Loading...
HomeMy WebLinkAbout4.3 - Agreement with MNS Engineers, Inc.STAFF REPORT CITY COUNCIL Page 1 of 2 Agenda Item 4.3 DATE:March 2, 2021 TO:Honorable Mayor and City Councilmembers FROM:Linda Smith, City Manager SUBJECT:Agreement with MNS Engineers, Inc. for Construction Administration, Inspection, and Materials Testing Services for the Iron Horse Trail Bridge at Dublin Boulevard Project Prepared by: William Wahbeh, Associate Civil Engineer EXECUTIVE SUMMARY: The City Council will consider approving an Agreement with MNS Engineers, Inc. for construction administration, inspection, and materials testing services for the Iron Horse Trail Bridge at Dublin Boulevard project (CIP No. ST0118). STAFF RECOMMENDATION: Adopt the Resolution Approving an Agreement with MNS Engineers, Inc. for Construction Administration, Inspection, and Materials Testing for the Iron Horse Trail Bridge at Dublin Boulevard Project (CIP No. ST0118). FINANCIAL IMPACT: The Iron Horse Trail Bridge at Dublin Boulevard Project, CIP No. ST0118 (Project), is included in Five-Year Capital Improvement Program (Attachment 4). On November 17,2020, the City Council approved a funding agreement (Resolution No. 117-20) with the Bay Area Rapid Transit District (BART) for $1,500,000 in Measure RR Safe Routes to BART (SR2B), increasing the total project funding to $11,604,439. Based on the updated cost estimates, the Project is currently estimated at $11,604,000, which includes all design, construction, consultant, and staff costs. Consultant costs comprise $950,000 for construction administration, inspection, and materials testing services. With the addition of the SR2B funding, there is adequate funding to complete the Project. DESCRIPTION: On November 7, 2017, the City Council approved the Iron Horse Trail Feasibility Study, as well as the proposed design of a bridge crossing at Dublin Boulevard. This Study recommended a steel 26 Page 2 of 2 truss arch-type bridge for this location. On February 20, 2018, the City Council adopted Resolution No. 15 -18 approving the Iron Horse Trail Bridge at Dublin Boulevard Project and approving a consulting services agreement with Mark Thomas & Company, Inc. for completing a final design phase for the Project. The final design phase is now 95% complete and the Project is entering the pre-construction and construction phases, requiring construction administration support, inspection, and materials testing services. On September 16, 2020, Staff issued a Request for Proposal (RFP) for the selection of a consultant to perform these services (Attachment 3). In response to the RFP, the City received seven proposals. Based on the RFP selection criteria, five firms were selected for interviews, which were conducted on December 15, 2020. The interview panel consisted of Staff and a Project partner agency. MNS Engineers, Inc. received the highest ranking and is recommended as the consultant for the construction administration, inspection, and materials testing services for the Project. The Project is anticipated to solicit bids for construction in mid-2021. STRATEGIC PLAN INITIATIVE: None. NOTICING REQUIREMENTS/PUBLIC OUTREACH: A copy of this Staff Report has been provided to the Alameda County Transportation Commission (ACTC), and the ACTC Citizen Watchdog Committee. The City Council Agenda was posted. ATTACHMENTS: 1) Resolution Approving an Agreement with MNS Engineers, Inc. for Construction, Administration, Inspection, and Materials Testing for the Iron Horse Trail Bridge at Dublin Boulevard Project 2) Exhibit A to the Resolution – Consulting Services Agreement with MNS Engineers, Inc. 3) Request for Proposals for Construction Administration, Inspection, and Material Testing for Iron Horse Trail Bridge at Dublin Boulevard 4) CIP ST0118 27 Attachment 1 Reso. No. XX-21, Item X.X, Adopted XX/XX/21 Page 1 of 2 RESOLUTION NO. XX - 21 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN APPROVING AN AGREEMENT WITH MNS ENGINEERS, INC. FOR CONSTRUCTION ADMINSTRATION, INSPECTION, AND MATERIALS TESTING FOR THE IRON HORSE TRAIL BRIDGE AT DUBLIN BOULEVARD PROJECT (CIP NO. ST0118) WHEREAS, On November 7, 2017, the City Council approved the Iron Horse Trail Feasibility Study as well as the proposed design of a bridge crossing at Dublin Boulevard; and WHEREAS,on February 20, 2018, the City Council adopted Resolution No. 15-18 approving a new Capital Improvement Program Project - Iron Horse Trail Bridge at Dublin Boulevard (Project) and approving a Consulting Services Agreement with Mark Thomas & Company, Inc. for completing final design phase for the Project; and WHEREAS, the City has received grant funding and in combination with other budgeted transportation and developer funds has adequate funds to complete design, construction administration, and construction of the Project; and WHEREAS,it is now prudent to proceed with construction administration services for the Project; and WHEREAS, the City completed a Request For Proposal (RFP) process to select a consulting firm to perform construction administration, inspection, and materials testing for the Project; and WHEREAS, of the seven responses to the RFP, MNS Engineers, Inc. (Consultant) was highest ranked and demonstrated the ability to perform said work; and WHEREAS, Consultant is available to perform said work as specified for a not-to-exceed amount of $950,000. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby approve the Consulting Services Agreement with MNS Engineers, Inc. attached hereto as Exhibit A. BE IT FURTHER RESOLVED that the City Manager is authorized to execute the Agreement, attached hereto as Exhibit A, and make any necessary, non-substantive changes to carry out the intent of this Resolution. PASSED, APPROVED AND ADOPTED this 2nd day of March 2021, by the following vote: AYES: NOES: 28 Reso. No. XX-21, Item X.X, Adopted XX/XX/21 Page 2 of 2 ABSENT: ABSTAIN: ______________________________ Mayor ATTEST: _________________________________ City Clerk 29 Consulting Services Agreement between City of Dublin and [03/02/2021] MNS Engineering, Inc. for Iron Horse Bridge at Dublin Boulevard Page 1 of 15 CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND MNS ENGINEERS, INC. FOR IRON HORSE TRAIL BRIDGE AT DUBLIN BOULEVARD THIS AGREEMENT for consulting services is made by and between the City of Dublin (“City”) and MNS Engineers, Inc. (“Consultant”) as of March 2, 2021 (the “Effective Date”). Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in the Scope of Work attached as Exhibit A at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on February 28, 2023, the date of completion specified in Exhibit A, and Consultant shall complete the work described in Exhibit A on or before that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City’s right to terminate the Agreement, as referenced in Section 8. Notwithstanding the foregoing this Agreement may be extended on a month to month basis for up to 6 months upon the written consent of the Consultant and the City Manager, provided that: a) sufficient funds have been appropriated for such purchase, b) the price charged by the Consultant for the provision of the serves described in Exhibit A does not increase. None of the foregoing shall affect the City’s right to terminate the Agreement as provided for in Section 8. 1.2 Standard of Performance. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged. 1.3 Assignment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.4 Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Subsection 1.2 above and to satisfy Consultant’s obligations hereunder. 1.5 Public Works Requirements. Because the services described in Exhibit A include “work performed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work,” the services constitute a public works within the definition of Section 1720(a)(1) of the California Labor Code. As a result, Attachment 2 30 Consulting Services Agreement between City of Dublin and [03/02/2021] MNS Engineering, Inc. for Iron Horse Bridge at Dublin Boulevard Page 2 of 15 Consultant is required to comply with the provisions of the California Labor Code applicable to public works, to the extent set forth in Exhibit D. 1.6 Public Works Contractor Registration. Consultant agrees, in accordance with Section 1771.1 of the California Labor Code, that Consultant or any subconsultant shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in Chapter 1 of Part 7 of Division 2 of the California Labor Code, unless currently registered and qualified to perform public work pursuant to California Labor Code section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to California Labor Code section 1725.5. Consultant agrees, in accordance with Section 1771.4 of the California Labor Code, that if the work under this Agreement qualifies as public work, it is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed Nine Hundred and Fifty Thousand Dollars, ($950,000) notwithstanding any contrary indications that may be contained in Consultant’s proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Consultant’s proposal, attached as Exhibit A, regarding the amount of compensation, the Agreement shall prevail. