program and fiscal delays that would occur if the Agreement were executed after that determination was made. This Agreement is valid and enforceable only if sufficient funds are made available to Commission for the purpose of this Agreement. In addition, this Agreement is subject to any additional restrictions, limitations, conditions, or any statute enacted by the Congress, State Legislature, or Commission governing board that may affect the provisions, terms, or funding of this Agreement in any manner. It is mutually agreed that if sufficient funds are not appropriated, this Agreement may be amended to reflect any reduction in funds. Exhibit C-11 144 EXHIBIT "D" - CONSULTANT DBE COMMITMENT Exhibit D-1 145 Local Assistance Procedures Manual Exhibit 10-01 Consultant Proposal DBE Commitment EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT 1. Local Agency: Riverside County Transportation Commission 2. Contract DBE Goal: 1 5% 3. Project Description: on -call geotechnical engineering and field/laboratory testing and inspection services for various Commission projects 4. Project Location: Riverside County 5. Consultant's Name: Group Delta Consultants, Inc. 6. Prime Certified DBE: 0 7. Description of Work, Service, or Materials Supplied 8. DBE Certification Number 9. DBE Contact Information 10. DBE Inspection Services 45365 Aragon Geotechnical Inc Name: C. Ph e: (951)Fernando 776 0345 Aragon TBD Envrionmental and Geotechnical Drilling CUCP - 45421 M R Drilling Name: Terry Smith Ph e: (714) 994-0402 TBD Environmental and Geotechnical Drilling 2017022 Veteran Drilling Name: Frank Stolfi Phone: (951) 523-8994 TBD N t l? i 1 1 4 1 1 P<(- Local Agency to Complete th - cti 11. TOTAL CLAIMED DBE PARTICIPATION IMPORTANT: Identify all DBE firms being claimed for regardless of tier. Written confirmation of each listed required. 1. ICJ C< ,I 04/14/2022 15 % credit, DBE is 17. Local Agency Contract Number: 18. Federal -Aid Project Number: 19. Proposed Contract Execution Date. 20. Consultant's Ranking after Evaluatio Local Agency certifies that all DBE certificat . - valid and information on this form is complete and accurate. 21. Local Agency Representative's Signature 22. Date 12. Preparer's Signature 13. Date Shah Ghanbari (949) 450-2100 23. Local Agency Representative's Name 24. Phone 14. Preparers Name 15. Phone President 25. Local Agency Representative's Title 16. Preparer's Title DISTRIBUTION: Original — Included with consultant's proposal to local agency. ADA Notice: For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 654- 3880 or write Records and Forms Management, 1120 N Street, MS -89, Sacramento, CA 95814. LPP 18-01 146 Page 1 of 2 January 2019 EXHIBIT "E" - DISCLOSURE OF LOBBYING ACTIVITIES Exhibit E-1 147 Local Assistance Procedures Manual EXHBIT 10-Q Disclosure of Lobbying Activities EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: IVI a. contract b. grant c. cooperative agreement d. loan e. loan guarantee f. loan insurance 2. Status of Federal Action: VI a bid/offer/application b. initial award e. post -award 4. Name and Address of Reporting Entity n Prime S ubawardee Tier , if known Congressional District, if known 6. Federal Department/Agency: 8. Federal Action Number, if known: 10. Name and Address of Lobby Entity (If individual, last name, first name, MI) (attach Continua 12. Amount of Payment (check all that $ n actual 13. Form of Payment (check all 8 a. cash b. m -kind; s 3. Report Type: a. initial b. material change For Material Change Only: year quarter date of last report 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Congression 'strict, if known 7. Federal am Name/Description: 1CF 1l/Numb�i applicable 9. and Amount, I wn: 11. Ind' als Performing Services (inc, ding address if different from No. 10) (1as me, first name, MI) ry) pe of Payment (check all that apply) a. retainer b. one-time fee c. commission d. contingent fee e deferred f. other, specify 15. Brief Descriptio ervices Per med or to be performed and Date(s) of Service, including officer(s), employee i r mem o s) contacted, for Payment Indicated in Item 12: 16. Continuation Sheet(s) attached: (attach Continuation Sheet(s) if necessary) Yes n 17. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Federal Use Only: No Signature: F71 }NoJt} &.7 Print Name: Shah Ghanbari Title: President Telephone No.: 949-450-2100 Date: 04/14/2022 Authorized for Local Reproduction Standard Form - LLL Standard Form LLL Rev. 04-28-06 Distribution: Orig- Local Agency Project Files LPP 13-01 148 Page 1 May 8, 2013 ATTACHMENT 2 Agreement No. 22-31-087-00 PROFESSIONAL SERVICES AGREEMENT WITH FHWA FUNDING/ASSISTANCE RIVERSIDE COUNTY TRANSPORTATION COMMISSION AGREEMENT WITH NINYO & MOORE GEOTECHNICAL AND ENVIRONMENTAL SCIENCES CONSULTANTS FOR ON -CALL GEOTECHNICAL INVESTIGATION SERVICES — LABORATORY AND FIELD TESTING OF MATERIALS Parties and Date. This Agreement is made and entered into this day of ' , 2022, by and between the RIVERSIDE COUNTY TRANSP TATION COMMISSION ("the Commission") and NINYO & MOORE GEOTECHNICAL AND ENVIRONMENTAL SCIENCES CONSULTANTS ("Consultant"), a CORPORATION The Commission and Consultant are sometimes referred to herein individually as "Party", and collectively as the "Parties". Recitals. A. On November 8, 1988 the Voters of Riverside County approved Measure A authorizing the collection of a one-half percent (1/2 °/o) retail transactions and use tax (the "tax") to fund transportation programs and improvements within the County of Riverside, and adopting the Riverside County Transportation Improvement Plan (the "Plan"). B. Pursuant to Public Utility Code Sections 240000 et seq., the Commission is authorized to allocate the proceeds of the Tax in furtherance of the Plan. C. On November 5, 2002, the voters of Riverside County approved an extension of the Measure A tax for an additional thirty (30) years for the continued funding of transportation and improvements within the County of Riverside. D. A source of funding for payment for professional services provided under this Agreement is federal funds administered by the California Department of Transportation ("Caltrans") from the United States Department of Transportation pursuant to the following project/program: [ INSERT FUNDING SOURCE_]. 1 149 E. Consultant desires to perform and assume responsibility for the provision of certain professional services required by the Commission on the terms and conditions set forth in this Agreement. Consultant represents that it is experienced in providing Geotechnical Investigation services to public clients, is licensed in the State of California (if necessary), and is familiar with the plans of the Commission. F. The Commission desires to engage Consultant to render such services for the On -Call Geotechnical Investigation ("Project"), as set forth in this Agreement. Terms. 1. General Scope of Services. Consultant shall furnish all technical and professional services, including labor, material, equipment, transportation, supervision and expertise, and incidental and customary work neces y to fully and adequately supply the professional Geotechnical Investigation se =s necessary for the Project ("Services"). The Services are more particularly d' -d in Exhibit "A" attached hereto and incorporated herein by reference. Al "ervic- hall be subject to, and performed in accordance with, this Agreeme .: the exhib attached hereto and incorporated herein by reference, and all appl le I•::: .I, state nd federal laws, rules and regulations. 2. Commencement of Services. Th 11 commence work upon receipt of a written "Notice to Proceed" or "Limit- ' No •ceed" from Commission. 3. Pre -Award Audit. As extent Caltrans procedures Proceed" may be contingent questions raised durin will consider appro Agreement is cont thereby entitling the completed. The Cons and State process revie acting in behalf of a federal agency, may require that prior to performance of any work for which Federal reimbursement is requested and provided, that said federal agency or Caltrans must give to Commission an "Authorization to Proceed". a u if th= ederal funding for this Project, and to the ion therewith, issuance of a "Notice to and approval of a pre -award audit. Any and audit shall be resolved before the Commission ement. The federal aid provided under this ting all Federal requirements and could be withdrawn, to terminate this Agreement, if the procedures are not es shall be maintained in a manner to facilitate Federal In addition, the applicable federal agency, or Caltrans 4. Caltrans Audit Procedures. 4.1 Consultant and certain subconsultant contracts, including cost proposals and ICR, are subject to audits or reviews such as, but not limited to, a contract audit, an incurred cost audit, an Independent Cost Review (ICR) Audit, or a CPA ICR audit work paper review. If selected for audit or review, this Agreement, Consultant's cost proposal and ICR and related work papers, if applicable, will be reviewed to verify compliance with 48 CFR, Part 31 and other related laws and regulations. In the instances of a CPA ICR audit work paper review it is Consultant's responsibility to ensure federal, state, or 2 150 local government officials are allowed full access to the CPA's work papers including making copies as necessary. This Agreement, Consultant's cost proposal, and ICR shall be adjusted by Consultant and approved by the Commission's contract manager to conform to the audit or review recommendations. Consultant agrees that individual terms of costs identified in the audit report shall be incorporated into this Agreement by this reference if directed by Commission at its sole discretion. Refusal by Consultant to incorporate audit or review recommendations, or to ensure that the federal, state or local governments have access to CPA work papers, will be considered a breach of the Agreement terms and cause for termination of this Agreement and disallowance of prior reimbursed costs. Additional audit provisions applicable to this Agreement are set forth in Sections 24 and 25 of this Agreement. 4.2 During Caltrans' review of the ICR audit work papers created by the Consultant's independent CPA (which may include review Audits and Investigations), Caltrans will work with the C resolution of issues that arise during the review. E efforts to resolve any audit disputes in a timely ma issues during the review and is unable to issue a will reimburse the Consultant at an accepte Regulation) compliant ICR {e.g. 48 CFR Part Standards); CAS (Cost Accounting Standards procedures and guidelines of the A Transportation Officials (AASHTO) Audi guidelines} is received and appro by C Accepted rates will be as fol a. If the pro accepted rate reimb b. If the p hundred percent (200 proposed rate. the Independent Office of and/or Consultant toward a rty agrees to use its best r If :i,Tans identifies significant gnizant ap oval letter, Commission R til a FA (Federal Acquisition S (Generally Accepted Auditing applicable; in accordance with 'ation of State Highways and ther applicable procedures and s less than one hundred fifty percent (150%) — the percent (90%) of the proposed rate. is between one hundred fifty percent (150%) and two accepted rate will be eighty-five percent (85%) of the c. If the proposed rate is greater than two hundred percent (200%) - the accepted rate will be seventy-five percent (75%) of the proposed rate. 4.3 If Caltrans is unable to issue a cognizant letter per Section 4.2 above, Caltrans may require Consultant to submit a revised independent CPA -audited ICR and audit report within three (3) months of the effective date of the Caltrans' management letter. Caltrans will then have up to six (6) months to review the Consultant's and/or the independent CPA's revisions. 4.4 If the Consultant fails to comply with the provisions of this Section 4, or if Caltrans is still unable to issue a cognizant approval letter after the revised independent CPA audited ICR is submitted, overhead cost reimbursement will be limited to the 3 151 accepted ICR that was established upon initial rejection of the ICR and set forth in Section 4.2 above for all rendered services. In this event, this accepted ICR will become the actual and final ICR for reimbursement purposes under this Agreement. 4.5 Consultant may submit to Commission final invoice only when all of the following items have occurred: (1) Caltrans accepts or adjusts the original or revised independent CPA audited ICR; (2) all work under this Agreement has been completed to the satisfaction of Commission; and, (3) Caltrans has issued its final ICR review letter. The Consultant must submit its final invoice to Commission no later than sixty (60) calendar days after occurrence of the last of these items. The accepted ICR will apply to this Agreement, and all other agreements executed between the Commission and the Consultant, either as a prime or subconsultant, with the same fiscal period ICR. 5. Term. 5.1 This Agreement shall go into effect on contingent upon approval by Commission, and Cons notification to proceed by Commission's Contract end on June 30, 2025, unless extended by contr 5.2 Consultant is advised that any r not binding on Commission until this Agreement Commission. 5.3 This Agreement sh earlier terminated as provided term of this Agreement, and All applicable indemnificati following the terminatio date first set forth above, hall commence work after r. This Agreement shall ndation for Agreement award is Ily executed and approved by the main ' V ect til the date set forth above, unless Con • tant shall complete the Services within the er established schedules and deadlines. this Agreement shall remain in effect 6. Commissio - Contract •mi, istrator. The Commission hereby designates the Commission's Exec r, or his or her designee, to act as its Contract Administrator for the ance of this Agreement ("Commission's Contract Administrator"). Commis Y' s Contract Administrator shall have the authority to act on behalf of the Commission for all purposes under this Agreement. Commission's Contract Administrator shall also review and give approval, as needed, to the details of Consultant's work as it progresses. Consultant shall not accept direction or orders from any person other than the Commission's Contract Administrator or his or her designee. 7. Consultant's Representative. Consultant hereby designates Nick Turner to act as its Representative for the performance of this Agreement ("Consultant's Representative"). Consultant's Representative shall have full authority to act on behalf of Consultant for all purposes under this Agreement. The Consultant's Representative shall supervise and direct the Services, using his or her professional skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. Consultant shall work closely and cooperate fully with Commission's 4 152 Contract Administrator and any other agencies which may have jurisdiction over, or an interest in, the Services. Consultant's Representative shall be available to the Commission staff at all reasonable times. Any substitution in Consultant's Representative shall be approved in writing by Commission's Contract Administrator. 8. Substitution of Key Personnel. Consultant has represented to the Commission that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Consultant may substitute other personnel of at least equal competence upon written approval by the Commission. In the event that the Commission and Consultant cannot agree as to the substitution of the key personnel, the Commission shall be entitled to terminate this Agreement for cause, pursuant to the provisions herein. The key personnel for performance of this Agreement are as follows: Garreth Saiki, Kurt Yoshii, Rajiindra Handapangoda, Dave Meras, and James Dalgity. 9. Standard of Care; Licenses; Evaluation. 9.1 Consultant represents and maintai • hat it is d in the professional calling necessary to perform all Services, es • obliga ons required by this Agreement to fully and adequately complete t ' ct. Consultant shall perform the Services and duties in conformance to and co .tent with the standards generally recognized as being employed by prof - <Is in same discipline in the State of California. Consultant warrants that - ,-s and subcontractors shall have sufficient skill and experience to ery es assigned to them. Consultant further represents and war + t Commission that its employees and subcontractors have all lic • ' mits, alifications and approvals of whatever nature that are legally requi of he Services, and that such licenses and approvals shall be mai d ughout the term of this Agreement. Consultant shall perform, at its own c an+ :;.e and without reimbursement from the Commission, any services nec >ary to rec ''errors or omissions which are caused by the Consultant's failure > >•mply the standard of care provided for herein, and shall be fully responsible to the sion for all damages and other liabilities provided for in the indemnification provi " vF,. of this Agreement arising from the Consultant's errors and omissions. Any employee of Consultant or its sub -consultants who is determined by the Commission to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the Commission, shall be promptly removed from the Project by the Consultant and shall not be re- employed to perform any of the Services or to work on the Project. 9.2 Consultant's performance will be evaluated by Commission. 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 Agreement record. 10. Independent Contractor. The Services shall be performed by Consultant or under its supervision. Consultant will determine the means, methods and details of 5 153 performing the Services subject to the requirements of this Agreement. Commission retains Consultant on an independent contractor basis and not as an employee, agent or representative of the Commission. Consultant retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Consultant shall pay all wages, salaries and other amounts due such personnel in connection with their performance of Services and as required by law. Consultant shall be responsible for all reports and obligations respecting such personnel, including but not limited to, social security taxes, income tax withholdings, unemployment insurance, disability insurance, and workers' compensation insurance. 11. Schedule of Services. Consultant shall perform the Services expeditiously, within the term of this Agreement, and in accordance with _F.:- Schedule of Services set forth in each Task Order. Consultant represents th "`` has the professional and technical personnel to perform the Services in confo : r,_ e with such conditions. In order to facilitate Consultant's conformance with t►e' che e, the Commission shall respond to Consultant's submittals in a timely m- I I er. Upon : uest of Commission's Contract Administrator, Consultant shall prove etailed chedule of anticipated performance to meet the Schedule of Services. 11.1 Modification of the Sche Commission, through correspondence required Services within the sch led informed of all anticipated d schedule modification is Schedule of Services for app 11.2 Trend Commission's Co Commission, on a bi standard day and time discussions concerning s e, schedule, and current progress of Services, relevant cost issues, and future Project objectives. Consultant shall be responsible for the preparation and distribution of meeting agendas to be received by the Commission and other attendees no later than three (3) working days prior to the meeting. nt shall regularly report to the reports, its progress in providing en() s. Commission shall be promptly event that Consultant determines that a Itant shall promptly submit a revised sion's Contract Administrator. sultant shall conduct trend meetings with the ato and other interested parties, as requested by the s or as may be mutually scheduled by the Parties at a trend meetings will encompass focused and informal 11.3 Progress Reports. As part of its monthly invoice, Consultant shall submit a progress report, in a form determined by the Commission, which will indicate the progress achieved during the previous month in relation to the Schedule of Services. Submission of such progress report by Consultant shall be a condition precedent to receipt of payment from the Commission for each monthly invoice submitted. 6 154 12. Delay in Performance. 12.1 Excusable Delays. Should Consultant be delayed or prevented from the timely performance of any act or Services required by the terms of the Agreement by reason of acts of God or of the public enemy, acts or omissions of the Commission or other governmental agencies in either their sovereign or contractual capacities, fires, floods, epidemics, pandemics, quarantine restrictions, strikes, freight embargoes or unusually severe weather, performance of such act shall be excused for the period of such delay. 12.2 Written Notice. If Consultant believes it is entitled to an extension of time due to conditions set forth in subsection 12.1, Consultant shall provide written notice to the Commission within seven (7) working days from the time Consultant knows, or reasonably should have known, that performance of the Se.::„.ces will be delayed due to such conditions. Failure of Consultant to provide such ,do , ely notice shall constitute a waiver by Consultant of any right to an excusable dela e of performance. 12.3 Mutual Agreement. Performance may be delayed upon mutual agreement Consultant's Schedule of Services shall be ex Consultant shall take all reasonable teps additional costs, resulting from any suc ny Servic under this Agreement P ies. • on such agreement, s necessary by the Commission. imize delay in completion, and 13. Preliminar Review of W. AI '' .rts, orking papers, and similar work products prepared for submi Agreement shall be submitt and the Commission may re approval. In the even final detailed plans clearance as may Commission's Cont formally submitted wo established under this A ourse of providing Services under this on's Contract Administrator in draft form, such drafts prior to formal submission and designs are to be developed as part of the Project, all be contingent upon obtaining environmental nnection with Federal funding. In the event that rator, in his or her sole discretion, determines the to be not in accordance with the standard of care ment, Commission's Contract Administrator may require Consultant to revise and resubmit the work at no cost to the Commission. 14. Appearance at Hearings. If and when required by the Commission, Consultant shall render assistance at public hearings or other meetings related to the Project or necessary to the performance of the Services. However, Consultant shall not be required to, and will not, render any decision, interpretation or recommendation regarding questions of a legal nature or which may be construed as constituting a legal opinion. 15. Opportunity to Cure; Inspection of Work. Commission may provide Consultant an opportunity to cure, at Consultant's expense, all errors and omissions which may be disclosed during Project implementation. Should Consultant fail to make such correction in a timely manner, such correction may be made by the Commission, and 7 155 the cost thereof charged to Consultant. Consultant shall allow the Commission's Contract Administrator, Caltrans and FHWA to inspect or review Consultant's work in progress at any reasonable time. 16. Claims Filed by Contractor. 16.1 If claims are filed by the Commission's contractor for the Project ("Contractor") relating to work performed by Consultant's personnel, and additional information or assistance from the Consultant's personnel is required by the Commission in order to evaluate or defend against such claims; Consultant agrees to make reasonable efforts to make its personnel available for consultation with the Commission's construction contract administration and legal staff and for testimony, if necessary, at depositions and at trial or arbitration proceedings. 16.2 Consultant's personnel that the Commissi•. i;-`onsiders essential to assist in defending against Contractor claims will be made a on reasonable notice from the Commission. Consultation or testimony will . - reim , is ed at the same rates, including travel costs that are being paid for the ' .nsultant's sonnel services under this Agreement. 16.3 Services of the Consultant's connection with Contractor claims will amendment, if necessary, extending the finally resolve the claims. 16.4 Nothing conta Consultant's indemnification conflict between this S not intended to obli personnel related t defend the Commiss nel and other support staff in pursuant to a written contract to of this Agreement in order to shall be construed to in any way limit ained in Section 29. In the case of any ection 29, Section 29 shall govern. This Section is ion to reimburse Consultant for time spent by its for which Consultant is required to indemnify and to Section 29 of this Agreement. 17. Final Acceptance. on determination by the Commission that Consultant has satisfactorily completed the Services required under this Agreement and within the term herein, the Commission shall give Consultant a written Notice of Final Acceptance. Upon receipt of such notice, Consultant shall incur no further costs hereunder, unless otherwise specified in the Notice of Final Acceptance. Consultant may request issuance of a Notice of Final Acceptance when, in its opinion, it has satisfactorily completed all Services required under the terms of this Agreement. In the event copyrights are permitted under this Agreement, then in connection with Federal funding, it is hereby acknowledged and agreed that the United States Department of Transportation shall have the royalty -free non-exclusive and irrevocable right to reproduce, publish, or otherwise use, and to authorize others to use, the work for governmental purposes. 8 156 18. Laws and Regulations. Consultant shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. For example, and not by way of limitation, Consultant shall keep itself fully informed of and in compliance with all implementing regulations, design standards, specifications, previous commitments that must be incorporated in the design of the Project, and administrative controls including those of the United States Department of Transportation. Compliance with Federal procedures may include completion of the applicable environmental documents and approved by the United States Department of Transportation. For example, and not by way of limitation, a signed Categorical Exclusion, Finding of No Significant Impact, or published Record of Decision may be required to be approved and/or completed by the United States Department of Transportation. Consultant shall be liable for all violations of such laws and regulations in connection with Services.; f the Consultant performs any work knowing it to be contrary to such laws, rule nd regulations and without giving written notice to the Commission, Consultant i'e solely responsible for all costs arising therefrom. Consultant shall defend, nd hold Commission, its officials, directors, officers, employees and age , ree and less, pursuant to the indemnification provisions of this Agreement, f any„ aim or li:' ility arising out of any failure or alleged failure to comply with such la or regulations. 19. Fees and Payment. 19.1 The method of pay • - t for £ gre-ment will be based on actual cost plus a fixed fee. Commission s► r- bur Consultant for actual costs (including labor costs, employee benefits, %el, e� i.me rental costs, overhead and other direct costs) incurred by Consults e of the Services. Consultant shall not be reimbursed for actual ha" ceed the estimated wage rates, employee benefits, travel, equipment re ► ov- -a•, d other estimated costs set forth in the approved Consultant cost p ed ereto as Exhibit "B" and incorporated herein by reference ("Cost Pro al") unl s additional reimbursement is provided for by a written amendment. In no ev- sh Consultant be reimbursed for overhead costs at a rate that exceeds Commissio approved overhead rate set forth in the Cost Proposal. In the event that Commission determines that a change to the Services from that specified in the Cost Proposal and this Agreement is required, the contract time or actual costs reimbursable by Commission shall be adjusted by contract amendment to accommodate the changed work. The maximum total cost as specified in Section 19.9 shall not be exceeded, unless authorized by a written amendment. 19.2 The indirect cost rate established for this Agreement is extended through the duration of this Agreement. Consultant's agreement to the extension of the 1 -year applicable period shall not be a condition or qualification to be considered for the work or Agreement award. 19.3 In addition to the allowable incurred costs, Commission shall pay Consultant a fixed fee of j INSERT DOLLAR AMOUNT 1. The fixed fee is 9 157 nonadjustable for the term of this Agreement, except in the event of a significant change in the Scope of Services, and such adjustment is made by written amendment. 19.4 Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the approved Cost Proposal. In addition, payments to Consultant for travel and subsistence expenses claimed for reimbursement or applied as local match credit shall not exceed rates authorized to be paid exempt non -represented State employees under current State Department of Personnel Administration (DPA) rules, unless otherwise authorized by Commission. If the rates invoiced are in excess of those authorized DPA rates, and Commission has not otherwise approved said rates, then Consultant is responsible for the cost difference and any overpayments shall be reimbursed to the Commission on demand. 19.5 When milestone cost estimates are inclu d in the approved Cost Proposal, Consultant shall obtain prior written approv._ '•r a revised milestone cost estimate from the Contract Administrator before excee ch cost estimate. 19.6 Progress payments shall be made provided and allowable incurred costs. A pro r be included in the monthly progress payments. deliverable items according to the schedule Commission shall have the right to accordance with the provisions of Sectio nthly in a rs based on Services of Con ultant's fixed fee shall ultant fails to submit the required forth in the Scope of Services, r terminate this Agreement in ti n. 19.7 No payment shal • e p " r to approval of any Services, nor for any Services performed prior to 19.8 Consulta permit upon receipt triplicate. Invoice performance of wo performed on each mi format stipulated for the number and project title. Final invoice must contain the final cost and all credits due Commission including any equipment purchased under the Equipment Purchase provisions of this Agreement. The final invoice should be submitted within 60 calendar days after completion of Consultant's work. Invoices shall be mailed to Commission's Contract Administrator at the following address: reimbursed, as promptly as fiscal procedures will 's Contract Administrator of itemized invoices in bmi ed no later than 45 calendar days after the Consultant is billing. Invoices shall detail the work d each project as applicable. Invoices shall follow the oved Cost Proposal and shall reference this Agreement Riverside County Transportation Commission Attention: Accounts Payable P.O. 12008 Riverside, CA 92502 19.9 The total amount payable by Commission including the fixed fee shall not exceed amount set forth in each Task Order. 10 158 19.10 Commission has or will enter into three (3) task order contracts for performance of the Scope of Services identified in Exhibit "A", including this Agreement ("On -Call Geotechnical Investigation — Laboratory and Field Testing of Materials"). The other On -Call Geotechnical Investigation — Laboratory and Field Testing of Materials Task Order Contracts are Kleinfelder, 22-31-086-00 and Group Delta, 22-31-051-00. The total amount payable by Commission for the On -Call Geotechnical Investigation — Laboratory and Field Testing of Materials Task Order Contracts shall not exceed a cumulative maximum total value of Five Hundred Thousand Dollars ($500,000) ("NTE Sum"). It is understood and agreed that there is no guarantee, either expressed or implied that this dollar amount will be authorized under the On -Call Geotechnical Investigation — Laboratory and Field Testing of Materials Task Order Contracts through Task Orders. Each time a Task Order is awarded under any of the On -Call Geotechnical Investigation — Laboratory and Field Testi;_^. of Materials Task Order Contracts, Commission must send written notification -°:,>'' onsultant and each of the other consultants entering into the On -Call Geotechni -stigation — Laboratory and Field Testing of Materials Task Order Contracts, T - otice i' , . st identify the total funds allocated under issued Task Orders, and the re ► . ning une bered amount of the NTE Sum. Consultant acknowledges and ag th. Commis on must not pay any amount under this Agreement that would exc- - TE Sum, and Consultant must not enter into a Task Order that exceeds the NT 19.11 Salary increases shall be e if the new salary is within the salary range identified in the appr•- _-d Co �'•pos and is approved by Commission's Contract Administrator. For pe subs, t to prevailing wage rates as described in the California Labor Code, alary creas: which are the direct result of changes in the prevailing wage rates are 19.12 Consu ,, '"' sh. got eimbursed for any expenses unless authorized in writing by the Co rac Administrator. 19.13 All subco pct excess of $25,000 shall contain the above provisions. 20. Disputes. 20.1 Any dispute, other than audit, concerning a question of fact arising under this Agreement that is not disposed of by mutual agreement of the Parties shall be decided by a committee consisting of RCTC's Contract Administrator and the Director of Capital Projects, who may consider written or verbal information submitted by Consultant. 20.2 Not later than 30 days after completion of all Services under this Agreement, Consultant may request review by the Commission's Executive Director of unresolved claims or disputes, other than audit. The request for review will be submitted in writing. 11 159 20.3 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 Agreement. 21. Termination; Suspension. 21.1 Commission reserves the right to terminate this Agreement for any or no reason upon thirty (30) calendar days written notice to Consultant with the reasons for termination stated in the notice. 21.2 Commission may terminate this Agreement 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, Commission may proceed with the work in any manner deemed proper by Commission. If ...mmission terminates this Agreement with Consultant, Commission shall pay = •'nsultant the sum due to Consultant under this Agreement for Services co •: -d and accepted prior to termination, unless the cost of completion to Com ,; ion e ;-eds the funds remaining in this Agreement. In such case, the overage ' I be ded b . -d from any sum due Consultant under this Agreement and the ba e, if, y, shal '•e paid to Consultant upon demand. 21.3 In addition to the abov prorated amount of profit, if applicable, b on unperformed Services. Consul ' sha Commission's Contract Admi a to Consultant prior to the effec dat- .'f term the effective date of the Notic 21.4 Discon Termination, Cons or as otherwise pro Data, as defined in th Consultant in performanc n termination shall include a all be paid for anticipated profit ide ••cumentation deemed adequate by ow the Services actually completed by tion. This Agreement shall terminate on ices. Upon receipt of the written Notice of con nue all affected Services as directed in the Notice , and deliver to the Commission all Documents and ent, as may have been prepared or accumulated by he Services, whether completed or in progress. 21.5 Effect of Termination for Cause. In addition to the above, Consultant shall be liable to the Commission for any reasonable additional costs incurred by the Commission to revise work for which the Commission has compensated Consultant under this Agreement, but which the Commission has determined in its sole discretion needs to be revised, in part or whole, to complete the Project because it did not meet the standard of care established herein. Termination of this Agreement for cause may be considered by the Commission in determining whether to enter into future agreements with Consultant. 21.6 Cumulative Remedies. The rights and remedies of the Parties provided in this Section are in addition to any other rights and remedies provided by law or under this Agreement. 12 160 21.7 Waivers. Consultant, in executing this Agreement, shall be deemed to have waived any and all claims for damages which may otherwise arise from the Commission's termination of this Agreement, for convenience or cause, as provided in this Section. 21.8 Consultant may not terminate this Agreement except for cause. 21.9 Suspension. In addition to the termination rights above, Commission may temporarily suspend this Agreement, at no additional cost to Commission, provided that Consultant is given written notice of temporary suspension. If Commission gives such notice of temporary suspension, Consultant shall immediately suspend its activities under this Agreement. A temporary suspension may be issued concurrent with a notice of termination. 22. Cost Principles and Administrative Requiremen_ 22.1 Consultant agrees that the Contra CFR, Federal Acquisition Regulations System used to determine the cost allowability of indivi 22.2 Consultant also agrees to with 2 CFR, Part 200, Uniform Administr Requirements for Federal Awards 22.3 Any costs for determined by subsequent a Federal Acquisition Re repayment by Cons ost Princ apt 1, Part and Procedures, 48 .000 et seq., shall be deral procedures in accordance ents, Cost Principles, and Audit as been made to Consultant that are able under 2 CFR, Part 200 and 48 CFR, stem, Chapter 1, Part 31.000 et seq., are subject to 22.4 All sub • racts i xcess of $25,000 shall contain the above provisions. 23. Retention of Reco ' udit. 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 this Agreement pursuant to Government Code 8546.7; Consultant, subconsultants, and Commission shall maintain and make available for inspection all books, documents, papers, accounting records, and other evidence pertaining to the performance of this Agreement, including but not limited to, the costs of administering this Agreement. All parties shall make such materials available at their respective offices at all reasonable times during this Agreement period and for three years from the date of final payment under this Agreement. The state, State Auditor, Commission, 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 this Agreement and indirect cost rates (ICR) for audit, examinations, excerpts, and transactions, and copies thereof shall 13 161 be furnished if requested. Subcontracts in excess of $25,000 shall contain this provision. 23.1 Accounting System. Consultant and its subcontractors shall establish and maintain an accounting system and records that properly accumulate and segregate expenditures by line item for the Services. The accounting system of Consultant and its subcontractors shall conform to Generally Accepted Accounting Principles (GAAP), enable the determination of incurred costs at interim points of completion, and provide support for reimbursement payment vouchers or invoices. 24. Audit Review Procedures. 24.1 Any dispute concerning a question of fact arising under an interim or post audit of this Agreement that is not disposed of by agree ent, shall be reviewed by Commission's Chief Financial Officer. 24.2 Not later than 30 days after issuance,-•° the final audit report, Consultant may request a review by Commission's Chief ancial Officer of unresolved audit issues. The request for review shall be submit in wr ' • g. 24.3 Neither the pendency of a dispute nor its consideration by Commission shall excuse Consultant from full and timely performance, in accordance with the terms of this Agreement. 25. Subcontracting. 25.1 Nothing contained "reement or otherwise, shall create any contractual relation between Commission and any subconsultant(s), and no subcontract shall relieve Consultant of its responsibilities and obligations hereunder. Consultant agrees to be as fully responsible to Commission 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. Consultant's obligation to pay its subconsultant(s) is an independent obligation from Commission's obligation to make payments to the Consultant. 25.2 Consultant shall perform the Services with resources available within its own organization and no portion of the Services shall be subcontracted without written authorization by Commission's Contract Administrator, except that, which is expressly identified in the approved Cost Proposal. 25.3 Consultant shall pay its subconsultants within fifteen (15) calendar days from receipt of each payment made to Consultant by Commission. 25.4 Any subcontract in excess of $25,000 entered into as a result of this Agreement shall contain all the provisions stipulated in this Agreement to be applicable to subconsultants. 14 162 25.5 Any substitution of subconsultant(s) must be approved in writing by Commission's Contract Administrator prior to the start of work by the subconsultant(s). 25.6 Exhibit "B" may also set forth the rates at which each subconsultant shall bill the Consultant for Services and that are subject to reimbursement by the Commission to Consultant. Additional Direct Costs, as defined in Exhibit "B" shall be the same for both the Consultant and all subconsultants, unless otherwise identified in Exhibit "B". The subconsultant rate schedules and cost proposals contained herein are for accounting purposes only. 26. Equipment Purchase 26.1 Prior authorization, in writing, by Commiss 's Contract Administrator shall be required before Consultant enters into any ur;_'°dgeted purchase order, or subcontract for supplies, equipment, or Consultant ser is Consultant shall provide an evaluation of the necessity or desirability of incurrin•, ` 'ch c 26.2 For purchase of any item, se Consultant's Cost Proposal and exceeding $5, Contract Administrator is required. Three com with the request for such purchase, justified. nsultin• work not covered in r authorization by Commission's ive quotations must be submitted of bidding must be adequately 26.3 Any equipment p = : d as result of this Agreement is subject to the following: Consultant shall maint property is defined a $5,000 or more. If Commission shall re or if this Agreement is Commission in an amoun tory of all nonexpendable property. Nonexpendable life of at least two years and an acquisition cost of eq `'pment needs replacement and is sold or traded in, r refund or credit at the conclusion of this Agreement, d, Consultant may either keep the equipment and credit ual to its fair market value, or sell such equipment at the best price obtainable at a public or private sale, in accordance with established Commission procedures; and credit Commission 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 Commission and Consultant. If Consultant determines to sell the equipment, the terms and conditions of such sale must be approved in advance by Commission. 2 CFR, Part 200 requires a credit to Federal funds when participating equipment with a fair market value greater than $5,000 is credited to the project. 26.4 All subcontracts in excess $25,000 shall contain the above provisions. 15 163 27. Labor Code Requirements. 27.1 Prevailing Wages. (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 Services. (b) Any subcontract entered into as a result of this Agreement, 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 Section. (c) When prevailing wages apply to the Service- •escribed in the Scope of Services, transportation and subsistence costs shall b- eimbursed at the minimum rates set by the Department of Industrial Relations (Pa outlined in the applicable Prevailing Wage Determination. See http://www.dir. (d) Copies of the prevailing rat- >> of •,. il diem ages in effect at commencement of this Agreement are on file ommission's offices. Consultant shall make copies of the prevailing rates of per di wages for each craft, classification or type of worker needed to execute t +ices \ - Table to interested parties upon request, and shall post copies at the Co Ita pal place of business and at the project site. Consultant shall de , in y an`. hold the Commission, its elected officials, officers, employees a ' ` • '`` is fr and harmless from any claims, liabilities, costs, penalties or interest ng o •f an ilure or alleged failure to comply with the Prevailing Wage Laws. 27.2 DIR Registra I S- es are being performed as part of an applicable "public works" or " =;intenanc: prod=ct, then pursuant to Labor Code Sections 1725.5 and 1771.1, the d all subconsultants must be registered with the Department of Industri.° i'el ins. If applicable, Consultant shall maintain registration for the duration of the Pro and require the same of any subconsultants. This Project may also be subject to compliance monitoring and enforcement by the Department of Industrial Relations. It shall be Consultant's sole responsibility to comply with all applicable registration and labor compliance requirements. 27.3 Eight -Hour Law. Pursuant to the provisions of the California Labor Code, eight hours of labor shall constitute a legal day's work, and the time of service of any worker employed on the work shall be limited and restricted to eight hours during any one calendar day, and forty hours in any one calendar week, except when payment for overtime is made at not less than one and one-half the basic rate for all hours worked in excess of eight hours per day ("Eight -Hour Law"), unless Consultant or the Services are not subject to the Eight -Hour Law. Consultant shall forfeit to Commission as a penalty, $50.00 for each worker employed in the execution of this Agreement by him, or by any sub -consultant under him, for each calendar day during which such workman is required 16 164 or permitted to work more than eight hours in any calendar day and forty hours in any one calendar week without such compensation for overtime violation of the provisions of the California Labor Code, unless Consultant or the Services are not subject to the Eight -Hour Law. 27.4 Employment of Apprentices. This Agreement shall not prevent the employment of properly indentured apprentices in accordance with the California Labor Code, and no employer or labor union shall refuse to accept otherwise qualified employees as indentured apprentices on the work performed hereunder solely on the ground of race, creed, national origin, ancestry, color or sex. Every qualified apprentice shall be paid the standard wage paid to apprentices under the regulations of the craft or trade in which he or she is employed and shall be employed only in the craft or trade to which he or she is registered. If California Labor Code Section 1777.5 applies to theF rvices, Consultant and any subcontractor hereunder who employs workers in any ;' ticeable craft or trade shall apply to the joint apprenticeship council admini i? t Iicable standards for a certificate approving Consultant or any sub -cons l 'nt for the `(m.loyment and training of apprentices. Upon issuance of this certifi► -, C• ultant a d any sub -consultant shall employ the number of apprentices provid- • erein, as well as contribute to the fund to administer the apprenticeship program in ch craft or trade in the area of the work hereunder. The parties expressly understan of this Section and with Secti Code in regard to all appren t th- '' .onsi.ility for compliance with provisions 77.6 and 1777.7 of the California Labor s lies with Consultant 28. Ownership of M,, -; '_;. s/ i identiality. 28.1 Doc -nts & D is Agreement creates an exclusive and perpetual license for Comm! y, use, modify, reuse, or sub -license any and all copyrights and designs gib. '"'-d in plans, specifications, studies, drawings, estimates, materials, data and oth- ocuments or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Consultant under this Agreement ("Documents & Data"). Consultant shall require all subcontractors to agree in writing that Commission is granted an exclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Consultant represents and warrants that Consultant has the legal right to grant the exclusive and perpetual license for all such Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the Commission. 17 165 Commission shall not be limited in any way in its use of the Documents & Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at Commission's sole risk. 28.2 Intellectual Property. In addition, Commission shall have and retain all right, title and interest (including copyright, patent, trade secret and other proprietary rights) in all plans, specifications, studies, drawings, estimates, materials, data, computer programs or software and source code, enhancements, documents, and any and all works of authorship fixed in any tangible medium or expression, including but not limited to, physical drawings or other data magnetically or otherwise recorded on computer media ("Intellectual Property") prepared or developed by or on behalf of Consultant under this Agreement as well as any other such Intellectual Property prepared or developed by or on behalf of Consultant under , 's Agreement. The Commission shall have and retain all right, title developed or modified under this Agreement wheth Commission, whether or not developed in conju not developed by Consultant. Consultant will any and all rights to the above reference Commission. Consultant shall also be responsible to from any subcontractors or age of referenced Intellectual Prop termination of this Agreem Property, it shall first obtain All materials and do general use prior t any other party or p to be the property of t prior to execution of this right to grant the exclusive provided herein. aw -rest in Intellectual Property r no - id for wholly or in part by on with C•' Itant, and whether or cut eparate' v ritten assignments of tual Property upon request of ti g separate written assignments tant :f any and all right to the above Consultant, either during or following any of the above -referenced Intellectual al of the Commission. ere developed or prepared by the Consultant for o ° his Agreement and which are not the copyright of le and any other computer applications, shall continue Itant. However, unless otherwise identified and stated ement, Consultant represents and warrants that it has the and perpetual license for all such Intellectual Property as Commission further is granted by Consultant a non-exclusive and perpetual license to copy, use, modify or sub -license any and all Intellectual Property otherwise owned by Consultant which is the basis or foundation for any derivative, collective, insurrectional, or supplemental work created under this Agreement. 28.3 Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall not, without the prior written consent of Commission, 18 166 be used by Consultant for any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use Commission's name or insignia, photographs of the Project, or any publicity pertaining to the Services or the Project in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of Commission. 28.4 Infringement Indemnification. Consultant shall defend, indemnify and hold the Commission, its directors, officials, officers, employees, volunteers and agents free and harmless, pursuant to the indemnification provisions of this Agreement, for any alleged infringement of any patent, copyright, trade secret, trade name, trademark, or any other proprietary right of any person or entity in con quence of the use on the Project by Commission of the Documents & Data, in ing any method, process, product, or concept specified or depicted. 29. Indemnification. To the fullest extent per ed by la , nsultant shall defend (with counsel of Commission's choosing), inde ify ar hold Co mission, its directors, officials, officers, employees, consultants, vo ► - = , and agents free and harmless from any and all claims, demands, causes of •n, costs, expenses, liability, loss, damage or injury, in law or equity, to p ns, including wrongful death, in any manner arising out of or incident t, al -. • agent acts, omissions, or willful misconduct of Consultant, its o .Is, o e ployees, agents, consultants, and contractors arising out of or i r ". . ctio ith the performance of the Services, the Project or this Agreement, udiniu;-witho �_, limitation the payment of consequential damages, expert witness eys fees and other related costs and expenses. Consultant d - d, at Consultant's own cost, expense and risk, any and all such afores uits, do or other legal proceedings of every kind that may be brought or insti =d agams om°` ission, its directors, officials, officers, employees, consultants, agents, volunt rs. Consultant shall pay and satisfy any judgment, award or decree that b endered against Commission or its directors, officials, officers, employees, cons ► ts, agents, or volunteers, in any such suit, action or other legal proceeding. Consultant shall reimburse Commission and its directors, officials, officers, employees, consultants, agents, and/or volunteers, for any and all legal expenses and costs, including reasonable attorney's fees, incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Consultant's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by Commission, its directors, officials officers, employees, consultants, agents, or volunteers. If Consultant's obligation to defend, indemnify, and/or hold harmless arises out of Consultant's performance as a "design professional" (as that term is defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code section 2782.8, which is fully incorporated herein, Consultant's indemnification obligation shall be limited to claims that arise out of, pertain to, or relate to the negligence, 19 167 recklessness, or willful misconduct of the Consultant, and, upon Consultant obtaining a final adjudication by a court of competent jurisdiction, Consultant's liability for such claim, including the cost to defend, shall not exceed the Consultant's proportionate percentage of fault. Consultant's obligations as set forth in this Section shall survive expiration or termination of this Agreement. 30. Insurance. 30.1 Time for Compliance. Consultant shall not commence work under this Agreement until it has provided evidence satisfactory to the Commission that it has secured all insurance required under this Section, in a form and with insurance companies acceptable to the Commission. In addition, C ultant shall not allow any subcontractor to commence work on any subcontract u has secured all insurance required under this Section. 30.2 Minimum Requirements. Consult maintain for the duration of the Agreement persons or damages to property which ma performance of the Agreement by the Con employees or subcontractors. Consult procure and maintain the same insura insurance shall meet at least the f• •wing ' u (a) Minimu as the latest version of the Commercial General L' (2) Automobile Liab' 0001, code 1 (an Employer's Liability: California and Employe shall, at ixpense, procure and uran, agains claims for injuries to rom or in connection with the nt, its agents, representatives, quire all of its subcontractors to ration of the Agreement. Such m `'-vels of coverage: ce. Coverage shall be at least as broad eneral Liability: Insurance Services Office age (occurrence form CG 0001 or exact equivalent); rvices Office Business Auto Coverage (form CA quivalent); and (3) Workers' Compensation and ompensation insurance as required by the State of y Insurance. (b) Minimum Limits of Insurance. Consultant shall maintain limits no less than: (1) General Liability: $2,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with general aggregate limit is used, either the general aggregate limit shall apply separately to this Agreement/location or the general aggregate limit shall be twice the required occurrence limit. Limits may be achieved by any combination of primary and excess or umbrella liability insurance; (2) Automobile Liability: $2,000,000 per accident for bodily injury and property damage. Limits may be achieved by any combination of primary and excess or umbrella liability insurance; and (3) Workers' Compensation and Employer's Liability: Workers' Compensation limits as required by the Labor Code of the State of California. Employer's Practices Liability limits of $1,000,000 per accident. 20 168 30.3 Professional Liability. Consultant shall procure and maintain, and require its sub -consultants to procure and maintain, for a period of five (5) years following completion of the Project, errors and omissions liability insurance appropriate to their profession. For Consultant, such insurance shall be in an amount not less than $1,000,000 per claim. This insurance shall be endorsed to include contractual liability applicable to this Agreement and shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the Consultant. "Covered Professional Services" as designated in the policy must specifically include work performed under this Agreement. The policy must "pay on behalf of" the insured and must include a provision establishing the insurer's duty to defend. Subconsultants of Consultant shall obtain such insurance in an amount not less than $1,000,000 per claim. Notwithstanding the foregoing, the Commission may consider written requests to lower or dispense with the errors and omissions liability insurance requirement contained in this Section for certain subconsultants of Coy .ultant, on a case -by -case basis, depending on the nature and scope of the S- es to be provided by the subconsultant. Approval of such request shall writing, signed by the Commission's Contract Administrator. 30.4 Aircraft Liability Insurance. Prior of aircraft, Consultant shall procure and m maintained, aircraft liability insurance or equivale required by the Commission. Such ins sha and non -owned aircraft and passengers, Commission, Caltrans and their •' -ctors, additional insureds with respe Se of the Consultant. 30.5 Insuranc following provisions the Commission t (a) ting any ervices requiring use or cause to be procured and orm, with a single limit as shall be lude coverage for owned, hired e, or be endorsed to name, the ials, °•fficers, employees and agents as s or operations performed by or on behalf ents. The insurance policies shall contain the all provide endorsements on forms approved by ing •rovisions to the insurance policies: (i) Commercial General Liability Insurance must include coverage for (1) bodily Injury and property damage; (2) personal Injury/advertising Injury; (3) premises/operations liability; (4) products/completed operations liability; (5) aggregate limits that apply per Project; (6) explosion, collapse and underground (UCX) exclusion deleted; (7) contractual liability with respect to this Agreement; (8) broad form property damage; and (9) independent consultants coverage. (ii) The policy shall contain no endorsements or provisions limiting coverage for (1) contractual liability; (2) cross liability exclusion for claims or suits by one insured against another; or (3) contain any other exclusion contrary to this Agreement. 21 169 (iii) The policy shall give the Commission, its directors, officials, officers, employees, and agents insured status using ISO endorsement forms 20 10 10 01 and 20 37 10 01, or endorsements providing the exact same coverage. (iv) The additional insured coverage under the policy shall be "primary and non-contributory" and will not seek contribution from the Commission's or Caltrans' insurance or self-insurance and shall be at least as broad as CG 20 01 04 13, or endorsements providing the exact same coverage. (b) Automobile Liability. The automobile liability policy shall be endorsed to state that: (1) the Commission, Caltrans and their directors, officials, officers, employees and agents shall be covered as additional insureds with respect to the ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired or borrowed by the Consultant or for which t , ; Consultant is responsible; and (2) the insurance coverage shall be primary insuran F;r s respects the Commission, Caltrans and their directors, officials, officers, employ • agents, or if excess, shall stand in an unbroken chain of coverage exce of Consultant's scheduled underlying coverage. Any insurance or self -ins ce maint '' -d by the Commission, Caltrans and their directors, officials, officers, • loy- ' . and ag = nts shall be excess of the Consultant's insurance and shall not be cal . to contribute with it in any way. (c) Workers' Compens (i) Consu Section 3700 of the California against liability for workers' with the provisions of that commencing work and - A• ment. ers Liability Coverage. t ce '-' hat e/she is aware of the provisions of ich requires every employer to be insured undertake self-insurance in accordance will comply with such provisions before against the Comm! losses paid under the t the Consultant. (d) forth hereunder. All Coverages. r shall agree to waive all rights of subrogation ectors, officials, officers, employees and agents for e insurance policy which arise from work performed by (i) Defense costs shall be payable in addition to the limits set (ii) Requirements of specific coverage or limits contained in this Section are not intended as a limitation on coverage, limits, or other requirement, or a waiver of any coverage normally provided by any insurance. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits set forth herein shall be available to the Commission, Caltrans and their directors, officials, officers, employees and agents as additional insureds under said policies. Furthermore, the 22 170 requirements for coverage and limits shall be (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. (iii) The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the Commission (if agreed to in a written contract or agreement) before the Commission's own insurance or self-insurance shall be called upon to protect it as a named insured. The umbrella/excess policy shall be provided on a "following form" basis with coverage at least as broad as provided on the underlying policy(ies). (iv) Consultant shall provide the days prior written notice of cancellation of any policy r that the Consultant shall provide at least ten cancellation of any such policy due to non -pay coverage is cancelled or expires during the ter deliver renewal certificate(s) including the Endorsement to the Commission at least ten cancellation or expiration. (v) The than the effective date of this continuously for a period of this Agreement. Consultant if the retroactive date policy is cancelled made policy with a mission at least thirty (30) by this Agreement, except d prior written notice of of premi If any of the required thi greeme t, the Consultant shall al Liability Additional Insured ays prior to the effective date of ctiv (if y) of each policy is to be no later ent. Consultant shall maintain such coverage ree y s after the completion of the work under one (1) year extended reporting period A) past the effective date of this Agreement; B) if the r C) if the policy is replaced by another claims- sequent to the effective date of this Agreement. (vi) T oregoing requirements as to the types and limits of insurance coverage to be ntained by Consultant, and any approval of said insurance by the Commission, is not intended to and shall not in any manner limit or qualify the liabilities and obligations otherwise assumed by the Consultant pursuant to this Agreement, including but not limited to, the provisions concerning indemnification. (vii) If at any time during the life of the Agreement, any policy of insurance required under this Agreement does not comply with these specifications or is canceled and not replaced, Commission has the right but not the duty to obtain the insurance it deems necessary and any premium paid by Commission will be promptly reimbursed by Consultant or Commission will withhold amounts sufficient to pay premium from Consultant payments. In the alternative, Commission may cancel this Agreement. The Commission may require the Consultant to provide complete copies of all insurance policies in effect for the duration of the Project. 23 171 (viii) Neither the Commission nor any of its directors, officials, officers, employees or agents shall be personally responsible for any liability arising under or by virtue of this Agreement. Each insurance policy required by this Agreement shall be endorsed to state that: 30.6 Deductibles and Self -Insurance Retentions. Any deductibles or self - insured retentions must be declared to and approved by the Commission. If the Commission does not approve the deductibles or self -insured retentions as presented, Consultant shall guarantee that, at the option of the Commission, either: (1) the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects the Commission, its directors, officials, officers, employees and agents; or, (2) the Consultant shall procure a bond guaranteeing payment of losses and related investigation costs, claims and administrative and defense -.N;, senses. 30.7 Acceptability of Insurers. Insurance is .•laced with insurers with a current A.M. Best's rating no less than A:VIII, license: to d: J;;, siness in California, and satisfactory to the Commission. 30.8 Verification of Coverage. Co shall furnish Commission with original certificates of insurance and endorseme ffecting coverage required by this Agreement on forms satisfactory t - Co sion. The certificates and endorsements for each insurance policy gal e by a person authorized by that insurer to bind coverage on its •,;-.. alf ,i ° erti ates and endorsements must be received and approved by the sion -fore work commences. The Commission reserves the right to require ple F certifi copies of all required insurance policies, at any time. 30.9 Subco e Requirements. Consultant shall not allow any subcontractors or sconsulta to '`ommence work on any subcontract until they have provided evidence s actory +ti the Commission that they have secured all insurance required under this Se icies of commercial general liability insurance provided by such subcontractors o .'.consultants shall be endorsed to name the Commission as an additional insured using ISO form CG 20 38 04 13 or an endorsement providing the exact same coverage. If requested by Consultant, the Commission may approve different scopes or minimum limits of insurance for particular subcontractors or subconsultants. 30.10 Other Insurance. At its option, the Commission may require such additional coverage(s), limits and/or the reduction of deductibles or retentions it considers reasonable and prudent based upon risk factors that may directly or indirectly impact the Project. In retaining this option Commission does not warrant Consultant's insurance program to be adequate. Consultant shall have the right to purchase insurance in addition to the insurance required in this Section. 24 172 31. Safety. Consultant shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Consultant shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. As between Consultant and the construction contrac contractors shall remain solely responsible for construc safety obligations of Consultant at the jobsite. The for nor in any way modify or alter Consultant's inde an Commission, as set forth in Section 29 of this Ag ent, not or obligations set forth under this Agreement, i f ^din. <<, e attach s only, the construction safety notwithstanding any sentence shall not impact fense obligations to the of Consultant's duties d exhibits. Pursuant to the authority contained in Section 59 the Vehicle Code, the Commission has determined that the Project will . are. hat are open to public traffic. Consultant shall comply with all of the rep e forth in Divisions 11, 12, 13, 14, and 15 of the Vehicle Code. Con nt s . _. ke a reasonably necessary precautions for safe operation of its vehicle- pr•"` ction of the traveling public from injury and damage from such vehicles. 32. Additional Work outside of, the Se performed pursua foregoing, the Com other than a Cardinal change which is "outsid should not be regarded as having been fairly and reasonably within the contemplation of the parties when the Agreement was entered into. An example of a change which is not a Cardinal Change would be where, in a contract to construct a building there are many changes in the materials used, but the size and layout of the building remains the same. Cardinal Changes are not within the authority of this provision to order, and shall be processed by the Commission as "sole source" procurements according to applicable law, including the requirements of FTA Circular 4220.1 D, paragraph 9(f). or activities that are in addition to, or otherwise rmed pursuant to this Agreement shall only be eement between the parties. Notwithstanding the cutive Director may make a change to the Agreement, or purposes of this Agreement, a Cardinal Change is a scope" of the Agreement; in other words, work which (a) In addition to the changes authorized above, a modification which is signed by Consultant and the Commission's Executive Director, other than a Cardinal Change, may be made in order to: (1) make a negotiated equitable adjustment to the Agreement price, delivery schedule and other terms resulting from the issuance of a 25 173 Change Order, (2) reflect definitive letter contracts, and (3) reflect other agreements of the parties modifying the terms of this Agreement ("Bilateral Contract Modification"). (b) Consultant shall not perform, nor be compensated for any change, without written authorization from the Commission's Executive Director as set forth herein. In the event such a change authorization is not issued and signed by the Commission's Executive Director, Consultant shall not provide such change. 33. Prohibited Interests. 33.1 Solicitation. Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed to pay any company or per ,. , other than a bona fide employee working solely for Consultant, any fee, com r:' ion, percentage, brokerage fee, gift or other consideration contingent upon or res r p om the award or making of this Agreement. For breach or violation of this warr ', th= : >•mmission shall have the right to rescind this Agreement without liability. 33.2 Consultant Conflict of Interest. (a) Consultant shall e a financial, business, or other relationship with Commission that ma act upon the outcome of this Agreement, or any ensuing Coma' sion ucti.` project. Consultant shall also list current clients who may have ial i rest in the outcome of this Agreement, or any ensuing Commission co ucti. •roje which will follow. (b) Co acquire any financi Services under thi apparent or potentia execution of this Agree economic interest if requi eby certifies that it does not now have, nor shall it erest that would conflict with the performance of ultant agrees to advise Commission of any actual, interest that may develop subsequent to the date of onsultant further agrees to complete any statements of y either Commission or State law. (c) Any subcontract in excess of $25,000 entered into as a result of this Agreement, 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 Agreement. An affiliated firm is one, which is subject to the control of the same persons through joint -ownership, 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 Agreement shall be eligible to bid on any construction 26 174 contract, or on any contract to provide construction inspection for any construction project resulting from this Agreement. 33.3 Commission Conflict of Interest. For the term of this Agreement, no member, officer or employee of the Commission, during the term of his or her service with the Commission, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 33.4 Conflict of Employment. Employment by the Consultant of personnel currently on the payroll of the Commission shall not be permitted in the performance of this Agreement, even though such employment may occur outside of the employee's regular working hours or on weekends, holidays or vacation time. Further, the employment by the Consultant of personnel who have been on the Commission payroll within one year prior to the date of execution of this Agree ► •nt, where this employment is caused by and or dependent upon the Consultant sec • this or related Agreements with the Commission, is prohibited. 33.5 Covenant Against Contingent Fe As req 'd in connection with federal funding, the Consultant warrants that ► he not e . oyed or retained any company or person, other than a bona fide e working for the Consultant, to solicit or secure this Agreement, and that he/sh" 'as not paid or agreed to pay any company or person, other than a bona f •loye- y fee, commission, percentage, brokerage fee, gift, or any other consid. -tio � i gent upon or resulting from the award or formation of this Agre- • -nt. rear or violation of this warranty, the Commission shall have the rig ina this Agreement without liability pursuant to the terms herein, or at deduct from the Agreement price or consideration, or otherwise - full amount of such fee, commission, percentage, brokerage - • ift, ontingent fee. 33.6 Reb. Kickb. !: s r Other Unlawful Consideration. Consultant warrants that this Ag ent w not obtained or secured through rebates kickbacks or other unlawful conside gin, er promised or paid to any Commission employee. For breach or violation of this ranty, Commission shall have the right in its discretion; to terminate this Agreement 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. 33.7 Covenant Against Expenditure of Commission, State or Federal Funds for Lobbying. The Consultant certifies that to the best of his/ her knowledge and belief no state, federal or local agency appropriated funds have been paid, or will be paid by or on behalf of the Consultant to any person for the purpose of influencing or attempting to influence an officer or employee of any state or federal agency; a Member of the State Legislature or United States Congress; an officer or employee of the Legislature or Congress; or any employee of a Member of the Legislature or Congress, in connection with the award of any state or federal contract, grant, loan, or cooperative agreement, or 27 175 the extension, continuation, renewal, amendment, or modification of any state or federal contract, grant, loan, or cooperative agreement. (a) If any funds other than federal appropriated funds have been paid, or will be paid to any person for the purpose of influencing or attempting to influence an officer or employee of any federal agency; a Member of Congress; an officer or employee of Congress, or an employee of a Member of Congress; in connection with this Agreement, the Consultant shall complete and submit the attached Exhibit "E", Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with the attached instructions. (b) The Consultant's certification provided in this Section is a material representation of fact upon which reliance was placed when this Agreement was entered into, and is a prerequisite for entering into this Agreement pursuant to Section 1352, Title 31, US. Code. Failure to comply with the restrictions on expenditures, or the disclosure and certification requirements set forth in Section 1352, Title 31, US. Code may result in a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. (c) The Consultant also agre ning this Agreement that he/she shall require that the language set fort in this tion be included in all Consultant subcontracts which exceed $100,000, all s subcontractors shall certify and disclose accordingly. 33.8 Employment Adverse to the ommission. Consultant shall notify the Commission, and shall obtain the Commissi 's written consent, prior to accepting work to assist with or participate in a third -fry lawsuit or other legal or administrative proceeding against the Commission during the term of this Agreement. Any 34. Equal Opportunity Employment. Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. 35. Right to Employ Other Consultants. Commission reserves the right to employ other consultants in connection with the Project. 36. Governing Law. This Agreement shall be governed by and construed with the laws of the State of California. Venue shall be in Riverside County. 28 176 37. Disputes; Attorneys' Fees. 37.1 Prior to either party commencing any legal action under this Agreement, the Parties agree to try in good faith, to resolve any dispute amicably between them. If a dispute has not been resolved after forty-five (45) days of good -faith negotiations and as may be otherwise provided herein, then either Party may seek any other available remedy to resolve the dispute. 37.2. If either Party commences an action against the other Party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing Party in such litigation shall be entitled to have and recover from the losing Party reasonable attorneys' fees and, all other costs of such actions. 38. Time of Essence. Time is of the essence for eac nd every provision of this Agreement. 39. Headings. Article and Section Heading .arag captions or marginal headings contained in this Agreement are for co r f fence on d shall have no effect in the construction or interpretation of any prov : n he <. ;'n 39.1 Notices. All notices permitted or re e .ed under this Agreement shall be given to the respective parties at the fo addr or at such other address as the respective parties may provide in writing ••s-• CONSULTANT: C• 'MISSION: Ninyo & Moore Consultants 7888 Cherry Ave., Unit Fontana, CA 92336 Attn: Kurt Yoshii side County Transportation Commission 4080 Lemon Street, 3rd Floor Riverside, CA 92501 Attn: Executive Director Such notice shall be .. - ade when personally delivered or when mailed, forty- eight (48) hours after .. .sit in the U.S. mail, first class postage prepaid, and addressed to the Party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 40. Conflicting Provisions. In the event that provisions of any attached exhibits conflict in any way with the provisions set forth in this Agreement, the language, terms and conditions contained in this Agreement shall control the actions and obligations of the Parties and the interpretation of the Parties' understanding concerning the performance of the Services. 41. Amendment or Modification. No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 29 177 42. Entire Agreement. This Agreement contains the entire agreement of the Parties relating to the subject matter hereof and supersedes all prior negotiations, agreements or understandings. 43. Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 44. Provisions Applicable When Federal Department of Transportation Funds Are Involved. When funding for the Services provided by this Agreement are provided, in whole or in part, from the United States Department of Transportation, Consultant shall also fully and adequately comply with the provisions included in Exhibit "C" (Federal Department of Transportation Requirements and California Department of Transportation (Caltrans) DBE program requirements) atta -d hereto and incorporated herein by reference. 45. Survival. All rights and obligations hereunde, at b -ir nature are to continue after any expiration or termination of this Agree t, includi but not limited to, the indemnification and confidentiality obligation hall urvive a y such expiration or termination. 46. No Third Party Beneficiaries. T - no - ded third party beneficiaries of any right or obligation assumed by the P 47. Labor Certification. aware of the provisions of every employer to be ins undertake self-insuran comply with such pr 48. Counterparts. shall constitute an origi B atu <T . hereunder, Consultant certifies that it is he California Labor Code which require ility for Workers' Compensation or to nce with the provisions of that Code, and agrees to mmencing the performance of the Services. ment may be signed in counterparts, each of which 49. Subpoenas or Court Orders. Should Consultant receive a subpoena or court order related to this Agreement, the Services or the Project, Consultant shall immediately provide written notice of the subpoena or court order to the Commission. Consultant shall not respond to any such subpoena or court order until notice to the Commission is provided as required herein, and shall cooperate with the Commission in responding to the subpoena or court order. 50. Assignment or Transfer. Consultant shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein, without the prior written consent of the Commission. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 30 178 51. Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties, and shall not be assigned by Consultant without the prior written consent of Commission. 52. Incorporation of Recitals. The recitals set forth above are true and correct and are incorporated into this Agreement as though fully set forth herein. 53. No Waiver. Failure of Commission to insist on any one occasion upon strict compliance with any of the terms, covenants or conditions hereof shall not be deemed a waiver of such term, covenant or condition, nor shall any waiver or relinquishment of any rights or powers hereunder at any one time or more times be deemed a waiver or relinquishment of such other right or power at any other time or times. 54. Electronically Transmitted Signatures; Electronic Signatures. A manually signed copy of this Agreement which is transmitted by facsimile, email or other means of electronic transmission shall be deemed to have the same legal effect as delivery of an original executed copy of this Agreement for all purpose This Agreement may be signed using an electronic signature. [S tur !lowing page] 31 179 SIGNATURE PAGE TO PROFESSIONAL SERVICES AGREEMENT WITH FHWA FUNDING/ASSISTANCE IN WITNESS WHEREOF, this Agreement was executed on the date first written above. RIVERSIDE COUNTY TRANSPORTATION COMMISSION By: Anne Mayer Executive Director Approved as to Form: By: Best, Best & General Co NINYO AND MOORE GEOTECHNICAL AND ENVIR• ENTAL SCIENCES CONSULT B By: Title ATTEST: Its: ature * A corporation requires the signatures of two corporate officers. One signature shall be that of the chairman of board, the president or any vice president and the second signature (on the attest line) shall be that of the secretary, any assistant secretary, the chief financial officer or any assistant treasurer of such corporation. If the above persons are not the intended signators, evidence of signature authority shall be provided to RCTC. 32 180 EXHIBIT "A" - SCOPE OF SERVICES Services that will be requested include special inspections, laboratory and field testing of materials, as is listed on the Materials Test Request form (Exhibit "A") and preparing any requested / required reports to serve as quality assurance in capital projects. Services may also be requested to perform plant inspection, geo-technical studies and recommendations. Consultant shall provide qualified personnel to perform material testing and inspection services. Testing personnel shall maintain current Certificates of Proficiency for specific tests being performed on the project including but not limited to sampling aggregates, Portland cement concrete, and asphalt concrete, concr- - and asphalt batch plant inspection, fabricating and testing concrete cylinder s " `ples, sampling and testing import borrow material for project specific requiremen orming relative compaction testing using a nuclear gauge, sampling and te i g m ry grout, sampling and testing asphalt concrete for compliance with th-, ontractor's •roved quality control plan. Every effort shall be made to mainta onti 'ty of te ing personnel on the project for the duration of the project. Consultant shall operate and maintain ns fled laboratory(ies) for the tests required for the project. Testing perform ' n accordance with the procedures set forth in the Caltrans Stan• • Te-' `" -tho• Manuals and at the frequency recommended by the latest v- •n the altrans Construction Manual. Testing not covered by a Caltrans Stan • _ 'd Te eth. ° shall be performed per the specified test method required by the proje Consultant shall docu da ctivities on a daily work report acceptable to the Resident Engineer. e • re• shall consist of work monitored, tests performed and samples tak : - "location th- project, date, weather conditions, hours on the project. Consultant shall identify .I and potential problems associated with the project and recommend sound engineering solutions. Consultant shall record all deviations from the approved plans to assist the Resident Engineer and/or Design Engineer in the preparation of as -built plans. The following is a list of tests that may be performed by the consultant and which must be included in the Fee Schedule. Calif. Test No. 202 — Sieve Analysis of Fine and Course Aggregates Calif. Test No. 204 — Plasticity Index of Soils Calif. Test No. 206 — Specific Gravity and Absorption of Coarse Aggregate Calif. Test No. 207 — Specific Gravity and Absorption of Fine Aggregate 33 181 Calif. Test No. 216 — Relative Compaction of Untreated and Treated Soils and Aggregates Soils and Aggregates. (or ASTM D 1557) Calif. Test No. 217 — Sand Equivalent (or ASTM D2419) Calif. Test No. 227 — Cleanness of Coarse Aggregate Calif. Test No. 231 — Nuclear Gage Relative Compaction Test of Soils (or ASTM D2922) Calif. Test No. 301 — Resistance "R" Value of Treated and Untreated Bases, Sub -bases and Basement Soils by The Stabilometer (Unit price to include all preparatory tests) Calif. Test No. 308 — Specific Gravity and Weight per Cubic Foot of Compressed Bituminous Mixtures Calif. Test No. 309 — Theoretical Maximum Specific Gravity and Density of Hot Mix Asphalt Calif. Test No. 310 — Determination of Asphalt and Moisture Contents of Bituminous Mixtures by Hot Solvent Extraction or a method approved by the Resident Engineer Calif. Test No. 366 — Test for Stabilometer Val Calif. Test No. 375 — Compaction Testin Calif. Test No. 518 — Concrete Yield Calif. Test No. 521 — Compressive Streng o • + Concrete Cylinders Calif. Test No. 541 — Flow of Grout Mixture Calif. Test No. 556 — Slump Test , If approved by the Resident Engineer, an alternate test method as shown in parenthesis may be used in lie the listed California Test method. All tests shall conform to the newest version "Greenbook Standards for Construction or Caltrans Standards". Any discrepancies in testing method shall be brought to the attention of the Resident Engineer in writing. The Resident Engineer may require special testing that is not listed on the attached unit sheet. The Consultant will be paid a price agreed prior to commencement of any testing or work. The Consultant shall provide a 24hr emergency phone number as part of the proposal. The Resident Engineer may require a written recommendation from the Consultant when field conditions do not allow for a specific testing method to take place. 34 182 A. Sampling Sampling of material, delivery of the sampled material to the laboratory and preparation of the sample for testing will be done by the Consultant. The cost of this work shall be included in the unit price of the test being performed. B. Time Schedule The Consultant will receive a 24 hour notice when field testing is required. If any contractor delays are incurred due to the Consultant not performing the required tests within the specified time or the test results not being available within the specified response time, the Consultant will bear the full incurred delay costs. C. Reports For field density and relative compaction tests, the Consultant shall provide a copy of the test results to the Resident Engineer "at the time of te- ng". The consultant shall provide a formal report to the Commission [when applica► within five (5) working days of project completion. For all other tests, an informal report shall be test. A formal report, including all backup i working days of completion of the test. All reports shall be identified with the c by the Commission's Purchasing Depart name on all documents. on completion of the sent within five (5) nd task order number assigned the Project Number and contact Consultant shall provide res -s of rson for approval by the Commission. Consultant shall provid the Quality Control Manual for each laboratory used on the project. Consultant shall pr a an ated copy of the Caltrans Laboratory Accreditation Manual for each labora u on the project. Consultant shall provide a copy of certificates of proficiency for each employee working on the project as soon as they are available. Consultant shall provide copies of all Reference Sample Program test results as soon as they are available. Consultant shall provide certified payrolls for covered workers with each payment application submittal. 35 183 EXHIBIT "B" - COMPENSATION PROVISIONS B-1 184 EXHIBIT "B" COMPENSATION SUMMARY FIRM I PROJECT TASKS/ROLE COST Prime Consultant: Ninyo & Moore Geotechnical and Material Testing & Inspection $ 500,000.00 Sub Consultants: California Testing & Inspections, Inc. Testing and Inspection Services TBD S&T Engineering Inc. Quality Assurance and Quality Control TBD EDIFICA USA LLC Supplemental Geotechnical Investigation Services TBD Veteran Drilling Environmental & Geotechnical Drilling Services TBD ___"1_, /TOTAL COSTS $ 500,000.00 1 Commission authorization pertains to total contract award amou however, the maximum total compensation authorized may not be Weeded. Compensation adjustments between consultants may occur; 185 EXHIBIT "C" FEDERAL DEPARTMENT OF TRANSPORTATION FHWA AND CALTRANS REQUIREMENTS 1. NONDISCRIMINATION & STATEMENT OF COMPLIANCE. 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, unless exempt, complied with, the nondiscrimination program requirements of Government Code Section 12990 and Title 2, California Administrative Code, Section 8103. B. During the performance of this Agreement, Consultant and its subconsultants shall not deny the Agreement's benefits to any person on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status, nor shall they unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status. Consultant and its subconsultants shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. C. Consultant and its subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code §12990 et seq.), the applicable regulations promulgated thereunder (2 CCR §11000 et seq.), the provisions of Gov. Code §§11135- 11139.5, and any regulations or standards adopted by Commission to implement such article. The applicable regulations of the Fair Employment and Housing Commission implementing Gov. Code §12990 (a -f), set forth 2 CCR §§8100-8504, are incorporated into this Agreement by reference and made a part hereof as if set forth in full. D. Consultant shall permit access by representatives of the Department of Fair Employment and Housing and the Commission upon reasonable notice at any time during the normal business hours, but in no case less than twenty-four (24) hours' notice, to such of its books, records, accounts, and all other sources of information and its facilities as said Department or Commission shall require to ascertain compliance with this clause. E. 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. Exhibit C-1 186 F. If this Agreement is federally funded, 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. G. If this Agreement is federally funded, Consultant shall comply with regulations relative to non-discrimination in federally -assisted programs of the U.S. Department of Transportation (49 CFR Part 21 - Effectuation of Title VI of Civil Rights Act of 1964). Specifically, the Consultant shall not participate eith'_ %'directly or indirectly in the discrimination prohibited by 49 CFR §21.5, include ; e oyment practices and the selection and retention of subconsultants. H. Consultant and its subconsultants will ne exc any person from participation in, deny any person the benefits of, or oth discriminate against anyone in connection with the award and perform e of an ntract covered by 49 CFR 26 on the basis of race, color, sex, or nati, •in. administering the Commission components of the DBE Program plan, o► • and its subconsultants will not, directly, or through contractual ether angements, use criteria or methods of administration that have a ct defeating or substantially impairing accomplishment of the obje rogram plan with respect to individuals of a particular race, color, sex, o I. Consultant shal clude - n. •iscrimination and compliance provisions of this section in all subco work under this Agreement. 2. DEBARMENT AND `` _ : ' SION CERTIFICATION 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 COMMISSION. Exhibit C-2 187 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. 3. DISCRIMINATION; CONTRACT ASSURANCE The Commission shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any DOT -assisted contract or in the implementation of the Caltrans DBE program or the requirements of 49 CF' art 26. The Commission shall take all necessary and reasonable steps and -;:_ % 9 CFR Part 26 to ensure nondiscrimination in the award and administration of 'w isted contracts. Consultant or subcontractor shall not discrimin origin, of sex in the performance of this Agre carry out applicable requirements of 49 CFR P the award and administration of DOT- isted Failure by the Consultant or subcontrac breach of this Agreement, which may res other remedy, as the Commissio on the basi race, color, national nsultant or subcontractor shall and the Caltrans DBE program in acts, as further set forth below. ese requirements is a material ination of this Agreement or such Failure by the Consultant t equirements is a material breach of this contract, which may result in - rmi - of this contract or such other remedy as the recipient deems a -te, '.ch may include, but is not limited to: (1) Withholding mo (2) Assessing sanctio (3) Liquidated damages, (4) Disqualifying Consulta 4. PROMPT PAYMENT rom future proposing as non -responsible Consultant or subconsultant shall pay to any subconsultant, not later than fifteen (15) days after receipt of each progress payment, unless otherwise agreed to in writing, the respective amounts allowed Consultant on account of the work performed by the subconsultants, to the extent of each subconsultant's interest therein. In the event that there is a good faith dispute over all or any portion of the amount due on a progress payment from Consultant or subconsultant to a subconsultant, Consultant or subconsultant may withhold no more than 150 percent of the disputed amount. Any violation of this requirement shall constitute a cause for disciplinary action and shall subject the Consultant or subconsultant to a penalty, payable to the applicable Exhibit C-3 188 subconsultant, of 2 percent of the amount due per month for every month that payment is not made. In any action for the collection of funds wrongfully withheld, the prevailing party shall be entitled to his or her attorney's fees and costs. The sanctions authorized under this requirement shall be separate from, and in addition to, all other remedies, either civil, administrative, or criminal. This clause applies to both DBE and non -DBE subconsultants. 5. RELEASE OF RETAINAGE No retainage will be held by the Commission from progress payments due to Consultant. Consultant and subconsultants are prohibite H .m holding retainage from subconsultants. Any delay or postponement of payme ;' ay take place only for good cause and with the Commission's prior written Any violation of these provisions shall subject Consultant or the viola + subci ultant to the penalties, sanctions, and other remedies specified in Se _. 3321 of t California Civil Code. This requirement shall not be construed to lim +r im. �' any con ractual, administrative or judicial remedies, otherwise available to Con or subconsultant in the event of a dispute involving late payment or nonp, ment b onsultant, deficient subconsultant performance and/or noncompliance by �^ �.•ns 7:���, t. This clause applies to both DBE and non -DBE subconsultants. 6. LEGAL REMEDIES In addition to those contract law, either Party to violations of this A and 26, to the r violations, and to th "whistleblower" actions, provisions of law. es orth under relevant provisions of California t may, where applicable, seek legal redress for to the relevant provisions of 49 C.F.R. Parts 23 or state statutory provisions governing civil rights deral and state provisions governing false claims or II as any and all other applicable federal and state The Consultant shall include a provision to this effect in each of its agreements with its subcontractors. 7. DBE PARTICIPATION Caltrans has developed a statewide DBE program pursuant to 49 C.F.R. Part 26. The requirements and procedures, as applicable, of the Caltrans DBE program are hereby incorporated by reference into this Agreement. Even if no DBE participation will be reported, Consultant shall complete Exhibits "E" of this Agreement in compliance with the Caltrans DBE program, and a final utilization report in the form provided by the Commission. Exhibit C-4 189 A. This Agreement is subject to Title 49, Part 26 of the Code of Federal Regulations entitled "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs." Consultants who enter into a federally - funded agreement will assist the Commission in a good faith effort to achieve California's statewide overall DBE goal. B. This Agreement has a DBE goal. Participation by DBE Consultant or subconsultants shall be in accordance with the information contained in the Consultant Contract DBE Commitment form attached hereto and incorporated into this Agreement by reference. If a DBE subconsultant is unable to perform, the Consultant must make a good faith effort to replace him/her with another DBE subconsultant, if the goal is not otherwise met. A DBE is a firm meeting the definition of a DBE as specified in 49 CFR. C. All DBE participation will count toward the altrans federally mandated statewide overall DBE goal. Credit for materials or s onsultant purchases from DBEs counts towards the goal in the following man • 100 percent counts if the materials manufacturer. • 60 percent counts if the materials dealer. • Only fees, commissions, and ch delivery of materials or suppli .: -:. unt manufacturer nor regular de dealer." D. DBE and other encouraged to parti with federal funds. on the basis of race, The Consultant shall ca and administration of US s are obtained from a DBE re purchased from a DBE regular !stance in the procurement and tained from a DBE that is neither a .55 defines "manufacturer" and "regular sses (SB), as defined in Title 49 CFR, Part 26 are mance of agreements financed in whole or in part t, subrecipient or subconsultant shall not discriminate al origin, or sex in the performance of this Agreement. pplicable requirements of 49 CFR, Part 26 in the award - assisted agreements. Failure by the contractor to carry out these requirements is a material breach of this Agreement, which may result in the termination of this Agreement or such other remedy as the Commission, Caltrans or the Department of Transportation deems appropriate. E. Any subcontract entered into as a result of this Agreement shall contain all of the provisions of this section. F. A DBE may be terminated only as further set forth in Section 13 below. Exhibit C-5 190 8. DBE PARTICIPATION GENERAL INFORMATION It is Consultant's responsibility to be fully informed regarding the requirements of 49 CFR, Part 26, and the Caltrans DBE program. Particular attention is directed to the following: A. A DBE must be a small business firm defined pursuant to 13 CFR 121 and be certified through the California Unified Certification Program (CUCP). B. A certified DBE may participate as a prime contractor, subcontractor, joint venture partner, as a vendor of material or supplies, or as a trucking company. C. 