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City in writing, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant’s estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Consultant. Consequently, the Parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Consultant shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. No individual performing work under this Agreement shall bill more than 2,000 hours in a fiscal year unless approved, in writing, by the City Manager or his/her designee. Invoices shall contain the following information:  Serial identifications of progress bills; i.e., Progress Bill No. 1 for the first invoice, etc.; 31 Consulting Services Agreement between City of Dublin and [03/02/2021] MNS Engineering, Inc. for Iron Horse Bridge at Dublin Boulevard Page 3 of 15  The beginning and ending dates of the billing period;  A Task Summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion;  A copy of the applicable time entries or time sheets shall be submitted showing the following: o Daily logs of total hours worked by each individual performing work under this Agreement o Hours must be logged in increments of tenths of an hour or quarter hour o If this Agreement covers multiple projects, all hours must also be logged by project assignment o A brief description of the work, and each reimbursable expense  The total number of hours of work performed under the Agreement by Consultant and each employee, agent, and subcontractor of Consultant performing services hereunder;  The Consultant’s signature;  Consultant shall give separate notice to the City when the total number of hours worked by Consultant and any individual employee, agent, or subcontractor of Consultant reaches or exceeds 800 hours within a 12-month period under this Agreement and any other agreement between Consultant and City. Such notice shall include an estimate of the time necessary to complete work described in Exhibit A and the estimate of time necessary to complete work under any other agreement between Consultant and City, if applicable. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. 2.3 Final Payment. City shall pay the last 10% of the total sum due pursuant to this Agreement within 60 days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed. 2.4 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, 32 Consulting Services Agreement between City of Dublin and [03/02/2021] MNS Engineering, Inc. for Iron Horse Bridge at Dublin Boulevard Page 4 of 15 unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. 2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto as Exhibit B. 2.6 Reimbursable Expenses. Reimbursable expenses are specified in Exhibit B, and shall not exceed $70,044.14. Expenses not listed in Exhibit B are not chargeable to City. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.7 Payment of Taxes. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.8 Payment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Consultant shall maintain adequate logs and timesheets to verify costs incurred to that date. 2.9 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant’s use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before fully executing this Agreement, Consultant, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Consultant shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects, and that such insurance is in effect prior to beginning work. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid or proposal. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all 33 Consulting Services Agreement between City of Dublin and [03/02/2021] MNS Engineering, Inc. for Iron Horse Bridge at Dublin Boulevard Page 5 of 15 insurance required herein for the subcontractor(s) and provided evidence to City that such insurance is in effect. VERIFICATION OF THE REQUIRED INSURANCE SHALL BE SUBMITTED AND MADE PART OF THIS AGREEMENT PRIOR TO EXECUTION. Consultant shall maintain all required insurance listed herein for the duration of this Agreement. 4.1 Workers’ Compensation. 4.1.1 General Requirements. Consultant shall, at its sole cost and expense, maintain Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance shall be provided with limits of not less than $1,000,000 per accident. In the alternative, Consultant may rely on a self-insurance program to meet these requirements, but only if the program of self-insurance complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the California Labor Code shall be solely in the discretion of the Contract Administrator. The Workers’ Compensation policy shall be endorsed with a waiver of subrogation in favor of the entity for all work performed by the Consultant, its employees, agents, and subcontractors. 4.1.2 Submittal Requirements. To comply with Subsection 4.1, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; and b. Waiver of Subrogation Endorsement as required by the section. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General Requirements. Consultant, at its own cost and expense, shall maintain commercial general liability insurance for the term of this Agreement in an amount not less than $1,000,000 and automobile liability insurance for the term of this Agreement in an amount not less than $1,000,000 per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including the use of owned and non-owned automobiles. 34 Consulting Services Agreement between City of Dublin and [03/02/2021] MNS Engineering, Inc. for Iron Horse Bridge at Dublin Boulevard Page 6 of 15 4.2.2 Minimum Scope of Coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (most recent edition) covering comprehensive General Liability on an “occurrence” basis. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001, Code 1 (any auto). No endorsement shall be attached limiting the coverage. 4.2.3 Additional Requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: a. The Insurance shall cover on an occurrence or an accident basis, and not on a claims-made basis. b. City, its officers, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of work or operations performed by or on behalf of the Consultant; or automobiles owned, leased, hired, or borrowed by the Consultant. c. Consultant hereby agrees to waive subrogation which any insurer or contractor may require from vendor by virtue of the payment of any loss. Consultant agrees to obtain any endorsements that may be necessary to effect this waiver of subrogation. d. For any claims related to this Agreement or the work hereunder, the Consultant’s insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, or volunteers shall be excess of the Consultant’s insurance and shall not contribute with it. 4.2.4 Submittal Requirements. To comply with Subsection 4.2, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; b. Additional Insured Endorsement as required by the section; c. Waiver of Subrogation Endorsement as required by the section; and d. Primary Insurance Endorsement as required by the section. 4.3 Professional Liability Insurance. 4.3.1 General Requirements. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount 35 Consulting Services Agreement between City of Dublin and [03/02/2021] MNS Engineering, Inc. for Iron Horse Bridge at Dublin Boulevard Page 7 of 15 not less than $2,000,000 covering the licensed professionals’ errors and omissions. Any deductible or self-insured retention shall not exceed $150,000 per claim. 4.3.2 Claims-Made Limitations. The following provisions shall apply if the professional liability coverage is written on a claims-made form: a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least 5 years after completion of the Agreement or the work, so long as commercially available at reasonable rates. c. If coverage is canceled or not renewed and it is not replaced with another claims-made policy form with a retroactive date that precedes the date of this Agreement, Consultant shall purchase an extended period coverage for a minimum of 5 years after completion of work under this Agreement. d. A copy of the claim reporting requirements must be submitted to the City for review prior to the commencement of any work under this Agreement. 4.3.3 Additional Requirements. A certified endorsement to include contractual liability shall be included in the policy. 4.3.4 Submittal Requirements. To comply with Subsection 4.3, Consultant shall submit the Certificate of Liability Insurance in the amounts specified in the section. 4.4 All Policies Requirements. 4.4.1 Acceptability of Insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.4.2 Verification of Coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with complete copies of all Certificates of Liability Insurance delivered to Consultant by the insurer, including complete copies of all endorsements attached to the policies. All copies of Certificates of Liability Insurance and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the City does not receive the required insurance documents prior to the Consultant beginning work, it shall not waive the Consultant’s obligation to provide them. The City reserves the right to require complete copies of all required insurance policies at any time. 4.4.3 Deductibles and Self-Insured Retentions. Consultant shall disclose to and obtain the written approval of City for the self-insured retentions and deductibles before beginning any of the services or work called for by any term of this 36 Consulting Services Agreement between City of Dublin and [03/02/2021] MNS Engineering, Inc. for Iron Horse Bridge at Dublin Boulevard Page 8 of 15 Agreement. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, employees, and volunteers; or the Consultant shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses. 4.4.4 Wasting Policies. No policy required by this Section 4 shall include a “wasting” policy limit (i.e. limit that is eroded by the cost of defense). 4.4.5 Endorsement Requirements. Each insurance policy required by Section 4 shall be endorsed to state that coverage shall not be canceled by either party, except after 30 days’ prior written notice has been provided to the City. 4.4.6 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant’s breach:  Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement;  Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and/or  Terminate this Agreement. Section 5. INDEMNIFICATION AND CONSULTANT’S RESPONSIBILITIES. Refer to the attached Exhibit C, which is incorporated herein and made a part of this Agreement. Section 6. STATUS OF CONSULTANT. 6.1 Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. This Agreement shall not be construed as an agreement for employment. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subsection 1.3; however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Contractor further acknowledges that Contractor performs Services outside the usual course of the City’s business; and is 37 Consulting Services Agreement between City of Dublin and [03/02/2021] MNS Engineering, Inc. for Iron Horse Bridge at Dublin Boulevard Page 9 of 15 customarily engaged in an independently established trade, occupation, or business of the same nature as the Contractor performs for the City, and has the option to perform such work for other entities. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Consultant Not an Agent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall, at all times, exercise Standard of Care to comply with all laws and regulations applicable to the performance of the work hereunder, including but not limited to, the California Building Code, the Americans with Disabilities Act, and any copyright, patent or trademark law. Consultant’s failure to comply with any law(s) or regulation(s) applicable to the performance of the work hereunder shall constitute a breach of contract. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person’s race, sex, gender, religion (including religious dress and grooming practices), national origin, ancestry, physical or mental disability, medical condition (including cancer and genetic characteristics), marital status, age, sexual orientation, color, 38 Consulting Services Agreement between City of Dublin and [03/02/2021] MNS Engineering, Inc. for Iron Horse Bridge at Dublin Boulevard Page 10 of 15 creed, pregnancy, genetic information, gender identity or expression, political affiliation or belief, military/veteran status, or any other classification protected by applicable local, state, or federal laws (each a “Protected Characteristic”), against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement upon 30 days’ written notice to City and shall include in such notice the reasons for cancellation. In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Consultant delivering to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Consultant or prepared by or for Consultant or the City in connection with this Agreement. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The Parties may amend this Agreement only by a writing signed by all the Parties. 8.4 Assignment and Subcontracting. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant’s unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. 39 Consulting Services Agreement between City of Dublin and [03/02/2021] MNS Engineering, Inc. for Iron Horse Bridge at Dublin Boulevard Page 11 of 15 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City’s remedies shall include, but are not limited to, the following: 8.6.1 Immediately terminate the Agreement; 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Consultant pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or 8.6.4 Charge Consultant the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Consultant pursuant to Section 2 if Consultant had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant’s Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both Parties. 9.2 Consultant’s Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of 3 years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Subsection 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds $10,000.00, the Agreement shall be subject to 40 Consulting Services Agreement between City of Dublin and [03/02/2021] MNS Engineering, Inc. for Iron Horse Bridge at Dublin Boulevard Page 12 of 15 the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of 3 years after final payment under the Agreement. Section 10. MISCELLANEOUS PROVISIONS. 10.1 Attorneys’ Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys’ fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the Parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Alameda or in the United States District Court for the Northern District of California. 10.3 Severability. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the Parties. 10.6 Use of Recycled Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a “conflict of interest,” as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Section 1090 et seq. Consultant hereby warrants that it is not now, nor has it been in the previous 12 months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous 12 months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant 41 Consulting Services Agreement between City of Dublin and [03/02/2021] MNS Engineering, Inc. for Iron Horse Bridge at Dublin Boulevard Page 13 of 15 understands that, if this Agreement is made in violation of California Government Code Section 1090 et seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Consultant will be required to reimburse the City for any sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of California Government Code Section 1090 et seq., and, if applicable, will be disqualified from holding public office in the State of California. At City’s sole discretion, Consultant may be required to file with the City a Form 700 to identify and document Consultant’s economic interests, as defined and regulated by the California Fair Political Practices Commission. If Consultant is required to file a Form 700, Consultant is hereby advised to contact the Dublin City Clerk for the Form 700 and directions on how to prepare it. 10.8 Solicitation. Consultant agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by the City Manager ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. 10.10 Notices. Any written notice to Consultant shall be sent to: MNS Engineers, Inc. Att: Jim Scott 401 Grand Avenue Suite 200 Oakland, CA 94610 Any written notice to City shall be sent to: City of Dublin Att: Andrew Russell 100 Civic Plaza Dublin, CA 94568 10.11 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A, B, and C and D represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral. Exhibit A Scope of Services Exhibit B Compensation Schedule & Reimbursable Expenses Exhibit C Indemnification Exhibit D California Labor Code Section 1720 Information 42 Consulting Services Agreement between City of Dublin and [03/02/2021] MNS Engineering, Inc. for Iron Horse Bridge at Dublin Boulevard Page 14 of 15 10.12 Counterparts. This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement. 