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. D. A DBE must perform a commercially useful function, pursuant to 49 CFR 26.55 that is, 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, as more fully described in section 9 below. E. The Consultant shall lis > on one subcontractor for each portion of work as defined in the Consultant's bid/proposal and all DBE subcontractors should be listed in the Consultant's bid/cost prop , List of subcontractors. F. A Consultant who is ertified DBE is eligible to claim all of the work in the Agreement toward the DBE pa ipation except that portion of the work to be performed by non -DBE subcontractors. G. Consultant shall notify the Commission's contract administrator or designated representative of any changes to its anticipated DBE participation prior to starting the affected work. 9 . COMMERCIALLY USEFUL FUNCTION A. A DBE performs a commercially useful function when it is responsible for execution of the work of the Agreement and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible with respect to materials and supplies used on the Agreement, 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 commercially useful function, evaluate the amount of work subcontracted, industry practices; whether the amount the firm is to be Exhibit C-6 191 paid under the Agreement is commensurate with the work it is actually performing, and other relevant factors. B. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, Agreement, 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. C. If a DBE does not perform or exercise responsibility for at least thirty percent of the total cost of its Agreement with its own work force, or the DBE subcontracts a greater portion of the work of the Agreement 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 commercially useful function. 10. DBE CERTIFICATION AND DE -CERTIFICATION S If a DBE subcontractor is decertified before completing its work, the decertified subcontractor shall notify the Contractor in writing with the date of de -certification. If a subcontractor becomes a certified DBE during the life of the Agreement, the subcontractor shall notify the Contractor in writing with the date of certification. Any changes should be reported to the Commission's Contract Administrator within 30 days. 11. DBE RECORDS A. The Contractor from all subcontrac and business ad company and the tot records shall show the prime Contractors shall als with the corresponding dollar value of the work. in records of materials purchased and/or supplied o with certified DBEs. The records shall show the name DBE subconsultant, DBE vendor, and DBE trucking punt actually paid each business regardless of tier. The ayment and the total dollar figure paid to all firms. DBE show the date of work performed by their own forces along In addition to all other requirements, Consultant shall complete and submit, on a monthly basis, the Monthly DBE Payment form (Caltrans Exhibit 9-F of Chapter 9 of the LAPM). B. Upon completion of the Agreement, a summary of these records shall be prepared and submitted on the most current version of the form entitled, "Final Report - Utilization of Disadvantaged Business Enterprises (DBE)," CEM- 2402F (Exhibit 17-F in Chapter 17 of the LAPM), certified correct by the Contractor or the Contractor's authorized representative and shall be furnished to the Commission's Contract Administrator with the final invoice. Failure to provide the summary of DBE payments with the final invoice will result in the Commission withholding $10,000 until the form is Exhibit C-7 192 submitted. This amount will be returned to the Contractor when a satisfactory "Final Report Utilization of Disadvantaged Business Enterprises (DBE)" is submitted to the Commission's Contract Administrator. a. Prior to the fifteenth of each month, the Contractor shall submit documentation to the Commission's Contract Administrator showing the amount paid to DBE trucking companies. The Contractor shall also obtain and submit documentation to the Commission's Contract Administrator showing the amount paid by DBE trucking companies to all firms, including owner -operators, for the leasing of trucks. If the DBE leases trucks from a non -DBE, the Contractor may count only the fee or commission the DBE receives as a result of the lease arrangement. b. The Contractor shall also submit to the Commission's Contract Administrator documentation showing the truck number, name of owner, California Highway Patrol CA number, and if applicable, the DBE certification number of the truck owner for all trucks used during that month. This documentation shall be submitted on the Caltrans "Monthly DBE Trucking Verification," CEM-240 ) form provided to the Contractor by the Commission's Contract Administrator. 12. REPORTING MATERIAL OR SUPPLIES PURCHASED FROM DBEs When Reporting DBE Participation, Material or Supplies purchased from DBEs may count as follows: A. If the materials or supplies are obtained from a DBE manufacturer, 100 % of the cost of the materials or supplies will count toward the DBE participation. 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 Agreement and of the general character described by the specifications. B. If the materials or supplies purchased from a DBE regular dealer, count 60 % of the cost of the materials or supplies toward DBE goals. 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 Agreement, are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. To be a DBE regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. A person may be a DBE regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone or asphalt without owning, operating or maintaining a place of business provided in this section. C. If the person both owns and operates distribution equipment for the products, any supplementing of regular dealers' own distribution equipment, shall be by a long-term lease agreement and not an ad hoc or Agreement -by -Agreement basis. Packagers, Exhibit C-8 193 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. 13. TERMINATION AND SUBSTITUTION OF DBE SUBCONSULTANTS Consultant shall utilize the specific DBEs listed to perfo materials for which each is listed unless Consultant or Commission's written consent. Consultant shall not t for convenience and perform the work with their other sources without authorization from the consent is provided, the Consultant shall not material unless it is performed or supplied by th Contract DBE Commitment form. n forc mission. the work and supply the subconsultant obtains the or substitute a listed DBE r obtain materials from s the Commission's d to any payment for work or DBE on the attached Consultant The Commission authorizes a request orces or sources of materials if Consultant shows any of the foll• ' 'usti ons: 1. Listed DBE fails specifications for 2. The Com subcon require 3. Work req license and to a written contract based on plans and jec ated that a bond is a condition of executing the d DBE fails to meet the Commission's bond ultant's license and listed DBE does not have a valid actors License Law. 4. Listed DBE fai .r refuses to perform the work or furnish the listed materials (failing or refusing to perform is not an allowable reason to remove a DBE if the failure or refusal is a result of bad faith or discrimination). 5. Listed DBE's work is unsatisfactory and not in compliance with the contract. 6. Listed DBE is ineligible to work on the project because of suspension or debarment. 7. Listed DBE becomes bankrupt or insolvent. 8. Listed DBE voluntarily withdraws with written notice from the Agreement. 9. Listed DBE is ineligible to receive credit for the type of work required. 10. Listed DBE owner dies or becomes disabled resulting in the inability to perform the work on the Contract. 11. The Commission determines other documented good cause. Exhibit C-9 194 Consultant shall notify the original DBE of the intent to use other forces or material sources and provide the reasons and provide the DBE with 5 days to respond to the notice and advise Consultant and the Commission of the reasons why the use of other forces or sources of materials should not occur. Consultant's request to use other forces or material sources must include: 1. One or more of the reasons listed in the preceding paragraph. 2. Notices from Consultant to the DBE regarding the request. 3. Notices from the DBEs to Consultant regarding the request. If a listed DBE is terminated or substituted, Consultant must make good faith efforts to find another DBE to substitute for the original DBE. The substitute DBE must perform at least the same amount of work as the original DBE under the contract to the extent needed to meet or exceed the DBE goal. 14. DEBARMENT, SUSPENSION AND OTHER INELIGIBILITY AND VOLUNTARY EXCLUSION In accordance with 49 CFR Part 29, which by this reference is incorporated herein, Consultant's subconsultants completed and submitted the Certificate of subconsultant Regarding Debarment, Suspension and Other Ineligibility and Voluntary Exclusion as part of the Consultant's proposal. If it is later determined that Consultant's subconsultants knowingly rendered an erroneous Certificate, the Commission may, among other remedies, terminate this Agreement. 15. ENVIRONMENTAL COMPLIANCE A. Compliance with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). (Contracts, subcontracts, and subgrants of amounts in excess of $100,000). B. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat. 871). 16. NATIONAL LABOR RELATIONS BOARD CERTIFICATION In accordance with Public Contract Code Section 10296, and by signing this Agreement, Consultant certifies 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 two-year period, because of Consultant's Exhibit C-10 195 failure to comply with an order of a federal court that orders Consultant to comply with an order of the National Labor Relations Board. 17. FUNDING REQUIREMENTS It is mutually understood between the Parties that this Agreement may have been written before ascertaining the availability of funds or appropriation of funds, for the mutual benefit of both Parties, in order to avoid program and fiscal delays that would occur if the Agreement were executed after that determination was made. This Agreement is valid and enforceable only if sufficient funds are made available to Commission for the purpose of this Agreement. In addition, this Agreement is subject to any additional restrictions, limitations, conditions, or any statute enacted by the Congress, State Legislature, or Commission governing board that may affect the provisions, terms, or funding of this Agreement in any manner. It is mutually agreed that if sufficient funds are not appropriated, this Agreement may be amended to reflect any reduction in funds. Exhibit C-11 196 EXHIBIT "D" - CONSULTANT DBE COMMITMENT Exhibit D-1 197 Local Assistance Procedures Manual Exhibit 10-01 Consultant Proposal DBE Commitment 1. Local Agency: 3. Project Description: 4. Project Location: EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT Riverside County Transportation Commission 2 Contract DBE Goal: 15% On -Call Geotechnical Investigation — Laboratory and Field Testing of Materials Riverside County 5. Consultant's Name: Ninyo & Moore Geotechnical and Environmental Sciences Consultants 6. Prime Certified DBE: 0 7. Description of Work, Service, or Materials Supplied 8. DBE Certification Number 9. DBE Contact Information 10. DBE % Geotechnical, materials testing and inspection CU PC #37594 California Testing & Inspections, Inc. (CT&I) Ms. Fabiola Jaque-Diaz p. 213.748.4900 I jaque@caltestinspection.com 9% Geotechnical Investigation CUPC #48970 EDIFICA USA (Edifice) Mr. Luis F. Ve p. 909.34 0 I vesgaluis@edificausa.com 4% Quality Control/ Quality Assurance CUPC #34609 S & T g, Inc. (S&T) ms. m esident/CEO p. .390.44 ariamali@s-t-engineering.com 2% l e11111111111.P Local Agency to Complete th 11. TOTAL CLAIMED DBE PARTICIPATION IMPORTANT: Identify all DBE firms being claimed for regardless of tier. Written confirmation of each listed required. 4//14/2022 15 credit, DBE is % 17. Local Agency Contract Number: 18. Federal -Aid Project Number: 19. Proposed Contract Execution 20. Consultant's Ranking after Evalua Local Agency certifies that all DBE certificate. - valid and information on this form is complete and accurate. 21. Local Agency Representative's Signature 22. Date 12. Prep s Signature 13. Date Kurt S. Yoshii, PE, GE 909.758.5960 23. Local Agency Representative's Name 24. Phone 14. Preparer's Name 15. Phone Principal Engineer 25. Local Agency Representative's Title 16. Preparer's Title DISTRIBUTION: Original — Included with consultant's proposal to local agency. ADA Notice: For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 654- 3880 or write Records and Forms Management, 1120 N Street, MS -89, Sacramento, CA 95814. LPP 18-01 198 Page 1 of 2 January 2019 EXHIBIT "E" - DISCLOSURE OF LOBBYING ACTIVITIES Exhibit E-1 199 Local Assistance Procedures Manual NOT APPLICABLE EXHIBIT 10-Q Disclosure of Lobbying Activities EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: a. contract b. grant c. cooperative agreement d. loan e. loan guarantee f. loan insurance 2. Status of Federal Action: ❑ a bid/offer/application b. initial award c. post -award 4. Name and Address of Reporting Entity nPrime nSubawardee Tier , if known Congressional District, if known 6. Federal Department/Agency: 8. Federal Action Number, if known: 3. Report Type: ❑ a. initial b. material change For Material Change Only: year quarter date of last report 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Congression 'strict, if known 7. Federal am Name/Description: 1CF 1Numbi applicable 9. and Amount, 1 wn: 10. Name and Address of Lobby Entity 11. Ind* (If individual, last name, first name, MI) (inc (las (attach Continua 12. Amount of Payment (check all that $ n actual 13. Form of Payment (check all 8 a. cash b. in -kind; s als Performing Services ding address if different from No. 10) me, first name, MI) pe of Payment (check all that apply) a. retainer b. one-time fee c. commission d. contingent fee e deferred f. other, specify 15. Brief Descriptio ervices Perf med or to be performed and Date(s) of Service, including officer(s), employee r membe s) contacted, for Payment Indicated in Item 12: (attach Continuation Sheet(s) if necessary) 16. Continuation Sheet(s) attached: Yes pi 17. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than 909.758.5960 $100,000 for each such failure. Telephone No.: No Signature: Print Name: Kurt S. Yoshii, PE, GE Title: Principal Engineer Federal Use Only: Date: 4//14/2022 Authorized for Local Reproduction Standard Form - LLL Standard Form LLL Rev. 04-28-06 Distribution: Orig- Local Agency Project Files LPP 13-01 EXHIBEQ- 1 Page 1 May 8, 2013 ATTACHMENT 3 Agreement No. 22-31-086-00 PROFESSIONAL SERVICES AGREEMENT WITH FHWA FUNDING/ASSISTANCE RIVERSIDE COUNTY TRANSPORTATION COMMISSION AGREEMENT WITH KLEINFELDER, INC. FOR ON -CALL GEOTECHNICAL INVESTIGATION SERVICES — LABORATORY AND FIELD TESTING OF MATERIALS Parties and Date. This Agreement is made and entered into thi day o , 2022, by and between the RIVERSIDE COUNTY TRA PORTATION COMMISSION ("the Commission") and KLEINFELDER, INC. ("Consultant"), a CALIFORNIA C CORPORATION The Commission and Consultant are sometimes referred to herein individually as "Party", and collectively a °` arties' Recitals. A. On November 8, 198 h el s of Riverside County approved Measure A authorizing the collection of a one-half percent (1/2 %) retail transactions and use tax (the "tax") to fund transportation programs and improvements within the County of Riverside, and adopting the Riverside County Transportation Improvement Plan (the "Plan"). B. Pursuant to Public Utility Code Sections 240000 et seq., the Commission is authorized to allocate the proceeds of the Tax in furtherance of the Plan. C. On November 5, 2002, the voters of Riverside County approved an extension of the Measure A tax for an additional thirty (30) years for the continued funding of transportation and improvements within the County of Riverside. D. A source of funding for payment for professional services provided under this Agreement is federal funds administered by the California Department of Transportation ("Caltrans") from the United States Department of Transportation pursuant to the following project/program: [ INSERT FUNDING SOURCE_]. E. Consultant desires to perform and assume responsibility for the provision of certain professional services required by the Commission on the terms and conditions 1 201 set forth in this Agreement. Consultant represents that it is experienced in providing Geotechnical Investigation services to public clients, is licensed in the State of California (if necessary), and is familiar with the plans of the Commission. F. The Commission desires to engage Consultant to render such services for the On -Call Geotechnical Investigation ("Project"), as set forth in this Agreement. Terms. 1. General Scope of Services. Consultant shall furnish all technical and professional services, including labor, material, equipment, transportation, supervision and expertise, and incidental and customary work necessary to fully and adequately supply the professional Geotechnical Investigation services necessary for the Project ("Services"). The Services are more particularly descri.'d in Exhibit "A" attached hereto and incorporated herein by reference. All Se _:'i; -s shall be subject to, and performed in accordance with, this Agreement, t ibits attached hereto and incorporated herein by reference, and all applicabl_ wcal, and federal laws, rules and regulations. 2. Commencement of Services. The Cons all commence work upon receipt of a written "Notice to Proceed" or "Limited Notice roceed" from Commission. 3. Pre -Award Audit. As extent Caltrans procedures Proceed" may be contingent questions raised during the will consider approval of Agreement is continge thereby entitling the completed. The and State process acting in behalf of a fe for which Federal reimbur a result of appl co u u ding for this Project, and to the on erewith, issuance of a "Notice to and approval of a pre -award audit. Any hall be resolved before the Commission The federal aid provided under this all Federal requirements and could be withdrawn, rminate this Agreement, if the procedures are not s all be maintained in a manner to facilitate Federal addition, the applicable federal agency, or Caltrans ncy, may require that prior to performance of any work ent is requested and provided, that said federal agency or Caltrans must give to Commission an "Authorization to Proceed". 4. Caltrans Audit Procedures. 4.1 Consultant and certain subconsultant contracts, including cost proposals and ICR, are subject to audits or reviews such as, but not limited to, a contract audit, an incurred cost audit, an Independent Cost Review (ICR) Audit, or a CPA ICR audit work paper review. If selected for audit or review, this Agreement, Consultant's cost proposal and ICR and related work papers, if applicable, will be reviewed to verify compliance with 48 CFR, Part 31 and other related laws and regulations. In the instances of a CPA ICR audit work paper review it is Consultant's responsibility to ensure federal, state, or local government officials are allowed full access to the CPA's work papers including making copies as necessary. This Agreement, Consultant's cost proposal, and ICR 2 202 shall be adjusted by Consultant and approved by the Commission's contract manager to conform to the audit or review recommendations. Consultant agrees that individual terms of costs identified in the audit report shall be incorporated into this Agreement by this reference if directed by Commission at its sole discretion. Refusal by Consultant to incorporate audit or review recommendations, or to ensure that the federal, state or local governments have access to CPA work papers, will be considered a breach of the Agreement terms and cause for termination of this Agreement and disallowance of prior reimbursed costs. Additional audit provisions applicable to this Agreement are set forth in Sections 24 and 25 of this Agreement. 4.2 During Caltrans' review of the ICR audit work papers created by the Consultant's independent CPA (which may include review by the Independent Office of Audits and Investigations), Caltrans will work with the CPA and/or Consultant toward a resolution of issues that arise during the review. Each •, . ty agrees to use its best efforts to resolve any audit disputes in a timely manner altrans identifies significant issues during the review and is unable to issue a cog pproval letter, Commission will reimburse the Consultant at an accepted IC;, ntil - R (Federal Acquisition Regulation) compliant ICR {e.g. 48 CFR Part 31 GAS (Ge -Ily Accepted Auditing Standards); CAS (Cost Accounting Standa if ,; • plicabl in accordance with procedures and guidelines of the America T iation of State Highways and Transportation Officials (AASHTO) Audit Guide; ;• other applicable procedures and guidelines} is received and approved by Accepted rates will be as follows: a. If the propose accepted rate reimbursed wi b. If the p hundred percent proposed rate. one hundred fifty percent (150%) — the nt (90%) of the proposed rate. etween one hundred fifty percent (150%) and two ted rate will be eighty-five percent (85%) of the c. If the propo rate is greater than two hundred percent (200%) - the accepted rate will be seventy-five percent (75%) of the proposed rate. 4.3 If Caltrans is unable to issue a cognizant letter per Section 4.2 above, Caltrans may require Consultant to submit a revised independent CPA -audited ICR and audit report within three (3) months of the effective date of the Caltrans' management letter. Caltrans will then have up to six (6) months to review the Consultant's and/or the independent CPA's revisions. 4.4 If the Consultant fails to comply with the provisions of this Section 4, or if Caltrans is still unable to issue a cognizant approval letter after the revised independent CPA audited ICR is submitted, overhead cost reimbursement will be limited to the accepted ICR that was established upon initial rejection of the ICR and set forth in 3 203 Section 4.2 above for all rendered services. In this event, this accepted ICR will become the actual and final ICR for reimbursement purposes under this Agreement. 4.5 Consultant may submit to Commission final invoice only when all of the following items have occurred: (1) Caltrans accepts or adjusts the original or revised independent CPA audited ICR; (2) all work under this Agreement has been completed to the satisfaction of Commission; and, (3) Caltrans has issued its final ICR review letter. The Consultant must submit its final invoice to Commission no later than sixty (60) calendar days after occurrence of the last of these items. The accepted ICR will apply to this Agreement, and all other agreements executed between the Commission and the Consultant, either as a prime or subconsultant, with the same fiscal period ICR. 5. Term. 5.1 This Agreement shall go into effect on contingent upon approval by Commission, and Cons notification to proceed by Commission's Contract end on June 30, 2025, unless extended by contr 5.2 Consultant is advised that any r not binding on Commission until this Agreement Commission. 5.3 This Agreement sh earlier terminated as provided term of this Agreement, and All applicable indemnificati following the terminatio date first set forth above, hall commence work after r. This Agreement shall ndation for Agreement award is Ily executed and approved by the main ' V ect til the date set forth above, unless Con • tant shall complete the Services within the er established schedules and deadlines. this Agreement shall remain in effect 6. Commissio - Contract •mi, istrator. The Commission hereby designates the Commission's Exec r, or his or her designee, to act as its Contract Administrator for the -rf•. 'ance of this Agreement ("Commission's Contract Administrator"). Commis Y' s Contract Administrator shall have the authority to act on behalf of the Commission for all purposes under this Agreement. Commission's Contract Administrator shall also review and give approval, as needed, to the details of Consultant's work as it progresses. Consultant shall not accept direction or orders from any person other than the Commission's Contract Administrator or his or her designee. 7. Consultant's Representative. Consultant hereby designates Dany Hanna to act as its Representative for the performance of this Agreement ("Consultant's Representative"). Consultant's Representative shall have full authority to act on behalf of Consultant for all purposes under this Agreement. The Consultant's Representative shall supervise and direct the Services, using his or her professional skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. Consultant shall work closely and cooperate fully with Commission's 4 204 Contract Administrator and any other agencies which may have jurisdiction over, or an interest in, the Services. Consultant's Representative shall be available to the Commission staff at all reasonable times. Any substitution in Consultant's Representative shall be approved in writing by Commission's Contract Administrator. 8. Substitution of Key Personnel. Consultant has represented to the Commission that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Consultant may substitute other personnel of at least equal competence upon written approval by the Commission. In the event that the Commission and Consultant cannot agree as to the substitution of the key personnel, the Commission shall be entitled to terminate this Agreement for cause, pursuant to the provisions herein. The key personnel for performance of this Agreement are as follows: Mark Peabody, Dany Hanna, Mike Dorsch, Roger Khoudessian, Eric Noel, and Jeff Waller 9. Standard of Care; Licenses; Evaluation. 9.1 Consultant represents and maintai calling necessary to perform all Services, Agreement to fully and adequately complete t Services and duties in conformance to and co recognized as being employed by prof California. Consultant warrants that sufficient skill and experience to further represents and war subcontractors have all lic nature that are legally requ approvals shall be mai perform, at its own c any services nec Consultant's failure fully responsible to the the indemnification provi and omissions. Any employee of Consultant or its sub -consultants who is determined by the Commission to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the Commission, shall be promptly removed from the Project by the Consultant and shall not be re- employed to perform any of the Services or to work on the Project. hat it is d in the professional obliga ons required by this ct. Consultant shall perform the tent with the standards generally same discipline in the State of s and subcontractors shall have ery es assigned to them. Consultant Commission that its employees and alifications and approvals of whatever he Services, and that such licenses and ghout the term of this Agreement. Consultant shall and without reimbursement from the Commission, ec " errors or omissions which are caused by the the standard of care provided for herein, and shall be sion for all damages and other liabilities provided for in of this Agreement arising from the Consultant's errors 9.2 Consultant's performance will be evaluated by Commission. 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 Agreement record. 10. Independent Contractor. The Services shall be performed by Consultant or under its supervision. Consultant will determine the means, methods and details of 5 205 performing the Services subject to the requirements of this Agreement. Commission retains Consultant on an independent contractor basis and not as an employee, agent or representative of the Commission. Consultant retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Consultant shall pay all wages, salaries and other amounts due such personnel in connection with their performance of Services and as required by law. Consultant shall be responsible for all reports and obligations respecting such personnel, including but not limited to, social security taxes, income tax withholdings, unemployment insurance, disability insurance, and workers' compensation insurance. 11. Schedule of Services. Consultant shall perform the Services expeditiously, within the term of this Agreement, and in accordance with _ .:- Schedule of Services set forth in each Task Order. Consultant represents th has the professional and technical personnel to perform the Services in confo : r,_ e with such conditions. In order to facilitate Consultant's conformance with t►e' che e, the Commission shall respond to Consultant's submittals in a timely m-. i, er. Upon • uest of Commission's Contract Administrator, Consultant shall prove etailed chedule of anticipated performance to meet the Schedule of Services. 11.1 Modification of the Sche Commission, through correspondence required Services within the sch led informed of all anticipated d schedule modification is Schedule of Services for app 11.2 Trend Commission's Co Commission, on a bi standard day and time discussions concerning s e, schedule, and current progress of Services, relevant cost issues, and future Project objectives. Consultant shall be responsible for the preparation and distribution of meeting agendas to be received by the Commission and other attendees no later than three (3) working days prior to the meeting. nt shall regularly report to the reports, its progress in providing en() s. Commission shall be promptly event that Consultant determines that a Itant shall promptly submit a revised sion's Contract Administrator. sultant shall conduct trend meetings with the ato ' and other interested parties, as requested by the s or as may be mutually scheduled by the Parties at a trend meetings will encompass focused and informal 11.3 Progress Reports. As part of its monthly invoice, Consultant shall submit a progress report, in a form determined by the Commission, which will indicate the progress achieved during the previous month in relation to the Schedule of Services. Submission of such progress report by Consultant shall be a condition precedent to receipt of payment from the Commission for each monthly invoice submitted. 6 206 12. Delay in Performance. 12.1 Excusable Delays. Should Consultant be delayed or prevented from the timely performance of any act or Services required by the terms of the Agreement by reason of acts of God or of the public enemy, acts or omissions of the Commission or other governmental agencies in either their sovereign or contractual capacities, fires, floods, epidemics, pandemics, quarantine restrictions, strikes, freight embargoes or unusually severe weather, performance of such act shall be excused for the period of such delay. 12.2 Written Notice. If Consultant believes it is entitled to an extension of time due to conditions set forth in subsection 12.1, Consultant shall provide written notice to the Commission within seven (7) working days from the time Consultant knows, or reasonably should have known, that performance of the Se::„.ces will be delayed due to such conditions. Failure of Consultant to provide such ,do , ely notice shall constitute a waiver by Consultant of any right to an excusable dela e of performance. 12.3 Mutual Agreement. Performance may be delayed upon mutual agreement Consultant's Schedule of Services shall be ex Consultant shall take all reasonable teps additional costs, resulting from any suc ny Servic: under this Agreement P ies. • on such agreement, s necessary by the Commission. imize delay in completion, and 13. Preliminar Review of W. AI '' .rts, orking papers, and similar work products prepared for submi Agreement shall be submitt and the Commission may re approval. In the even final detailed plans clearance as may Commission's Cont formally submitted wo established under this A ourse of providing Services under this on's Contract Administrator in draft form, such drafts prior to formal submission and designs are to be developed as part of the Project, all be contingent upon obtaining environmental nnection with Federal funding. In the event that rator, in his or her sole discretion, determines the to be not in accordance with the standard of care ment, Commission's Contract Administrator may require Consultant to revise and resubmit the work at no cost to the Commission. 14. Appearance at Hearings. If and when required by the Commission, Consultant shall render assistance at public hearings or other meetings related to the Project or necessary to the performance of the Services. However, Consultant shall not be required to, and will not, render any decision, interpretation or recommendation regarding questions of a legal nature or which may be construed as constituting a legal opinion. 15. Opportunity to Cure; Inspection of Work. Commission may provide Consultant an opportunity to cure, at Consultant's expense, all errors and omissions which may be disclosed during Project implementation. Should Consultant fail to make such correction in a timely manner, such correction may be made by the Commission, and 7 207 the cost thereof charged to Consultant. Consultant shall allow the Commission's Contract Administrator, Caltrans and FHWA to inspect or review Consultant's work in progress at any reasonable time. 16. Claims Filed by Contractor. 16.1 If claims are filed by the Commission's contractor for the Project ("Contractor") relating to work performed by Consultant's personnel, and additional information or assistance from the Consultant's personnel is required by the Commission in order to evaluate or defend against such claims; Consultant agrees to make reasonable efforts to make its personnel available for consultation with the Commission's construction contract administration and legal staff and for testimony, if necessary, at depositions and at trial or arbitration proceedings. 16.2 Consultant's personnel that the Commissi. ,-'onsiders essential to assist in defending against Contractor claims will be made a on reasonable notice from the Commission. Consultation or testimony will . - 'reim ed at the same rates, including travel costs that are being paid for the ' nsultant's ;sonnet services under this Agreement. 16.3 Services of the Consultant's connection with Contractor claims will amendment, if necessary, extending the finally resolve the claims. 16.4 Nothing contai Consultant's indemnification conflict between this S not intended to obli personnel related t defend the Commiss nel and other support staff in pursuant to a written contract to of this Agreement in order to shall be construed to in any way limit ained in Section 29. In the case of any ection 29, Section 29 shall govern. This Section is ion to reimburse Consultant for time spent by its for which Consultant is required to indemnify and to Section 29 of this Agreement. 17. Final Acceptance. on determination by the Commission that Consultant has satisfactorily completed the Services required under this Agreement and within the term herein, the Commission shall give Consultant a written Notice of Final Acceptance. Upon receipt of such notice, Consultant shall incur no further costs hereunder, unless otherwise specified in the Notice of Final Acceptance. Consultant may request issuance of a Notice of Final Acceptance when, in its opinion, it has satisfactorily completed all Services required under the terms of this Agreement. In the event copyrights are permitted under this Agreement, then in connection with Federal funding, it is hereby acknowledged and agreed that the United States Department of Transportation shall have the royalty -free non-exclusive and irrevocable right to reproduce, publish, or otherwise use, and to authorize others to use, the work for governmental purposes. 8 208 18. Laws and Regulations. Consultant shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. For example, and not by way of limitation, Consultant shall keep itself fully informed of and in compliance with all implementing regulations, design standards, specifications, previous commitments that must be incorporated in the design of the Project, and administrative controls including those of the United States Department of Transportation. Compliance with Federal procedures may include completion of the applicable environmental documents and approved by the United States Department of Transportation. For example, and not by way of limitation, a signed Categorical Exclusion, Finding of No Significant Impact, or published Record of Decision may be required to be approved and/or completed by the United States Department of Transportation. Consultant shall be liable for all violations of such laws and regulations in connection with Services.; f the Consultant performs any work knowing it to be contrary to such laws, rule nd regulations and without giving written notice to the Commission, Consultant I. re solely responsible for all costs arising therefrom. Consultant shall defend, nd hold Commission, its officials, directors, officers, employees and age , ree and less, pursuant to the indemnification provisions of this Agreement, f any, aim or li.' ility arising out of any failure or alleged failure to comply with such la or regulations. 19. Fees and Payment. 19.1 The method of pay • - t for £ gre-ment will be based on actual cost plus a fixed fee. Commission s► r- bur Consultant for actual costs (including labor costs, employee benefits, %el, e� i.me rental costs, overhead and other direct costs) incurred by Consults e of the Services. Consultant shall not be reimbursed for actual ha" ceed the estimated wage rates, employee benefits, travel, equipment re ► ov- -a•, d other estimated costs set forth in the approved Consultant cost p ed ereto as Exhibit "B" and incorporated herein by reference ("Cost Pro al") unl s additional reimbursement is provided for by a written amendment. In no ev- sh Consultant be reimbursed for overhead costs at a rate that exceeds Commissio approved overhead rate set forth in the Cost Proposal. In the event that Commission determines that a change to the Services from that specified in the Cost Proposal and this Agreement is required, the contract time or actual costs reimbursable by Commission shall be adjusted by contract amendment to accommodate the changed work. The maximum total cost as specified in Section 19.9 shall not be exceeded, unless authorized by a written amendment. 19.2 The indirect cost rate established for this Agreement is extended through the duration of this Agreement. Consultant's agreement to the extension of the 1 -year applicable period shall not be a condition or qualification to be considered for the work or Agreement award. 19.3 In addition to the allowable incurred costs, Commission shall pay Consultant a fixed fee of j INSERT DOLLAR AMOUNT 1. The fixed fee is 9 209 nonadjustable for the term of this Agreement, except in the event of a significant change in the Scope of Services, and such adjustment is made by written amendment. 19.4 Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the approved Cost Proposal. In addition, payments to Consultant for travel and subsistence expenses claimed for reimbursement or applied as local match credit shall not exceed rates authorized to be paid exempt non -represented State employees under current State Department of Personnel Administration (DPA) rules, unless otherwise authorized by Commission. If the rates invoiced are in excess of those authorized DPA rates, and Commission has not otherwise approved said rates, then Consultant is responsible for the cost difference and any overpayments shall be reimbursed to the Commission on demand. 19.5 When milestone cost estimates are inclu.,d in the approved Cost Proposal, Consultant shall obtain prior written approv.;'Hr a revised milestone cost estimate from the Contract Administrator before excee, > ch cost estimate. 19.6 Progress payments shall be made provided and allowable incurred costs. A pro r be included in the monthly progress payments. deliverable items according to the schedule Commission shall have the right to accordance with the provisions of Sectio nthly in a rs based on Services of Con ultant's fixed fee shall ultant fails to submit the required forth in the Scope of Services, r terminate this Agreement in ti n. 19.7 No payment shal • e p " r to approval of any Services, nor for any Services performed prior to 19.8 Consulta permit upon receipt triplicate. Invoice performance of wo performed on each mi format stipulated for the number and project title. Final invoice must contain the final cost and all credits due Commission including any equipment purchased under the Equipment Purchase provisions of this Agreement. The final invoice should be submitted within 60 calendar days after completion of Consultant's work. Invoices shall be mailed to Commission's Contract Administrator at the following address: reimbursed, as promptly as fiscal procedures will 's Contract Administrator of itemized invoices in bmi ed no later than 45 calendar days after the Consultant is billing. Invoices shall detail the work d each project as applicable. Invoices shall follow the oved Cost Proposal and shall reference this Agreement Riverside County Transportation Commission Attention: Accounts Payable P.O. 12008 Riverside, CA 92502 19.9 The total amount payable by Commission including the fixed fee shall not exceed amount set forth in each Task Order. 10 210 19.10 Commission has or will enter into three (3) task order contracts for performance of the Scope of Services identified in Exhibit "A", including this Agreement ("On -Call Geotechnical Investigation — Laboratory and Field Testing of Materials"). The other On -Call Geotechnical Investigation — Laboratory and Field Testing of Materials Task Order Contracts are Group Delta, 22-31-051-00 and Ninyo & Moore, 22-31-087- 00. The total amount payable by Commission for the On -Call Geotechnical Investigation — Laboratory and Field Testing of Materials Task Order Contracts shall not exceed a cumulative maximum total value of Five Hundred Thousand Dollars ($500,000) ("NTE Sum"). It is understood and agreed that there is no guarantee, either expressed or implied that this dollar amount will be authorized under the On -Call Geotechnical Investigation — Laboratory and Field Testing of Materials Task Order Contracts through Task Orders. Each time a Task Order is awarded under any of the On -Call Geotechnical Investigation — Laboratory and Field Testi;_^. of Materials Task Order Contracts, Commission must send written notification , °:,>'' onsultant and each of the other consultants entering into the On -Call Geotechni -stigation — Laboratory and Field Testing of Materials Task Order Contracts, T otice i' , . st identify the total funds allocated under issued Task Orders, and the re ning une bered amount of the NTE Sum. Consultant acknowledges and ag th. Commis on must not pay any amount under this Agreement that would exc- TE Sum, and Consultant must not enter into a Task Order that exceeds the NTE 19.11 Salary increases shall be salary range identified in the appr•- -_-d Co Contract Administrator. For pe the California Labor Code, the prevailing wage rates are e if the new salary is within the pos and is approved by Commission's to prevailing wage rates as described in which are the direct result of changes in 19.12 Consu ,, '"`' sh. got eimbursed for any expenses unless authorized in writing by the Co rac Administrator. 19.13 All subco pct excess of $25,000 shall contain the above provisions. 20. Disputes. 20.1 Any dispute, other than audit, concerning a question of fact arising under this Agreement that is not disposed of by mutual agreement of the Parties shall be decided by a committee consisting of RCTC's Contract Administrator and the Director of Capital Projects, who may consider written or verbal information submitted by Consultant. 20.2 Not later than 30 days after completion of all Services under this Agreement, Consultant may request review by the Commission's Executive Director of unresolved claims or disputes, other than audit. The request for review will be submitted in writing. 11 211 20.3 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 Agreement. 21. Termination; Suspension. 21.1 Commission reserves the right to terminate this Agreement for any or no reason upon thirty (30) calendar days written notice to Consultant with the reasons for termination stated in the notice. 21.2 Commission may terminate this Agreement 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, Commission may proceed with the work in any manner deemed proper by Commission. If .mmission terminates this Agreement with Consultant, Commission shall pay ,:•'nsultant the sum due to Consultant under this Agreement for Services co •: -d and accepted prior to termination, unless the cost of completion to Com ,; ion e ;-eds the funds remaining in this Agreement. In such case, the overage 'I be dedb .;-d from any sum due Consultant under this Agreement and the ba e, if, y, shal '•e paid to Consultant upon demand. 21.3 In addition to the abov prorated amount of profit, if applicable, b on unperformed Services. Consul ' sha Commission's Contract Admi a to Consultant prior to the effec dat- .'f term the effective date of the Notic 21.4 Discon Termination, Cons or as otherwise pro Data, as defined in th Consultant in performanc n termination shall include a all be paid for anticipated profit ide ••cumentation deemed adequate by ow the Services actually completed by tion. This Agreement shall terminate on ices. Upon receipt of the written Notice of con nue all affected Services as directed in the Notice , and deliver to the Commission all Documents and ent, as may have been prepared or accumulated by he Services, whether completed or in progress. 21.5 Effect of Termination for Cause. In addition to the above, Consultant shall be liable to the Commission for any reasonable additional costs incurred by the Commission to revise work for which the Commission has compensated Consultant under this Agreement, but which the Commission has determined in its sole discretion needs to be revised, in part or whole, to complete the Project because it did not meet the standard of care established herein. Termination of this Agreement for cause may be considered by the Commission in determining whether to enter into future agreements with Consultant. 21.6 Cumulative Remedies. The rights and remedies of the Parties provided in this Section are in addition to any other rights and remedies provided by law or under this Agreement. 12 212 21.7 Waivers. Consultant, in executing this Agreement, shall be deemed to have waived any and all claims for damages which may otherwise arise from the Commission's termination of this Agreement, for convenience or cause, as provided in this Section. 21.8 Consultant may not terminate this Agreement except for cause. 21.9 Suspension. In addition to the termination rights above, Commission may temporarily suspend this Agreement, at no additional cost to Commission, provided that Consultant is given written notice of temporary suspension. If Commission gives such notice of temporary suspension, Consultant shall immediately suspend its activities under this Agreement. A temporary suspension may be issued concurrent with a notice of termination. 22. Cost Principles and Administrative Requirement;', 22.1 Consultant agrees that the Contra CFR, Federal Acquisition Regulations System used to determine the cost allowability of indivi 22.2 Consultant also agrees to with 2 CFR, Part 200, Uniform Administr Requirements for Federal Awards 22.3 Any costs for determined by subsequent a Federal Acquisition Re repayment by Cons ost Princ apt 1, Part and Procedures, 48 .000 et seq., shall be deral procedures in accordance ents, Cost Principles, and Audit as been made to Consultant that are able under 2 CFR, Part 200 and 48 CFR, stem, Chapter 1, Part 31.000 et seq., are subject to 22.4 All sub• racts i xcess of $25,000 shall contain the above provisions. 23. Retention of Reco ' udit. 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 this Agreement pursuant to Government Code 8546.7; Consultant, subconsultants, and Commission shall maintain and make available for inspection all books, documents, papers, accounting records, and other evidence pertaining to the performance of this Agreement, including but not limited to, the costs of administering this Agreement. All parties shall make such materials available at their respective offices at all reasonable times during this Agreement period and for three years from the date of final payment under this Agreement. The state, State Auditor, Commission, 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 this Agreement and indirect cost rates (ICR) for audit, examinations, excerpts, and transactions, and copies thereof shall 13 213 be furnished if requested. Subcontracts in excess of $25,000 shall contain this provision. 23.1 Accounting System. Consultant and its subcontractors shall establish and maintain an accounting system and records that properly accumulate and segregate expenditures by line item for the Services. The accounting system of Consultant and its subcontractors shall conform to Generally Accepted Accounting Principles (GAAP), enable the determination of incurred costs at interim points of completion, and provide support for reimbursement payment vouchers or invoices. 24. Audit Review Procedures. 24.1 Any dispute concerning a question of fact arising under an interim or post audit of this Agreement that is not disposed of by agree ent, shall be reviewed by Commission's Chief Financial Officer. 24.2 Not later than 30 days after issuance the final audit report, Consultant may request a review by Commission's ChieLiWancial Officer of unresolved audit issues. The request for review shall be submitted in writing. 24.3 Neither the pendency of a dispute nor its consideration by Commission shall excuse Consultant from full and timely performance, in accordance with the terms of this Agreement. 25. Subcontracting. 25.1 Nothing contained rreement or otherwise, shall create any contractual relation between Commission and any subconsultant(s), and no subcontract shall relieve Consultant of its responsibilities and obligations hereunder. Consultant agrees to be as fully responsible to Commission 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. Consultant's obligation to pay its subconsultant(s) is an independent obligation from Commission's obligation to make payments to the Consultant. 25.2 Consultant shall perform the Services with resources available within its own organization and no portion of the Services shall be subcontracted without written authorization by Commission's Contract Administrator, except that, which is expressly identified in the approved Cost Proposal. 25.3 Consultant shall pay its subconsultants within fifteen (15) calendar days from receipt of each payment made to Consultant by Commission. 25.4 Any subcontract in excess of $25,000 entered into as a result of this Agreement shall contain all the provisions stipulated in this Agreement to be applicable to subconsultants. 14 214 25.5 Any substitution of subconsultant(s) must be approved in writing by Commission's Contract Administrator prior to the start of work by the subconsultant(s). 25.6 Exhibit "B" may also set forth the rates at which each subconsultant shall bill the Consultant for Services and that are subject to reimbursement by the Commission to Consultant. Additional Direct Costs, as defined in Exhibit "B" shall be the same for both the Consultant and all subconsultants, unless otherwise identified in Exhibit "B". The subconsultant rate schedules and cost proposals contained herein are for accounting purposes only. 26. Equipment Purchase 26.1 Prior authorization, in writing, by Commiss shall be required before Consultant enters into any u subcontract for supplies, equipment, or Consultant ser evaluation of the necessity or desirability of incurrin• ch c 26.2 For purchase of any item, se Consultant's Cost Proposal and exceeding $5, Contract Administrator is required. Three com with the request for such purchase, justified. 's Contract Administrator dgeted purchase order, or Consultant shall provide an nsultin• work not covered in r authorization by Commission's ive quotations must be submitted of bidding must be adequately 26.3 Any equipment p ==z . d as ; result of this Agreement is subject to the following: Consultant shall maint property is defined a $5,000 or more. If Commission shall re or if this Agreement is Commission in an amoun tory of all nonexpendable property. Nonexpendable life of at least two years and an acquisition cost of eq `'pment needs replacement and is sold or traded in, r refund or credit at the conclusion of this Agreement, d, Consultant may either keep the equipment and credit ual to its fair market value, or sell such equipment at the best price obtainable at a public or private sale, in accordance with established Commission procedures; and credit Commission 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 Commission and Consultant. If Consultant determines to sell the equipment, the terms and conditions of such sale must be approved in advance by Commission. 2 CFR, Part 200 requires a credit to Federal funds when participating equipment with a fair market value greater than $5,000 is credited to the project. 26.4 All subcontracts in excess $25,000 shall contain the above provisions. 15 215 27. Labor Code Requirements. 27.1 Prevailing Wages. (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 Services. (b) Any subcontract entered into as a result of this Agreement, 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 Section. (c) When prevailing wages apply to the Service- •escribed in the Scope of Services, transportation and subsistence costs shall b- eimbursed at the minimum rates set by the Department of Industrial Relations (Pa outlined in the applicable Prevailing Wage Determination. See http://www.dir. (d) Copies of the prevailing rat- >> of •,. il diem ages in effect at commencement of this Agreement are on file ommission's offices. Consultant shall make copies of the prevailing rates of per di wages for each craft, classification or type of worker needed to execute t +ices \ - Table to interested parties upon request, and shall post copies at the Co Ita pal place of business and at the project site. Consultant shall de , in y an hold the Commission, its elected officials, officers, employees a' ` • '``ts fr and harmless from any claims, liabilities, costs, penalties or interest ng o •f an ilure or alleged failure to comply with the Prevailing Wage Laws. 27.2 DIR Registra '; ' ' I S- es are being performed as part of an applicable "public works" or " ` =intenanc: prod=ct, then pursuant to Labor Code Sections 1725.5 and 1771.1, the ultant d all subconsultants must be registered with the Department of Industri. 1'el. ' ns. If applicable, Consultant shall maintain registration for the duration of the Pro and require the same of any subconsultants. This Project may also be subject to compliance monitoring and enforcement by the Department of Industrial Relations. It shall be Consultant's sole responsibility to comply with all applicable registration and labor compliance requirements. 27.3 Eight -Hour Law. Pursuant to the provisions of the California Labor Code, eight hours of labor shall constitute a legal day's work, and the time of service of any worker employed on the work shall be limited and restricted to eight hours during any one calendar day, and forty hours in any one calendar week, except when payment for overtime is made at not less than one and one-half the basic rate for all hours worked in excess of eight hours per day ("Eight -Hour Law"), unless Consultant or the Services are not subject to the Eight -Hour Law. Consultant shall forfeit to Commission as a penalty, $50.00 for each worker employed in the execution of this Agreement by him, or by any sub -consultant under him, for each calendar day during which such workman is required 16 216 or permitted to work more than eight hours in any calendar day and forty hours in any one calendar week without such compensation for overtime violation of the provisions of the California Labor Code, unless Consultant or the Services are not subject to the Eight -Hour Law. 27.4 Employment of Apprentices. This Agreement shall not prevent the employment of properly indentured apprentices in accordance with the California Labor Code, and no employer or labor union shall refuse to accept otherwise qualified employees as indentured apprentices on the work performed hereunder solely on the ground of race, creed, national origin, ancestry, color or sex. Every qualified apprentice shall be paid the standard wage paid to apprentices under the regulations of the craft or trade in which he or she is employed and shall be employed only in the craft or trade to which he or she is registered. If California Labor Code Section 1777.5 applies to theF rvices, Consultant and any subcontractor hereunder who employs workers in any ;' ticeable craft or trade shall apply to the joint apprenticeship council admini i? t Iicable standards for a certificate approving Consultant or any sub -cons l 'nt for the `(m.loyment and training of apprentices. Upon issuance of this certifi► -, C• ultant a d any sub -consultant shall employ the number of apprentices provid- • erein, as well as contribute to the fund to administer the apprenticeship program in ch craft or trade in the area of the work hereunder. The parties expressly understan of this Section and with Secti Code in regard to all appren t th- '' .onsi.ility for compliance with provisions 77.6 and 1777.7 of the California Labor s lies with Consultant 28. Ownership of M,, -; '_;. s/ i identiality. 28.1 Doc -nts & D is Agreement creates an exclusive and perpetual license for Comm! y, use, modify, reuse, or sub -license any and all copyrights and designs gib. ''-d in plans, specifications, studies, drawings, estimates, materials, data and oth- ":ocuments or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Consultant under this Agreement ("Documents & Data"). Consultant shall require all subcontractors to agree in writing that Commission is granted an exclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Consultant represents and warrants that Consultant has the legal right to grant the exclusive and perpetual license for all such Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the Commission. 17 217 Commission shall not be limited in any way in its use of the Documents & Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at Commission's sole risk. 28.2 Intellectual Property. In addition, Commission shall have and retain all right, title and interest (including copyright, patent, trade secret and other proprietary rights) in all plans, specifications, studies, drawings, estimates, materials, data, computer programs or software and source code, enhancements, documents, and any and all works of authorship fixed in any tangible medium or expression, including but not limited to, physical drawings or other data magnetically or otherwise recorded on computer media ("Intellectual Property") prepared or developed by or on behalf of Consultant under this Agreement as well as any other such Intellectual Property prepared or developed by or on behalf of Consultant under , 's Agreement. The Commission shall have and retain all right, title developed or modified under this Agreement wheth Commission, whether or not developed in conju not developed by Consultant. Consultant will any and all rights to the above reference Commission. Consultant shall also be responsible to from any subcontractors or age of referenced Intellectual Prop termination of this Agreem Property, it shall first obtain All materials and do general use prior t any other party or p to be the property of t prior to execution of this right to grant the exclusive provided herein. a -rest in Intellectual Property r no - id for wholly or in part by on with C• Itant, and whether or cut eparate' v ritten assignments of tual Property upon request of ti g separate written assignments tant :f any and all right to the above Consultant, either during or following any of the above -referenced Intellectual al of the Commission. ere developed or prepared by the Consultant for o his Agreement and which are not the copyright of le and any other computer applications, shall continue Itant. However, unless otherwise identified and stated ement, Consultant represents and warrants that it has the and perpetual license for all such Intellectual Property as Commission further is granted by Consultant a non-exclusive and perpetual license to copy, use, modify or sub -license any and all Intellectual Property otherwise owned by Consultant which is the basis or foundation for any derivative, collective, insurrectional, or supplemental work created under this Agreement. 28.3 Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall not, without the prior written consent of Commission, 18 218 be used by Consultant for any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use Commission's name or insignia, photographs of the Project, or any publicity pertaining to the Services or the Project in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of Commission. 28.4 Infringement Indemnification. Consultant shall defend, indemnify and hold the Commission, its directors, officials, officers, employees, volunteers and agents free and harmless, pursuant to the indemnification provisions of this Agreement, for any alleged infringement of any patent, copyright, trade secret, trade name, trademark, or any other proprietary right of any person or entity in con quence of the use on the Project by Commission of the Documents & Data, i ► • ing any method, process, product, or concept specified or depicted. 29. Indemnification. To the fullest extent per ed by la , .nsultant shall defend (with counsel of Commission's choosing), inde ify ar hold Co mission, its directors, officials, officers, employees, consultants, vo ► - = , and agents free and harmless from any and all claims, demands, causes of •n, costs, expenses, liability, loss, damage or injury, in law or equity, to p ns, including wrongful death, in any manner arising out of or incident t, al -. • agent acts, omissions, or willful misconduct of Consultant, its o .Is, o e ployees, agents, consultants, and contractors arising out of or i r ". . ctio ith the performance of the Services, the Project or this Agreement, udiniu;-witho �_, limitation the payment of consequential damages, expert witness eys fees and other related costs and expenses. Consultant d - d, at Consultant's own cost, expense and risk, any and all such afores uits, do or other legal proceedings of every kind that may be brought or insti =d agams om°` ission, its directors, officials, officers, employees, consultants, agents, volunt rs. Consultant shall pay and satisfy any judgment, award or decree that b endered against Commission or its directors, officials, officers, employees, cons ► ts, agents, or volunteers, in any such suit, action or other legal proceeding. Consultant shall reimburse Commission and its directors, officials, officers, employees, consultants, agents, and/or volunteers, for any and all legal expenses and costs, including reasonable attorney's fees, incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Consultant's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by Commission, its directors, officials officers, employees, consultants, agents, or volunteers. If Consultant's obligation to defend, indemnify, and/or hold harmless arises out of Consultant's performance as a "design professional" (as that term is defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code section 2782.8, which is fully incorporated herein, Consultant's indemnification obligation shall be limited to claims that arise out of, pertain to, or relate to the negligence, 19 219 recklessness, or willful misconduct of the Consultant, and, upon Consultant obtaining a final adjudication by a court of competent jurisdiction, Consultant's liability for such claim, including the cost to defend, shall not exceed the Consultant's proportionate percentage of fault. Consultant's obligations as set forth in this Section shall survive expiration or termination of this Agreement. 30. Insurance. 30.1 Time for Compliance. Consultant shall not commence work under this Agreement until it has provided evidence satisfactory to the Commission that it has secured all insurance required under this Section, in a form and with insurance companies acceptable to the Commission. In addition, C ultant shall not allow any subcontractor to commence work on any subcontract u has secured all insurance required under this Section. 30.2 Minimum Requirements. Consult maintain for the duration of the Agreement persons or damages to property which ma performance of the Agreement by the Con employees or subcontractors. Consult procure and maintain the same insura insurance shall meet at least the f• •wing aft' u (a) Minimu as the latest version of the Commercial General L' (2) Automobile Liab' 0001, code 1 (an Employer's Liability: California and Employe shall, at ixpense, procure and uran, agains claims for injuries to rom or in connection with the nt, its agents, representatives, quire all of its subcontractors to ration of the Agreement. Such m `'-vels of coverage: ce. Coverage shall be at least as broad eneral Liability: Insurance Services Office age (occurrence form CG 0001 or exact equivalent); rvices Office Business Auto Coverage (form CA quivalent); and (3) Workers' Compensation and ompensation insurance as required by the State of y Insurance. (b) Minimum Limits of Insurance. Consultant shall maintain limits no less than: (1) General Liability: $2,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with general aggregate limit is used, either the general aggregate limit shall apply separately to this Agreement/location or the general aggregate limit shall be twice the required occurrence limit. Limits may be achieved by any combination of primary and excess or umbrella liability insurance; (2) Automobile Liability: $2,000,000 per accident for bodily injury and property damage. Limits may be achieved by any combination of primary and excess or umbrella liability insurance; and (3) Workers' Compensation and Employer's Liability: Workers' Compensation limits as required by the Labor Code of the State of California. Employer's Practices Liability limits of $1,000,000 per accident. 20 220 30.3 Professional Liability. Consultant shall procure and maintain, and require its sub -consultants to procure and maintain, for a period of five (5) years following completion of the Project, errors and omissions liability insurance appropriate to their profession. For Consultant, such insurance shall be in an amount not less than $1,000,000 per claim. This insurance shall be endorsed to include contractual liability applicable to this Agreement and shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the Consultant. "Covered Professional Services" as designated in the policy must specifically include work performed under this Agreement. The policy must "pay on behalf of" the insured and must include a provision establishing the insurer's duty to defend. Subconsultants of Consultant shall obtain such insurance in an amount not less than $1,000,000 per claim. Notwithstanding the foregoing, the Commission may consider written requests to lower or dispense with the errors and omissions liability insurance requirement contained in this Section for certain subconsultants of Coy .ultant, on a case -by -case basis, depending on the nature and scope of the S- es to be provided by the subconsultant. Approval of such request shall writing, signed by the Commission's Contract Administrator. 30.4 Aircraft Liability Insurance. Prior of aircraft, Consultant shall procure and m maintained, aircraft liability insurance or equivale required by the Commission. Such ins sha and non -owned aircraft and passengers, Commission, Caltrans and their •' -ctors, additional insureds with respe Se of the Consultant. 30.5 Insuranc following provisions the Commission t (a) ting any ` ervices requiring use or cause to be procured and orm, with a single limit as shall be lude coverage for owned, hired e, or be endorsed to name, the ials, °•fficers, employees and agents as s or operations performed by or on behalf ents. The insurance policies shall contain the all provide endorsements on forms approved by ing •rovisions to the insurance policies: (i) Commercial General Liability Insurance must include coverage for (1) bodily Injury and property damage; (2) personal Injury/advertising Injury; (3) premises/operations liability; (4) products/completed operations liability; (5) aggregate limits that apply per Project; (6) explosion, collapse and underground (UCX) exclusion deleted; (7) contractual liability with respect to this Agreement; (8) broad form property damage; and (9) independent consultants coverage. (ii) The policy shall contain no endorsements or provisions limiting coverage for (1) contractual liability; (2) cross liability exclusion for claims or suits by one insured against another; or (3) contain any other exclusion contrary to this Agreement. 21 221 (iii) The policy shall give the Commission, its directors, officials, officers, employees, and agents insured status using ISO endorsement forms 20 10 10 01 and 20 37 10 01, or endorsements providing the exact same coverage. (iv) The additional insured coverage under the policy shall be "primary and non-contributory" and will not seek contribution from the Commission's or Caltrans' insurance or self-insurance and shall be at least as broad as CG 20 01 04 13, or endorsements providing the exact same coverage. (b) Automobile Liability. The automobile liability policy shall be endorsed to state that: (1) the Commission, Caltrans and their directors, officials, officers, employees and agents shall be covered as additional insureds with respect to the ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired or borrowed by the Consultant or for which t , ; Consultant is responsible; and (2) the insurance coverage shall be primary insuran ., ; s respects the Commission, Caltrans and their directors, officials, officers, employ- • agents, or if excess, shall stand in an unbroken chain of coverage exce of Consultant's scheduled underlying coverage. Any insurance or self -ins ce maint d by the Commission, Caltrans and their directors, officials, officers, • loy- ' - and ag = nts shall be excess of the Consultant's insurance and shall not be cal . to contribute with it in any way. (c) Workers' Compens (i) Consu Section 3700 of the California against liability for workers' with the provisions of that commencing work and ment. ers Liability Coverage. t ce '-' hat e/she is aware of the provisions of ich requires every employer to be insured undertake self-insurance in accordance will comply with such provisions before against the Commi losses paid under the t the Consultant. (d) forth hereunder. All Coverages. r shall agree to waive all rights of subrogation ectors, officials, officers, employees and agents for e insurance policy which arise from work performed by (i) Defense costs shall be payable in addition to the limits set (ii) Requirements of specific coverage or limits contained in this Section are not intended as a limitation on coverage, limits, or other requirement, or a waiver of any coverage normally provided by any insurance. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits set forth herein shall be available to the Commission, Caltrans and their directors, officials, officers, employees and agents as additional insureds under said policies. Furthermore, the 22 222 requirements for coverage and limits shall be (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. (iii) The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the Commission (if agreed to in a written contract or agreement) before the Commission's own insurance or self-insurance shall be called upon to protect it as a named insured. The umbrella/excess policy shall be provided on a "following form" basis with coverage at least as broad as provided on the underlying policy(ies). (iv) Consultant shall provide the days prior written notice of cancellation of any policy r that the Consultant shall provide at least ten cancellation of any such policy due to non -pay coverage is cancelled or expires during the ter deliver renewal certificate(s) including the Endorsement to the Commission at least ten cancellation or expiration. (v) The than the effective date of this continuously for a period of this Agreement. Consultant if the retroactive date policy is cancelled made policy with a mission at least thirty (30) by this Agreement, except ) d `. prior written notice of of premi If any of the required thi greeme t, the Consultant shall al Liability Additional Insured ays prior to the effective date of ctiv (if y) of each policy is to be no later ent. Consultant shall maintain such coverage ree y s after the completion of the work under one (1) year extended reporting period A) past the effective date of this Agreement; B) if the r C) if the policy is replaced by another claims- sequent to the effective date of this Agreement. (vi) T oregoing requirements as to the types and limits of insurance coverage to be ntained by Consultant, and any approval of said insurance by the Commission, is not intended to and shall not in any manner limit or qualify the liabilities and obligations otherwise assumed by the Consultant pursuant to this Agreement, including but not limited to, the provisions concerning indemnification. (vii) If at any time during the life of the Agreement, any policy of insurance required under this Agreement does not comply with these specifications or is canceled and not replaced, Commission has the right but not the duty to obtain the insurance it deems necessary and any premium paid by Commission will be promptly reimbursed by Consultant or Commission will withhold amounts sufficient to pay premium from Consultant payments. In the alternative, Commission may cancel this Agreement. The Commission may require the Consultant to provide complete copies of all insurance policies in effect for the duration of the Project. 23 223 (viii) Neither the Commission nor any of its directors, officials, officers, employees or agents shall be personally responsible for any liability arising under or by virtue of this Agreement. Each insurance policy required by this Agreement shall be endorsed to state that: 30.6 Deductibles and Self -Insurance Retentions. Any deductibles or self - insured retentions must be declared to and approved by the Commission. If the Commission does not approve the deductibles or self -insured retentions as presented, Consultant shall guarantee that, at the option of the Commission, either: (1) the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects the Commission, its directors, officials, officers, employees and agents; or, (2) the Consultant shall procure a bond guaranteeing payment of losses and related investigation costs, claims and administrative and defense -.N:,;•enses. 30.7 Acceptability of Insurers. Insurance is .. •laced with insurers with a current A.M. Best's rating no less than A:VIII, licence• to d• siness in California, and satisfactory to the Commission. 30.8 Verification of Coverage. Co shall furnish Commission with original certificates of insurance and endorseme ffecting coverage required by this Agreement on forms satisfactory t - Co sion. The certificates and endorsements for each insurance policy gal e by a person authorized by that insurer to bind coverage on its •,;-.. alf ,i erti ates and endorsements must be received and approved by the sion -fore work commences. The Commission reserves the right to require ple F certifi copies of all required insurance policies, at any time. 30.9 Subco e Requirements. Consultant shall not allow any subcontractors or to '`ommence work on any subcontract until they have provided evidence s actory +ti the Commission that they have secured all insurance required under this Se icies of commercial general liability insurance provided by such subcontractors o .'.consultants shall be endorsed to name the Commission as an additional insured using ISO form CG 20 38 04 13 or an endorsement providing the exact same coverage. If requested by Consultant, the Commission may approve different scopes or minimum limits of insurance for particular subcontractors or subconsultants. 30.10 Other Insurance. At its option, the Commission may require such additional coverage(s), limits and/or the reduction of deductibles or retentions it considers reasonable and prudent based upon risk factors that may directly or indirectly impact the Project. In retaining this option Commission does not warrant Consultant's insurance program to be adequate. Consultant shall have the right to purchase insurance in addition to the insurance required in this Section. 24 224 31. Safety. Consultant shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Consultant shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. As between Consultant and the construction contrac contractors shall remain solely responsible for construc safety obligations of Consultant at the jobsite. The for nor in any way modify or alter Consultant's inde an Commission, as set forth in Section 29 of this Ag yk'' ent, not or obligations set forth under this Agreement, i din. <<, e attach s only, the construction safety notwithstanding any sentence shall not impact fense obligations to the of Consultant's duties d exhibits. Pursuant to the authority contained in Section 59 the Vehicle Code, the Commission has determined that the Project will . are. hat are open to public traffic. Consultant shall comply with all of the rep e forth in Divisions 11, 12, 13, 14, and 15 of the Vehicle Code. Con nt s ke a reasonably necessary precautions for safe operation of its vehicle- pr•='f ction of the traveling public from injury and damage from such vehicles. 32. Additional Work outside of, the Se performed pursua foregoing, the Com other than a Cardinal change which is "outsid should not be regarded as having been fairly and reasonably within the contemplation of the parties when the Agreement was entered into. An example of a change which is not a Cardinal Change would be where, in a contract to construct a building there are many changes in the materials used, but the size and layout of the building remains the same. Cardinal Changes are not within the authority of this provision to order, and shall be processed by the Commission as "sole source" procurements according to applicable law, including the requirements of FTA Circular 4220.1 D, paragraph 9(f). or activities that are in addition to, or otherwise rmed pursuant to this Agreement shall only be eement between the parties. Notwithstanding the cutive Director may make a change to the Agreement, or purposes of this Agreement, a Cardinal Change is a scope" of the Agreement; in other words, work which (a) In addition to the changes authorized above, a modification which is signed by Consultant and the Commission's Executive Director, other than a Cardinal Change, may be made in order to: (1) make a negotiated equitable adjustment to the Agreement price, delivery schedule and other terms resulting from the issuance of a 25 225 Change Order, (2) reflect definitive letter contracts, and (3) reflect other agreements of the parties modifying the terms of this Agreement ("Bilateral Contract Modification"). (b) Consultant shall not perform, nor be compensated for any change, without written authorization from the Commission's Executive Director as set forth herein. In the event such a change authorization is not issued and signed by the Commission's Executive Director, Consultant shall not provide such change. 33. Prohibited Interests. 33.1 Solicitation. Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed to pay any company or per ,. , other than a bona fide employee working solely for Consultant, any fee, com r:' ion, percentage, brokerage fee, gift or other consideration contingent upon or res J T,.r=; u' , om the award or making of this Agreement. For breach or violation of this warr th •mmission shall have the right to rescind this Agreement without liability. 33.2 Consultant Conflict of Interest. (a) Consultant shall e a financial, business, or other relationship with Commission that ma act upon the outcome of this Agreement, or any ensuing Coma' sion ucti.` project. Consultant shall also list current clients who may have .: ial i -rest in the outcome of this Agreement, or any ensuing Commission co ► `: `ucti• •roje which will follow. (b) Co acquire any financi Services under thi apparent or potentia execution of this Agree economic interest if requi eby certifies that it does not now have, nor shall it erest that would conflict with the performance of ultant agrees to advise Commission of any actual, interest that may develop subsequent to the date of onsultant further agrees to complete any statements of y either Commission or State law. (c) Any subcontract in excess of $25,000 entered into as a result of this Agreement, 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 Agreement. An affiliated firm is one, which is subject to the control of the same persons through joint -ownership, 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 Agreement shall be eligible to bid on any construction 26 226 contract, or on any contract to provide construction inspection for any construction project resulting from this Agreement. 33.3 Commission Conflict of Interest. For the term of this Agreement, no member, officer or employee of the Commission, during the term of his or her service with the Commission, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 33.4 Conflict of Employment. Employment by the Consultant of personnel currently on the payroll of the Commission shall not be permitted in the performance of this Agreement, even though such employment may occur outside of the employee's regular working hours or on weekends, holidays or vacation time. Further, the employment by the Consultant of personnel who have been on the Commission payroll within one year prior to the date of execution of this Agree ► •nt, where this employment is caused by and or dependent upon the Consultant sec • this or related Agreements with the Commission, is prohibited. 33.5 Covenant Against Contingent Fe As req 'd in connection with federal funding, the Consultant warrants that ► he not e . oyed or retained any company or person, other than a bona fide e working for the Consultant, to solicit or secure this Agreement, and that he/sh, as not paid or agreed to pay any company or person, other than a bona f •loye- y fee, commission, percentage, brokerage fee, gift, or any other consid. -tio � i gent upon or resulting from the award or formation of this Agre nt. • •reac'' or violation of this warranty, the Commission shall have the rig ina this Agreement without liability pursuant to the terms herein, or at deduct from the Agreement price or consideration, or otherwise - full amount of such fee, commission, percentage, brokerage - • ift, ontingent fee. 33.6 Reb. Kickb. !: s r Other Unlawful Consideration. Consultant warrants that this Ag ent w not obtained or secured through rebates kickbacks or other unlawful conside . gin, er promised or paid to any Commission employee. For breach or violation of this ranty, Commission shall have the right in its discretion; to terminate this Agreement 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. 33.7 Covenant Against Expenditure of Commission, State or Federal Funds for Lobbying. The Consultant certifies that to the best of his/ her knowledge and belief no state, federal or local agency appropriated funds have been paid, or will be paid by or on behalf of the Consultant to any person for the purpose of influencing or attempting to influence an officer or employee of any state or federal agency; a Member of the State Legislature or United States Congress; an officer or employee of the Legislature or Congress; or any employee of a Member of the Legislature or Congress, in connection with the award of any state or federal contract, grant, loan, or cooperative agreement, or 27 227 the extension, continuation, renewal, amendment, or modification of any state or federal contract, grant, loan, or cooperative agreement. (a) If any funds other than federal appropriated funds have been paid, or will be paid to any person for the purpose of influencing or attempting to influence an officer or employee of any federal agency; a Member of Congress; an officer or employee of Congress, or an employee of a Member of Congress; in connection with this Agreement, the Consultant shall complete and submit the attached Exhibit "E", Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with the attached instructions. (b) The Consultant's certification provided in this Section is a material representation of fact upon which reliance was placed when this Agreement was entered into, and is a prerequisite for entering into this Agreement pursuant to Section 1352, Title 31, US. Code. Failure to comply with the restrictions on expenditures, or the disclosure and certification requirements set forth in Section 1352, Title 31, US. Code may result in a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. (c) The Consultant also agre ning this Agreement that he/she shall require that the language set fort in this tion be included in all Consultant subcontracts which exceed $100,000, all s subcontractors shall certify and disclose accordingly. 33.8 Employment Adverse to the ommission. Consultant shall notify the Commission, and shall obtain the Commissi 's written consent, prior to accepting work to assist with or participate in a third -fry lawsuit or other legal or administrative proceeding against the Commission during the term of this Agreement. Any 34. Equal Opportunity Employment. Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. 35. Right to Employ Other Consultants. Commission reserves the right to employ other consultants in connection with the Project. 36. Governing Law. This Agreement shall be governed by and construed with the laws of the State of California. Venue shall be in Riverside County. 28 228 37. Disputes; Attorneys' Fees. 37.1 Prior to either party commencing any legal action under this Agreement, the Parties agree to try in good faith, to resolve any dispute amicably between them. If a dispute has not been resolved after forty-five (45) days of good -faith negotiations and as may be otherwise provided herein, then either Party may seek any other available remedy to resolve the dispute. 37.2. If either Party commences an action against the other Party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing Party in such litigation shall be entitled to have and recover from the losing Party reasonable attorneys' fees and, all other costs of such actions. 38. Time of Essence. Time is of the essence for eac nd every provision of this Agreement. 39. Headings. Article and Section Heading headings contained in this Agreement are for co in the construction or interpretation of any prov •n he _'n arag captions or marginal ience on d shall have no effect 39.1 Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONSULTANT: CO MISSION: Kleinfelder, Inc. side County Transportation Commission 2280 Market Street, Suite 300 4080 Lemon Street, 3rd Floor Riverside, CA 92501. Riverside, CA 92501 Attn: Dany Hanna 4 Attn: Executive Director Such notice shall be deemed ade when personally delivered or when mailed, forty- eight (48) hours after deposit in the U.S. mail, first class postage prepaid, and addressed to the Party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 40. Conflicting Provisions. In the event that provisions of any attached exhibits conflict in any way with the provisions set forth in this Agreement, the language, terms and conditions contained in this Agreement shall control the actions and obligations of the Parties and the interpretation of the Parties' understanding concerning the performance of the Services. 41. Amendment or Modification. No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 29 229 42. Entire Agreement. This Agreement contains the entire agreement of the Parties relating to the subject matter hereof and supersedes all prior negotiations, agreements or understandings. 43. Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 44. Provisions Applicable When Federal Department of Transportation Funds Are Involved. When funding for the Services provided by this Agreement are provided, in whole or in part, from the United States Department of Transportation, Consultant shall also fully and adequately comply with the provisions included in Exhibit "C" (Federal Department of Transportation Requirements and California Department of Transportation (Caltrans) DBE program requirements) atta -d hereto and incorporated herein by reference. 45. Survival. All rights and obligations hereunde at b -ir nature are to continue after any expiration or termination of this Agree t, includi but not limited to, the indemnification and confidentiality obligation , hall > urvive a y such expiration or termination. 46. No Third Party Beneficiaries. T ded third party beneficiaries of any right or obligation assumed by the P 47. Labor Certification. aware of the provisions of every employer to be ins undertake self-insuran comply with such pr 48. Counterparts. shall constitute an origi B atu .^T, hereunder, Consultant certifies that it is he California Labor Code which require ility for Workers' Compensation or to nce with the provisions of that Code, and agrees to mmencing the performance of the Services. ment may be signed in counterparts, each of which 49. Subpoenas or Court Orders. Should Consultant receive a subpoena or court order related to this Agreement, the Services or the Project, Consultant shall immediately provide written notice of the subpoena or court order to the Commission. Consultant shall not respond to any such subpoena or court order until notice to the Commission is provided as required herein, and shall cooperate with the Commission in responding to the subpoena or court order. 50. Assignment or Transfer. Consultant shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein, without the prior written consent of the Commission. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 30 230 51. Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties, and shall not be assigned by Consultant without the prior written consent of Commission. 52. Incorporation of Recitals. The recitals set forth above are true and correct and are incorporated into this Agreement as though fully set forth herein. 53. No Waiver. Failure of Commission to insist on any one occasion upon strict compliance with any of the terms, covenants or conditions hereof shall not be deemed a waiver of such term, covenant or condition, nor shall any waiver or relinquishment of any rights or powers hereunder at any one time or more times be deemed a waiver or relinquishment of such other right or power at any other time or times. 54. Electronically Transmitted Signatures; Electronic Signatures. A manually signed copy of this Agreement which is transmitted by facsimile, email or other means of electronic transmission shall be deemed to have the same legal effect as delivery of an original executed copy of this Agreement for all purpose This Agreement may be signed using an electronic signature. [S tur !lowing page] 31 231 SIGNATURE PAGE TO PROFESSIONAL SERVICES AGREEMENT WITH FHWA FUNDING/ASSISTANCE IN WITNESS WHEREOF, this Agreement was executed on the date first written above. RIVERSIDE COUNTY TRANSPORTATION COMMISSION By: Anne Mayer Executive Director 11?° Approved as to Form: Title iiiimlw Kr � < By: Best, Best & General Co ATTEST: By: Its: KLEINFELDER, INC. By: Si ture e * A corporation requires the signatures of two corporate officers. One signature shall be that of the chairman of board, the president or any vice president and the second signature (on the attest line) shall be that of the secretary, any assistant secretary, the chief financial officer or any assistant treasurer of such corporation. If the above persons are not the intended signators, evidence of signature authority shall be provided to RCTC. 32 232 EXHIBIT "A" - SCOPE OF SERVICES Services that will be requested include special inspections, laboratory and field testing of materials, as is listed on the Materials Test Request form (Exhibit "A") and preparing any requested / required reports to serve as quality assurance in capital projects. Services may also be requested to perform plant inspection, geo-technical studies and recommendations. Consultant shall provide qualified personnel to perform material testing and inspection services. Testing personnel shall maintain current Certificates of Proficiency for specific tests being performed on the project including but not limited to sampling aggregates, Portland cement concrete, and asphalt concrete, concr- - and asphalt batch plant inspection, fabricating and testing concrete cylinder s " `ples, sampling and testing import borrow material for project specific requiremen orming relative compaction testing using a nuclear gauge, sampling and te i g m ry grout, sampling and testing asphalt concrete for compliance with th-, ontractor's •roved quality control plan. Every effort shall be made to mainta onti 'ty of te '"ing personnel on the project for the duration of the project. Consultant shall operate and maintain ns fled laboratory(ies) for the tests required for the project. Testing perform ' n accordance with the procedures set forth in the Caltrans Stan• • Te-' `" -tho• Manuals and at the frequency recommended by the latest v- •n the altrans Construction Manual. Testing not covered by a Caltrans Stan • _ 'd Te eth. ° shall be performed per the specified test method required by the proje Consultant shall docu da ctivities on a daily work report acceptable to the Resident Engineer. e • re• shall consist of work monitored, tests performed and samples tak : - "location th - project, date, weather conditions, hours on the project. Consultant shall identify .I and potential problems associated with the project and recommend sound engineering solutions. Consultant shall record all deviations from the approved plans to assist the Resident Engineer and/or Design Engineer in the preparation of as -built plans. The following is a list of tests that may be performed by the consultant and which must be included in the Fee Schedule. Calif. Test No. 202 — Sieve Analysis of Fine and Course Aggregates Calif. Test No. 204 — Plasticity Index of Soils Calif. Test No. 206 — Specific Gravity and Absorption of Coarse Aggregate Calif. Test No. 207 — Specific Gravity and Absorption of Fine Aggregate 33 233 Calif. Test No. 216 — Relative Compaction of Untreated and Treated Soils and Aggregates Soils and Aggregates. (or ASTM D 1557) Calif. Test No. 217 — Sand Equivalent (or ASTM D2419) Calif. Test No. 227 — Cleanness of Coarse Aggregate Calif. Test No. 231 — Nuclear Gage Relative Compaction Test of Soils (or ASTM D2922) Calif. Test No. 301 — Resistance "R" Value of Treated and Untreated Bases, Sub -bases and Basement Soils by The Stabilometer (Unit price to include all preparatory tests) Calif. Test No. 308 — Specific Gravity and Weight per Cubic Foot of Compressed Bituminous Mixtures Calif. Test No. 309 — Theoretical Maximum Specific Gravity and Density of Hot Mix Asphalt Calif. Test No. 310 — Determination of Asphalt and Moisture Contents of Bituminous Mixtures by Hot Solvent Extraction or a method approved by the Resident Engineer Calif. Test No. 366 — Test for Stabilometer Val Calif. Test No. 375 — Compaction Testin Calif. Test No. 518 — Concrete Yield Calif. Test No. 521 — Compressive Streng o • + Concrete Cylinders Calif. Test No. 541 — Flow of Grout Mixture Calif. Test No. 556 — Slump Test , If approved by the Resident Engineer, an alternate test method as shown in parenthesis may be used in lie the listed California Test method. All tests shall conform to the newest version "Greenbook Standards for Construction or Caltrans Standards". Any discrepancies in testing method shall be brought to the attention of the Resident Engineer in writing. The Resident Engineer may require special testing that is not listed on the attached unit sheet. The Consultant will be paid a price agreed prior to commencement of any testing or work. The Consultant shall provide a 24hr emergency phone number as part of the proposal. The Resident Engineer may require a written recommendation from the Consultant when field conditions do not allow for a specific testing method to take place. 34 234 A. Sampling Sampling of material, delivery of the sampled material to the laboratory and preparation of the sample for testing will be done by the Consultant. The cost of this work shall be included in the unit price of the test being performed. B. Time Schedule The Consultant will receive a 24 hour notice when field testing is required. If any contractor delays are incurred due to the Consultant not performing the required tests within the specified time or the test results not being available within the specified response time, the Consultant will bear the full incurred delay costs. C. Reports For field density and relative compaction tests, the Consultant shall provide a copy of the test results to the Resident Engineer "at the time of te- ng". The consultant shall provide a formal report to the Commission [when applica► within five (5) working days of project completion. For all other tests, an informal report shall be test. A formal report, including all backup i working days of completion of the test. All reports shall be identified with the c by the Commission's Purchasing Depart name on all documents. on completion of the sent within five (5) nd task order number assigned the Project Number and contact Consultant shall provide res -s of rson for approval by the Commission. Consultant shall provid= • • the Quality Control Manual for each laboratory used on the project. Consultant shall pr. ' e an • ated copy of the Caltrans Laboratory Accreditation Manual for each labora u • on the project. Consultant shall provide a copy of certificates of proficiency for each employee working on the project as soon as they are available. Consultant shall provide copies of all Reference Sample Program test results as soon as they are available. Consultant shall provide certified payrolls for covered workers with each payment application submittal. 35 235 EXHIBIT "B" - COMPENSATION PROVISIONS B-1 236 EXHIBIT "B" COMPENSATION SUMMARY FIRM I PROJECT TASKS/ROLE COST Prime Consultant: Kleinfelder, Inc. Geotechnical and Material Testing & Inspection $ 500,000.00 Sub Consultants: Transmat Geotechnical Laboratory and Field Materials Testinc TBD Destination Enterprises Support services including inspection, project and office engineers, and associated professional support services TBD AP Engineering & Testing Laboratory Testing Services TBD AL COSTS $ 500,000.00 1 Commission authorization pertains to total contract award amount. ensation adjustments between consultants may occur; however, the maximum total compensation authorized may not be ex ded. 237 EXHIBIT "C" FEDERAL DEPARTMENT OF TRANSPORTATION FHWA AND CALTRANS REQUIREMENTS 1. NONDISCRIMINATION & STATEMENT OF COMPLIANCE. 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, unless exempt, complied with, the nondiscrimination program requirements of Government Code Section 12990 and Title 2, California Administrative Code, Section 8103. B. During the performance of this Agreement, Consultant and its subconsultants shall not deny the Agreement's benefits to any person on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status, nor shall they unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status. Consultant and its subconsultants shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. C. Consultant and its subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code §12990 et seq.), the applicable regulations promulgated thereunder (2 CCR §11000 et seq.), the provisions of Gov. Code §§11135- 11139.5, and any regulations or standards adopted by Commission to implement such article. The applicable regulations of the Fair Employment and Housing Commission implementing Gov. Code §12990 (a -f), set forth 2 CCR §§8100-8504, are incorporated into this Agreement by reference and made a part hereof as if set forth in full. D. Consultant shall permit access by representatives of the Department of Fair Employment and Housing and the Commission upon reasonable notice at any time during the normal business hours, but in no case less than twenty-four (24) hours' notice, to such of its books, records, accounts, and all other sources of information and its facilities as said Department or Commission shall require to ascertain compliance with this clause. E. 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. Exhibit C-1 238 F. If this Agreement is federally funded, 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. G. If this Agreement is federally funded, Consultant shall comply with regulations relative to non-discrimination in federally -assisted programs of the U.S. Department of Transportation (49 CFR Part 21 - Effectuation of Title VI of Civil Rights Act of 1964). Specifically, the Consultant shall not participate eith directly or indirectly in the discrimination prohibited by 49 CFR §21.5, include ii e oyment practices and the selection and retention of subconsultants. H. Consultant and its subconsultants will ne exc any person from participation in, deny any person the benefits of, or oth discriminate against anyone in connection with the award and perform e of an ntract covered by 49 CFR 26 on the basis of race, color, sex, or nati, •in. administering the Commission components of the DBE Program plan, o► • and its subconsultants will not, directly, or through contractual ether angements, use criteria or methods of administration that have a ct defeating or substantially impairing accomplishment of the obje rogram plan with respect to individuals of a particular race, color, sex, o I. Consultant shal clude - n. •iscrimination and compliance provisions of this section in all subco work under this Agreement. 2. DEBARMENT AND ` _ : ' SION CERTIFICATION 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 COMMISSION. Exhibit C-2 239 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. 3. DISCRIMINATION; CONTRACT ASSURANCE The Commission shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any DOT -assisted contract or in the implementation of the Caltrans DBE program or the requirements of 49 CF ''art 26. The Commission shall take all necessary and reasonable steps and -;:_ % 9 CFR Part 26 to ensure nondiscrimination in the award and administration of isted contracts. Consultant or subcontractor shall not discrimin origin, of sex in the performance of this Agre carry out applicable requirements of 49 CFR P the award and administration of DOT- isted Failure by the Consultant or subcontrac breach of this Agreement, which may res other remedy, as the Commissio on the basi race, color, national nsultant or subcontractor shall and the Caltrans DBE program in acts, as further set forth below. ese requirements is a material ination of this Agreement or such Failure by the Consultant t equirements is a material breach of this contract, which may result in - rmi - of this contract or such other remedy as the recipient deems a -te, '.ch may include, but is not limited to: (1) Withholding mo (2) Assessing sanctio (3) Liquidated damages, (4) Disqualifying Consulta 4. PROMPT PAYMENT rom future proposing as non -responsible Consultant or subconsultant shall pay to any subconsultant, not later than fifteen (15) days after receipt of each progress payment, unless otherwise agreed to in writing, the respective amounts allowed Consultant on account of the work performed by the subconsultants, to the extent of each subconsultant's interest therein. In the event that there is a good faith dispute over all or any portion of the amount due on a progress payment from Consultant or subconsultant to a subconsultant, Consultant or subconsultant may withhold no more than 150 percent of the disputed amount. Any violation of this requirement shall constitute a cause for disciplinary action and shall subject the Consultant or subconsultant to a penalty, payable to the applicable Exhibit C-3 240 subconsultant, of 2 percent of the amount due per month for every month that payment is not made. In any action for the collection of funds wrongfully withheld, the prevailing party shall be entitled to his or her attorney's fees and costs. The sanctions authorized under this requirement shall be separate from, and in addition to, all other remedies, either civil, administrative, or criminal. This clause applies to both DBE and non -DBE subconsultants. 5. RELEASE OF RETAINAGE No retainage will be held by the Commission from progress payments due to Consultant. Consultant and subconsultants are prohibite m holding retainage from subconsultants. Any delay or postponement of payme _; ay take place only for good cause and with the Commission's prior written r• Any violation of these provisions shall subject Consultant or the viola ' .+ subc' ultant to the penalties, sanctions, and other remedies specified in Se 3321 of t ,California Civil Code. This requirement shall not be construed to lim any con ractual, administrative or judicial remedies, otherwise available to Con or subconsultant in the event of a dispute involving late payment or nonp,_ ment b onsultant, deficient subconsultant performance and/or noncompliance by •ns t. This clause applies to both DBE and non -DBE subconsultants. 6. LEGAL REMEDIES In addition to those contract law, either Party to violations of this A and 26, to the r violations, and to th "whistleblower" actions, provisions of law. es orth under relevant provisions of California t may, where applicable, seek legal redress for to the relevant provisions of 49 C.F.R. Parts 23 or state statutory provisions governing civil rights deral and state provisions governing false claims or II as any and all other applicable federal and state The Consultant shall include a provision to this effect in each of its agreements with its subcontractors. 7. DBE PARTICIPATION Caltrans has developed a statewide DBE program pursuant to 49 C.F.R. Part 26. The requirements and procedures, as applicable, of the Caltrans DBE program are hereby incorporated by reference into this Agreement. Even if no DBE participation will be reported, Consultant shall complete Exhibits "E" of this Agreement in compliance with the Caltrans DBE program, and a final utilization report in the form provided by the Commission. Exhibit C-4 241 A. This Agreement is subject to Title 49, Part 26 of the Code of Federal Regulations entitled "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs." Consultants who enter into a federally - funded agreement will assist the Commission in a good faith effort to achieve California's statewide overall DBE goal. B. This Agreement has a DBE goal. Participation by DBE Consultant or subconsultants shall be in accordance with the information contained in the Consultant Contract DBE Commitment form attached hereto and incorporated into this Agreement by reference. If a DBE subconsultant is unable to perform, the Consultant must make a good faith effort to replace him/her with another DBE subconsultant, if the goal is not otherwise met. A DBE is a firm meeting the definition of a DBE as specified in 49 CFR. C. All DBE participation will count toward the altrans federally mandated statewide overall DBE goal. Credit for materials or s i_ onsultant purchases from DBEs counts towards the goal in the following man • 100 percent counts if the materials manufacturer. • 60 percent counts if the materials dealer. • Only fees, commissions, and ch delivery of materials or suppli .: -:. unt manufacturer nor regular de dealer." D. DBE and other encouraged to parti with federal funds. on the basis of race, The Consultant shall ca and administration of US s are obtained from a DBE re purchased from a DBE regular !stance in the procurement and tained from a DBE that is neither a .55 defines "manufacturer" and "regular sses (SB), as defined in Title 49 CFR, Part 26 are mance of agreements financed in whole or in part t, subrecipient or subconsultant shall not discriminate al origin, or sex in the performance of this Agreement. pplicable requirements of 49 CFR, Part 26 in the award - assisted agreements. Failure by the contractor to carry out these requirements is a material breach of this Agreement, which may result in the termination of this Agreement or such other remedy as the Commission, Caltrans or the Department of Transportation deems appropriate. E. Any subcontract entered into as a result of this Agreement shall contain all of the provisions of this section. F. A DBE may be terminated only as further set forth in Section 13 below. Exhibit C-5 242 8. DBE PARTICIPATION GENERAL INFORMATION It is Consultant's responsibility to be fully informed regarding the requirements of 49 CFR, Part 26, and the Caltrans DBE program. Particular attention is directed to the following: A. A DBE must be a small business firm defined pursuant to 13 CFR 121 and be certified through the California Unified Certification Program (CUCP). B. A certified DBE may participate as a prime contractor, subcontractor, joint venture partner, as a vendor of material or supplies, or as a trucking company. C. 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. D. A DBE must perform a commercially useful function, pursuant to 49 CFR 26.55 that is, 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, as more fully described in section 9 below. E. The Consultant shall lis > on one subcontractor for each portion of work as defined in the Consultant's bid/proposal and all DBE subcontractors should be listed in the Consultant's bid/cost prop , List of subcontractors. F. A Consultant who is ertified DBE is eligible to claim all of the work in the Agreement toward the DBE pa ipation except that portion of the work to be performed by non -DBE subcontractors. G. Consultant shall notify the Commission's contract administrator or designated representative of any changes to its anticipated DBE participation prior to starting the affected work. 9 . COMMERCIALLY USEFUL FUNCTION A. A DBE performs a commercially useful function when it is responsible for execution of the work of the Agreement and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible with respect to materials and supplies used on the Agreement, 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 commercially useful function, evaluate the amount of work subcontracted, industry practices; whether the amount the firm is to be Exhibit C-6 243 paid under the Agreement is commensurate with the work it is actually performing, and other relevant factors. B. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, Agreement, 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. C. If a DBE does not perform or exercise responsibility for at least thirty percent of the total cost of its Agreement with its own work force, or the DBE subcontracts a greater portion of the work of the Agreement 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 commercially useful function. 10. DBE CERTIFICATION AND DE -CERTIFICATION S If a DBE subcontractor is decertified before completing its work, the decertified subcontractor shall notify the Contractor in writing with the date of de -certification. If a subcontractor becomes a certified DBE during the life of the Agreement, the subcontractor shall notify the Contractor in writing with the date of certification. Any changes should be reported to the Commission's Contract Administrator within 30 days. 11. DBE RECORDS A. The Contractor shag;; , a in records of materials purchased and/or supplied from all subcontracts entere• o with certified DBEs. The records shall show the name and business address of each DBE subconsultant, DBE vendor, and DBE trucking company and the total dollar amount actually paid each business regardless of tier. The records shall show the date of payment and the total dollar figure paid to all firms. DBE prime Contractors shall also show the date of work performed by their own forces along with the corresponding dollar value of the work. In addition to all other requirements, Consultant shall complete and submit, on a monthly basis, the Monthly DBE Payment form (Caltrans Exhibit 9-F of Chapter 9 of the LAPM). B. Upon completion of the Agreement, a summary of these records shall be prepared and submitted on the most current version of the form entitled, "Final Report - Utilization of Disadvantaged Business Enterprises (DBE)," CEM- 2402F (Exhibit 17-F in Chapter 17 of the LAPM), certified correct by the Contractor or the Contractor's authorized representative and shall be furnished to the Commission's Contract Administrator with the final invoice. Failure to provide the summary of DBE payments with the final invoice will result in the Commission withholding $10,000 until the form is Exhibit C-7 244 submitted. This amount will be returned to the Contractor when a satisfactory "Final Report Utilization of Disadvantaged Business Enterprises (DBE)" is submitted to the Commission's Contract Administrator. a. Prior to the fifteenth of each month, the Contractor shall submit documentation to the Commission's Contract Administrator showing the amount paid to DBE trucking companies. The Contractor shall also obtain and submit documentation to the Commission's Contract Administrator showing the amount paid by DBE trucking companies to all firms, including owner -operators, for the leasing of trucks. If the DBE leases trucks from a non -DBE, the Contractor may count only the fee or commission the DBE receives as a result of the lease arrangement. b. The Contractor shall also submit to the Commission's Contract Administrator documentation showing the truck number, name of owner, California Highway Patrol CA number, and if applicable, the DBE certification number of the truck owner for all trucks used during that month. This documentation shall be submitted on the Caltrans "Monthly DBE Trucking Verification," CEM-240 ) form provided to the Contractor by the Commission's Contract Administrator. 12. REPORTING MATERIAL OR SUPPLIES PURCHASED FROM DBEs When Reporting DBE Participation, Material or Supplies purchased from DBEs may count as follows: A. If the materials or supplies are obtained from a DBE manufacturer, 100 % of the cost of the materials or supplies will count toward the DBE participation. 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 Agreement and of the general character described by the specifications. B. If the materials or supplies purchased from a DBE regular dealer, count 60 % of the cost of the materials or supplies toward DBE goals. 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 Agreement, are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. To be a DBE regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. A person may be a DBE regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone or asphalt without owning, operating or maintaining a place of business provided in this section. C. If the person both owns and operates distribution equipment for the products, any supplementing of regular dealers' own distribution equipment, shall be by a long-term lease agreement and not an ad hoc or Agreement -by -Agreement basis. Packagers, Exhibit C-8 245 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. 13. TERMINATION AND SUBSTITUTION OF DBE SUBCONSULTANTS Consultant shall utilize the specific DBEs listed to perfo materials for which each is listed unless Consultant or Commission's written consent. Consultant shall not t for convenience and perform the work with their other sources without authorization from the consent is provided, the Consultant shall no material unless it is performed or supplied by Contract DBE Commitment form. n forc mission. the work and supply the subconsultant obtains the or substitute a listed DBE r obtain materials from s the Commission's d to any payment for work or DBE on the attached Consultant The Commission authorizes a request orces or sources of materials if Consultant shows any of the foll• ' usti ': ons: 1. Listed DBE fails specifications for 2. The Com subcon require 3. Work req license and to a written contract based on plans and jec ated that a bond is a condition of executing the d DBE fails to meet the Commission's bond ultant's license and listed DBE does not have a valid actors License Law. 4. Listed DBE fai .r refuses to perform the work or furnish the listed materials (failing or refusing to perform is not an allowable reason to remove a DBE if the failure or refusal is a result of bad faith or discrimination). 5. Listed DBE's work is unsatisfactory and not in compliance with the contract. 6. Listed DBE is ineligible to work on the project because of suspension or debarment. 7. Listed DBE becomes bankrupt or insolvent. 8. Listed DBE voluntarily withdraws with written notice from the Agreement. 9. Listed DBE is ineligible to receive credit for the type of work required. 10. Listed DBE owner dies or becomes disabled resulting in the inability to perform the work on the Contract. 11. The Commission determines other documented good cause. Exhibit C-9 246 Consultant shall notify the original DBE of the intent to use other forces or material sources and provide the reasons and provide the DBE with 5 days to respond to the notice and advise Consultant and the Commission of the reasons why the use of other forces or sources of materials should not occur. Consultant's request to use other forces or material sources must include: 1. One or more of the reasons listed in the preceding paragraph. 2. Notices from Consultant to the DBE regarding the request. 3. Notices from the DBEs to Consultant regarding the request. If a listed DBE is terminated or substituted, Consultant must make good faith efforts to find another DBE to substitute for the original DBE. The substitute DBE must perform at least the same amount of work as the original DBE undef the contract to the extent needed to meet or exceed the DBE goal. 14. DEBARMENT, SUSPENSION AND OTHER INELIGIBILITY AND VOLUNTARY EXCLUSION In accordance with 49 CFR Part 29, which by this reference is incorporated herein, Consultant's subconsultants completed and submitted the Certificate of subconsultant Regarding Debarment, Suspension and Other Ineligibility and Voluntary Exclusion as part of the Consultant's proposal. If it is later determined that Consultant's subconsultants knowingly rendered an erroneous Certificate, the Commission may, among other remedies, terminate this Agreement. 15. ENVIRONMENTAL COMPLIANCE A. Compliance with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). (Contracts, subcontracts, and subgrants of amounts in excess of $100,000). B. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat. 871). 16. NATIONAL LABOR RELATIONS BOARD CERTIFICATION In accordance with Public Contract Code Section 10296, and by signing this Agreement, Consultant certifies 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 two-year period, because of Consultant's Exhibit C-10 247 failure to comply with an order of a federal court that orders Consultant to comply with an order of the National Labor Relations Board. 17. FUNDING REQUIREMENTS It is mutually understood between the Parties that this Agreement may have been written before ascertaining the availability of funds or appropriation of funds, for the mutual benefit of both Parties, in order to avoid program and fiscal delays that would occur if the Agreement were executed after that determination was made. This Agreement is valid and enforceable only if sufficient funds are made available to Commission for the purpose of this Agreement. In addition, this Agreement is subject to any additional restrictions, limitations, conditions, or any statute enacted by the Congress, State Legislature, or Commission governing board that may affect the provisions, terms, or funding of this Agreement in any manner. It is mutually agreed that if sufficient funds are not appropriated, this Agreement may be amended to reflect any reduction in funds. Exhibit C-11 248 EXHIBIT "D" - CONSULTANT DBE COMMITMENT Exhibit D-1 249 Local Assistance Procedures Manual Exhibit 10-01 Consultant Proposal DBE Commitment *Writt EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT 1. Local Agency: Riverside County Transportation Commission 2. Contract DBE Goal: 15% 3. Project Description: On -Call Geotechnical Investigation -Laboratory and Field Testing of Materials 4. Project Location: Riverside County, California 5. Consultant's Name: Kleinfelder, Inc. 6. Prime Certified DBE: 0 7. Description of Work, Service, or Materials Supplied 8. DBE Certification Number 9. DBE Contact Information 10. DBE Laboratory Testing 33877 Justin Phukunhaphan T 1 909.869.6316 2607 Pomona Blvd, Pomona, CA 91768 4% Field Materials Testing and Laboratory Testing 45222 Kreetha Mekc i T 1 909.293.9186 243 W. Che Ave., Monrovia, CA 91016 11% Rail Inspection 40931 Marcy rama T 1 310.439.2655 119 011rammack St, Culver City, CA 90230 Optional n confirmation from DBE Subconsultants listed above are included in Appe dix B -S bconsultant mmitment Memorandums of this pro II)IIIIIIIIIP. Local Agency to Complete th - cti 11. TOTAL CLAIMED DBE PARTICIPATION IMPORTANT: Identify all DBE firms being claimed for regardless of tier. Written confirmation of each listed required. J 04.14.2022 15 ok credit, DBE is 17. Local Agency Contract Number: 18. Federal -Aid Project Number: 19. Proposed Contract Execution Date. 20. Consultant's Ranking after Evaluatio Local Agency certifies that all DBE certificat . - valid and information on this form is complete and accurate. 21. Local Agency Representative's Signature 22. Date 12. Pre(parer's Signature 13. Date Dany Hanna, PE 909.376.6128 23. Local Agency Representative's Name 24. Phone 14. Preparer's Name 15. Phone Contract Manager/Vice President 25. Local Agency Representative's Title 16. Preparers Title DISTRIBUTION: Original — Included with consultant's proposal to local agency. ADA Notice: For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 654- 3880 or write Records and Forms Management, 1120 N Street, MS -89, Sacramento, CA 95814. osal LPP 18-01 250 Page 1 of 2 January 2019 EXHIBIT "E" - DISCLOSURE OF LOBBYING ACTIVITIES Exhibit E-1 251 Local Assistance Procedures Manual EXHBIT 10-Q Disclosure of Lobbying Activities Kleinfelder, Inc. has not participated in any lobbying activities EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: a. contract b. grant c. cooperative agreement d. loan e. loan guarantee f. loan insurance 2. Status of Federal Action: 3. Report Type: ❑ a bid/offer/application b. initial award c. post -award 4. Name and Address of Reporting Entity nPrime nSubawardee Tier , if known Congressional District, if known 6. Federal Department/Agency: 8. Federal Action Number, if known: 10. Name and Address of Lobby Entity (If individual, last name, first name, MI) (attach Continua 12. Amount of Payment (check all that $ n actual 13. Form of Payment (check all 8 a. cash b. m -kind; s a. initial b. material change For Material Change Only: year quarter date of last report 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Congression 'strict, if known 7. Federal am Name/Description: 1CF 11/Numb�i applicable 9. and Amount, I wn: 11. Ind' als Performing Services (inc, ding address if different from No. 10) (1as me, first name, MI) ry) pe of Payment (check all that apply) a. retainer b. one-time fee c. commission d. contingent fee e deferred f. other, specify 15. Brief Descriptio ervices Per med or to be performed and Date(s) of Service, including officer(s), employee i r mem o s) contacted, for Payment Indicated in Item 12: 16. Continuation Sheet(s) attached: (attach Continuation Sheet(s) if necessary) Yes n No n 17. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Federal Use Only: Signature: Print Name: Dany Hanna, PE Title: Contract Manager/Vice President Telephone No.: 909.657.1716 Date: 4.14.22 Authorized for Local Reproduction Standard Form - LLL Standard Form LLL Rev. 04-28-06 Distribution: Orig- Local Agency Project Files LPP 13-01 252 Page 1 May 8, 2013 RIVERSIDE COUNTY TRANSPORTATION COMMISSION ON -CALL GEOTECHNICAL - LABORATORY AND FIELD TESTING OF MATERIALS SERVICES Western Riverside County Programs and Projects Committee May 23, 2022 David Lewis, Capital Projects Manager For Bryce Johnston Background • Most geotechnical services part of larger consultant contract • Streamlines process when geotechnical services are needed • Comprehensive Geotechnical services for a variety of projects/tasks • Fund type depends on project: eligible for State/Federal funding 2 Procurement Process • Request for Qualifications (RFQ) was released on March 3, 2022 • 9 firms submitted responsive and responsible statements of qualifications • 4 firms were shortlisted for the interview phase • Group Delta, Kleinfelder, Inc., and Ninyo & Moore were the 3 firms selected as most qualified 3 Task Order Process • Work is not guaranteed to any of the awardees • Pre -Qualified consultants will be selected for specific tasks or projects based on their proposals for each task order • Evaluated on price, qualifications, availability • Total contract value: $500,000 over 3 years +2 one-year extensions 4 RIVERSIDE COUNTY TRANSPORTATION COMMISSION QUESTIONS AGENDA ITEM 9 RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: May 23, 2022 TO: Western Riverside County Programs and Projects Committee FROM: Hector Casillas, Right of Way Manager THROUGH: Marlin Feenstra, Project Delivery Director SUBJECT: Agreements for On -Call Right of Way Support Services STAFF RECOMMENDATION: This item is for the Committee to: 1) Award the following agreements to provide on -call right of way support services for a three-year term in an amount not to exceed an aggregate value of $3.3 million: a) Agreement No. 22-31-040-00 to Epic Land Solutions; b) Agreement No. 22-31-080-00 to Monument ROW, Inc.; c) Agreement No. 22-31-081-00 to Overland, Pacific, & Cutler; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreements, on behalf of the Commission; 3) Authorize the Executive Director, or designee, to execute task orders awarded to the consultants under the terms of the agreements; and 4) Forward to the Commission for final action. BACKGROUND INFORMATION: Right of way services are necessary to support the Right of Way department's Commission projects, future Measure A highway and rail projects, as well as projects for the Western Riverside County Regional Conservation Authority (RCA), for which the Commission is the managing agency as of January 1, 2021. The services include project management, RCA property owner outreach, appraisal coordination, title escrow services, acquisition, residential/business relocation, utility relocation coordination, eminent domain coordination, property management, right of way certification, construction support, and project closeout. To meet project schedules, control costs, and assure compliance with federal and state regulations and requirements related to right of way acquisition, staff recommends awarding contracts for on -call right of way support services with the work to be issued on an as -needed task order basis. Agenda Item 9 253 Procurement Process Staff determined the weighted factor method of source selection to be the most appropriate for this procurement as it allows the Commission to identify the most advantageous proposals with price and other factors considered. Non -price factors include elements such as qualifications of firm, personnel, and the ability to respond to the Commission's needs for on -call right of way support services as set forth under the terms of the Request for Proposals (RFP) No. 22-31-040-00. RFP No. 22-31-040-00 for on -call right of way support services was released by staff on February 17, 2022. The RFP was posted on the Commission's PlanetBids website, which is accessible through the Commission's website. Through PlanetBids, 63 firms downloaded the RFP; 9 of these firms are located in Riverside County. A pre -proposal conference was held on March 2, 2022 and attended by 6 firms. Staff responded to all questions submitted by potential proposers prior to the March 10, 2022, clarification deadline date. Five firms — Epic Land Solutions (Riverside); Monument ROW, Inc. (Irvine); Overland, Pacific & Cutler (Riverside); Paragon Partners (Cypress); and The ROW Company (Redlands) — submitted responsive and responsible proposals prior to the submittal deadline on March 29, 2022. Utilizing the evaluation criteria set forth in the RFP, the five proposals were evaluated and scored by an evaluation committee comprised of Commission staff. As a result of the evaluation committee's assessment of the written proposals, the evaluation committee determined three firms — Epic Land Solutions, Monument ROW, Inc. and Overland, Pacific & Cutler — to be the most qualified firms to provide on -call right of way support services. The evaluation committee recommends contract awards to these three firms for a three-year term in the aggregate amount of $3.3 million, as these firms earned the highest total evaluation scores. The overall evaluation ranking, based on highest to lowest total evaluation score, and the average hourly rates are presented in the following table: Monument ROW, Inc. $122.50 1 Epic Land Solutions $132.94 2 Overland, Pacific & Cutler $102.86 3 Paragon Partners $111.07 4 The ROW Company $108.08 5 *Prices reflect average hourly rate for key personnel. The multiple award, on -call, indefinite delivery/indefinite quantity task order type contracts do not guarantee work to any of the awardees; therefore, no funds are guaranteed to any consultant. Pre -qualified consultants will be selected for specific tasks based on qualification information contained in their proposals and/or competitive fee proposals for the specific tasks. Agenda Item 9 254 Services will be provided through the Commission's issuance of contract task orders to the consultants on an as -needed basis. The Commission's model on -call professional services agreement will be entered into with each consultant firm, pursuant to legal counsel review. Staff oversight of the contracts and task orders will maximize the effectiveness of the consultants and minimize costs to the Commission. Fiscal Impact Funding for these agreements will be provided by various highway, rail, and conservation projects. Financial Information In Fiscal Year Budget: Yes Year: FY 2022/23+ Amount: $3,300,000 Source of Funds: 2009 Measure A, State Transportation Improvement Program, various Federal, and Transportation Uniform Mitigation Fees, RCA reimbursements Budget Adjustment: No GL/Project Accounting No.: 623999 81403 00014 0000 262 3181403 654199 81403 00014 0000 265 33 81403 r22001 81403 00014 0000 750 68 81403 Fiscal Procedures Approved: f� Date: 05/13/2022 Attachments: 1) Draft On -Call Professional Services Agreement 22-31-040-00 with Epic Land Solutions 2) Draft On -Call Professional Services Agreement 22-31-080-00 with Monument ROW, Inc. 3) Draft On -Call Professional Services Agreement 22-31-081-00 with Overland, Pacific & Cutler Agenda Item 9 255 ATTACHMENT 1 Agreement No. 22-31-040-00 PROFESSIONAL SERVICES AGREEMENT WITH PROPOSITION 1B, FTA AND FHWA FUNDING ASSISTANCE RIVERSIDE COUNTY TRANSPORTATION COMMISSION AGREEMENT WITH EPIC LAND SOLUTIONS, INC. FOR ON -CALL RIGHT OF WAY SUPPORT SERVICES Parties and Date. This Agreement is made and entered into this day of , 2022, by and between the RIVERSIDE COUNTY TRANSPORTATION COMMISSION ("the Commission") and Epic Land Solutions, , c. "Consultant"), C Corporation. The Commission and Consultant are sometime fe to herein individually as "Party", and collectively as the "Parties". Recitals. A. On November 8, 1988 the Vo of Riverside County approved Measure A authorizing the collection of a one-half perce (1/2 %) retail transactions and use tax (the "tax") to fund transportation programs and improvements within the County of Riverside, and adopting the RiversiidCounty Transportation Improvement Plan (the "Plan"). B. Purs Utility Code Sections 240000 et seq., the Commission is authorized to alloc s of the Tax in furtherance of the Plan. C. On November 5, 2'002, the voters of Riverside County approved an extension of the Measure A tax for an additional thirty (30) years for the continued funding of transportation and improvements within the County of Riverside. D. A source of funding for payment for on -call professional consulting services provided under this Agreement may be State Proposition 1B funds, Federal Highway Administration Funds ("FHWA") administered by the California Department of Transportation ("Caltrans"), and/or funds from the Federal Transit Administration ("FTA"). E. Consultant desires to perform and assume responsibility for the provision of certain on -call right of way support services in the County of Riverside, California. Services shall be provided on the terms and conditions set forth in this Agreement and in the task order(s) to be issued pursuant to this Agreement and executed by the Commission and the Consultant ("Task Order"). Consultant represents that it is experienced in providing such services to public clients, is licensed in the State of California (if necessary), and is familiar with the plans of the Commission. F. The Commission desires to engage Consultant to render such services on an on -call basis. Services shall be ordered by Task Order(s) to be issued pursuant to this Agreement for future projects as set forth herein and in each Task Order (each such project shall be designated a "Project" under this Agreement). Terms. 1. General Scope of Services. Consultant shall furnish all technical and professional services, including labor, material, equipment, transportation, supervision and expertise, and incidental and customary work necessary to fu,.. and adequately supply the on -call right of way support services for the Projects (" vices"). The Services are generally described in Exhibit "A" attached hereto and ' orated herein by reference. The Services shall be more particularly described in t indi , al Task Orders issued by the Commission's Executive Director or designee. Service ;;_ .II be performed unless authorized by a fully executed Task Order. All S ces all be s"` 'ect to, and performed in accordance with, this Agreement, the releva s der, the exhibits attached hereto and incorporated herein by reference, and all app e local, state and federal laws, rules and regulations. 2. Commencement of S upon receipt of a written "No Commission. 3. Pre -Award Audit. extent Caltrans proc Proceed" may be questions raised du consider approval of t contingent on meeting al the Commission to termina Consultant shall commence work d" or "Limited Notice to Proceed" from result o the federal funding for this Project, and to the connection therewith, issuance of a "Notice to pletion and approval of a pre -award audit. Any and audit shall be resolved before the Commission will ent. The federal aid provided under this Agreement is al requirements and could be withdrawn, thereby entitling this Agreement, if the procedures are not completed. The Consultant's files shall be maintained in a manner to facilitate Federal and State process reviews. In addition, the applicable federal agency, or Caltrans acting in behalf of a federal agency, may require that prior to performance of any work for which Federal reimbursement is requested and provided, that said federal agency or Caltrans must give to Commission an "Authorization to Proceed". 4. Audit Procedures. Consultant and subconsultant contracts, including cost proposals and ICR, are subject to audits or reviews such as, but not limited to, a contract audit, an incurred cost audit, an Independent Cost Review (ICR) Audit, or a CPA ICR audit work paper review. If selected for audit or review, this Agreement, Consultant's cost proposal and ICR and related work papers, if applicable, will be reviewed to verify compliance with 48 CFR, Part 31 and other related laws and regulations. In the instances of a CPA ICR audit work paper review it is Consultant's responsibility to ensure federal, 2 257 state, or local government officials are allowed full access to the CPA's work papers including making copies as necessary. This Agreement, Consultant's cost proposal, and ICR shall be adjusted by Consultant and approved by the Commission's contract manager to conform to the audit or review recommendations. Consultant agrees that individual terms of costs identified in the audit report shall be incorporated into this Agreement by this reference if directed by Commission at its sole discretion. Refusal by Consultant to incorporate audit or review recommendations, or to ensure that the federal, state or local governments have access to CPA work papers, will be considered a breach of the Agreement terms and cause for termination of this Agreement and disallowance of prior reimbursed costs. Additional audit provisions applicable to this Agreement are set forth in Sections 23 and 24 of this Agreement. 5. Term. 5.1 This Agreement shall go into effect o contingent upon approval by Commission, and Cons notification to proceed by Commission's Contract Ad three years from the date set forth above, unless e case shall the term of this Agreement exceed t be completed within the term. e date first set forth above, shall commence work after This Agreement shall end ract amendment. In no sk Order work should 5.2 Consultant is advis i at any • mmendation for contract award is not binding on Commission until this A. f executed and approved by the Commission. 5.3 This Agr unless earlier terminated a within the term of this A• ree deadlines. All appli effect following th 6. Commis the Commission's Exe Administrator for the p Administrator"). Commission's Contract Administrator shall have the authority to act on behalf of the Commission for all purposes under this Agreement. Commission's Contract Administrator shall also review and give approval, as needed, to the details of Consultant's work as it progresses. Consultant shall not accept direction or orders from any person other than the Commission's Contract Administrator or his or her designee. ain in effect until the date set forth above, Consultant shall complete the Services nd s . meet any other established schedules and ation provisions of this Agreement shall remain in Agreement. act Administrator. The Commission hereby designates 'rector, or his or her designee, to act as its Contract ormance of this Agreement ("Commission's Contract 7. Consultant's Representative. Consultant hereby designates Karen Starr to act as its Representative for the performance of this Agreement ("Consultant's Representative"). Consultant's Representative shall have full authority to act on behalf of Consultant for all purposes under this Agreement. The Consultant's Representative shall supervise and direct the Services, using his or her professional skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. Consultant shall work closely and cooperate fully with Commission's Contract Administrator and any other agencies which may have jurisdiction over, or an interest in, the Services. Consultant's Representative shall be available to the Commission staff at all reasonable times. Any substitution in Consultant's Representative shall be approved in writing by Commission's Contract Administrator. 8. Substitution of Key Personnel. Consultant has represented to the Commission that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Consultant may substitute other personnel of at least equal competence upon written approval by the Commission. In the event that the Commission and Consultant cannot agree as to the substitution of the key personnel, the Commission shall be entitled to terminate this Agreement for cause, pursuant to the provisions herein. The key personnel for performance of this Agreement are: Kari Anvick, Darcy Me ,oza, Melissa Mann, Eddie Quintero, Tyler Kelleher, and Michael Mays, or as othe ,'`='identified in the Task Order. 9. Standard of Care; Licenses. Consultan skilled in the professional calling necessary to perf required by this Agreement to fully and adequat perform the Services and duties in conforma generally recognized as being employed by pro State of California. Consultant warrants sufficient skill and experience to perform t represents and warrants to the Commissio licenses, permits, qualifications '•rov to perform the Services, a throughout the term of this expense and without re correct errors or omis standard of care pr all damages and o Agreement arising fr Consultant or its sub- pr- , is and maintains that it is all Sery duties and obligations ete the ' ject. Consultant shall d consistent with the standards onals in the same discipline in the 1 emp es and subcontractors shall have gned to them. Consultant further loyees and subcontractors have all of whatever nature that are legally required ses and approvals shall be maintained sultant shall perform, at its own cost and nt from the Commission, any services necessary to aused by the Consultant's failure to comply with the in, d shall be fully responsible to the Commission for provided for in the indemnification provisions of this nsultant's errors and omissions. Any employee of tants who is determined by the Commission to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the Commission, shall be promptly removed from the Project by the Consultant and shall not be re-employed to perform any of the Services or to work on the Project. 10. Independent Contractor. The Services shall be performed by Consultant or under its supervision. Consultant will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. Commission retains Consultant on an independent contractor basis and not as an employee, agent or representative of the Commission. Consultant retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Consultant shall pay all wages, salaries 4 259 and other amounts due such personnel in connection with their performance of Services and as required by law. Consultant shall be responsible for all reports and obligations respecting such personnel, including but not limited to, social security taxes, income tax withholdings, unemployment insurance, disability insurance, and workers' compensation insurance. 11. Task Orders; Commencement of Services; Schedule of Services. Consultant shall commence Services under a Task Order within five (5) days of receiving a fully executed Task Order from the Commission. Task Orders shall be in substantially the form set forth in Exhibit "B" attached hereto and incorporated herein by reference. Each Task Order shall identify the funding source(s) to be used to fund the Services under the relevant Task Order, and Consultant shall comply with the requirements specified herein, and in the attached exhibits, applicable to the identified funding source(s). Consultant shall perform the Services expe•' .usly, within the term of this Agreement, and in accordance with any schedule of S es set forth in a Task Order ("Schedule"). Consultant represents that it has the pro sio and technical personnel to perform the Services in conformance with su conditio In order to facilitate Consultant's conformance with the Schedule, the mmi ion sha -spond to Consultant's submittals in a timely manner. Upon reques C•'° ission's Contract Administrator, Consultant shall provide a more detailed schedul - . nticipated performance to meet the Schedule of Services. 11.1 Modification of the Sc i•`J" -. sultant shall regularly report to the Commission, through corresp• or ogress reports, its progress in providing required Services within the ed d tim •eriods. Commission shall be promptly informed of all anticipated de . .. 1► - ' hat Consultant determines that a schedule modification is necessa ..,ons►,, _ t shall promptly submit a revised Schedule of Services for approval by Com -_ct Administrator. 11.2 Commission's Contra Commission, on a bi-we standard day and time. discussions concerning scope, schedule, and current progress of Services, relevant cost issues, and future Project objectives. Consultant shall be responsible for the preparation and distribution of meeting agendas to be received by the Commission and other attendees no later than three (3) working days prior to the meeting. s. Consultant shall conduct trend meetings with the trator and other interested parties, as requested by the asis or as may be mutually scheduled by the Parties at a ese trend meetings will encompass focused and informal 11.3 Progress Reports. As part of its monthly invoice, Consultant shall submit a progress report, in a form determined by the Commission, which will indicate the progress achieved during the previous month in relation to the Schedule of Services. Submission of such progress report by Consultant shall be a condition precedent to receipt of payment from the Commission for each monthly invoice submitted. 5 260 12. Delay in Performance. 12.1 Excusable Delays. Should Consultant be delayed or prevented from the timely performance of any act or Services required by the terms of the Agreement by reason of acts of God or of the public enemy, acts or omissions of the Commission or other governmental agencies in either their sovereign or contractual capacities, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes or unusually severe weather, performance of such act shall be excused for the period of such delay. 12.2 Written Notice. If Consultant believes it is entitled to an extension of time due to conditions set forth in subsection 12.1, Consultant shall provide written notice to the Commission within seven (7) working days from the time Consultant knows, or reasonably should have known, that performance of the Services will be delayed due to such conditions. Failure of Consultant to provide such ti -ly notice shall constitute a waiver by Consultant of any right to an excusable delay i ► `ro ` e of performance. 12.3 Mutual Agreement. Perform- ;, e ny Services under this Agreement may be delayed upon mutual agrs '` ent of 1 ,- Parties. Upon such agreement, Consultant's Schedule of Service all b- exten• as necessary by the Commission. Consultant shall take all reason. ' - st; r' to minimize delay in completion, and additional costs, resulting from any such ex 13. Prelimina Review of Wor - - •rts, orking papers, and similar work products prepared for submission in the co -e • ing Services under this Agreement shall be submitted to the Com 's ract Administrator in draft form, and the Commission may require revi s of ch d is prior to formal submission and approval. In the event plans and desi• .are •- oped as part of the Project, final detailed plans and designs shall be con t upon btaining environmental clearance as may be required in connection -d _ _ funding. In the event that Commission's Contract Administrator, in hi ; 1, er sol- sc •n, determines the formally submitted work product to be not in accor•' °r.,. a with standard of care established under this Agreement, Commission's Contra "dmin ator may require Consultant to revise and resubmit the work at no cost to the C. 1 ,p,i ion. 14. Appearance at Hearings. If and when required by the Commission, Consultant shall render assistance at public hearings or other meetings related to the Project or necessary to the performance of the Services. However, Consultant shall not be required to, and will not, render any decision, interpretation or recommendation regarding questions of a legal nature or which may be construed as constituting a legal opinion. 15. Opportunity to Cure; Inspection of Work. Commission may provide Consultant an opportunity to cure, at Consultant's expense, all errors and omissions which may be disclosed during Project implementation. Should Consultant fail to make such correction in a timely manner, such correction may be made by the Commission, and the cost thereof charged to Consultant. Consultant shall allow the Commission's Contract Administrator, Caltrans and FHWA to inspect or review Consultant's work in progress at any reasonable time. 6 261 16. Claims Filed by Contractor. 16.1 If claims are filed by the Commission's contractor for the Project ("Contractor") relating to work performed by Consultant's personnel, and additional information or assistance from the Consultant's personnel is required by the Commission in order to evaluate or defend against such claims; Consultant agrees to make reasonable efforts to make its personnel available for consultation with the Commission's construction contract administration and legal staff and for testimony, if necessary, at depositions and at trial or arbitration proceedings. 16.2 Consultant's personnel that the Commission considers essential to assist in defending against Contractor claims will be made available on reasonable notice from the Commission. Consultation or testimony will be reimbursed at the same rates, including travel costs that are being paid for the Consultant's •ersonnel services under this Agreement. 16.3 Services of the Consultant's p connection with Contractor claims will be perf amendment, if necessary, extending the termi finally resolve the claims. 16.4 Nothing contained i. Consultant's indemnification obligation conflict between this Section and Section intended to obligate the Com personnel related to Contrac defend the Commission pu nd other support staff in t to a written contract greement in order to s Secti hall be construed to in any way limit ection 29. In the case of any 9 shall govern. This Section is not burse Consultant for time spent by its ch Consultant is required to indemnify and of this Agreement. 17. Final Ac - .n determination by the Commission that Consultant has satisfactorily c term set forth her Acceptance. Upon hereunder, unless othe request issuance of a Noti completed all Services required under the terms of this Agreement. In the event copyrights are permitted under this Agreement, then in connection with Federal funding, it is hereby acknowledged and agreed that the United States Department of Transportation shall have the royalty -free non-exclusive and irrevocable right to reproduce, publish, or otherwise use, and to authorize others to use, the work for governmental purposes. es required under this Agreement and within the ission shall give Consultant a written Notice of Final such notice, Consultant shall incur no further costs cified in the Notice of Final Acceptance. Consultant may of Final Acceptance when, in its opinion, it has satisfactorily 18. Laws and Regulations. Consultant shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. For example, and not by way of limitation, Consultant shall keep itself fully informed of and in compliance with all implementing regulations, design standards, specifications, previous commitments that must be incorporated in the design of the Project, and administrative controls including 7 262 those of the United States Department of Transportation. Compliance with Federal procedures may include completion of the applicable environmental documents and approved by the United States Department of Transportation. For example, and not by way of limitation, a signed Categorical Exclusion, Finding of No Significant Impact, or published Record of Decision may be required to be approved and/or completed by the United States Department of Transportation. For Consultant shall be liable for all violations of such laws and regulations in connection with Services. If the Consultant performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the Commission, Consultant shall be solely responsible for all costs arising therefrom. Consultant shall defend, indemnify and hold Commission, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 19. Fees and Payment. 19.1 The method of payment for thi • ree - t will be based on actual cost plus a fixed fee. Commission shall reimburs: ; onsultan actual costs (including Tabor costs, employee benefits, travel, equipm ;t'``ent. ,,costs, o head and other direct w costs) incurred by Consultant in performanc= :w;.tha°s ervices. Consultant shall not be reimbursed for actual costs that exceed the est ed wage rates, employee benefits, travel, equipment rental, overhead, an. ;?_., -r esti ,,-d costs set forth in the approved Consultant cost proposal attached her. • • ibi C" and incorporated herein by reference, or any cost proposal included . .' • o ask Order ("Cost Proposal") unless additional reimbursement is p for written amendment. The overhead rates included in the attached Ex "C" all be ed for the term of the Master Agreement, and shall not be subject to a t required by the applicable funding source. In no event, shall Cons nt . ; imbursed for overhead costs at a rate that exceeds Commission's appro • e.. , .te set forth in the Cost Proposal. In the event that Commission dete es that '' cha '•e to the Services from that specified in the Cost Proposal, this Agre . ent or a i Task Order is required, the Agreement time or actual costs reimbursable • Co ission shall be adjusted by written amendment to accommodate the chan• +ork. The maximum total cost as specified in Section 19.8 shall not be exceeded, unless authorized by a written amendment. 19.2 In addition to the allowable incurred costs, Commission shall pay Consultant a fixed fee to be set forth in each Task Order ("Fixed Fee"). The Fixed Fee is nonadjustable for each Task Order, except in the event of a significant change in the Scope of Services, and such adjustment is made by written amendment. 19.3 Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the approved Cost Proposal. In addition, payments to Consultant for travel and subsistence expenses claimed for reimbursement or applied as local match credit shall not exceed rates authorized to be paid exempt non -represented State employees under current State Department of Personnel Administration (DPA) rules, unless otherwise authorized by Commission. If the rates invoiced are in excess of those authorized DPA rates, and Commission has not otherwise approved said rates, then 8 263 Consultant is responsible for the cost difference and any overpayments shall be reimbursed to the Commission on demand. 19.4 When milestone cost estimates are included in the approved Cost Proposal for a Task Order, Consultant shall obtain prior written approval for a revised milestone cost estimate from the Contract Administrator before exceeding such cost estimate. 19.5 Progress payments shall be made monthly in arrears based on Services provided and allowable incurred costs. A pro rata portion of the Fixed Fee shall be included in the monthly progress payments. If Consultant fails to submit the required deliverable items according to the schedule set forth in the Scope of Services, Commission shall have the right to delay payment or terminate this Agreement in accordance with the provisions of Section 21, Termination. 19.6 No payment shall be made prior to ' royal of any Services, nor for any Services performed prior to approval of this Agr 19.7 Consultant shall be reimbu permit upon receipt by Commission's Cont triplicate. Invoices shall be submitted no latertha of work for which Consultant is billing. I - •'ces sh milestone and each project as applicable approved Cost Proposal and shall referen invoice must contain the fina equipment purchased under final invoice should be sub work. Invoices shall be maile address: Riverside County Attention: Accounts P.O. 12008 Riverside, CA 92502 as prompt fiscal procedures will istrator of itemized invoices in alendar days after the performance etail the work performed on each flow the format stipulated for the ment number and project title. Final credits due Commission including any urchase provisions of this Agreement. The ndar days after completion of Consultant's ommi ion's Contract Administrator at the following Commission 19.8 The total amount payable by Commission, including the Fixed Fee, shall not exceed the amount set forth in each Task Order. 19.9 Salary increases shall be reimbursable if the new salary is within the salary range identified in the approved Cost Proposal and is approved by Commission'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. 19.10 Consultant shall not be reimbursed for any expenses unless authorized in writing by the Commission's Contract Administrator. 19.11 All subcontracts in excess of $25,000 shall contain the above provisions. 20. Disputes. 20.1 Any dispute, other than audit, concerning a question of fact arising under this Agreement that is not disposed of by mutual agreement of the Parties shall be decided by a committee consisting of RCTC's Contract Administrator and the Director of Capital Projects, who may consider written or verbal information submitted by Consultant. 20.2 Not later than 30 days after completion of all Services under this Agreement, Consultant may request review by the Commission's Executive Director of unresolved claims or disputes, other than audit. The request f r review will be submitted in writing. 20.3 Neither the pendency of a dis committee will excuse Consultant from full and tim terms of this Agreement. 21. Termination. 21.1 Commission resery (30) calendar days written notice to Cons termination stated in the notice. at any time, for any or no rea the notice of termination of 21.2 C Consultant fail to p herein provided. Services in any ma Agreement with Consu under this Agreement for cost of completion to Commission exceeds the funds remaining in the Agreement. In such case, the overage shall be deducted from any sum due Consultant under this Agreement and the balance, if any, shall be paid to Consultant upon demand. e, its consideration by the erformW';;. a in accordance with the inate this Agreement upon thirty or no reason, with the reasons for ay terminate Services under a Task Order, ctive date of termination to be specified in ay terminate this Agreement with Consultant should is herein contained at the time and in the manner f su h termination, Commission may proceed with the proper by Commission. If Commission terminates this mission shall pay Consultant the sum due to Consultant ices completed and accepted prior to termination, unless the 21.3 In addition to the above, payment upon termination shall include a prorated amount of profit, if applicable, but no amount shall be paid for anticipated profit on unperformed Services. Consultant shall provide documentation deemed adequate by Commission's Contract Administrator to show the Services actually completed by Consultant prior to the effective date of termination. This Agreement shall terminate on the effective date of the Notice of Termination 21.4 Upon receipt of the written Notice of Termination, Consultant shall discontinue all affected Services as directed in the Notice or as otherwise provided herein, and deliver to the Commission all Documents and Data, as defined in this Agreement, as 10 265 may have been prepared or accumulated by Consultant in performance of the Services, whether completed or in progress. 21.5 In addition to the above, Consultant shall be liable to the Commission for any reasonable additional costs incurred by the Commission to revise work for which the Commission has compensated Consultant under this Agreement, but which the Commission has determined in its sole discretion needs to be revised, in part or whole, to complete the Project because it did not meet the standard of care established in this Agreement. Termination of this Agreement for cause may be considered by the Commission in determining whether to enter into future agreements with Consultant. 21.6 The rights and remedies of the Parties provided in this Section are in addition to any other rights and remedies provided by law or under this Agreement. 21.7 Consultant, in executing this Agree waived any and all claims for damages which may othe termination of this Agreement, for convenience or ca , shall be deemed to have arise from the Commission's rovided in this Section. 21.8 Consultant may not termin this Agreem except for cause. 22. Cost Principles and Admin',:: , ative R A[ 'rements. 22.1 Consultant agrees t 48 CFR, Federal Acquisition Re used to determine the cost all ct Cost Principles and Procedures, m, Chapter 1, Part 31.000 et seq., shall be vidual items. 22.2 Consult to comply with federal procedures in accordance with 2 CF' 2�`' .'; niform Administrative Requirements, Cost Principles, and Audit Require s fo •e swards. 22.3 costs r which payment has been made to CONSULTANT that are determined by su i ; u - audit to be unallowable under 2 CFR, Part 200 and 48 CFR, Federal Acquisition ulations System, Chapter 1, Part 31.000 et seq., are subject to repayment by Consultant to Commission. 22.4 All subcontracts in excess of $25,000 shall contain the above provisions. 23. Retention of Records/Audit. For the purpose of determining compliance with, as applicable, 2 CFR Part 200, 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 this Agreement pursuant to Government Code 8546.7; Consultant, subconsultants, and Commission shall maintain and make available for inspection all books, documents, papers, accounting records, and other evidence pertaining to the performance of this Agreement, including but not limited to, the costs of administering this Agreement. All parties shall make such materials available at their respective offices at all reasonable times during the Agreement period and for three years 11 266 from the date of final payment under this Agreement. The State, State Auditor, Commission, FHWA, or any duly authorized representative of the State or 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 this Agreement 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. 23.1 Accounting System. Consultant and its subcontractors shall establish and maintain an accounting system and records that properly accumulate and segregate expenditures by line item for the Services. The accounting system of Consultant and its subcontractors shall conform to Generally Accepted Accounting Principles (GAAP), enable the determination of incurred costs at interim points of completion, and provide support for reimbursement payment vouchers or invoices. 24. Audit Review Procedures. 24.1 Any dispute concerning a qucOton of fac ing under an interim or post audit of this Agreement that is not disposed of by agreeme , shall be reviewed by Commission's Chief Financial Officer. 24.2 Not later than 30 days after issuance of the final audit report, Consultant may request a review by Commission's Chief Financial Officer of unresolved audit issues. The request for review shall be submitted in writing. 24.3 Neither pendency of a dispute nor its consideration by Commission shall excuse C. .ult- I and timely performance, in accordance with the terms of this Agreement. 25.1 ing c' tained in this Agreement or otherwise, shall create any contractual relation be - •mmission and any subconsultant(s), and no subcontract shall relieve Consultant o esponsibilities and obligations hereunder. Consultant agrees to be as fully responsible to Commission 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. Consultant's obligation to pay its subconsultant(s) is an independent obligation from Commission's obligation to make payments to the Consultant. 25.2 Consultant shall perform the Services contemplated with resources available within its own organization and no portion of the Services pertinent to this Agreement shall be subcontracted without written authorization by Commission's Contract Administrator, except that, which is expressly identified in the approved Cost Proposal. 25.3 Consultant shall pay its subconsultants within ten (10) calendar days from receipt of each payment made to Consultant by Commission. 12 267 25.4 Any subcontract in excess of $25,000 entered into as a result of this Agreement shall contain all the provisions stipulated in this Agreement to be applicable to subconsultants. 25.5 Any substitution of subconsultant(s) must be approved in writing by Commission's Contract Administrator prior to the start of work by the subconsultant(s). 25.6 Exhibit "C" may set forth the rates at which each subconsultant shall bill the Consultant for Services and that are subject to reimbursement by the Commission to Consultant. Additional Direct Costs, as defined in Exhibit "C" shall be the same for both the Consultant and all subconsultants, unless otherwise identified in Exhibit "C" or in a Task Order. The subconsultant rate schedules and cost proposals contained herein are for accounting purposes only. 26. Equipment Purchase 26.1 Prior authorization, in writing, by C shall be required before Consultant enters into subcontract for supplies, equipment, or services the necessity or desirability of incurring such 26.2 For purchase of an the Cost Proposal and exceeding $5,00 Contract Administrator is required. Thre the request for such purchase, • abs 26.3 Any eq the following: Consultant sh Nonexpendable prop acquisition cost of sold or traded in, this Agreement, or equipment and credit equipment at the best pr established Commission procedures; and credit Commission 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 Commission and Consultant. If Consultant determines to sell the equipment, the terms and conditions of such sale must be approved in advance by Commission. 2 CFR, Part 200 requires a credit to Federal funds when participating equipment with a fair market value greater than $5,000 is credited to the Project. on's Contract Administrator ted purchase order, or ovide an evaluation of or consulting work not covered in ion, in writing, by Commission's quotations must be submitted with of bidding must be adequately justified. as a result of this Agreement is subject to inventory of all nonexpendable property. as having a useful life of at least two years and an e purchased equipment needs replacement and is all receive a proper refund or credit at the conclusion of ment is terminated, Consultant may either keep the on in an amount equal to its fair market value, or sell such obtainable at a public or private sale, in accordance with 26.4 All subcontracts in excess $25,000 shall contain the above provisions. 27. Labor Code Requirements. 27.1 Prevailing Wages. 13 268 (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 Services. (b) Any subcontract entered into as a result of this Agreement, 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 Section. (c) When prevailing wages apply to the Services described in the Scope of Services, 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 http://www.dir.ca.gov. (d) Copies of the prevailing rate •<;i'°per diem wages in effect at commencement of this Agreement are on file at the Com on's offices. Consultant shall make copies of the prevailing rates of per diem wages e ::craft, classification or type of worker needed to execute the Services available ntereste rties upon request, and shall post copies at the Consultant's principal . e of .usines d at the project site. Consultant shall defend, indemnify and hold th .m ion, its elected officials, officers, employees and agents free and harmless from aims, liabilities, costs, penalties or interest arising out of any failure or all :� failure comply with the Prevailing Wage Laws. 27.2 DIR Reaist an applicable "public works" Sections 1725.5 and 1771. with the Department of Indust duration of the Projec be subject to com Relations. It sha registration and labo e Services are being performed as part of e" project, then pursuant to Labor Code nd all subconsultants must be registered lations.Consultant shall maintain registration for the e same of any subconsultants. This Project may also and enforcement by the Department of Industrial nt's sole responsibility to comply with all applicable e requirements. 27.3 Eight our Law. Pursuant to the provisions of the California Labor Code, eight hours of labor shall constitute a legal day's work, and the time of service of any worker employed on the work shall be limited and restricted to eight hours during any one calendar day, and forty hours in any one calendar week, except when payment for overtime is made at not less than one and one-half the basic rate for all hours worked in excess of eight hours per day ("Eight -Hour Law"), unless Consultant or the Services are not subject to the Eight -Hour Law. Consultant shall forfeit to Commission as a penalty, $50.00 for each worker employed in the execution of this Agreement by him, or by any sub -consultant under him, for each calendar day during which such workman is required or permitted to work more than eight hours in any calendar day and forty hours in any one calendar week without such compensation for overtime violation of the provisions of the California Labor Code, unless Consultant or the Services are not subject to the Eight -Hour Law. 14 269 27.4 Employment of Apprentices. This Agreement shall not prevent the employment of properly indentured apprentices in accordance with the California Labor Code, and no employer or labor union shall refuse to accept otherwise qualified employees as indentured apprentices on the work performed hereunder solely on the ground of race, creed, national origin, ancestry, color or sex. Every qualified apprentice shall be paid the standard wage paid to apprentices under the regulations of the craft or trade in which he or she is employed and shall be employed only in the craft or trade to which he or she is registered. If California Labor Code Section 1777.5 applies to the Services, Consultant and any subcontractor hereunder who employs workers in any apprenticeable craft or trade shall apply to the joint apprenticeship council administering applicable standards for a certificate approving Consultant or any sub -consultant for the employment and training of apprentices. Upon issuance of this certificate, Consultant and any sub-, onsultant shall employ the number of apprentices provided for therein, as well as co ;;_; _;ute to the fund to administer the apprenticeship program in each craft or trade in th-: FFn of the work hereunder. The parties expressly understand that t , responsi '.,_ for compliance with provisions of this Section and with Sections 17 17 7.6 and 77.7 of the California Labor Code in regard to all apprenticeable occ► tio- ies with Consultant 28. Ownership of Materials/C. ntialit 28.1 Documents perpetual license for Commissio copyrights and designs embo materials, data and other do expression, including but not recorded on comput Consultant under t & Data: : ement creates an exclusive and modify, reuse, or sub -license any and all ecifications, studies, drawings, estimates, authorship fixed in any tangible medium of o, phys al drawings or data magnetically or otherwise hich are prepared or caused to be prepared by (` uments & Data"). hall require all subcontractors to agree in writing that Commission is granted . sive and perpetual license for any Documents & Data the subcontractor prepares un' 'r this Agreement. Consultant represents and warrants that Consultant has the legal right to grant the exclusive and perpetual license for all such Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the Commission. Commission shall not be limited in any way in its use of the Documents & Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at Commission's sole risk. 28.2 Intellectual Property. In addition, Commission shall have and retain all right, title and interest (including copyright, patent, trade secret and other proprietary 15 270 rights) in all plans, specifications, studies, drawings, estimates, materials, data, computer programs or software and source code, enhancements, documents, and any and all works of authorship fixed in any tangible medium or expression, including but not limited to, physical drawings or other data magnetically or otherwise recorded on computer media ("Intellectual Property") prepared or developed by or on behalf of Consultant under this Agreement as well as any other such Intellectual Property prepared or developed by or on behalf of Consultant under this Agreement. The Commission shall have and retain all right, title and interest in Intellectual Property developed or modified under this Agreement whether or not paid for wholly or in part by Commission, whether or not developed in conjunction with Consultant, and whether or not developed by Consultant. Consultant will execute separate written assignments of any and all rights to the above referenced Intellectual Property upon request of Commission. Consultant shall also be respons',.;`• obtain in writing separate written assignments from any subcontractors or age •f Co Itant of any and all right to the above referenced Intellectual Property. Shou onsultan , her during or following termination of this Agreement, desire to use of e above eferenced Intellectual Property, it shall first obtain the written approv t ommission. All materials and do Consultant for general use prior to the ex copyright of any other party or publ avai continue to be the property of t stated prior to execution of th. the right to grant the exclusi provided herein. perpetual license to otherwise owned by collective, insurrectional, ere developed or prepared by the is greement and which are not the n. y other computer applications, shall However, unless otherwise identified and sultant represents and warrants that it has icense for all such Intellectual Property as er is granted by Consultant a non-exclusive and odify or sub -license any and all Intellectual Property which is the basis or foundation for any derivative, pplemental work created under this Agreement. 28.3 Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall not, without the prior written consent of Commission, be used by Consultant for any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use Commission's name or insignia, photographs of the Project, or any publicity pertaining to the Services or the Project in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of Commission. 16 271 28.4 Infringement Indemnification. Consultant shall defend, indemnify and hold the Commission, its directors, officials, officers, employees, volunteers and agents free and harmless, pursuant to the indemnification provisions of this Agreement, for any alleged infringement of any patent, copyright, trade secret, trade name, trademark, or any other proprietary right of any person or entity in consequence of the use on the Project by Commission of the Documents & Data, including any method, process, product, or concept specified or depicted. 29. Indemnification. To the fullest extent permitted by law, Consultant shall defend (with counsel of Commission's choosing), indemnify and hold Commission, Caltrans and their directors, officials, officers, employees, consultants, volunteers, and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to alleged neglige acts, omissions, or willful misconduct of Consultant, its officials, officers, employ agents, consultants, and contractors arising out of or in connection with the perfor e of the Services, the Project or this Agreement, including without limitation the .,- r en ' . consequential damages, expert witness fees, and attorneys fees and other r .' ed costs * expenses. Consultant shall defend, at Consultant's own cost, expense d ris any an I such aforesaid suits, actions or other legal proceedings of every kin• t be brought or instituted against Commission, Caltrans and their directors, offic officers, employees, consultants, agents, or volunteers. Consultant shall p ,,• satis y judgment, award or decree that may be rendered against Commission, a •r eir directors, officials, officers, employees, consultants, agents, • volu = in y such suit, action or other legal proceeding. Consultant shall re Co '` ission, Caltrans and their directors, officials, officers, employees, consult. age , an. ! volunteers, for any and all legal expenses and costs, including reasona. i a -s, incurred by each of them in connection therewith or in enforce mnity herein provided. Consultant's obligation to indemnify shall not b urance proceeds, if any, received by Commission, Caltrans, their dire rs, offices ' •ffi rs, employees, consultants, agents, or volunteers. If Consultant's • :ate• o defend, indemnify, and/or hold harmless arises out of Consultant's performanc. a "design professional" (as that term is defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code section 2782.8, which is fully incorporated herein, Consultant's indemnification obligation shall be limited to claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Consultant, and, upon Consultant obtaining a final adjudication by a court of competent jurisdiction, Consultant's liability for such claim, including the cost to defend, shall not exceed the Consultant's proportionate percentage of fault. Consultant's obligations as set forth in this Section shall survive expiration or termination of this Agreement. 30. To the fullest extent permitted by law, Consultant shall defend, indemnify and hold Commission, Caltrans and their directors, officials, officers, employees, consultants, volunteers, and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or 17 272 persons, including wrongful death, inverse condemnation, and any claims related to property acquisition and relocation rules or failure to detect or abate hazardous materials, which are brought by a third party, and which , in any manner arise out of or are incident to alleged negligent acts, omissions, or willful misconduct of Consultant, its officials, officers, employees, agents, consultants, and contractors arising out of or in connection with the performance of the Services, the Project or this Agreement, including without limitation the payment of consequential damages, expert witness fees, and attorneys fees and other related costs and expenses. Consultant shall defend, at Consultant's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against Commission, Caltrans, and their directors, officials, officers, employees, consultants, agents, or volunteers. Consultant shall pay and satisfy any judgment, award or decree that may be rendered against Commission, Caltrans or their directors, officials, officers, employees, consultants, agents, or volunteers, in any such suit, action or other legal proceeding. Consultant s II reimburse Commission, Caltrans and their directors, officials, officers, employe consultants, agents, and/or volunteers, for any and all legal expenses and costs, in _ �ll a n. reasonable attorney's fees, incurred by each of them in connection therewith n en . i; ing the indemnity herein provided. Consultant's obligation to indemnif , ; "` all not b_ -stricted to insurance proceeds, if any, received by Commission, C n ns their dir- tors, officials officers, employees, consultants, agents, or volunteers i anding the foregoing, to the extent Consultant's Services are subject to Civil Code Se 2782.8, the above indemnity shall be limited, to the extent required by Civil ecti. 782.8, to claims that arise out of, pertain to, or relate to the negligence, reck w ful misconduct of the Consultant. Consultant's obligations as set h in , Sec on 29 shall survive expiration or termination of this Agreement. 31. Insurance. 31.1 Agreement until i secured all insuran acceptable to the Com commence work on any Section. nce. Consultant shall not commence work under this ence satisfactory to the Commission that it has der this Section, in a form and with insurance companies addition, Consultant shall not allow any subcontractor to ntract until it has secured all insurance required under this 31.2 Minimum Requirements. Consultant shall, at its expense, procure and maintain for the duration of the Agreement insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the Agreement by the Consultant, its agents, representatives, employees or subcontractors. Consultant shall also require all of its subcontractors to procure and maintain the same insurance for the duration of the Agreement. Such insurance shall meet at least the following minimum levels of coverage: (a) Minimum Scope of Insurance. Coverage shall be at least as broad as the latest version of the following: (1) General Liability: Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001 or exact equivalent); (2) Automobile Liability: Insurance Services Office Business Auto Coverage (form CA 0001, 18 273 code 1 (any auto) or exact equivalent); and (3) Workers' Compensation and Employer's Liability: Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. (b) Minimum Limits of Insurance. Consultant shall maintain limits no less than: (1) General Liability: $2,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with general aggregate limit is used, either the general aggregate limit shall apply separately to this Agreement/location or the general aggregate limit shall be twice the required occurrence limit. Limits may be achieved by any combination of primary and excess or umbrella liability insurance; (2) Automobile Liability: $1,000,000 per accident for bodily injury and property damage. Limits may be achieved by any combination of primary and excess or umbrella liability insurance; and (3) Workers' Compensation and Employer's Liability: Workers' Compensation limits as required by the abor Code of the State of California. Employer's Practices Liability limits of $1,000 ° + per accident. 31.3 Professional Liability. Consults %sh:'"' ocure and maintain, and require its sub -consultants to procure and maintai r, •r a perio• ' five (5) years following completion of the Project, errors and omission iabil' insura «'e appropriate to their profession. For Consultant, such insuranc ,.ha •e in an amount not less than $1,000,000 per claim. This insurance shall be -°, I,+rsed to include contractual liability applicable to this Agreement and shall kitten o ; policy form coverage specifically designed to protect against acts, erro o u : io ' of the Consultant. "Covered Professional Services" as desi • nated p •' must specifically include work performed under this Agreeme •olio ust "pay on behalf of the insured and must include a provision establishi rer's ty to defend. Subconsultants of Consultant shall obtain such insura t not less than $2,000,000 per claim. Notwithstanding the for- • •'ng, !' ommission may consider written requests to lower or dispense with the er •m •ns liability insurance requirement contained in this Section for certai '•consul is o onsultant, on a case -by -case basis, depending on the nature and sco• .f the S: ices to be provided by the subconsultant. Approval of such request shall be riti signed by the Commission's Contract Administrator. 31.4 Aircra Liability Insurance. Prior to conducting any Services requiring use of aircraft, Consultant shall procure and maintain, or cause to be procured and maintained, aircraft liability insurance or equivalent form, with a single limit as shall be required by the Commission. Such insurance shall include coverage for owned, hired and non -owned aircraft and passengers, and shall name, or be endorsed to name, the Commission, Caltrans and their directors, officials, officers, employees and agents as additional insureds with respect to the Services or operations performed by or on behalf of the Consultant. 31.5 Insurance Endorsements. The insurance policies shall contain the following provisions, or Consultant shall provide endorsements on forms approved by the Commission to add the following provisions to the insurance policies: 19 274 (a) General Liability. (1) Commercial General Liability Insurance must include coverage for (1) bodily Injury and property damage; (2) personal Injury/advertising Injury; (3) premises/operations liability; (4) products/completed operations liability; (5) aggregate limits that apply per Project; (6) explosion, collapse and underground (UCX) exclusion deleted; (7) contractual liability with respect to this Agreement; (8) broad form property damage; and (9) independent consultants coverage. (ii) The policy shall contain no endorsements or provisions limiting coverage for (1) contractual liability; (2) cross liability exclusion for claims or suits by one insured against another; or (3) contain any other exclusion contrary to this Agreement. (iii) The policy shall give the Commission, its directors, officials, officers, employees, and agents insured status us"ISO endorsement forms 20 10 10 01 and 20 37 10 01, or endorsements providing t► act same coverage. (iv) The additional in "primary and non-contributory" and will not see Caltrans' insurance or self-insurance and shall endorsements providing the exact same covera d cove`_- under the policy shall be ntribution fr li. the Commission's or as broad as CG 20 01 04 13, or (b) Automobile L \ The tomobile liability policy shall be endorsed to state that: (1) the Commissio d their directors, officials, officers, employees and agents shall b: ere• additional insureds with respect to the ownership, operation, mainte e, -, loa g or unloading of any auto owned, leased, hired or borrowed by the Co Itant % hi the Consultant is responsible; and (2) the insurance coverage shall be p insur e as respects the Commission, Caltrans and their directors, official , ,s, •loyees and agents, or if excess, shall stand in an unbroken chain of ,U' -rage _es the Consultant's scheduled underlying coverage. Any insurance or -insurank _ maintained by the Commission, Caltrans and their directors, officials, o s, a 1.yees and agents shall be excess of the Consultant's insurance and shall not . d upon to contribute with it in any way. (c) Workers' Compensation and Employers Liability Coverage. (i) Consultant certifies that he/she is aware of the provisions of Section 3700 of the California Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and he/she will comply with such provisions before commencing work under this Agreement. (ii) The insurer shall agree to waive all rights of subrogation against the Commission, its directors, officials, officers, employees and agents for losses paid under the terms of the insurance policy which arise from work performed by the Consultant. 20 275 (d) All Coverages. (i) Defense costs shall be payable in addition to the limits set forth hereunder. (ii) Requirements of specific coverage or limits contained in this Section are not intended as a limitation on coverage, limits, or other requirement, or a waiver of any coverage normally provided by any insurance. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits set forth herein shall be available to the Commission, Caltrans and their directors, officials, officers, employees and agents as additional insureds under said policies. Furthermore, the requirements for coverage and limits shall be (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits .f coverage of any insurance policy or proceeds available to the named insured; which is greater. (iii) The limits of insura re. `-;,'. ed in this Agreement may be satisfied by a combination of primary and umbrel r excess '':' urance. Any umbrella or excess insurance shall contain or be endorsed onta. a prow'` 'i n that such coverage shall also apply on a primary and non-contribu ba ' or the benefit of the Commission (if agreed to in a written contract or agreement) be e Commission's own insurance or self-insurance shall be called upon to pr 't as a ed insured. The umbrella/excess policy shall be provided on a "following coverage at least as broad as provided on the underlying policy(ies). (30) days prior written noti except that the Consultant s cancellation of any s coverage is cancell deliver renewal cert to the Commission a expiration. hall provide the Commission at least thirty f any policy required by this Agreement, ovide least ten (10) days prior written notice of to non-payment of premium. If any of the required the term of this Agreement, the Consultant shall ing the General Liability Additional Insured Endorsement 10) days prior to the effective date of cancellation or (v) The retroactive date (if any) of each policy is to be no later than the effective date of this Agreement. Consultant shall maintain such coverage continuously for a period of at least three years after the completion of the work under this Agreement. Consultant shall purchase a one (1) year extended reporting period A) if the retroactive date is advanced past the effective date of this Agreement; B) if the policy is cancelled or not renewed; or C) if the policy is replaced by another claims -made policy with a retroactive date subsequent to the effective date of this Agreement. (vi) The foregoing requirements as to the types and limits of insurance coverage to be maintained by Consultant, and any approval of said insurance by the Commission, is not intended to and shall not in any manner limit or qualify the liabilities and obligations otherwise assumed by the Consultant pursuant to this Agreement, including but not limited to, the provisions concerning indemnification. 21 276 (vii) If at any time during the life of the Agreement, any policy of insurance required under this Agreement does not comply with these specifications or is canceled and not replaced, Commission has the right but not the duty to obtain the insurance it deems necessary and any premium paid by Commission will be promptly reimbursed by Consultant or Commission will withhold amounts sufficient to pay premium from Consultant payments. In the alternative, Commission may cancel this Agreement. The Commission may require the Consultant to provide complete copies of all insurance policies in effect for the duration of the Project. (viii) Neither the Commission nor any of its directors, officials, officers, employees or agents shall be personally responsible for any liability arising under or by virtue of this Agreement. 31.6 Deductibles and Self -Insurance Retenti • ns. Any deductibles or self - insured retentions must be declared to and approve.; the Commission. If the Commission does not approve the deductibles or self,. ed retentions as presented, Consultant shall guarantee that, at the option of the (4m on, either: (1) the insurer shall reduce or eliminate such deductibles or s- nsured tions as respects the Commission, its directors, officials, officers, em s eesnd agen or, (2) the Consultant shall procure a bond guaranteeing payment c, „ .s ' and related investigation costs, claims and administrative and defense expense. 31.7 Acce•tabilit of Ins a current A.M. Best's rating no less than satisfactory to the Commission 31.8 Verific original certificates of insuran Agreement on forms for each insuranc coverage on its be by the Commission require complete, certifi is to be placed with insurers with d to do business in California, and Consultant shall furnish Commission with d en.. ements effecting coverage required by this he Commission. The certificates and endorsements ed by a person authorized by that insurer to bind ates and endorsements must be received and approved commences. The Commission reserves the right to ies of all required insurance policies, at any time. 31.9 Subconsultant Insurance Requirements. Consultant shall not allow any subcontractors or subconsultants to commence work on any subcontract until they have provided evidence satisfactory to the Commission that they have secured all insurance required under this Section. Policies of commercial general liability insurance provided by such subcontractors or subconsultants shall be endorsed to name the Commission as an additional insured using ISO form CG 20 38 04 13 or an endorsement providing the exact same coverage. If requested by Consultant, the Commission may approve different scopes or minimum limits of insurance for particular subcontractors or subconsultants. 31.10 Other Insurance. At its option, the Commission may require such additional coverage(s), limits and/or the reduction of deductibles or retentions it considers reasonable and prudent based upon risk factors that may directly or indirectly impact the 22 277 Project. In retaining this option Commission does not warrant Consultant's insurance program to be adequate. Consultant shall have the right to purchase insurance in addition to the insurance required in this Section. 32. Safety. Consultant shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Consultant shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devic , equipment and wearing apparel as are necessary or lawfully required to preven, = cidents or injuries; and (C) adequate facilities for the proper inspection and maint of all safety measures. Pursuant to the authority contained in Section 59 : "the Vehi Code, the Commission has determined that the Project will contain area : ` at ar- open to blic traffic. Consultant shall comply with all of the requirements set fo `; D .tons 11, 12, 13, 14, and 15 of the Vehicle Code. Consultant shall take all reaso y necessary precautions for safe operation of its vehicles and the protects :,; _ he tra W g public from injury and damage from such vehicles. 33. Additional Work. outside of, the Services to performed pursuant to a se foregoing, the Commissi other than a Cardinal change which is "o not be regarded as parties when the Agre Cardinal Change would changes in the materials used, but the size and layout of the building remains the same. Cardinal Changes are not within the authority of this provision to order, and shall be processed by the Commission as "sole source" procurements according to applicable law, including the requirements of FTA Circular 4220.1 D, paragraph 9(f). tivities that are in addition to, or otherwise rsuant to this Agreement shall only be etween the parties. Notwithstanding the tive Director may make a change to the Agreement, urposes of this Agreement, a Cardinal Change is a the Agreement; in other words, work which should fairly and reasonably within the contemplation of the entered into. An example of a change which is not a ere, in a contract to construct a building there are many (a) In addition to the changes authorized above, a modification which is signed by Consultant and the Commission's Executive Director, other than a Cardinal Change, may be made in order to: (1) make a negotiated equitable adjustment to the Agreement price, delivery schedule and other terms resulting from the issuance of a Change Order, (2) reflect definitive letter contracts, and (3) reflect other agreements of the parties modifying the terms of this Agreement ("Bilateral Contract Modification"). 23 278 (b) Consultant shall not perform, nor be compensated for any change, without written authorization from the Commission's Executive Director as set forth herein. In the event such a change authorization is not issued and signed by the Commission's Executive Director, Consultant shall not provide such change. 34. Prohibited Interests. 34.1 Solicitation. Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, the Co ission shall have the right to rescind this Agreement without liability. 34.2 Consultant Conflict of Interest (a) Consultant shall di relationship with Commission that may ha Agreement, or any ensuing Commission constr current clients who may have a financial -st in ensuing Commission construction projec y finan I, business, or other act upon the outcome of this project. Consultant shall also list utcome of this Agreement, or any w. (b) Cons here 1'`r ertifies that it does not now have, nor shall it acquire any financial or buss r ..< rest services under this Agreem t would conflict with the performance of (c s►n..ontract in excess of $25,000 entered into as a result of this Agreement, sh provisions of this Article. Itant hereby certifies that neither Consultant, nor any firm affiliated with Consultan ;^ on any construction contract, or on any contract to provide construction inspection for construction project resulting from this contract. An affiliated firm is one, which is subject to the control of the same persons through joint -ownership, 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. 34.3 Commission Conflict of Interest. For the term of this Agreement, no member, officer or employee of the Commission, during the term of his or her service with the Commission, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 24 279 34.4 Conflict of Employment. Employment by the Consultant of personnel currently on the payroll of the Commission shall not be permitted in the performance of this Agreement, even though such employment may occur outside of the employee's regular working hours or on weekends, holidays or vacation time. Further, the employment by the Consultant of personnel who have been on the Commission payroll within one year prior to the date of execution of this Agreement, where this employment is caused by and or dependent upon the Consultant securing this or related Agreements with the Commission, is prohibited. 34.5 Covenant Against Contingent Fees. As required in connection with federal funding, the Consultant warrants that he/she has not employed or retained any company or person, other than a bona fide employee working for the Consultant, to solicit or secure this Agreement, and that he/she has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commis 'on, percentage, brokerage fee, gift, or any other consideration, contingent upon esulting from the award or formation of this Agreement. For breach or violation warranty, the Commission shall have the right to terminate this Agreement w't %ut li. ,'.ity pursuant to the terms herein, or at its discretion to deduct from the eement e or consideration, or otherwise recover, the full amount of such fee mmi ion, per ntage, brokerage fee, gift, or contingent fee. 34.6 Rebates Kickbac .§ _ :ether .�L -wful Consideration. Consultant warrants that this Agreement was not o ed through rebates kickbacks or other unlawful consideration, either •rom • p o any Commission employee. For breach or violation of this warr •m •.ion shall have the right in its discretion; to terminate this Agreement w li.. . lity; t• gay only for the value of the work actually performed; or to deduct fro - ice; or otherwise recover the full amount of such rebate, kickback o •he awful consideration. 34.7 ''` ovens ga t Expenditure of Commission, State or Federal Funds for Lobb in•' he Conk. Itant certifies that to the best of his/ her knowledge and belief no state, federa loca •ency appropriated funds have been paid, or will be paid by or on behalf of the Co t to any person for the purpose of influencing or attempting to influence an officer or e ' ployee of any state or federal agency; a Member of the State Legislature or United States Congress; an officer or employee of the Legislature or Congress; or any employee of a Member of the Legislature or Congress, in connection with the award of any state or federal contract, grant, loan, or cooperative agreement, or the extension, continuation, renewal, amendment, or modification of any state or federal contract, grant, loan, or cooperative agreement. (a) If any funds other than federal appropriated funds have been paid, or will be paid to any person for the purpose of influencing or attempting to influence an officer or employee of any federal agency; a Member of Congress; an officer or employee of Congress, or an employee of a Member of Congress; in connection with this Agreement, the Consultant shall complete and submit the attached Exhibit "G", Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with the attached instructions. 25 280 (b) The Consultant's certification provided in this Section is a material representation of fact upon which reliance was placed when this Agreement was entered into, and is a prerequisite for entering into this Agreement pursuant to Section 1352, Title 31, US. Code. Failure to comply with the restrictions on expenditures, or the disclosure and certification requirements set forth in Section 1352, Title 31, US. Code may result in a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. (c) The Consultant also agrees by signing this Agreement that he/she shall require that the language set forth in this Section 3.23.5 be included in all Consultant subcontracts which exceed $100,000, and that all such subcontractors shall certify and disclose accordingly. 