10.13 Certification per Iran Contracting Act of 2010. In the event that this contract is for one million dollars ($1,000,000.00) or more, by Consultant’s signature below Consultant certifies that Consultant, and any parent entities, subsidiaries, successors or subunits of Consultant are not identified on a list created pursuant to subdivision (b) of Section 2203 of the California Public Contract Code as a person engaging in investment activities in Iran as described in subdivision (a) of Section 2202.5, or as a person described in subdivision (b) of Section 2202.5 of the California Public Contract Code, as applicable. SIGNATURES ON FOLLOWING PAGE 43 Consulting Services Agreement between City of Dublin and [03/02/2021] MNS Engineering, Inc. for Iron Horse Bridge at Dublin Boulevard Page 15 of 15 The Parties have executed this Agreement as of the Effective Date. The persons whose signatures appear below certify that they are authorized to sign on behalf of the respective Party. CITY OF DUBLIN MNS Engineers, Inc. Linda Smith, City Manager James Salvito, President Attest:1000003564 Consultant’s DIR Registration Number Caroline Soto, City Clerk Approved as to Form: City Attorney 3070368.1 44 Consulting Services Agreement between City of Dublin and Last Revised [03/02/2021] MNS Engineering, Inc. for Iron Horse Bridge at Dublin Boulevard Exhibit A – Page 1 of 1 EXHIBIT A SCOPE OF SERVICES See attached Scope of Services and Schedule 45 EXHIBIT A SCOPE OF WORK INTRODUCTION This project will construct a Class 1 bicycle and pedestrian truss arch bridge over Dublin Boulevard near the Dublin Boulevard and Scarlett Drive intersection. The bridge will provide safer and easier Iron Horse Trail access, including access to and from the Dublin-Pleasanton BART station, and will connect two existing segments of the Iron Horse Trail, creating a total separation of bicyclists and pedestrians from motorized vehicles. Construction work will generally consist of miscellaneous clearing and demolition, cast-in-place footing construction, retaining wall installation, bridge fabrication and erection, ADA ramp and steel railing installation, trail lighting installation, and any associated paving work. The project’s current engineer’s estimate is between $7 and $8 million with an estimated project construction length of 240 working days. Project working hours are anticipated to be Monday through Friday with standard allowable working hours (approximately 7:00 AM to 6:00 PM). Special construction conditions may require Saturday, Sunday, and night work. The PS&E package is currently at approximately 95% completion and the documents are ready for constructability and bid process review. The City and its design consultant are currently finalizing the license agreement for construction work on Alameda County land. The Dublin Crossing Specific Plan Environmental Impact Report (DCEIR) Initial Study/Supplemental Mitigated Negative Declaration (IS/SMND) was approved by the City Council on April 7, 2020. Per the SMND, the DCEIR adequately addresses the potential environmental impacts for the project. However, the project must adhere to the requirements of the DCEIR. Construction permits are required prior to the start of construction activities. Per the DCEIR and IS/SMND, wetlands south of Dublin Boulevard were identified to be impacted by this project. As a result, Regional Water Quality Control Board, Section 401, Section 404, and any other permits noted in the DCEIR may be needed. Other construction related permits, such as an encroachment permit, will need to be acquired prior to the start construction work. Services Requested The selected team will provide professional and technical services to provide a pre-bid constructability review, perform bid support, conduct construction management, inspect construction work, and perform material testing for the Iron Horse Trail Bridge project under the supervision of the City of Dublin. The following services are required under this contract:  Perform a pre-bid 95% design constructability review of the construction documents.  Assist the City’s Project Manager and Designer during the bid solicitation. 46  Bid Evaluation  Construction Management  Coordination with the City, Contractor, Agencies, and Public  Public Works Inspection  Materials testing and Special Inspection  Project Closeout documentation SCOPE OF WORK The Scope of Services is intended as a guide to illustrate the minimum project requirements. Services During Pre-Construction: The Construction Manager will assist City Staff in the following: 1. Perform a review of the 95% design construction documents issued to the City for review and provide recommendations regarding feasibility of construction methods, current availability of materials and labor and time requirements for procurement. Identify materials or services that may have a long lead time and could impact to the project. 2. Review construction bid documents and provide written comments to the City for incorporation into the bid documents by addendum if necessary. 3. Work with the City to develop strategies to generate market interest in the Project. 4. Take the lead in managing the bid process including receiving bidder’s questions, distributing information to the Owner and their consultants, issuing bid addendums, analyzing bids and ultimately make a recommendation of award to the City Project Manager. Provide documentation and substantiation to allow staff to gain Council approval of award. 5. Take the lead in managing the Section 404, and Section 401 permits, as required by the DCEIR and state and local agencies and acquiring and managing the RWQCB as required by the DCEIR and state and local agencies. 6. Maintain an electronic project management filing system on the City’s network using the Microsoft Office Suite. 7. Work with and provide project specific construction recommendations to the design team. Review and provide comment on the construction logistics plans produced by the design team. Services During Construction: The Construction Manager will represent the City during construction of the project. The Construction Manager will perform the following specific services: 1. Coordinate the efforts of the engineer, contractor, local agencies, and City to ensure proper communication and progress of the project. Act as liaison to the City through the City’s Project Manager. 2. Schedule, direct, and supervise the Project Inspector. 3. Coordinate all required testing services and review testing reports and materials testing personal. 4. Provide on-site coordination to assure that the project meets the Plans and Specifications and stays on budget and schedule. 47 5. Review, evaluate, and furnish recommendations to the City regarding contractor’s performance, construction schedule and any other matters related to compliance with the contract. 6. Provide a daily log of events and activities to secure the City’s interests and monitor work accomplished in accordance with the contract. 7. Review, track, and assist in the preparation of responses to Contractor RFI’s. 8. Review, track, and assist in the review of Contractor submittals. 9. Review and track certificates of compliance and product submittals for conformance to the project Special Provisions and/or Caltrans Standard Specifications and Plans. 10. Provide a weekly and monthly update outlining project status, schedule, submittals, RFI’s, and change order issues. Include pertinent photos or supporting documents. The report should include an analysis of any potential delays and their actual relevance. The report should be suitably formatted to share with the City Manager’s Office. 11. Review and furnish contract correspondence, minutes of meetings and directives to be issued to secure the interests of the City. 12. Review and make recommendations regarding payments to contractor including Change Orders, when applicable, and recommendations regarding any proposed changes. Prepare and provide cost analysis where necessary to verify change order costs generated by the Contractor are reasonable and correct in scope. 13. Attend all construction-related site meetings with the City’s representatives, contractors, and other meetings between related parties as required. Maintain separate notes on such meetings. Assume a minimum of one (1) meeting at the project site each week for the duration of the project within your base proposal. 14. Verify that the Contractor complies with the requirement of the State of California Notice of Intent (NOI) requirements. 15. Assist with providing any information to the City Departments, as required. 16. Oversee the general contractor and subcontractor’s scope of work to ensure the General Contractor is providing proper site supervision and coordination for the execution of the project work. 17. Identify potential claims and make recommendations to resolve them. 18. Upon completion of the project work, provide a punch list review and recommendation of Project Acceptance. 19. Upon completion of the project work, review all the Contractor’s final submittals to ensure their compliance with final project close-out requirements. 20. Prepare documents for the periodic reporting of grant funds and billings. The Project Inspector will represent the City during construction and report to the Construction Manager. The Project Manager will perform the following specific services: 1. Provide on-site inspection to assure that the project is constructed in compliance with the Plans and Specifications. (assume minimum of 40 hours per week for this task) 2. Provide inspectors daily report of events, manpower, and activities so as to secure the City’s interests and monitor work accomplished in accordance with the contract. Daily progress pictures shall be incorporated into the report. 3. Take digital photographs and digital video tape recordings of the construction progress on a regular basis, including pre-construction conditions within the project limits 48 4. Collect material tags and verify materials on site meet project specifications and project submittals. 5. Issue Weekly Statement of working Days. 6. Maintain a redline set of as-built plans and specifications. 7. Track and field-verify quantities of actual improvements installed by the Contractor and maintain a quantity bid sheet for each bid item of work. 8. Assists the Construction Manager in review and recommendation of progress payments. 9. Track and document Time and Materials work issued to the Contractor. 10. Working with the Construction Manager and other agencies and permit holders to issue a project punch-list. Material testing and Special Inspection: 1. Sub-grade and base compaction, gradation, and compaction curve. 2. Portland cement concrete strength and slump. 3. Asphalt concrete compaction, gradation, compaction curve, asphalt content. 4. Rebar inspection. 5. Welding and shop fabrications of steel components not covered by the bridge manufactures Quality Assurance Program. (as required under City authorized source inspection option) 6. Bridge footing piles. 7. High strength bolting. 8. Any other items designated by the Engineer of Record requiring full time observation. Post-Construction Services 1. Provide marked up construction record drawings (as-built drawings) for designer completion. 2. Coordinate and prepare final progress payment. 3. Provide final inspection services and project closeout activities including preparation of final construction project report and other documents required by Alameda CTC, BART, and resolve all contractor claims, if any. 4. Resolution of all contract issues, warranties, bonds, etc. 5. Turn all construction documents over to the City of Dublin. Resources Office Space – The City of Dublin will provide office space for the Construction Manager at a City facility that will include the following: desk, computer terminal, desk phone, and shared printer and copier. The project inspector could use the facilities provided to the Construction Manager if the Construction Manager would allow, but separate amenities will not be provided for the inspector or materials tester. Consultant Provided Equipment – Consultant shall provide all other necessary equipment, vehicle(s), cell phone, tools of the trade, etc. necessary for the project team to successfully complete the project. 49 ID Task Name Duration1Structural Steel Submittal42 days2Startup Submittals20 days3Mobilization5 days4Demolition5 days5Roadway Excavation4 days6Fine Grade2 days7Class 2 AB2 days8AC4 days9Retaining Wall 145 days10CIDH Piles15 days11Bridge Footings10 days12Bridge Pier Wall15 days13Columns7 days14Approach Deck10 days15CIDH Piles15 days16Bridge Footings10 days17Bridge Pier Wall15 days18Columns7 days19Approach Deck10 days20Retaining Wall 245 days21Retaining Wall 360 days22Design/Fabricate Truss120 days23Deliver and prep bridge45 days24Set Bridge, Place Deck15 days25Finish Work40 days20 daysStartup Submittals5 daysMobilization5 daysDemolition4 daysRoadway Excavation2 daysFine Grade2 daysClass 2 AB4 daysAC45 daysRetaining Wall 115 daysCIDH Piles10 daysBridge Footings15 daysBridge Pier Wall7 daysColumns10 daysApproach Deck15 daysCIDH Piles10 daysBridge Footings15 daysBridge Pier Wall7 daysColumns10 daysApproach Deck45 daysRetaining Wall 260 daysRetaining Wall 35/306/66/136/206/277/47/117/187/258/18/88/158/228/299/59/129/199/2610/310/1010/1710/2410/3111/711/1411/2111/2812/512/1212/1912/261/21/91/161/231/302/62/132/202/273/63/133/203/274/34/104/174/245/15/85/155/225/296/56/126/196/267/37/107/177/247/318/78/14JuneJulyAugustSeptemberOctoberNovemberDecemberJanuaryFebruaryMarchAprilMayJuneJulyAugustTaskSplitMilestoneSummaryProject SummaryInactive TaskInactive MilestoneInactive SummaryManual TaskDuration-onlyManual Summary RollupManual SummaryStart-onlyFinish-onlyExternal TasksExternal MilestoneDeadlineCriticalCritical SplitProgressManual ProgressPage 1Project: Dublin Bid Schedule 02Date: Mon 2/1/2150 Consulting Services Agreement between City of Dublin and Last Revised [03/02/2021] MNS Engineering, Inc. for Iron Horse Bridge at Dublin Boulevard Exhibit B – Page 1 of 1 EXHIBIT B COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES See attached Compensation Schedule & Reimbursable Expenses 51 Jan Feb Mar Apr May Jun Jul Aug Sept Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sept Oct Nov Dec Pre-Construction 28,952.00$ Constructability Review Advert, Bid, Award Construction 566,930.00$ Submittals On-Site Construction Project Closeout 36,000.00$ Role Jan Feb Mar Apr May Jun Jul Aug Sept Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sept Oct Nov Dec Construction Manager 40 20 20 80 232.00 18,560.00$ Contract Manager/Technical Support 16 16 232.00 3,712.00$ Construction Inspector 40 40 167.00 6,680.00$ 0 0 96 20 20 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 136 28,952.00$ Construction Manager 40 80 160 160 160 40 40 40 40 40 80 80 80 1040 232.00 241,280.00$ Construction Inspector 80 170 170 170 170 170 170 170 170 170 170 170 1950 167.00 325,650.00$ 0 0 0 0 0 40 160 330 330 330 210 210 210 210 210 250 250 250 0 0 0 0 0 0 2990 566,930.00$ Construction Manager 40 40 232.00 9,280.00$ Construction Inspector 80 40 40 160 167.00 26,720.00$ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 120 40 40 0 0 0 200 36,000.00$ 0 0 96 20 20 40 160 330 330 330 210 210 210 210 210 250 250 250 120 40 40 0 0 0 3326 631,882.00$ Total Labor $631,882.00 $631,882.00 24,462.14$ 24,462.14$ Materials Testing/Special Inspection 85,394.00$ Source Inspection 36,602.00$ CIDH Pile Testing 8,240.00$ 130,236.00$ Sub Consultant & Direct Expense Mark-Up $7,734.91 $794,315.05 STAFF AUTHORIZED OPTION (Steel Bridge / Welding Source Inspection) Source Inspection 147,879.00$ 147,879.00$ Sub Consultant & Direct Expense Mark-Up $7,805.95 $155,684.95 CONTRACT TOTAL, Base Contract + Staff Authorized Option $950,000.00 Notes: 1. Assumes 170 hours per month based upon 8 hour working days with no overtime. Inspector overtime (if any) will be billed at 1.5X 2. Based upon a construction NTP of July 2021 and a construction contract duration of 240 working days 3. Steel bridge will be a prefabricated "off the shelf" bridge 4. Steel bridge submittal and Welding Quality Control Plan (WQCP) will be approved within 40 working days of NTP and fabrication completed within 120 working days after submittal approval. 5. Prevailing Wage (PW) rates subject to PW adjustments. 6. Direct costs and subconsultants to be billed at cost plus 5% Source Inspection / Welding / Steel Bridge Assumptions: 7. AWS D1.1 welding standards will be used 8. Assumes no fracture critical welding under AWS D1.5 will be required 9. Bolted connections will be used for vertical splices for top section of arch bridge 10. Assumes out-of-state source inspection can be completed for steel bridge fabrication in 63 working days within the 120 working day fabrication duration and minimal non-conformance issues. 