34.8 Employment Adverse to the Commissio Consultant shall notify the Commission, and shall obtain the Commission's written co► nt, prior to accepting work to assist with or participate in a third -party lawsuit or other ; ,or administrative proceeding against the Commission during the term of this Agre 35. Equal Opportunity Employment. opportunity employer and it shall not discrimin applicant for employment because of race, religio age. Such non-discrimination shall incl •ut no initial employment, upgrading, demotion, layoff or termination. nt repre is that it is an equal any subcontractor, employee or or, national origin, ancestry, sex or limited to, all activities related to ent or recruitment advertising, 36. Right to Em • lo Commission reserves the right to employ other consultants in connec 37. Govern! h • reement shall be governed by and construed with the laws of the State of. f; ifornia en �, shall be in Riverside County. 38. Dispute ",ttorne ' Fees. 38.1 Prior ommencing any action hereunder, the Parties shall attempt in good faith to resolve any dispute arising between them. The pendency of a dispute shall not excuse Consultant from full and timely performance of the Services. 38.2. If the Parties are unable to resolve a dispute after attempting in good faith to do so, the Parties may seek any other available remedy to resolve the dispute. If either Party commences an action against the other Party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing Party in such litigation shall be entitled to have and recover from the losing Party reasonable attorneys' fees and, all other costs of such actions. 39. Time of Essence. Time is of the essence for each and every provision of this Agreement. 26 281 40. Headings. Article and Section Headings, paragraph captions or marginal headings contained in this Agreement are for convenience only and shall have no effect in the construction or interpretation of any provision herein. 41. Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONSULTANT: Epic Land Solutions, Inc. 3850 Vine Street, Suite. 200 Riverside, CA 92507 Attn: Karen Starr COMMISSION: Riverside County Transportation Commission 4080 Lemon Street, 3rd Floor River ;de, CA 92501 Att . '1' xecutive Director Such notice shall be deemed made when personally d ver 1.r when mailed, forty-eight (48) hours after deposit in the U.S. mail, first class .' ` "tage pre+ :,•, and addressed to the Party at its applicable address. Actual notice sh .e de-med ad r'° ate notice on the date actual notice occurred, regardless of the meth. +f s ice. 42. Conflicting Provisions. In tt conflict in any way with the provisions set conditions contained in this Agreement s Parties and the interpretation of the Services. ovisions of any attached exhibits ement, the language, terms and he actions and obligations of the derstanding concerning the performance of 43. Amendment or '` ation. o supplement, modification, or amendment of this Agreement shall s executed in writing and signed by both Parties. 44. Entire °<--.areemen `, ' This Agreement contains the entire agreement of the Parties relating to th u,"matter hereof and supersedes all prior negotiations, agreements or understa 45. Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 46. Provisions Applicable When State Funds or Federal Funds Are Involved. When funding for the Services under a Task Order is provided by this Agreement are provided, in whole or in part, from the United States Department of Transportation, Consultant shall also fully and adequately comply with the provisions included in Exhibit "D" (Federal Department of Transportation Requirements and California Department of Transportation (Caltrans) DBE program requirements) attached hereto and incorporated herein by reference. When funding for the Services under a Task Order is provided, in whole or in part, from the FTA, Consultant shall also fully and adequately comply with the 27 282 provisions included in Exhibit "F" (FTA Requirements) attached hereto and incorporated herein by reference 47. Survival. All rights and obligations hereunder that by their nature are to continue after any expiration or termination of this Agreement, including, but not limited to, the indemnification and confidentiality obligations, shall survive any such expiration or termination. 48. No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 49. Labor Certification. By its signature hereunder, Consultant certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Workers' Compe sation or to undertake self- insurance in accordance with the provisions of that Code, .. 3 `agrees to comply with such provisions before commencing the performance of the ces. 50. Counterparts. This Agreement may b--.'gned in nterparts, each of which shall constitute an original. 51. Attorney Client Privilege. The Pa ognize that, during the Project, the Commission and its attorneys will engag=;.' comm ► ' '; ation that gives rise to an attorney client privilege of confidentiality (" Confid m ' i ,. m ation"). Given the nature of the work done by Consultant for the Commis ` 'e necessary for the Consultant to participate in Confidential Comm i ions `'• the extent that (i) the Consultant is a party to any Confidential Commu .tion and a third party seeks discovery of such communications, then the C. ulta • seemed to be an agent of the Commission solely for purposes of presery a o =y client privilege in the relevant Confidential Communication. Any - or client privilege shall be held by the Commission and the Consultant is autho d aive that privilege or, otherwise, disclose such Confidential Comm t as set forth below. This Section is intended to maintain the privilege in any lege• '` onfidential Communications that are (1) between and among Commission, Co and Commission's attorneys; (2) between Consultant (on behalf of the Commission) d Commission's attorneys; (3) Confidential Communications that occur in Closed Session meetings wherein the Commission, the Commission's attorneys and Consultant are present; and (4) between Commission and Consultant wherein the substance of the Confidential Communication is conveyed to/from the Consultant. Consultant may disclose a Confidential Communication to the extent such disclosure is required by legal process, by a court of competent jurisdiction or by any other governmental authority, provided that any such disclosure shall be limited to the specific part of the Confidential Communication required to be disclosed and provided that Consultant first comply with the requirements set forth in this paragraph. As soon as practicable after Consultant becomes aware that it is required, or may become required, to disclose the Confidential Communication for such reason, Consultant shall notify the Commission in writing, in order to allow the Commission to pursue legal remedies designed 28 283 to limit the Confidential Communication required to be disclosed or to assure the confidential treatment of the disclosed information following its disclosure. Consultant shall cooperate with the Commission, on a reimbursable basis, to assist the Commission in limiting the scope of disclosure or assuring the confidential treatment of any disclosed information. 52. Subpoenas or Court Orders. Should Consultant receive a subpoena or court order related to this Agreement, the Services or the Project, Consultant shall immediately provide written notice of the subpoena or court order to the Commission. Consultant shall not respond to any such subpoena or court order until notice to the Commission is provided as required herein, and shall cooperate with the Commission in responding to the subpoena or court order. 53. Assignment or Transfer. Consultant shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein, without the prior written consent of the Commission. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 54. Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties, and shall not be assigned by Consultant without the prior written consent of Commission. 55. Incorporation of Recitals. The recitals set forth above are true and correct and are incorporated into this Agreement as though fully set forth herein. 56. No Waiver. Failure of Commission to insist on any one occasion upon strict compliance with any of the terms, covenants or conditions hereof shall not be deemed a waiver of such term, covenant or condition, nor shall any waiver or relinquishment of any rights or powers hereunder at any one time or more times be deemed a waiver or relinquishment of such other right or power at any other time or times. [Signatures on following page] 29 284 SIGNATURE PAGE TO PROFESSIONAL SERVICES AGREEMENT WITH PROPOSITION 1 B, FTA AND FHWA FUNDING ASSISTANCE FOR RIGHT OF WAY SUPPORT SERVICES IN WITNESS WHEREOF, this Agreement was executed on the date first written above. RIVERSIDE COUNTY TRANSPORTATION COMMISSION By: CONSULTANT EPIC LAND SOLUTIONS, INC. By: Anne Mayer Approved as to Form: By: i natur me . Ie Best, Best & Krieger L General Counsel ATTEST: By: Its: * A corporation requires the signatures of two corporate officers. One signature shall be that of the chairman of board, the president or any vice president and the second signature (on the attest line) shall be that of the secretary, any assistant secretary, the chief financial officer or any assistant treasurer of such corporation. If the above persons are not the intended signators, evidence of signature authority shall be provided to RCTC. 30 285 EXHIBIT "A" - SCOPE OF SERVICES RIGHT OF WAY SUPPORT SERVICES The Riverside County Transportation Commission (Commission) and the Western Riverside County Regional Conservation Authority (RCA) have procured one or more Consultants (Consultant or Right of Way Support Services Consultant) to provide Right of Way Support Services on an On-Call/as needed basis in support of current Commission and RCA Projects, Measure A Projects, and projects done in partnership with other agencies, pursuant to Task Orders issued in the sole discretion of the Commission and/or the RCA. Task Orders shall be awarded through an additional qualification -based selection process. Such Right of Way Support Services mayinclude, b •ot limited to, the following work programs, and/or comply with applicable re me elow: • Project Management Consultant shall provide project ma ent services for all functions and tasks under this contract. •nsulta hall be responsible for project management and planning, . g, st estimates, budgeting, and coordination with Consultan . r .. mission and/or RCA staff, sub consultants and oth ission and/or RCA consultants, reporting, documentation of.,:: acti ies • maintaining all records and documents. Consultant shal .n, :cilitate and prepare meeting minutes for regular and/or pe status eetings as requested by the Commission and/or th= ultant shall ensure project completion based on milestorr and d- lin- nd that all work complies with applicable Federal, State a u,,•cal stat and regulations, including but not limited to the Uniform Relocatio ,d R- ' Property Acquisition Policies Act of 1970, as amended, and implem in .y 49 CFR Part 24; the State of California Government Code, the Sta `- of California Relocation Assistance and Real Property Acquisition Guidelines (Title 25, California Code of Regulations Ch 6, Art 1, Section 6000 et seq.), the California Code of Civil Procedure, the Uniform Standards for Federal Land Acquisition Act, the California Public Utilities Code, the California Streets and Highways Code, the Federal Transit Administration Real Estate Policies, the Caltrans Right of Way Manual, and the Commission's and the RCA's Right of Way Manual. • Title & Escrow Services Consultant shall order preliminary title reports, vesting deeds, title policies, and litigation guarantees as needed, coordinate opening and closing of escrows, monitor progress, determine title deficiencies, provide assistance to resolve and cure title deficiencies, and assist in obtaining any partial reconveyances. Exhibit A 286 • Appraisal Coordination Consultant shall coordinate with the Commission's and the RCA's on -call appraisal, appraisal review, goodwill, and fixtures and equipment consultants to perform internal review of appraisals prior to submittal to Review Appraiser. • Acquisition/Negotiation Consultant shall provide all acquisition services, including, but not limited to, coordinating all phases of the acquisition, assuring that acquisition schedules meet project schedules, documenting all activity, and maintaining all records and documents. Consultant shall prepare all written correspondence, any administrative settlements, and shall coordinate with Commission's and/or RCA's legal counsel and any other on -call consultants as required. Consultant shall prepare acquisition packages, including recommendation of the amount of just compensation or market value, and maintain parcel diaries for each file. • Relocation Assistance Consultant shall provide relocation services to assure that displaced individuals and businesses promptly receive relocation benefits consistent with federal, state, and local regulations, Caltrans Policies and Procedures, and the Commission's and/or the RCA's Right of Way Policies and Procedures. • Utility Relocation Coordination Consultant shall work with Commission and/or RCA staff and other participatin• agencies to provide utility relocation services that may include, but not be I',,: ; ed to, identifying public and private utilities, researching and identif " + prior rights, obtaining utility as -built plans, coordination of potholing and field eys with the design team, preparation of utility agreements, and obtaining r .ti•° plans and cost estimates from the utility owners. • Eminent Domain Coordination Consultant shall coordinate, assist and participate as required with Commission and Commission's legal counsel in the activities required for Resolutions of Necessity, Caltrans's Condemnation Evaluation and Panel Review Meetings, mediations, depositions and trials. • RCA Property Owner Outreach Consultant shall prepare mailings to various properties for land necessary for conservation efforts, as an example, Willing Seller, Habitat Acquisition and Negotiation Strategies (HANS), Grant Funded requiring Department of General Services approvals, and Donation acquisitions. Exhibit A 287 • Property Management Consultant shall perform property management activities related to acquired properties until construction start, including but not limited to, property maintenance, repair, coordination of rental activities, demolition, and clearance of property improvements. • Property Maintenance and Repair Services Consultant shall perform property maintenance and repair services, including but not limited to, weed abatement and vegetation control, litter removal and clean-up of debris, fencing repairs, and installation, maintenance, and repair of property signs related to property owned by Commission or RCA. • Right of Way Certification Consultant shall ensure that all right of by the date required. Consultant sha forms and assemble and package Caltrans. Consultant shall respond • Construction Support • A"' 'requirements have been secured epare the Right of Way Certification ing documents for submittal to mments and revise as necessary. Consultant shall assist Commission and/or RCA in all phases of construction, including Temporary Construction Easement notifications, preparing and providing Right of Way Obligation lists, utility coordination, and contractor compliance with Right of Way agreements. Pro Prepare proces onveyance deeds to transfer all acquired right of way to Caltrans or ; ;-r d -party entities, if applicable. Process final utility invoices and close ou ` ity files. Prepare files and submit to Caltrans and/or the Commission or the RCA. Other right of way services may include, but not be limited to the following: o Obtaining Rights of Entry o Preparing Railroad Agreements o Review of Site Assessment Reports o Provide bilingual acquisition and relocation agents o Identify potential excess land for planning purposes Exhibit A 288 EXHIBIT "B" SAMPLE TASK ORDER FORM ON --CALL RIGHT OF WAY SUPPORT SERVICES REQUEST FOR TASK ORDER PROPOSAL Background The Riverside County Transportation Commission (the "Commission") issued Request for Proposal No. 19-31-045-00 (the "RFP"), on January 17, 2019, to seek out a bench of qualified consultants to provide on -call right of way support services. Pursuant to the RFP, the Commission selected qualified firms to serve as on -call consultants for various t of way support services ("Consultants"). The RFP specified that the Commission w ek proposals from the selected The selected firms are: firms for right of way support consulting projects, a ee This Right of Way Support Services Request for Ta i rde • posal ("Task Order RFP") seeks the following services: Process Timeline The Commission intends to awa l/transi operations consulting services task order for the above described services ("Task Order") pursuant to this Task Order RFP to the highest ranked proposal, subject to l itations, i cordance with the following timeline: a. Requests for Clarificati The deadline for requLsts for clarification regarding this Task Order RFP is (INSERT DATE). Requests for clarification shall be submitted via email to b. Proposal Deadline Date i. The Commission will accept proposals submitted to the Commission office prior to (INSERT DATE and Time). ii. Proposals must be submitted to in format. Submittal Requirements Each proposal submitted in response to this Task Order RFP must include the following information in the order specified below. Exhibit B-1 289 The proposal content and format is as follows: a. Proposals shall be typed and submitted on 8.5 x 11 inch paper. Charts and schedules may be included in 11" x 17" format, which will be counted as 2 pages and included in the total page count. Proposals should not exceed pages in length, excluding any RCTC-provided forms or attachments. The beginning of a section must be clearly indicated between sections on a page. b. Proposals must include the following sections, organized as indicated. SECTION 1— PROPOSAL LETTER Proposal Letter: This letter must be signed by a person or persons authorized to legally bind the Consultant to enter into the sk Order. SECTION 2 — QUALIFICATIONS ( IRM A RSONNEL This section should identify the qua li' icatio,of the firm, the individuals and any subconsultants proposed to •rovide the Task Order services. These must be individuals proposed by Con ' the nal RFP. ii. Provide qua atio regarding your firm's and the proposed personnel's a ation descriptions of relevant projects previously perform . nd re nces this particular Task Order RFP, including: (A) exper = of your firm in performing similar services, and examples of such ices, including references. Include any information that may be of value the Comm': sioi n evaluating your firm's qualifications for the Task Order ces; ey person who will perform the required services and their key (C) descriptions of the experience and qualifications of proposed key personnel; (D) descriptions of relevant projects previously performed by the proposed key personnel. Include what services were performed, the date of the project, and unique features of the project which would be beneficial to the Commission; and (E) a written assurance that the key individuals listed and identified will perform the work and will not be substituted with other personnel without the Commission's prior approval. Exhibit B-2 290 SECTION 3 — UNDERSTANDING AND APPROACH Describe the services and activities that your firm proposes to provide to the Commission. Include the following information: Demonstrate your firm's understanding of the nature of the work and the approach to be taken. Provide an explanation of the approach to providing the services requested under this Task Order RFP. Describe how Consultant would tailor its services to meet the needs of the Commission addressing the tasks and discussing the deliverables. Include a detailed proposed timeline for completing the services. Provide a list of documents and/or information your firm anticipates needing from the Commission and its consultants to perform the ices. SECTION 4 — PROPOSAL PRICING Proposal Pricing Form. Provide a propoossed price is Task Order request. Pricing shall itemize all items that will be charged to t Task Order, including anticipated mileage, printing or other direct cost categories previously identified in your firm's Schedule of Other Direct Costs. Costs shall be segregated to show staff hours, rates, classifications, administrative ov -head, and other direct costs, if any. Hourly rates must not exceed rates for classifications noted in the original RFP Evaluation Process a. Basis of Award Proposals will be evaluated in accordance with the stated evaluation criteria. The Commission reserves the right to award the contract not to a proposer with the highest ranked proposal, but to the proposal who will provide the best veratmatch to the task order requirements. The Commission also reserves the right to postpone a ecision, request follow up material, or cancel or withdraw this request in its sole and absolute discretion. The Commission will award the Task Order to the best overall match to the Task Order RFP requirements and who serves the Commission's interest. b. Evaluation Criteria —100 total points possible 1. Qualifications of Firm and Personnel (INSERT NUMBER points max) Experience in performing work similar in nature and/or related to the work described in this Task Order RFP; appropriateness of personnel to their assigned work tasks; logic of project organization; adequacy of labor commitment. Exhibit B-3 291 2. Understanding & Approach (INSERT NUMBER points max) Depth of Offeror's understanding of Commission's requirements listed in this Task Order RFP; understanding of the project issues and potential conflicts; and ability to meet deadlines. 3. Cost (INSERT NUMBER points max) Reasonableness of the total cost based on anticipated requirements; adequacy of data in support of figures quoted; basis on which prices are quotes. Proposer Price Score = Lowest Price Proposed X Points Proposer's Price Commission Rights i a) The Commission shall not be liable for proposal pation related expenses. b) The Commission retains the right to negoti chooses not to accept the proposal as offere c) The Commission retains the right to consi comply with federal and/or state law. d) The Commission retains ti ght to thereof, at its discretion. ith the highest scoring Consultant if it y other factors it deems necessary to or -ject any and all proposals, or any part e) The Commission reta he right to Oncel, amend or withdraw the entire Task Order RFP. VI. Notification nd Debriefi g Consultants submitting a proposal pursuant to this Task Order RFP shall be informed of the Commission's decision regarding award of the Task Order. Any Consultant not awarded a Task Order pursuant to this Task Order RFP may request an explanation regarding the strengths and weaknesses of its proposal. Such request must be made within ten (10) days of notification of Task Order award. Exhibit B-4 292 EXHIBIT "C"- COMPENSATION AND PAYMENT Exhibit C-1 293 EXHIBIT "C" COMPENSATION SUMMARY FIRM PROJECT TASKS/ROLE COST Prime Consultant: Epic Land Solutions, Inc. Right of Way Support Services $ 3,300,000.00 Sub Consultants: Commonwealth Land Title Insurance Company Title Services TBD per Task Order Golden State Escrow Escrow Services TBD per Task Order The ROW Company Right of Way TBD per Task Order Joshua Grading & Excavating, Inc. Property Maintenance TBD per Task Order Bess Testlab, Inc. Utility Locating & Potholing TBD per Task Order UltraSystems Environmental Inc. Phase 1 & 2 Environmental Site Assessments TBD per Task Order OTAL COSTS t 3,300,000.00 1 Commission authorization pertains to total contract award amount. npensatioi 'ustments between consultants may occur; however, the maximum total compensation authorized may not be exceeded. 294 EXHIBIT "D" FHWA/ CALTRANS REQUIREMENTS 1. STATEMENT OF COMPLIANCE. 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, unless exempt, complied with, the nondiscrimination program requirements of Government Code Section 12990 and Title 2, California Administrative Code, Section 8103. B. During the performance of this Agreement, 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 r,-ed, national origin, physical disability (including HIV and AIDS), mental disability, med. (over 40), marital status, and denial of family care leav shall insure that the evaluation and treatment of employment are free from such discriminati subconsultants shall comply with the provision (Gov. Code §12990 (a -f) et seq.) and the applic (California Code of Regulations, Title 2, Section 7 of the Fair Employment and Housing Co ��� �� imp 12990 (a -f), set forth in Chapter 5 of Regulations, are incorporated into if set forth in full. Consultant obligations under this claus bargaining or other Agreeme C. If this Agree relative to Title VI Transportation — Titl the 1964 Civil Rights A condition (e.g., cancer), age sultant and subconsultants e `"�� r. ees and applicants for hara Gw ent. Consultant and r Employment and Housing Act ulations promulgated there under et seq.). The applicable regulations enting Government Code Section Ale 2 of the California Code of t by eference and made a part hereof as sultants shall give written notice of their ations with which they have a collective nded, the Consultant shall comply with regulations ion federally -assisted programs of the Department of Federal Regulations, Part 21 - Effectuation of Title VI of I provides that the recipients of federal assistance will implement and maintain icy 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. If this Agreement is federally funded, 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. Exhibit D-1 295 2. DEBARMENT AND SUSPENSION CERTIFICATION 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 COMMISSION. B. Exceptions will not necessarily result in denial of rec considered in determining CONSULTANT responsibil',, Disc exceptions apply, initiating agency, and dates of C. Exceptions to the Federal Government Exclu General Services Administration are to be Administration. 3. DISCRIMINATION The Commission shall not di the award and performance Caltrans DBE program all necessary and re the award and ad dation for award, but will be es must indicate to whom es List System maintained by the mined by the Federal highway sis of race, color, national origin, or sex in ed contract or in the implementation of the ments of 49 CFR Part 26. The Commission shall take der 49 CFR Part 26 to ensure nondiscrimination in 0 -assisted contracts. Consultant or subcont ` ..r - :11 not discriminate on the basis of race, color, national origin, of sex in the perfor i e of this Agreement. Consultant or subcontractor shall carry out applicable requirements of 49 CFR Part 26 and the Caltrans DBE program in the award and administration of DOT -assisted contracts, as further set forth below. Failure by the Consultant or subcontractor to carry out these requirements is a material breach of this Agreement, which may result in the termination of this Agreement or such other remedy, as the Commission deems appropriate. 4. PROMPT PAYMENT Consultant agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 10 days from the receipt of each payment the prime contractor receives from the Commission. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written Exhibit D-2 296 approval of the Commission. This clause applies to both DBE and non -DBE subcontractors. 5. RELEASE OF RETAINAGE No retainage will be withheld by the Agency from progress payments due the prime consultant. Retainage by the prime consultant or subconsultants is prohibited, and no retainage will be held by the prime consultant from progress due subconsultants. Any violation of this provision shall subject the violating prime consultant or subconsultants to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions Code. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to the prime consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the prime consultant or deficient subconsultant perform e, or noncompliance by a subconsultant. This provision applies to both DBE and BE prime consultants and subconsultants. 6. LEGAL REMEDIES In addition to those contract remedies set forth either Party to this Agreement may, where applica this Agreement pursuant to the relevan 'ons relevant federal or state statutory provisi relevant federal and state provisio well as any and all other applic The Consultant shall include subcontractors. 7. DBE PART evant provisions of California law, seek legal redress for violations of C.F.R. Parts 23 and 26, to the civil rights violations, and to the alse aims or "whistleblower" actions, as state provisions of law. is effect in each of its agreements with its Caltrans has develope• st. ide DBE program pursuant to 49 C.F.R. Part 26. The requirements and proce•to<= , as applicable, of the Caltrans DBE program are hereby incorporated by reference into this Agreement. Even if no DBE participation will be reported, Consultant shall complete Exhibits "E" of this Agreement in compliance with the Caltrans DBE program, a final utilization report in the form provided by the Commission, and any other Caltrans required DBE forms. A. This Agreement is subject to Title 49, Part 26 of the Code of Federal Regulations entitled "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs." By obtaining DBE participation on this Agreement, Consultant will assist Caltrans in meeting its federally mandated statewide overall DBE goal. B. This Agreement does not have a DBE goal, but DBE goals may be included with each task order request for proposals. If a DBE subconsultant is unable to perform, the Exhibit D-3 297 Consultant must make a good faith effort to replace him/her with another DBE subconsultant, if the goal is not otherwise met. A DBE is a firm meeting the definition of a DBE as specified in 49 CFR. C. DBE and other small businesses (SB), as defined in Title 49 CFR, Part 26 are encouraged to participate in the performance of agreements financed in whole or in part with federal funds. The Consultant, subrecipient or subconsultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Agreement. The Consultant shall carry out applicable requirements of 49 CFR, Part 26 in the award and administration of US DOT- assisted agreements. Failure by the contractor to carry out these requirements is a material breach of this Agreement, which may result in the termination of this Agreement or such other remedy as the Commission, Caltrans or the Department of Transportation deems appropriate. D. Any subcontract entered into as a result of this Ag ment shall contain all of the provisions of this section. E. A DBE may be terminated only with prior wr n approva the Commission and only for the reasons specified in 49 CFR 26.53 rior equesti Commission consent for the termination, the prime consultant must m tf rocedural requirements specified in 49 CFR 26.53(f). 8. DBE PARTICIPATION GENERAL It is Consultant's responsibility e y info;' ed regarding the requirements of 49 CFR, Part 26, and the Caltrans D rogr �Pa `` ular attention is directed to the following: A. A DBE must be •call iness firm defined pursuant to 13 CFR 121 and be certified through the ' . ifor ni Certification Program (CUCP). B. A certified DB pate as a prime contractor, subcontractor, joint venture partner, as a vendor o er' or supplies, or as a trucking company. C. 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. D. A DBE must perform a commercially useful function, pursuant to 49 CFR 26.55 that is, 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, as more fully described in section 8 below. Exhibit D-4 298 E. The Consultant shall list only one subcontractor for each portion of work as defined in the Consultant's bid/proposal and all DBE subcontractors should be listed in the Consultant's bid/cost proposal list of subcontractors. F. A Consultant who is a certified DBE is eligible to claim all of the work in the Agreement toward the DBE participation except that portion of the work to be performed by non -DBE subcontractors. 9 . COMMERCIALLY USEFUL FUNCTION A. A DBE performs a commercially useful function when it is responsible for execution of the work of the Agreement and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible with respect to materi..,r;. and supplies used on the Agreement, for negotiating price, determining quality and; "'iantity, ordering the material, and installing (where applicable) and paying for the mat- elf. To determine whether a DBE is performing a commercially useful functi eva i e the amount of work subcontracted, industry practices; whether the a! y' nt the fir to be paid under the Agreement is commensurate with the work it ctua,R;. perform g, and other relevant factors. B. A DBE does not perform a comm an extra participant in a transaction, Agre in order to obtain the appearance ,•. ! BE such an extra participant, exami not participate. C. If a DBE does no total cost of its Agre portion of the wor industry practice for commercially useful fu ction if its role is limited to that of e t through which funds are passed pati.` In determining whether a DBE is actions, particularly those in which DBEs do exercise responsibility for at least thirty percent of the n work force, or the DBE subcontracts a greater me than would be expected on the basis of normal rk involved, it will be presumed that it is not performing a 10. DBE CERTIFICATION AND DE -CERTIFICATION STATUS If a DBE subcontractor is decertified during the life of the Agreement, the decertified subcontractor shall notify the Contractor in writing with the date of de -certification. If a subcontractor becomes a certified DBE during the life of the Agreement, the subcontractor shall notify the Contractor in writing with the date of certification. Any changes should be reported to the Commission's Contract Administrator within 30 days. 11. DBE RECORDS A. The Contractor shall maintain records of materials purchased and/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 Exhibit D-5 299 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 Contractors shall also show the date of work performed by their own forces along with the corresponding dollar value of the work. B. Upon completion of the Agreement, a summary of these records shall be prepared and submitted on the most current version of the form entitled, "Final Report -Utilization of Disadvantaged Business Enterprises (DBE)," CEM- 2402F (Exhibit 17-F in Chapter 17 of the LAPM), certified correct by the Contractor or the Contractor's authorized representative and shall be furnished to the Commission's 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 the Contractor when a satisfactory "Final Report Utilization of Disadvantaged Business Enterprises (DBE)" is submitted to the Commission's Contract Administrator. a. Prior to the fifteenth of each month, the Contractor shall submit documentation to the Commission's Contract Administrator showing the amount paid to DBE trucking companies. The Contractor shall also obtain and submit documentation to the Commission's Contract Administrator showing the amount paid by DBE trucking companies to all firms, including owner -operators, for the leasing of trucks. If the DBE leases trucks from a non -DBE, the Contractor may count only the fee or commission the DBE receives as a result of the lease arrangement. b. The Contractor shall also submit e C•' mission's Contract Administrator documentation showing the truck number, e of owner, California Highway Patrol CA number, and if applicable, the DBE certifica number of the truck owner for all trucks used during that month. This documentationishall be submitted on the Caltrans "Monthly DBE Trucking Verification," CEM-2404(F) form provided to the Contractor by the Commission's Contract Administrator. 12. REPORTING MATERIAL OR SUPPLIES PURCHASED FROM DBEs When Reporting DBE Participation, Material or Supplies purchased from DBEs may count as follows: A. If the materials or supplies are obtained from a DBE manufacturer, 100 % of the cost of the materials or supplies will count toward the DBE participation. 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 Agreement and of the general character described by the specifications. B. If the materials or supplies purchased from a DBE regular dealer, count 60 % of the cost of the materials or supplies toward DBE goals. 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 Agreement, are bought, kept in stock, and regularly Exhibit D-6 300 sold or leased to the public in the usual course of business. To be a DBE regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. A person may be a DBE regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone or asphalt without owning, operating or maintaining a place of business provided in this section. C. If the person both owns and operates distribution equipment for the products, any supplementing of regular dealers' own distribution equipment, shall be by a long-term lease agreement and not an ad hoc or Agreement -by -Agreement basis. Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not DBE regular dealers within the meaning of this section. D. Materials or supplies purchased from a DBE, which is neither a manufacturer nor a regular dealer, will be limited to the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on the job site, provided the fees are reasonable and not excessive as compared with fees charged for similar services. 13. REPORTING PARTICIPATION OF DBE TRUCKING COMPANIES When Reporting DBE Participation, Participation of DBE trucking companies may count as follows: A. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible. B. The DBE must itself own and operate at least one fully licensed, insure, and operational truck used on the AgreeVnt. C. The DBE receives credit r the total value of the transportation services it provides on the Agreement using c owns, insures, and operates using drivers it employs. D. The DBE may lease trucks from another DBE firm including an owner -operator who is certified as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of the transportation services the lessee DBE provides on the Agreement. E. The DBE may also lease trucks from a non -DBE firm, including an owner -operator. The DBE who leases trucks from a non -DBE is entitled to credit only for the fee or commission it receives as a result of the lease arrangement. The DBE does not receive credit for the total value of the transportation services provided by the lessee, since these services are not provided by the DBE. F. For the purposes of this section, a lease must indicate that the DBE has exclusive use and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, as long as the lease gives Exhibit D-7 301 the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. 14. DEBARMENT, SUSPENSION AND OTHER INELIGIBILITY AND VOLUNTARY EXCLUSION In accordance with 49 CFR Part 29, which by this reference is incorporated herein, Consultant's subconsultants completed and submitted the Certificate of subconsultant Regarding Debarment, Suspension and Other Ineligibility and Voluntary Exclusion as part of the Consultant's proposal. If it is later determined that Consultant's subconsultants knowingly rendered an erroneous Certificate, the Commission may, among other remedies, terminate this Agreement. 15. ENVIRONMENTAL COMPLIANCE A. Compliance with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). (Contracts, subcontracts, and subgrants of amounts in excess of $100,000). B. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan iss ALP. compince with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Sta 16. NATIONAL LABOR RELATIONS BOARD CERTIFICATION In accordance with Public Contract Code Section 10296, and by signing this Agreement, Consultant certifies 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 two-year 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. Exhibit D-8 302 EXHIBIT "E" CONSULTANT DBE COMMITMENT Exhibit E-1 303 Local Assistance Procedures Manual Exhibit 10-01 Consultant Proposal DBE Commitment 1. Local Agency: EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT Riverside County Transportation Commission (RCTC) 3. Project Description: On -Call Right of Way Support Services 2. Contract DBE Goal: 12% DBE 4. Project Location: Various Locations, Riverside County 5. Consultant's Name: Epic Land Solutions, Inc. 6. Prime Certified DBE: ❑ 7. Description of Work, Service, or Materials Supplied 8. DBE Certification Number 9. DBE Contact Information 10. DBE % Utility locating and excavation services (potholing) DBE CPUC #34267 BESS Testlab, Inc., 1508 E Francis St Ontario, CA 91761, (909) 510-5535 3.00 Escrow services DBE CPUC #44077 Golden State Escrow, 10630 Town Center Dr, Ste 119, Rancho Cucamonga, 91730, (909) 777-3500 3.00 Right of way acquisition and relocation assistance agent services DBE CPUC 447336 The ROW Company. 680 East Colorado Blvd., Pasadena, CA 91101, (626) 314-2440 3.00 Environmental consulting services, including Phase 1 and 2 Environmental Site Assessments DBE CPUC #25485 UltraSystems Environmental Inc., 16431 Scientific Wy, Irvine, CA 92618, (949)788-4900 3.00 ill iiiiiIIIIIP , \ Local Agency to Complete 11. TOTAL CLAIMED DBE PARTICIPATION 12.00 % 17. Local Agency Contract Number: 18. Federal -Aid Project Number: 19. Proposed Contract Execution Date 20. Consultant's Ranking after Evaluation IMPORTANT: Identify all DBE firms being claimed for credit, regardless of tier. Written confirmation of each listed DBE is required. gAeh.2241-) 03/25/2022 Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate. ',./ 12. Preparer's Signature 13. Date Karen Starr (951) 321-1834 14. Preparer's Name 15. Phone President 16. Preparer's Title DISTRIBUTION: Original — Included with consultant's proposal to local agency. ADA Notice: For individuals with sensory disabilities, this document is available in altemate formats. For information call (916) 654-6410 or TDD (916) 654- 3880 or write Records and Forms Management, 1120 N Street, MS -89, Sacramento, CA 95814. LPP 18-01 Page 1 of 2 January 2019 304 EXHIBIT "F" - FTA PROVISIONS Exhibit F-1 305 FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS Notwithstanding anything to the contrary contained in the Agreement, including the other Exhibits attached thereto, the following provisions shall apply if funding for the Services is provided, in whole or in part, from the Federal Transit Administration ("FTA"). In addition, the exhibits attached to this Agreement, may be replaced and substituted with similar forms required by FTA. Consultant agrees to complete any such substitute forms. 1. NO FEDERAL GOVERNMENT OBLIGATIONS TO THIRD -PARTIES BY USE OF A DISCLAIMER (1) The Commission and Consultant ackno notwithstanding any concurrence by the Federal the solicitation or award of the underlying co consent by the Federal Government ("Gove not a party to this contract and shall not to the Commission, Consultant, or any contract) pertaining to any matter resultin (2) The Consultant agrees to financed in whole or in part with F agreed that the clause s who will be subject to ledge and agree that, vernment in or approval of absent the express written Federal Government is ubject to a ",+bligations or liabilities (whether or not a party to that the underlying contract. ve clause in each subcontract nce provided by FTA. It is further dified, except to identify the subconsultant 2. PROGRA ND FALSE OR FRAUDULENT STATEMENTS AND RELATED AC (1) The Consulta ": `' acknowl = ';� es ' hat the provisions of the Program Fraud Civil Remedies Act of 1 ended, 31 U.S.C. §§ 3801 et seq. and U.S. DOT regulations, "Program • " ``vil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. - pon execution of the underlying contract, the Consultant certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Consultant further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Consultant to the extent the Federal Government deems appropriate. 1 UNITED STATES OF AMERICA DEPARTMENT OF TRANSPORTATION FEDERAL TRANSIT ADMINISTRATION MASTER AGREEMENT For Federal Transit Administration Agreements authorized by 49 U.S.C. chapter 53, Title 23, U.S.C. (Highways), Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users, the National Capital Transportation Act of 1969, as amended, the Transportation Equity Act for the 21st Century, as amended, 23 U.S.C. § 101 note, or other Federal enabling legislation; FTA MA(14); October 1, 2007; [http://www.fta.dot.qov/documents/14-Master.pdfl. APPENDIGK N - 1 (2) The Consultant also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, certification, assurance, or representation to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. chapter 53 or any other Federal law, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5323(1) on the Consultant, to the extent the Federal Government deems appropriate. (3) The Consultant agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subconsultant who will be subject to the provision 3. ACCESS TO RECORDS (1) The Consultant agrees to provide t e Commission, the FTA Administrator, the U.S. Secretary of Transportation, the Comptroller General of the United States or any of their authorized representatives access to all Project work, materials, payrolls, and other data of the Consultant which are directly pertinent to this contract as required by 49 U.S.C. § 5325(g). (2) The Consultant agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The Consultant agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of transmission of the final expenditure report, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Consultant agrees to maintain same until the Commission, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). (4) The Consultant agrees to require its subcontractors and third party contractors to provide the same. 4. FEDERAL CHANGES Consultant shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Grant Agreement or Cooperative Agreement between the Commission and the Federal Government APPENDYX N - 2 ("Grant Agreement or Cooperative Agreement"), as they may be amended or promulgated from time to time during the term of this contract. Consultant's failure to so comply shall constitute a material breach of this contract. 5. CIVIL RIGHTS REQUIREMENTS (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. §§ 2000d et seq., U.S. DOT regulations, "Nondiscrimination in Federally -Assisted Programs of the Department of Transportation — Effectuation of Title VI of the Civil Rights Act," 49 C.F.R. Part 21, FTA Circular 4702.1A, "Title VI and Title VI — Dependent Guidelines for Federal Transit Administration Recipients," May 13, 2007, Federal transit law at 49 U.S.C. § 5332, the Consultant agrees that it will not discriminate against any employee or applicant for employ► ;,-nt because of race, color, creed, national origin, sex, age, or disability. In adds the Consultant agrees to comply with applicable Federal implementing re• i. and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin Title VII of the Civil Rights Act, as employment opportunity provi employment opportunity r regulations, "Office of Fede Opportunity, Departm Executive Order Executive Order Employment Opportu statutes, executive orde qual employment opportunity nsultant agrees to comply with U.S.C. § 2000e, and equal .S.C. § 5332, and all applicable equal .S. Department of Labor (U.S. DOL) ompliance Programs, Equal Employment " 41 C.F.R. Parts 60 et seq., (which implement I Employment Opportunity," as amended by mending Executive Order 11246 Relating to Equal .S.C. § 2000e note), and with any applicable Federal gulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Consultant agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Consultant agrees to comply with any implementing requirements FTA may issue. (3) Age - In accordance with the Age Discrimination in Employment Act, as amended, 29 U.S.C. §§ 621 through 634 and Federal transit law at 49 U.S.C. § 5332, the Consultant agrees to refrain from discrimination against present and prospective APPENDIX N - 3 employees for reason of age. In addition, the Consultant agrees to comply with any implementing requirements FTA may issue. (4) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Consultant agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Consultant agrees to comply with any implementing requirements FTA may issue. (5) DBE Program Compliance - The Commission has established a DBE Program pursuant to 49 C.F.R. Part 26, which applies to FTA funded agreements. The requirements and procedures of the Commission's DBE Program are hereby incorporated by reference into this Agreement. Consultant shall complete Exhibits "G" and "H" of this Agreement, or similar forms to be provided by the Commission, in compliance with the Commission's DBE Program for FTA funded agreements. Failure by Consultant or its subcontractor(s) to carry out the Commission's DBE Program procedures and requirements, or the applicable requirements of 49 C.F.R. Part 26, section 1101(b) of SAFETEA-LU, 23 U.S.C. § 101 note, and U.S. DOT regulations, "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs," 49 C.F.R. Part 26, shall be considered a material breach of this Agreement. Such a material breach may be grounds for termination of this Agreement or such other appropriate administrative remedy as the Commission deems appropriate. The Consultant shall ensure that a provision mandating compliance with the Commission's DBE Program for FTA funded agreements is included in any and all sub -agreements entered into which arise out of or are related to this Agreement. Consultant shall also promptly provide the Commission with all necessary information related to the DBE status of its subcontractors. Should the DBE status of any of its subcontractors change in any way, Consultant shall promptly inform the Commission of this change. (6) The Consultant also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. 6. TERMINATION PROVISIONS The termination provisions found at Section 21 of this Agreement are consistent with the termination provisions suggested by FTA for the protection of the Federal Government. The termination provisions found at Section 21 of this Agreement control termination under this Agreement. APPENDgX N - 4 7. DEBARMENT AND SUSPENSION Instructions for Certification 1. By signing and submitting a Proposal, the Consultant is providing the signed certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the Consultant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, Commission may pursue available remedies, including suspension and/or debarment. 3. The Consultant shall provide immediate written noti the Consultant learns that its certification was e become erroneous by reason of changed circums es. 4. The terms "covered transaction," "debarr covered transaction," "participant," "persons, "principal," "proposal," and "voluntarily ded,' meanings set out in the Definitions a Commission if at any time when submitted or has ended," "ineligible," "lower tier ower tier covered transaction," used in this clause, have the sections of rules implementing Executive Order 12549 [49 CFR = 29] may contact Commission for assistance in obtaining a copy of those re 5. The Consultant agrees by transaction be entere transaction with a excluded from parti Commission. roposal that, should the proposed covered not knowingly enter into any lower tier covered red, suspended, declared ineligible, or voluntarily s covered transaction, unless authorized in writing by 6. The Consultant further agrees by submitting a Proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction", without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List issued by U.S. General Service Administration. APPENDIX N-5 8. Nothing contained in the foregoing shall be construed to require establishment of system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. Except for transactions authorized under Paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to all remedies available to the Federal Government, Commission may pursue available remedies including suspension and/or debarment. 9. The Consultant agrees to comply, and assures the compliance of each subconsultant, lessee, or third party contractor, with Executive Orders Nos. 12549 and 12689, "Debarment and Suspension," 31 U.S.C. § 6 ' 1 note, and U.S. DOT regulations, "Governmentwide Debarment and Susp- on (Nonprocurement)," 49 C.F.R. Part 29. 10. The Consultant agrees to, and assures tha subcons nts, lessees and third party contractors have reviewed the "Exclude • " -rties sting Syem" at http://elps.gov/ before entering into any third sub agreement, le _- - f; ird party contract. "Certification Regarding Debarment, ,-.. sio eligibility and Voluntary Exclusion" (1) The Consultant certifies, b "principals" [as defined at proposed for debarment, de in this transaction by (2) When the Co shall attach an expla f this bid or proposal, that neither it nor its 5(p)] is presently debarred, suspended, , or voluntarily excluded from participation partment or agency. ble to certify to the statements in this certification, it s proposal. 8. PROVISION OR RESOLUTION OF DISPUTES, BREACHES, OR OTHER LITIGATION Disputes - Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by the Commission Executive Director, or his or her designee. This decision shall be final and conclusive unless within ten (10) days from the date of receipt of its copy, the Consultant mails or otherwise furnishes a written appeal to the Commission's Executive Director, or his or her designee. In connection with any such appeal, the Consultant shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of the Commission's Executive Director, or his or her designee, shall be binding upon the Consultant and the Consultant shall abide be the decision. APPENDIX N - 6 Performance During Dispute - Unless otherwise directed by Commission, Consultant shall continue performance under this Contract while matters in dispute are being resolved. Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefor shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in question between the Commission and the Consultant arising out of or relating to this agreement or its breach will be decid by arbitration if the parties mutually agree, or in a court of competent jurisdictio hin the State in which the Commission is located. Rights and Remedies - The duties and obligations imposed is Agreement and the rights and remedies available hereunder shall be in addition to nd not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by the Commissio or Consultant shall constitute a waiver of any right or duty afforded any of them un• e Contract, nor shall any such action or failure to act constitute an approval of acquiescence in any breach thereunder, except as may be specifically agreed i wri FTA Notification - Consulta major dispute, breach, interests in the Proj party to litigation, t in writing of any current or prospective itigation that may affect the Federal Government's ant wishes to name the Federal Government as a ha inform FTA in writing before doing so. Lobbying Restrictions. To the extent applicable, Consultant agrees to: (1) Comply, and assure the compliance of each subcontractor at any tier, with U.S. DOT regulations, "New Restrictions on Lobbying," 49 C.F.R. Part 20, modified as necessary by 31 U.S.C. § 1352. (2) Comply with Federal statutory provisions, to the extent applicable, prohibiting the use of Federal assistance funds for activities designed to influence Congress or a State legislature on legislation or appropriations, except through proper, official channels. 10. CLEAN AIR APPENDPX N - 7 (1) The Consultant agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 through 7671q. The Consultant agrees to report each violation to the Commission and understands and agrees that the Commission will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Consultant also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. 11. CLEAN WATER (1) The Consultant agrees to comply with all applicable sta► ards, orders or regulations issued pursuant to the Federal Water Pollution Contr• - ct, as amended, 33 U.S.C. 1251 through 1377. The Consultant agrees to repo :c .lation to the Commission and understands and agrees that the Commission ill, in to eport each violation as required to assure notification to FTA and the a► opri. e EPA ' •ional Office. (2) The Consultant also agrees to include th exceeding $100,000 financed in whole FTA. 12. ENERGY CONSERVA' equirements in each subcontract Federal assistance provided by Energy Conservation. To the extent applicable, Consultant agrees to comply with the mandatory energy efficiency standards and policies within the applicable State energy conservation plans issued in compliance with the Energy Policy and Conservation Act, 42 U.S.C. §§ 6321 et seq. To the extent applicable, Consultant agrees to perform an energy assessment for any building constructed, reconstructed, or modified with FTA assistance, as provided in FTA regulations, "Requirements for Energy Assessments," 49 C.F.R. Part 622, Subpart C. 13. CONFORMANCE WITH NATIONAL ITS ARCHITECTURE National Intelligent Transportation Systems Architecture and Standards. To the extent applicable, Consultant agrees to conform, to the extent applicable, to the National Intelligent Transportation Systems (ITS) Architecture and Standards as required by SAFETEA-LU § 5307(c), 23 U.S.C. § 512 note, and with FTA Notice, "FTA National ITS Architecture Policy on Transit Projects" 66 Fed. Reg. 1455 et seq., January 8, 2001, and other subsequent Federal directives that may be issued. APPENI11BX N - 8 14. ADDITIONAL REQUIREMENTS To the extent applicable, Consultant agrees to comply with the Federal programs specified below and, with regard to such programs, Consultant agrees not compromise the Commission's compliance with Federal requirements as pertains to the Project. The Programs are as follows: (1) Urbanized Area Formula Program authorized under 49. U.S.C. § 5307. (2) Elderly Individuals and Individuals with Disabilities Formula Program authorized under 49 U.S.C. § 5310 as amended by SAFETEA-LU and subsection 3012(b) of SAFETEA-LU, 49 U.S.C. § 5310 note, respectively. (3) New Freedom Program authorized under 49 U.S.C. § 5317. (4) Nonurbanized Area Formula Program authorized under 49 U.S.C. § 5311(b). (5) Clean Fuels Grant Program authorized under 49 U.S.C. § 5308. (6) Job Access and Reverse Commute Formula Grant Program authorized under 49 U.S.C. § 5316. 15. RELEASE OF RETAINAGE °11 The Commission shall hold ainage from t prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the Commission of the contract work and pay retainage to prime contractors based on these acceptances. The prime contractor or subcontractor shall return all monies withheld in retention from a subcontractor within 30 days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the Commission. Federal regulations (49 CFR 26.29) require that any delay or postponement of payment over 30 days may take place only for good cause and with the Commission's prior written approval. Any violation of this provision shall subject the violating prime contractor or subcontractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California 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 contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. This provision applies to both DBE and non -DBE prime contractors and subcontractors. APPENII4X N - 9 16. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS The preceding provisions include, in part, certain Standard Terms and Conditions required by the Federal Transit Authority, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by the Federal Transit Authority, as set forth in FTA Circular 4220.1F, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any Commission requests which would cause the Com mission to be in violation of the FTA terms and conditions. 17. EMPLOYMENT PROVISIONS To the extent applicable to the Services, Consultant shall comply with the following: A. Equal Employment Opportunity — Consultant must comply with Executive Order 11246 (3 CFR, 1964-1965 Comp., p. 339), "Equal Employment Opportunity," as amended by Executive Order 11375 (3 CFR, 1966-1970 Comp., p. 684), "Amending Executive Order 11246 Rela ' o Equal Employment Opportunity," and as supplemented by regulation : 4 FR chapter 60, "Office of Federal Contract Compliance Programs, Equ. p ,` ment Opportunity, Department of Labor." B. Copeland "Anti -Kickback" Act (18 U.S.C. 874 and 40 U.S.C. 276c) — Consultant must comply with the Copeland "Anti -Kickback" Act (18 U.S.C. 874), as supplemented by Department of Labor regulations (29 CFR Part 3, "Consultants and Subconsultants on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. The Commission shall report all suspected or reported violations to the responsible DOE contracting officer. C. Contact Work Hours and Safety Standards Act (40 U.S.C. 327-333) — Consultant must comply with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-333), as supplemented by Department of Labor regulations (29 CFR Part 5). Under Section 102 of the Act, each Consultant is required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than 11/2 times the basic rate of APPENDIX N - 10 pay for all hours worked in excess of 40 hours in the work week. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic is required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. D. Davis -Bacon Act (40 U.S.C. 276a) — Consultant shall comply with the Davis - Bacon Act (40 U.S.C. 276a to 276a-7) as supplemented by Department of Labor regulations (29 CFR Part 5). 18. FTA DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS A. General DBE Requirements: In accordance with Federal financial assistance agreements with the U.S. Department of Transportation (U.S. DOT), Commission has adopted a Disadvantaged Business Enterprise (DBE) Policy and Program, in conformance with Title 49 CFR Part 26, "Participation by Disadvantaged Business Enterprises in Department of Transportation Programs" (the "Regulations"). This RFP is subject to these stipulated regulations. In order to ensure that Commission achieves its overall DBE Program goals and objectives, Commission encourages the participation of DBEs as defined in 49 CFR 26 in the peorm of contracts financed in whole or in part with U.S. DOT funds. It is the policy of the Commis 1. Ensure nondiscrimin in the award and administration of DOT -assisted contracts; 2. Create a el playi field on which DBE's can compete fairly for DOT - assisted contracts; 3. Ensure that th- 'IBE program is narrowly tailored in accordance with applicable law; 4. Ensure that only firms that fully meet 49 C.F.R. part 26 eligibility standards are permitted to participate as DBE's; 5. Help remove barriers to the participation of DBEs in DOT assisted contracts; 6. To promote the use of DBEs in all types of federally assisted contracts and procurement activities; and 7. Assist in the development of firms that can compete successfully in the marketplace outside the DBE program. APPEN J N - 11 B. Discrimination: Consultant shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of subcontracts. Any terms used herein that are defined in 49 CFR Part 26, or elsewhere in the Regulations, shall have the meaning set forth in the Regulations. C. Commission's Race -Neutral DBE Program: A Race -Neutral DBE Program is one that, while benefiting DBEs, is not solely focused on DBE firms. Therefore, under a Race -Neutral DBE Program, Commission does not establish numeric race -conscious DBE participation goals on its DOT -assisted contracts. There is no FTA DBE goal on this Project. Consultant shall not be required to achieve a specific level of DBE participation as a condition of contract compliance in the performance of this DOT -assisted contract. However, Consultant shall adhere to race -neutral DBE participation commitment(s) made at the time of award of any Task Order (as defined in the Model Contract). D. Race -Neutral DBE Submissions and Ongoing Reporting Requirements (Post - Award): For each Task Order proposal, the successful Consultant shall complete and submit to Commission a"DBE Race -Neutral Participation Listing" in the form provided by Commission. In the event DBE(s) are utilized in the performance of the Task Order, Consultant shall comply with applicable reporting requirements. E. Performance of DBE Subconsultants: DBE subconsultants listed by Consultant in its "DBE Race -Neutral Participation Listing" submitted at the time of Task Order proposal shall perform the work and supply the materials for which they are listed, unless Consultant has received prior written authorization from Commission to perform the work with other forces or to obtain the materials from other sources. Consultant shall provide written notification to Commission in a timely manner of any changes to its anticipated DBE participation. This notice should be provided prior to the commencement of that portion of the work. F. DBE Certification Status: If a listed DBE subconsultant is decertified during the life of any Task Order, the decertified subconsultant shall notify Consultant in writing with the date of decertification. If a non -DBE subconsultant becomes a certified DBE during the life of the Task Order, the DBE subconsultant shall notify Consultant in writing with the date of certification. Consultant shall furnish the written documentation to Commission in a timely manner. Consultant shall include this requirement in all subcontracts. G. Consultant's Assurance Clause Regarding Non -Discrimination: In compliance with State and Federal anti -discrimination laws, Consultant shall affirm that it will not exclude or discriminate on the basis of race, color, national origin, or sex in consideration of contract award opportunities. Further, Consultant shall affirm that they will consider, and utilize subconsultants and vendors, in a manner consistent with non-discrimination objectives. APPENDIX N - 12 H. Violations: Failure by the selected Consultant(s) to carry out these requirements shall be a material breach of the contract to be awarded pursuant to this RFP, which may result in the termination of the contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the Consultant from future bidding as non -responsible. 49 C.F.R. § 26.13(b). I. Prompt Payment: Consultant shall pay its su.,:= nsultants for satisfactory performance of their contracts no later than 30 days m receipt of each payment Commission makes to the Consultant. 49 C.F.R. § �;' •' unless a shorter period is provided in the contract. J. Compliance with DBE Requirements ContRed in A Provisions: Consultant shall comply with all DBE reporting and other requiremen ontained in this Agreement. APPENDIX N - 13 EXHIBIT "G" — LOBBYING ACTIVITIES DISCLOSURE Exhibit G-1 319 Local Assistance Procedures Manual EXHBIT 10-Q Disclosure of Lobbying Activities EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: a. contract b. grant c. cooperative agreement d. loan e. loan guarantee f. loan insurance ❑ a bid/offer/application b. initial award e. post -award 3. Report Type: ❑ a. initial b. material change Epic Land Solutions does not have any lobbying activities to report. 4. Name and Address of Reporting Entity nPrime nSubawardee Tier , if known For Material Change Only: year quarter date of last report 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Congressional District, if known Congression 6. Federal Department/Agency: 7. Federal 8. Federal Action Number, if known: 10. Name and Address of Lobby Entity (If individual, last name, first name, MI) (attach Continua 12. Amount of Payment (check all that $ n actual 13. Form of Payment (check all 8 a. cash b. in -kind; s Valu 'strict, if known am Name/Description: CF 11/Numb applicable 9. and Amount,' wn: 11. Indi> bals Performing Services (including address if different from No. 10) (last name, first name, MI) `eSry) pe of Payment (check all that apply) a. retainer b. one-time fee c. commission d. contingent fee e deferred f. other, specify 15. Brief Descriptio ervices Perfined or to be performed and Date(s) of Service, including officer(s), employee i r membe s) contacted, for Payment Indicated in Item 12: (attach Continuation Sheet(s) if necessary) 16. Continuation Sheet(s) attached: Yes pi 17. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Federal Use Only: No Signature: Print Name: Karen Starr Title: President Telephone No.: (951) 321-1834 Date: 03/29/2022 Authorized for Local Reproduction Standard Form - LLL Standard Form LLL Rev. 04-28-06 Distribution: Orig- Local Agency Project Files LPP 13-01 APPEND(DX L - 1 Page 1 May 8, 2013 ATTACHMENT 2 Agreement No. 22-31-080-00 PROFESSIONAL SERVICES AGREEMENT WITH PROPOSITION 1B, FTA AND FHWA FUNDING ASSISTANCE RIVERSIDE COUNTY TRANSPORTATION COMMISSION AGREEMENT WITH MONUMENT ROW, INC. FOR ON -CALL RIGHT OF WAY SUPPORT SERVICES Parties and Date. This Agreement is made and entered i t his day of , 2022, by and between the RIVERSIDE COUNTY TRA ORTATION COMMISSION ("the Commission") and Monument ROW, Inc. ("Co - ant" :y Corporation. The Commission and Consultant are sometimes referred to herei div' . ally as "Party", and collectively as the "Parties". Recitals. A. On November 8, 1988 the Vo of Riverside County approved Measure A authorizing the collection of a one-half perce (1/2 %) retail transactions and use tax (the "tax") to fund transportation programs and improvements within the County of Riverside, and adopting the RiversiidCounty Transportation Improvement Plan (the "Plan"). B. Purs Utility Code Sections 240000 et seq., the Commission is authorized to alloc s of the Tax in furtherance of the Plan. C. On November 5, 2'002, the voters of Riverside County approved an extension of the Measure A tax for an additional thirty (30) years for the continued funding of transportation and improvements within the County of Riverside. D. A source of funding for payment for on -call professional consulting services provided under this Agreement may be State Proposition 1B funds, Federal Highway Administration Funds ("FHWA") administered by the California Department of Transportation ("Caltrans"), and/or funds from the Federal Transit Administration ("FTA"). E. Consultant desires to perform and assume responsibility for the provision of certain on -call right of way support services in the County of Riverside, California. Services shall be provided on the terms and conditions set forth in this Agreement and in the task order(s) to be issued pursuant to this Agreement and executed by the Commission and the Consultant ("Task Order"). Consultant represents that it is experienced in providing such services to public clients, is licensed in the State of California (if necessary), and is familiar with the plans of the Commission. F. The Commission desires to engage Consultant to render such services on an on -call basis. Services shall be ordered by Task Order(s) to be issued pursuant to this Agreement for future projects as set forth herein and in each Task Order (each such project shall be designated a "Project" under this Agreement). Terms. 1. General Scope of Services. Consultant shall furnish all technical and professional services, including labor, material, equipment, transportation, supervision and expertise, and incidental and customary work necessary to fully and adequately supply the on -call right of way support services for the Projects ("Services"). The Services are generally described in Exhibit "A" attached hereto and incorporated herein by reference. The Services shall be more particularly described in the individual Task Orders issued by the Commission's Executive Director or designee. No Services shall be performed unless authorized by a fully executed Task Order. All Services shall be subject to, and performed in accordance with, this Agreement, the relevant Task Order, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 2. Commencement of Services. The Consultant shall commence work upon receipt of a written "Notice to Proceed" or "Limited Notice to Proceed" from Commission. 3. Pre -Award Au e federal funding for this Project, and to the extent Caltrans procedures ar in connection therewith, issuance of a "Notice to Proceed" may be contingent upon completion and approval of a pre -award audit. Any questions raised during the pre -award audit shall be resolved before the Commission will consider approval of this Agreement. The federal aid provided under this Agreement is contingent on meeting all Federal requirements and could be withdrawn, thereby entitling the Commission to terminate this Agreement, if the procedures are not completed. The Consultant's files shall be maintained in a manner to facilitate Federal and State process reviews. In addition, the applicable federal agency, or Caltrans acting in behalf of a federal agency, may require that prior to performance of any work for which Federal reimbursement is requested and provided, that said federal agency or Caltrans must give to Commission an "Authorization to Proceed". 4. Audit Procedures. Consultant and subconsultant contracts, including cost proposals and ICR, are subject to audits or reviews such as, but not limited to, a contract audit, an incurred cost audit, an Independent Cost Review (ICR) Audit, or a CPA ICR audit work paper review. If selected for audit or review, this Agreement, Consultant's cost proposal and ICR and related work papers, if applicable, will be reviewed to verify compliance with 48 CFR, Part 31 and other related laws and regulations. In the instances of a CPA ICR audit work paper review it is Consultant's responsibility to ensure federal, state, or local government officials are allowed full access to the CPA's work papers 2 322 including making copies as necessary. This Agreement, Consultant's cost proposal, and ICR shall be adjusted by Consultant and approved by the Commission's contract manager to conform to the audit or review recommendations. Consultant agrees that individual terms of costs identified in the audit report shall be incorporated into this Agreement by this reference if directed by Commission at its sole discretion. Refusal by Consultant to incorporate audit or review recommendations, or to ensure that the federal, state or local governments have access to CPA work papers, will be considered a breach of the Agreement terms and cause for termination of this Agreement and disallowance of prior reimbursed costs. Additional audit provisions applicable to this Agreement are set forth in Sections 23 and 24 of this Agreement. 5. Term. 5.1 This Agreement shall go into effect contingent upon approval by Commission, and Consult notification to proceed by Commission's Contract Admi three years from the date set forth above, unless ext r"ed case shall the term of this Agreement exceed three ) yea be completed within the term. 5.2 Consultant is advised that a not binding on Commission until this Aroy'- ent Commission. 5.3 This Agree unless earlier terminated as within the term of this Agre deadlines. All applicable in effect following the to 6. Com the Commission's E Administrator for the Administrator"). Commissi behalf of the Commission for all purposes under this Agreement. Commission's Contract Administrator shall also review and give approval, as needed, to the details of Consultant's work as it progresses. Consultant shall not accept direction or orders from any person other than the Commission's Contract Administrator or his or her designee. on e date first set forth above, shall commence work after or. This Agreement shall end ontract amendment. In no rs. c, ask Order work should ommendation for contract award is ly executed and approved by the ain in effect until the date set forth above, Consultant shall complete the Services eet any other established schedules and cation .rovisions of this Agreement shall remain in s Agreement. act Administrator. The Commission hereby designates ector, or his or her designee, to act as its Contract ance of this Agreement ("Commission's Contract 's Contract Administrator shall have the authority to act on 7. Consultant's Representative. Consultant hereby designates Joey Mendoza to act as its Representative for the performance of this Agreement ("Consultant's Representative"). Consultant's Representative shall have full authority to act on behalf of Consultant for all purposes under this Agreement. The Consultant's Representative shall supervise and direct the Services, using his or her professional skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. Consultant shall work closely and cooperate fully with Commission's Contract Administrator and any 3 323 other agencies which may have jurisdiction over, or an interest in, the Services. Consultant's Representative shall be available to the Commission staff at all reasonable times. Any substitution in Consultant's Representative shall be approved in writing by Commission's Contract Administrator. 8. Substitution of Key Personnel. Consultant has represented to the Commission that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Consultant may substitute other personnel of at least equal competence upon written approval by the Commission. In the event that the Commission and Consultant cannot agree as to the substitution of the key personnel, the Commission shall be entitled to terminate this Agreement for cause, pursuant to the provisions herein. The key personnel for performance of this Agreement are: Kim Bibolet, Joey Mendoza, Daniela Borbe, Curtis Bibolet, or as otherwise identified in the Task Order. 9. Standard of Care; Licenses. Consultant r( r;, ents and maintains that it is skilled in the professional calling necessary to perfor Se es, duties and obligations required by this Agreement to fully and adequately i ' plete th. oject. Consultant shall perform the Services and duties in conforms F to a consis t with the standards generally recognized as being employed by p -s als in the same discipline in the State of California. Consultant warrants that all e ees and subcontractors shall have sufficient skill and experience to perform -rvices igned to them. Consultant further represents and warrants to the Commissi• p' ees and subcontractors have all licenses, permits, qualifications and appro w -ver nature that are legally required to perform the Services, and ,i ch 1';=: nses and approvals shall be maintained throughout the term of this uir' . C • � ultant shall perform, at its own cost and expense and without reimb 111 ] -" Commission, any services necessary to correct errors or omissio hi e caused by the Consultant's failure to comply with the standard of care prov , . - re - nd shall be fully responsible to the Commission for all damages and ' er liabili pr ided for in the indemnification provisions of this Agreement arising nsultant's errors and omissions. Any employee of Consultant or its su •ns ants who is determined by the Commission to be uncooperative, incompet- hreat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the Commission, shall be promptly removed from the Project by the Consultant and shall not be re-employed to perform any of the Services or to work on the Project. 10. Independent Contractor. The Services shall be performed by Consultant or under its supervision. Consultant will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. Commission retains Consultant on an independent contractor basis and not as an employee, agent or representative of the Commission. Consultant retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Consultant shall pay all wages, salaries and other amounts due such personnel in connection with their performance of Services 4 324 and as required by law. Consultant shall be responsible for all reports and obligations respecting such personnel, including but not limited to, social security taxes, income tax withholdings, unemployment insurance, disability insurance, and workers' compensation insurance. 11. Task Orders; Commencement of Services; Schedule of Services. Consultant shall commence Services under a Task Order within five (5) days of receiving a fully executed Task Order from the Commission. Task Orders shall be in substantially the form set forth in Exhibit "B" attached hereto and incorporated herein by reference. Each Task Order shall identify the funding source(s) to be used to fund the Services under the relevant Task Order, and Consultant shall comply with the requirements specified herein, and in the attached exhibits, applicable to the identified funding source(s). Consultant shall perform the Services expeditiausly, within the term of this Agreement, and in accordance with any schedule of Ser ("Schedule"). Consultant represents that it has the profe perform the Services in conformance with such Consultant's conformance with the Schedule, the C submittals in a timely manner. Upon request Consultant shall provide a more detailed sche Schedule of Services. s set forth in a Task Order al and technical personnel to di In order to facilitate ission s ; ,,respond to Consultant's om.gission's ntract Administrator, cipated performance to meet the 11.1 Modification of the S - • on ltant shall regularly report to the Commission, through correspondence o • %re reports, its progress in providing required Services within the s -d ti periods. Commission shall be promptly informed of all anticipated del In eve '' hat Consultant determines that a schedule modification is necessary, Co ptly submit a revised Schedule of Services for approval by Commis _'•_ 's ► act Administrator. Commission's Con Commission, on a bi- standard day and time. discussions concerning sc•pe, schedule, and current progress of Services, relevant cost issues, and future Project objectives. Consultant shall be responsible for the preparation and distribution of meeting agendas to be received by the Commission and other attendees no later than three (3) working days prior to the meeting. Consultant shall conduct trend meetings with the rator and other interested parties, as requested by the is or as may be mutually scheduled by the Parties at a e trend meetings will encompass focused and informal 11.3 Progress Reports. As part of its monthly invoice, Consultant shall submit a progress report, in a form determined by the Commission, which will indicate the progress achieved during the previous month in relation to the Schedule of Services. Submission of such progress report by Consultant shall be a condition precedent to receipt of payment from the Commission for each monthly invoice submitted. 5 325 12. Delay in Performance. 12.1 Excusable Delays. Should Consultant be delayed or prevented from the timely performance of any act or Services required by the terms of the Agreement by reason of acts of God or of the public enemy, acts or omissions of the Commission or other governmental agencies in either their sovereign or contractual capacities, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes or unusually severe weather, performance of such act shall be excused for the period of such delay. 12.2 Written Notice. If Consultant believes it is entitled to an extension of time due to conditions set forth in subsection 12.1, Consultant shall provide written notice to the Commission within seven (7) working days from the time Consultant knows, or reasonably should have known, that performance of the Services will be delayed due to such conditions. Failure of Consultant to provide such ti -ly notice shall constitute a waiver by Consultant of any right to an excusable delay i ► `ro ` e of performance. 12.3 Mutual Agreement. Perform- : e 16111 .ny Services under this Agreement may be delayed upon mutual agrs '` ent of 1 ,- Parties. Upon such agreement, Consultant's Schedule of Service all b- exten• as necessary by the Commission. Consultant shall take all reason. ' - st; r' to minimize delay in completion, and additional costs, resulting from any such ex 13. Prelimina Review of Wor - - •rts, orking papers, and similar work products prepared for submission in the co -e • ing Services under this Agreement shall be submitted to the Com 's ract Administrator in draft form, and the Commission may require revi s of ch d is prior to formal submission and approval. In the event plans and desi• .are •- oped as part of the Project, final detailed plans and designs shall be con t upon btaining environmental clearance as may be required in connection -d _ _ funding. In the event that Commission's Contract Administrator, in hi ; 1, er sol- sc •n, determines the formally submitted work product to be not in accor' °;r,,. a with standard of care established under this Agreement, Commission's Contra dmin' ator may require Consultant to revise and resubmit the work at no cost to the C 'F,L ion. 14. Appearance at Hearings. If and when required by the Commission, Consultant shall render assistance at public hearings or other meetings related to the Project or necessary to the performance of the Services. However, Consultant shall not be required to, and will not, render any decision, interpretation or recommendation regarding questions of a legal nature or which may be construed as constituting a legal opinion. 15. Opportunity to Cure; Inspection of Work. Commission may provide Consultant an opportunity to cure, at Consultant's expense, all errors and omissions which may be disclosed during Project implementation. Should Consultant fail to make such correction in a timely manner, such correction may be made by the Commission, and the cost thereof charged to Consultant. Consultant shall allow the Commission's Contract Administrator, Caltrans and FHWA to inspect or review Consultant's work in progress at any reasonable time. 6 326 16. Claims Filed by Contractor. 16.1 If claims are filed by the Commission's contractor for the Project ("Contractor") relating to work performed by Consultant's personnel, and additional information or assistance from the Consultant's personnel is required by the Commission in order to evaluate or defend against such claims; Consultant agrees to make reasonable efforts to make its personnel available for consultation with the Commission's construction contract administration and legal staff and for testimony, if necessary, at depositions and at trial or arbitration proceedings. 16.2 Consultant's personnel that the Commission considers essential to assist in defending against Contractor claims will be made available on reasonable notice from the Commission. Consultation or testimony will be reimbursed at the same rates, including travel costs that are being paid for the Consultant's •ersonnel services under this Agreement. 16.3 Services of the Consultant's p connection with Contractor claims will be perf amendment, if necessary, extending the termi finally resolve the claims. 16.4 Nothing contained i. Consultant's indemnification obligation conflict between this Section and Section intended to obligate the Com personnel related to Contrac defend the Commission pu nd other support staff in t to a written contract greement in order to s Secti hall be construed to in any way limit ection 29. In the case of any 9 shall govern. This Section is not burse Consultant for time spent by its ch Consultant is required to indemnify and of this Agreement. 17. Final Ac - .n determination by the Commission that Consultant has satisfactorily c term set forth her Acceptance. Upon hereunder, unless othe request issuance of a Noti completed all Services required under the terms of this Agreement. In the event copyrights are permitted under this Agreement, then in connection with Federal funding, it is hereby acknowledged and agreed that the United States Department of Transportation shall have the royalty -free non-exclusive and irrevocable right to reproduce, publish, or otherwise use, and to authorize others to use, the work for governmental purposes. es required under this Agreement and within the ission shall give Consultant a written Notice of Final such notice, Consultant shall incur no further costs cified in the Notice of Final Acceptance. Consultant may of Final Acceptance when, in its opinion, it has satisfactorily 18. Laws and Regulations. Consultant shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. For example, and not by way of limitation, Consultant shall keep itself fully informed of and in compliance with all implementing regulations, design standards, specifications, previous commitments that must be incorporated in the design of the Project, and administrative controls including 7 327 those of the United States Department of Transportation. Compliance with Federal procedures may include completion of the applicable environmental documents and approved by the United States Department of Transportation. For example, and not by way of limitation, a signed Categorical Exclusion, Finding of No Significant Impact, or published Record of Decision may be required to be approved and/or completed by the United States Department of Transportation. For Consultant shall be liable for all violations of such laws and regulations in connection with Services. If the Consultant performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the Commission, Consultant shall be solely responsible for all costs arising therefrom. Consultant shall defend, indemnify and hold Commission, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 19. Fees and Payment. 19.1 The method of payment for thi • ree - t will be based on actual cost plus a fixed fee. Commission shall reimburs onsultan actual costs (including Tabor costs, employee benefits, travel, equipm r� ent. ,_costs, o head and other direct costs) incurred by Consultant in performanc= th ;,`services. Consultant shall not be reimbursed for actual costs that exceed the est ed wage rates, employee benefits, travel, equipment rental, overhead, an. ;?_.r . r esti ,,-d costs set forth in the approved Consultant cost proposal attached her. • • ibi C" and incorporated herein by reference, or any cost proposal included . .' • o ask Order ("Cost Proposal") unless additional reimbursement is p for written amendment. The overhead rates included in the attached Ex "C" all be ed for the term of the Master Agreement, and shall not be subject to a t required by the applicable funding source. In no event, shall Cons nt . ; imbursed for overhead costs at a rate that exceeds Commission's appro • e.. , .te set forth in the Cost Proposal. In the event that Commission dete es that '' cha '•e to the Services from that specified in the Cost Proposal, this Agre. •ent or a i Task Order is required, the Agreement time or actual costs reimbursable • . Co ission shall be adjusted by written amendment to accommodate the chan• +ork. The maximum total cost as specified in Section 19.8 shall not be exceeded, unless authorized by a written amendment. 19.2 In addition to the allowable incurred costs, Commission shall pay Consultant a fixed fee to be set forth in each Task Order ("Fixed Fee"). The Fixed Fee is nonadjustable for each Task Order, except in the event of a significant change in the Scope of Services, and such adjustment is made by written amendment. 19.3 Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the approved Cost Proposal. In addition, payments to Consultant for travel and subsistence expenses claimed for reimbursement or applied as local match credit shall not exceed rates authorized to be paid exempt non -represented State employees under current State Department of Personnel Administration (DPA) rules, unless otherwise authorized by Commission. If the rates invoiced are in excess of those authorized DPA rates, and Commission has not otherwise approved said rates, then 8 328 Consultant is responsible for the cost difference and any overpayments shall be reimbursed to the Commission on demand. 19.4 When milestone cost estimates are included in the approved Cost Proposal for a Task Order, Consultant shall obtain prior written approval for a revised milestone cost estimate from the Contract Administrator before exceeding such cost estimate. 19.5 Progress payments shall be made monthly in arrears based on Services provided and allowable incurred costs. A pro rata portion of the Fixed Fee shall be included in the monthly progress payments. If Consultant fails to submit the required deliverable items according to the schedule set forth in the Scope of Services, Commission shall have the right to delay payment or terminate this Agreement in accordance with the provisions of Section 21, Termination. 19.6 No payment shall be made prior to ' royal of any Services, nor for any Services performed prior to approval of this Agr 19.7 Consultant shall be reimbu permit upon receipt by Commission's Cont triplicate. Invoices shall be submitted no latertha of work for which Consultant is billing. I - •'ces sh milestone and each project as applicable approved Cost Proposal and shall referen invoice must contain the fina equipment purchased under final invoice should be sub work. Invoices shall be maile address: Riverside County Attention: Accounts P.O. 12008 Riverside, CA 92502 as prompt fiscal procedures will istrator of itemized invoices in alendar days after the performance etail the work performed on each flow the format stipulated for the ment number and project title. Final credits due Commission including any urchase provisions of this Agreement. The ndar days after completion of Consultant's ommi ion's Contract Administrator at the following Commission 19.8 The total amount payable by Commission, including the Fixed Fee, shall not exceed the amount set forth in each Task Order. 19.9 Salary increases shall be reimbursable if the new salary is within the salary range identified in the approved Cost Proposal and is approved by Commission'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. 19.10 Consultant shall not be reimbursed for any expenses unless authorized in writing by the Commission's Contract Administrator. 9 329 19.11 All subcontracts in excess of $25,000 shall contain the above provisions. 20. Disputes. 20.1 Any dispute, other than audit, concerning a question of fact arising under this Agreement that is not disposed of by mutual agreement of the Parties shall be decided by a committee consisting of RCTC's Contract Administrator and the Director of Capital Projects, who may consider written or verbal information submitted by Consultant. 20.2 Not later than 30 days after completion of all Services under this Agreement, Consultant may request review by the Commission's Executive Director of unresolved claims or disputes, other than audit. The request for review will be submitted in writing. 20.3 Neither the pendency of a disp committee will excuse Consultant from full and timely terms of this Agreement. 21. Termination. 21.1 Commission resery (30) calendar days written notice to Con termination stated in the notice. Commis at any time, for any or no reaso the the notice of termination of T 21.2 Commis Consultant fail to perf herein provided. I Services in any m Agreement with Con under this Agreement f cost of completion to Com case, the overage shall be deducted from any sum due Consultant under this Agreement and the balance, if any, shall be paid to Consultant upon demand. or its consideration by the nce in accordance with the he righ erminate this Agreement upon thirty r no reason, with the reasons for inate Services under a Task Order, ctive date of termination to be specified in y - ate this Agreement with Consultant should ants herein contained at the time and in the manner termination, Commission may proceed with the proper by Commission. If Commission terminates this mission shall pay Consultant the sum due to Consultant es completed and accepted prior to termination, unless the sion exceeds the funds remaining in the Agreement. In such 21.3 In addition to the above, payment upon termination shall include a prorated amount of profit, if applicable, but no amount shall be paid for anticipated profit on unperformed Services. Consultant shall provide documentation deemed adequate by Commission's Contract Administrator to show the Services actually completed by Consultant prior to the effective date of termination. This Agreement shall terminate on the effective date of the Notice of Termination 21.4 Upon receipt of the written Notice of Termination, Consultant shall discontinue all affected Services as directed in the Notice or as otherwise provided herein, and deliver to the Commission all Documents and Data, as defined in this Agreement, as 10 330 may have been prepared or accumulated by Consultant in performance of the Services, whether completed or in progress. 21.5 In addition to the above, Consultant shall be liable to the Commission for any reasonable additional costs incurred by the Commission to revise work for which the Commission has compensated Consultant under this Agreement, but which the Commission has determined in its sole discretion needs to be revised, in part or whole, to complete the Project because it did not meet the standard of care established in this Agreement. Termination of this Agreement for cause may be considered by the Commission in determining whether to enter into future agreements with Consultant. 21.6 The rights and remedies of the Parties provided in this Section are in addition to any other rights and remedies provided by law or under this Agreement. 21.7 Consultant, in executing this Agreement, shall be deemed to have waived any and all claims for damages which may otherwise arise from the Commission's termination of this Agreement, for convenience or cause, as provided in this Section. 21.8 Consultant may not terminate this Agreement except for cause. 22. Cost Principles and Administrative Requirements. 22.1 Consultant agrees that the Contract Cost Principles and Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., shall be used to determine the cost allo y of individual items. 22.2 Consu t also agrees to comply with federal procedures in accordance with 2 CFR, Part , Uniform Administrative Requirements, Cost Principles, and Audit Requirements fe 1 Awards. 22.3 Any costs or which payment has been made to CONSULTANT that are determined by subsequent audit to be unallowable under 2 CFR, Part 200 and 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., are subject to repayment by Consultant to Commission. 22.4 All subcontracts in excess of $25,000 shall contain the above provisions. 23. Retention of Records/Audit. For the purpose of determining compliance with, as applicable, 2 CFR Part 200, 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 this Agreement pursuant to Government Code 8546.7; Consultant, subconsultants, and Commission shall maintain and make available for inspection all books, documents, papers, accounting records, and other evidence pertaining to the performance of this Agreement, including but not limited to, the costs of administering this Agreement. All parties shall make such materials available at their respective offices at all reasonable times during the Agreement period and for three years from the date of final payment under this Agreement. The State, State Auditor, 11 331 Commission, FHWA, or any duly authorized representative of the State or 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 this Agreement 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. 23.1 Accounting System. Consultant and its subcontractors shall establish and maintain an accounting system and records that properly accumulate and segregate expenditures by line item for the Services. The accounting system of Consultant and its subcontractors shall conform to Generally Accepted Accounting Principles (GAAP), enable the determination of incurred costs at interim points of completion, and provide support for reimbursement payment vouchers or invoices. 24. Audit Review Procedures. 24.1 Any dispute concerning a quest' post audit of this Agreement that is not disposed Commission's Chief Financial Officer. of rising under an interim or agree t, shall be reviewed by 24.2 Not later than 30 days a suance of the final audit report, Consultant may request a review by Commission's Chief Financial Officer of unresolved audit issues. The request for review shall be submitted in writing. - 24.3 Neither the pendency of a dispute nor its consideration by Commission shall excuse Consultant from full and timely performance, in accordance with the terms of this Agreement. 25. Subcont 25.1 Nothing contained in this Agreement or otherwise, shall create any contractual relation between Commission and any subconsultant(s), and no subcontract shall relieve Consultant of its responsibilities and obligations hereunder. Consultant agrees to be as fully responsible to Commission 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. Consultant's obligation to pay its subconsultant(s) is an independent obligation from Commission's obligation to make payments to the Consultant. 25.2 Consultant shall perform the Services contemplated with resources available within its own organization and no portion of the Services pertinent to this Agreement shall be subcontracted without written authorization by Commission's Contract Administrator, except that, which is expressly identified in the approved Cost Proposal. 25.3 Consultant shall pay its subconsultants within ten (10) calendar days from receipt of each payment made to Consultant by Commission. 12 332 25.4 Any subcontract in excess of $25,000 entered into as a result of this Agreement shall contain all the provisions stipulated in this Agreement to be applicable to subconsultants. 25.5 Any substitution of subconsultant(s) must be approved in writing by Commission's Contract Administrator prior to the start of work by the subconsultant(s). 25.6 Exhibit "C" may set forth the rates at which each subconsultant shall bill the Consultant for Services and that are subject to reimbursement by the Commission to Consultant. Additional Direct Costs, as defined in Exhibit "C" shall be the same for both the Consultant and all subconsultants, unless otherwise identified in Exhibit "C" or in a Task Order. The subconsultant rate schedules and cost proposals contained herein are for accounting purposes only. 26. Equipment Purchase 26.1 Prior authorization, in writing, by C shall be required before Consultant enters into subcontract for supplies, equipment, or services the necessity or desirability of incurring such 26.2 For purchase of an the Cost Proposal and exceeding $5,00 Contract Administrator is required. Thre the request for such purchase, • abs 26.3 Any eq the following: Consultant sh Nonexpendable prop acquisition cost of sold or traded in, this Agreement, or equipment and credit equipment at the best pr established Commission procedures; and credit Commission 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 Commission and Consultant. If Consultant determines to sell the equipment, the terms and conditions of such sale must be approved in advance by Commission. 2 CFR, Part 200 requires a credit to Federal funds when participating equipment with a fair market value greater than $5,000 is credited to the Project. on's Contract Administrator ted purchase order, or ovide an evaluation of or consulting work not covered in ion, in writing, by Commission's quotations must be submitted with of bidding must be adequately justified. as a result of this Agreement is subject to inventory of all nonexpendable property. as having a useful life of at least two years and an e purchased equipment needs replacement and is all receive a proper refund or credit at the conclusion of ment is terminated, Consultant may either keep the on in an amount equal to its fair market value, or sell such obtainable at a public or private sale, in accordance with 26.4 All subcontracts in excess $25,000 shall contain the above provisions. 27. Labor Code Requirements. 27.1 Prevailing Wages. 13 333 (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 Services. (b) Any subcontract entered into as a result of this Agreement, 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 Section. (c) When prevailing wages apply to the Services described in the Scope of Services, 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 http://www.dir.ca.gov. (d) Copies of the prevailing rate •<;i'°per diem wages in effect at commencement of this Agreement are on file at the Com on's offices. Consultant shall make copies of the prevailing rates of per diem wages a ::craft, classification or type of worker needed to execute the Services available ntereste rties upon request, and shall post copies at the Consultant's principal . e of .usines ` d at the project site. Consultant shall defend, indemnify and hold th .m ion, its elected officials, officers, employees and agents free and harmless from aims, liabilities, costs, penalties or interest arising out of any failure or all :� failure comply with the Prevailing Wage Laws. 27.2 DIR Reaist an applicable "public works" Sections 1725.5 and 1771. with the Department of Indust duration of the Projec be subject to com Relations. It sha registration and labo e Services are being performed as part of e" project, then pursuant to Labor Code nd all subconsultants must be registered lations.Consultant shall maintain registration for the e same of any subconsultants. This Project may also and enforcement by the Department of Industrial nt's sole responsibility to comply with all applicable e requirements. 27.3 Eight our Law. Pursuant to the provisions of the California Labor Code, eight hours of labor shall constitute a legal day's work, and the time of service of any worker employed on the work shall be limited and restricted to eight hours during any one calendar day, and forty hours in any one calendar week, except when payment for overtime is made at not less than one and one-half the basic rate for all hours worked in excess of eight hours per day ("Eight -Hour Law"), unless Consultant or the Services are not subject to the Eight -Hour Law. Consultant shall forfeit to Commission as a penalty, $50.00 for each worker employed in the execution of this Agreement by him, or by any sub -consultant under him, for each calendar day during which such workman is required or permitted to work more than eight hours in any calendar day and forty hours in any one calendar week without such compensation for overtime violation of the provisions of the California Labor Code, unless Consultant or the Services are not subject to the Eight -Hour Law. 14 334 27.4 Employment of Apprentices. This Agreement shall not prevent the employment of properly indentured apprentices in accordance with the California Labor Code, and no employer or labor union shall refuse to accept otherwise qualified employees as indentured apprentices on the work performed hereunder solely on the ground of race, creed, national origin, ancestry, color or sex. Every qualified apprentice shall be paid the standard wage paid to apprentices under the regulations of the craft or trade in which he or she is employed and shall be employed only in the craft or trade to which he or she is registered. If California Labor Code Section 1777.5 applies to the Services, Consultant and any subcontractor hereunder who employs workers in any apprenticeable craft or trade shall apply to the joint apprenticeship council administering applicable standards for a certificate approving Consultant or any sub -consultant for the employment and training of apprentices. Upon issuance of this certificate, Consultant and any sub-, onsultant shall employ the number of apprentices provided for therein, as well as co ;;_; _;ute to the fund to administer the apprenticeship program in each craft or trade in th-: Fn of the work hereunder. The parties expressly understand that t , responsi ':, for compliance with provisions of this Section and with Sections 17 ":' 17 .7.6 and 77.7 of the California Labor Code in regard to all apprenticeable occ► -tio- ies with Consultant 28. Ownership of Materials/C. ntialit 28.1 Documents perpetual license for Commissio copyrights and designs embo materials, data and other do expression, including but not recorded on comput Consultant under t & Data: : ement creates an exclusive and modify, reuse, or sub -license any and all ecifications, studies, drawings, estimates, authorship fixed in any tangible medium of o, phys al drawings or data magnetically or otherwise hich are prepared or caused to be prepared by (` uments & Data"). hall require all subcontractors to agree in writing that Commission is granted . sive and perpetual license for any Documents & Data the subcontractor prepares un r this Agreement. Consultant represents and warrants that Consultant has the legal right to grant the exclusive and perpetual license for all such Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the Commission. Commission shall not be limited in any way in its use of the Documents & Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at Commission's sole risk. 28.2 Intellectual Property. In addition, Commission shall have and retain all right, title and interest (including copyright, patent, trade secret and other proprietary 15 335 rights) in all plans, specifications, studies, drawings, estimates, materials, data, computer programs or software and source code, enhancements, documents, and any and all works of authorship fixed in any tangible medium or expression, including but not limited to, physical drawings or other data magnetically or otherwise recorded on computer media ("Intellectual Property") prepared or developed by or on behalf of Consultant under this Agreement as well as any other such Intellectual Property prepared or developed by or on behalf of Consultant under this Agreement. The Commission shall have and retain all right, title and interest in Intellectual Property developed or modified under this Agreement whether or not paid for wholly or in part by Commission, whether or not developed in conjunction with Consultant, and whether or not developed by Consultant. Consultant will execute separate written assignments of any and all rights to the above referenced Intellectual Property upon request of Commission. Consultant shall also be respons' .;`• obtain in writing separate written assignments from any subcontractors or age f Co =, Itant of any and all right to the above referenced Intellectual Property. Shou onsultan , her during or following termination of this Agreement, desire to use of e above eferenced Intellectual Property, it shall first obtain the written approv t ommission. All materials and do Consultant for general use prior to the ex copyright of any other party or publ avai continue to be the property of t stated prior to execution of th. the right to grant the exclusi provided herein. perpetual license to otherwise owned by collective, insurrectional, ere developed or prepared by the is greement and which are not the n. y other computer applications, shall However, unless otherwise identified and sultant represents and warrants that it has icense for all such Intellectual Property as er is granted by Consultant a non-exclusive and odify or sub -license any and all Intellectual Property which is the basis or foundation for any derivative, pplemental work created under this Agreement. 28.3 Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall not, without the prior written consent of Commission, be used by Consultant for any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use Commission's name or insignia, photographs of the Project, or any publicity pertaining to the Services or the Project in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of Commission. 16 336 28.4 Infringement Indemnification. Consultant shall defend, indemnify and hold the Commission, its directors, officials, officers, employees, volunteers and agents free and harmless, pursuant to the indemnification provisions of this Agreement, for any alleged infringement of any patent, copyright, trade secret, trade name, trademark, or any other proprietary right of any person or entity in consequence of the use on the Project by Commission of the Documents & Data, including any method, process, product, or concept specified or depicted. 29. Indemnification. To the fullest extent permitted by law, Consultant shall defend (with counsel of Commission's choosing), indemnify and hold Commission, Caltrans and their directors, officials, officers, employees, consultants, volunteers, and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to alleged neglige acts, omissions, or willful misconduct of Consultant, its officials, officers, employ agents, consultants, and contractors arising out of or in connection with the perfor e of the Services, the Project or this Agreement, including without limitation the .,- r en ' . consequential damages, expert witness fees, and attorneys fees and other r .' ed costs * expenses. Consultant shall defend, at Consultant's own cost, expense d ris any an I such aforesaid suits, actions or other legal proceedings of every kin• t be brought or instituted against Commission, Caltrans and their directors, offic officers, employees, consultants, agents, or volunteers. Consultant shall p ,,• satis y judgment, award or decree that may be rendered against Commission, a •r eir directors, officials, officers, employees, consultants, agents, • volu = in y such suit, action or other legal proceeding. Consultant shall re Co '` ission, Caltrans and their directors, officials, officers, employees, consult. age , an. ! volunteers, for any and all legal expenses and costs, including reasona. i a -s, incurred by each of them in connection therewith or in enforce mnity herein provided. Consultant's obligation to indemnify shall not b- -s`r .1 ,a t• urance proceeds, if any, received by Commission, Caltrans, their dire rs, offices •ffi rs, employees, consultants, agents, or volunteers. If Consultant's • :ate• o defend, indemnify, and/or hold harmless arises out of Consultant's performanc. a "design professional" (as that term is defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code section 2782.8, which is fully incorporated herein, Consultant's indemnification obligation shall be limited to claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Consultant, and, upon Consultant obtaining a final adjudication by a court of competent jurisdiction, Consultant's liability for such claim, including the cost to defend, shall not exceed the Consultant's proportionate percentage of fault. Consultant's obligations as set forth in this Section shall survive expiration or termination of this Agreement. 30. To the fullest extent permitted by law, Consultant shall defend, indemnify and hold Commission, Caltrans and their directors, officials, officers, employees, consultants, volunteers, and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or 17 337 persons, including wrongful death, inverse condemnation, and any claims related to property acquisition and relocation rules or failure to detect or abate hazardous materials, which are brought by a third party, and which , in any manner arise out of or are incident to alleged negligent acts, omissions, or willful misconduct of Consultant, its officials, officers, employees, agents, consultants, and contractors arising out of or in connection with the performance of the Services, the Project or this Agreement, including without limitation the payment of consequential damages, expert witness fees, and attorneys fees and other related costs and expenses. Consultant shall defend, at Consultant's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against Commission, Caltrans, and their directors, officials, officers, employees, consultants, agents, or volunteers. Consultant shall pay and satisfy any judgment, award or decree that may be rendered against Commission, Caltrans or their directors, officials, officers, employees, consultants, agents, or volunteers, in any such suit, action or other legal proceeding. Consultant s II reimburse Commission, Caltrans and their directors, officials, officers, employe consultants, agents, and/or volunteers, for any and all legal expenses and costs, in _ �ll a n. reasonable attorney's fees, incurred by each of them in connection therewith n en . i; ing the indemnity herein provided. Consultant's obligation to indemnif , ; "` all not b_ -stricted to insurance proceeds, if any, received by Commission, C n ns their dir- tors, officials officers, employees, consultants, agents, or volunteers i anding the foregoing, to the extent Consultant's Services are subject to Civil Code Se 2782.8, the above indemnity shall be limited, to the extent required by Civil ecti. 782.8, to claims that arise out of, pertain to, or relate to the negligence, reck w ful misconduct of the Consultant. Consultant's obligations as set h in , Sec on 29 shall survive expiration or termination of this Agreement. 31. Insurance. 31.1 Agreement until i secured all insuran acceptable to the Com commence work on any Section. nce. Consultant shall not commence work under this ence satisfactory to the Commission that it has der this Section, in a form and with insurance companies addition, Consultant shall not allow any subcontractor to ntract until it has secured all insurance required under this 31.2 Minimum Requirements. Consultant shall, at its expense, procure and maintain for the duration of the Agreement insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the Agreement by the Consultant, its agents, representatives, employees or subcontractors. Consultant shall also require all of its subcontractors to procure and maintain the same insurance for the duration of the Agreement. Such insurance shall meet at least the following minimum levels of coverage: (a) Minimum Scope of Insurance. Coverage shall be at least as broad as the latest version of the following: (1) General Liability: Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001 or exact equivalent); (2) Automobile Liability: Insurance Services Office Business Auto Coverage (form CA 0001, 18 338 code 1 (any auto) or exact equivalent); and (3) Workers' Compensation and Employer's Liability: Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. (b) Minimum Limits of Insurance. Consultant shall maintain limits no less than: (1) General Liability: $2,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with general aggregate limit is used, either the general aggregate limit shall apply separately to this Agreement/location or the general aggregate limit shall be twice the required occurrence limit. Limits may be achieved by any combination of primary and excess or umbrella liability insurance; (2) Automobile Liability: $1,000,000 per accident for bodily injury and property damage. Limits may be achieved by any combination of primary and excess or umbrella liability insurance; and (3) Workers' Compensation and Employer's Liability: Workers' Compensation limits as required by the abor Code of the State of California. Employer's Practices Liability limits of $1,000 ° + per accident. 31.3 Professional Liability. Consults % sh. ocure and maintain, and require its sub -consultants to procure and maintai r, -r a perio• ' five (5) years following completion of the Project, errors and omission iabil' insura «'e appropriate to their profession. For Consultant, such insuranc ,.ha •e in an amount not less than $1,000,000 per claim. This insurance shall be -°, I,+rsed to include contractual liability applicable to this Agreement and shall kitten o ; policy form coverage specifically designed to protect against acts, erro o u ; io of the Consultant. "Covered Professional Services" as desi • nated p •' must specifically include work performed under this Agreeme •olio ust "pay on behalf of the insured and must include a provision establishi rer's ty to defend. Subconsultants of Consultant shall obtain such insura t not less than $2,000,000 per claim. Notwithstanding the for- • •'ng, ommission may consider written requests to lower or dispense with the er •m •ns liability insurance requirement contained in this Section for certai '•consul is o onsultant, on a case -by -case basis, depending on the nature and sco• .f the S: ices to be provided by the subconsultant. Approval of such request shall be riti signed by the Commission's Contract Administrator. 31.4 Aircra Liability Insurance. Prior to conducting any Services requiring use of aircraft, Consultant shall procure and maintain, or cause to be procured and maintained, aircraft liability insurance or equivalent form, with a single limit as shall be required by the Commission. Such insurance shall include coverage for owned, hired and non -owned aircraft and passengers, and shall name, or be endorsed to name, the Commission, Caltrans and their directors, officials, officers, employees and agents as additional insureds with respect to the Services or operations performed by or on behalf of the Consultant. 31.5 Insurance Endorsements. The insurance policies shall contain the following provisions, or Consultant shall provide endorsements on forms approved by the Commission to add the following provisions to the insurance policies: 19 339 (a) General Liability. (1) Commercial General Liability Insurance must include coverage for (1) bodily Injury and property damage; (2) personal Injury/advertising Injury; (3) premises/operations liability; (4) products/completed operations liability; (5) aggregate limits that apply per Project; (6) explosion, collapse and underground (UCX) exclusion deleted; (7) contractual liability with respect to this Agreement; (8) broad form property damage; and (9) independent consultants coverage. (ii) The policy shall contain no endorsements or provisions limiting coverage for (1) contractual liability; (2) cross liability exclusion for claims or suits by one insured against another; or (3) contain any other exclusion contrary to this Agreement. (iii) The policy shall give the Commission, its directors, officials, officers, employees, and agents insured status us"ISO endorsement forms 20 10 10 01 and 20 37 10 01, or endorsements providing t► act same coverage. (iv) The additional in "primary and non-contributory" and will not see Caltrans' insurance or self-insurance and shall endorsements providing the exact same covera d cove under the policy shall be ntribution frl i. the Commission's or as broad as CG 20 01 04 13, or (b) Automobile L \ The tomobile liability policy shall be endorsed to state that: (1) the Commissio d their directors, officials, officers, employees and agents shall b: ere• additional insureds with respect to the ownership, operation, mainte e, -, loa g or unloading of any auto owned, leased, hired or borrowed by the Co Itant % hi the Consultant is responsible; and (2) the insurance coverage shall be p insur e as respects the Commission, Caltrans and their directors, official , -,s, -' •loyees and agents, or if excess, shall stand in an unbroken chain of ,U' -rage _es the Consultant's scheduled underlying coverage. Any insurance or -insurank _ maintained by the Commission, Caltrans and their directors, officials, o s, a .yees and agents shall be excess of the Consultant's insurance and shall not . d upon to contribute with it in any way. (c) Workers' Compensation and Employers Liability Coverage. (i) Consultant certifies that he/she is aware of the provisions of Section 3700 of the California Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and he/she will comply with such provisions before commencing work under this Agreement. (ii) The insurer shall agree to waive all rights of subrogation against the Commission, its directors, officials, officers, employees and agents for losses paid under the terms of the insurance policy which arise from work performed by the Consultant. 20 340 (d) All Coverages. (i) Defense costs shall be payable in addition to the limits set forth hereunder. (ii) Requirements of specific coverage or limits contained in this Section are not intended as a limitation on coverage, limits, or other requirement, or a waiver of any coverage normally provided by any insurance. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits set forth herein shall be available to the Commission, Caltrans and their directors, officials, officers, employees and agents as additional insureds under said policies. Furthermore, the requirements for coverage and limits shall be (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits .f coverage of any insurance policy or proceeds available to the named insured; which is greater. (iii) The limits of insura re. `-;,'. ed in this Agreement may be satisfied by a combination of primary and umbrel r excess '':' urance. Any umbrella or excess insurance shall contain or be endorsed onta. a prow'` 'i n that such coverage shall also apply on a primary and non-contribu ba ' or the benefit of the Commission (if agreed to in a written contract or agreement) be e Commission's own insurance or self-insurance shall be called upon to pr 't as a ed insured. The umbrella/excess policy shall be provided on a "following coverage at least as broad as provided on the underlying policy(ies). (30) days prior written noti except that the Consultant s cancellation of any s coverage is cancell deliver renewal cert to the Commission a expiration. hall provide the Commission at least thirty f any policy required by this Agreement, ovide least ten (10) days prior written notice of to non-payment of premium. If any of the required the term of this Agreement, the Consultant shall ing the General Liability Additional Insured Endorsement 10) days prior to the effective date of cancellation or (v) The retroactive date (if any) of each policy is to be no later than the effective date of this Agreement. Consultant shall maintain such coverage continuously for a period of at least three years after the completion of the work under this Agreement. Consultant shall purchase a one (1) year extended reporting period A) if the retroactive date is advanced past the effective date of this Agreement; B) if the policy is cancelled or not renewed; or C) if the policy is replaced by another claims -made policy with a retroactive date subsequent to the effective date of this Agreement. (vi) The foregoing requirements as to the types and limits of insurance coverage to be maintained by Consultant, and any approval of said insurance by the Commission, is not intended to and shall not in any manner limit or qualify the liabilities and obligations otherwise assumed by the Consultant pursuant to this Agreement, including but not limited to, the provisions concerning indemnification. 21 341 (vii) If at any time during the life of the Agreement, any policy of insurance required under this Agreement does not comply with these specifications or is canceled and not replaced, Commission has the right but not the duty to obtain the insurance it deems necessary and any premium paid by Commission will be promptly reimbursed by Consultant or Commission will withhold amounts sufficient to pay premium from Consultant payments. In the alternative, Commission may cancel this Agreement. The Commission may require the Consultant to provide complete copies of all insurance policies in effect for the duration of the Project. (viii) Neither the Commission nor any of its directors, officials, officers, employees or agents shall be personally responsible for any liability arising under or by virtue of this Agreement. 31.6 Deductibles and Self -Insurance Retenti • ns. Any deductibles or self - insured retentions must be declared to and approve.; the Commission. If the Commission does not approve the deductibles or self,. ed retentions as presented, Consultant shall guarantee that, at the option of the (4m on, either: (1) the insurer shall reduce or eliminate such deductibles or s-'s'nsured tions as respects the Commission, its directors, officials, officers, em » eesnd agen or, (2) the Consultant shall procure a bond guaranteeing payment c, „ .s ' and related investigation costs, claims and administrative and defense expense. 31.7 Acce•tabilit of Ins a current A.M. Best's rating no less than satisfactory to the Commission 31.8 Verific original certificates of insuran Agreement on forms for each insuranc coverage on its be by the Commission require complete, certifi is to be placed with insurers with d to do business in California, and Consultant shall furnish Commission with d en.. ements effecting coverage required by this he Commission. The certificates and endorsements ed by a person authorized by that insurer to bind ates and endorsements must be received and approved commences. The Commission reserves the right to ies of all required insurance policies, at any time. 31.9 Subconsultant Insurance Requirements. Consultant shall not allow any subcontractors or subconsultants to commence work on any subcontract until they have provided evidence satisfactory to the Commission that they have secured all insurance required under this Section. Policies of commercial general liability insurance provided by such subcontractors or subconsultants shall be endorsed to name the Commission as an additional insured using ISO form CG 20 38 04 13 or an endorsement providing the exact same coverage. If requested by Consultant, the Commission may approve different scopes or minimum limits of insurance for particular subcontractors or subconsultants. 31.10 Other Insurance. At its option, the Commission may require such additional coverage(s), limits and/or the reduction of deductibles or retentions it considers reasonable and prudent based upon risk factors that may directly or indirectly impact the 22 342 Project. In retaining this option Commission does not warrant Consultant's insurance program to be adequate. Consultant shall have the right to purchase insurance in addition to the insurance required in this Section. 32. Safety. Consultant shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Consultant shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devic , equipment and wearing apparel as are necessary or lawfully required to preven, = cidents or injuries; and (C) adequate facilities for the proper inspection and maint of all safety measures. Pursuant to the authority contained in Section 59 : "the Vehi Code, the Commission has determined that the Project will contain area : ` at ar- open to blic traffic. Consultant shall comply with all of the requirements set fo ; D dons 11, 12, 13, 14, and 15 of the Vehicle Code. Consultant shall take all reaso y necessary precautions for safe operation of its vehicles and the protects ,.; _he tra W g public from injury and damage from such vehicles. 33. Additional Work. outside of, the Services to performed pursuant to a se foregoing, the Commissi other than a Cardinal change which is "o not be regarded as parties when the Agre Cardinal Change would changes in the materials used, but the size and layout of the building remains the same. Cardinal Changes are not within the authority of this provision to order, and shall be processed by the Commission as "sole source" procurements according to applicable law, including the requirements of FTA Circular 4220.1 D, paragraph 9(f). tivities that are in addition to, or otherwise rsuant to this Agreement shall only be etween the parties. Notwithstanding the tive Director may make a change to the Agreement, urposes of this Agreement, a Cardinal Change is a the Agreement; in other words, work which should fairly and reasonably within the contemplation of the entered into. An example of a change which is not a ere, in a contract to construct a building there are many (a) In addition to the changes authorized above, a modification which is signed by Consultant and the Commission's Executive Director, other than a Cardinal Change, may be made in order to: (1) make a negotiated equitable adjustment to the Agreement price, delivery schedule and other terms resulting from the issuance of a Change Order, (2) reflect definitive letter contracts, and (3) reflect other agreements of the parties modifying the terms of this Agreement ("Bilateral Contract Modification"). 23 343 (b) Consultant shall not perform, nor be compensated for any change, without written authorization from the Commission's Executive Director as set forth herein. In the event such a change authorization is not issued and signed by the Commission's Executive Director, Consultant shall not provide such change. 34. Prohibited Interests. 34.1 Solicitation. Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, the Co ission shall have the right to rescind this Agreement without liability. 34.2 Consultant Conflict of Interest (a) Consultant shall di relationship with Commission that may ha Agreement, or any ensuing Commission constr current clients who may have a financial -st in ensuing Commission construction projec y finan I, business, or other act upon the outcome of this project. Consultant shall also list utcome of this Agreement, or any w. (b) Cons here 1'`r ertifies that it does not now have, nor shall it acquire any financial or buss r ..< rest services under this Agreem t would conflict with the performance of (c s►n..ontract in excess of $25,000 entered into as a result of this Agreement, sh provisions of this Article. Itant hereby certifies that neither Consultant, nor any firm affiliated with Consultan ;rt on any construction contract, or on any contract to provide construction inspection for construction project resulting from this contract. An affiliated firm is one, which is subject to the control of the same persons through joint -ownership, 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. 34.3 Commission Conflict of Interest. For the term of this Agreement, no member, officer or employee of the Commission, during the term of his or her service with the Commission, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 24 344 34.4 Conflict of Employment. Employment by the Consultant of personnel currently on the payroll of the Commission shall not be permitted in the performance of this Agreement, even though such employment may occur outside of the employee's regular working hours or on weekends, holidays or vacation time. Further, the employment by the Consultant of personnel who have been on the Commission payroll within one year prior to the date of execution of this Agreement, where this employment is caused by and or dependent upon the Consultant securing this or related Agreements with the Commission, is prohibited. 34.5 Covenant Against Contingent Fees. As required in connection with federal funding, the Consultant warrants that he/she has not employed or retained any company or person, other than a bona fide employee working for the Consultant, to solicit or secure this Agreement, and that he/she has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commis 'on, percentage, brokerage fee, gift, or any other consideration, contingent upon esulting from the award or formation of this Agreement. For breach or violation warranty, the Commission shall have the right to terminate this Agreement w't %ut li. ,'.ity pursuant to the terms herein, or at its discretion to deduct from the eement e or consideration, or otherwise recover, the full amount of such fee mmi ion, per ntage, brokerage fee, gift, or contingent fee. 34.6 Rebates Kickbac .§ _ :ether .�L -wful Consideration. Consultant warrants that this Agreement was not o ed through rebates kickbacks or other unlawful consideration, either •rom • p- `o any Commission employee. For breach or violation of this warr •m •.ion shall have the right in its discretion; to terminate this Agreement w li.. . lity; t• gay only for the value of the work actually performed; or to deduct fro - ice; or otherwise recover the full amount of such rebate, kickback o •he awful consideration. 34.7 ''` ovens ga t Expenditure of Commission, State or Federal Funds for Lobb in•' he Conk. Itant certifies that to the best of his/ her knowledge and belief no state, federa loca •ency appropriated funds have been paid, or will be paid by or on behalf of the Co t to any person for the purpose of influencing or attempting to influence an officer or e ' ployee of any state or federal agency; a Member of the State Legislature or United States Congress; an officer or employee of the Legislature or Congress; or any employee of a Member of the Legislature or Congress, in connection with the award of any state or federal contract, grant, loan, or cooperative agreement, or the extension, continuation, renewal, amendment, or modification of any state or federal contract, grant, loan, or cooperative agreement. (a) If any funds other than federal appropriated funds have been paid, or will be paid to any person for the purpose of influencing or attempting to influence an officer or employee of any federal agency; a Member of Congress; an officer or employee of Congress, or an employee of a Member of Congress; in connection with this Agreement, the Consultant shall complete and submit the attached Exhibit "G", Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with the attached instructions. 25 345 (b) The Consultant's certification provided in this Section is a material representation of fact upon which reliance was placed when this Agreement was entered into, and is a prerequisite for entering into this Agreement pursuant to Section 1352, Title 31, US. Code. Failure to comply with the restrictions on expenditures, or the disclosure and certification requirements set forth in Section 1352, Title 31, US. Code may result in a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. (c) The Consultant also agrees by signing this Agreement that he/she shall require that the language set forth in this Section 3.23.5 be included in all Consultant subcontracts which exceed $100,000, and that all such subcontractors shall certify and disclose accordingly. 34.8 Employment Adverse to the Commissio Consultant shall notify the Commission, and shall obtain the Commission's written co► nt, prior to accepting work to assist with or participate in a third -party lawsuit or other ; ,or administrative proceeding against the Commission during the term of this Agre 35. Equal Opportunity Employment. opportunity employer and it shall not discrimin applicant for employment because of race, religio age. Such non-discrimination shall incl •ut no initial employment, upgrading, demotion, layoff or termination. nt repre ': is that it is an equal any subcontractor, employee or or, national origin, ancestry, sex or limited to, all activities related to ent or recruitment advertising, 36. Right to Em • lo Commission reserves the right to employ other consultants in connec 37. Govern! h • reement shall be governed by and construed with the laws of the State of. f; ifornia en �, shall be in Riverside County. 38. Dispute ",ttorne ' Fees. 38.1 Prior ommencing any action hereunder, the Parties shall attempt in good faith to resolve any dispute arising between them. The pendency of a dispute shall not excuse Consultant from full and timely performance of the Services. 38.2. If the Parties are unable to resolve a dispute after attempting in good faith to do so, the Parties may seek any other available remedy to resolve the dispute. If either Party commences an action against the other Party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing Party in such litigation shall be entitled to have and recover from the losing Party reasonable attorneys' fees and, all other costs of such actions. 39. Time of Essence. Time is of the essence for each and every provision of this Agreement. 26 346 40. Headings. Article and Section Headings, paragraph captions or marginal headings contained in this Agreement are for convenience only and shall have no effect in the construction or interpretation of any provision herein. 41. Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONSULTANT: Monument ROW, Inc. 200 Spectrum Center, Suite 300 Irvine, CA 92618 Attn: Joey Mendoza COMMISSION: Riverside County Transportation Commission 4080 Lemon Street, 3rd Floor Riverside, CA 92501 Attn: Executive Director Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. mail, first class postage prepaid, and addressed to the Party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 42. Conflicting Provisions. In the event that provisions of any attached exhibits conflict in any way with the provisions set forth in this Agreement, the language, terms and conditions contained in this Agreement shall control the actions and obligations of the Parties and the interpretation of the Parties' derstanding concerning the performance of the Services. 43. Amendment or o . ' ation. o supplement, modification, or amendment of this Agreement shall be binding u ss executed in writing and signed by both Parties. 44. Entire Agreement. This Agreement contains the entire agreement of the Parties relating to the subject matter hereof and supersedes all prior negotiations, agreements or understandings. 45. Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 46. Provisions Applicable When State Funds or Federal Funds Are Involved. When funding for the Services under a Task Order is provided by this Agreement are provided, in whole or in part, from the United States Department of Transportation, Consultant shall also fully and adequately comply with the provisions included in Exhibit "D" (Federal Department of Transportation Requirements and California Department of Transportation (Caltrans) DBE program requirements) attached hereto and incorporated herein by reference. When funding for the Services under a Task Order is provided, in whole or in part, from the FTA, Consultant shall also fully and adequately comply with the 27 347 provisions included in Exhibit "F" (FTA Requirements) attached hereto and incorporated herein by reference 47. Survival. All rights and obligations hereunder that by their nature are to continue after any expiration or termination of this Agreement, including, but not limited to, the indemnification and confidentiality obligations, shall survive any such expiration or termination. 48. No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 49. Labor Certification. By its signature hereunder, Consultant certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Workers' Compe sation or to undertake self- insurance in accordance with the provisions of that Code, .,;`> agrees to comply with such provisions before commencing the performance of the ces. 50. Counterparts. This Agreement may b gned in nterparts, each of which shall constitute an original. 51. Attorney Client Privilege. The Pa ognize that, during the Project, the Commission and its attorneys will engag=;.' comm ► ' '; ation that gives rise to an attorney client privilege of confidentiality (" Confid m ' i ,. m ation"). Given the nature of the work done by Consultant for the Commis` �e necessary for the Consultant to participate in Confidential Comm ions. . the extent that (i) the Consultant is a party to any Confidential Commu .tion and a third party seeks discovery of such communications, then the C. ulta - • - seemed to be an agent of the Commission solely for purposes of presery a o =y client privilege in the relevant Confidential Communication. Any - or client privilege shall be held by the Commission and the Consultant is autho d aive that privilege or, otherwise, disclose such Confidential Comm t as set forth below. This Section is intended to maintain the privilege in any lege• '` onfidential Communications that are (1) between and among Commission, Co and Commission's attorneys; (2) between Consultant (on behalf of the Commission) d Commission's attorneys; (3) Confidential Communications that occur in Closed Session meetings wherein the Commission, the Commission's attorneys and Consultant are present; and (4) between Commission and Consultant wherein the substance of the Confidential Communication is conveyed to/from the Consultant. Consultant may disclose a Confidential Communication to the extent such disclosure is required by legal process, by a court of competent jurisdiction or by any other governmental authority, provided that any such disclosure shall be limited to the specific part of the Confidential Communication required to be disclosed and provided that Consultant first comply with the requirements set forth in this paragraph. As soon as practicable after Consultant becomes aware that it is required, or may become required, to disclose the Confidential Communication for such reason, Consultant shall notify the Commission in writing, in order to allow the Commission to pursue legal remedies designed 28 348 to limit the Confidential Communication required to be disclosed or to assure the confidential treatment of the disclosed information following its disclosure. Consultant shall cooperate with the Commission, on a reimbursable basis, to assist the Commission in limiting the scope of disclosure or assuring the confidential treatment of any disclosed information. 52. Subpoenas or Court Orders. Should Consultant receive a subpoena or court order related to this Agreement, the Services or the Project, Consultant shall immediately provide written notice of the subpoena or court order to the Commission. Consultant shall not respond to any such subpoena or court order until notice to the Commission is provided as required herein, and shall cooperate with the Commission in responding to the subpoena or court order. 53. Assignment or Transfer. Consultant shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein, without the prior written consent of the Commission. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 54. Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties, and shall not be assigned by Consultant without the prior written consent of Commission. 55. Incorporation of Recitals. The recitals set forth above are true and correct and are incorporated into this Agreement as though fully set forth herein. 56. No Waiver. Failure of Commission to insist on any one occasion upon strict compliance with any of the terms, covenants or conditions hereof shall not be deemed a waiver of such term, covenant or condition, nor shall any waiver or relinquishment of any rights or powers hereunder at any one time or more times be deemed a waiver or relinquishment of such other right or power at any other time or times. [Signatures on following page] 29 349 SIGNATURE PAGE TO PROFESSIONAL SERVICES AGREEMENT WITH PROPOSITION 1 B, FTA AND FHWA FUNDING ASSISTANCE FOR RIGHT OF WAY SUPPORT SERVICES IN WITNESS WHEREOF, this Agreement was executed on the date first written above. RIVERSIDE COUNTY TRANSPORTATION COMMISSION By: CONSULTANT MONUMENT ROW, INC. By: Anne Mayer Approved as to Form: By: i natur me . Ie Best, Best & Krieger L General Counsel ATTEST: By: Its: * A corporation requires the signatures of two corporate officers. One signature shall be that of the chairman of board, the president or any vice president and the second signature (on the attest line) shall be that of the secretary, any assistant secretary, the chief financial officer or any assistant treasurer of such corporation. If the above persons are not the intended signators, evidence of signature authority shall be provided to RCTC. 30 350 EXHIBIT "A" - SCOPE OF SERVICES RIGHT OF WAY SUPPORT SERVICES The Riverside County Transportation Commission (Commission) and the Western Riverside County Regional Conservation Authority (RCA) have procured one or more Consultants (Consultant or Right of Way Support Services Consultant) to provide Right of Way Support Services on an On-Call/as needed basis in support of current Commission and RCA Projects, Measure A Projects, and projects done in partnership with other agencies, pursuant to Task Orders issued in the sole discretion of the Commission and/or the RCA. Task Orders shall be awarded through an additional qualification -based selection process. Such Right of Way Support Services mayinclude, b •ot limited to, the following work programs, and/or comply with applicable re me elow: • Project Management Consultant shall provide project ma ent services for all functions and tasks under this contract. •nsulta hall be responsible for project management and planning, . g, st estimates, budgeting, and coordination with Consultan . r .. mission and/or RCA staff, sub consultants and oth ission and/or RCA consultants, reporting, documentation of.,:: acti ies • maintaining all records and documents. Consultant shal .n, :cilitate and prepare meeting minutes for regular and/or pe status eetings as requested by the Commission and/or th= ultant shall ensure project completion based on milestorr and d- lin- nd that all work complies with applicable Federal, State a u,,•cal stat and regulations, including but not limited to the Uniform Relocatio ,d R- ' Property Acquisition Policies Act of 1970, as amended, and implem in .y 49 CFR Part 24; the State of California Government Code, the Sta `- of California Relocation Assistance and Real Property Acquisition Guidelines (Title 25, California Code of Regulations Ch 6, Art 1, Section 6000 et seq.), the California Code of Civil Procedure, the Uniform Standards for Federal Land Acquisition Act, the California Public Utilities Code, the California Streets and Highways Code, the Federal Transit Administration Real Estate Policies, the Caltrans Right of Way Manual, and the Commission's and the RCA's Right of Way Manual. • Title & Escrow Services Consultant shall order preliminary title reports, vesting deeds, title policies, and litigation guarantees as needed, coordinate opening and closing of escrows, monitor progress, determine title deficiencies, provide assistance to resolve and cure title deficiencies, and assist in obtaining any partial reconveyances. Exhibit A 351 • Appraisal Coordination Consultant shall coordinate with the Commission's and the RCA's on -call appraisal, appraisal review, goodwill, and fixtures and equipment consultants to perform internal review of appraisals prior to submittal to Review Appraiser. • Acquisition/Negotiation Consultant shall provide all acquisition services, including, but not limited to, coordinating all phases of the acquisition, assuring that acquisition schedules meet project schedules, documenting all activity, and maintaining all records and documents. Consultant shall prepare all written correspondence, any administrative settlements, and shall coordinate with Commission's and/or RCA's legal counsel and any other on -call consultants as required. Consultant shall prepare acquisition packages, including recommendation of the amount of just compensation or market value, and maintain parcel diaries for each file. • Relocation Assistance Consultant shall provide relocation services to assure that displaced individuals and businesses promptly receive relocation benefits consistent with federal, state, and local regulations, Caltrans Policies and Procedures, and the Commission's and/or the RCA's Right of Way Policies and Procedures. • Utility Relocation Coordination Consultant shall work with Commission and/or RCA staff and other participatin• agencies to provide utility relocation services that may include, but not be I',,: ; ed to, identifying public and private utilities, researching and identif " + prior rights, obtaining utility as -built plans, coordination of potholing and field eys with the design team, preparation of utility agreements, and obtaining r .ti•° plans and cost estimates from the utility owners. • Eminent Domain Coordination Consultant shall coordinate, assist and participate as required with Commission and Commission's legal counsel in the activities required for Resolutions of Necessity, Caltrans's Condemnation Evaluation and Panel Review Meetings, mediations, depositions and trials. • RCA Property Owner Outreach Consultant shall prepare mailings to various properties for land necessary for conservation efforts, as an example, Willing Seller, Habitat Acquisition and Negotiation Strategies (HANS), Grant Funded requiring Department of General Services approvals, and Donation acquisitions. Exhibit A 352 • Property Management Consultant shall perform property management activities related to acquired properties until construction start, including but not limited to, property maintenance, repair, coordination of rental activities, demolition, and clearance of property improvements. • Property Maintenance and Repair Services Consultant shall perform property maintenance and repair services, including but not limited to, weed abatement and vegetation control, litter removal and clean-up of debris, fencing repairs, and installation, maintenance, and repair of property signs related to property owned by Commission or RCA. • Right of Way Certification Consultant shall ensure that all right of way requirements have been secured by the date required. Consultant shall prepare the Right of Way Certification forms and assemble and package all supporting documents for submittal to Caltrans. Consultant shall respond to any comments and revise as necessary. • Construction Support Consultant shall assist Commission and/or RCA in all phases of construction, including Temporary Construction Easement notifications, preparing and providing Right of Way Obligation lists, utility coordination, and contractor compliance with Right of Way agreements. • Project Closeou Prepare and process conveyance deeds to transfer all acquired right of way to Caltrans or other third -party entities, if applicable. Process final utility invoices and close out utility files. Prepare files and submit to Caltrans and/or the Commission or the RCA. Other right of way services may include, but not be limited to the following: o Obtaining Rights of Entry o Preparing Railroad Agreements o Review of Site Assessment Reports o Provide bilingual acquisition and relocation agents o Identify potential excess land for planning purposes Exhibit A 353 EXHIBIT "B" SAMPLE TASK ORDER FORM ON --CALL RIGHT OF WAY SUPPORT SERVICES REQUEST FOR TASK ORDER PROPOSAL Background The Riverside County Transportation Commission (the "Commission") issued Request for Proposal No. 19-31-045-00 (the "RFP"), on January 17, 2019, to seek out a bench of qualified consultants to provide on -call right of way support services. Pursuant to the RFP, the Commission selected qualified firms to serve as on -call consultants for various t of way support services ("Consultants"). The RFP specified that the Commission w ek proposals from the selected The selected firms are: firms for right of way support consulting projects, a ee This Right of Way Support Services Request for Ta i rde • posal ("Task Order RFP") seeks the following services: Process Timeline The Commission intends to awa l/transi operations consulting services task order for the above described services ("Task Order") pursuant to this Task Order RFP to the highest ranked proposal, subject to l itations, i cordance with the following timeline: a. Requests for Clarificati The deadline for requLsts for clarification regarding this Task Order RFP is (INSERT DATE). Requests for clarification shall be submitted via email to b. Proposal Deadline Date i. The Commission will accept proposals submitted to the Commission office prior to (INSERT DATE and Time). ii. Proposals must be submitted to in format. Submittal Requirements Each proposal submitted in response to this Task Order RFP must include the following information in the order specified below. Exhibit B-1 354 The proposal content and format is as follows: a. Proposals shall be typed and submitted on 8.5 x 11 inch paper. Charts and schedules may be included in 11" x 17" format, which will be counted as 2 pages and included in the total page count. Proposals should not exceed pages in length, excluding any RCTC-provided forms or attachments. The beginning of a section must be clearly indicated between sections on a page. b. Proposals must include the following sections, organized as indicated. SECTION 1— PROPOSAL LETTER Proposal Letter: This letter must be signed by a person or persons authorized to legally bind the Consultant to enter into the sk Order. SECTION 2 — QUALIFICATIONS ( IRM A RSONNEL This section should identify the qua li' icatio,of the firm, the individuals and any subconsultants proposed to •rovide the Task Order services. These must be individuals proposed by Con ' the nal RFP. ii. Provide qua atio regarding your firm's and the proposed personnel's a ation descriptions of relevant projects previously perform . nd re nces this particular Task Order RFP, including: (A) exper = of your firm in performing similar services, and examples of such ices, including references. Include any information that may be of value the Comm': sioi n evaluating your firm's qualifications for the Task Order ces; ey person who will perform the required services and their key (C) descriptions of the experience and qualifications of proposed key personnel; (D) descriptions of relevant projects previously performed by the proposed key personnel. Include what services were performed, the date of the project, and unique features of the project which would be beneficial to the Commission; and (E) a written assurance that the key individuals listed and identified will perform the work and will not be substituted with other personnel without the Commission's prior approval. Exhibit B-2 355 SECTION 3 — UNDERSTANDING AND APPROACH Describe the services and activities that your firm proposes to provide to the Commission. Include the following information: Demonstrate your firm's understanding of the nature of the work and the approach to be taken. Provide an explanation of the approach to providing the services requested under this Task Order RFP. Describe how Consultant would tailor its services to meet the needs of the Commission addressing the tasks and discussing the deliverables. Include a detailed proposed timeline for completing the services. Provide a list of documents and/or information your firm anticipates needing from the Commission and its consultants to perform the ices. SECTION 4 — PROPOSAL PRICING Proposal Pricing Form. Provide a propoossed price is Task Order request. Pricing shall itemize all items that will be charged to t Task Order, including anticipated mileage, printing or other direct cost categories previously identified in your firm's Schedule of Other Direct Costs. Costs shall be segregated to show staff hours, rates, classifications, administrative ov -head, and other direct costs, if any. Hourly rates must not exceed rates for classifications noted in the original RFP Evaluation Process a. Basis of Award Proposals will be evaluated in accordance with the stated evaluation criteria. The Commission reserves the right to award the contract not to a proposer with the highest ranked proposal, but to the proposal who will provide the best veramatch to the task order requirements. The Commission also reserves the right to postpone a ecision, request follow up material, or cancel or withdraw this request in its sole and absolute discretion. The Commission will award the Task Order to the best overall match to the Task Order RFP requirements and who serves the Commission's interest. b. Evaluation Criteria —100 total points possible 1. Qualifications of Firm and Personnel (INSERT NUMBER points max) Experience in performing work similar in nature and/or related to the work described in this Task Order RFP; appropriateness of personnel to their assigned work tasks; logic of project organization; adequacy of labor commitment. Exhibit B-3 356 2. Understanding & Approach (INSERT NUMBER points max) Depth of Offeror's understanding of Commission's requirements listed in this Task Order RFP; understanding of the project issues and potential conflicts; and ability to meet deadlines. 3. Cost (INSERT NUMBER points max) Reasonableness of the total cost based on anticipated requirements; adequacy of data in support of figures quoted; basis on which prices are quotes. Proposer Price Score = Lowest Price Proposed X Points Proposer's Price Commission Rights a) The Commission shall not be liable for proposal ppepara 'on related expenses. b) The Commission retains the right to negoti chooses not to accept the proposal as offere c) The Commission retains the right to consi comply with federal and/or state law. d) The Commission retains t thereof, at its discretion. e) The Commission reta RFP. ith the highest scoring Consultant if it y other factors it deems necessary to ht to V ..t or -ject any and all proposals, or any part he right to Oncel, amend or withdraw the entire Task Order VI. Notification nd Debriefi g Consultants submitting a proposal pursuant to this Task Order RFP shall be informed of the Commission's decision regarding award of the Task Order. Any Consultant not awarded a Task Order pursuant to this Task Order RFP may request an explanation regarding the strengths and weaknesses of its proposal. Such request must be made within ten (10) days of notification of Task Order award. Exhibit B-4 357 EXHIBIT "C"- COMPENSATION AND PAYMENT Exhibit C-1 358 EXHIBIT "C" COMPENSATION SUMMARY FIRM PROJECT TASKS/ROLE COST Prime Consultant: Monument ROW, Inc. Right of Way Support Services $ 3,300,000.00 Sub Consultants: Commonwealth Title and Escrow Services TBD per Task Order SLS Property Solutions Board Ups and Maintenance TBD per Task Order Carry -All Property Maintenance Weed Abatement TBD per Task Order Aztec Potholing TBD per Task Order J&G Industries Demolition Services TBD per Task Order A 441,c, OTAL COSTS t 3,300,000.00 1 Commission authorization pertains to total contract award amount. Compensatio 'ustments between consultants may occur; however, the maximum total compensation authorized may not be exceeded. 359 EXHIBIT "D" FHWA/ CALTRANS REQUIREMENTS 1. STATEMENT OF COMPLIANCE. 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, unless exempt, complied with, the nondiscrimination program requirements of Government Code Section 12990 and Title 2, California Administrative Code, Section 8103. B. During the performance of this Agreement, 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 red, national origin, physical disability (including HIV and AIDS), mental disability, med. (over 40), marital status, and denial of family care leav shall insure that the evaluation and treatment of employment are free from such discriminati subconsultants shall comply with the provision (Gov. Code §12990 (a -f) et seq.) and the applic (California Code of Regulations, Title 2, Section 7 of the Fair Employment and Housing Co ��� �� imp 12990 (a -f), set forth in Chapter 5 of Regulations, are incorporated into if set forth in full. Consultant obligations under this claus bargaining or other Agreeme C. If this Agree relative to Title VI Transportation — Titl the 1964 Civil Rights A condition (e.g., cancer), age sultant and subconsultants e `"�� r. ees and applicants for hara Gw ent. Consultant and r Employment and Housing Act ulations promulgated there under et seq.). The applicable regulations enting Government Code Section Ale 2 of the California Code of t by eference and made a part hereof as sultants shall give written notice of their ations with which they have a collective nded, the Consultant shall comply with regulations ion federally -assisted programs of the Department of Federal Regulations, Part 21 - Effectuation of Title VI of I provides that the recipients of federal assistance will implement and maintain icy 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. If this Agreement is federally funded, 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. Exhibit D-1 360 2. DEBARMENT AND SUSPENSION CERTIFICATION 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 COMMISSION. B. Exceptions will not necessarily result in denial of rec•4; <,, dation for award, but will be considered in determining CONSULTANT responsibilia I isc • ,; ;, es must indicate to whom exceptions apply, initiating agency, and dates of C. Exceptions to the Federal Government Exclu General Services Administration are to be Administration. 3. DISCRIMINATION The Commission shall not di the award and performance Caltrans DBE program all necessary and re the award and ad es List System maintained by the mined by the Federal highway sis of race, color, national origin, or sex in ed contract or in the implementation of the ments of 49 CFR Part 26. The Commission shall take der 49 CFR Part 26 to ensure nondiscrimination in 0 -assisted contracts. Consultant or subcont ` ..r - :11 not discriminate on the basis of race, color, national origin, of sex in the perfor i e of this Agreement. Consultant or subcontractor shall carry out applicable requirements of 49 CFR Part 26 and the Caltrans DBE program in the award and administration of DOT -assisted contracts, as further set forth below. Failure by the Consultant or subcontractor to carry out these requirements is a material breach of this Agreement, which may result in the termination of this Agreement or such other remedy, as the Commission deems appropriate. 4. PROMPT PAYMENT Consultant agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 10 days from the receipt of each payment the prime contractor receives from the Commission. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written Exhibit D-2 361 approval of the Commission. This clause applies to both DBE and non -DBE subcontractors. 5. RELEASE OF RETAINAGE No retainage will be withheld by the Agency from progress payments due the prime consultant. Retainage by the prime consultant or subconsultants is prohibited, and no retainage will be held by the prime consultant from progress due subconsultants. Any violation of this provision shall subject the violating prime consultant or subconsultants to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions Code. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to the prime consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the prime consultant or deficient subconsultant perform e, or noncompliance by a subconsultant. This provision applies to both DBE and BE prime consultants and subconsultants. 6. LEGAL REMEDIES In addition to those contract remedies set forth r evant provisions of California law, either Party to this Agreement may, where applica seek legal redress for violations of this Agreement pursuant to the relevant provisions C.F.R. Parts 23 and 26, to the relevant federal or state statutory provisions governin civil rights violations, and to the relevant federal and state provisions governing false c aims or "whistleblower" actions, as well as any and all other applicable federal and state provisions of law. The Consultant shall include a provision to this effect in each of its agreements with its subcontractors. 7. DBE PART Caltrans has developed a statewide DBE program pursuant to 49 C.F.R. Part 26. The requirements and procedures, as applicable, of the Caltrans DBE program are hereby incorporated by reference into this Agreement. Even if no DBE participation will be reported, Consultant shall complete Exhibits "E" of this Agreement in compliance with the Caltrans DBE program, a final utilization report in the form provided by the Commission, and any other Caltrans required DBE forms. A. This Agreement is subject to Title 49, Part 26 of the Code of Federal Regulations entitled "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs." By obtaining DBE participation on this Agreement, Consultant will assist Caltrans in meeting its federally mandated statewide overall DBE goal. B. This Agreement does not have a DBE goal, but DBE goals may be included with each task order request for proposals. If a DBE subconsultant is unable to perform, the Exhibit D-3 362 Consultant must make a good faith effort to replace him/her with another DBE subconsultant, if the goal is not otherwise met. A DBE is a firm meeting the definition of a DBE as specified in 49 CFR. C. DBE and other small businesses (SB), as defined in Title 49 CFR, Part 26 are encouraged to participate in the performance of agreements financed in whole or in part with federal funds. The Consultant, subrecipient or subconsultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Agreement. The Consultant shall carry out applicable requirements of 49 CFR, Part 26 in the award and administration of US DOT- assisted agreements. Failure by the contractor to carry out these requirements is a material breach of this Agreement, which may result in the termination of this Agreement or such other remedy as the Commission, Caltrans or the Department of Transportation deems appropriate. D. Any subcontract entered into as a result of this Ag ment shall contain all of the provisions of this section. E. A DBE may be terminated only with prior wr n approva the Commission and only for the reasons specified in 49 CFR 26.53 rior equesti Commission consent for the termination, the prime consultant must m tf rocedural requirements specified in 49 CFR 26.53(f). 8. DBE PARTICIPATION GENERAL It is Consultant's responsibility e y info;' ed regarding the requirements of 49 CFR, Part 26, and the Caltrans D rogr �Pa `` ular attention is directed to the following: A. A DBE must be •call iness firm defined pursuant to 13 CFR 121 and be certified through the ' . ifor ni Certification Program (CUCP). B. A certified DB pate as a prime contractor, subcontractor, joint venture partner, as a vendor o er' or supplies, or as a trucking company. C. 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. D. A DBE must perform a commercially useful function, pursuant to 49 CFR 26.55 that is, 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, as more fully described in section 8 below. Exhibit D-4 363 E. The Consultant shall list only one subcontractor for each portion of work as defined in the Consultant's bid/proposal and all DBE subcontractors should be listed in the Consultant's bid/cost proposal list of subcontractors. F. A Consultant who is a certified DBE is eligible to claim all of the work in the Agreement toward the DBE participation except that portion of the work to be performed by non -DBE subcontractors. 9 . COMMERCIALLY USEFUL FUNCTION A. A DBE performs a commercially useful function when it is responsible for execution of the work of the Agreement and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible with respect to materi..,r;. and supplies used on the Agreement, for negotiating price, determining quality and; "'iantity, ordering the material, and installing (where applicable) and paying for the mat- elf. To determine whether a DBE is performing a commercially useful functi eva ''m.e the amount of work subcontracted, industry practices; whether the a! y' nt the fir to be paid under the Agreement is commensurate with the work it ctua,R;. perform g, and other relevant factors. B. A DBE does not perform a comm an extra participant in a transaction, Agre in order to obtain the appearance ,•. ! BE such an extra participant, exami not participate. C. If a DBE does no total cost of its Agre portion of the wor industry practice for commercially useful fu ction if its role is limited to that of e t through which funds are passed pati.` In determining whether a DBE is actions, particularly those in which DBEs do exercise responsibility for at least thirty percent of the n work force, or the DBE subcontracts a greater me than would be expected on the basis of normal rk involved, it will be presumed that it is not performing a 10. DBE CERTIFICATION AND DE -CERTIFICATION STATUS If a DBE subcontractor is decertified during the life of the Agreement, the decertified subcontractor shall notify the Contractor in writing with the date of de -certification. If a subcontractor becomes a certified DBE during the life of the Agreement, the subcontractor shall notify the Contractor in writing with the date of certification. Any changes should be reported to the Commission's Contract Administrator within 30 days. 11. DBE RECORDS A. The Contractor shall maintain records of materials purchased and/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 Exhibit D-5 364 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 Contractors shall also show the date of work performed by their own forces along with the corresponding dollar value of the work. B. Upon completion of the Agreement, a summary of these records shall be prepared and submitted on the most current version of the form entitled, "Final Report -Utilization of Disadvantaged Business Enterprises (DBE)," CEM- 2402F (Exhibit 17-F in Chapter 17 of the LAPM), certified correct by the Contractor or the Contractor's authorized representative and shall be furnished to the Commission's 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 the Contractor when a satisfactory "Final Report Utilization of Disadvantaged Business Enterprises (DBE)" is submitted to the Commission's Contract Administrator. a. Prior to the fifteenth of each month, the Contractor shall submit documentation to the Commission's Contract Administrator showing the amount paid to DBE trucking companies. The Contractor shall also obtain and submit documentation to the Commission's Contract Administrator showing the amount paid by DBE trucking companies to all firms, including owner -operators, for the leasing of trucks. If the DBE leases trucks from a non -DBE, the Contractor may count only the fee or commission the DBE receives as a result of the lease arrangement. b. The Contractor shall also submit e C•' mission's Contract Administrator documentation showing the truck number, e of owner, California Highway Patrol CA number, and if applicable, the DBE certifica number of the truck owner for all trucks used during that month. This documentationishall be submitted on the Caltrans "Monthly DBE Trucking Verification," CEM-2404(F) form provided to the Contractor by the Commission's Contract Administrator. 12. REPORTING MATERIAL OR SUPPLIES PURCHASED FROM DBEs When Reporting DBE Participation, Material or Supplies purchased from DBEs may count as follows: A. If the materials or supplies are obtained from a DBE manufacturer, 100 % of the cost of the materials or supplies will count toward the DBE participation. 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 Agreement and of the general character described by the specifications. B. If the materials or supplies purchased from a DBE regular dealer, count 60 % of the cost of the materials or supplies toward DBE goals. 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 Agreement, are bought, kept in stock, and regularly Exhibit D-6 365 sold or leased to the public in the usual course of business. To be a DBE regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. A person may be a DBE regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone or asphalt without owning, operating or maintaining a place of business provided in this section. C. If the person both owns and operates distribution equipment for the products, any supplementing of regular dealers' own distribution equipment, shall be by a long-term lease agreement and not an ad hoc or Agreement -by -Agreement basis. Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not DBE regular dealers within the meaning of this section. D. Materials or supplies purchased from a DBE, which is neither a manufacturer nor a regular dealer, will be limited to the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on the job site, provided the fees are reasonable and not excessive as compared with fees charged for similar services. 13. REPORTING PARTICIPATION OF DBE TRUCKING COMPANIES When Reporting DBE Participation, Participation of DBE trucking companies may count as follows: A. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible. B. The DBE must itself own and operate at least one fully licensed, insure, and operational truck used on the AgreeVnt. C. The DBE receives credit r the total value of the transportation services it provides on the Agreement using c owns, insures, and operates using drivers it employs. D. The DBE may lease trucks from another DBE firm including an owner -operator who is certified as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of the transportation services the lessee DBE provides on the Agreement. E. The DBE may also lease trucks from a non -DBE firm, including an owner -operator. The DBE who leases trucks from a non -DBE is entitled to credit only for the fee or commission it receives as a result of the lease arrangement. The DBE does not receive credit for the total value of the transportation services provided by the lessee, since these services are not provided by the DBE. F. For the purposes of this section, a lease must indicate that the DBE has exclusive use and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, as long as the lease gives Exhibit D-7 366 the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. 14. DEBARMENT, SUSPENSION AND OTHER INELIGIBILITY AND VOLUNTARY EXCLUSION In accordance with 49 CFR Part 29, which by this reference is incorporated herein, Consultant's subconsultants completed and submitted the Certificate of subconsultant Regarding Debarment, Suspension and Other Ineligibility and Voluntary Exclusion as part of the Consultant's proposal. If it is later determined that Consultant's subconsultants knowingly rendered an erroneous Certificate, the Commission may, among other remedies, terminate this Agreement. 15. ENVIRONMENTAL COMPLIANCE A. Compliance with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). (Contracts, subcontracts, and subgrants of amounts in excess of $100,000). B. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan iss ALP. compince with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Sta 16. NATIONAL LABOR RELATIONS BOARD CERTIFICATION In accordance with Public Contract Code Section 10296, and by signing this Agreement, Consultant certifies 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 two-year 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. Exhibit D-8 367 EXHIBIT "E" CONSULTANT DBE COMMITMENT Exhibit E-1 368 EXHIBIT "E" CONSULTANT DBE COMMITMENT Consultant to Complete this Section ><. Local Agency Name. Riverside County Transportation Commission 2. Project Location: Riverside County, CA 3. Project Description: 4. Consultant Name: Monument 5. Contract DBE Goal %: 12% DBE Commitment Informat*n 6. Description of Services to be Provided 7. DBE Firm Contact Information 8. DBE Cert. Number 9. DBE Right -of -Way Services Monument 46456 100% Exhibit E-1 17336.00603\31171937.1 369 EXHIBIT "F" - FTA PROVISIONS Exhibit F-1 370 FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS Notwithstanding anything to the contrary contained in the Agreement, including the other Exhibits attached thereto, the following provisions shall apply if funding for the Services is provided, in whole or in part, from the Federal Transit Administration ("FTA"). In addition, the exhibits attached to this Agreement, may be replaced and substituted with similar forms required by FTA. Consultant agrees to complete any such substitute forms. 1. NO FEDERAL GOVERNMENT OBLIGATIONS TO THIRD -PARTIES BY USE OF A DISCLAIMER (1) The Commission and Consultant ackno notwithstanding any concurrence by the Federal the solicitation or award of the underlying co consent by the Federal Government ("Gove not a party to this contract and shall not to the Commission, Consultant, or any contract) pertaining to any matter resultin (2) The Consultant agrees to financed in whole or in part with F agreed that the clause s who will be subject to ledge and agree that, vernment in or approval of absent the express written Federal Government is ubject to a ",+bligations or liabilities (whether or not a party to that the underlying contract. ve clause in each subcontract nce provided by FTA. It is further dified, except to identify the subconsultant 2. PROGRA ND FALSE OR FRAUDULENT STATEMENTS AND RELATED AC (1) The Consulta ": `' acknowl = ';� es ' hat the provisions of the Program Fraud Civil Remedies Act of 1 ended, 31 U.S.C. §§ 3801 et seq. and U.S. DOT regulations, "Program • " ``vil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. - pon execution of the underlying contract, the Consultant certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Consultant further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Consultant to the extent the Federal Government deems appropriate. 1 UNITED STATES OF AMERICA DEPARTMENT OF TRANSPORTATION FEDERAL TRANSIT ADMINISTRATION MASTER AGREEMENT For Federal Transit Administration Agreements authorized by 49 U.S.C. chapter 53, Title 23, U.S.C. (Highways), Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users, the National Capital Transportation Act of 1969, as amended, the Transportation Equity Act for the 21st Century, as amended, 23 U.S.C. § 101 note, or other Federal enabling legislation; FTA MA(14); October 1, 2007; [http://www.fta.dot.qov/documents/14-Master.pdfl. APPENDIX N - 1 (2) The Consultant also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, certification, assurance, or representation to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. chapter 53 or any other Federal law, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5323(1) on the Consultant, to the extent the Federal Government deems appropriate. (3) The Consultant agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subconsultant who will be subject to the provision 3. ACCESS TO RECORDS (1) The Consultant agrees to provide t "e Commission, the FTA Administrator, the U.S. Secretary of Transportation, the Comptroller General of the United States or any of their authorized representatives access to all Project work, materials, payrolls, and other data of the Consultant which are directly pertinent to this contract as required by 49 U.S.C. § 5325(g). (2) The Consultant agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The Consultant agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of transmission of the final expenditure report, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Consultant agrees to maintain same until the Commission, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). (4) The Consultant agrees to require its subcontractors and third party contractors to provide the same. 4. FEDERAL CHANGES Consultant shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Grant Agreement or Cooperative Agreement between the Commission and the Federal Government APPENDPX N - 2 ("Grant Agreement or Cooperative Agreement"), as they may be amended or promulgated from time to time during the term of this contract. Consultant's failure to so comply shall constitute a material breach of this contract. 5. CIVIL RIGHTS REQUIREMENTS (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. §§ 2000d et seq., U.S. DOT regulations, "Nondiscrimination in Federally -Assisted Programs of the Department of Transportation — Effectuation of Title VI of the Civil Rights Act," 49 C.F.R. Part 21, FTA Circular 4702.1A, "Title VI and Title VI — Dependent Guidelines for Federal Transit Administration Recipients," May 13, 2007, Federal transit law at 49 U.S.C. § 5332, the Consultant agrees that it will not discriminate against any employee or applicant for employ► ;,-nt because of race, color, creed, national origin, sex, age, or disability. In adds the Consultant agrees to comply with applicable Federal implementing re• i. and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin Title VII of the Civil Rights Act, as employment opportunity provi employment opportunity r regulations, "Office of Fede Opportunity, Departm Executive Order Executive Order Employment Opportu statutes, executive orde qual employment opportunity nsultant agrees to comply with U.S.C. § 2000e, and equal .S.C. § 5332, and all applicable equal .S. Department of Labor (U.S. DOL) ompliance Programs, Equal Employment " 41 C.F.R. Parts 60 et seq., (which implement I Employment Opportunity," as amended by mending Executive Order 11246 Relating to Equal .S.C. § 2000e note), and with any applicable Federal gulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Consultant agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Consultant agrees to comply with any implementing requirements FTA may issue. (3) Age - In accordance with the Age Discrimination in Employment Act, as amended, 29 U.S.C. §§ 621 through 634 and Federal transit law at 49 U.S.C. § 5332, the Consultant agrees to refrain from discrimination against present and prospective APPENDIX N - 3 employees for reason of age. In addition, the Consultant agrees to comply with any implementing requirements FTA may issue. (4) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Consultant agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Consultant agrees to comply with any implementing requirements FTA may issue. (5) DBE Program Compliance - The Commission has established a DBE Program pursuant to 49 C.F.R. Part 26, which applies to FTA funded agreements. The requirements and procedures of the Commission's DBE Program are hereby incorporated by reference into this Agreement. Consultant shall complete Exhibits "G" and "H" of this Agreement, or similar forms to be provided by the Commission, in compliance with the Commission's DBE Program for FTA funded agreements. Failure by Consultant or its subcontractor(s) to carry out the Commission's DBE Program procedures and requirements, or the applicable requirements of 49 C.F.R. Part 26, section 1101(b) of SAFETEA-LU, 23 U.S.C. § 101 note, and U.S. DOT regulations, "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs," 49 C.F.R. Part 26, shall be considered a material breach of this Agreement. Such a material breach may be grounds for termination of this Agreement or such other appropriate administrative remedy as the Commission deems appropriate. The Consultant shall ensure that a provision mandating compliance with the Commission's DBE Program for FTA funded agreements is included in any and all sub -agreements entered into which arise out of or are related to this Agreement. Consultant shall also promptly provide the Commission with all necessary information related to the DBE status of its subcontractors. Should the DBE status of any of its subcontractors change in any way, Consultant shall promptly inform the Commission of this change. (6) The Consultant also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. 6. TERMINATION PROVISIONS The termination provisions found at Section 21 of this Agreement are consistent with the termination provisions suggested by FTA for the protection of the Federal Government. The termination provisions found at Section 21 of this Agreement control termination under this Agreement. APPEND4X N - 4 7. DEBARMENT AND SUSPENSION Instructions for Certification 1. By signing and submitting a Proposal, the Consultant is providing the signed certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the Consultant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, Commission may pursue available remedies, including suspension and/or debarment. 3. The Consultant shall provide immediate written noti the Consultant learns that its certification was e become erroneous by reason of changed circums es. 4. The terms "covered transaction," "debarr covered transaction," "participant," "persons, "principal," "proposal," and "voluntarily ded,' meanings set out in the Definitions a Commission if at any time when submitted or has ended," "ineligible," "lower tier ower tier covered transaction," used in this clause, have the sections of rules implementing Executive Order 12549 [49 CFR = 29] may contact Commission for assistance in obtaining a copy of those re 5. The Consultant agrees by transaction be entere transaction with a excluded from parti Commission. roposal that, should the proposed covered not knowingly enter into any lower tier covered red, suspended, declared ineligible, or voluntarily s covered transaction, unless authorized in writing by 6. The Consultant further agrees by submitting a Proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction", without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List issued by U.S. General Service Administration. APPENDIX N - 5 8. Nothing contained in the foregoing shall be construed to require establishment of system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. Except for transactions authorized under Paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to all remedies available to the Federal Government, Commission may pursue available remedies including suspension and/or debarment. 9. The Consultant agrees to comply, and assures the compliance of each subconsultant, lessee, or third party contractor, with Executive Orders Nos. 12549 and 12689, "Debarment and Suspension," 31 U.S.C. § 6 ' 1 note, and U.S. DOT regulations, "Governmentwide Debarment and Susp- on (Nonprocurement)," 49 C.F.R. Part 29. 10. The Consultant agrees to, and assures tha subcons nts, lessees and third party contractors have reviewed the "Exclude • " -rties sting Syem" at http://elps.gov/ before entering into any third sub agreement, le _- - f; ird party contract. "Certification Regarding Debarment, ,-.. sio eligibility and Voluntary Exclusion" (1) The Consultant certifies, b "principals" [as defined at proposed for debarment, de in this transaction by (2) When the Co shall attach an expla f this bid or proposal, that neither it nor its 5(p)] is presently debarred, suspended, , or voluntarily excluded from participation partment or agency. ble to certify to the statements in this certification, it s proposal. 8. PROVISION OR RESOLUTION OF DISPUTES, BREACHES, OR OTHER LITIGATION Disputes - Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by the Commission Executive Director, or his or her designee. This decision shall be final and conclusive unless within ten (10) days from the date of receipt of its copy, the Consultant mails or otherwise furnishes a written appeal to the Commission's Executive Director, or his or her designee. In connection with any such appeal, the Consultant shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of the Commission's Executive Director, or his or her designee, shall be binding upon the Consultant and the Consultant shall abide be the decision. APPEI1mb0( N - 6 Performance During Dispute - Unless otherwise directed by Commission, Consultant shall continue performance under this Contract while matters in dispute are being resolved. Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefor shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in question between the Commission and the Consultant arising out of or relating to this agreement or its breach will be decid by arbitration if the parties mutually agree, or in a court of competent jurisdictio hin the State in which the Commission is located. Rights and Remedies - The duties and obligations imposed is Agreement and the rights and remedies available hereunder shall be in addition to nd not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by the Commissio or Consultant shall constitute a waiver of any right or duty afforded any of them un• e Contract, nor shall any such action or failure to act constitute an approval of acquiescence in any breach thereunder, except as may be specifically agreed i wri FTA Notification - Consulta major dispute, breach, interests in the Proj party to litigation, t in writing of any current or prospective itigation that may affect the Federal Government's ant wishes to name the Federal Government as a ha inform FTA in writing before doing so. Lobbying Restrictions. To the extent applicable, Consultant agrees to: (1) Comply, and assure the compliance of each subcontractor at any tier, with U.S. DOT regulations, "New Restrictions on Lobbying," 49 C.F.R. Part 20, modified as necessary by 31 U.S.C. § 1352. (2) Comply with Federal statutory provisions, to the extent applicable, prohibiting the use of Federal assistance funds for activities designed to influence Congress or a State legislature on legislation or appropriations, except through proper, official channels. 10. CLEAN AIR APPENDIX N - 7 (1) The Consultant agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 through 7671q. The Consultant agrees to report each violation to the Commission and understands and agrees that the Commission will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Consultant also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. 11. CLEAN WATER (1) The Consultant agrees to comply with all applicable sta► ards, orders or regulations issued pursuant to the Federal Water Pollution Contr• - ct, as amended, 33 U.S.C. 1251 through 1377. The Consultant agrees to repo :c .lation to the Commission and understands and agrees that the Commission ill, in to eport each violation as required to assure notification to FTA and the a► opri. e EPA ' •ional Office. (2) The Consultant also agrees to include th exceeding $100,000 financed in whole FTA. 12. ENERGY CONSERVA' equirements in each subcontract Federal assistance provided by Energy Conservation. To the extent applicable, Consultant agrees to comply with the mandatory energy efficiency standards and policies within the applicable State energy conservation plans issued in compliance with the Energy Policy and Conservation Act, 42 U.S.C. §§ 6321 et seq. To the extent applicable, Consultant agrees to perform an energy assessment for any building constructed, reconstructed, or modified with FTA assistance, as provided in FTA regulations, "Requirements for Energy Assessments," 49 C.F.R. Part 622, Subpart C. 13. CONFORMANCE WITH NATIONAL ITS ARCHITECTURE National Intelligent Transportation Systems Architecture and Standards. To the extent applicable, Consultant agrees to conform, to the extent applicable, to the National Intelligent Transportation Systems (ITS) Architecture and Standards as required by SAFETEA-LU § 5307(c), 23 U.S.C. § 512 note, and with FTA Notice, "FTA National ITS Architecture Policy on Transit Projects" 66 Fed. Reg. 1455 et seq., January 8, 2001, and other subsequent Federal directives that may be issued. APPENIDEX N - 8 14. ADDITIONAL REQUIREMENTS To the extent applicable, Consultant agrees to comply with the Federal programs specified below and, with regard to such programs, Consultant agrees not compromise the Commission's compliance with Federal requirements as pertains to the Project. The Programs are as follows: (1) Urbanized Area Formula Program authorized under 49. U.S.C. § 5307. (2) Elderly Individuals and Individuals with Disabilities Formula Program authorized under 49 U.S.C. § 5310 as amended by SAFETEA-LU and subsection 3012(b) of SAFETEA-LU, 49 U.S.C. § 5310 note, respectively. (3) New Freedom Program authorized under 49 U.S.C. § 5317. (4) Nonurbanized Area Formula Program authorized under 49 U.S.C. § 5311(b). (5) Clean Fuels Grant Program authorized under 49 U.S.C. § 5308. (6) Job Access and Reverse Commute Formula Grant Program authorized under 49 U.S.C. § 5316. 15. RELEASE OF RETAINAGE °11 The Commission shall hold ainage from t prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the Commission of the contract work and pay retainage to prime contractors based on these acceptances. The prime contractor or subcontractor shall return all monies withheld in retention from a subcontractor within 30 days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the Commission. Federal regulations (49 CFR 26.29) require that any delay or postponement of payment over 30 days may take place only for good cause and with the Commission's prior written approval. Any violation of this provision shall subject the violating prime contractor or subcontractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California 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 contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. This provision applies to both DBE and non -DBE prime contractors and subcontractors. APPENINX N - 9 16. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS The preceding provisions include, in part, certain Standard Terms and Conditions required by the Federal Transit Authority, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by the Federal Transit Authority, as set forth in FTA Circular 4220.1F, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any Commission requests which would cause the Com mission to be in violation of the FTA terms and conditions. 17. EMPLOYMENT PROVISIONS To the extent applicable to the Services, Consultant shall comply with the following: A. Equal Employment Opportunity — Consultant must comply with Executive Order 11246 (3 CFR, 1964-1965 Comp., p. 339), "Equal Employment Opportunity," as amended by Executive Order 11375 (3 CFR, 1966-1970 Comp., p. 684), "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and as supplemented by regulations at 41 CFR chapter 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." B. Copeland "Anti -Kickback" Act (18 U.S.C. 874 and 40 U.S.C. 276c) — Consultant must comply with the Copeland"Anti-Kickback" Act (18 U.S.C. 874), as supplemented by Department of Labor regulations (29 CFR Part 3, "Consultants and Subconsultants on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. The Commission shall report all suspected or reported violations to the responsible DOE contracting officer. C. Contact Work Hours and Safety Standards Act (40 U.S.C. 327-333) — Consultant must comply with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-333), as supplemented by Department of Labor regulations (29 CFR Part 5). Under Section 102 of the Act, each Consultant is required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than 11/2 times the basic rate of APPENDIX N - 10 pay for all hours worked in excess of 40 hours in the work week. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic is required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. D. Davis -Bacon Act (40 U.S.C. 276a) — Consultant shall comply with the Davis - Bacon Act (40 U.S.C. 276a to 276a-7) as supplemented by Department of Labor regulations (29 CFR Part 5). 