11. Assumes 1 trip to out-of-state fabricator to witness Procedure Qualification Records (PQRs) for 1 week. Also assumes pre-fabrication meetings will be held via teleconference. 12. Source Inspection of "Other Materials" assumes 1 trip out-of-state for each item listed (i.e. anchor bolts, hoops, etc.) 13. Prefabricated steel truss manufacturer must hold AISC shop certification per SSP 55-2.01D(2)(b). The AISC shop certification includes quality control and certification requirements. PHASE Project Schedule 2021 2022 TOTAL COST 2021 2022 TOTAL HOURS STAFF AUTHORIZED OPTION TOTAL Tom Loomis, P.E. HOURLY RATE Construction Administration, Inspection, and Material TestingIron Horse Trail Bridge at Dublin Boulevard City of Dublin PHASE Chris McDermott, P. E. Chris McDermott, P. E. CONSTRUCTION MANAGEMENT SUB-TOTAL PRE-CONSTRUCTION SUB-TOTAL CONSTRUCTION Staff PRE-CONSTRUCTION Tom Loomis, P.E. Thomas Fresquez, P. E. Chris McDermott, P. E. Tom Loomis, P.E. PROJECT CLOSEOUT DIRECT EXPENSES SUB-TOTAL Miscellaneous PROJECT CLOSEOUT SUB-TOTAL TOTAL MNS TOTAL COST SUB CONSULTANTS SUB-TOTAL BASE CONTRACT TOTAL Alta Vista Solutions ABE SUB CONSULTANTS SUB-TOTAL BSK Materials Subconsutants Alta Vista Solutions Direct Expenses 52 100.00% 0.00%0.00% 0.00%0.00% 0.00%0.00% 0.00%1.0000Materials EngineerAssistant Materials EngineerASNT Level III InspectorASNT Level II Senior InspectorASNT Level II InspectorAWS Certified Welding Inspector (CWI)NACE Level III Coating InspectorPre-Cast Concrete (PCI) Level II InspectorTechnical ExpertsDirect Expenses ($)HoursEscalated Direct Labor or NBR $TOTAL COSTTask #Billing Rate $145.00 $122.00 $195.00 $145.00 $130.00 $125.00 $150.00 $125.00 $300.00 $1Prepare a Quality Management Plan (QMP)080000000089769761.1 Generation of QMP for approval88 976 9762 Submittal Reviews00816008000325080 50802.1 Shop Drawings0088 1560 15602.2 Welding Quality Control Plan (Shop and Field)0001616 2320 23202.3 Paint Quality Control Plan0 0 8 8 1200 12002.4 Concrete Mix Designs000 03 Pre-Fabrication Meetings and PQR Witnessing000000000000 04Source Inspection of Structural Steel Fabrication 000000000000 05Source Inspection of Other Materials10 20 0 0 0 80 0 0 0 14,704 110 13890 285945.1 High Strength Bolts2 4 16 22 2778 27785.2 Anchor Bolts2 4 16 22 2778 27785.3 Welded Hoops2 4 16 22 2778 27785.4 Prestressed Strands2 4 16 22 2778 27785.5 Elastomeric Bearing Pads2 4 16 22 2778 27785.6 Travel - Air1,400 0 0 14005.7 Travel - Lodging1,540 0 0 15405.8 Travel - Per Diem644 0 0 6445.9 Travel - Rental Car1,120 0 0 11205.10 Lab Testing10,000 0 0 100006Project Closeout01600000000161952 19526.1 Project Closeout1616 1952 19527 Structural Backfill000000000000 08 Structural Concrete000000000000 0BASE CONTRACT TOTAL 10 44 8 16 0 80 8 0 0 $14,704 166 $21,898$36,602Subconsultant : Alta Vista Solutions Estimated Base Contract CostCLASSIFICATIONS CALCULATION SECTIONNON-CONTINGENCY TASKS/DELIVERABLESAlta Vista Solutions - Base ContractPROJECT NAME: Iron Horse Bridge at Dublin Blvd. CIP No. ST0118BASE CONTRACT% of budget in CY+2 Negotiated Profit Rate% of budget in CY+3 Annual Escalation RateAnnualization FactorMULTIPLIERS% of budget in Current Year (CY) Accepted Overhead Rate% of budget in CY+1 Fringe RateThese values will be zero if a firm uses Negotiated Billing Rates (NBRs); otherwise, use applicable Overhead and Fringe rates. Escalation not applicable to 53                                                 !#!$#!#"  54 $EH&RQVWUXFWLRQ6HUYLFHV,QF 'RRODQ5G/LYHUPRUH&$3KRQH)D[(PDLO6$$&6#$77QHW 6HSWHPEHU (VWLPDWHIRU&,'+3LOH7HVWLQJ6HUYLFHV **/ *DPPD*DPPD/RJJLQJ /ƌŽŶ,ŽƌƐĞdƌĂŝů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aIW$YHUDJH/HQJWKZWXEHVSLOHDQGSLOHV#[a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aterials EngineerAssistant Materials EngineerASNT Level III InspectorASNT Level II Senior InspectorASNT Level II InspectorAWS Certified Welding Inspector (CWI)NACE Level III Coating InspectorPre-Cast Concrete (PCI) Level II InspectorTechnical ExpertsDirect Expenses ($)HoursEscalated Direct Labor or NBR $TOTAL COSTTask #Billing Rate $145.00 $122.00 $195.00 $145.00 $130.00 $125.00 $150.00 $125.00 $300.00 $1Prepare a Quality Management Plan (QMP)000000000000 02 Submittal Reviews000000000000 03 Pre-Fabrication Meetings and PQR Witnessing0 12 0 4 0 40 0 0 0 4,680 56 7044 117243.1 Pre-Fabrication Meeting08 412 1556 15563.2 PQR Witnessing0 4 40 44 5488 54883.3 Travel - Air1,400 0 0 14003.4 Travel - Lodging550 0 0 5503.5 Travel - Per Diem230 0 0 2303.6 Lab Testing2,500 0 0 25004Source Inspection of Structural Steel Fabrication 33 126 56 544 0 0 0 0 0 26,198 759 109957 1361554.1 Inspection of the Fabricated Steel Truss Bridge 33 126 56 544759 109957 1099574.2 Travel - Air8,400 0 0 84004.3 Travel - Lodging9,900 0 0 99004.4 Travel - Per Diem2,898 0 0 28984.5 Lab Testing5,000 0 0 50005Source Inspection of Other Materials 000000000000 06Project Closeout000000000000 07 Structural Backfill000000000000 08 Structural Concrete000000000000 0STAFF AUTHORIZED OPTION TOTAL 33 138 56 548 0 40 0 0 0 $30,878 815 $117,001$147,879MULTIPLIERS% of budget in Current Year (CY) Accepted Overhead Rate% of budget in CY+1 Fringe Rate% of budget in CY+2 Negotiated Profit Rate% of budget in CY+3 Annual Escalation RateAnnualization FactorNON-CONTINGENCY TASKS/DELIVERABLESAlta Vista Solutions - Staff Authorized Option CostPROJECT NAME: Iron Horse Bridge at Dublin Blvd. CIP No. ST0118STAFF AUTHORIZED OPTIONSubconsultant : Alta Vista Solutions Estimated Staff Authorized Option CostCLASSIFICATIONS CALCULATION SECTIONThese values will be zero if a firm uses Negotiated Billing Rates (NBRs); otherwise, use applicable Overhead and Fringe rates. Escalation not applicable to 57 Consulting Services Agreement between City of Dublin and Last Revised [03/02/2021] MNS Engineering, Inc. for Iron Horse Bridge at Dublin Boulevard Exhibit C – Page 1 of 1 EXHIBIT C INDEMNIFICATION A. Consultant shall, to the extent permitted by law, including without limitation California Civil Code 2782 and 2782.8, indemnify, hold harmless and assume the defense of, in any actions at law or in equity, the City, its employees, agents, volunteers, and elective and appointive boards, from all claims, losses, and damages, including property damage, personal injury, death, and liability of every kind, nature and description, arising out of, pertaining to or related to the negligence, recklessness or willful misconduct of Consultant or any person directly or indirectly employed by, or acting as agent for, Consultant, during and after completion of Consultant’s work under this Agreement. B. With respect to those claims arising from a professional error or omission, Consultant shall defend, indemnify and hold harmless the City (including its elected officials, officers, employees, and volunteers) from all claims, losses, and damages arising from the professionally negligent acts, errors or omissions of Consultant, however, the cost to defend charged to Consultant shall not exceed Consultant’s proportionate percentage fault. C. Consultant's obligation under this section does not extend to that portion of a claim caused in whole or in part by the sole negligence or willful misconduct of the City. D. Consultant shall also indemnify, defend and hold harmless the City from all suits or claims for infringement of any patent rights, copyrights, trade secrets, trade names, trademarks, service marks, or any other proprietary rights of any person or persons because of the City or any of its officers, employees, volunteers, or agents use of articles, products things, or services supplied in the performance of Consultant’s services under this Agreement, however, the cost to defend charged to Consultant shall not exceed Consultant’s proportionate percentage fault. 