18. FTA DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS A. General DBE Requirements: In accordance with Federal financial assistance agreements with the U.S. Department of Transportation (U.S. DOT), Commission has adopted a Disadvantaged Business Enterprise (DBE) Policy and Program, in conformance with Title 49 CFR Part 26, "Participation by Disadvantaged Business Enterprises in Department of Transportation Programs" (the "Regulations"). This RFP is subject to these stipulated regulations. In order to ensure that Commission achieves its overall DBE Program goals and objectives, Commission encourages the participation of DBEs as defined in 49 CFR 26 in the peorm of contracts financed in whole or in part with U.S. DOT funds. It is the policy of the Commis 1. Ensure nondiscrimin in the award and administration of DOT -assisted contracts; 2. Create a el playi field on which DBE's can compete fairly for DOT - assisted contracts; 3. Ensure that th- 'IBE program is narrowly tailored in accordance with applicable law; 4. Ensure that only firms that fully meet 49 C.F.R. part 26 eligibility standards are permitted to participate as DBE's; 5. Help remove barriers to the participation of DBEs in DOT assisted contracts; 6. To promote the use of DBEs in all types of federally assisted contracts and procurement activities; and 7. Assist in the development of firms that can compete successfully in the marketplace outside the DBE program. APPEN1 X N - 11 B. Discrimination: Consultant shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of subcontracts. Any terms used herein that are defined in 49 CFR Part 26, or elsewhere in the Regulations, shall have the meaning set forth in the Regulations. C. Commission's Race -Neutral DBE Program: A Race -Neutral DBE Program is one that, while benefiting DBEs, is not solely focused on DBE firms. Therefore, under a Race -Neutral DBE Program, Commission does not establish numeric race -conscious DBE participation goals on its DOT -assisted contracts. There is no FTA DBE goal on this Project. Consultant shall not be required to achieve a specific level of DBE participation as a condition of contract compliance in the performance of this DOT -assisted contract. However, Consultant shall adhere to race -neutral DBE participation commitment(s) made at the time of award of any Task Order (as defined in the Model Contract). D. Race -Neutral DBE Submissions and Ongoing Reporting Requirements (Post - Award): For each Task Order proposal, the successful Consultant shall complete and submit to Commission a"DBE Race -Neutral Participation Listing" in the form provided by Commission. In the event DBE(s) are utilized in the performance of the Task Order, Consultant shall comply with applicable reporting requirements. E. Performance of DBE Subconsultants: DBE subconsultants listed by Consultant in its "DBE Race -Neutral Participation Listing" submitted at the time of Task Order proposal shall perform the work and supply the materials for which they are listed, unless Consultant has received prior written authorization from Commission to perform the work with other forces or to obtain the materials from other sources. Consultant shall provide written notification to Commission in a timely manner of any changes to its anticipated DBE participation. This notice should be provided prior to the commencement of that portion of the work. F. DBE Certification Status: If a listed DBE subconsultant is decertified during the life of any Task Order, the decertified subconsultant shall notify Consultant in writing with the date of decertification. If a non -DBE subconsultant becomes a certified DBE during the life of the Task Order, the DBE subconsultant shall notify Consultant in writing with the date of certification. Consultant shall furnish the written documentation to Commission in a timely manner. Consultant shall include this requirement in all subcontracts. G. Consultant's Assurance Clause Regarding Non -Discrimination: In compliance with State and Federal anti -discrimination laws, Consultant shall affirm that it will not exclude or discriminate on the basis of race, color, national origin, or sex in consideration of contract award opportunities. Further, Consultant shall affirm that they will consider, and utilize subconsultants and vendors, in a manner consistent with non-discrimination objectives. APPEN1X N - 12 H. Violations: Failure by the selected Consultant(s) to carry out these requirements shall be a material breach of the contract to be awarded pursuant to this RFP, which may result in the termination of the contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the Consultant from future bidding as non -responsible. 49 C.F.R. § 26.13(b). I. Prompt Payment: Consultant shall pay its su.,:= nsultants for satisfactory performance of their contracts no later than 30 days m receipt of each payment Commission makes to the Consultant. 49 C.F.R. § �;' •' unless a shorter period is provided in the contract. J. Compliance with DBE Requirements ContRed in A Provisions: Consultant shall comply with all DBE reporting and other requiremen ontained in this Agreement. APPENDIX N - 13 EXHIBIT "G" — LOBBYING ACTIVITIES DISCLOSURE Exhibit G-1 384 Local Assistance Procedures Manual EXHIBIT 10-Q Disclosure of Lobbying Activities NOT APPLICABLE EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: a. contract b. grant c. cooperative agreement d. loan e. loan guarantee f. loan insurance 2. Status of Federal Action: 3. Report Type: ❑ a bid/offer/application b. initial award e. post -award 4. Name and Address of Reporting Entity nPrime nSubawardee Tier , if known Congressional District, if known 6. Federal Department/Agency: 8. Federal Action Number, if known: 10. Name and Address of Lobby Entity (If individual, last name, first name, MI) (attach Continua 12. Amount of Payment (check all that $ n actual 13. Form of Payment (check all 8 a. cash b. in -kind; s a. initial b. material change For Material Change Only: year quarter date of last report 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Congression 'strict, if known 7. Federal am Name/Description: 1CF 1l/Numbi applicable 9. and Amount, I wn: 11. Ind als Performing Services (inc, ding address if different from No. 10) (las me, first name, MI) ry) pe of Payment (check all that apply) a. retainer b. one-time fee c. commission d. contingent fee e deferred f. other, specify 15. Brief Descriptio ervices Per med or to be performed and Date(s) of Service, including officer(s), employee i r mem s) contacted, for Payment Indicated in Item 12: (attach Continuation Sheet(s) if necessary) 16. Continuation Sheet(s) attached: Yes n 17. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any Amber Costello Print Name: person who fails to file the required disclosure shall be subject Title: President to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Telephone No.: 562.260.0507 Date:3.29.22 Federal Use Only: Authorized for Local Reproduction Standard Form - LLL Standard Form LLL Rev. 04-28-06 Distribution: Ong- Local Agency Project Files LPP 13-01 APPENDIX L - 1 Page 1 May 8, 2013 ATTACHMENT 3 Agreement No. 22-31-081-00 PROFESSIONAL SERVICES AGREEMENT WITH PROPOSITION 1B, FTA AND FHWA FUNDING ASSISTANCE RIVERSIDE COUNTY TRANSPORTATION COMMISSION AGREEMENT WITH OVERLAND, PACIFIC & CUTLER, LLC FOR ON -CALL RIGHT OF WAY SUPPORT SERVICES Parties and Date. This Agreement is made and entered into this day of , 2022, by and between the RIVERSIDE COUNTY TRANSPORTATION COMMISSION ("the Commission") and Overland, Pacific & , utle LLC. ("Consultant"), LLC. The Commission and Consultant are sometime fe to herein individually as "Party", and collectively as the "Parties". Recitals. A. On November 8, 1988 the Vo of Riverside County approved Measure A authorizing the collection of a one-half perce (1/2 %) retail transactions and use tax (the "tax") to fund transportation programs and improvements within the County of Riverside, and adopting the Riversid- County Transportation Improvement Plan (the "Plan"). B. Purs authorized to alloc to Pub e proc Utility Code Sections 240000 et seq., the Commission is s of the Tax in furtherance of the Plan. C. On November 5, '102, the voters of Riverside County approved an extension of the Measure A tax for an additional thirty (30) years for the continued funding of transportation and improvements within the County of Riverside. D. A source of funding for payment for on -call professional consulting services provided under this Agreement may be State Proposition 1B funds, Federal Highway Administration Funds ("FHWA") administered by the California Department of Transportation ("Caltrans"), and/or funds from the Federal Transit Administration ("FTA"). E. Consultant desires to perform and assume responsibility for the provision of certain on -call right of way support services in the County of Riverside, California. Services shall be provided on the terms and conditions set forth in this Agreement and in the task order(s) to be issued pursuant to this Agreement and executed by the Commission and the Consultant ("Task Order"). Consultant represents that it is experienced in providing such services to public clients, is licensed in the State of California (if necessary), and is familiar with the plans of the Commission. F. The Commission desires to engage Consultant to render such services on an on -call basis. Services shall be ordered by Task Order(s) to be issued pursuant to this Agreement for future projects as set forth herein and in each Task Order (each such project shall be designated a "Project" under this Agreement). Terms. 1. General Scope of Services. Consultant shall furnish all technical and professional services, including labor, material, equipment, transportation, supervision and expertise, and incidental and customary work necessary to fully and adequately supply the on -call right of way support services for the Projects ("Services"). The Services are generally described in Exhibit "A" attached hereto and incorporated herein by reference. The Services shall be more particularly described in the individual Task Orders issued by the Commission's Executive Director or designee. No Services shall be performed unless authorized by a fully executed Task Order. All Services shall be subject to, and performed in accordance with, this Agreement, the relevant Task Order, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 2. Commencement of Services. The Consultant shall commence work upon receipt of a written "Notice to Proceed" or "Limited Notice to Proceed" from Commission. 3. Pre -Award Au e federal funding for this Project, and to the extent Caltrans procedures ar in connection therewith, issuance of a "Notice to Proceed" may be contingent upon completion and approval of a pre -award audit. Any questions raised during the pre -award audit shall be resolved before the Commission will consider approval of this Agreement. The federal aid provided under this Agreement is contingent on meeting all Federal requirements and could be withdrawn, thereby entitling the Commission to terminate this Agreement, if the procedures are not completed. The Consultant's files shall be maintained in a manner to facilitate Federal and State process reviews. In addition, the applicable federal agency, or Caltrans acting in behalf of a federal agency, may require that prior to performance of any work for which Federal reimbursement is requested and provided, that said federal agency or Caltrans must give to Commission an "Authorization to Proceed". 4. Audit Procedures. Consultant and subconsultant contracts, including cost proposals and ICR, are subject to audits or reviews such as, but not limited to, a contract audit, an incurred cost audit, an Independent Cost Review (ICR) Audit, or a CPA ICR audit work paper review. If selected for audit or review, this Agreement, Consultant's cost proposal and ICR and related work papers, if applicable, will be reviewed to verify compliance with 48 CFR, Part 31 and other related laws and regulations. In the instances of a CPA ICR audit work paper review it is Consultant's responsibility to ensure federal, state, or local government officials are allowed full access to the CPA's work papers 2 387 including making copies as necessary. This Agreement, Consultant's cost proposal, and ICR shall be adjusted by Consultant and approved by the Commission's contract manager to conform to the audit or review recommendations. Consultant agrees that individual terms of costs identified in the audit report shall be incorporated into this Agreement by this reference if directed by Commission at its sole discretion. Refusal by Consultant to incorporate audit or review recommendations, or to ensure that the federal, state or local governments have access to CPA work papers, will be considered a breach of the Agreement terms and cause for termination of this Agreement and disallowance of prior reimbursed costs. Additional audit provisions applicable to this Agreement are set forth in Sections 23 and 24 of this Agreement. 5. Term. 5.1 This Agreement shall go into effect contingent upon approval by Commission, and Consult notification to proceed by Commission's Contract Admi three years from the date set forth above, unless ext r"ed case shall the term of this Agreement exceed three ) yea be completed within the term. 5.2 Consultant is advised that a not binding on Commission until this Aroy'- ent Commission. 5.3 This Agree unless earlier terminated as within the term of this Agre deadlines. All applicable in effect following the to 6. Com the Commission's E Administrator for the Administrator"). Commissi behalf of the Commission for all purposes under this Agreement. Commission's Contract Administrator shall also review and give approval, as needed, to the details of Consultant's work as it progresses. Consultant shall not accept direction or orders from any person other than the Commission's Contract Administrator or his or her designee. on e date first set forth above, shall commence work after or. This Agreement shall end ontract amendment. In no rs. c, ask Order work should ommendation for contract award is ly executed and approved by the ain in effect until the date set forth above, Consultant shall complete the Services eet any other established schedules and cation .rovisions of this Agreement shall remain in s Agreement. act Administrator. The Commission hereby designates ector, or his or her designee, to act as its Contract ance of this Agreement ("Commission's Contract 's Contract Administrator shall have the authority to act on 7. Consultant's Representative. Consultant hereby designates Vicky Cook to act as its Representative for the performance of this Agreement ("Consultant's Representative"). Consultant's Representative shall have full authority to act on behalf of Consultant for all purposes under this Agreement. The Consultant's Representative shall supervise and direct the Services, using his or her professional skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. Consultant shall work closely and cooperate fully with Commission's Contract Administrator and any other agencies which may have jurisdiction over, or an interest in, the Services. Consultant's Representative shall be available to the Commission staff at all reasonable times. Any substitution in Consultant's Representative shall be approved in writing by Commission's Contract Administrator. 8. Substitution of Key Personnel. Consultant has represented to the Commission that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Consultant may substitute other personnel of at least equal competence upon written approval by the Commission. In the event that the Commission and Consultant cannot agree as to the substitution of the key personnel, the Commission shall be entitled to terminate this Agreement for cause, pursuant to the provisions herein. The key personnel for performance of this Agreement are: Vicky Cook, Roy Guinaldo, Kelly Dewitt, Norma Jacquez, Mike Parker, or as otherwise identified in the Tas;.Order. 9. Standard of Care; Licenses. Consultant r,,-, ents and maintains that it is skilled in the professional calling necessary to perfor S es, duties and obligations required by this Agreement to fully and adequately i ' piete th' ' oject. Consultant shall perform the Services and duties in conforms F to a consis t with the standards generally recognized as being employed by p -s als in the same discipline in the State of California. Consultant warrants that all e ees and subcontractors shall have sufficient skill and experience to perform -rvices igned to them. Consultant further represents and warrants to the Commissi• p' ees and subcontractors have all licenses, permits, qualifications and appro w -ver nature that are legally required to perform the Services, and ,i ch 1';=: nses and approvals shall be maintained throughout the term of this 'uir'. C• .ultant shall perform, at its own cost and expense and without reimb 111 ] -" Commission, any services necessary to correct errors or omissio hi e caused by the Consultant's failure to comply with the standard of care prov , . - re - nd shall be fully responsible to the Commission for all damages and ' er liabili pr ided for in the indemnification provisions of this Agreement arising nsultant's errors and omissions. Any employee of Consultant or its su •ns ants who is determined by the Commission to be uncooperative, incompet- hreat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the Commission, shall be promptly removed from the Project by the Consultant and shall not be re-employed to perform any of the Services or to work on the Project. 10. Independent Contractor. The Services shall be performed by Consultant or under its supervision. Consultant will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. Commission retains Consultant on an independent contractor basis and not as an employee, agent or representative of the Commission. Consultant retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant's exclusive direction and control. Consultant shall pay all wages, salaries and other amounts due such personnel in connection with their performance of Services 4 389 and as required by law. Consultant shall be responsible for all reports and obligations respecting such personnel, including but not limited to, social security taxes, income tax withholdings, unemployment insurance, disability insurance, and workers' compensation insurance. 11. Task Orders; Commencement of Services; Schedule of Services. Consultant shall commence Services under a Task Order within five (5) days of receiving a fully executed Task Order from the Commission. Task Orders shall be in substantially the form set forth in Exhibit "B" attached hereto and incorporated herein by reference. Each Task Order shall identify the funding source(s) to be used to fund the Services under the relevant Task Order, and Consultant shall comply with the requirements specified herein, and in the attached exhibits, applicable to the identified funding source(s). Consultant shall perform the Services expeditiausly, within the term of this Agreement, and in accordance with any schedule of Ser ("Schedule"). Consultant represents that it has the profe perform the Services in conformance with such Consultant's conformance with the Schedule, the C submittals in a timely manner. Upon request Consultant shall provide a more detailed sche Schedule of Services. s set forth in a Task Order al and technical personnel to di In order to facilitate ission s ; ,,respond to Consultant's om.gission's ntract Administrator, cipated performance to meet the 11.1 Modification of the S - • on ltant shall regularly report to the Commission, through correspondence o • %re reports, its progress in providing required Services within the s -d ti periods. Commission shall be promptly informed of all anticipated del In eve '' hat Consultant determines that a schedule modification is necessary, Co ptly submit a revised Schedule of Services for approval by Commis _'•_ 's ► act Administrator. Commission's Con Commission, on a bi- standard day and time. discussions concerning sc•pe, schedule, and current progress of Services, relevant cost issues, and future Project objectives. Consultant shall be responsible for the preparation and distribution of meeting agendas to be received by the Commission and other attendees no later than three (3) working days prior to the meeting. Consultant shall conduct trend meetings with the rator and other interested parties, as requested by the is or as may be mutually scheduled by the Parties at a e trend meetings will encompass focused and informal 11.3 Progress Reports. As part of its monthly invoice, Consultant shall submit a progress report, in a form determined by the Commission, which will indicate the progress achieved during the previous month in relation to the Schedule of Services. Submission of such progress report by Consultant shall be a condition precedent to receipt of payment from the Commission for each monthly invoice submitted. 5 390 12. Delay in Performance. 12.1 Excusable Delays. Should Consultant be delayed or prevented from the timely performance of any act or Services required by the terms of the Agreement by reason of acts of God or of the public enemy, acts or omissions of the Commission or other governmental agencies in either their sovereign or contractual capacities, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes or unusually severe weather, performance of such act shall be excused for the period of such delay. 12.2 Written Notice. If Consultant believes it is entitled to an extension of time due to conditions set forth in subsection 12.1, Consultant shall provide written notice to the Commission within seven (7) working days from the time Consultant knows, or reasonably should have known, that performance of the Services will be delayed due to such conditions. Failure of Consultant to provide such ti -ly notice shall constitute a waiver by Consultant of any right to an excusable delay i► : e of performance. 12.3 Mutual Agreement. Perform- : e 16111 .ny Services under this Agreement may be delayed upon mutual agrs '` ent of 1 ,- Parties. Upon such agreement, Consultant's Schedule of Service all b- exten• as necessary by the Commission. Consultant shall take all reason. ' - st; r' to minimize delay in completion, and additional costs, resulting from any such ex 13. Prelimina Review of Wor - - •rts, orking papers, and similar work products prepared for submission in the co -e • ing Services under this Agreement shall be submitted to the Com 's ract Administrator in draft form, and the Commission may require revi s of ch d is prior to formal submission and approval. In the event plans and desi• .are •- oped as part of the Project, final detailed plans and designs shall be con t upon btaining environmental clearance as may be required in connection -d funding. In the event that Commission's Contract Administrator, in hi ; 1, er sol- sc •n, determines the formally submitted work product to be not in accor' °;r,,. a with standard of care established under this Agreement, Commission's Contra dmin' ator may require Consultant to revise and resubmit the work at no cost to the C 'F,L ion. 14. Appearance at Hearings. If and when required by the Commission, Consultant shall render assistance at public hearings or other meetings related to the Project or necessary to the performance of the Services. However, Consultant shall not be required to, and will not, render any decision, interpretation or recommendation regarding questions of a legal nature or which may be construed as constituting a legal opinion. 15. Opportunity to Cure; Inspection of Work. Commission may provide Consultant an opportunity to cure, at Consultant's expense, all errors and omissions which may be disclosed during Project implementation. Should Consultant fail to make such correction in a timely manner, such correction may be made by the Commission, and the cost thereof charged to Consultant. Consultant shall allow the Commission's Contract Administrator, Caltrans and FHWA to inspect or review Consultant's work in progress at any reasonable time. 6 391 16. Claims Filed by Contractor. 16.1 If claims are filed by the Commission's contractor for the Project ("Contractor") relating to work performed by Consultant's personnel, and additional information or assistance from the Consultant's personnel is required by the Commission in order to evaluate or defend against such claims; Consultant agrees to make reasonable efforts to make its personnel available for consultation with the Commission's construction contract administration and legal staff and for testimony, if necessary, at depositions and at trial or arbitration proceedings. 16.2 Consultant's personnel that the Commission considers essential to assist in defending against Contractor claims will be made available on reasonable notice from the Commission. Consultation or testimony will be reimbursed at the same rates, including travel costs that are being paid for the Consultant's •ersonnel services under this Agreement. 16.3 Services of the Consultant's p connection with Contractor claims will be perf amendment, if necessary, extending the termi finally resolve the claims. 16.4 Nothing contained i. Consultant's indemnification obligation conflict between this Section and Section intended to obligate the Com personnel related to Contrac defend the Commission pu 17. Final Ac has satisfactorily c term set forth her Acceptance. Upon hereunder, unless othe request issuance of a Noti completed all Services required under the terms of this Agreement. In the event copyrights are permitted under this Agreement, then in connection with Federal funding, it is hereby acknowledged and agreed that the United States Department of Transportation shall have the royalty -free non-exclusive and irrevocable right to reproduce, publish, or otherwise use, and to authorize others to use, the work for governmental purposes. nd other support staff in t to a written contract greement in order to s Secti hall be construed to in any way limit ection 29. In the case of any 9 shall govern. This Section is not burse Consultant for time spent by its ch Consultant is required to indemnify and of this Agreement. determination by the Commission that Consultant es required under this Agreement and within the ission shall give Consultant a written Notice of Final such notice, Consultant shall incur no further costs cified in the Notice of Final Acceptance. Consultant may of Final Acceptance when, in its opinion, it has satisfactorily 18. Laws and Regulations. Consultant shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. For example, and not by way of limitation, Consultant shall keep itself fully informed of and in compliance with all implementing regulations, design standards, specifications, previous commitments that must be incorporated in the design of the Project, and administrative controls including 7 392 those of the United States Department of Transportation. Compliance with Federal procedures may include completion of the applicable environmental documents and approved by the United States Department of Transportation. For example, and not by way of limitation, a signed Categorical Exclusion, Finding of No Significant Impact, or published Record of Decision may be required to be approved and/or completed by the United States Department of Transportation. For Consultant shall be liable for all violations of such laws and regulations in connection with Services. If the Consultant performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the Commission, Consultant shall be solely responsible for all costs arising therefrom. Consultant shall defend, indemnify and hold Commission, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 19. Fees and Payment. 19.1 The method of payment for thi • ree - t will be based on actual cost plus a fixed fee. Commission shall reimburs onsultan actual costs (including Tabor costs, employee benefits, travel, equipm r� ent. ,_costs, o head and other direct costs) incurred by Consultant in performanc= th ;,`services. Consultant shall not be reimbursed for actual costs that exceed the est ed wage rates, employee benefits, travel, equipment rental, overhead, an. ;?_.r . r esti ,,-d costs set forth in the approved Consultant cost proposal attached her. • • ibi C" and incorporated herein by reference, or any cost proposal included . .' • o ask Order ("Cost Proposal") unless additional reimbursement is p for written amendment. The overhead rates included in the attached Ex "C" all be ed for the term of the Master Agreement, and shall not be subject to a t required by the applicable funding source. In no event, shall Cons nt . ; imbursed for overhead costs at a rate that exceeds Commission's appro • e.. , .te set forth in the Cost Proposal. In the event that Commission dete es that '' cha '•e to the Services from that specified in the Cost Proposal, this Agre. •ent or a i Task Order is required, the Agreement time or actual costs reimbursable • . Co ission shall be adjusted by written amendment to accommodate the chan• +ork. The maximum total cost as specified in Section 19.8 shall not be exceeded, unless authorized by a written amendment. 19.2 In addition to the allowable incurred costs, Commission shall pay Consultant a fixed fee to be set forth in each Task Order ("Fixed Fee"). The Fixed Fee is nonadjustable for each Task Order, except in the event of a significant change in the Scope of Services, and such adjustment is made by written amendment. 19.3 Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the approved Cost Proposal. In addition, payments to Consultant for travel and subsistence expenses claimed for reimbursement or applied as local match credit shall not exceed rates authorized to be paid exempt non -represented State employees under current State Department of Personnel Administration (DPA) rules, unless otherwise authorized by Commission. If the rates invoiced are in excess of those authorized DPA rates, and Commission has not otherwise approved said rates, then 8 393 Consultant is responsible for the cost difference and any overpayments shall be reimbursed to the Commission on demand. 19.4 When milestone cost estimates are included in the approved Cost Proposal for a Task Order, Consultant shall obtain prior written approval for a revised milestone cost estimate from the Contract Administrator before exceeding such cost estimate. 19.5 Progress payments shall be made monthly in arrears based on Services provided and allowable incurred costs. A pro rata portion of the Fixed Fee shall be included in the monthly progress payments. If Consultant fails to submit the required deliverable items according to the schedule set forth in the Scope of Services, Commission shall have the right to delay payment or terminate this Agreement in accordance with the provisions of Section 21, Termination. 19.6 No payment shall be made prior to ' royal of any Services, nor for any Services performed prior to approval of this Agr 19.7 Consultant shall be reimbu permit upon receipt by Commission's Cont triplicate. Invoices shall be submitted no latertha of work for which Consultant is billing. I - •'ces sh milestone and each project as applicable approved Cost Proposal and shall referen invoice must contain the fina equipment purchased under final invoice should be sub work. Invoices shall be maile address: Riverside County Attention: Accounts P.O. 12008 Riverside, CA 92502 as prompt fiscal procedures will istrator of itemized invoices in alendar days after the performance etail the work performed on each flow the format stipulated for the ment number and project title. Final credits due Commission including any urchase provisions of this Agreement. The ndar days after completion of Consultant's ommi ion's Contract Administrator at the following Commission 19.8 The total amount payable by Commission, including the Fixed Fee, shall not exceed the amount set forth in each Task Order. 19.9 Salary increases shall be reimbursable if the new salary is within the salary range identified in the approved Cost Proposal and is approved by Commission'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. 19.10 Consultant shall not be reimbursed for any expenses unless authorized in writing by the Commission's Contract Administrator. 9 394 19.11 All subcontracts in excess of $25,000 shall contain the above provisions. 20. Disputes. 20.1 Any dispute, other than audit, concerning a question of fact arising under this Agreement that is not disposed of by mutual agreement of the Parties shall be decided by a committee consisting of RCTC's Contract Administrator and the Director of Capital Projects, who may consider written or verbal information submitted by Consultant. 20.2 Not later than 30 days after completion of all Services under this Agreement, Consultant may request review by the Commission's Executive Director of unresolved claims or disputes, other than audit. The request for review will be submitted in writing. 20.3 Neither the pendency of a disp committee will excuse Consultant from full and timely terms of this Agreement. 21. Termination. 21.1 Commission resery (30) calendar days written notice to Con termination stated in the notice. Commis at any time, for any or no reaso the the notice of termination of T 21.2 Commis Consultant fail to perf herein provided. I Services in any m Agreement with Con under this Agreement f cost of completion to Com case, the overage shall be deducted from any sum due Consultant under this Agreement and the balance, if any, shall be paid to Consultant upon demand. or its consideration by the nce in accordance with the he righ erminate this Agreement upon thirty r no reason, with the reasons for inate Services under a Task Order, ctive date of termination to be specified in y - ate this Agreement with Consultant should ants herein contained at the time and in the manner termination, Commission may proceed with the proper by Commission. If Commission terminates this mission shall pay Consultant the sum due to Consultant es completed and accepted prior to termination, unless the sion exceeds the funds remaining in the Agreement. In such 21.3 In addition to the above, payment upon termination shall include a prorated amount of profit, if applicable, but no amount shall be paid for anticipated profit on unperformed Services. Consultant shall provide documentation deemed adequate by Commission's Contract Administrator to show the Services actually completed by Consultant prior to the effective date of termination. This Agreement shall terminate on the effective date of the Notice of Termination 21.4 Upon receipt of the written Notice of Termination, Consultant shall discontinue all affected Services as directed in the Notice or as otherwise provided herein, and deliver to the Commission all Documents and Data, as defined in this Agreement, as 10 395 may have been prepared or accumulated by Consultant in performance of the Services, whether completed or in progress. 21.5 In addition to the above, Consultant shall be liable to the Commission for any reasonable additional costs incurred by the Commission to revise work for which the Commission has compensated Consultant under this Agreement, but which the Commission has determined in its sole discretion needs to be revised, in part or whole, to complete the Project because it did not meet the standard of care established in this Agreement. Termination of this Agreement for cause may be considered by the Commission in determining whether to enter into future agreements with Consultant. 21.6 The rights and remedies of the Parties provided in this Section are in addition to any other rights and remedies provided by law or under this Agreement. 21.7 Consultant, in executing this Agreement, shall be deemed to have waived any and all claims for damages which may otherwise arise from the Commission's termination of this Agreement, for convenience or cause, as provided in this Section. 21.8 Consultant may not terminate this Agreement except for cause. 22. Cost Principles and Administrative Requirements. 22.1 Consultant agrees that the Contract Cost Principles and Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., shall be used to determine the cost allo y of individual items. 22.2 Consu t also agrees to comply with federal procedures in accordance with 2 CFR, Part , Uniform Administrative Requirements, Cost Principles, and Audit Requirements fe 1 Awards. 22.3 Any costs or which payment has been made to CONSULTANT that are determined by subsequent audit to be unallowable under 2 CFR, Part 200 and 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., are subject to repayment by Consultant to Commission. 22.4 All subcontracts in excess of $25,000 shall contain the above provisions. 23. Retention of Records/Audit. For the purpose of determining compliance with, as applicable, 2 CFR Part 200, 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 this Agreement pursuant to Government Code 8546.7; Consultant, subconsultants, and Commission shall maintain and make available for inspection all books, documents, papers, accounting records, and other evidence pertaining to the performance of this Agreement, including but not limited to, the costs of administering this Agreement. All parties shall make such materials available at their respective offices at all reasonable times during the Agreement period and for three years from the date of final payment under this Agreement. The State, State Auditor, 11 396 Commission, FHWA, or any duly authorized representative of the State or 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 this Agreement 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. 23.1 Accounting System. Consultant and its subcontractors shall establish and maintain an accounting system and records that properly accumulate and segregate expenditures by line item for the Services. The accounting system of Consultant and its subcontractors shall conform to Generally Accepted Accounting Principles (GAAP), enable the determination of incurred costs at interim points of completion, and provide support for reimbursement payment vouchers or invoices. 24. Audit Review Procedures. 24.1 Any dispute concerning a quest' post audit of this Agreement that is not disposed Commission's Chief Financial Officer. of rising under an interim or agree t, shall be reviewed by 24.2 Not later than 30 days a suance of the final audit report, Consultant may request a review by Commission's Chief Financial Officer of unresolved audit issues. The request for review shall be submitted in writing. - 24.3 Neither the pendency of a dispute nor its consideration by Commission shall excuse Consultant from full and timely performance, in accordance with the terms of this Agreement. 25. Subcont 25.1 Nothing contained in this Agreement or otherwise, shall create any contractual relation between Commission and any subconsultant(s), and no subcontract shall relieve Consultant of its responsibilities and obligations hereunder. Consultant agrees to be as fully responsible to Commission 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. Consultant's obligation to pay its subconsultant(s) is an independent obligation from Commission's obligation to make payments to the Consultant. 25.2 Consultant shall perform the Services contemplated with resources available within its own organization and no portion of the Services pertinent to this Agreement shall be subcontracted without written authorization by Commission's Contract Administrator, except that, which is expressly identified in the approved Cost Proposal. 25.3 Consultant shall pay its subconsultants within ten (10) calendar days from receipt of each payment made to Consultant by Commission. 12 397 25.4 Any subcontract in excess of $25,000 entered into as a result of this Agreement shall contain all the provisions stipulated in this Agreement to be applicable to subconsultants. 25.5 Any substitution of subconsultant(s) must be approved in writing by Commission's Contract Administrator prior to the start of work by the subconsultant(s). 25.6 Exhibit "C" may set forth the rates at which each subconsultant shall bill the Consultant for Services and that are subject to reimbursement by the Commission to Consultant. Additional Direct Costs, as defined in Exhibit "C" shall be the same for both the Consultant and all subconsultants, unless otherwise identified in Exhibit "C" or in a Task Order. The subconsultant rate schedules and cost proposals contained herein are for accounting purposes only. 26. Equipment Purchase 26.1 Prior authorization, in writing, by C shall be required before Consultant enters into subcontract for supplies, equipment, or services the necessity or desirability of incurring such 26.2 For purchase of an the Cost Proposal and exceeding $5,00 Contract Administrator is required. Thre the request for such purchase, • abs 26.3 Any eq the following: Consultant sh Nonexpendable prop acquisition cost of sold or traded in, this Agreement, or equipment and credit equipment at the best pr established Commission procedures; and credit Commission 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 Commission and Consultant. If Consultant determines to sell the equipment, the terms and conditions of such sale must be approved in advance by Commission. 2 CFR, Part 200 requires a credit to Federal funds when participating equipment with a fair market value greater than $5,000 is credited to the Project. on's Contract Administrator ted purchase order, or ovide an evaluation of or consulting work not covered in ion, in writing, by Commission's quotations must be submitted with of bidding must be adequately justified. as a result of this Agreement is subject to inventory of all nonexpendable property. as having a useful life of at least two years and an e purchased equipment needs replacement and is all receive a proper refund or credit at the conclusion of ment is terminated, Consultant may either keep the on in an amount equal to its fair market value, or sell such obtainable at a public or private sale, in accordance with 26.4 All subcontracts in excess $25,000 shall contain the above provisions. 27. Labor Code Requirements. 27.1 Prevailing Wages. 13 398 (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 Services. (b) Any subcontract entered into as a result of this Agreement, 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 Section. (c) When prevailing wages apply to the Services described in the Scope of Services, 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 http://www.dir.ca.gov. (d) Copies of the prevailing rate •<;i'°per diem wages in effect at commencement of this Agreement are on file at the Com on's offices. Consultant shall make copies of the prevailing rates of per diem wages y" e :u;.craft, classification or type of worker needed to execute the Services available ° 'ntereste, j';. rties upon request, and shall post copies at the Consultant's principal . e of usines d at the project site. Consultant shall defend, indemnify and hold th .m ion, its elected officials, officers, employees and agents free and harmless from aims, liabilities, costs, penalties or interest arising out of any failure or all :� failure comply with the Prevailing Wage Laws. 27.2 DIR Reaist an applicable "public works" Sections 1725.5 and 1771. with the Department of Indust duration of the Projec be subject to com Relations. It sha registration and labo e Services are being performed as part of e" project, then pursuant to Labor Code nd all subconsultants must be registered lations.Consultant shall maintain registration for the e same of any subconsultants. This Project may also and enforcement by the Department of Industrial nt's sole responsibility to comply with all applicable e requirements. 27.3 Eight our Law. Pursuant to the provisions of the California Labor Code, eight hours of labor shall constitute a legal day's work, and the time of service of any worker employed on the work shall be limited and restricted to eight hours during any one calendar day, and forty hours in any one calendar week, except when payment for overtime is made at not less than one and one-half the basic rate for all hours worked in excess of eight hours per day ("Eight -Hour Law"), unless Consultant or the Services are not subject to the Eight -Hour Law. Consultant shall forfeit to Commission as a penalty, $50.00 for each worker employed in the execution of this Agreement by him, or by any sub -consultant under him, for each calendar day during which such workman is required or permitted to work more than eight hours in any calendar day and forty hours in any one calendar week without such compensation for overtime violation of the provisions of the California Labor Code, unless Consultant or the Services are not subject to the Eight -Hour Law. 14 399 27.4 Employment of Apprentices. This Agreement shall not prevent the employment of properly indentured apprentices in accordance with the California Labor Code, and no employer or labor union shall refuse to accept otherwise qualified employees as indentured apprentices on the work performed hereunder solely on the ground of race, creed, national origin, ancestry, color or sex. Every qualified apprentice shall be paid the standard wage paid to apprentices under the regulations of the craft or trade in which he or she is employed and shall be employed only in the craft or trade to which he or she is registered. If California Labor Code Section 1777.5 applies to the Services, Consultant and any subcontractor hereunder who employs workers in any apprenticeable craft or trade shall apply to the joint apprenticeship council administering applicable standards for a certificate approving Consultant or any sub -consultant for the employment and training of apprentices. Upon issuance of this certificate, Consultant and any sub-, onsultant shall employ the number of apprentices provided for therein, as well as co ;;_; _;ute to the fund to administer the apprenticeship program in each craft or trade in th-: FFn of the work hereunder. The parties expressly understand that t , responsi '., for compliance with provisions of this Section and with Sections 17 17 7.6 and 77.7 of the California Labor Code in regard to all apprenticeable occ► tio- ies with Consultant 28. Ownership of Materials/C. ntialit 28.1 Documents perpetual license for Commissio copyrights and designs embo materials, data and other do expression, including but not recorded on comput Consultant under t & Data: : ement creates an exclusive and modify, reuse, or sub -license any and all ecifications, studies, drawings, estimates, authorship fixed in any tangible medium of o, phys al drawings or data magnetically or otherwise hich are prepared or caused to be prepared by (` uments & Data"). hall require all subcontractors to agree in writing that Commission is granted . sive and perpetual license for any Documents & Data the subcontractor prepares un' r this Agreement. Consultant represents and warrants that Consultant has the legal right to grant the exclusive and perpetual license for all such Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the Commission. Commission shall not be limited in any way in its use of the Documents & Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at Commission's sole risk. 28.2 Intellectual Property. In addition, Commission shall have and retain all right, title and interest (including copyright, patent, trade secret and other proprietary 15 400 rights) in all plans, specifications, studies, drawings, estimates, materials, data, computer programs or software and source code, enhancements, documents, and any and all works of authorship fixed in any tangible medium or expression, including but not limited to, physical drawings or other data magnetically or otherwise recorded on computer media ("Intellectual Property") prepared or developed by or on behalf of Consultant under this Agreement as well as any other such Intellectual Property prepared or developed by or on behalf of Consultant under this Agreement. The Commission shall have and retain all right, title and interest in Intellectual Property developed or modified under this Agreement whether or not paid for wholly or in part by Commission, whether or not developed in conjunction with Consultant, and whether or not developed by Consultant. Consultant will execute separate written assignments of any and all rights to the above referenced Intellectual Property upon request of Commission. Consultant shall also be respons' .;`• obtain in writing separate written assignments from any subcontractors or age f Co =, Itant of any and all right to the above referenced Intellectual Property. Shou onsultan , her during or following termination of this Agreement, desire to use of e above eferenced Intellectual Property, it shall first obtain the written approv t ommission. All materials and do Consultant for general use prior to the ex copyright of any other party or publ avai continue to be the property of t stated prior to execution of th. the right to grant the exclusi provided herein. perpetual license to otherwise owned by collective, insurrectional, ere developed or prepared by the is greement and which are not the n. y other computer applications, shall However, unless otherwise identified and sultant represents and warrants that it has icense for all such Intellectual Property as er is granted by Consultant a non-exclusive and odify or sub -license any and all Intellectual Property which is the basis or foundation for any derivative, pplemental work created under this Agreement. 28.3 Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall not, without the prior written consent of Commission, be used by Consultant for any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use Commission's name or insignia, photographs of the Project, or any publicity pertaining to the Services or the Project in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of Commission. 16 401 28.4 Infringement Indemnification. Consultant shall defend, indemnify and hold the Commission, its directors, officials, officers, employees, volunteers and agents free and harmless, pursuant to the indemnification provisions of this Agreement, for any alleged infringement of any patent, copyright, trade secret, trade name, trademark, or any other proprietary right of any person or entity in consequence of the use on the Project by Commission of the Documents & Data, including any method, process, product, or concept specified or depicted. 29. Indemnification. To the fullest extent permitted by law, Consultant shall defend (with counsel of Commission's choosing), indemnify and hold Commission, Caltrans and their directors, officials, officers, employees, consultants, volunteers, and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to alleged neglige acts, omissions, or willful misconduct of Consultant, its officials, officers, employ agents, consultants, and contractors arising out of or in connection with the perfor e of the Services, the Project or this Agreement, including without limitation the •.`:r en '. consequential damages, expert witness fees, and attorneys fees and other r .' ed costs * expenses. Consultant shall defend, at Consultant's own cost, expense d ris any an I such aforesaid suits, actions or other legal proceedings of every kin• t be brought or instituted against Commission, Caltrans and their directors, offic officers, employees, consultants, agents, or volunteers. Consultant shall p ,,• satis y judgment, award or decree that may be rendered against Commission, a •r eir directors, officials, officers, employees, consultants, agents, • volu = in y such suit, action or other legal proceeding. Consultant shall re Co '` ission, Caltrans and their directors, officials, officers, employees, consult. age , an. ! volunteers, for any and all legal expenses and costs, including reasona. i a -s, incurred by each of them in connection therewith or in enforce • _ -l. a ..'emnity herein provided. Consultant's obligation to indemnify shall not b- -s`r .1 ,a t• urance proceeds, if any, received by Commission, Caltrans, their dire rs, offices •ffi rs, employees, consultants, agents, or volunteers. If Consultant's • :ate• o defend, indemnify, and/or hold harmless arises out of Consultant's performanc. a "design professional" (as that term is defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code section 2782.8, which is fully incorporated herein, Consultant's indemnification obligation shall be limited to claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Consultant, and, upon Consultant obtaining a final adjudication by a court of competent jurisdiction, Consultant's liability for such claim, including the cost to defend, shall not exceed the Consultant's proportionate percentage of fault. Consultant's obligations as set forth in this Section shall survive expiration or termination of this Agreement. 30. To the fullest extent permitted by law, Consultant shall defend, indemnify and hold Commission, Caltrans and their directors, officials, officers, employees, consultants, volunteers, and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or 17 402 persons, including wrongful death, inverse condemnation, and any claims related to property acquisition and relocation rules or failure to detect or abate hazardous materials, which are brought by a third party, and which , in any manner arise out of or are incident to alleged negligent acts, omissions, or willful misconduct of Consultant, its officials, officers, employees, agents, consultants, and contractors arising out of or in connection with the performance of the Services, the Project or this Agreement, including without limitation the payment of consequential damages, expert witness fees, and attorneys fees and other related costs and expenses. Consultant shall defend, at Consultant's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against Commission, Caltrans, and their directors, officials, officers, employees, consultants, agents, or volunteers. Consultant shall pay and satisfy any judgment, award or decree that may be rendered against Commission, Caltrans or their directors, officials, officers, employees, consultants, agents, or volunteers, in any such suit, action or other legal proceeding. Consultant s II reimburse Commission, Caltrans and their directors, officials, officers, employe consultants, agents, and/or volunteers, for any and all legal expenses and costs, in _ �ll a n. reasonable attorney's fees, incurred by each of them in connection therewith n en . i; ing the indemnity herein provided. Consultant's obligation to indemnif , ; "` all not b_ -stricted to insurance proceeds, if any, received by Commission, C n ns their dir-'tors, officials officers, employees, consultants, agents, or volunteers i anding the foregoing, to the extent Consultant's Services are subject to Civil Code Se 2782.8, the above indemnity shall be limited, to the extent required by Civil ecti. 782.8, to claims that arise out of, pertain to, or relate to the negligence, reck w ful misconduct of the Consultant. Consultant's obligations as set h in , Sec on 29 shall survive expiration or termination of this Agreement. 31. Insurance. 31.1 Agreement until i secured all insuran acceptable to the Com commence work on any Section. nce. Consultant shall not commence work under this ence satisfactory to the Commission that it has der this Section, in a form and with insurance companies addition, Consultant shall not allow any subcontractor to ntract until it has secured all insurance required under this 31.2 Minimum Requirements. Consultant shall, at its expense, procure and maintain for the duration of the Agreement insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the Agreement by the Consultant, its agents, representatives, employees or subcontractors. Consultant shall also require all of its subcontractors to procure and maintain the same insurance for the duration of the Agreement. Such insurance shall meet at least the following minimum levels of coverage: (a) Minimum Scope of Insurance. Coverage shall be at least as broad as the latest version of the following: (1) General Liability: Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001 or exact equivalent); (2) Automobile Liability: Insurance Services Office Business Auto Coverage (form CA 0001, 18 403 code 1 (any auto) or exact equivalent); and (3) Workers' Compensation and Employer's Liability: Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. (b) Minimum Limits of Insurance. Consultant shall maintain limits no less than: (1) General Liability: $2,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with general aggregate limit is used, either the general aggregate limit shall apply separately to this Agreement/location or the general aggregate limit shall be twice the required occurrence limit. Limits may be achieved by any combination of primary and excess or umbrella liability insurance; (2) Automobile Liability: $1,000,000 per accident for bodily injury and property damage. Limits may be achieved by any combination of primary and excess or umbrella liability insurance; and (3) Workers' Compensation and Employer's Liability: Workers' Compensation limits as required by the abor Code of the State of California. Employer's Practices Liability limits of $1,000 ° + per accident. 31.3 Professional Liability. Consults %sh:'"' ocure and maintain, and require its sub -consultants to procure and maintai r, •r a perio• ' five (5) years following completion of the Project, errors and omission iabil' insura «'e appropriate to their profession. For Consultant, such insuranc ,.ha •e in an amount not less than $1,000,000 per claim. This insurance shall be -°, I,+rsed to include contractual liability applicable to this Agreement and shall kitten o ; policy form coverage specifically designed to protect against acts, erro o u ; io of the Consultant. "Covered Professional Services" as desi • nated p •' must specifically include work performed under this Agreeme •olio ust "pay on behalf of the insured and must include a provision establishi rer's ty to defend. Subconsultants of Consultant shall obtain such insura t not less than $2,000,000 per claim. Notwithstanding the for- • •'ng, !' ommission may consider written requests to lower or dispense with the er •m •ns liability insurance requirement contained in this Section for certai '•consul is o ` onsultant, on a case -by -case basis, depending on the nature and sco• .f the S: ices to be provided by the subconsultant. Approval of such request shall be riti signed by the Commission's Contract Administrator. 31.4 Aircra " Liability Insurance. Prior to conducting any Services requiring use of aircraft, Consultant shall procure and maintain, or cause to be procured and maintained, aircraft liability insurance or equivalent form, with a single limit as shall be required by the Commission. Such insurance shall include coverage for owned, hired and non -owned aircraft and passengers, and shall name, or be endorsed to name, the Commission, Caltrans and their directors, officials, officers, employees and agents as additional insureds with respect to the Services or operations performed by or on behalf of the Consultant. 31.5 Insurance Endorsements. The insurance policies shall contain the following provisions, or Consultant shall provide endorsements on forms approved by the Commission to add the following provisions to the insurance policies: 19 404 (a) General Liability. (1) Commercial General Liability Insurance must include coverage for (1) bodily Injury and property damage; (2) personal Injury/advertising Injury; (3) premises/operations liability; (4) products/completed operations liability; (5) aggregate limits that apply per Project; (6) explosion, collapse and underground (UCX) exclusion deleted; (7) contractual liability with respect to this Agreement; (8) broad form property damage; and (9) independent consultants coverage. (ii) The policy shall contain no endorsements or provisions limiting coverage for (1) contractual liability; (2) cross liability exclusion for claims or suits by one insured against another; or (3) contain any other exclusion contrary to this Agreement. (iii) The policy shall give the Commission, its directors, officials, officers, employees, and agents insured status us"ISO endorsement forms 20 10 10 01 and 20 37 10 01, or endorsements providing t► act same coverage. (iv) The additional in "primary and non-contributory" and will not see Caltrans' insurance or self-insurance and shall endorsements providing the exact same covera d cove under the policy shall be ntribution frl i. the Commission's or as broad as CG 20 01 04 13, or (b) Automobile L \ The tomobile liability policy shall be endorsed to state that: (1) the Commissio d their directors, officials, officers, employees and agents shall b: ere• additional insureds with respect to the ownership, operation, mainte e, -, loa g or unloading of any auto owned, leased, hired or borrowed by the Co Itant % hi the Consultant is responsible; and (2) the insurance coverage shall be p insur e as respects the Commission, Caltrans and their directors, official , -,s, -' •loyees and agents, or if excess, shall stand in an unbroken chain of ,U' -rage _es the Consultant's scheduled underlying coverage. Any insurance or -insurank _ maintained by the Commission, Caltrans and their directors, officials, o s, a .yees and agents shall be excess of the Consultant's insurance and shall not . d upon to contribute with it in any way. (c) Workers' Compensation and Employers Liability Coverage. (i) Consultant certifies that he/she is aware of the provisions of Section 3700 of the California Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and he/she will comply with such provisions before commencing work under this Agreement. (ii) The insurer shall agree to waive all rights of subrogation against the Commission, its directors, officials, officers, employees and agents for losses paid under the terms of the insurance policy which arise from work performed by the Consultant. 20 405 (d) All Coverages. (i) Defense costs shall be payable in addition to the limits set forth hereunder. (ii) Requirements of specific coverage or limits contained in this Section are not intended as a limitation on coverage, limits, or other requirement, or a waiver of any coverage normally provided by any insurance. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits set forth herein shall be available to the Commission, Caltrans and their directors, officials, officers, employees and agents as additional insureds under said policies. Furthermore, the requirements for coverage and limits shall be (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits .f coverage of any insurance policy or proceeds available to the named insured; which is greater. (iii) The limits of insura re. `-;,'. ed in this Agreement may be satisfied by a combination of primary and umbrel r excess '':' urance. Any umbrella or excess insurance shall contain or be endorsed onta. a prow'` ;`gin that such coverage shall also apply on a primary and non-contribu ba ' or the benefit of the Commission (if agreed to in a written contract or agreement) be e Commission's own insurance or self-insurance shall be called upon to pr 't as a ed insured. The umbrella/excess policy shall be provided on a "following coverage at least as broad as provided on the underlying policy(ies). (30) days prior written noti except that the Consultant s cancellation of any s coverage is cancell deliver renewal cert to the Commission a expiration. hall provide the Commission at least thirty f any policy required by this Agreement, ovide least ten (10) days prior written notice of to non-payment of premium. If any of the required the term of this Agreement, the Consultant shall ing the General Liability Additional Insured Endorsement 10) days prior to the effective date of cancellation or (v) The retroactive date (if any) of each policy is to be no later than the effective date of this Agreement. Consultant shall maintain such coverage continuously for a period of at least three years after the completion of the work under this Agreement. Consultant shall purchase a one (1) year extended reporting period A) if the retroactive date is advanced past the effective date of this Agreement; B) if the policy is cancelled or not renewed; or C) if the policy is replaced by another claims -made policy with a retroactive date subsequent to the effective date of this Agreement. (vi) The foregoing requirements as to the types and limits of insurance coverage to be maintained by Consultant, and any approval of said insurance by the Commission, is not intended to and shall not in any manner limit or qualify the liabilities and obligations otherwise assumed by the Consultant pursuant to this Agreement, including but not limited to, the provisions concerning indemnification. 21 406 (vii) If at any time during the life of the Agreement, any policy of insurance required under this Agreement does not comply with these specifications or is canceled and not replaced, Commission has the right but not the duty to obtain the insurance it deems necessary and any premium paid by Commission will be promptly reimbursed by Consultant or Commission will withhold amounts sufficient to pay premium from Consultant payments. In the alternative, Commission may cancel this Agreement. The Commission may require the Consultant to provide complete copies of all insurance policies in effect for the duration of the Project. (viii) Neither the Commission nor any of its directors, officials, officers, employees or agents shall be personally responsible for any liability arising under or by virtue of this Agreement. 31.6 Deductibles and Self -Insurance Retenti • ns. Any deductibles or self - insured retentions must be declared to and approve.; the Commission. If the Commission does not approve the deductibles or self,. ed retentions as presented, Consultant shall guarantee that, at the option of the (4m on, either: (1) the insurer shall reduce or eliminate such deductibles or s-'s'nsured tions as respects the Commission, its directors, officials, officers, em » eesnd agen or, (2) the Consultant shall procure a bond guaranteeing payment c, „ .s ' and related investigation costs, claims and administrative and defense expense. 31.7 Acce•tabilit of Ins a current A.M. Best's rating no less than satisfactory to the Commission 31.8 Verific original certificates of insuran Agreement on forms for each insuranc coverage on its be by the Commission require complete, certifi is to be placed with insurers with d to do business in California, and Consultant shall furnish Commission with d en.. ements effecting coverage required by this he Commission. The certificates and endorsements ed by a person authorized by that insurer to bind ates and endorsements must be received and approved commences. The Commission reserves the right to ies of all required insurance policies, at any time. 31.9 Subconsultant Insurance Requirements. Consultant shall not allow any subcontractors or subconsultants to commence work on any subcontract until they have provided evidence satisfactory to the Commission that they have secured all insurance required under this Section. Policies of commercial general liability insurance provided by such subcontractors or subconsultants shall be endorsed to name the Commission as an additional insured using ISO form CG 20 38 04 13 or an endorsement providing the exact same coverage. If requested by Consultant, the Commission may approve different scopes or minimum limits of insurance for particular subcontractors or subconsultants. 31.10 Other Insurance. At its option, the Commission may require such additional coverage(s), limits and/or the reduction of deductibles or retentions it considers reasonable and prudent based upon risk factors that may directly or indirectly impact the 22 407 Project. In retaining this option Commission does not warrant Consultant's insurance program to be adequate. Consultant shall have the right to purchase insurance in addition to the insurance required in this Section. 32. Safety. Consultant shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Consultant shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devic , equipment and wearing apparel as are necessary or lawfully required to preven, = cidents or injuries; and (C) adequate facilities for the proper inspection and maint of all safety measures. Pursuant to the authority contained in Section 59 : "the Vehi Code, the Commission has determined that the Project will contain area : ` at ar- open to blic traffic. Consultant shall comply with all of the requirements set fo ; D dons 11, 12, 13, 14, and 15 of the Vehicle Code. Consultant shall take all reaso y necessary precautions for safe operation of its vehicles and the protects ,.; _he tra W g public from injury and damage from such vehicles. 33. Additional Work. outside of, the Services to performed pursuant to a se foregoing, the Commissi other than a Cardinal change which is "o not be regarded as parties when the Agre Cardinal Change would changes in the materials used, but the size and layout of the building remains the same. Cardinal Changes are not within the authority of this provision to order, and shall be processed by the Commission as "sole source" procurements according to applicable law, including the requirements of FTA Circular 4220.1 D, paragraph 9(f). tivities that are in addition to, or otherwise rsuant to this Agreement shall only be etween the parties. Notwithstanding the tive Director may make a change to the Agreement, urposes of this Agreement, a Cardinal Change is a the Agreement; in other words, work which should fairly and reasonably within the contemplation of the entered into. An example of a change which is not a ere, in a contract to construct a building there are many (a) In addition to the changes authorized above, a modification which is signed by Consultant and the Commission's Executive Director, other than a Cardinal Change, may be made in order to: (1) make a negotiated equitable adjustment to the Agreement price, delivery schedule and other terms resulting from the issuance of a Change Order, (2) reflect definitive letter contracts, and (3) reflect other agreements of the parties modifying the terms of this Agreement ("Bilateral Contract Modification"). 23 408 (b) Consultant shall not perform, nor be compensated for any change, without written authorization from the Commission's Executive Director as set forth herein. In the event such a change authorization is not issued and signed by the Commission's Executive Director, Consultant shall not provide such change. 34. Prohibited Interests. 34.1 Solicitation. Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, the Co ission shall have the right to rescind this Agreement without liability. 34.2 Consultant Conflict of Interest (a) Consultant shall di relationship with Commission that may ha Agreement, or any ensuing Commission constr current clients who may have a financial -st in ensuing Commission construction projec y finan I, business, or other act upon the outcome of this project. Consultant shall also list utcome of this Agreement, or any w. (b) Cons here 1'`r ertifies that it does not now have, nor shall it acquire any financial or buss r ..< rest services under this Agreem t would conflict with the performance of (c s►n..ontract in excess of $25,000 entered into as a result of this Agreement, sh provisions of this Article. Itant hereby certifies that neither Consultant, nor any firm affiliated with Consultan ,rt on any construction contract, or on any contract to provide construction inspection for construction project resulting from this contract. An affiliated firm is one, which is subject to the control of the same persons through joint -ownership, 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. 34.3 Commission Conflict of Interest. For the term of this Agreement, no member, officer or employee of the Commission, during the term of his or her service with the Commission, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 24 409 34.4 Conflict of Employment. Employment by the Consultant of personnel currently on the payroll of the Commission shall not be permitted in the performance of this Agreement, even though such employment may occur outside of the employee's regular working hours or on weekends, holidays or vacation time. Further, the employment by the Consultant of personnel who have been on the Commission payroll within one year prior to the date of execution of this Agreement, where this employment is caused by and or dependent upon the Consultant securing this or related Agreements with the Commission, is prohibited. 34.5 Covenant Against Contingent Fees. As required in connection with federal funding, the Consultant warrants that he/she has not employed or retained any company or person, other than a bona fide employee working for the Consultant, to solicit or secure this Agreement, and that he/she has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commis 'on, percentage, brokerage fee, gift, or any other consideration, contingent upon esulting from the award or formation of this Agreement. For breach or violation -» 1 1 ;_';. warranty, the Commission shall have the right to terminate this Agreement w't >ut li. `,'.ity pursuant to the terms herein, or at its discretion to deduct from the eement e or consideration, or otherwise recover, the full amount of such fee mmi ion, per ntage, brokerage fee, gift, or contingent fee. 34.6 Rebates Kickbac .§ _ :ether .�L -wful Consideration. Consultant warrants that this Agreement was not o ed through rebates kickbacks or other unlawful consideration, either •rom • p- `o any Commission employee. For breach or violation of this warr •m •.ion shall have the right in its discretion; to terminate this Agreement w li.. . lity; t• gay only for the value of the work actually performed; or to deduct fro - ice; or otherwise recover the full amount of such rebate, kickback o •he awful consideration. 34.7 ''` ovens ga t Expenditure of Commission, State or Federal Funds for Lobb in•' he Conk. Itant certifies that to the best of his/ her knowledge and belief no state, federa loca •ency appropriated funds have been paid, or will be paid by or on behalf of the Co t to any person for the purpose of influencing or attempting to influence an officer or e ' ployee of any state or federal agency; a Member of the State Legislature or United States Congress; an officer or employee of the Legislature or Congress; or any employee of a Member of the Legislature or Congress, in connection with the award of any state or federal contract, grant, loan, or cooperative agreement, or the extension, continuation, renewal, amendment, or modification of any state or federal contract, grant, loan, or cooperative agreement. (a) If any funds other than federal appropriated funds have been paid, or will be paid to any person for the purpose of influencing or attempting to influence an officer or employee of any federal agency; a Member of Congress; an officer or employee of Congress, or an employee of a Member of Congress; in connection with this Agreement, the Consultant shall complete and submit the attached Exhibit "G", Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with the attached instructions. 25 410 (b) The Consultant's certification provided in this Section is a material representation of fact upon which reliance was placed when this Agreement was entered into, and is a prerequisite for entering into this Agreement pursuant to Section 1352, Title 31, US. Code. Failure to comply with the restrictions on expenditures, or the disclosure and certification requirements set forth in Section 1352, Title 31, US. Code may result in a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. (c) The Consultant also agrees by signing this Agreement that he/she shall require that the language set forth in this Section 3.23.5 be included in all Consultant subcontracts which exceed $100,000, and that all such subcontractors shall certify and disclose accordingly. 34.8 Employment Adverse to the Commissio Consultant shall notify the Commission, and shall obtain the Commission's written co► nt, prior to accepting work to assist with or participate in a third -party lawsuit or other ; ,or administrative proceeding against the Commission during the term of this Agre 35. Equal Opportunity Employment. opportunity employer and it shall not discrimin applicant for employment because of race, religio age. Such non-discrimination shall incl •ut no initial employment, upgrading, demotion, layoff or termination. nt repre ': is that it is an equal any subcontractor, employee or or, national origin, ancestry, sex or limited to, all activities related to ent or recruitment advertising, 36. Right to Em • lo Commission reserves the right to employ other consultants in connec 37. Govern! h • reement shall be governed by and construed with the laws of the State of. f; ifornia en �, shall be in Riverside County. 38. Dispute Fees. 38.1 Prior ommencing any action hereunder, the Parties shall attempt in good faith to resolve any dispute arising between them. The pendency of a dispute shall not excuse Consultant from full and timely performance of the Services. 38.2. If the Parties are unable to resolve a dispute after attempting in good faith to do so, the Parties may seek any other available remedy to resolve the dispute. If either Party commences an action against the other Party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing Party in such litigation shall be entitled to have and recover from the losing Party reasonable attorneys' fees and, all other costs of such actions. 39. Time of Essence. Time is of the essence for each and every provision of this Agreement. 26 411 40. Headings. Article and Section Headings, paragraph captions or marginal headings contained in this Agreement are for convenience only and shall have no effect in the construction or interpretation of any provision herein. 41. Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONSULTANT: Overland, Pacific & Cutler, LLC 5000 Airport Plaza Drive, Suite 250 Long Beach, CA 90815 Attn: Vicky Cook COMMISSION: Riverside County Transportation Commission 4080 Lemon Street, 3rd Floor Riverside, CA 92501 Attn: Executive Director Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. mail, first class postage prepaid, and addressed to the Party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 42. Conflicting Provisions. In the event that provisions of any attached exhibits conflict in any way with the provisions set forth in this Agreement, the language, terms and conditions contained in this Agreement shall control the actions and obligations of the Parties and the interpretation of the Parties' derstanding concerning the performance of the Services. 43. Amendment or o . ' ation. o supplement, modification, or amendment of this Agreement shall be binding u ss executed in writing and signed by both Parties. 44. Entire Agreement. This Agreement contains the entire agreement of the Parties relating to the subject matter hereof and supersedes all prior negotiations, agreements or understandings. 45. Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 46. Provisions Applicable When State Funds or Federal Funds Are Involved. When funding for the Services under a Task Order is provided by this Agreement are provided, in whole or in part, from the United States Department of Transportation, Consultant shall also fully and adequately comply with the provisions included in Exhibit "D" (Federal Department of Transportation Requirements and California Department of Transportation (Caltrans) DBE program requirements) attached hereto and incorporated herein by reference. When funding for the Services under a Task Order is provided, in whole or in part, from the FTA, Consultant shall also fully and adequately comply with the 27 412 provisions included in Exhibit "F" (FTA Requirements) attached hereto and incorporated herein by reference 47. Survival. All rights and obligations hereunder that by their nature are to continue after any expiration or termination of this Agreement, including, but not limited to, the indemnification and confidentiality obligations, shall survive any such expiration or termination. 48. No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 49. Labor Certification. By its signature hereunder, Consultant certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Workers' Compe sation or to undertake self- insurance in accordance with the provisions of that Code, .,;`> agrees to comply with such provisions before commencing the performance of the ces. 50. Counterparts. This Agreement may b gned in nterparts, each of which shall constitute an original. 51. Attorney Client Privilege. The Pa ognize that, during the Project, the Commission and its attorneys will engag=;.' comm ► ' '; ation that gives rise to an attorney client privilege of confidentiality (" Confid m ' i ,. m ation"). Given the nature of the work done by Consultant for the Commis` �e necessary for the Consultant to participate in Confidential Comm ions. . the extent that (i) the Consultant is a party to any Confidential Commu .tion and a third party seeks discovery of such communications, then the C. ulta - • - seemed to be an agent of the Commission solely for purposes of presery a o =y client privilege in the relevant Confidential Communication. Any - or client privilege shall be held by the Commission and the Consultant is autho d aive that privilege or, otherwise, disclose such Confidential Comm t as set forth below. This Section is intended to maintain the privilege in any lege• '` onfidential Communications that are (1) between and among Commission, Co and Commission's attorneys; (2) between Consultant (on behalf of the Commission) d Commission's attorneys; (3) Confidential Communications that occur in Closed Session meetings wherein the Commission, the Commission's attorneys and Consultant are present; and (4) between Commission and Consultant wherein the substance of the Confidential Communication is conveyed to/from the Consultant. Consultant may disclose a Confidential Communication to the extent such disclosure is required by legal process, by a court of competent jurisdiction or by any other governmental authority, provided that any such disclosure shall be limited to the specific part of the Confidential Communication required to be disclosed and provided that Consultant first comply with the requirements set forth in this paragraph. As soon as practicable after Consultant becomes aware that it is required, or may become required, to disclose the Confidential Communication for such reason, Consultant shall notify the Commission in writing, in order to allow the Commission to pursue legal remedies designed 28 413 to limit the Confidential Communication required to be disclosed or to assure the confidential treatment of the disclosed information following its disclosure. Consultant shall cooperate with the Commission, on a reimbursable basis, to assist the Commission in limiting the scope of disclosure or assuring the confidential treatment of any disclosed information. 52. Subpoenas or Court Orders. Should Consultant receive a subpoena or court order related to this Agreement, the Services or the Project, Consultant shall immediately provide written notice of the subpoena or court order to the Commission. Consultant shall not respond to any such subpoena or court order until notice to the Commission is provided as required herein, and shall cooperate with the Commission in responding to the subpoena or court order. 53. Assignment or Transfer. Consultant shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein, without the prior written consent of the Commission. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 54. Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties, and shall not be assigned by Consultant without the prior written consent of Commission. 55. Incorporation of Recitals. The recitals set forth above are true and correct and are incorporated into this Agreement as though fully set forth herein. 56. No Waiver. Failure of Commission to insist on any one occasion upon strict compliance with any of the terms, covenants or conditions hereof shall not be deemed a waiver of such term, covenant or condition, nor shall any waiver or relinquishment of any rights or powers hereunder at any one time or more times be deemed a waiver or relinquishment of such other right or power at any other time or times. [Signatures on following page] 29 414 SIGNATURE PAGE TO PROFESSIONAL SERVICES AGREEMENT WITH PROPOSITION 1 B, FTA AND FHWA FUNDING ASSISTANCE FOR RIGHT OF WAY SUPPORT SERVICES IN WITNESS WHEREOF, this Agreement was executed on the date first written above. RIVERSIDE COUNTY TRANSPORTATION COMMISSION By: CONSULTANT OVERLAND, PACIFIC & CUTLER, LLC By: Anne Mayer Approved as to Form: By: i natur me . Ie Best, Best & Krieger L General Counsel ATTEST: By: Its: * A corporation requires the signatures of two corporate officers. One signature shall be that of the chairman of board, the president or any vice president and the second signature (on the attest line) shall be that of the secretary, any assistant secretary, the chief financial officer or any assistant treasurer of such corporation. If the above persons are not the intended signators, evidence of signature authority shall be provided to RCTC. 30 415 EXHIBIT "A" - SCOPE OF SERVICES RIGHT OF WAY SUPPORT SERVICES The Riverside County Transportation Commission (Commission) and the Western Riverside County Regional Conservation Authority (RCA) have procured one or more Consultants (Consultant or Right of Way Support Services Consultant) to provide Right of Way Support Services on an On-Call/as needed basis in support of current Commission and RCA Projects, Measure A Projects, and projects done in partnership with other agencies, pursuant to Task Orders issued in the sole discretion of the Commission and/or the RCA. Task Orders shall be awarded through an additional qualification -based selection process. Such Right of Way Support Services mayinclude, b •ot limited to, the following work programs, and/or comply with applicable re me elow: • Project Management Consultant shall provide project ma ent services for all functions and tasks under this contract. •nsulta hall be responsible for project management and planning, . g, st estimates, budgeting, and coordination with Consultan . r .. mission and/or RCA staff, sub consultants and oth ission and/or RCA consultants, reporting, documentation of.,:: acti ies • maintaining all records and documents. Consultant shal .n, :cilitate and prepare meeting minutes for regular and/or pe status eetings as requested by the Commission and/or th= ultant shall ensure project completion based on milestorr and d- lin- nd that all work complies with applicable Federal, State a u ,•cal stat and regulations, including but not limited to the Uniform Relocatio R- ' Property Acquisition Policies Act of 1970, as amended, and implem- y 49 CFR Part 24; the State of California Government Code, the Sta of California Relocation Assistance and Real Property Acquisition Guidelines (Title 25, California Code of Regulations Ch 6, Art 1, Section 6000 et seq.), the California Code of Civil Procedure, the Uniform Standards for Federal Land Acquisition Act, the California Public Utilities Code, the California Streets and Highways Code, the Federal Transit Administration Real Estate Policies, the Caltrans Right of Way Manual, and the Commission's and the RCA's Right of Way Manual. • Title & Escrow Services Consultant shall order preliminary title reports, vesting deeds, title policies, and litigation guarantees as needed, coordinate opening and closing of escrows, monitor progress, determine title deficiencies, provide assistance to resolve and cure title deficiencies, and assist in obtaining any partial reconveyances. Exhibit A 416 • Appraisal Coordination Consultant shall coordinate with the Commission's and the RCA's on -call appraisal, appraisal review, goodwill, and fixtures and equipment consultants to perform internal review of appraisals prior to submittal to Review Appraiser. • Acquisition/Negotiation Consultant shall provide all acquisition services, including, but not limited to, coordinating all phases of the acquisition, assuring that acquisition schedules meet project schedules, documenting all activity, and maintaining all records and documents. Consultant shall prepare all written correspondence, any administrative settlements, and shall coordinate with Commission's and/or RCA's legal counsel and any other on -call consultants as required. Consultant shall prepare acquisition packages, including recommendation of the amount of just compensation or market value, and maintain parcel diaries for each file. • Relocation Assistance Consultant shall provide relocation services to assure that displaced individuals and businesses promptly receive relocation benefits consistent with federal, state, and local regulations, Caltrans Policies and Procedures, and the Commission's and/or the RCA's Right of Way Policies and Procedures. • Utility Relocation Coordination Consultant shall work with Commission and/or RCA staff and other participatin• agencies to provide utility relocation services that may include, but not be I',,: ; ed to, identifying public and private utilities, researching and identif " + prior rights, obtaining utility as -built plans, coordination of potholing and field eys with the design team, preparation of utility agreements, and obtaining r .ti•° plans and cost estimates from the utility owners. • Eminent Domain Coordination Consultant shall coordinate, assist and participate as required with Commission and Commission's legal counsel in the activities required for Resolutions of Necessity, Caltrans's Condemnation Evaluation and Panel Review Meetings, mediations, depositions and trials. • RCA Property Owner Outreach Consultant shall prepare mailings to various properties for land necessary for conservation efforts, as an example, Willing Seller, Habitat Acquisition and Negotiation Strategies (HANS), Grant Funded requiring Department of General Services approvals, and Donation acquisitions. Exhibit A 417 • Property Management Consultant shall perform property management activities related to acquired properties until construction start, including but not limited to, property maintenance, repair, coordination of rental activities, demolition, and clearance of property improvements. • Property Maintenance and Repair Services Consultant shall perform property maintenance and repair services, including but not limited to, weed abatement and vegetation control, litter removal and clean-up of debris, fencing repairs, and installation, maintenance, and repair of property signs related to property owned by Commission or RCA. • Right of Way Certification Consultant shall ensure that all right of way requirements have been secured by the date required. Consultant shall prepare the Right of Way Certification forms and assemble and package all supporting documents for submittal to Caltrans. Consultant shall respond to any comments and revise as necessary. • Construction Support Consultant shall assist Commission and/or RCA in all phases of construction, including Temporary Construction Easement notifications, preparing and providing Right of Way Obligation lists, utility coordination, and contractor compliance with Right of Way agreements. • Project Closeou Prepare and process conveyance deeds to transfer all acquired right of way to Caltrans or other third -party entities, if applicable. Process final utility invoices and close out utility files. Prepare files and submit to Caltrans and/or the Commission or the RCA. Other right of way services may include, but not be limited to the following: o Obtaining Rights of Entry o Preparing Railroad Agreements o Review of Site Assessment Reports o Provide bilingual acquisition and relocation agents o Identify potential excess land for planning purposes Exhibit A 418 EXHIBIT "B" SAMPLE TASK ORDER FORM ON --CALL RIGHT OF WAY SUPPORT SERVICES REQUEST FOR TASK ORDER PROPOSAL Background The Riverside County Transportation Commission (the "Commission") issued Request for Proposal No. 19-31-045-00 (the "RFP"), on January 17, 2019, to seek out a bench of qualified consultants to provide on -call right of way support services. Pursuant to the RFP, the Commission selected qualified firms to serve as on -call consultants for various t of way support services ("Consultants"). The RFP specified that the Commission w ek proposals from the selected The selected firms are: firms for right of way support consulting projects, a ee This Right of Way Support Services Request for Ta posal ("Task Order RFP") seeks the following services: Process Timeline The Commission intends to awa l/transi operations consulting services task order for the above described services ("Task Order") pursuant to this Task Order RFP to the highest ranked proposal, subject to l itations, i cordance with the following timeline: a. Requests for Clarificati The deadline for requLsts for clarification regarding this Task Order RFP is (INSERT DATE). Requests for clarification shall be submitted via email to b. Proposal Deadline Date i. The Commission will accept proposals submitted to the Commission office prior to (INSERT DATE and Time). ii. Proposals must be submitted to in format. Submittal Requirements Each proposal submitted in response to this Task Order RFP must include the following information in the order specified below. Exhibit B-1 419 The proposal content and format is as follows: a. Proposals shall be typed and submitted on 8.5 x 11 inch paper. Charts and schedules may be included in 11" x 17" format, which will be counted as 2 pages and included in the total page count. Proposals should not exceed pages in length, excluding any RCTC-provided forms or attachments. The beginning of a section must be clearly indicated between sections on a page. b. Proposals must include the following sections, organized as indicated. SECTION 1— PROPOSAL LETTER Proposal Letter: This letter must be signed by a person or persons authorized to legally bind the Consultant to enter into the sk Order. SECTION 2 — QUALIFICATIONS ( IRM A RSONNEL This section should identify the qua li' icatio,of the firm, the individuals and any subconsultants proposed to •rovide the Task Order services. These must be individuals proposed by Con ' the nal RFP. ii. Provide qua atio regarding your firm's and the proposed personnel's a ation descriptions of relevant projects previously perform . nd re nces this particular Task Order RFP, including: (A) exper = of your firm in performing similar services, and examples of such ices, including references. Include any information that may be of value the Comm': sioi n evaluating your firm's qualifications for the Task Order ces; ey person who will perform the required services and their key (C) descriptions of the experience and qualifications of proposed key personnel; (D) descriptions of relevant projects previously performed by the proposed key personnel. Include what services were performed, the date of the project, and unique features of the project which would be beneficial to the Commission; and (E) a written assurance that the key individuals listed and identified will perform the work and will not be substituted with other personnel without the Commission's prior approval. Exhibit B-2 420 SECTION 3 — UNDERSTANDING AND APPROACH Describe the services and activities that your firm proposes to provide to the Commission. Include the following information: Demonstrate your firm's understanding of the nature of the work and the approach to be taken. Provide an explanation of the approach to providing the services requested under this Task Order RFP. Describe how Consultant would tailor its services to meet the needs of the Commission addressing the tasks and discussing the deliverables. Include a detailed proposed timeline for completing the services. Provide a list of documents and/or information your firm anticipates needing from the Commission and its consultants to perform the ices. SECTION 4 — PROPOSAL PRICING Proposal Pricing Form. Provide a propoossed price is Task Order request. Pricing shall itemize all items that will be charged to t Task Order, including anticipated mileage, printing or other direct cost categories previously identified in your firm's Schedule of Other Direct Costs. Costs shall be segregated to show staff hours, rates, classifications, administrative ov -head, and other direct costs, if any. Hourly rates must not exceed rates for classifications noted in the original RFP Evaluation Process a. Basis of Award Proposals will be evaluated in accordance with the stated evaluation criteria. The Commission reserves the right to award the contract not to a proposer with the highest ranked proposal, but to the proposal who will provide the best veramatch to the task order requirements. The Commission also reserves the right to postpone a ecision, request follow up material, or cancel or withdraw this request in its sole and absolute discretion. The Commission will award the Task Order to the best overall match to the Task Order RFP requirements and who serves the Commission's interest. b. Evaluation Criteria —100 total points possible 1. Qualifications of Firm and Personnel (INSERT NUMBER points max) Experience in performing work similar in nature and/or related to the work described in this Task Order RFP; appropriateness of personnel to their assigned work tasks; logic of project organization; adequacy of labor commitment. Exhibit B-3 421 2. Understanding & Approach (INSERT NUMBER points max) Depth of Offeror's understanding of Commission's requirements listed in this Task Order RFP; understanding of the project issues and potential conflicts; and ability to meet deadlines. 3. Cost (INSERT NUMBER points max) Reasonableness of the total cost based on anticipated requirements; adequacy of data in support of figures quoted; basis on which prices are quotes. Proposer Price Score = Lowest Price Proposed X Points Proposer's Price Commission Rights a) The Commission shall not be liable for proposal ppepara 'on related expenses. b) The Commission retains the right to negoti chooses not to accept the proposal as offere c) The Commission retains the right to consi comply with federal and/or state law. d) The Commission retains t thereof, at its discretion. e) The Commission reta RFP. ith the highest scoring Consultant if it y other factors it deems necessary to ht to V ..t or -ject any and all proposals, or any part he right to Oncel, amend or withdraw the entire Task Order VI. Notification nd Debriefi g Consultants submitting a proposal pursuant to this Task Order RFP shall be informed of the Commission's decision regarding award of the Task Order. Any Consultant not awarded a Task Order pursuant to this Task Order RFP may request an explanation regarding the strengths and weaknesses of its proposal. Such request must be made within ten (10) days of notification of Task Order award. Exhibit B-4 422 EXHIBIT "C"- COMPENSATION AND PAYMENT Exhibit C-1 423 EXHIBIT "C" COMPENSATION SUMMARY FIRM PROJECT TASKS/ROLE COST Prime Consultant: Overland, Pacific & Cutler Right of Way Support Services $ 3,300,000.00 Sub Consultants: Del Richardson & Associates, Inc. Acquistion/Relocation Assistance TBD per Task Order Simplex Construction Management Construction Support TBD per Task Order Group Delta Construction Support TBD per Task Order Commonwealth Land Title Company Title & Escrow Coordination TBD per Task Order 4 OTAL COSTS t 3,300,000.00 1 Commission authorization pertains to total contract award amount. Compensatio 'ustments between consultants may occur; however, the maximum total compensation authorized may not be exceeded. 424 EXHIBIT "D" FHWA/ CALTRANS REQUIREMENTS 1. STATEMENT OF COMPLIANCE. 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, unless exempt, complied with, the nondiscrimination program requirements of Government Code Section 12990 and Title 2, California Administrative Code, Section 8103. B. During the performance of this Agreement, 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 r-ed, national origin, physical disability (including HIV and AIDS), mental disability, med. (over 40), marital status, and denial of family care leav shall insure that the evaluation and treatment of employment are free from such discriminati subconsultants shall comply with the provision (Gov. Code §12990 (a -f) et seq.) and the applic (California Code of Regulations, Title 2, Section 7 of the Fair Employment and Housing Co ��� �� imp 12990 (a -f), set forth in Chapter 5 of Regulations, are incorporated into if set forth in full. Consultant obligations under this claus bargaining or other Agreeme C. If this Agree relative to Title VI Transportation — Titl the 1964 Civil Rights A condition (e.g., cancer), age sultant and subconsultants e ``~,r.* ees and applicants for hara ent. Consultant and r Employment and Housing Act ulations promulgated there under et seq.). The applicable regulations enting Government Code Section Ale 2 of the California Code of t by eference and made a part hereof as sultants shall give written notice of their ations with which they have a collective nded, the Consultant shall comply with regulations ion federally -assisted programs of the Department of Federal Regulations, Part 21 - Effectuation of Title VI of I provides that the recipients of federal assistance will implement and maintain icy 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. If this Agreement is federally funded, 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. Exhibit D-1 425 2. DEBARMENT AND SUSPENSION CERTIFICATION 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 COMMISSION. B. Exceptions will not necessarily result in denial of rec considered in determining CONSULTANT responsibil',, Disc exceptions apply, initiating agency, and dates of C. Exceptions to the Federal Government Exclu General Services Administration are to be Administration. 