58 Consulting Services Agreement between City of Dublin and Last Revised [03/02/2021] MNS Engineering, Inc. for Iron Horse Bridge at Dublin Boulevard Exhibit D – Page 1 of 3 EXHIBIT D PROVISIONS REQUIRED FOR PUBLIC WORKS CONTRACTS PURSUANT TO CALIFORNIA LABOR CODE SECTION 1720 ET SEQ. HOURS OF WORK: A. In accordance with California Labor Code Section 1810, 8 hours of labor in performance of the services described in Exhibit A shall constitute a legal day’s work under this contract. B. In accordance with California Labor Code Section 1811, the time of service of any worker employed in performance of the services described in Exhibit A is limited to 8 hours during any one calendar day, and 40 hours during any one calendar week, except in accordance with California Labor Code Section 1815, which provides that work in excess of 8 hours during any one calendar day and 40 hours during any one calendar week is permitted upon compensation for all hours worked in excess of 8 hours during any one calendar day and 40 hours during any one calendar week at not less than one-and-one-half times the basic rate of pay. C. The Consultant and its subcontractors shall forfeit as a penalty to the City $25 for each worker employed in the performance of the services described in Exhibit A for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day, or more than 40 hours in any one calendar week, in violation of the provisions of California Labor Code Section 1810 and following. WAGES: A. In accordance with California Labor Code Section 1773.2, the City has determined the general prevailing wages in the locality in which the services described in Exhibit A are to be performed for each craft or type of work needed to be as published by the State of California Department of Industrial Relations, Division of Labor Statistics and Research, a copy of which is on file in the City Public Works Office and shall be made available on request. The Consultant and subcontractors engaged in the performance of the services described in Exhibit A shall pay no less than these rates to all persons engaged in performance of the services described in Exhibit A. B. In accordance with California Labor Code Section 1775, the Consultant and any subcontractors engaged in performance of the services described in Exhibit A shall comply with California Labor Code Section 1775, which establishes a penalty for each worker engaged in the performance of the services described in Exhibit A that the Consultant or any subcontractor pays less than the specified prevailing wage. The amount of such penalty shall be determined by the Labor Commissioner and shall be based on consideration of the mistake, inadvertence, or neglect of the Consultant or subcontractor in failing to pay the correct rate of prevailing wages, or the previous record of the Consultant or subcontractor in meeting applicable prevailing wage obligations, or the willful failure by the Consultant or subcontractor to pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to pay the correct rate of 59 Consulting Services Agreement between City of Dublin and Last Revised [03/02/2021] MNS Engineering, Inc. for Iron Horse Bridge at Dublin Boulevard Exhibit D – Page 2 of 3 prevailing wages is not excusable if the Consultant or subcontractor had knowledge of their obligations under the California Labor Code. The Consultant or subcontractor shall pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate. If a subcontractor worker engaged in performance of the services described in Exhibit A is not paid the general prevailing per diem wages by the subcontractor, the Consultant is not liable for any penalties therefore unless the Consultant had knowledge of that failure or unless the Consultant fails to comply with all of the following requirements: 1. The contract executed between the Consultant and the subcontractor for the performance of part of the services described in Exhibit A shall include a copy of the provisions of California Labor Code Sections 1771, 1775, 1776, 1777.5, 1813, and 1815. 2. The Consultant shall monitor payment of the specified general prevailing rate of per diem wages by the subcontractor by periodic review of the subcontractor’s certified payroll records. 3. Upon becoming aware of a subcontractor’s failure to pay the specified prevailing rate of wages, the Consultant shall diligently take corrective action to halt or rectify the failure, including, but not limited to, retaining sufficient funds due the subcontractor for performance of the services described in Exhibit A. 4. Prior to making final payment to the subcontractor, the Consultant shall obtain an affidavit signed under penalty of perjury from the subcontractor that the subcontractor has paid the specified general prevailing rate of per diem wages for employees engaged in the performance of the services described in Exhibit A and any amounts due pursuant to California Labor Code Section 1813. C. In accordance with California Labor Code Section 1776, the Consultant and each subcontractor engaged in performance of the services described in Exhibit A shall keep accurate payroll records showing the name, address, social security number, work, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed in performance of the services described in Exhibit A. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: 1. The information contained in the payroll record is true and correct. 2. The employer has complied with the requirements of California Labor Code Sections 1771, 1811, and 1815 for any work performed by the employer’s employees on the public works project. The payroll records required pursuant to California Labor Code Section 1776 shall be certified and shall be submitted directly to the Labor Commission, and available for inspection by the Owner and its authorized representatives, the Division of Labor Standards Enforcement, the 60 Consulting Services Agreement between City of Dublin and Last Revised [03/02/2021] MNS Engineering, Inc. for Iron Horse Bridge at Dublin Boulevard Exhibit D – Page 3 of 3 Division of Apprenticeship Standards of the Department of Industrial Relations and shall otherwise be available for inspection in accordance with California Labor Code Section 1776. D. In accordance with California Labor Code Section 1777.5, the Consultant, on behalf of the Consultant and any subcontractors engaged in performance of the services described in Exhibit A, shall be responsible for ensuring compliance with California Labor Code Section 1777.5 governing employment and payment of apprentices on public works contracts. E. In case it becomes necessary for the Consultant or any subcontractor engaged in performance of the services described in Exhibit A to employ for the services described in Exhibit A any person in a trade or occupation (except executive, supervisory, administrative, clerical, or other non-manual workers as such) for which no minimum wage rate has been determined by the Director of the Department of Industrial Relations, the Consultant or subcontractor shall pay the minimum rate of wages specified therein for the classification which most nearly corresponds to services described in Exhibit A to be performed by that person. The minimum rate thus furnished shall be applicable as a minimum for such trade or occupation from the time of the initial employment of the person affected and during the continuance of such employment. 3070368.1 61 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - i - REQUEST FOR PROPOSAL Issued by the City of Dublin for Construction Administration, Inspection, and Material Testing for Iron Horse Trail Bridge at Dublin Boulevard CIP No. ST0118 PROPOSAL DUE DATE: Thursday, October 8, 2020 at 5:00 p.m. (Pacific Time) at the offices of the City of Dublin Public Works Department 100 Civic Plaza Dublin, CA 94568 Project Funding Partners Attachment 3 62 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - ii - *See Table 1 for more information on proposal selection and process dates TABLE OF CONTENTS PAGE INTRODUCTION 1 SECTION I 3 1. General Conditions 3 2. Contract Requirements 7 3. Local Business Contract Equity Program 8 SECTION II 9 1. RFP Information 9 2. Proposal Format 11 3. Proposal Evaluation/Criteria 15 APPENDICES 17 A. Required Scope of Work, Deliverables, and Staffing 18 B. Project Report, Maps and Diagrams 22 C. City of Dublin Sample Professional Services Contract 23 D. Exceptions to the City of Dublin Sample Professional Services Contract Form 43 E. Levine Act Statement 44 F. Public Contract Code 45 G. City of Dublin Cost Proposal Attachment Requirements 47 63 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 1 - INTRODUCTION The City of Dublin is seeking the professional services of a qualified Construction Management and Inspection firm to provide construction administration, bid support, inspection, and material testing services for the Iron Horse Trail Bridge at Dublin Boulevard Project located in the City of Dublin at the Dublin Boulevard and Scarlett Drive intersection. The City intends to select the most qualified firm to provide pre-bid constructability review, bid support, construction management, inspection, and materials testing services for the duration of the Iron Horse Trail Bridge at Dublin Boulevard Project. The selected firm’s services will be negotiated and have a budget and specific work of scope that will be performed on a “Time and