3. DISCRIMINATION The Commission shall not di the award and performance Caltrans DBE program all necessary and re the award and ad dation for award, but will be es must indicate to whom es List System maintained by the mined by the Federal highway sis of race, color, national origin, or sex in ed contract or in the implementation of the ments of 49 CFR Part 26. The Commission shall take der 49 CFR Part 26 to ensure nondiscrimination in 0 -assisted contracts. Consultant or subcont ` ..r - :11 not discriminate on the basis of race, color, national origin, of sex in the perfor i e of this Agreement. Consultant or subcontractor shall carry out applicable requirements of 49 CFR Part 26 and the Caltrans DBE program in the award and administration of DOT -assisted contracts, as further set forth below. Failure by the Consultant or subcontractor to carry out these requirements is a material breach of this Agreement, which may result in the termination of this Agreement or such other remedy, as the Commission deems appropriate. 4. PROMPT PAYMENT Consultant agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 10 days from the receipt of each payment the prime contractor receives from the Commission. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written Exhibit D-2 426 approval of the Commission. This clause applies to both DBE and non -DBE subcontractors. 5. RELEASE OF RETAINAGE No retainage will be withheld by the Agency from progress payments due the prime consultant. Retainage by the prime consultant or subconsultants is prohibited, and no retainage will be held by the prime consultant from progress due subconsultants. Any violation of this provision shall subject the violating prime consultant or subconsultants to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions Code. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to the prime consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the prime consultant or deficient subconsultant perform e, or noncompliance by a subconsultant. This provision applies to both DBE and BE prime consultants and subconsultants. 6. LEGAL REMEDIES In addition to those contract remedies set forth either Party to this Agreement may, where applica this Agreement pursuant to the relevan 'ons relevant federal or state statutory provisi relevant federal and state provisio well as any and all other applic The Consultant shall include subcontractors. 7. DBE PART evant provisions of California law, seek legal redress for violations of C.F.R. Parts 23 and 26, to the civil rights violations, and to the alse aims or "whistleblower" actions, as state provisions of law. is effect in each of its agreements with its Caltrans has develope• st. ide DBE program pursuant to 49 C.F.R. Part 26. The requirements and proce• .; , as applicable, of the Caltrans DBE program are hereby incorporated by reference into this Agreement. Even if no DBE participation will be reported, Consultant shall complete Exhibits "E" of this Agreement in compliance with the Caltrans DBE program, a final utilization report in the form provided by the Commission, and any other Caltrans required DBE forms. A. This Agreement is subject to Title 49, Part 26 of the Code of Federal Regulations entitled "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs." By obtaining DBE participation on this Agreement, Consultant will assist Caltrans in meeting its federally mandated statewide overall DBE goal. B. This Agreement does not have a DBE goal, but DBE goals may be included with each task order request for proposals. If a DBE subconsultant is unable to perform, the Exhibit D-3 427 Consultant must make a good faith effort to replace him/her with another DBE subconsultant, if the goal is not otherwise met. A DBE is a firm meeting the definition of a DBE as specified in 49 CFR. C. DBE and other small businesses (SB), as defined in Title 49 CFR, Part 26 are encouraged to participate in the performance of agreements financed in whole or in part with federal funds. The Consultant, subrecipient or subconsultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Agreement. The Consultant shall carry out applicable requirements of 49 CFR, Part 26 in the award and administration of US DOT- assisted agreements. Failure by the contractor to carry out these requirements is a material breach of this Agreement, which may result in the termination of this Agreement or such other remedy as the Commission, Caltrans or the Department of Transportation deems appropriate. D. Any subcontract entered into as a result of this Ag'ment shall contain all of the provisions of this section. E. A DBE may be terminated only with prior wr n approva the Commission and only for the reasons specified in 49 CFR 26.53 rior equesti Commission consent for the termination, the prime consultant must m tf rocedural requirements specified in 49 CFR 26.53(f). 8. DBE PARTICIPATION GENERAL ►' !- Il'3N It is Consultant's responsibility e y info ed regarding the requirements of 49 CFR, Part 26, and the Caltrans D rogr Pa ular attention is directed to the following: A. A DBE must be •call iness firm defined pursuant to 13 CFR 121 and be certified through the ' . ifor ni Certification Program (CUCP). B. A certified DB. gay pa pate as a prime contractor, subcontractor, joint venture partner, as a vendor o er' or supplies, or as a trucking company. C. 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. D. A DBE must perform a commercially useful function, pursuant to 49 CFR 26.55 that is, 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, as more fully described in section 8 below. Exhibit D-4 428 E. The Consultant shall list only one subcontractor for each portion of work as defined in the Consultant's bid/proposal and all DBE subcontractors should be listed in the Consultant's bid/cost proposal list of subcontractors. F. A Consultant who is a certified DBE is eligible to claim all of the work in the Agreement toward the DBE participation except that portion of the work to be performed by non -DBE subcontractors. 9 . COMMERCIALLY USEFUL FUNCTION A. A DBE performs a commercially useful function when it is responsible for execution of the work of the Agreement and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible with respect to materi.., and supplies used on the Agreement, for negotiating price, determining quality and; "'iantity, ordering the material, and installing (where applicable) and paying for the mat- elf. To determine whether a DBE is performing a commercially useful functi eva ''m.e the amount of work subcontracted, industry practices; whether the a! y' nt the fir to be paid under the Agreement is commensurate with the work it ctua,R;. perform g, and other relevant factors. B. A DBE does not perform a comm an extra participant in a transaction, Agre in order to obtain the appearance •; .! BE such an extra participant, exami not participate. C. If a DBE does no total cost of its Agre portion of the wor industry practice for commercially useful fu ction if its role is limited to that of e t through which funds are passed pati.' In determining whether a DBE is actions, particularly those in which DBEs do exercise responsibility for at least thirty percent of the n work force, or the DBE subcontracts a greater me than would be expected on the basis of normal rk involved, it will be presumed that it is not performing a 10. DBE CERTIFICATION AND DE -CERTIFICATION STATUS If a DBE subcontractor is decertified during the life of the Agreement, the decertified subcontractor shall notify the Contractor in writing with the date of de -certification. If a subcontractor becomes a certified DBE during the life of the Agreement, the subcontractor shall notify the Contractor in writing with the date of certification. Any changes should be reported to the Commission's Contract Administrator within 30 days. 11. DBE RECORDS A. The Contractor shall maintain records of materials purchased and/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 Exhibit D-5 429 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 Contractors shall also show the date of work performed by their own forces along with the corresponding dollar value of the work. B. Upon completion of the Agreement, a summary of these records shall be prepared and submitted on the most current version of the form entitled, "Final Report -Utilization of Disadvantaged Business Enterprises (DBE)," CEM- 2402F (Exhibit 17-F in Chapter 17 of the LAPM), certified correct by the Contractor or the Contractor's authorized representative and shall be furnished to the Commission's 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 the Contractor when a satisfactory "Final Report Utilization of Disadvantaged Business Enterprises (DBE)" is submitted to the Commission's Contract Administrator. a. Prior to the fifteenth of each month, the Contractor shall submit documentation to the Commission's Contract Administrator showing the amount paid to DBE trucking companies. The Contractor shall also obtain and submit documentation to the Commission's Contract Administrator showing the amount paid by DBE trucking companies to all firms, including owner -operators, for the leasing of trucks. If the DBE leases trucks from a non -DBE, the Contractor may count only the fee or commission the DBE receives as a result of the lease arrangement. b. The Contractor shall also submit e C•' mission's Contract Administrator documentation showing the truck number, name of owner, California Highway Patrol CA number, and if applicable, the DBE certification number of the truck owner for all trucks used during that month. This documentation shall be submitted on the Caltrans "Monthly DBE Trucking Verification," CEM-2404(F) form provided to the Contractor by the Commission's Contract Administrator. 12. REPORTING MATERIAL OR SUPPLIES PURCHASED FROM DBEs When Reporting DBE Participation, Material or Supplies purchased from DBEs may count as follows: A. If the materials or supplies are obtained from a DBE manufacturer, 100 % of the cost of the materials or supplies will count toward the DBE participation. 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 Agreement and of the general character described by the specifications. B. If the materials or supplies purchased from a DBE regular dealer, count 60 % of the cost of the materials or supplies toward DBE goals. 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 Agreement, are bought, kept in stock, and regularly Exhibit D-6 430 sold or leased to the public in the usual course of business. To be a DBE regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. A person may be a DBE regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone or asphalt without owning, operating or maintaining a place of business provided in this section. C. If the person both owns and operates distribution equipment for the products, any supplementing of regular dealers' own distribution equipment, shall be by a long-term lease agreement and not an ad hoc or Agreement -by -Agreement basis. Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not DBE regular dealers within the meaning of this section. D. Materials or supplies purchased from a DBE, which is neither a manufacturer nor a regular dealer, will be limited to the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on the job site, provided the fees are reasonable and not excessive as compared with fees charged for similar services. 13. REPORTING PARTICIPATION OF DBE TRUCKING COMPANIES When Reporting DBE Participation, Participation of DBE trucking companies may count as follows: A. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible. B. The DBE must itself own and operate at least one fully licensed, insure, and operational truck used on the Agreement. C. The DBE receives credit r the total value of the transportation services it provides on the Agreement using c owns, insures, and operates using drivers it employs. D. The DBE may lease trucks from another DBE firm including an owner -operator who is certified as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of the transportation services the lessee DBE provides on the Agreement. E. The DBE may also lease trucks from a non -DBE firm, including an owner -operator. The DBE who leases trucks from a non -DBE is entitled to credit only for the fee or commission it receives as a result of the lease arrangement. The DBE does not receive credit for the total value of the transportation services provided by the lessee, since these services are not provided by the DBE. F. For the purposes of this section, a lease must indicate that the DBE has exclusive use and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, as long as the lease gives Exhibit D-7 431 the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. 14. DEBARMENT, SUSPENSION AND OTHER INELIGIBILITY AND VOLUNTARY EXCLUSION In accordance with 49 CFR Part 29, which by this reference is incorporated herein, Consultant's subconsultants completed and submitted the Certificate of subconsultant Regarding Debarment, Suspension and Other Ineligibility and Voluntary Exclusion as part of the Consultant's proposal. If it is later determined that Consultant's subconsultants knowingly rendered an erroneous Certificate, the Commission may, among other remedies, terminate this Agreement. 15. ENVIRONMENTAL COMPLIANCE A. Compliance with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). (Contracts, subcontracts, and subgrants of amounts in excess of $100,000). B. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan iss ALP. compince with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Sta 16. NATIONAL LABOR RELATIONS BOARD CERTIFICATION In accordance with Public Contract Code Section 10296, and by signing this Agreement, Consultant certifies 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 two-year 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. Exhibit D-8 432 EXHIBIT "E" CONSULTANT DBE COMMITMENT Exhibit E-1 433 EXHIBIT "E" CONSULTANT DBE COMMITMENT Consultant to Complete this Section ]l. Local Agency Name: Riverside County Transportation Commission 2. Project Location: Riverside, CA 3. Project Description: On -Call Right of Way Services 4. Consultant Name: Overland, Pacific & Cutler, LLC 5. Contract DBE Goal %: 12 4 DBE Commitment Informa ' 6. Description of Services to be Provided 7. DBE Firm Contact Information 8. DB11 Cert. Number 9. DBE Del Richardson & Associates m.garcia@drain com Certificates 10 Simplex Construction Mgmt. 714-458-2251 attached 2 Z!L ' Exhibit E-1 17336.00603\31171937.1 434 EXHIBIT "F" - FTA PROVISIONS Exhibit F-1 435 FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS Notwithstanding anything to the contrary contained in the Agreement, including the other Exhibits attached thereto, the following provisions shall apply if funding for the Services is provided, in whole or in part, from the Federal Transit Administration ("FTA"). In addition, the exhibits attached to this Agreement, may be replaced and substituted with similar forms required by FTA. Consultant agrees to complete any such substitute forms. 1. NO FEDERAL GOVERNMENT OBLIGATIONS TO THIRD -PARTIES BY USE OF A DISCLAIMER (1) The Commission and Consultant ackno notwithstanding any concurrence by the Federal the solicitation or award of the underlying co consent by the Federal Government ("Gove not a party to this contract and shall not to the Commission, Consultant, or any contract) pertaining to any matter resultin (2) The Consultant agrees to financed in whole or in part with F agreed that the clause s who will be subject to ledge and agree that, vernment in or approval of absent the express written Federal Government is ubject to a ",+bligations or liabilities (whether or not a party to that the underlying contract. ve clause in each subcontract nce provided by FTA. It is further dified, except to identify the subconsultant 2. PROGRA ND FALSE OR FRAUDULENT STATEMENTS AND RELATED AC (1) The Consulta ": `' acknowl = ';� es ' hat the provisions of the Program Fraud Civil Remedies Act of 1 ended, 31 U.S.C. §§ 3801 et seq. and U.S. DOT regulations, "Program • " ``vil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. - pon execution of the underlying contract, the Consultant certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Consultant further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Consultant to the extent the Federal Government deems appropriate. 1 UNITED STATES OF AMERICA DEPARTMENT OF TRANSPORTATION FEDERAL TRANSIT ADMINISTRATION MASTER AGREEMENT For Federal Transit Administration Agreements authorized by 49 U.S.C. chapter 53, Title 23, U.S.C. (Highways), Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users, the National Capital Transportation Act of 1969, as amended, the Transportation Equity Act for the 21st Century, as amended, 23 U.S.C. § 101 note, or other Federal enabling legislation; FTA MA(14); October 1, 2007; [http://www.fta.dot.qov/documents/14-Master.pdfl. APPEI4DIV N - 1 (2) The Consultant also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, certification, assurance, or representation to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. chapter 53 or any other Federal law, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5323(1) on the Consultant, to the extent the Federal Government deems appropriate. (3) The Consultant agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subconsultant who will be subject to the provision 3. ACCESS TO RECORDS (1) The Consultant agrees to provide t e Commission, the FTA Administrator, the U.S. Secretary of Transportation, the Comptroller General of the United States or any of their authorized representatives access to all Project work, materials, payrolls, and other data of the Consultant which are directly pertinent to this contract as required by 49 U.S.C. § 5325(g). (2) The Consultant agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The Consultant agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of transmission of the final expenditure report, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Consultant agrees to maintain same until the Commission, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). (4) The Consultant agrees to require its subcontractors and third party contractors to provide the same. 4. FEDERAL CHANGES Consultant shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Grant Agreement or Cooperative Agreement between the Commission and the Federal Government APPEIk1DVX N - 2 ("Grant Agreement or Cooperative Agreement"), as they may be amended or promulgated from time to time during the term of this contract. Consultant's failure to so comply shall constitute a material breach of this contract. 5. CIVIL RIGHTS REQUIREMENTS (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. §§ 2000d et seq., U.S. DOT regulations, "Nondiscrimination in Federally -Assisted Programs of the Department of Transportation — Effectuation of Title VI of the Civil Rights Act," 49 C.F.R. Part 21, FTA Circular 4702.1A, "Title VI and Title VI — Dependent Guidelines for Federal Transit Administration Recipients," May 13, 2007, Federal transit law at 49 U.S.C. § 5332, the Consultant agrees that it will not discriminate against any employee or applicant for employ► ;,-nt because of race, color, creed, national origin, sex, age, or disability. In adds the Consultant agrees to comply with applicable Federal implementing re• i. and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin Title VII of the Civil Rights Act, as employment opportunity provi employment opportunity r regulations, "Office of Fede Opportunity, Departm Executive Order Executive Order Employment Opportu statutes, executive orde qual employment opportunity nsultant agrees to comply with U.S.C. § 2000e, and equal .S.C. § 5332, and all applicable equal .S. Department of Labor (U.S. DOL) ompliance Programs, Equal Employment " 41 C.F.R. Parts 60 et seq., (which implement I Employment Opportunity," as amended by mending Executive Order 11246 Relating to Equal .S.C. § 2000e note), and with any applicable Federal gulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Consultant agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Consultant agrees to comply with any implementing requirements FTA may issue. (3) Age - In accordance with the Age Discrimination in Employment Act, as amended, 29 U.S.C. §§ 621 through 634 and Federal transit law at 49 U.S.C. § 5332, the Consultant agrees to refrain from discrimination against present and prospective APPENDIX N - 3 employees for reason of age. In addition, the Consultant agrees to comply with any implementing requirements FTA may issue. (4) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Consultant agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Consultant agrees to comply with any implementing requirements FTA may issue. (5) DBE Program Compliance - The Commission has established a DBE Program pursuant to 49 C.F.R. Part 26, which applies to FTA funded agreements. The requirements and procedures of the Commission's DBE Program are hereby incorporated by reference into this Agreement. Consultant shall complete Exhibits "G" and "H" of this Agreement, or similar forms to be provided by the Commission, in compliance with the Commission's DBE Program for FTA funded agreements. Failure by Consultant or its subcontractor(s) to carry out the Commission's DBE Program procedures and requirements, or the applicable requirements of 49 C.F.R. Part 26, section 1101(b) of SAFETEA-LU, 23 U.S.C. § 101 note, and U.S. DOT regulations, "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs," 49 C.F.R. Part 26, shall be considered a material breach of this Agreement. Such a material breach may be grounds for termination of this Agreement or such other appropriate administrative remedy as the Commission deems appropriate. The Consultant shall ensure that a provision mandating compliance with the Commission's DBE Program for FTA funded agreements is included in any and all sub -agreements entered into which arise out of or are related to this Agreement. Consultant shall also promptly provide the Commission with all necessary information related to the DBE status of its subcontractors. Should the DBE status of any of its subcontractors change in any way, Consultant shall promptly inform the Commission of this change. (6) The Consultant also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. 6. TERMINATION PROVISIONS The termination provisions found at Section 21 of this Agreement are consistent with the termination provisions suggested by FTA for the protection of the Federal Government. The termination provisions found at Section 21 of this Agreement control termination under this Agreement. APPEF'4D X N - 4 7. DEBARMENT AND SUSPENSION Instructions for Certification 1. By signing and submitting a Proposal, the Consultant is providing the signed certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the Consultant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, Commission may pursue available remedies, including suspension and/or debarment. 3. The Consultant shall provide immediate written noti the Consultant learns that its certification was e become erroneous by reason of changed circums es. 4. The terms "covered transaction," "debarr covered transaction," "participant," "persons, "principal," "proposal," and "voluntarily ded,' meanings set out in the Definitions a Commission if at any time when submitted or has ended," "ineligible," "lower tier ower tier covered transaction," used in this clause, have the sections of rules implementing Executive Order 12549 [49 CFR = 29] may contact Commission for assistance in obtaining a copy of those re 5. The Consultant agrees by transaction be entere transaction with a excluded from parti Commission. roposal that, should the proposed covered not knowingly enter into any lower tier covered red, suspended, declared ineligible, or voluntarily s covered transaction, unless authorized in writing by 6. The Consultant further agrees by submitting a Proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction", without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List issued by U.S. General Service Administration. APPENDIX N - 5 8. Nothing contained in the foregoing shall be construed to require establishment of system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. Except for transactions authorized under Paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to all remedies available to the Federal Government, Commission may pursue available remedies including suspension and/or debarment. 9. The Consultant agrees to comply, and assures the compliance of each subconsultant, lessee, or third party contractor, with Executive Orders Nos. 12549 and 12689, "Debarment and Suspension," 31 U.S.C. § 6 ' 1 note, and U.S. DOT regulations, "Governmentwide Debarment and Susp- on (Nonprocurement)," 49 C.F.R. Part 29. 10. The Consultant agrees to, and assures tha subcons nts, lessees and third party contractors have reviewed the "Exclude • " -rties sting Syem" at http://elps.gov/ before entering into any third sub agreement, le _- - f; ird party contract. "Certification Regarding Debarment, ,-.. sio eligibility and Voluntary Exclusion" (1) The Consultant certifies, b "principals" [as defined at proposed for debarment, de in this transaction by (2) When the Co shall attach an expla f this bid or proposal, that neither it nor its 5(p)] is presently debarred, suspended, , or voluntarily excluded from participation partment or agency. ble to certify to the statements in this certification, it s proposal. 8. PROVISION OR RESOLUTION OF DISPUTES, BREACHES, OR OTHER LITIGATION Disputes - Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by the Commission Executive Director, or his or her designee. This decision shall be final and conclusive unless within ten (10) days from the date of receipt of its copy, the Consultant mails or otherwise furnishes a written appeal to the Commission's Executive Director, or his or her designee. In connection with any such appeal, the Consultant shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of the Commission's Executive Director, or his or her designee, shall be binding upon the Consultant and the Consultant shall abide be the decision. APPENDIX N - 6 Performance During Dispute - Unless otherwise directed by Commission, Consultant shall continue performance under this Contract while matters in dispute are being resolved. Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefor shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in question between the Commission and the Consultant arising out of or relating to this agreement or its breach will be decid by arbitration if the parties mutually agree, or in a court of competent jurisdictio hin the State in which the Commission is located. Rights and Remedies - The duties and obligations imposed is Agreement and the rights and remedies available hereunder shall be in addition to nd not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by the Commissio or Consultant shall constitute a waiver of any right or duty afforded any of them un• e Contract, nor shall any such action or failure to act constitute an approval of acquiescence in any breach thereunder, except as may be specifically agreed i wri FTA Notification - Consulta major dispute, breach, interests in the Proj party to litigation, t in writing of any current or prospective itigation that may affect the Federal Government's ant wishes to name the Federal Government as a ha inform FTA in writing before doing so. Lobbying Restrictions. To the extent applicable, Consultant agrees to: (1) Comply, and assure the compliance of each subcontractor at any tier, with U.S. DOT regulations, "New Restrictions on Lobbying," 49 C.F.R. Part 20, modified as necessary by 31 U.S.C. § 1352. (2) Comply with Federal statutory provisions, to the extent applicable, prohibiting the use of Federal assistance funds for activities designed to influence Congress or a State legislature on legislation or appropriations, except through proper, official channels. 10. CLEAN AIR APPEF4 X N - 7 (1) The Consultant agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 through 7671q. The Consultant agrees to report each violation to the Commission and understands and agrees that the Commission will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Consultant also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. 11. CLEAN WATER (1) The Consultant agrees to comply with all applicable sta► ards, orders or regulations issued pursuant to the Federal Water Pollution Contr• - ct, as amended, 33 U.S.C. 1251 through 1377. The Consultant agrees to repo :c .lation to the Commission and understands and agrees that the Commission ill, in to eport each violation as required to assure notification to FTA and the a► opri. e EPA ' •ional Office. (2) The Consultant also agrees to include th exceeding $100,000 financed in whole FTA. 12. ENERGY CONSERVA' equirements in each subcontract Federal assistance provided by Energy Conservation. To the extent applicable, Consultant agrees to comply with the mandatory energy efficiency standards and policies within the applicable State energy conservation plans issued in compliance with the Energy Policy and Conservation Act, 42 U.S.C. §§ 6321 et seq. To the extent applicable, Consultant agrees to perform an energy assessment for any building constructed, reconstructed, or modified with FTA assistance, as provided in FTA regulations, "Requirements for Energy Assessments," 49 C.F.R. Part 622, Subpart C. 13. CONFORMANCE WITH NATIONAL ITS ARCHITECTURE National Intelligent Transportation Systems Architecture and Standards. To the extent applicable, Consultant agrees to conform, to the extent applicable, to the National Intelligent Transportation Systems (ITS) Architecture and Standards as required by SAFETEA-LU § 5307(c), 23 U.S.C. § 512 note, and with FTA Notice, "FTA National ITS Architecture Policy on Transit Projects" 66 Fed. Reg. 1455 et seq., January 8, 2001, and other subsequent Federal directives that may be issued. APPEIk1®BX N - 8 14. ADDITIONAL REQUIREMENTS To the extent applicable, Consultant agrees to comply with the Federal programs specified below and, with regard to such programs, Consultant agrees not compromise the Commission's compliance with Federal requirements as pertains to the Project. The Programs are as follows: (1) Urbanized Area Formula Program authorized under 49. U.S.C. § 5307. (2) Elderly Individuals and Individuals with Disabilities Formula Program authorized under 49 U.S.C. § 5310 as amended by SAFETEA-LU and subsection 3012(b) of SAFETEA-LU, 49 U.S.C. § 5310 note, respectively. (3) New Freedom Program authorized under 49 U.S.C. § 5317. (4) Nonurbanized Area Formula Program authorized under 49 U.S.C. § 5311(b). (5) Clean Fuels Grant Program authorized under 49 U.S.C. § 5308. (6) Job Access and Reverse Commute Formula Grant Program authorized under 49 U.S.C. § 5316. 15. RELEASE OF RETAINAGE °11 The Commission shall hold ainage from t prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the Commission of the contract work and pay retainage to prime contractors based on these acceptances. The prime contractor or subcontractor shall return all monies withheld in retention from a subcontractor within 30 days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the Commission. Federal regulations (49 CFR 26.29) require that any delay or postponement of payment over 30 days may take place only for good cause and with the Commission's prior written approval. Any violation of this provision shall subject the violating prime contractor or subcontractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California 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 contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. This provision applies to both DBE and non -DBE prime contractors and subcontractors. APPEND -04X N - 9 16. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS The preceding provisions include, in part, certain Standard Terms and Conditions required by the Federal Transit Authority, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by the Federal Transit Authority, as set forth in FTA Circular 4220.1F, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any Commission requests which would cause the Com mission to be in violation of the FTA terms and conditions. 17. EMPLOYMENT PROVISIONS To the extent applicable to the Services, Consultant shall comply with the following: A. Equal Employment Opportunity — Consultant must comply with Executive Order 11246 (3 CFR, 1964-1965 Comp., p. 339), "Equal Employment Opportunity," as amended by Executive Order 11375 (3 CFR, 1966-1970 Comp., p. 684), "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and as supplemented by regulations at 41 CFR chapter 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." B. Copeland "Anti -Kickback" Act (18 U.S.C. 874 and 40 U.S.C. 276c) — Consultant must comply with the Copeland"Anti-Kickback" Act (18 U.S.C. 874), as supplemented by Department of Labor regulations (29 CFR Part 3, "Consultants and Subconsultants on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. The Commission shall report all suspected or reported violations to the responsible DOE contracting officer. C. Contact Work Hours and Safety Standards Act (40 U.S.C. 327-333) — Consultant must comply with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-333), as supplemented by Department of Labor regulations (29 CFR Part 5). Under Section 102 of the Act, each Consultant is required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than 11/2 times the basic rate of APPENDIX N - 10 pay for all hours worked in excess of 40 hours in the work week. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic is required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. D. Davis -Bacon Act (40 U.S.C. 276a) — Consultant shall comply with the Davis - Bacon Act (40 U.S.C. 276a to 276a-7) as supplemented by Department of Labor regulations (29 CFR Part 5). 18. FTA DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS A. General DBE Requirements: In accordance with Federal financial assistance agreements with the U.S. Department of Transportation (U.S. DOT), Commission has adopted a Disadvantaged Business Enterprise (DBE) Policy and Program, in conformance with Title 49 CFR Part 26, "Participation by Disadvantaged Business Enterprises in Department of Transportation Programs" (the "Regulations"). This RFP is subject to these stipulated regulations. In order to ensure that Commission achieves its overall DBE Program goals and objectives, Commission encourages the participation of DBEs as defined in 49 CFR 26 in the peorm of contracts financed in whole or in part with U.S. DOT funds. It is the policy of the Commis 1. Ensure nondiscrimin in the award and administration of DOT -assisted contracts; 2. Create a el playi field on which DBE's can compete fairly for DOT - assisted contracts; 3. Ensure that th- 'IBE program is narrowly tailored in accordance with applicable law; 4. Ensure that only firms that fully meet 49 C.F.R. part 26 eligibility standards are permitted to participate as DBE's; 5. Help remove barriers to the participation of DBEs in DOT assisted contracts; 6. To promote the use of DBEs in all types of federally assisted contracts and procurement activities; and 7. Assist in the development of firms that can compete successfully in the marketplace outside the DBE program. APPENDIX N - 11 B. Discrimination: Consultant shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of subcontracts. Any terms used herein that are defined in 49 CFR Part 26, or elsewhere in the Regulations, shall have the meaning set forth in the Regulations. C. Commission's Race -Neutral DBE Program: A Race -Neutral DBE Program is one that, while benefiting DBEs, is not solely focused on DBE firms. Therefore, under a Race -Neutral DBE Program, Commission does not establish numeric race -conscious DBE participation goals on its DOT -assisted contracts. There is no FTA DBE goal on this Project. Consultant shall not be required to achieve a specific level of DBE participation as a condition of contract compliance in the performance of this DOT -assisted contract. However, Consultant shall adhere to race -neutral DBE participation commitment(s) made at the time of award of any Task Order (as defined in the Model Contract). D. Race -Neutral DBE Submissions and Ongoing Reporting Requirements (Post - Award): For each Task Order proposal, the successful Consultant shall complete and submit to Commission a"DBE Race -Neutral Participation Listing" in the form provided by Commission. In the event DBE(s) are utilized in the performance of the Task Order, Consultant shall comply with applicable reporting requirements. E. Performance of DBE Subconsultants: DBE subconsultants listed by Consultant in its "DBE Race -Neutral Participation Listing" submitted at the time of Task Order proposal shall perform the work and supply the materials for which they are listed, unless Consultant has received prior written authorization from Commission to perform the work with other forces or to obtain the materials from other sources. Consultant shall provide written notification to Commission in a timely manner of any changes to its anticipated DBE participation. This notice should be provided prior to the commencement of that portion of the work. F. DBE Certification Status: If a listed DBE subconsultant is decertified during the life of any Task Order, the decertified subconsultant shall notify Consultant in writing with the date of decertification. If a non -DBE subconsultant becomes a certified DBE during the life of the Task Order, the DBE subconsultant shall notify Consultant in writing with the date of certification. Consultant shall furnish the written documentation to Commission in a timely manner. Consultant shall include this requirement in all subcontracts. G. Consultant's Assurance Clause Regarding Non -Discrimination: In compliance with State and Federal anti -discrimination laws, Consultant shall affirm that it will not exclude or discriminate on the basis of race, color, national origin, or sex in consideration of contract award opportunities. Further, Consultant shall affirm that they will consider, and utilize subconsultants and vendors, in a manner consistent with non-discrimination objectives. APPENDIX N - 12 H. Violations: Failure by the selected Consultant(s) to carry out these requirements shall be a material breach of the contract to be awarded pursuant to this RFP, which may result in the termination of the contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the Consultant from future bidding as non -responsible. 49 C.F.R. § 26.13(b). I. Prompt Payment: Consultant shall pay its su.,:= nsultants for satisfactory performance of their contracts no later than 30 days m receipt of each payment Commission makes to the Consultant. 49 C.F.R. § �;' •' unless a shorter period is provided in the contract. J. Compliance with DBE Requirements ContRed in A Provisions: Consultant shall comply with all DBE reporting and other requiremen ontained in this Agreement. APPENDIX N - 13 EXHIBIT "G" — LOBBYING ACTIVITIES DISCLOSURE Exhibit G-1 449 Local Assistance Procedures Manual EXHBIT 10-Q Disclosure of Lobbying Activities EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVI11ES PURSUANT' TO 31 U.S.C. 1352 1. Type of Federal Action: X❑ a. contract b. grant c. cooperative agreement d. loan e. loan guarantee f. loan insurance 2. Status of Federal Action: a bid/offer/application b. initial award c. post -award 4. Name and Address of Reporting Entity nPrime Subawardee 5000 Airport P1azaTtlrrive, ''Long Congressional District, if known 6. Federal Department/Agency: NA 8. Federal Action Number, if known: NA 10. Name and Address of Lobby Entity (If individual, last name, first name, MI) NA (attach Continua 12. Amount of Payment (check all that $ NA actual 13. Form of Payment (check all ®a. cash b. in -kind; spec 15. Brief Description'if Services Per officer(s), employee( r mem 16. Continuation Sheet(s) attached: 3. Report Type: X❑ a. initial b. material change For Material Change Only: year quarter date of last report 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: NA Beach 90815 Congression strict, if known 7. Federal am Name/Description: NA C 11/Numb applicable 9. and Amount, 1 wn: NA 11. Indi bals Performing Services (including address if different from No. 10) (las me, first name, MI) NA pe of Payment (check all that apply) a. retainer b. one-time fee c. commission d. contingent fee e deferred f. other, specify med or to be performed and Date(s) of Service, including s) contacted, for Payment Indicated in Item 12: (attach Continuation Sheet(s) if necessary) Yes El 17. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Federal Use Only: No Signature: ett Print Name: Brian E NA Title: CEO Telephone No.: 562.304 .2 0 0 0 Date: 3/29/2 Authorized for Local Reproduction Standard Form - LLL 2 Standard Form LLL Rev. 04-28-06 Distribution: Orig- Local Agency Project Files LPP 13-01 APPEM9(DX L - 1 Page 1 May 8, 2013 AGENDA ITEM 10 RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: May 23, 2022 TO: Western Riverside County Programs and Projects Committee FROM: Brian Cunanan, Commuter and Motorist Assistance Manager THROUGH: David Knudsen, Interim External Affairs Director SUBJECT: Agreement for Freeway Service Patrol Tow Truck Service STAFF RECOMMENDATION: This item is for the Committee to: 1) Award Agreement No. 22-45-073-00 to Royal Coaches Auto Body and Towing, LLC for Freeway Service Patrol (FSP) tow truck services on State Route 91, Beat Nos. 1 and 2, for a five-year term, in the amount of $3,824,793, plus a contingency amount of $191,240, for a total amount not to exceed $4,016,033; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreements on behalf of the Commission; 3) Authorize the Executive Director, or designee, to approve the use of the contingency amount as may be required for these services; and 4) Forward to the Commission for final action. BACKGROUND INFORMATION: In 1986, the Commission established itself as the Riverside County Service Authority for Freeway Emergencies (RC SAFE) after the enactment of SB 1199 in 1985. The purpose of the formation of SAFEs in California was to provide call box services and, with excess funds, provide additional motorist aid services. Funding for RC SAFE is derived from a one dollar per vehicle registration fee on vehicles registered in Riverside County. Initially, these funds were used only for the call box program. As additional motorist aid services were developed, SAFE funds were also used to provide FSP and traveler information services as part of a comprehensive motorist aid system in Riverside County. In 1990, Proposition C was passed to fund transportation improvements and to help reduce traffic congestion in California. From this, the FSP program was created by Caltrans, which developed the corresponding Local Funding Allocation Plan to distribute funds to participating jurisdictions. In addition to funding received from Caltrans, agencies are required to contribute a 25 percent local match. For the Commission, SAFE revenues are used to meet this match requirement. Agenda Item 10 451 The Commission, acting in its capacity as the RC SAFE, is the principal agency in Riverside County, in partnership with Caltrans and the California Highway Patrol (CHP), managing the FSP program. The purpose of the FSP program is to provide a continuously roving tow services patrol along designated freeway segments (referred to as beats) to relieve freeway congestion and facilitate the rapid removal of disabled vehicles and those involved in minor accidents on local freeways. Contracts to provide FSP tow service are competitively bid as needed for each service area. Currently, the Commission contracts with three tow truck operators to provide service on a total of twelve beats Monday through Friday during the peak commute hours, 5:30 a.m. to 8:30 a.m. and 2:30 p.m. (12:30 p.m. on Fridays) to 6:30 p.m. In addition, select beats, such as Beat 1 & 2, also have mid -day and weekend service. In FY 2020/21, FSP performed nearly 60,000 assists. DISCUSSION: Staff sought a competitive solution to award a tow contract to a qualified firm to cover a FSP service area comprised of two beats on SR -91. Contract FSP Service Area (Beats 1 & 2) Number of Tow Trucks • • Beat 1: SR -91 from Orange County line to Lincoln Ave. Beat 2: SR -91 from Lincoln Ave. to Magnolia Ave. and 1-15 from Hidden Valley Parkway to Magnolia Ave. 3 primary (+1 backup truck) Procurement Process Staff determined the weighted factor method of source selection to be the most appropriate for this procurement, as it allows the Commission to identify the most advantageous proposal with price and other factors considered. Non -price factors include elements such as qualifications of firm, personnel, and the ability to respond to the Commission's needs for FSP tow truck services on State Route 91, Beat Nos.1 and 2, as set forth under the terms of the request for proposals (RFP) No. 22-44-073-00. RFP No. 22-45-073-00 was released on March 18, 2022. The RFP was posted on the Commission's PlanetBids website, which is accessible through the Commission's website. Utilizing PlanetBids, emails were sent to 44 firms, 20 of which are located in Riverside County. Through the PlanetBids site, 13 firms downloaded the RFP; 1 of these firms is located in Riverside County. A pre -proposal conference was held on March 24, 2022. Staff responded to all questions submitted by potential proposers prior to the March 31, 2022, clarification deadline date. Four firms — Royal Coaches Auto Body and Towing (Baldwin Park); Pepe's Towing Service Inc. (Colton); Pomona Valley Towing (Pomona) and Amazon Towing and Recovery (Jurupa Valley) — submitted proposals prior to the 2:00 p.m. submittal deadline on April 14, 2022. Of the four proposals submitted, three proposals were responsive and responsible as staff determined that the proposal submitted by Amazon Towing and Recovery was non -responsive due to not meeting the minimum qualifications of the Agenda Item 10 452 RFP. Utilizing the evaluation criteria set forth in the RFP, the remaining three proposals were evaluated and scored by an evaluation committee comprised of the CHP Inland Division, San Bernardino County Transportation Authority, and Commission staff. As a result of the evaluation committee's assessment of the written proposals and pursuant to the terms of the RFP, the evaluation committee recommends contract award to Royal Coaches Auto Body and Towing for FSP tow truck services for State Route 91, Beat Nos. 1 and 2 for a five- year term, in the amount of $3,824,793, plus a contingency amount of $191,240, for a total amount not to exceed $4,016,033, as this firm earned the highest total evaluation score. The proposed five-year contract totals and evaluation rankings for all firms are presented in the following tables: State Route 91— Beat Nos. 1 and 2 Firm Tow Rates: Years 1-3/ Year 4/ Year 5 Evaluation Ranking Royal Coaches Auto Body and Towing $92.32/ $98.79/ $98.79 1 Pepe's Towing $145.00/ $157.58/ $164.90 2 Pomona Valley Towing $116.45/ $121.00/ $126.00 3 The Commission's standard form FSP services agreement will be entered into with the consultants subject to any changes approved by the Executive Director and pursuant to legal counsel review. Staff also recommends that the Executive Director, or designee, approve the use of the contingency amount as may be required for these services. FISCAL IMPACT Sufficient funding, consisting of Caltrans and SAFE funds, for towing services is included in the proposed FY 2022/23 budget. Financial Information In Fiscal Year Budget: Yes N/A Year: FY 2022/23 FY 2023/24+ Amount: $585,980 $3,430,053 Source of Funds: State of California, SAFE funds Budget Adjustment: No N/A GL/Project Accounting No.: 002173 81014 00000 0000 201 45 81002 Fiscal Procedures Approved: Date: 05/13/2022 Attachment: Draft FSP Agreement No. 22-45-073-00 with Royal Coaches Auto Body and Towing Agenda Item 10 453 CONTRACT Agreement No. 22-045-073 RIVERSIDE COUNTY TRANSPORTATION COMMISSION, ACTING AS THE RIVERSIDE COUNTY SERVICE AUTHORITY FOR FREEWAY EMERGENCIES, FOR FREEWAY SERVICE PATROL FOR BEAT # 1 and 2 WITHIN RIVERSIDE COUNTY WITH ROYAL COACHES AUTO BODY AND TOWING 1. PARTIES AND DATE. 1.1 This Agreement is made and entered into as of day of 2022, by and between the RIVERSIDE COUNTY TRANSPORTATION COMMISSION ("COMMISSION") acting as the RIVERSIDE COUNTY SERVICE AUTHORITY FOR FREEWAY EMERGENCIES ("SAFE") and ROYAL COACHES AUTO BODY AND TOWING, a LLC (referred to herein as "CONTRACTOR"). SAFE and CONTRACTOR are sometimes individually referred to herein as "Party" and collectively as "Parties". 1.2 The California Highway Patrol herein referred to as "CHP" and California Department of Transportation, herein referred to as "Caltrans" are hereby expressly designated as third -party beneficiaries of CONTRACTOR's performance under this Agreement. 2. RECITALS. 2.1 WHEREAS, COMMISSION is a California County Transportation Commission existing under the authority of Section 130050 et seq. of the California Public Utilities Code; 2.2 WHEREAS, COMMISSION is authorized, pursuant to Section 2550 et seq. of the California Streets and Highways Code, to act as SAFE for purposes of providing a motorist aid system, including provision of freeway service patrols; 2.3 WHEREAS, SAFE requires the services of a CONTRACTOR to provide the freeway service patrol professional services as described in the Scope of Services; 2.4 WHEREAS, SAFE has determined that CONTRACTOR is best qualified to perform the required services; 2.5 WHEREAS, the CONTRACTOR is able and willing to perform the required services under the terms and conditions of this Contract; 2.6 WHEREAS, COMMISSION is the short range transportation planning agency for Riverside County, and programs federal, state, and local funds. 454 COMMISSION has entered into a Memorandum of Understanding with Caltrans and CHP to fund peak period freeway service patrols on selected freeway segments in Riverside County; and 2.7 WHEREAS, Section 21718 (a) of the California Vehicle Code specifically authorized CHP to be responsible for freeway service patrols stopping on freeways for the purpose of rapid removal of impediments to traffic. Article 3, Section 91, of the Streets and Highways Code, states that Caltrans has responsibility to improve and maintain the state highways. Caltrans also has the responsibility for traffic management and removing impediments from the highways. NOW, THEREFORE, for the consideration hereinafter stated, SAFE and CONTRACTOR agree as follows: 3. TERMS. 3.1 General Scope of Services. The purpose of the Freeway Service Patrol ("FSP") program is to provide for the rapid removal of disabled vehicles and vehicles involved in minor accidents from the freeway. Contractor promises and agrees to furnish to SAFE all labor materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately provide the FSP services ("Services"). The Services are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state, and federal laws, rules and regulations, and the SOP manual (as defined below). 3.1.1. Contract Oversight. Caltrans and CHP will jointly oversee the Services. Both agencies will have responsibility for overseeing Service performance and ensuring that the CONTRACTOR abides by the terms of this Contract. CHP is responsible for dispatch services to incident locations within the CONTRACTOR's patrol limits. The dispatching will be done in accordance with this Contract. A Standard Operating Procedures ("SOP") manual will be given to the CONTRACTOR explaining the types of incidents to which his/her operators may be dispatched. 3.1.2 Beat Descriptions. The FSP will operate on selected freeway segments referred to herein as "beats". Each beat has specific turnaround locations and designated drop locations identified by the CHP. Exhibit "A" shows the specific limits, number of tow trucks, number of back-up trucks and hours of operation, and holidays for the CONTRACTOR's specific beat. SAFE reserves the right to add or delete holidays to the work schedule, provided that SAFE provides CONTRACTOR seven (7) days advanced notice of such addition or deletion. Travel time to and from the beat will be at the expense of the CONTRACTOR. 3.1.3 Change Orders. At any time during the term of this Contract, SAFE reserves the right to adjust beat specifications to better accommodate demand for the Services, 455 or availability of funding, at no cost to SAFE. Adjustments may include reduction in the hours of Services. SAFE may direct such adjustments during the course of this Contract through written change orders, signed by SAFE, setting forth any changes to Exhibit "A". Changes may include a change of the specified beat(s) to other beats that SAFE determines better serve the needs of SAFE, as well as changes to schedules and hours for the beats set forth in Exhibit "A". If warranted, as determined in SAFE's sole discretion, and during the hours of operation of the Services, the CONTRACTOR may be requested to temporarily reassign his/her FSP operators/trucks to locations outside the assigned beat. Such reassignments shall be at no cost to SAFE. 3.1.4. The SOP Manual. To promote a safe work environment and for the maintenance of professionalism, the most current version of the SOP manual shall, at all times, be followed by the CONTRACTOR and its vehicle operators. The SOP manual, as such manual may from time to time be amended, is incorporated into this Contract by reference. CONTRACTOR shall be notified and provided with a copy of any changes to the SOP manual. Drivers found not to be in compliance with FSP procedures, as set forth in the SOP manual or this Contract, may be suspended or terminated from the FSP program and the CONTRACTOR may be fined three (3) times the hourly Contract rate in one (1) minute increments until a replacement vehicle is provided (Driver and Truck must return to beat compliant with all FSP requirements), or fined for the entire shift at three (3) times the hourly rate at the discretion of the FSP Field Supervisors. 3.2 Equipment Requirements. CONTRACTOR shall comply with all equipment requirements outlined in the attached Exhibit "A". 3.3 Commencement of Services. The CONTRACTOR shall commence work upon receipt of a written Notice to Proceed from SAFE. 3.4 Term. The term of this Contract shall be for a period of five (5) years, from (start date) to (end date) unless earlier terminated as provided herein. SAFE shall also have the right to renew this Contract from one month up to a one (1) year term after the initial term by providing notice as provided below. SAFE must provide written notice to CONTRACTOR no less than ninety (90) days prior to the end of the applicable term, indicating its renewal of the Contract. CONTRACTOR shall complete the Services within the term of this Contract, and shall meet any other established schedules and deadlines. All applicable indemnification provisions of this Contract shall remain in effect following the termination of this Contract. The rates shall be as follows: SCHEDULE OF HOURLY RATES Classification Years 1-3 Year 4 Year 5 Regular Rate $ xx per hour $ xx per hour $ xx per hour CFSP/Extra Rate $ xx per hour $ xx per hour $ xx per hour 3.5 SAFE's Representative. SAFE hereby designates the SAFE Executive Director or his or her designee, to act as its Representative for the performance of this Contract 456 ("SAFE's Representative"). SAFE's Representative shall have the authority to act on behalf of SAFE for all purposes under this Contract. SAFE's Representative shall also review and give approval, as needed, to the details of CONTRACTOR's work as it progresses. CONTRACTOR shall not accept direction or orders from any person other than the SAFE's Representative or his or her designee. 3.6 CONTRACTOR'S Representative. CONTRACTOR hereby designates WILLIAM SALAZAR, PRESIDENT AND CEO to act as its representative for the performance of this Contract ("CONTRACTOR's Representative"). CONTRACTOR's Representative shall have full authority to act on behalf of CONTRACTOR for all purposes under this Contract. The CONTRACTOR's Representative shall supervise and direct the Services, using his best skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Contract. CONTRACTOR shall work closely and cooperate fully with SAFE's Representative and any other agencies which may have jurisdiction over or an interest in the Services. CONTRACTOR's Representative shall be available to the SAFE staff at all reasonable times. Any substitution in CONTRACTOR's Representative shall be approved in writing by SAFE's Representative. 3.7 Substitution of Key Personnel. CONTRACTOR has represented to SAFE that certain key personnel will perform and coordinate the Services under this Contract. Should one or more of such personnel become unavailable, CONTRACTOR may substitute other personnel of at least equal competence upon written approval by SAFE's Representative. In the event that SAFE's Representative and CONTRACTOR cannot agree as to the substitution of the key personnel, SAFE shall be entitled to terminate this Contract for cause, pursuant to the provisions of Section 3.15. The key personnel for performance of this Contract are: JUAN PEREZ, FSP PROGRAM MANAGER. 3.7.1 Availability of FSP Manager. Except in the case of unpreventable circumstances, the FSP Manager must be available at the CONTRACTOR's office for at least 50% of each Work Day to address time sensitive issues related to this Contract or the Services, including, but not limited to, FSP administrative responsibilities; SAFE, CHP, and Caltrans requests; driver matters; and truck maintenance issues. CONTRACTOR shall, within 24 hours, notify SAFE of each circumstance causing the FSP Manager not to be available as required herein. As used in this section, the term "Work Day" shall mean and refer to any day that FSP service is provided, during those hours of operation for Construction FSP as identified on the attached Exhibit "A-1". 3.8 Review of Work and Deliverables. All reports, working papers, and similar work products prepared for submission in the course of providing Services under this Contract may be required to be submitted to SAFE's Representative in draft form, and SAFE's Representative may require revisions of such drafts prior to formal submission and approval. In the event that SAFE's Representative, in his or her sole discretion, determines the formally submitted work product to be inadequate, SAFE's Representative may require CONTRACTOR to revise and resubmit the work at no cost to SAFE. Upon determination by SAFE that CONTRACTOR has satisfactorily completed the Services required under this Contract and 457 within the term set forth in Section 3.4, SAFE shall give CONTRACTOR a written Notice of Final Completion. Upon receipt of such notice, CONTRACTOR shall incur no further costs hereunder, unless otherwise specified in the Notice of Completion. CONTRACTOR may request issuance of a Notice of Final Completion when, in its opinion, it has satisfactorily completed all Services required under the provisions of this Contract. 3.9 Appearance at Hearings. If and when required by SAFE, CONTRACTOR shall render assistance at public hearings or other meetings related to the performance of the Services. 3.10 Standard of Care: Licenses. CONTRACTOR represents and maintains that it is skilled in the professional calling necessary to perform all Services, duties and obligations required by this Contract. CONTRACTOR shall perform the Services and duties in conformance to and consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. CONTRACTOR warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. CONTRACTOR further represents and warrants to SAFE that its employees and subcontractors have all licenses, permits, qualifications (including medical certification) and approvals of whatever nature that are legally required to perform the Services, and that such licenses and approvals shall be maintained throughout the term of this Contract. CONTRACTOR shall perform, at its own cost and expense and without reimbursement from SAFE, any services necessary to correct errors or omissions which are caused by the CONTRACTOR's failure to comply with the standard of care provided for herein, and shall be fully responsible to SAFE for all damages and other liabilities provided for in the indemnification provisions of this Contract arising from the CONTRACTOR's errors and omissions. Any employee of CONTRACTOR or its subcontractors who is determined by SAFE to be uncooperative, incompetent, a threat to the adequate or timely completion of the Services, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to SAFE, shall be promptly removed from performing the Services by the CONTRACTOR and shall not be re-employed to perform any of the Services. 3.11 Opportunity to Cure. SAFE may provide CONTRACTOR an opportunity to cure, at CONTRACTOR's expense, all errors and omissions which may be disclosed during performance of the Services. Should CONTRACTOR fail to make such correction in a timely manner, such correction may be made by SAFE, and the cost thereof charged to CONTRACTOR. 3.12 Inspection of Work. CONTRACTOR shall allow SAFE's Representative to inspect or review CONTRACTOR's performance of Services in progress at any time. SAFE/Caltrans/CHP also reserves the right to audit all paperwork demonstrating that CONTRACTOR participates in an employee alcohol/drug-testing program and the DMV Pull Notice Program. 3.13 Laws and Regulations. CONTRACTOR shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Services, including all Cal/OSHA requirements, and shall give all notices required by law. CONTRACTOR shall be solely liable for all violations of such laws 458 and regulations in connection with Services. If the CONTRACTOR performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to SAFE, CONTRACTOR shall be solely responsible for all costs arising therefrom. CONTRACTOR shall defend, indemnify and hold SAFE, their officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Contract, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.14 Damage Complaints. Upon receiving a damage complaint from a motorist assisted by the CONTRACTOR, that the CONTRACTOR damaged their vehicle while lending assistance, the CONTRACTOR shall notify CHP immediately regarding the nature of the damage complaint and its disposition. The CONTRACTOR shall reply to the motorist by telephone within twenty-four (24) hours of receiving the damage complaint notification. If necessary, the CONTRACTOR shall send either his or her authorized representative or his or her insurance company representative to inspect the vehicle and complete an incident report within forty-eight (48) hours after receiving the damage complaint. If the investigation shows that damage to the vehicle could have been caused by the CONTRACTOR, the CONTRACTOR shall negotiate in good faith to try and resolve the issue and shall report to the CHP the result of the negotiations. All complaints shall be resolved within a reasonable period of time after being received. 3.14.1 Complaint Review Committee. The FSP Technical Advisory Committee ("FSP TAC") is composed of voting members from CHP, SAFE and Caltrans. Voting members of the FSP TAC are hereby designated as the members of the Damage Complaint Review Committee ("DCRC"). If the DCRC finds that justifiable complaints are not resolved within a reasonable time frame, it can recommend that payment to the CONTRACTOR in the amount of the damage claim may be deducted from the CONTRACTOR's monthly invoice. 3.15 Termination. 3.15.1 Notice; Reason. SAFE may, by written notice to CONTRACTOR, terminate this Contract, in whole or in part, including, without limitation, the geographical territory covered by this Contract, at any time by giving written notice to CONTRACTOR of such termination, and specifying the effective date thereof ("Notice of Termination"). Such termination may be for SAFE's convenience, due to lack of available funding for the Services, or because of CONTRACTOR's failure to perform its duties and obligations under this Contract, including, but not limited to, the failure of CONTRACTOR to timely perform Services pursuant to the Scope of Services described in Section 3, entitled "Terms," as well as Section 7 of the RFP. CONTRACTOR may not terminate this Contract except for cause. 3.15.2 Discontinuance of Services. Upon receipt of the written Notice of Termination, CONTRACTOR shall discontinue all affected Services as directed in the Notice of Termination, and deliver to SAFE all Documents and Data, as defined in this Contract, as may have been prepared or accumulated by CONTRACTOR in performance of the Services, whether completed or in progress. 459 3.15.3 Effect of Termination For Convenience. If the termination is to be for the convenience of SAFE, SAFE shall compensate CONTRACTOR for Services fully and adequately provided through the effective date of termination as provided in the Notice of Termination. Such payment shall include a pro -rated amount of profit, if applicable, up through such effective date, but no amount shall be paid for anticipated profit on unperformed Services past such effective date. CONTRACTOR shall provide documentation deemed adequate by SAFE's Representative to show the Services actually completed by CONTRACTOR prior to the effective date of termination. This Contract shall terminate on the effective date of the Notice of Termination. 3.15.4 Effect of Termination for Cause. If the termination is for cause, CONTRACTOR shall be compensated for those Services which have been fully and adequately completed and accepted by SAFE as of the effective date of termination as provided in the Notice of Termination. In such case, SAFE may take over the work and prosecute the same to completion by contract or otherwise. Further, CONTRACTOR shall be liable to SAFE for any reasonable additional costs or damages incurred to revise work for which SAFE has compensated CONTRACTOR under this Contract, but which SAFE has determined in its sole discretion needs to be revised, in part or whole. Termination of this Contract for cause may be considered by SAFE in determining whether to enter into future contracts with CONTRACTOR. 3.15.5 Cumulative Remedies. The rights and remedies of the Parties provided in this Section are in addition to any other rights and remedies provided by law or under this Contract. 3.15.6 Procurement of Similar Services. In the event this Contract is terminated, in whole or in part, as provided by this Section, SAFE may procure, upon such terms and in such manner as it deems appropriate, services similar to those terminated. 3.15.7 Waivers. CONTRACTOR, in executing this Contract, recognizes that the Services may be terminated, in whole or in part, as provided in this Section. CONTRACTOR shall not be entitled to any damages including, but not limited to, any compensation for costs incurred to procure vehicles, meet the terms for providing the Services, or for any other costs or expenses, and shall be deemed to have waived any and all claims for damages, costs or expenses which may otherwise arise from SAFE's termination of this Contract, for convenience or cause, as provided in this Section. 3.15.8 Authorization to Terminate. The Executive Director of SAFE shall have the full authority and discretion to exercise SAFE's rights under this Section 3.15, entitled "Termination". 3.16 Trend Meetings. CONTRACTOR shall attend, or send a designated management -level representative, to all trend meetings (i.e., required FSP TAC meeting which meets every other month). These trend meetings will encompass focused and informal discussions concerning, but not limited to: scope, Services, schedule, current progress of Services, relevant cost issues, and future objectives. CONTRACTOR shall be responsible for having a representative attend all meetings (i.e., FSP TAC meetings) that has the ability to make management -level decisions on the behalf of the CONTRACTOR. If the CONTRACTOR 460 cannot have a management -level representative at a meeting, CONTRACTOR shall notify SAFE and CHP prior to the meeting. Management -level attendance at these meetings shall be considered part of the CONTRACTOR's contractual responsibility. Meetings are scheduled, and CONTRACTOR will be notified of such schedule, no later than three (3) working days prior to the meeting. 3.17 Fees and Payment. 3.17.1 Amount to be Paid. Subject to the provisions set forth below for Services satisfactorily performed hereunder, SAFE shall pay the CONTRACTOR on a fixed unit rate basis a ceiling price NOT TO EXCEED DOLLARS ($ ). 3.17.2 Maximum Payment is the Ceiling Price. SAFE shall not be obligated to pay costs which exceed the ceiling price set forth above, except as provided in Sections 3.15 and 3.17.10. CONTRACTOR agrees to use its best efforts to perform the services and all obligations under this Contract within such ceiling price. 3.17.3 Hourly Rate; Break and Meal Periods. For its performance of the Services, the CONTRACTOR shall be paid for labor expended directly in the performance of the Services at the rates specified below. Payments shall be made monthly in arrears based on Services provided and allowable incurred expenses. The CONTRACTOR shall not be entitled to reimbursements for any expenses unless approved in advance in writing. SCHEDULE OF HOURLY RATES Classification Year 1 Year 2 Year 3 Year 4 Year 5 Regular Rate $ xx per hour $ xx per hour $ xx per hour $ xx per hour $ xx per hour CFSP/Extra Rate $ xx per hour $ xx per hour $ xx per hour $ xx per hour $ xx per hour Hourly rates may be adjusted as set forth in Chapter 9, Violations/Penalties, of the FSP Standard Operating Procedures (SOP). A) CONTRACTOR is responsible for compliance with all California labor laws related to break periods and meal periods including, but not limited to, compliance with Labor Code section 512. CONTRACTOR shall be solely responsible for any additional pay to which its drivers may be entitled for CONTRACTOR's failure to comply with the California labor law requirements. B) During shifts that require drivers to be provided a 30 - minute meal period break pursuant to Labor Code section 512, CONTRACTOR shall either make arrangements for another certified driver to provide Services during those breaks or not be compensated for each 30 -minute meal period break during which Services are not provided. In no case shall CONTRACTOR be entitled to bill RCTC for time during which a driver is taking a meal period break. 461 3.17.4 Payment Coverage. The compensation herein above specified will cover and include all applicable labor surcharges such as taxes, insurance and fringe benefits, as well as indirect costs, overhead, general and administrative expense, and profit. 3.17.5 Cost Principles. A) CONTRACTOR agrees to comply with 2 CFR, Part 225, Cost Principles for State and Local Government, and 2 CFR, Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. B) CONTRACTOR agrees that 1) Contract Cost Principles and Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31, et seq., shall be used to determine the allowability of individual cost items, and 2) CONTRACTOR shall comply with Federal administrative procedures in accordance with 2 CFR, Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. C) Any costs for which CONTRACTOR has received payment or credit that are determined by subsequent audit to be unallowable under 2 CFR, Part 225, 48 CFR, Chapter 1, Part 31 or 2 CFR, Part 200, are subject to repayment by CONTRACTOR to SAFE. Should CONTRACTOR fail to reimburse moneys due SAFE within 30 days of demand, or within such other period as may be agreed in writing between the Parties hereto, SAFE is authorized to intercept and withhold future payments due CONTRACTOR from SAFE or any third -party source, including, but not limited to, the State Treasurer, the State Controller, and the California Transportation Commission. 3.17.6 Fines. Fines for starting late; leaving early; taking more breaks than authorized; or being ordered out of service by a CHP, SAFE Representative or Caltrans supervisor for Contract infractions shall be deducted from the CONTRACTOR's monthly invoice at five (5) times the hourly rate, plus the loss of revenue for the down time. Fines may be further described in the attached Exhibit "A" or Exhibit "B". 3.17.7 Accounting System. CONTRACTOR and its subcontractors shall establish and maintain an accounting system and records that properly accumulate and segregate expenditures by line item for the Services. The accounting system of CONTRACTOR and its subcontractors shall conform to Generally Accepted Accounting Principles (GAAP), enable the determination of incurred costs at interim points of completion, and provide support for reimbursement payment vouchers or invoices. 3.17.8 Invoices. Invoices for CONTRACTOR's Services shall be submitted monthly on forms approved by SAFE. Invoices will be routinely verified by CHP. To ensure prompt payment, most billing disputes may be resolved within ten (10) working days of written notice of dispute. However, at SAFE's discretion, reconciliation of disputed fines that sum to less than 2% of the months' Invoice may be corrected on the next month's Invoice to ensure prompt payment of the major portion of the invoice. Each Invoice shall include a cover sheet bearing a certification as to the accuracy of the statement signed by the CONTRACTOR's authorized officer. Invoices shall be mailed to SAFE's Contract Administrator at the following 462 address: Riverside County Service Authority for Freeway Emergencies FSP Program P.O. Box 12008 Riverside, CA 92502-2208 Attn: Brian Cunanan 3.17.8.1 Monthly Progress Reports. As part of its Invoice, CONTRACTOR shall submit a Monthly Progress Report, in a form determined by SAFE, which will cover the Invoice period and include spreadsheets showing hours expended for each day of the month per vehicle per beat, and the total for the term of the Contract to date. Submission of such Monthly Progress Report by CONTRACTOR shall be a condition precedent to receipt of payment from SAFE for each monthly Invoice submitted. 3.17.8.2 Payment Schedule. Invoice periods shall be based upon a calendar month, beginning with the first day of the month. SAFE shall reimburse CONTRACTOR for Services adequately provided under this Contract within thirty (30) days of receiving the current period invoice with no errors. If the Invoice is completed incorrectly by the CONTRACTOR it will delay payment. If SAFE fails to pay any amount owed to CONTRACTOR under this Contract within thirty (30) days after receipt of the invoice, CONTRACTOR may give SAFE a notice of failure to pay which shall set forth the invoice(s) and amount(s) which CONTRACTOR believes are thirty (30) days overdue. SAFE shall pay any undisputed invoice(s) and amount(s) within thirty (30) days of receipt of a notice of failure to pay. 3.17.9 Right to Audit. For the purpose of determining compliance with this Contract and other matters connected with the performance of CONTRACTOR's contracts with third parties, CONTRACTOR and its subcontractors shall each maintain and make available for inspection all books, documents, papers, accounting records, and other evidence pertaining to the performance of such contracts, including, but not limited to, the costs of administering those various contracts. All of the above referenced parties shall make such materials available at their respective offices at all reasonable times for three years from the date of final payment of Funds to CONTRACTOR. SAFE, the State of California acting through the Department of Transportation or its duly authorized representative, the California State Auditor, or the United States Department of Transportation shall each have access to any books, records, and documents that are pertinent for audits, examinations, excerpts, and transactions, and CONTRACTOR shall furnish copies thereof if requested. 3.17.10 Taxes. CONTRACTOR shall pay any sales, use, or other taxes, if any, attributable to the provision of the Services. 3.17.11 Travel and Subsistence. Payments to CONTRACTOR for travel and subsistence expenses claimed for reimbursement or applied as local match credit shall not exceed rates authorized to be paid exempt non -represented State employees under current State Department of Personnel Administration (DPA) rules. If the rates invoiced are in excess of those authorized DPA rates, then CONTRACTOR is responsible for the cost difference and 463 any overpayments shall be reimbursed to SAFE on demand. 3.17.12 Employment Adverse to the SAFE. CONTRACTOR shall notify SAFE, and shall obtain SAFE's written consent, prior to accepting work to assist with or participate in a third -party lawsuit or other legal or administrative proceeding against SAFE during the term of this Contract. 3.17.13 Extra Work. At any time during the term of this Contract, SAFE may request CONTRACTOR to perform Extra Work. "Extra Work" shall mean any work which is determined by SAFE to be necessary for proper completion of the Services, but which the Parties did not reasonably anticipate would be necessary at the time of the execution of this Contract and was not included in the Scope of Services. Extra Work, if any, shall be reimbursed at the same hourly rate as identified in Section 3.17.3. CONTRACTOR shall not perform, nor be compensated for Extra Work without obtaining authorization in the form of a written Extra Work Order issued by SAFE's Representative. For instance, Construction FSP services as it relates to construction activity can be considered Extra Work. In the event an Extra Work Order is not issued and signed by SAFE's Representative, CONTRACTOR shall not provide such Extra Work. However, no compensation or reimbursement for Extra Work shall be paid if it is not authorized by SAFE and if the cumulative total of such Extra Work under the Contract exceeds $25,000. All Extra Work in a cumulative total in excess of $25,000 must be approved in advance by amendment to this Contract. 3.17.13.1 Extra Work Cancellation Policy. If a tow operator is scheduled for Extra Work and they are notified of a cancellation with LESS than a 24 hour notice — then the tow operator will be reimbursed for three (3) hours of the agreed upon contract hourly rate. Note: The minimum of the three (3) hours should cover eight hours of the drivers' hourly wage. Starting with "Less than a 24 hour cancellation notice" up to the time the tow operator is on the assigned Extra Work Beat, the "three contract hour cancellation rate" remains the same. Once the tow operator is on the Extra Work Beat, the cancellation policy changes. If a tow operator begins the Extra Work (the truck is on the Beat) and is then notified that Extra Work has been cancelled, the FSP operator will be paid for the entire shift period up to a maximum of eight (8) hours. A shift period for this policy is defined as: the time period of the actual Extra Work shift assigned or for a maximum of eight (8) contract hours, whichever is less. The supervising FSP CHP Officer for the Extra Work shift will make the final determination as to whether or not the tow operator will continue to work the Extra Work shift. Regardless, the tow operator will be reimbursed for the original shift period or a maximum or eight (8) hours, whichever is less. 3.17.14 Most Favored Customer. CONTRACTOR agrees that, throughout the term of this Contract, it shall not enter into any FSP services agreement with any government agency with whom it has either existing contractual relationship or has no contractual relationship that predates this Contract, pursuant to which CONTRACTOR agrees to charge FSP services fees less than those as indicated in this Contract for substantially the same level of FSP services contemplated by this Contract. Should SAFE establish that such 464 lower fees have been agreed to by CONTRACTOR with another government agency, CONTRACTOR agrees to renegotiate the fees or to refund SAFE an amount equal to the difference between the fees indicated in this Contract and the fees charged to other government agency customer. 3.17.15 Mobilization Costs Payment. Upon issuance of a limited Notice to Proceed, a mobilization costs payment in the amount of $ (amount) will be made to CONTRACTOR to help offset pre -start -date costs ("Mobilization Payment"). CONTRACTOR shall pay back the Mobilization Payment in twelve (12) equal monthly installments to be deducted from CONTRACTOR's monthly invoice. In the event of early termination, any unpaid portion of the Mobilization Payment will be withheld from final payment to the CONTRACTOR. 3.18 Delay in Performance. 3.18.1 Excusable Delays. Neither Party shall be considered in default in the performance of its obligations to the extent that the performance of any such obligation is prevented or delayed by an Excusable Delay. Should CONTRACTOR be delayed or prevented from the timely performance of any act or Services required by the terms of the Contract by an Excusable Delay, Contractor's schedule for completion of tasks affected by such delay may be extended as set forth in Section 3.18.2. But in every case, CONTRACTOR's failure to perform must be reasonably beyond the control, and without the fault or negligence of the CONTRACTOR. Excusable Delays are acts of God or of the public enemy, acts or omissions of SAFE or other governmental agencies in either their sovereign or contractual capacities, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes or unusually severe weather. 3.18.2 Written Notice. If CONTRACTOR believes it is entitled to an extension of time due to conditions set forth in subsection 3.18.1, CONTRACTOR shall provide written notice to the SAFE within seven (7) working days from the time CONTRACTOR knows, or reasonably should have known, that performance of the Services will be delayed due to such conditions. Failure of CONTRACTOR to provide such timely notice shall constitute a waiver by CONTRACTOR of any right to an excusable delay in time of performance. 3.18.3 Mutual Contract. Performance of any Services under this Contract may be delayed upon mutual agreement of the Parties. Upon such agreement, CONTRACTOR's Schedule of Services (as defined in their Proposal) shall be extended as necessary by SAFE. CONTRACTOR shall take all reasonable steps to minimize delay in completion, and additional costs, resulting from any such extension. 3.19 Status of CONTRACTOR/Subcontractors. 3.19.1 Independent Contractor. The Services shall be performed by CONTRACTOR or under its supervision. CONTRACTOR will determine the means, methods 465 and details of performing the Services subject to the requirements of this Contract. SAFE retains CONTRACTOR on an independent contractor basis and not as an employee, agent or representative of the SAFE. CONTRACTOR retains the right to perform similar or different services for others during the term of this Contract. Any additional personnel performing the Services under this Contract on behalf of CONTRACTOR shall at all times be under CONTRACTOR's exclusive direction and control. CONTRACTOR shall pay all wages, salaries and other amounts due such personnel in connection with their performance of Services and as required by law. CONTRACTOR shall be responsible for all reports and obligations respecting such personnel, including but not limited to, social security taxes, income tax withholdings, unemployment insurance, disability insurance, and workers' compensation insurance. 3.19.2 Assignment or Transfer. CONTRACTOR shall not assign, hypothecate, or transfer, either directly or by operation of law, this Contract or any interest herein, without the prior written consent of SAFE. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. Notwithstanding the foregoing, SAFE may transfer or assign any and all of its rights and obligations under this Contract, including, without limitation the rights to terminate this Contract, as assigned, pursuant to Section 3.15 hereof. 3.19.3 Subcontracting. CONTRACTOR shall not subcontract any portion of the work or Services required by this Contract, except as expressly stated herein, including the Scope of Services, without prior written approval of the SAFE. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Contract. SAFE shall have no liability to any subconsultant(s) for payment for services under this Contract or other work performed for CONTRACTOR, and any subcontract entered into by CONTRACTOR pursuant to the conduct of services under this Contract shall duly note that the responsibility for payment for the technical services or any other work performed shall be the sole responsibility of CONTRACTOR. 3.20 CONTRACTOR will maintain an inventory of all non -expendable equipment, defined as having a useful life of at least two years and an acquisition cost of $500 or more, paid for with funds provided pursuant to this Contract. 3.21 Ownership of Materials and Confidentiality. 3.21.1 Documents & Data; Licensing of Intellectual Property. All plans, specifications, studies, drawings, estimates, materials, data, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings, spreadsheets, or data magnetically or otherwise recorded on computer diskettes, prepared by or on behalf of CONTRACTOR under this Contract ("Documents and Data"), shall be made available to SAFE at all times during this Contract and shall become the property of SAFE upon the completion of the term of this Contract, except that CONTRACTOR shall have the right to retain copies of all such Documents and Data for its records. Should CONTRACTOR, either during or following termination of this Contract, desire to use any 466 Documents and Data, it shall first obtain the written approval of SAFE. This Contract creates a no -cost, nonexclusive, and perpetual license for SAFE to copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in the Documents and Data which are prepared or caused to be prepared by CONTRACTOR under this Contract ("Intellectual Property"). CONTRACTOR shall require all subcontractors to agree in writing that SAFE is granted a no -cost, nonexclusive, and perpetual license for any Intellectual Property the subcontractor prepares under this Contract. CONTRACTOR represents and warrants that CONTRACTOR has the legal right to license any and all Intellectual Property prepared or caused to be prepared by CONTRACTOR under this Contract. SAFE shall not be limited in any way in its use of the Intellectual Property at any time, provided that any such use not within the purposes intended by this Contract shall be at SAFE's sole risk. 3.21.2 Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to CONTRACTOR in connection with the performance of this Contract shall be held confidential by CONTRACTOR to the extent permitted by law, including, without limitation, the California Public Records Act, Government Code section 6250 et seq. Such materials shall not, without the prior written consent of SAFE, be used by CONTRACTOR for any purposes other than the performance of the Services as provided herein. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services, except as provided herein. Nothing furnished to CONTRACTOR which is otherwise known to CONTRACTOR or is generally known, or becomes known, to the related industry shall be deemed confidential. CONTRACTOR shall not use SAFE's name or insignia, photographs, or any publicity pertaining to the Services in any magazine, trade paper, newspaper, television or radio production, or other similar medium without the prior written consent of SAFE. 3.22 Indemnification. CONTRACTOR shall indemnify and hold SAFE, COMMISSION, CHP, Caltrans and their directors, officials, officers, agents, contractors, consultants, employees, and volunteers free and harmless from any and all claims, demands, causes of action, costs, expenses, liabilities, losses, damages or injuries, in law or in equity, to property or persons, including wrongful death, in any manner arising out of, or incident to, any acts, omissions, or willful misconduct of the CONTRACTOR, its officials, officers, employees, agents, consultants, and contractors arising out of or in connection with the performance of the Services or this Contract, including without limitation, the payment of all consequential damages and other related costs and expenses. CONTRACTOR shall defend, at CONTRACTOR's own cost, expense and risk, any and all such aforesaid suits, actions, or other legal proceedings of every kind that may be brought or instituted against SAFE, COMMISSION, CHP, Caltrans or their directors, officials, officers, agents, contractors, consultants, employees, and volunteers. CONTRACTOR shall pay and satisfy any judgment, award, or decree that may be rendered against SAFE, COMMISSION, CHP, Caltrans or their directors, officials, officers, agents, consultants, employees, and volunteers, in any such suit, action, or other legal proceeding. CONTRACTOR shall reimburse SAFE, COMMISSION, CHP, Caltrans and their directors, officials, officers, agents, consultants, employees, and volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the 467 indemnity herein provided. CONTRACTOR's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the CONTRACTOR, SAFE, COMMISSION, CHP, Caltrans or their directors, officials, officers, agents, consultants, employees, and volunteers. 3.23 Insurance. 3.23.1 Time for Compliance. CONTRACTOR shall not commence work under this Agreement until it has provided evidence satisfactory to SAFE that it has secured all insurance required under this section, in a form and with insurance companies acceptable to SAFE. In addition, CONTRACTOR shall not allow any subcontractor to commence work on any subcontract until it has secured all insurance required under this section. 3.23.2 Minimum Requirements. CONTRACTOR shall, at its expense, procure and maintain for the duration of the Agreement insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the Agreement by the CONTRACTOR, its agents, representatives, employees or subcontractors. CONTRACTOR shall also require all of its subcontractors to procure and maintain the same insurance for the duration of the Agreement. Such insurance shall meet at least the following minimum levels of coverage: (A) Minimum Scope of Insurance. Coverage shall be at least as broad as the latest version of the following: (1) General Liability: Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001 or exact equivalent); (2) Automobile Liability: Insurance Services Office Business Auto Coverage (form CA 0001, code 1 (any auto) or exact equivalent); and (3) Workers' Compensation and Employer's Liability: Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. (B) Minimum Limits of Insurance. CONTRACTOR shall maintain limits no less than: (i) General Liability: Per occurrence: Project Specific Aggregate: Products/Completed Operations: Personal Injury Limit: $2,000,000 $4,000,000 $1,000,000 $1,000,000 (ii) Automobile Liability: $1,000,000 per accident for bodily injury and property damage; and (iii) Workers' Compensation and Employer's Liability: Workers' Compensation limits as required by the Labor Code of the State of California. Employer's Practices Liability limits of $1,000,000 per accident. 3.23.3 On -Hook Insurance & Garage Keepers Liability Coverage. 468 (A) CONTRACTOR shall maintain a policy of On -Hook Towing Insurance to include the care, custody or control exposure present while vehicles are being serviced roadside, on -hook, or in a storage yard for not less than one hundred thousand dollars ($100,000). (B) CONTRACTOR shall maintain a policy of Garage Keepers Liability Insurance which shall include coverage for vehicles in the care, custody and control of the CONTRACTOR with limits of liability not less than $500,000 per occurrence for property damage. 3.23.4 Insurance Endorsements. The insurance policies shall contain the following provisions, or CONTRACTOR shall provide endorsements on forms approved by SAFE to add the following provisions to the insurance policies: (A) General Liability. (i) Commercial General Liability Insurance must include coverage for (1) bodily Injury and property damage; (2) personal Injury/advertising Injury; (3) premises/operations liability; (4) products/completed operations liability; (5) aggregate limits that apply per Project; (6) explosion, collapse and underground (UCX) exclusion deleted; (7) contractual liability with respect to this Agreement; (8) broad form property damage; and (9) independent consultants coverage. (ii) The policy shall contain no endorsements or provisions limiting coverage for (1) contractual liability; (2) cross liability exclusion for claims or suits by one insured against another; or (3) contain any other exclusion contrary to this Agreement. (iii) The policy shall give SAFE, COMMISSION, CHP, Caltrans and their directors, officials, officers, employees, and agents insured status using ISO endorsement forms 20 10 10 01 and 20 37 10 01, or endorsements providing the exact same coverage. (iv) The additional insured coverage under the policy shall be "primary and non-contributory" and will not seek contribution from SAFE, COMMISSION, CHP, or Caltrans insurance or self-insurance and shall be at least as broad as CG 20 01 04 13, or endorsements providing the exact same coverage. (B) Automobile Liability. The automobile liability policy shall be endorsed to state that: (1) SAFE, COMMISSION, CHP, Caltrans and their directors, officials, officers, employees and agents shall be covered as additional insureds with respect to the ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired or borrowed by the CONTRACTOR or for which the CONTRACTOR is responsible; and (2) the insurance coverage shall be primary insurance as respects SAFE, COMMISSION, CHP, Caltrans and their directors, officials, officers, employees and agents, or if excess, shall stand in an unbroken chain of coverage excess of the CONTRACTOR's scheduled underlying coverage. Any insurance or self-insurance maintained by SAFE, COMMISSION, CHP, 469 Caltrans or their directors, officials, officers, employees and agents shall be excess of the CONTRACTOR's insurance and shall not be called upon to contribute with it in any way. (C) Workers' Compensation and Employers Liability Coverage. (i) CONTRACTOR certifies that he/she is aware of the provisions of Section 3700 of the California Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and he/she will comply with such provisions before commencing work under this Agreement. (ii) The insurer shall agree to waive all rights of subrogation against SAFE, its directors, officials, officers, employees and agents for losses paid under the terms of the insurance policy which arise from work performed by the CONTRACTOR. (D) All Coverages. (i) hereunder. Defense costs shall be payable in addition to the limits set forth (ii) Requirements of specific coverage or limits contained in this section are not intended as a limitation on coverage, limits, or other requirement, or a waiver of any coverage normally provided by any insurance. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits set forth herein shall be available to SAFE, its directors, officials, officers, employees and agents as additional insureds under said policies. Furthermore, the requirements for coverage and limits shall be (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. (iii) The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of SAFE, COMMISSION, CHP, and Caltrans (if agreed to in a written contract or agreement) before SAFE, COMMISSION, CHP or Caltrans own insurance or self-insurance shall be called upon to protect it as a named insured. The umbrella/excess policy shall be provided on a "following form" basis with coverage at least as broad as provided on the underlying policy(ies). (iv) CONTRACTOR shall provide SAFE at least thirty (30) days prior written notice of cancellation of any policy required by this Agreement, except that the CONTRACTOR shall provide at least ten (10) days prior written notice of cancellation of any such policy due to non-payment of premium. If any of the required coverage is cancelled or expires during the term of this Agreement, the CONTRACTOR shall deliver renewal certificate(s) including the General Liability Additional Insured Endorsement to SAFE at least 470 ten (10) days prior to the effective date of cancellation or expiration. (v) The retroactive date (if any) of each policy is to be no later than the effective date of this Agreement. CONTRACTOR shall maintain such coverage continuously for a period of at least three years after the completion of the work under this Agreement. CONTRACTOR shall purchase a one (1) year extended reporting period A) if the retroactive date is advanced past the effective date of this Agreement; B) if the policy is cancelled or not renewed; or C) if the policy is replaced by another claims -made policy with a retroactive date subsequent to the effective date of this Agreement. (vi) The foregoing requirements as to the types and limits of insurance coverage to be maintained by CONTRACTOR, and any approval of said insurance by SAFE, is not intended to and shall not in any manner limit or qualify the liabilities and obligations otherwise assumed by the CONTRACTOR pursuant to this Agreement, including but not limited to, the provisions concerning indemnification. (vii) If at any time during the life of the Agreement, any policy of insurance required under this Agreement does not comply with these specifications or is canceled and not replaced, SAFE has the right but not the duty to obtain the insurance it deems necessary and any premium paid by SAFE will be promptly reimbursed by CONTRACTOR or SAFE will withhold amounts sufficient to pay premium from CONTRACTOR payments. In the alternative, SAFE may cancel this Agreement. SAFE may require the CONTRACTOR to provide complete copies of all insurance policies in effect for the duration of the Project. (viii) Neither SAFE, COMMISSION, CHP, Caltrans nor any of their directors, officials, officers, employees or agents shall be personally responsible for any liability arising under or by virtue of this Agreement. Each insurance policy required by this Agreement shall be endorsed to state that: 3.23.5 Deductibles and Self -Insurance Retentions. Any deductibles or self -insured retentions must be declared to and approved by SAFE. If SAFE does not approve the deductibles or self -insured retentions as presented, CONTRACTOR shall guarantee that, at the option of SAFE, either: (1) the insurer shall reduce or eliminate such deductibles or self - insured retentions as respects SAFE, its directors, officials, officers, employees and agents; or, (2) the CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigation costs, claims and administrative and defense expenses. 3.23.6 Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating no less than A: VIII, licensed to do business in California, and satisfactory to SAFE. 471 3.23.7 Verification of Coverage. CONTRACTOR shall furnish SAFE with original certificates of insurance and endorsements effecting coverage required by this Agreement on forms satisfactory to SAFE. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. All certificates and endorsements must be received and approved by SAFE before work commences. SAFE reserves the right to require complete, certified copies of all required insurance policies, at any time. 3.23.8 Subcontractor Insurance Requirements. CONTRACTOR shall not allow any subcontractors to commence work on any subcontract until they have provided evidence satisfactory to SAFE that they have secured all insurance required under this section. Policies of commercial general liability insurance provided by such subcontractors or subcontractors shall be endorsed to name SAFE, COMMISSION, CHP and Caltrans as additional insureds using ISO form CG 20 38 04 13 or an endorsement providing the exact same coverage. If requested by CONTRACTOR, SAFE may approve different scopes or minimum limits of insurance for particular subcontractors or subcontractors. 3.23.9 Review of Coverage. SAFE retains the right at any time to review the coverage, form and amount of insurance required herein and may require CONTRACTOR to obtain additional insurance reasonably sufficient in coverage, form, amount to provide adequate protection against the kind and extent of risk which exists at the time of change in insurance required. 3.23.10 Safety. CONTRACTOR shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the CONTRACTOR shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment, and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 3.24 Prohibited Interests. 3.24.1 Solicitation. CONTRACTOR maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for CONTRACTOR, to solicit or secure this Contract. Further, CONTRACTOR warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for CONTRACTOR, any fee, percentage, brokerage fee, gift, or other consideration contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, SAFE shall have the right to rescind this Contract without liability. 472 3.24.2 Conflict of Interest. For the term of this Contract, no member, officer or employee of SAFE, during the term of his or her service with SAFE, shall have any direct interest in this Contract, or obtain any present or anticipated material benefit arising therefrom. 3.24.3 Conflict of Employment. Employment by the CONTRACTOR of personnel currently on the payroll of SAFE shall not be permitted in the performance of this Contract, even though such employment may occur outside of the employee's regular working hours or on weekends, holidays, or vacation time. Further, the employment by the CONTRACTOR of personnel who have been on SAFE payroll within one year prior to the date of execution of this Contract, where this employment is caused by, and or dependent upon, the CONTRACTOR securing this or related Contracts with SAFE, is prohibited. 3.25 Nondiscrimination; Equal Opportunity Employment. CONTRACTOR shall not deny any benefits of this Contract on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status, nor shall CONTRACTOR unlawfully discriminate, harass, or allow harassment against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff, or termination. Employment and Housing Act (Gov. Code Section 12900 et seq.) and the applicable regulations promulgated thereunder (Cal. Admin. Code, Tit. 2, Section 7285.0 et seq.): The applicable regulations of the Fair Employment and Housing Commission implementing Government Code, Sec 12900, set forth in Chapter 5 of Division 4 of Title 2 of the California Administrative Code, Sec 12900, set forth in Chapter 5 of Division 4 of Title 2 of the California Administrative Code are incorporated into this Contract by reference and made a part hereof as if set forth in full. CONTRACTOR shall include the provisions of this Section in all of CONTRACTOR's subcontracts with respect to work under this Agreement, unless exempted by the Regulations. CONTRACTOR shall also comply with all relevant provisions of SAFE's Minority Business Enterprise program, Affirmative Action Plan, or other related SAFE programs or guidelines currently in effect or hereinafter enacted. 3.26 Right to Employ Other CONTRACTORs. SAFE reserves the right to employ other CONTRACTORs in connection with the Services. 3.27 Governing Law. The validity of this Contract and of any of its terms or provisions, as well as the rights and duties of the parties hereunder, shall be governed by and construed with the laws of the State of California. 3.28 Venue. The Parties acknowledge and agree that this Contract was entered into and intended to be performed in Riverside County, California. The Parties agree that the 473 venue for any action or claim brought by any Party will be the Central District of Riverside County. Each Party hereby waives any law or rule of court which would allow them to request or demand a change of venue. If any action or claim concerning this Contract is brought by any third party, the Parties agree to use their best efforts to obtain a change of venue to the Central District of Riverside County. 3.29 Time of Essence. Time is of the essence for each and every provision of this Contract. 3.30 Headings. Article and section headings, paragraph captions, or marginal headings contained in this Contract are for convenience only and shall have no effect in the construction or interpretation of any provision herein. 3.31 Notices. All notices hereunder and communications regarding interpretation of the terms of this Contract or changes thereto shall be given to the respective Parties at the following addresses, or at such other addresses as the respective Parties may provide in writing for this purpose: CONTRACTOR: Royal Coaches Auto Body and Towing 14827 Ramona Blvd Baldwin Park, CA 91706 Attn: William Salazar SAFE: Riverside County Service Authority for Freeway Emergencies FSP Program P.O. Box 12008 Riverside, CA 92502-2208 Attn: Brian Cunanan Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. mail, first class postage prepaid, and addressed to the Party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.32 Electronic Delivery of Agreement. A manually signed copy of this Agreement which is transmitted by facsimile, email or other means of electronic transmission shall be deemed to have the same legal effect as delivery of an original executed copy of the Agreement for all purposes. 3.33 Amendment or Modification. No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 3.34 Entire Contract. This Agreement contains the entire Agreement of the Parties relating to the subject matter hereof and supersedes all prior negotiations, contracts or understandings. 474 3.35 Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.36 No Waiver. Failure of CONTRACTOR to insist on any one occasion upon strict compliance with any of the terms, covenants or conditions hereof shall not be deemed a waiver of such term, covenant or condition, nor shall any waiver or relinquishment of any rights or powers hereunder at any one time or more times be deemed a waiver or relinquishment of such other right or power at any other time or times. 3.37 Eight -Hour Law. Pursuant to the provisions of the California Labor Code, eight hours of labor shall constitute a legal day's work, and the time of service of any worker employed on the work shall be limited and restricted to eight hours during any one calendar day, and forty hours in any one calendar week, except when payment for overtime is made at not less than one and one-half the basic rate for all hours worked in excess of eight hours per day ("Eight -Hour Law"), unless CONTRACTOR or the Services are not subject to the Eight - Hour Law. CONTRACTOR shall forfeit to SAFE as a penalty, $50.00 for each worker employed in the execution of this Agreement by him, or by any sub -consultant under him, for each calendar day during which such workman is required or permitted to work more than eight hours in any calendar day and forty hours in any one calendar week without such compensation for overtime violation of the provisions of the California Labor Code, unless CONTRACTOR or the Services are not subject to the Eight -Hour Law. 3.38 Subpoenas or Court Orders. Should CONTRACTOR receive a subpoena or court order related to this Agreement, the Services or the Project, CONTRACTOR shall immediately provide written notice of the subpoena or court order to the SAFE. CONTRACTOR shall not respond to any such subpoena or court order until notice to the SAFE is provided as required herein and shall cooperate with the SAFE in responding to the subpoena or court order. 3.39 Survival. All rights and obligations hereunder that by their nature are to continue after any expiration or termination of this Agreement, including, but not limited to, the indemnification and confidentiality obligations, and the obligations related to receipt of subpoenas or court orders, shall survive any such expiration or termination. 3.40 Counterparts. This Agreement may be signed in one or more counterparts, any one of which shall be effective as an original document. 3.41 Incorporation of Recitals. The recitals set forth above are true and correct and are incorporated into this Agreement as though fully set forth herein. 3.42 Conflicting Provisions. In the event that provisions of any attached exhibits conflict in any way with the provisions set forth in this Agreement, the language, terms and conditions contained in this Agreement shall control the actions and obligations of the Parties and the interpretation of the Parties' understanding concerning the performance of the Services. 475 In the event the standards set forth in this Agreement conflict with the standards set forth in any exhibit hereto, the higher standard shall govern. 3.43 Attorneys' Fees and Costs. If any legal action is instituted to enforce or declare any Party's rights hereunder, each Party, including the prevailing Party, must bear its own costs and attorneys' fees. This paragraph shall not apply to those costs and attorneys' fees directly arising from any third party legal action against a Party hereto and payable under Section 3.21, Indemnification. 3.44 Consent. Whenever consent or approval of any Party is required under this Contract, that Party shall not unreasonably withhold nor delay such consent or approval. 3.45 No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. [Signatures on following page] 476 SIGNATURE PAGE TO AGREEMENT 22-45-073-00 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date first herein written above. RIVERSIDE COUNTY TRANSPORTATION COMMISSION ACTING AS THE RIVERSIDE COUNTY SERVICE AUTHORITY FOR FREEWAY EMERGENCIES ROYAL COACHES AUTO BODY AND TOWING By: By: RCTC Chair Name Title APPROVED AS TO FORM: Attest: By: By: Best Best & Krieger LLP, Counsel to the Riverside County Its: Secretary Service Authority for Freeway Emergencies 477 EXHIBIT "A" Scope of Services 478 1.0 GENERAL INFORMATION 1.1 Background & Introduction In 1986, the Commission established itself as the Riverside County Service Authority for Freeway Emergencies (RC SAFE) after the enactment of SB 1199 in 1985. The purpose of the formation of SAFEs in California was to provide call box services and, with excess funds, provide additional motorist aid services. Funding for RC SAFE is derived from a one dollar per vehicle registration fee on vehicles registered in Riverside County. Initially, these funds were used only for the call box program. As additional motorist aid services were developed, SAFE funds were also used to provide Freeway Service Patrol (FSP) and the Inland Empire 511 traveler information services as part of a comprehensive motorist aid system in Riverside County. In 1990, Proposition C was passed to fund transportation improvements and to help reduce traffic congestion in California. From this, the FSP program was created by Caltrans, which developed the corresponding Local Funding Allocation Plan to distribute funds to participating jurisdictions. In addition to funding received from Caltrans, agencies are required to contribute a 25 percent local match. For the Commission, SAFE revenues are used to meet this match requirement. The Commission, acting in its capacity as the SAFE, is the principal agency in Riverside County, in partnership with Caltrans and the California Highway Patrol (CHP), managing the FSP program. The purpose of the FSP program is to provide a continuously roving tow services patrol along designated freeway segments (referred to as beats) to relieve freeway congestion and facilitate the rapid removal of disabled vehicles and those involved in minor accidents on local freeways. Contracts to provide FSP tow service are competitively bid as needed for each beat. 1.2 Project Description The purpose of the FSP program is to provide a continuous roving patrol for the rapid removal of disabled vehicles and those involved in minor accidents from the freeway. Where traffic conditions permit, safe removal of small debris will be required. Vehicle operators shall be responsible for clearing the freeway of automobiles, small trucks, and small debris. When and where conditions warrant, service may be executed on the freeway shoulders. Where conditions do not warrant, vehicle operators will remove the vehicles from the freeway to provide service. FSP vehicles shall continuously patrol their assigned beat, respond to CHP calls for Services, use the designated turnaround locations, and use the CHP identified designated drop locations. FSP vehicle operators may be required to perform minor services such as change flat tires, provide "jump" starts, provide one gallon of gasoline or diesel fuel, temporarily tape cooling system hoses, and refill radiators in a safe and efficient manner. Vehicle operators may spend a maximum of ten (10) minutes per disablement in attempting to mobilize a vehicle. 479 If a disabled vehicle cannot be mobilized within the ten-minute (10) time limit, it shall be towed to a designated drop location identified by the CHP. The motorist can request the FSP vehicle operator to call the CHP Communications Center to request a CHP rotational tow or other services. FSP vehicle operators shall not be allowed to tow as an independent contractor from an incident that occurred during the FSP shift unless called as a rotation tow by CHP after the FSP shift has ended. If called as a rotation tow after a FSP shift, the vehicle operator must remove all FSP markings such as vests, uniforms, and magnetic vehicle signage. There may be some instances where FSP operators may be requested to provide assistance to CHP officers. FSP operators shall follow the instructions of the CHP officer at the scene of any incident within the scope of the FSP program. All FSP services shall be provided at no cost to the motorist. FSP vehicle operators shall not accept gratuities, perform secondary towing services, recommend secondary tows, or recommend repair/body shop businesses. Freeway Service Patrol hours of operation are 5:30 a.m. to 8:30 a.m. and 2:30 p.m. to 6:30 p.m., Monday through Thursday; and 5:30 a.m. to 8:30 a.m. and 12:30 p.m. to 6:30 p.m. on Friday. Select beat(s) may also have weekend (10:00 a.m. to 6:00 p.m.) and/or weekday mid -day service (time between AM/PM shifts) schedules. Contractor vehicles shall be exclusively dedicated to the service during FSP service hours. All vehicle maintenance activities shall be conducted during non -service hours. The FSP operates on selected freeway segments referred to as "Beats". Each Beat has specific turnaround locations and designated drop locations identified by the California Highway Patrol (CHP). The Scope of Services (Section 2.0) hereunder identifies the specific limits, number of tow trucks, number of back-up trucks, hours of operation, and tentative holidays on which the cost of each beat shall be based. RCTC reserves the right to add or delete holidays to the work schedule. Travel time to and from the Beat will be at the expense of the Contractor. To be awarded a contract, a Contractor must have a tow facility within close proximity to the service area, have been in business as a tow service operator for a minimum of five (5) years, and have a minimum of one (1) full year experience working under contract/agreement and in good standing within the last three (3) years with any type of law enforcement agency. A Contractor with no prior FSP experience shall be considered NEW and may only be awarded one FSP beat. A Contractor that has been terminated for cause from any FSP contract within the state shall not be eligible to participate in the Riverside County FSP program. A NEW Contractor, who remains in good standing, as determined by FSP management, may be considered for additional beat awards in future procurements. An existing Contractor that is not in good standing as determined by information received by the FSP management staff at the time of their proposal may, at the discretion of FSP 480 management, be limited to the number of beats the Contractor is awarded, including not being awarded any beats. FSP Management Staff reserves the right to limit the number of beats awarded to one Contractor. At any time during the contract's term, RCTC reserves the right to adjust Beat specifications and Beat hours to better accommodate demand for the service, or the availability of funding. These changes can occur during the course of the contract through written change orders. If warranted during the service hours of operation, the Contractor may be requested to temporarily reassign his/her FSP operators/trucks to locations outside its assigned Beat. Tow Operators may be permitted to do this only upon CHP and/or RCTC approval. FSP vehicle operators shall follow the instructions of the CHP officer at the scene of any incident within the scope of the FSP program. The contract start date for Beats 1 & 2, 18 & 19 is December 1, 2022 The first day of FSP service is Thursday, December 1, 2022. These are 5 -year contracts that expire on November 30, 2027. If awarded a contract, the Contractor shall have one hundred fifty-five (155) calendar days for Beats 1 & 2 and 18 & 19, after the notice of award (notice of award tentatively expected on or around June 8, 2022), in which to acquire the required equipment and hire and train vehicle operators. The Contractor shall have the appropriate number of primary and back- up trucks ready for equipment installation and CHP inspection no later than November 10, 2022. Any company that cannot meet the above -mentioned requirements shall not be awarded the contract(s). 2.0 Beat Description/Summary FSP operates on selected freeway segments referred to as "beats". Each beat has specific turnaround locations and designated drop locations identified by the CHP. The specific limits, number of tow trucks, number of back-up trucks and hours of operation, including the holiday schedule, are detailed below. SAFE reserves the right to add or delete holidays to the work schedule, provided that SAFE provides CONTRACTOR seven (7) days advanced notice of such addition or deletion. Travel time to and from the beat will be at the expense of the CONTRACTOR. At any time, SAFE reserves the right to adjust beat specifications to better accommodate demand for the Services, or availability of funding. These changes can occur during the course of this Contract through written change orders. If warranted and during the hours of operation of the Services, the CONTRACTOR may be requested to temporarily reassign his/her FSP operators/trucks to locations outside the assigned beat. 481 FSP Contract Beat # Beat Description One -Way Length in Miles # Primary FSP Trucks in both AM and PM # Backup FSP Trucks 1 & 2 Beat 1: SR -91 from Orange County line to Lincoln Ave. Beat 2: SR -91 from Lincoln Ave. to Magnolia Ave. and 1-15 from Hidden Valley Parkway to Magnolia Ave. 5.4 8.2 3 for weekday AM/PM service (1 for weekday mid -day and 1 for weekend service) 1 18 & 19 Beat 18: 1-215 from Riverside County line to Central Ave. Beat 19: 1-215 from Alessandro to SR -74/W 4th St. 5.8 10.2 3 1 2.1 Hours of Operation: Monday through Thursday: 5:30 a.m. to 8:30 a.m., and from 2:30 p.m. to 6:30 p.m. Friday: 5:30 a.m. to 8:30 a.m., and from 12:30 p.m. to 6:30 p.m. Each Beat requires at least one backup truck available at all times. RCTC reserves the right to change Beat hours and operational requirements during the course of the contract. a. Total estimated service hours per vehicle/per year: 1,950 Note: Add additional 1,500 hours for mid -day service and 850 hours for weekend service per year. b. In addition to the above service hours, at the discretion of RCTC and CHP, additional service may be requested on certain "high traffic days" on/or following certain holidays (e.g. July 4th, Labor Day, and Memorial Day). Contractor will be notified at least one week prior to when this service is to be provided. During FSP shifts that require a 30 -minute meal period break to be provided pursuant to Labor Code section 512, the Contractor shall either make arrangements for another certified FSP driver to provide the contracted FSP coverage during those breaks or not be compensated for each 30 -minute meal period break during which FSP service is not 482 provided. In no case shall the Contractor be entitled to compensation from RCTC for time during which its FSP driver is taking a 30 -minute meal period break, unless the Contractor has provided another driver to cover this 30 -minute meal period break. 2.2 Holiday Schedule Proposer shall submit its cost proposal for provision of the required FSP tow services five days each week, Monday through Friday, of each year during the contract term, except for the following ten (10) holidays: 1. Martin Luther King, Jr. Day (Monday) 2. Presidents' Day (Monday) 3. Memorial Day (Monday) 4. Independence Day (July 4 - varies) 5. Labor Day (Monday) 6. Veterans Day (varies) 7. Thanksgiving Day (Thursday) 8. Day after Thanksgiving (Friday) 9. Christmas Day (December 25 - varies) 10. New Year's Day (January 1 - varies) 3.0 FSP Management and Representatives RCTC has entered into a Memorandum of Understanding with the California Department of Transportation (Caltrans) and CHP, in order to provide peak hour freeway service patrols on selected freeway segments for traffic mitigation, as well as air quality improvement within Riverside County. RCTC, Caltrans, and CHP will jointly oversee the service. RCTC serves as the contract administrator and funding partner; Caltrans provides oversight; and CHP is responsible for the daily operations and field supervision of the program. Authority for FSP derives from (a) Section 21718 (A) of the California Vehicle Code, which allows FSP trucks supervised by the CHP to stop on freeways for the purpose of rapid removal of impediments to traffic, and (b) Article 3, Section 91, of the Streets and Highways Code, which states that Caltrans is responsible for traffic management and removing impediments from the highways, as well as improving and maintaining the state highways. 3.1 Standard Operating Procedures The guidelines and policies of the FSP program, which promote a safe work environment and maintain a level of professionalism, are contained in the Standard Operating Procedures (SOP) manual developed by the CHP. The SOP and any updates to it are incorporated into the contract with RCTC, therefore, the Contractor and their vehicle operators are responsible to operate and adhere to the most recent version of the SOP at all times. 483 Contractor shall be held responsible for maintaining an updated SOP (latest version issued with the RFP), which is incorporated herein by reference. SOP revisions and updates shall be unilaterally issued by RCTC or CHP, as deemed necessary by CHP or the FSP Technical Advisory Committee, and all changes, revisions and updates to the SOP, if any, shall supersede all previous or existing SOPs. A copy of the SOP is included as part of the original RFP package and additional hard or soft copies can be provided to all interested parties upon request. Vehicle operators or trucks found not to be in compliance with FSP procedures defined in the SOP may be penalized, suspended, and/or terminated from the FSP program and the company may also be assessed liquidated damages amounts for said violations as described herein. Liquidated damages are inclusive of other remedies at law and/or those described under the terms of the contract. Refer to Proposal Pricing Form for further details on violations and penalties. 4.0 Vehicles 4.1 Tow Truck Requirements Primary and back-up FSP tow trucks shall be exclusively dedicated to the FSP program during FSP service hours of operation. They are not required to be exclusive during non- FSP hours. All vehicle maintenance activities shall be conducted during non -Service hours. When conducting the Services on a FSP shift, the CONTRACTOR's vehicle shall display all FSP markings and the vehicle operator shall wear a FSP uniform. The FSP will utilize, at a minimum, Class A tow trucks with a minimum gross vehicle weight rating of 14,000 pounds, dual wheel chassis, and a four (4) ton recovery equipment rating. All trucks proposed for use in the FSP Program must be less than one (1) year old with a maximum of 50,000 miles on the chassis and working parts of the truck at the onset of the contract, free of any mechanical defects or physical damage and have a clear (non -salvage) title. Extenuating circumstances dictating departure from this specification should be at the consensus of the local FSP partners. The CHP, in conjunction with Caltrans or the regional transportation agency, should verify the original purchase dates to ensure compliance. Lastly the truck shall have seating capabilities for five (5) adults. All FSP tow trucks must be Department of Transportation (DOT) compliant, as well as California Air Resources Board (CARB) compliant. This includes an engine that has been certified by CARB, as required by law in the State of California. Any tow truck that is utilized for the FSP Program must comply with emission standards set forth by DOT and CARB, as well as all local, state, and federal laws associated with that truck and as outlined in the RFP. Each tow truck shall be equipped in accordance with the CHP's Freeway Service Patrol Manual and Standard Operating Procedures Manual and, at a minimum, shall include the following: 484 a. Equipment & Supplies (Required) 1. Wheel lift towing equipment, with a minimum lift rating of 4,000 pounds, with wheel lift extended. All tow equipment shall include proper safety straps. 2. Boom with a minimum static rating of 8,000 pounds. 3. Winch Cable - 8,000 pound rating on the first layer of cable. 4. Wire rope - 100ft., 3/8 inch diameter, 6 x19 or OEM specifications. 5. Two (2) Tow chains 3/8" alloy or OEM specs., J/T hook assembly. 6. Rubber faced push bumper. 7. Mounted spotlight capable of directing a beam both front and rear. 8. Amber warning lights with front and rear directional flashing capability, with on/off switch in cab. 9. Public address system. 10. Power outlets ("hot boxes"), front and rear mounted, with outlets compatible to 12 -volt booster cables. 11. Heavy duty, 60+ amp battery. 12. Radios with the ability to communicate with the Contractor's base office (Verizon). 13. Programmable scanners capable of scanning between the 39 and 48 MHz used by the CHP. Scanners need to be capable of scanning CHP Police frequencies, and must be mounted for safety concerns. 14. Suitable cab lighting. 15. Trailer hitch capable of handling a 1 7/8 -inch ball and 2 inch ball. 16. One (1) 1 7/8 -inch ball and one (1) 2 inch ball. 17. Rear work lights. (4) 18. Safety chain D -ring or eyelet mounted on rear of truck. 19. Motorcycle straps. (2) 20. Diesel fuel in plastic jerry cans. (5 gallons) 21. Unleaded gasoline in plastic jerry cans. (5 gallons) 22. Safety chains min. 5ft. min. 5/16" Alloy or OEM Spec. (2) 23. First aid kit (small 5" x 9"). (1) 24. Fire extinguisher aggregate rating of at least 4 B -C units. (1) 25. Pry bar - 36" or longer. (1) 26. Radiator water in plastic container. (5 gallons) 27. 4" x 4" x 48" wooden cross beam. (1) 28. 4" x 4" x 60" wooden cross beam. (1) 29. 24" wide street broom. (1) 30. Square point shovel. (1) 31. Highway flares 360 minutes min. 32. Cones 18" height, reflectorized with tape. 33. Hydraulic Floor Jack: 2 -ton AND 34. 2 -ton jack stand 35. Wheel chock 36. Four-way lug wrench (1 std.). (1) 37. Four-way lug wrench (1 metric). (1) 38. Rechargeable compressor or refillable air bottle, hoses and (1) 485 fittings to fit tire valve stems, 100 psi capacity. 39. Flashlight and spare batteries. (1) 40. Flashlight and spare batteries or charger (1) 41. Tail lamps/stop lamps, portable remote with extension cord. (1 set) 42. Booster cables, 25 ft. long minimum, 3 -gauge copper wire (1 set) with heavy-duty clamps and one end adapted to truck's power outlets. 43. Funnel, multi -purpose, flexible spout. (1) 44. Pop -Up dolly (with tow straps), minimum rating of (1) 3,900 pounds portable for removing otherwise un-towable vehicles. 45. Dolly steel pry bar (1) 46. 5 -gallon can with lid filled with clean absorb -all. (1) 47. Empty trash can with lid (5 gallon). (1) 48. Lock out set. (1) 49. Safety glasses. b. Equipment & Supplies (Recommended) 50. Towing slings rated at 3,000 pounds minimum. RECOMMENDED 51. Sling crossbar spacer blocks. RECOMMENDED (2) c. Tools (Required) Each FSP truck will be required to have a toolbox with the following minimum number of tools/supplies. A tool kit for small equipment items is required. The list may be supplemented at the Contractor's option and expense. 52. Screwdrivers-- i. Standard -1/8", 3/16", 1/4", 5/16" (1 each, min). ii. Phillips head - #1 and #2 (1 each, min). 53. Needle nose pliers (1) 54. Adjustable rib joint pliers, 2" min. capacity (1) 55. Crescent wrench - 8" (1) 56. Crescent wrench - 12" (1) 57. 41b. hammer (1) 58. Rubber mallet (1) 59. Electrical tape, roll (1) 60. Duct tape, 20 yard roll (1) 61. Tire pressure gauge (1) 62. Mechanic's wire (roll) (1) 63. Bolt cutters (1) 4.2 Tow Truck Appearance 486 FSP vehicles bearing the FSP title, logo, and vehicle identification number shall be painted white (includes the hood, fenders, doors, boom, and bed area - the entire truck is to be painted white). No trim is allowed. Lettering shall be in a blocked bold style parallel to the ground and shall be no less than 2 inches by 2 inches and no greater than 4 inches in height. Lettering can only be black in color (no other colors will be permitted). Letters shall be placed on the lower body of the truck toward the cab. Contractor's name on the boom is prohibited. The overall look of the truck must be approved by CHP prior to service implementation; therefore, any questions regarding this policy may be discussed with CHP prior to implementing, as truck compliance with current state FSP standards is required. No other accessory equipment, signage, or advertisements (mud flaps, stickers, employment advertisement, and so forth) shall be mounted or installed without prior CHP approval. This includes, but is not limited to: bras or window tint. It shall be the vehicle operator's responsibility to place detachable FSP markings on each vehicle during FSP service hours and to remove the detachable markings immediately upon completion of each shift. RCTC will supply each Contractor with the appropriate number of detachable markings for each Beat(s). If a marking is lost or damaged, the Contractor shall be responsible for the cost of the replacement markings. All FSP markings shall be returned at the termination of the contract. The cost of any RCTC and/or Caltrans/CHP supplied item and/or equipment not returned shall be deducted from the Contractor's final payment. FSP markings, as well as vehicle numbers, shall be required on both sides of all trucks. The detachable markings (magnetic FSP signage) provided by RCTC, must be placed on the center of the driver and passenger doors of the vehicle. The vehicle operator shall be required to keep the title and logos clean, straight, and in readable condition throughout the FSP shift. The operator is also required to keep the magnetic signage flat (do not bend in any way), clean, and out of direct sunlight while being stored during non-FSP operational hours. 4.3 Vehicle Inspections Prior to commencement of service, the CHP will inspect each vehicle designated for the FSP to ensure that it meets the vehicle specifications and to ensure that it meets or exceeds safety requirements. These inspections will occur prior to the start of service. Succeeding inspections will occur periodically as determined by the CHP. Documentation of the vehicle identification number and successful completion of the inspection will be kept on file at the CHP office and Contractor's base office. Any unsafe, poorly maintained, or improperly equipped vehicle(s) shall be removed from service, and if discovered to be in such a condition during the shift said vehicle(s) shall be removed from service or repaired as directed by the CHP, and the Contractor shall be fined three (3) times the hourly contract rate in one (1) minute increments for the remainder of that shift, plus the loss of revenue for the down time. Spare vehicles, also known as "back-ups", will be required to complete the shifts of vehicles removed from service. The Contractor will be required to have a spare FSP vehicle available for service for the duration of each and every FSP shift. 487 The vehicle operator shall be required to complete a pre -operation shift inspection log of the vehicle as well as inventory the required equipment prior to the start of each and every shift. The vehicle operator shall be required to complete a driver log, which is used to track the mileage. A shift inspection/inventory log shall be completed by the vehicle operator prior to the start of each shift and be available for inspection. Any item missing must be replaced prior to the start of the shift. All equipment stored on top of the truck shall be secured to the truck. 4.4 Spare/Back-Up Vehicles The Contractor shall be required to have one FSP Certified Back -Up tow truck available per Beat during FSP service hours that is in full compliance with the agreement, unless otherwise authorized by RCTC and CHP in writing. During FSP service hours, the spare vehicle shall be kept at the Contractor's yard or staged adjacent to the assigned beat. The FSP Certified Back -Up tow truck should be used when a Certified Primary FSP tow truck is unavailable. The FSP Certified Back -Up tow truck shall meet the same requirements for equipment, set-up, and color as the Certified Primary FSP tow truck. It shall meet all the vehicle equipment specifications. Refer to Attachment H for further details on violations and penalties. 4.5 Vehicle Breakdown and Other Missed Service The spare vehicle must be in service on the Beat within 45 minutes of the time a permanently dedicated vehicle is taken out of service for any reason. The Contractor shall not be paid for the time period that the contractually required trucks are not in service. If a vehicle is not made available within the required 45 -minute time period, the Contractor shall be fined three (3) times the hourly contract rate in one (1) minute increments for every minute that exceeds the 45 minute replacement period until a certified FSP compliant spare/back-up vehicle is provided. If a truck is not ready due to breakdown at the start of a shift, the fine time will be calculated from the start of the shift until a replacement is placed into service. If the entire shift is missed, Contractor shall be fined for the entire shift at three (3) times the hourly rate times the total minutes for the affected shift. Vehicle maintenance shall be performed during non-FSP service hours. In addition, not having a certified FSP "spare or back-up" vehicle operator available is not an allowable excuse for not having a spare (back-up) vehicle on the beat within the 45 - minute time period. If the Contractor does not have a dedicated or spare truck on the Beat because a certified FSP vehicle operator is not available, the Contractor shall be fined three (3) times the hourly contract rate in one (1) minute increments until a certified FSP replacement vehicle operator is provided. If the entire shift is missed because a vehicle operator was not available, the Contractor shall be fined for the entire shift at three (3) times the hourly rate times the total minutes for the affected shift. 488 5.0 Communications Equipment and Computers 5.1 Communications Equipment Each FSP vehicle shall be equipped with various communication devices that will enable the vehicle operator to communicate with the CHP Communications Center. All vehicles shall be equipped with an Automatic Vehicle Location (AVL) system, radios, and Data Collection Devices (DCD). The AVL system, radio, and DCD equipment shall be purchased, owned, and supplied by RCTC. RCTC shall select the equipment installation vendor. The Contractor shall be responsible for maintaining the security of the vehicle communication equipment provided by RCTC. The Contractor shall be liable for any damage to the RCTC-owned communication equipment. The Contractor shall also be liable for the full replacement value of the communication equipment installed in the trucks while in the care, custody, and control of the equipment. RCTC will deduct repair fees as well as the full replacement cost of any RCTC equipment due to improper use or negligence by the Contractor, from any payment due to the Contractor. RCTC-supplied vehicle communications equipment shall be returned in full working condition upon contract termination. The cost of any equipment not returned within a reasonable time period shall be deducted from the Contractor's final payment. Programmable scanners capable of scanning between the 39 and 48 MHz used by CHP shall be supplied by the Contractor and shall be installed (mounted) in all vehicles. The Contractor is also required to use Verizon wireless cell phones with push -to -talk -plus capability, or equivalent, for communications with the CHP Communications Center and the CHP Field Supervisor. Wireless cell phones shall be purchased and maintained by the Contractor. The Contractor will also be responsible for all operating costs as well. In addition, tow operators are not permitted to take pictures, video, or capture any other images while performing FSP duties during FSP operational hours. These actions will not be tolerated and a vehicle operator may be terminated if it is discovered they are doing so. In addition, any input of data into the DCD shall not be allowed while the vehicle is being operated/driven. Use of other devices while driving/operating a vehicle such as cell phones is prohibited by California State Law. The FSP vehicles shall be equipped with a public address system. The public address system shall have the capability for the driver of the disabled vehicle to hear instructions transmitted from the cab of the FSP vehicle when the FSP vehicle is directly to the rear of the disabled vehicle. 5.2 Computer Equipment The Contractor must have and maintain a desktop computer workstation with high-speed internet access and email to communicate with RCTC staff. 489 The Contractor must ensure that the DCD equipment is inspected and cleaned on a quarterly basis, or more frequently if needed. All DCD equipment should have the exterior protective case cleaned (protective outside case) and screen protector shall be inspected for functionality and serviceability. Worn items shall be immediately reported to RCTC. All DCD equipment must be kept in a secure location. During non-FSP operational hours, DCD equipment shall not be left in a tow vehicle or go home with a vehicle operator or anyone else. All DCD equipment must be in a designated charging area at the tow operator's facility during non-FSP operational hours. The DCD equipment shall always have enough charge to complete each shift. In order to reduce instances of technology glitches. the DCD equipment shall be turned off/turned on at least once per week. DCD equipment is to be with the vehicle operator in their FSP truck during FSP operational hours. Any other location shall not be permitted. The Contractor shall immediately report any issues with the workstation or the DCD equipment to the RCTC FSP Program Manager or one of the FSP CHP Officers. Contractor is directly responsible to ensure their computer workstation is operating and has internet access at all times - this is a contract requirement. The Contractor shall provide access to the DCD equipment for RCTC staff, or their designated designee, at any time during the course of the Contract. In addition, the Contractor shall also make the workstation available to RCTC, or its designee, 30 calendar days prior to the start of the new service. The Contractor shall provide an annual inspection report to RCTC indicating the status of all equipment. RCTC will provide the submittal form. Tow operators should consider the accurate completion and timely return of this form as part of their contract requirements. 5.3 Equipment Tampering Tampering with FSP communication/tracking equipment so that it does not function properly to RCTC's specifications, and/or is disconnected or moved (without FSP Management authorization) from its original installed location is strictly prohibited. This includes but is not limited to: breaking evidence tape/connection sealer on equipment connections, cutting wires or cables, moving mounted equipment (speakers, microphones, antennas, etc.), rerouting any wiring, disconnecting any connectors, Contractor/subcontractor unintentionally altering equipment or connections to equipment during vehicle maintenance or repair, or interfering with the operations of the equipment. If tampering is suspected, FSP Management may conduct an inspection of the equipment on the Beat or the vehicle may be sent to a designated location determined by FSP Management. 1. If tampering is found while the vehicle is used during FSP operational hours, the vehicle operator and vehicle will be immediately taken out of service and the Contractor shall be fined in one (1) minute increments at three (3) times their 490 hourly rate, until such time that the back-up truck is deployed. Please note that if tampering is discovered, the penalties (three times the hourly rate in one minute increments) shall begin immediately upon the discovery of the tampering. The normal 45 -minute back-up truck time allowance will not be considered "non - penalty" time under these circumstances. The penalties shall begin immediately upon the tampering being discovered. 2. If the vehicle is suspected to have equipment that has been tampered with, it may be sent to a designated location determined by FSP Management and CHP for an inspection. If tampering is found, the Contractor will be retroactively fined three (3) times the hourly rate in one (1) minute increments from the time the tampering was first suspected. The penalties will continue until a certified FSP back-up truck is deployed. The normal 45 -minute back-up truck time allowance will not be considered "non -penalty" under these circumstances. Tampering Repairs If tampering is discovered during FSP operational hours, the vehicle will be taken out of service and will remain out of service until the repair and the documentation can be completed by the FSP Program designated technician. FSP Management determines the designated technician. The transportation, labor, and repair costs will be the responsibility of the Contractor. Costs incurred to repair and document the equipment will be deducted from the Contractor monthly invoice. Tampering Penalties The Contractor will also be assessed a $250 fine (whether the tampering is discovered while on the Beat, or if it was suspected and later confirmed) per incidence on their monthly invoice. If it is determined that the vehicle operator tampered with the equipment, the vehicle operator will be suspended for a minimum of 30 days for the initial tampering offense and subject to termination from the FSP Program for any subsequent tampering violations. 6.0 Contractor Responsibilities 6.1 Appearance at Hearings If and when required by SAFE, Contractor shall render assistance at public hearings or other meetings related to the performance of the Services. 6.2 Damage Complaints Upon receiving a damage complaint from a motorist assisted by the Contractor, that the Contractor damaged their vehicle while lending assistance, the Contractor shall notify CHP immediately regarding the nature of the damage complaint and its disposition. The Contractor shall reply to the motorist by telephone within twenty-four (24) hours of receiving the damage complaint notification from CHP. If necessary, the Contractor shall send either his or her authorized representative or his or her insurance company 491 representative to inspect the vehicle and complete an incident report within forty-eight (48) hours after receiving the damage complaint. If the investigation shows that damage to the vehicle could have been caused by the Contractor, the Contractor shall negotiate in good faith to try and resolve the issue and shall report to CHP the result of the negotiations. All complaints shall be resolved within a reasonable time -period after being received. 6.3 Complaint Review Committee The FSP Technical Advisory Committee ("FSP TAC") is composed of voting members from CHP, SAFE, and Caltrans. Voting members of the FSP TAC are hereby designated as the members of the Damage Complaint Review Committee ("DCRC"). If the DCRC finds that justifiable complaints are not resolved within a reasonable timeframe, it can recommend that payment to the Contractor in the amount of the damage claim may be deducted from the Contractor monthly invoice. 6.4 Trend Meetings Contractor shall attend, or send a designated management -level representative, to all trend meetings (i.e. required FSP TAC meeting which meets every other month). These trend meetings will encompass focused and informal discussions concerning, but not limited to: scope, Services, schedule, current progress of Services, relevant cost issues, and future objectives. Contractor shall be responsible for having a representative attend all meetings (i.e. FSP TAC meetings) that has the ability to make management -level decisions on the behalf of the Contractor. If the Contractor cannot have a management -level representative at a meeting, Contractor shall notify SAFE and CHP prior to the meeting. Management -level attendance at these meetings shall be considered part of the Contractor's contractual responsibility. Meetings are scheduled, and Contractor will be notified of such schedule, no later than three (3) working days prior to the meeting. 7.0 Vehicle Operators 7.1 Operator Qualifications and Performance All potential vehicle operators shall be required to have a safe driving record and, at a minimum, a valid Class C driver's license. All vehicle operators shall be 18 years of age or older at the time of background check. Potential vehicle operators shall be subject to driving record and criminal background checks through the California Highway Patrol. Potential vehicle operators shall be sufficiently experienced in the tasks of tow truck operations and proficient with all required Freeway Service Patrol equipment to provide safe and proper service. Any certified vehicle operator from other FSP areas will be evaluated on a case -by - case basis. All potential vehicle operators must be capable of demonstrating their tow operating abilities prior to formal CHP training, also known as proficiency testing. Additionally, the vehicle operators will be required to exercise good, sound judgment in carrying out their duties. Vehicle operators shall be required to inform the CHP Communications Center any time they leave the assigned Beat. This includes breaks and 492 replenishing expendable items, such as: gasoline, fire extinguisher, etc. The vehicle operator shall be required to immediately notify the CHP Communications Center upon a tow truck breakdown. FSP vehicle operators will be responsible for accurately entering the required data into DCD equipment every shift. Each FSP vehicle operator shall complete an inspection worksheet prior to the commencement of driving the tow truck and a mileage log prior to beginning service on the Beat. The FSP vehicle operator shall be required to complete an assist record for each incident. Each assist record should be accurate. Contractors or Operators providing false or misleading information to FSP Management shall be subject to disciplinary action and will be handled on a case -by -case basis. FSP vehicle operators shall always complete the required procedures per the SOP when handling required forms. No duplicate survey numbers should be entered into the DCD equipment at any time. Vehicle operators are required to complete in their entirety the Release of Liability form and Damage Release form when applicable. These completed forms should be handed in to RCTC at a minimum every 60 days. If it is discovered that a vehicle operator has entered duplicate survey numbers, not properly completed the release forms, or not turned the release forms in timely, the Contractor may be subject to penalties as outlined in Proposal Pricing Form. CHP, Caltrans, and RCTC maintain strict drug and alcohol policies. Contractors shall have an alcohol and drug program that includes at a minimum, a drug and alcohol free workplace policy and an employee alcohol/drug-testing program. Any FSP vehicle operator found working under the influence of drugs or alcohol shall be immediately removed from the FSP program by the Contractor. The Contractor shall be responsible for providing a certified replacement vehicle operator for that vehicle. The Contractor shall be an active participant in the DMV Pull Notice Program. If a vehicle operator is convicted of a crime involving a stolen vehicle, stolen property, violence, drugs, or moral turpitude, fraud related to the towing business, or misdemeanor or felony driving while under the influence of alcohol or a drug, the Contractor shall permanently remove that vehicle operator from duties under the FSP program. If a vehicle operator is charged with any of the above crimes, the Contractor shall immediately suspend that vehicle operator from duties under this program pending the outcome of the criminal case. If the vehicle operator is not convicted, or is ultimately convicted of a lesser crime not described above, RCTC retains the right to have the Contractor remove that vehicle operator from the duties under the FSP program. 7.2 Operator Training At the Contractor's expense, all company owners, FSP vehicle operators, and back-up vehicle operators shall be required to present a certificate of completion of a SHRP 2/TIMS training course and to complete the CHP two-day training program which costs approximately $50.00 per vehicle operator (fee is for the DL64 Tow Truck Driver Certificate 493 and fingerprinting). Contractors shall pay all FSP operators and back-up vehicle operators for attending the training. No vehicle operator will be allowed to begin patrolling without meeting the requirements set forth in the SOP. Any vehicle operator who is found on patrol not meeting the requirements may be prohibited from further FSP service and the Contractor's contract may be terminated immediately. Mandatory CHP refresher training classes shall be attended. A minimum of four (4) hours refresher training per year shall be required (at Contractor's expense). Contractors shall pay all FSP vehicle operators and back-up vehicle operators for attending the required training. Vehicle operators will be required to utilize DCD equipment to input information about mileage, inspection, and each assist, which will include: location, vehicle make, model, license number, type of assistance provided, etc. Vehicle operators will be trained on using DCD equipment to enter data. 7.3 Operator Driving Record and Criminal History Check As required by California Vehicle Code Section 2340, all applicants and owners are required to have a driver's license and criminal history check. Only after a completed CHP 234F is received and accepted by CHP, a driver's license and preliminary criminal history check will be performed. The driver's license check will consist of confirming that the applicant has a valid driver's license and the applicant's point count is within standards set forth in this SOP (refer to Chapter 11, Annex A). The preliminary criminal history check will consist of a preliminary background check to determine if the applicant meets the criteria for a California Tow Truck Driver Certificate as outlined in California Public Resources Code Section 5164, California Vehicle Code Section 13377 and the FSP Contract. In addition, RCTC or the CHP may, in its sole discretion, require an Employer to replace any vehicle operator or reject a potential vehicle operator who it determines is not suitable to represent the FSP Program with the public. If the applicant passes the preliminary criminal history check, the applicant shall submit to fingerprinting. Driver's license and preliminary criminal history checks will be completed by CHP within ten (10) working days of the acceptance of a CHP 234F. 7.4 Vehicle Operator Uniform It shall be the responsibility of the Contractor to provide the vehicle operator with specified uniforms, black protective toe boots, nameplate, gloves and other equipment. The equipment includes navy blue coveralls or navy blue shirts and pants. If coveralls are worn, they shall have a collar with a zip front. Optionally, drivers may wear a standard navy blue (long -sleeve only) uniform shirt, with a fluorescent orange (must be only 2.5" wide) trim, with a 1/2" silver reflective tape down the middle. This allowed reflective tape must be on 494 both sleeves. All uniforms shall be clean, properly maintained, and replaced whenever excessively worn. Sleeves and pant legs shall be moderately tapered to avoid excessive fullness. A safety vest with reflective stripes shall be worn and supplied by RCTC. RCTC will supply vests with the FSP logo patches already sewn on per CHP's required patch placement locations. A FSP logo patch is not required to be sewn on the navy blue FSP vehicle operator uniform. A detachable brass or gold nameplate shall be worn with the first initial of the first name and full last name. Letters shall not exceed 1/z" tall. The nameplate shall be worn above the right chest pocket on the safety vest. The Contractor is responsible for obtaining FSP CHP approval of the driver nameplates, and the Contractor is responsible for the purchase and replacement of the FSP vehicle operator nameplate. All FSP vehicle operators shall wear general duty black work boots with protective (steel or composite) toe. During cold weather, a navy blue sweater or sweatshirt may be worn under the uniform shirt/coveralls. As an option, a navy blue jacket may also be worn, if it meets all the uniform specifications and is worn under the safety vest. Rain gear, if worn, shall be waterproofed material and navy blue or yellow in color. Hats, if worn, shall be baseball -type caps and navy blue in color. An "FSP" logo patch may be sewn on the hat above the brim. No other logos/names shall be accepted. A beanie may also be worn which must be navy blue in color and worn only with a jacket or long sleeve shirt under the vest. Contractor should refer to the most current SOP to ensure they are following the most recent requirements. SOP revisions and updates shall be unilaterally issued by RCTC, as deemed necessary by RCTC management, and all changes, revisions and updates to the SOP, if any, shall supersede all previous or existing SOPs. A copy of the SOP is included as part of the original RFP package. 7.5 Local Office The Contractor shall provide a local office for contract administration purposes. This office shall be staffed by either the Contractor or a person who has the authority to conduct business and make decisions on behalf of the Contractor. The office shall have business hours coinciding with Contractor's Beat(s) hours of operation. Through the Proposal document shown in the Contractor Representative Form, the Contractor shall designate representatives who will be available at the office during hours of operation to make decisions on behalf of the Contractor. The office shall be established within close proximity to the Contractor's Beat(s) and the County of Riverside. Also note in the Scope of Services, Section 4.4, a backup vehicle and a certified FSP vehicle operator must be available within a 45 -minute request of the Beat area. 495 This requirement may also determine if the local office is close enough to satisfy the requirements under this section. The Contractor shall also provide telephone and email through which he/she, or a responsible representative who has the authority to conduct business and make decisions on behalf of the Contractor, can be contacted during the non -service hours of operation for the length of the contract. During non -business hours, an answering machine provided at the Contractor's expense, shall be available to log calls, take complaints, etc. An email address that is monitored daily shall be provided for notification purposes during operational and non -service hours. The Contractor will be responsible for having a company representative monitor and review messages/notices on a daily basis. 7.6 Remedies and Liquidated Damages RCTC has a need to deal contractually with a range of failures by Contractors to meet contractual standards and requirements short of suspension or termination. Failure to meet contractual standards and requirements constitute a default under the contract and is subject to the various remedies provided in the contract, up to and including termination of the contract. It is clear that any default that is related to service or contractor's readiness for service will either degrade service or lead to the degradation of service. The failure to meet contractual standards and requirements, therefore, causes damages to the FSP program and its participants (RCTC, CHP and Caltrans) and to the public being served by the FSP program. Because of the public service nature of the mission of the FSP, described generally in the Standard Operating Procedures (SOP), to keep traffic and commerce flowing on the regional freeways, the damages arising from contractor's failure to meet the contractual standards and requirements are impractical or extremely difficult to ascertain on an individual basis. The contract has therefore established a series of remedies to attempt to deal with a range of defaults. The most egregious default will result in suspension or termination. Lesser defaults will result in the assessment of liquidated damages. These lesser remedies have been described in the SOP as fines, violations or penalties. This is not a correct characterization of the intent of the remedies. The remedies arise because the contractor is in default and the FSP and the public it serves is damaged by that default. The remedies are to compensate FSP for its damages and to encourage compliance with performance requirements of the contract. 496 EXHIBIT "B" Compensation and Payment r AGENDA ITEM 11 RIVERSIDE COUNTY TRANSPORTATION COMMISSION DATE: May 23, 2022 TO: Western Riverside County Programs and Projects Committee FROM: Brian Cunanan, Commuter & Motorist Assistance Manager THROUGH: David Knudsen, Interim External Affairs Director SUBJECT: Funding Agreement with the California Highway Patrol for Freeway Service Patrol Supervision STAFF RECOMMENDATION: This item is for the Committee to: 1) Approve Agreement No. 22-45-079-00 with the California Highway Patrol (CHP) to provide supervision and operation of the Freeway Service Patrol (FSP) program in Riverside County for a three-year term in an amount not to exceed $2,167,546; 2) Authorize the Chair or Executive Director, pursuant to legal counsel review, to execute the agreement on behalf of the Commission; and 3) Forward to the Commission for final action. BACKGROUND INFORMATION: The Riverside County FSP program is operated as a joint venture between the California Department of Transportation (Caltrans), CHP, and the Commission in its capacity as the Service Authority for Freeway Emergencies (SAFE). The Riverside County SAFE is responsible for administering the program, and the CHP provides daily field supervision to ensure service performance during FSP operating hours (below). The CHP has supplemental agreements with various SAFEs statewide for overtime and/or additional personnel. Since 2001, the Commission has executed agreements with CHP due to the limited personnel and nature of the FSP program. In addition to field supervision during FSP operating hours which start as early as 5:00am and end at 8:00pm on weekdays and start as early as 10:00am and end at 7:00pm on weekends, there are services performed between operating hours that support the program, therefore requiring CHP Officers to work overtime. Below is a sample of the services performed by FSP CHP Officers: In -field Supervisory Services Provided During FSP Operating Hours (not exhaustive): • Provide in -field, on scene, program supervision; • Provide on -the -spot decisions regarding incidents occurring in the field; • Enforce program rules and guidelines through in -field supervision; Agenda Item 11 498 • Conduct all investigations with regard to equipment, personnel, damage, and complaints; • Inspect tow trucks for regulatory compliance; • Serve as a FSP liaison between agencies, such as with other CHP personnel, Caltrans, cities, counties, etc.; and • Be available to the public for FSP concerns, questions, comments, complaints. Administrative Supervisory Services Provided During Non-FSP Hours (not exhaustive): • Initiate background checks and conduct testing, fingerprinting, and certifications for new FSP drivers; • Prepare training class materials (binders and maps); • Conduct training classes; • Track extra truck time, fines, penalties, and certificates (driver license, DL64, medical cards, and motor carrier permits); • Prepare monthly billing; • Maintain the standard operating procedures manual; • Maintain drop point maps to include changing local regulations; • Monitor the automatic vehicle locator system, tablets, radios, and other electronic FSP equipment; • Maintain required field -ready equipment such as backup tablets, radios, safety vests, and magnetic signs; • Participate in the request for proposal process for new contractors; • Maintain driver files and records for all FSP drivers; • Track FSP drivers' tenure and performance with regard to driver recognition and awards; and • Attend and occasionally host various FSP-related required meetings and trainings (Technical Advisory Committee and quarterly drivers' meetings). CHP jurisdictional boundaries govern oversight authority, and, in total, there are six dedicated FSP Officers, across two CHP divisions supporting Riverside County FSP operations. Four FSP Officers, based out of Inland CHP Division (Inland), support both Riverside and San Bernardino County FSP operations, and two Officers, based out of Border CHP Division (Border), oversee the south County service areas. CHP is provided an allocation by the state and does absorb some of the baseline personnel costs with that allocation — two Officers and one Dispatcher for Inland and one Officer for Border; however, supplemental agreements are needed to cover overtime, dispatch, and/or additional personnel. DISCUSSION The current agreement expires on June 30, 2022, and staff seeks approval for a new agreement with CHP for another three-year term. This new agreement will support overtime, dispatch, and additional personnel, as needed for Regular, Express Lanes, and Construction FSP services. Agenda Item 11 499 Staff coordinated with the CHP headquarters and local CHP division units (Border and Inland) to develop an estimate for the incremental CHP time and corresponding costs needed to support the aforementioned elements. For Riverside County FSP, CHP absorbs two FTE Officers and one Dispatcher for Inland and one half an FTE Officer and one Dispatcher for Border. As such, one half FTE Officer for Border is funded by this agreement. In addition to the baseline personnel, the draft agreement provides for a maximum amount of overtime hours for Officers and Dispatchers (as shown below) for each fiscal year at a statewide rate determined each fiscal year by CHP headquarters. The current rates are $93.59 per hour for Officers and $48.18 per hour for Dispatchers. CHP advised staff to apply the following rates for Fiscal Year 2022/23 - $105.91 per hour for Officers and $54.52 per hour for Dispatchers and estimate up to a 6 percent increase annually. The total amount of the three-year agreement shall not exceed $2,167,546. In the event CHP headquarters grants a rate increase, the Commission is required to reimburse the CHP at the new hourly rate, but in no event shall the total amount exceed the maximum contract amount. Below is a breakdown of the preliminary cost estimates and hours by fiscal year. FY 2023 FY 2024 FY 2025 Officer Hours 3,840 3,840 3,840 Dispatch Hours 2,620 2,620 2,620 FY 2023 FY 2024 FY 2025 Regular/Exp FSP $437,236 $463,470 $491,278 Construction FSP $112,301 $119,039 $126,181 $549,537 $582,509 $617,460 Border CHP 0.5 FTE $131,310 $139,189 $147,540 $1,749,505 OT Subtotal 418,040 FTE Subtotal $680,847 $721,698 $765,000 $2,167,546 Total CHP Contract Hours (Officer and Dispatch) are consistent across the term of the contract and monetary increases from year to year primarily reflect the potential annual rate and salary increases. Should any construction projects be identified at a later date or service schedule changes that result in expanded hours, staff may return to the Commission to seek an amendment to this agreement. The funding agreement provides for the reimbursement from the Commission to the CHP of those reasonable overtime expenses necessary to support the FSP program. The Commission only pays for actual supervision and dispatch time incurred, while the contract provides for both known and unforeseen FSP needs throughout the county. Both an Inland and Border CHP Lieutenant Commander provide direct supervision of the dedicated FSP Officers and reviews and approves Officer reimbursed overtime expenses. Auditing of these reimbursable expenses is performed both at the local CHP division level and at the state level by the FSP liaison contracts unit. Additionally, Commission staff compares invoices to historical and internal data. Agenda Item 11 500 FISCAL IMPACT Sufficient funding, consisting of Caltrans, SAFE, and toll revenues, for CHP supervision services is included in the proposed FY 2022/23 budget. Financial Information In Fiscal Year Budget: Yes N/A Year: FY 2022/23 FY 2023/24+ Amount: $680,848 $1,486,698 Source of Funds: State allocations (including SB1), SAFE, and toll revenues (1-15 and SR -91) Budget Adjustment: No N/A GL/Project Accounting No.: 002173 81016 00000 0000 20145 81002 009199 81014 00000 0000 591 3181002 001599 81014 00000 0000 515 3181002 Fiscal Procedures Approved: Date: 05/13/2022 Attachment: Draft Agreement No. 22-45-079-00 Agenda Item 11 501 State of California —Transportation Agency GAVIN NEWSOM, Governor DEPARTMENT OF CALIFORNIA HIGHWAY PATROL Business Services Section Contract Services Unit 601 N. 7th Street Sacramento, CA 95811 (916) 843-3610 (800) 735-2929 (TT/TDD) (800) 735-2922 (Voice) March 28, 2022 Sent Via Email to bcunanan@RCTC.org Riverside County Transportation Commission P.O. Box 12008 Riverside, CA 92502 Subject: Agreement Number 22R061000-0 Congratulations, you have been awarded the agreement. Please complete the following marked item(s) and return to the above address within ten (10) business days: STD. 213, Standard Agreement with attached exhibits. Sign the first page of the STD. 213, sign the additional single STD. 213, and return both copies. STD. 213A, Standard Agreement Amendment. Sign the first page of the STD. 213A, sign the additional single STD. 213A, and return both copies. STD. 210, Short Form Contract. Sign and return both copies. STD. 204, Payee Data Record. Complete and return. CCC, Contractor Certification Clauses. Complete and return. Obtain and forward the liability insurance certificate required by the terms of the Agreement. le Resolution, motion, order, or ordinance from the local governing body authorizing this Agreement. STD. 807, Payment Bond. Complete and return one copy. CHP 28, Voluntary Statistical Data. Complete and return. CHP 78V, Conflict of Interest & CHP 116, Darfur Certification Letter of Agreement. Sign and return both copies. Contract status. The enclosed agreement is signed on behalf of the Department of California Highway Patrol. Process and when approved, return an original to this office. The enclosed approved agreement is for your records. You are now authorized to provide services. .5'4. W. 4CLI ru SRIDHARAN KRISHNAMURTHY Contract Analyst Enclosures Safety, Service, and Security 010))1 502 An Internationally Accredited Agency Cover Letter_0119.xft SCO ID: 2720-228061000 STATE OF CALIFORNIA - DEPARTMENT OF GENERAL SERVICES STANDARD AGREEMENT STD 213 (Rev. 04/2020) AGREEMENT NUMBER 22R061000 PURCHASING AUTHORITY NUMBER (If Applicable) 1. This Agreement is entered into between the Contracting Agency and the Contractor named below: CONTRACTING AGENCY NAME Department of California Highway Patrol CONTRACTOR NAME Riverside County Transportation Commission 2. The term of this Agreement is: START DATE 07/01/2022 THROUGH END DATE 06/30/2025 3. The maximum amount of this Agreement is: $2,167,545.40 ( Two Million One Hundred Sixty -Seven Thousand Five Hundred Forty -Five Dollars and Forty Cents) 4. The parties agree to comply with the terms and conditions of the following exhibits, which are by this reference made a part of the Agreement. Exhibits Title Pages Exhibit A Scope of Work 11 Exhibit C General Terms and Conditions 5 -+ Items shown with an asterisk (*), are hereby incorporated by reference and made part of this agreement as if attached hereto. These documents can be viewed athttps://www.dgs.ca.gov/OLS/Resources IN WITNESS WHEREOF, THIS AGREEMENT HAS BEEN EXECUTED BY THE PARTIES HERETO. CONTRACTOR CONTRACTOR NAME (if other than an individual, state whether a corporation, partnership, etc.) Riverside County Transportation Commission CONTRACTOR BUSINESS ADDRESS P.O. Box 12008 CITY Riverside STATE CA ZIP 92502 PRINTED NAME OF PERSON SIGNING V. Manuel Perez TITLE Chair CONTRACTOR AUTHORIZED SIGNATURE See Exhibit A, Page 11 for Signatures DATE SIGNED STATE OF CALIFORNIA CONTRACTING AGENCY NAME Department of California Highway Patrol CONTRACTING AGENCY ADDRESS 601 N. 7th Street CITY Sacramento STATE CA ZIP 95811 PRINTED NAME OF PERSON SIGNING J. D. SACCANI TITLE Assistant Chief, Administrative Services Division CONTRACTING AGENCY AUTHORIZED SIGNATURE See Exhibit A, Page 11 for Signatures DATE SIGNED CALIFORNIA DEPARTMENT OF GENERAL SERVICES APPROVAL EXEMPTION (If Applicable) 503 Page1 of 1 RCTC Agreement #xxxxxxxxx CHP #22R061000 Exhibit A, Page 1 of 11 EXHIBIT A AGREEMENT BETWEEN STATE OF CALIFORNIA DEPARTMENT OF CALIFORNIA HIGHWAY PATROL AND RIVERSIDE COUNTY SERVICE AUTHORITY FOR FREEWAY EMERGENCIES FOR FREEWAY SERVICE PATROL THIS AGREEMENT is between the State of California acting by and through Department of California Highway Patrol (hereinafter referred to as CHP) P.O. Box 942898, Sacramento, California 94298-001 and Riverside County Transportation Commission, acting in its capacity as the Riverside County Service Authority for Freeway Emergencies (hereinafter referred to as RCTC) P.O. Box 12008, Riverside, CA 92502-2208. Collectively, CHP and RCTC may be referred to as the "Parties." ARTICLE 1. GENERAL INFORMATION A. This Agreement provides for CHP dispatch services and overtime oversight assistance in connection with the Freeway Service Patrol (FSP) program in Riverside County. Streets and Highways Code Section 2561, subdivision (c) defines "freeway service patrol" as a "program managed by the Department of the California Highway Patrol, the [California Department of Transportation] and a regional or local entity which provides emergency roadside assistance on a freeway in an urban area." B. Section 2401 of the California Vehicle Code (CVC) states that the Commissioner of CHP shall make adequate provisions for patrol of the highways at all times of the day and night. C. RCTC has the ability to provide local matching funds as required by the State Budget Change Proposal (BCP) for FSPs on freeways within Riverside County, which has qualified the county to participate in the State FSP program. Riverside County FSP will assist in transportation system management efforts, provide traffic congestions relief, and expedite the removal of freeway impediments, all of which will have the added benefit of improving air quality. 504 RCTC Agreement #xxxxxxxx CHP #22R061000 Exhibit A, Page 2 of 11 ARTICLE 2. TERMS AND CONDITIONS A. Riverside County's FSP program is intended to be funded with revenues derived from Service Authority for Freeway Emergencies (SAFE), State Budget Change Proposal funds, known as BCP, and Senate Bill 1 (SB 1) funds for the day-to-day contractor operation. RCTC is currently only provided two and one half officers (two Inland Division officers and one half time Border Division officer) to provide oversight for the program within their jurisdiction in accordance with funding available for the statewide FSP program. With ongoing additions and turnover of FSP program drivers, the provision of additional driver training and required certification classes by CHP are a necessity in order for RCTC's tow contractors to maintain their contractual obligation of having only certified FSP drivers perform FSP services. With only two and one half officers, it is difficult to provide classes as well as all other duties the officers are responsible for within regular duty hours. Therefore, it is necessary to fund an additional half time officer position for the Border Division and CHP overtime across both Border and Inland CHP Divisions for FSP program oversight assistance, incident investigations, administrative duties, and other field duties as required to maintain operational safety and code compliance. B. Should this Agreement be terminated under paragraph D, RCTC agrees to provide funding to reimburse CHP for those reasonable and allowable costs incurred and associated with the program overtime and administrative duties as defined in this Agreement up to the point of termination. C. The term of this Agreement shall be effective July 1, 2022 through June 30, 2025. D. The CHP and RCTC mutually agree that either party may terminate this Agreement upon sixty (60) days prior written notice to the other party. E. The CHP and RCTC agree that this Agreement may be amended by mutual written consent of both parties hereto. 505 RCTC Agreement #xxxxxxxx CHP #22R061000 Exhibit A, Page 3 of 11 F. RCTC agrees to reimburse CHP for actual costs incurred for FSP related duties performed by CHP officers ("Officers"), in accordance with the following schedule: i. For Regular FSP Program and Express Lanes (Inland Division): 1) Approximately 2,000 hours of available Officer overtime during fiscal year 2022/2023, reimbursed at an estimated rate of $105.91 per hour for an annual estimated amount of $211,820.00. 2) Approximately 2,000 hours of available Officer overtime during fiscal year 2023/2024, reimbursed at an estimated rate of $112.26 per hour for an annual estimated amount of $224,529.20. 3) Approximately 2,000 hours of available Officer overtime during fiscal year 2024/2025, reimbursed at an estimated rate of $119.00 per hour for an annual estimated amount of $238,000.95 ii. For Regular FSP Program and Express Lanes Dispatch (Inland Division): 1) Approximately 1,920 hours of available Dispatcher overtime during fiscal year 2022/2023, reimbursed at an estimated rate of $54.52 per hour for an annual estimated amount of $104,678.40. 2) Approximately 1,920 hours of available Dispatcher overtime during fiscal year 2023/2024, reimbursed at an estimated rate of $57.79 per hour for an annual estimated amount of $110,959.10. 3) Approximately 1,920 hours of available Dispatcher overtime during fiscal year 2024/2025, reimbursed at an estimated rate of $61.26 per hour for an annual estimated amount of $117,616.65. iii. For FSP Construction (Inland Division): (1) Approximately 350 hours of available Officer overtime during fiscal year 2022/2023, reimbursed at an estimated rate of $105.91 per hour for an annual estimated amount of $37,068.50. (2) Approximately 350 hours of available Officer overtime during fiscal year 2023/2024, reimbursed at an estimated rate of $112.26 per hour for an annual 506 RCTC Agreement #xxxxxxxx CHP #22R061000 Exhibit A, Page 4 of 11 estimated amount of $39,292.61. (3) Approximately 350 hours of available Officer overtime during fiscal year 2024/2025, reimbursed at an estimated rate of $119.00 per hour for an annual estimated amount of $41,650.17, iv. For FSP Construction Dispatch (Inland Division): (1) Approximately 350 hours of available Dispatcher overtime during fiscal year 2022/2023, reimbursed at an estimated rate of $54.52 per hour for an annual estimated amount of $19,082.00. (2) Approximately 350 hours of available Dispatcher overtime during fiscal year 2023/2024, reimbursed at an estimated rate of $57.79 per hour for an annual estimated amount of $20,226.92. (3) Approximately 350 hours of available Dispatcher overtime during fiscal year 2024/2025, reimbursed at an estimated rate of $61.26 per hour for an annual estimated amount of $21,440.54. v. For Regular FSP Program (Border Division): 1) Approximately 1,140 hours of available Officer overtime during fiscal year 2022/2023, reimbursed at an estimated rate of $105.91 per hour for an annual estimated amount of $120,737.40. 2) Approximately 1,140 hours of available Officer overtime during fiscal year 2023/2024, reimbursed at an estimated rate of $112.26 per hour for an annual estimated amount of $127,981.64. 3) Approximately 1,140 hours of available Officer overtime during fiscal year 2024/2025, reimbursed at an estimated rate of $119.00 per hour for an annual estimated amount of $135,660.54. vi. For FSP Construction (Border Division): (1) Approximately 350 hours of available Officer overtime during fiscal year 2022/2023, reimbursed at an estimated rate of $105.91 per hour for an annual estimated amount of 37,068.50. 507 RCTC Agreement #xxxxxxxx CHP #22R061000 Exhibit A, Page 5 of 11 (2) Approximately 350 hours of available Officer overtime during fiscal year 2023/2024, reimbursed at an estimated rate of $112.26 per hour for an annual estimated amount of $39,292.61. (3) Approximately 350 hours of available Officer overtime during fiscal year 2024/2025, reimbursed at an estimated rate of $119.00 per hour for an annual estimated amount of $41,650.17. vii. For FSP Construction Dispatch (Border Division): (1) Approximately 350 hours of available Dispatcher overtime during fiscal year 2022/2023, reimbursed at an estimated rate of $54.52 per hour for an annual estimated amount of $19,082.00. (2) Approximately 350 hours of available Dispatcher overtime during fiscal year 2023/2024, reimbursed at an estimated rate of $57.79 per hour for an annual estimated amount of $20,226.92. (3) Approximately 350 hours of available Dispatcher overtime during fiscal year 2024/2025, reimbursed at an estimated rate of $61.26 per hour for an annual estimated amount of 21,440.54. viii. RCTC Funding of 1 half-time CHP Officer (Border Division): (1) RCTC agrees to reimburse CHP for one additional half- time Officer position for the Agreement term at estimated annual amounts of $131,310.48 for fiscal year 2022/2023, $139,189.11 for fiscal Year 2023/2024 and $147,540.46 for fiscal year 2024/2025. ix. Use of Funds; Total Not to Exceed Contract Value. Amounts Payable to the CHP by RCTC for costs incurred pursuant to this Agreement may be utilized over several fiscal years and need not be utilized in a single fiscal year by the CHP, so long as the total amount payable under this Agreement is not exceeded. It is understood by both parties that rate increases in salary and benefits are 508 RCTC Agreement #xxxxxxxx CHP #22R061000 Exhibit A, Page 6 of 11 governed by collective bargaining agreements and/or statute and that no advance written notification is necessary prior to implementing the increased rates. In the event CHP is granted a rate increase, RCTC agrees to reimburse CHP at the new hourly rate, but in no event shall the total amount to be reimbursed by RCTC under this Agreement, for any of the services described herein, exceed the maximum contract amount of $2,167,545.40. Fiscal Year begins July 1 and ends on June 30. G. The CHP shall invoice monthly. RCTC agrees to pay CHP within thirty (30) days after the invoice is received. The CHP and RCTC agree that any notice required under this Agreement shall be delivered or mailed to the persons designated below: To CHP: California Highway Patrol Research and Planning Section P.O. Box 942898 Sacramento, CA 94298-0001 ATTENTION: Denise Tapia Statewide FSP Manager (916) 843-3353 To COMMISSION: Riverside County Transportation Commission P.O. Box 12008 Riverside, CA 92502-2208 ATTENTION: Brian Cunanan Program Manager (951) 787-7141 ARTICLE 3. COMMISSION RESPONSIBILITIES A. RCTC shall reimburse CHP for those reasonable overtime expenses necessary to support the Riverside County FSP operations as outlined under Article 2, Terms and Conditions, Paragraph F. B. It is agreed that in the event State FSP funds do not become available to RCTC for this Agreement, RCTC may immediately terminate this Agreement with written notice, but shall pay the CHP from other sources any amounts required to cover CHP's cost to the date of Agreement termination. 509 RCTC Agreement #xxxxxxxx CHP #22R061000 Exhibit A, Page 7 of 11 ARTICLE 4. CHP RESPONSIBILITIES A. The CHP has already assigned and staffed, for the dedicated purpose of operating the Riverside County FSP, two and one half (2.5) full-time officers for the dedicated purpose of assisting with Riverside County FSP operations. If the CHP cannot provide the Agreement's specified staffing level, CHP agrees to notify RCTC within thirty (30) days. B. All personnel providing services shall be State employees under the sole discretion, supervision, and regulation of CHP. Said personnel shall work out of the appropriate CHP facilities as designated by CHP. At no time shall any State employee assigned to the Riverside County FSP program be considered employees, agents, officials, or volunteers of RCTC. ARTICLE 5. CHP OVERTIME CHP overtime duties may include, but not be limited to: A. Investigating complaints from the public regarding a Riverside County FSP contractor or driver. B. Performing all necessary driver license and background checks on all Riverside County FSP operators. C. Inspecting all Riverside County FSP contractor tow trucks on a periodic basis. D. Performing necessary daily FSP oversight and program management and oversight of the contractors' compliance with statutory and regulatory requirements. E. Providing training to all Riverside County FSP contractors and operators. F. Assisting RCTC with verifying contractor billing. G. Provide representation for Riverside County FSP Technical Committee. 510 RCTC Agreement #xxxxxxxx CHP #22R061000 Exhibit A, Page 8 of 11 ARTICLE 6. INDEMNIFICATION A. To the extent permitted by law, RCTC shall defend, indemnify, and save harmless CHP and all of CHP's appointees, officers, and employees from and against any and all claims, suits, or actions for "injury" (as defined by Government Code section 810.8) caused by the negligent or intentional acts or omissions of RCTC, or RCTC's officers, directors, and employees, arising out of the performance of this Agreement. B. To the extent permitted by law, CHP shall defend, indemnify, and save harmless RCTC and all of RCTC's officers, directors, and employees from and against any and all claims, suits, or actions for "injury" (as defined by Government Code section 810.8) caused by the negligent or intentional acts or omissions of CHP, or CHP's appointees, officers, or employees, arising out of the performance of this Agreement. C. Neither termination of this Agreement nor completion of the acts to be performed under this Agreement shall release any party from its obligation to indemnify as to any claims or cause of action asserted so long as the event(s) upon which such claim or cause of action is predicated shall have occurred subsequent to the effective date of this Agreement and prior to the effective date of Termination or completion. ARTICLE 7. AUDITS The contracting parties hereto shall be subject to the examination and audit of the State for a period of three (3) years after final payment under the contract. In addition, RCTC and CHP may be subject to the examination and audit by representatives of either party. The examination and audit shall be confined to those matters connected with the performance of the contract including, but not limited to the costs of administering the contract. RCTC and CHP agree to allow the auditor(s) access to such records during normal business hours and to allow interviews of any employees who might reasonably have information related to such records (Gov. Code Sect. 8546.7, Pub. Contract Code Sect. 10115 et seq., CCR Title 2, Section 1896). RCTC and CHP agree to maintain such records for possible audit for a minimum of three (3) years after final payment. 511 RCTC Agreement #xxxxxxxx CHP #22R061000 Exhibit A, Page 9 of 11 ARTICLE 8. DISPUTES Except as otherwise provided in this Agreement, any dispute concerning a question of fact arising under this Agreement which is not disposed of by mutual agreement of the parties may be submitted to an independent arbitrator mutually agreed upon by the CHP and RCTC. The arbitrator's decisions shall be non -binding and advisory only, and nothing herein shall preclude either party, at any time, from pursuing any other legally available course of action, including the filing of a lawsuit. Pending a final decision of a dispute hereunder, both parties shall proceed diligently with the performance of their duties under this Agreement, and such continued performance of their duties under this Agreement shall not constitute a waiver of any rights, legal or equitable, of either party relating to the dispute. ARTICLE 9. RESOLUTION RCTC agrees to provide CHP with a resolution, motion, order or ordinance of the governing body, approving execution of agreements with CHP, and identifying the individual who is authorized to sign the Agreement on behalf of RCTC. ARTICLE 10. OTHER TERMS AND CONDITIONS A. By and in consideration of the covenants and conditions contained herein, CHP and RCTC do hereby agree as follows: i. This Agreement, and any attachments or documents incorporated herein by inclusion or reference, constitutes the complete and entire Agreement between CHP and RCTC and supersedes any prior representations, understandings, communications, commitments, Agreements or proposals, oral or written. ii. This Agreement shall not become effective until: 1) Duly signed by both parties and approved by the Department of General Services Office of Legal Services, if applicable. 2) RCTC has submitted to CHP a copy of the resolution, policy, order, motion, or ordinance from RCTC approving execution of the Agreement and identifying the individual authorized to sign on behalf of RCTC. 512 RCTC Agreement #xxxxxxxx CHP #22R061000 Exhibit A, Page 10 of 11 This space is intentionally left blank. RCTC Agreement #xxxxxxxx CHP #22R061000 Exhibit A, Page 11 of 11 This Agreement is entered into by the parties listed below and shall be effective upon approval by the Department of General Services Office of Legal Services, if applicable. By executing this Agreement, the representatives of CHP and RCTC warrant that they have viewed and fully understand all provisions of this Agreement and are authorized to bind their respective agencies to all terms of the Agreement's provisions. STATE OF CALIFORNIA Department of California Highway Patrol RIVERSIDE COUNTY TRANSPORTATION COMMISSION J. D. Saccani, Assistant Chief V. Manuel Perez Chair Administrative Services Division Date Date APPROVED AS TO FORM: Best, Best & Krieger LLP General Counsel Date 514 RCTC Agreement #XXXXXXXX CHP #22R061000 Page 1 of 5 EXHIBIT C GENERAL TERMS AND CONDITIONS 1. APPROVAL: This Agreement is of no force or effect until signed by both parties and approved by the Department of General Services, if required. Contractor may not commence performance until such approval has been obtained. 2. AMENDMENT: No amendment or variation of the terms of this Agreement shall be valid unless made in writing, signed by the parties and approved as required. No oral understanding or Agreement not incorporated in the Agreement is binding on any of the parties. 3. ASSIGNMENT: This Agreement is not assignable by the Contractor, either in whole or in part, without the consent of the State in the form of a formal written amendment. 4. AUDIT: Contractor agrees that the awarding department, the Department of General s„bcontract related to performance n�-Agreement. ( Gov. Co §85 6.7 bb. vu,�zc�rrrracrrcrarc ." f.. c rTvmTcmc rc Contract Code §10115 et seq., CCR Title 2, Section 1896. (SEE EXHBIT A, PAGE 8 OF 11, ARTICLE 7. AUDITS). 5. INDEMNIFICATION: Contractor agrees to indemnify defend and save harmless the losses accruing or resulting to any person, firm or corporation who may be injured or damaged by Contractor in the performance of this Agreement.(SEE EXHBIT A, PAGE 8 OF 11, ARTICLE 6. INDEMNIFICATION). 6. DISPUTES: Contractor shall continue with the responsibilities under this Agreement during any dispute. (SEE EXHBIT A, PAGE 9 OF 11, ARTICLE 8. DISPUTES). 515 RCTC Agreement #XXXXXXXX CHP #22R061000 Page 2 of 5 7. TERMINATION FOR CAUSE: The State may terminate this Agreement and be Agreement at the time and in the manner herein provided. In the event of such termination the State may proceed with the work in any manner deemed proper by the State. All costs to the State shall be deducted from any sum due the Contractor under (DELETED). 8. INDEPENDENT CONTRACTOR: Contractor, and the agents and employees of Contractor, in the performance of this Agreement, shall act in an independent capacity and not as officers or employees or agents of the State. 9. RECYCLING CERTIFICATION: The Contractor shall certify in writing under penalty of perjury, the minimum, if not exact, percentage of post consumer material as defined ijTr Public ContractGede-Sectio , cts,�}-a-teri-als, goods, n unnos offered or sold to the State regardless of whether the product meets the requirements of Public Contract Code Section 12209. With respect to printer or duplication cartridges that comply with the requirements of Section 12156(e), the certification required by this subdivision shall specific that the cartridges so comply (Pub Contract Code §12205). (DELETED). 10. NON-DISCRIMINATION CLAUSE: During the performance of this Agreement, Contractor and its subcontractors shall not deny the contract's benefits to any person on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status, nor shall they discriminate unlawfully against any employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status. Contractor shall insure that the evaluation and treatment of employees and applicants for employment are free of such discrimination. Contractor and subcontractors shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code §12900 et seq.), the regulations promulgated thereunder (Cal. Code Regs., tit. 2, §11000 et seq.), the provisions of Article 9.5, Chapter 1, Part 1, Division 3, Title 2 of the Government Code (Gov. Code §§11135-11139.5), and the regulations or standards adopted by the awarding state agency to implement such article. Contractor shall permit access by representatives of the Department of Fair Employment and Housing and the awarding state agency upon reasonable notice at any time during the normal business hours, but in no case less than 24 hours' notice, to such of its books, records, accounts, and all other sources of information and its facilities as said Department or Agency shall require to ascertain compliance with this clause. 516 RCTC Agreement #XXXXXXXX CHP #22R061000 Page 3 of 5 Contractor and its subcontractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. (See Cal. Code Regs., tit. 2, §11105.) Contractor shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under the Agreement. 11. CERTIFICATION CLAUSES: The CONTRACTOR CERTIFICATION CLAUSES merle a part of this /Agreement by this reference as if attached hereto. (DELETED). 12. TIMELINESS: Time is of the essence in this Agreement. 13. COMPENSATION: The consideration to be paid Contractor, as provided herein, shall be in compensation for all of Contractor's expenses incurred in the performance (DELETED). 14. GOVERNING LAW: This contract is governed by and shall be interpreted in accordance with the laws of the State of California. 15. ANTITRUST CLAIMS: The Contractor by signing this agreement hereby certifies that if these services or goods are obtained by means of a competitive bid, the Contractor shall comply with the requirements of the Government Codes Sections set out below. a. The Government Code Chapter on Antitrust claims contains the following definitions: 1) "Public purchase" means a purchase by means of competitive bids of goods, services, or materials by the State or any of its political subdivisions or public agencies on whose behalf the Attorney General may bring an action pursuant to subdivision (c) of Section 16750 of the Business and Professions Code. 2) "Public purchasing body" means the State or the subdivision or agency making a public purchase. Government Code Section 4550. b. In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder. Government Code Section 4552. 517 RCTC Agreement #XXXXXXXX CHP #22R061000 Page 4 of 5 c. If an awarding body or public purchasing body receives, either through judgment or settlement, a monetary recovery for a cause of action assigned under this chapter, the assignor shall be entitled to receive reimbursement for actual legal costs incurred and may, upon demand, recover from the public body any portion of the recovery, including treble damages, attributable to overcharges that were paid by the assignor but were not paid by the public body as part of the bid price, less the expenses incurred in obtaining that portion of the recovery. Government Code Section 4553. d. Upon demand in writing by the assignor, the assignee shall, within one year from such demand, reassign the cause of action assigned under this part if the assignor has been or may have been injured by the violation of law for which the cause of action arose and (a) the assignee has not been injured thereby, or (b) the assignee declines to file a court action for the cause of action. See Government Code Section 4554. 16. CHILD SUPPORT COMPLIANCE ACT: For any Agreement in excess of $100,000, the contractor acknowledges in accordance with Public Contract Code 7110, that: a. The contractor recognizes the importance of child and family support obligations and shall fully comply with all applicable state and federal laws relating to child and family support enforcement, including, but not limited to, disclosure of information and compliance with earnings assignment orders, as provided in Chapter 8 (commencing with section 5200) of Part 5 of Division 9 of the Family Code; and b. The contractor, to the best of its knowledge is fully complying with the earnings assignment orders of all employees and is providing the names of all new employees to the New Hire Registry maintained by the California Employment Development Department. 17. UNENFORCEABLE PROVISION: In the event that any provision of this Agreement is unenforceable or held to be unenforceable, then the parties agree that all other provisions of this Agreement have force and effect and shall not be affected thereby. 18. PRIORITY HIRING CONSIDERATIONS: If this Contract includes services in excess of $200,000, the Contractor shall give priority consideration in filling vacancies in positions funded by the Contract to qualified recipients of aid under Welfare and Institutions Code Section 11200 in accordance with Pub. Contract Code §10353. 19. SMALL BUSINESS PARTICIPATION AND DVBE PARTICIPATION REPORTING REQUIREMENTS: a. If for this Contract Contractor made a commitment to achieve small business participation, then Contractor must within 60 days of receiving final payment under this Contract (or within such other time period as may be specified elsewhere in this 518 RCTC Agreement #XXXXXXXX CHP #22R061000 Page 5 of 5 Contract) report to the awarding department the actual percentage of small business participation that was achieved. (Govt. Code § 14841.) b. If for this Contract Contractor made a commitment to achieve disabled veteran business enterprise (DVBE) participation, then Contractor must within 60 days of receiving final payment under this Contract (or within such other time period as may be specified elsewhere in this Contract) certify in a report to the awarding department: (1) the total amount the prime Contractor received under the Contract; (2) the name and address of the DVBE(s) that participated in the performance of the Contract; (3) the amount each DVBE received from the prime Contractor; (4) that all payments under the Contract have been made to the DVBE; and (5) the actual percentage of DVBE participation that was achieved. A person or entity that knowingly provides false information shall be subject to a civil penalty for each violation. (Mil. & Vets. Code § 999.5(d); Govt. Code § 14841.) 20. LOSS LEADER: If this contract involves the furnishing of equipment, materials, or supplies then the following statement is incorporated: It is unlawful for any person engaged in business within this state to sell or use any article or product as a "loss leader" as defined in Section 17030 of the Business and Professions Code. (PCC 10344(e).). 519 RIVERSIDE COUNTY TRANSPORTATION COMMISSION WESTERN RIVERSIDE COUNTY PROGRAMS AND PROJECTS COMMITTEE SIGN -IN SHEET MAY 23, 2022 NAME AGENCY E_MAIL ADDRESS g X ��,v 0../f1,"17.1-7-- l /(;--"V /A/ (2-6-f-7,2i�J /�!/ le/i/0D p-% 01 u_ �!/144,Wi2/yr,44? /fite/V /P bj 6___ pc aj_ v/'v /tJ A- // A [._o N AI per/ ---‘1574/01. Le---- TO: Riverside County Transportation Commission FROM: Lisa Mobley, Clerk of the Board DATE: May 18, 2022 SUBJECT: G.C. 84308 Compliance – Potential Conflict of Interest California Government Code 84308 states a Commissioner may not participate in any discussion or action concerning a contract or amendment if a campaign contribution of more than $250 is received in the past 12 months or 3 months following the conclusion from a bidder or bidder’s agent. This prohibition does not apply to the awarding of contracts that are competitively bid. The Commission’s procurement division asks potential vendors to disclose any contributions made to the campaigns of any Commissioner as part of their submitted bid packets. As an additional precaution, those entities are included below in an effort to give Commissioners opportunity to review their campaign statements for potential conflicts. Please note the entities listed in this memo are not encompassing of all potential conflicts and are in addition to any personal conflicts of interest such as those disclosed on Statement of Economic Interests – Form 700 or prohibited by Government Code Section 1090. Please contact me should you have any questions. Agenda Item No. 7 - Agreement for Preparation of the Project Approval and Environmental Document for the Interstate-10/Highland Springs Avenue Interchange Improvements Consultant(s): Mark Thomas & Company, Inc. Darin Johnson, Associate Principal 10630 Towne Center Drive, Suite 117 Rancho Cucamonga, CA 91730 Agenda Item No. 8 - Agreements for On-Call Geotechnical Investigation – Laboratory and Field Testing of Materials Consultant(s): Group Delta Consultants, Inc. Shah Ghanbari, President 32 Mauchly, Suite B Irvine, CA 92618 Ninyo & Moore Geotechnical and Environmental Sciences Consultants Kurt S. Yoshii, PE, GE 7888 Cherry Avenue, Unit I Fontana, CA 92336 RCTC Potential Conflicts of Interest May 18, 2022 Page 2 Kleinfelder, Inc. Dany Hanna, Contract Manager/Vice President 2280 Market Street, Suite 300 Riverside, CA 92501 Agenda Item No. 9 - Agreements for On-Call Right of Way Support Services Consultant(s): Epic Land Solutions, Inc. Karen Starr, President 3850 Vine Street, Suite 200 Riverside, CA 92507 Monument ROW, Inc. Amber Costello, President 200 Spectrum Center, Suite 300 Irvine, CA 92618 Overland, Pacific, and Cutler, LLC Brian Everett, Chief Executive Officer 2280 Market Street, Suite 200 Riverside, CA 92501 Agenda Item No.10 - Agreement for Freeway Service Patrol Tow Truck Service Consultant(s): Royal Coaches Auto Body & Towing William Salazar, President & CEO 14827 Ramona Boulevard Baldwin Park, CA 91706