Material” basis. Travel time, mileage, vehicles, meals, etc. will not be allowed and should be incorporated into your hourly rates and tests provided. The hourly rates and material testing rates shall be good for the duration of the project, and no cost escalation will be permitted. Consultants are advised that this agreement is considered “public work” for purposes of the California Labor Code, which requires payment of prevailing wages. The Agency has obtained from the Director of Department of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work. These rates will be on file at the Owner’s office at 100 Civic Plaza, Dublin, CA 94568 or online at http://www.dir.ca.gov/OPRL/PWD/index.htm and they will be made available to any interested party upon request. The Consultant with whom an Agreement is entered must pay the prevailing rates, post copies thereof at the job site, provide copies of certified payrolls upon request, and otherwise comply with the applicable provisions of State law. The Consultant is subject to prevailing wage rate compliance monitoring and enforcement by the California Department of Industrial Relations. The Consultant or Subcontractor(s) shall not be qualified to submit a response to this RFP, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered consultant to submit a proposal that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the consultant is registered to perform Public Work pursuant to Section 1725.5 at the time the contract is awarded. This project will construct a Class 1 bicycle and pedestrian truss arch bridge over Dublin Boulevard near the intersection of Scarlett Drive. The bridge will provide safer and easier access to Iron Horse Trail, including access to and from the Dublin-Pleasanton BART station, and will connect two existing segments of the Iron Horse Trail, creating a total separation of bicyclists and pedestrians from motorized vehicles. Construction work will generally consist of miscellaneous clearing and demolition, cast-in-place footing construction, retaining wall installation, walkways, bridge fabrication and erection, ADA ramp and steel railing installation, signage, trail lighting installation, paving and any associated restorations of the site. The project’s current engineer’s estimate is between $8 and $9 million with an estimated project construction duration of 300 calendar days. Project working hours are anticipated to be Monday 64 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 2 - through Friday with standard allowable working hours (approximately 7:00 AM to 6:00 PM). Special construction conditions may require Saturday, Sunday, and night work. The project is currently funded with Measure B & BB Alameda County Sales Tax, TFCA/Transportation for Clean Air grant, SB-1, Gas Tax, Safe Routes to BART SR2B grant, and local funds. The PS&E package is currently at approximately 95% completion and the documents will be ready for constructability and bid process review once a construction schedule can be determined. The City and its design consultant are currently finalizing the license agreement for construction work on Alameda County land. The Dublin Crossing Specific Plan Environmental Impact Report (DCEIR) Initial Study/Supplemental Mitigated Negative Declaration (IS/SMND) was approved by the City Council on April 7, 2020. Per the SMND, the DCEIR adequately addresses the potential environmental impacts for the project. However, the project must adhere to the requirements of the DCEIR. Refer to Appendix B for related documents Construction permits are required prior to the start of construction activities. Per the DCEIR and IS/SMND, wetlands south of Dublin Boulevard were identified to be impacted by this project. As a result, Regional Water Quality Control Board, Section 401, Section 404, and any other permits noted in the DCEIR may be needed. Other construction related permits, such as a building or encroachment permit, will need to be acquired prior to the start construction work. The City anticipates putting the project out to bid in the first part of 2021 with an award within 60 days of bid opening. The Contractor would then have 30 Calendar days from Notice of Award to start work. The project team that is being proposed for in this RFP MUST be available to be committed to this project based on the project time frame outlined above. To be considered responsive to this RFP, your firm MUST be able to provide all services described in this RFP. The Consultant Team providing Design Services to the City of Dublin for this Project are not eligible to participate in the Construction Administration, Inspection, and Material Testing of the Project. 65 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 3 - SECTION I 1. GENERAL CONDITIONS A. Award Any award will be to the Proposer whose proposal is most advantageous to City of Dublin based on the proposal evaluation outlined in Section II.3 (Proposal Evaluation/Criteria). B. Cooperation After the contract award, the selected consultant shall carry out the instructions as received from the City of Dublin and shall cooperate with City of Dublin staff and other agencies involved with the project. C. Examination of Proposal Documents By submitting a proposal, the proposer represents that it has thoroughly examined and become familiar with the work required under this RFP, and that it is capable of performing the work identified in Appendix A (Required Scope of Work, Deliverables, and Staffing). D. Contract Exceptions Proposers shall be prepared to accept the terms and conditions of a standard form contract included as Appendix C (City of Dublin Sample Professional Services Contract) hereto. Note that the Sample Professional Services Contract is subject to modification at any time prior to execution of the final contract. If a Proposer desires to take exception to the Contract, the Proposer shall provide the following information as a section of the Proposal identified as Appendix D (Exceptions to the City of Dublin Sample Professional Services Contract Form): 1. Proposer shall clearly identify each proposed change to the Contract, including all relevant Exhibits and Attachments. 2. Proposer shall furnish the reasons therefore as well as specific recommendations for alternative language. Only exceptions that are included in the submitted proposals will be considered. No additional exceptions after proposal submissions will be considered during contract negotiations. Substantial exceptions to the contract may be determined by the City of Dublin, at its sole discretion, to be unacceptable and the City of Dublin will proceed with negotiations with the next highest ranked firm. See Section II.3.F (Award). E. Governing Law This RFP summarizes the applicable laws and governance; when in conflict applicable State/Federal guidelines shall apply. The contract and legal relations between the parties hereto shall be governed and construed in accordance with the laws of the State of California. 66 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 4 - F. Levine Act – Government Code Section 84308 As part of the Fair Political Practices Act that applies to elected officials who serve on appointed bodies such as the Dublin City Council, the Levine Act prohibits any City of Dublin Council Members, Commissioners, or Alternates who have received more than $250 within the previous twelve months from an applicant from participating in or influencing the decision on awarding a contract with the City of Dublin. The Levine Act also requires a Council Member, Commissioner or Alternate who has received such a contribution to disclose the contribution on the record of the proceeding. In addition, Council Members or Commissioners are prohibited from soliciting or accepting a contribution from a party applying for a contract while the matter of awarding the contract is pending before the City of Dublin or for three months following the date of a final decision concerning the contract. Applicants must disclose on the record any contribution of more than $250 which they have made to any City of Dublin Councilmember within the twelve-month period preceding submission of their proposal. This duty applies to your company, any member of your team, any agents for you or other team members and to the major shareholders of any closed corporation, which is part of your team. If you have made a contribution that needs to be disclosed, you must provide a written notice of date, amount and receipt of the contribution(s) in writing to the City of Dublin, City Manager, Linda Smith. This information must be included in Appendix E (Levine Act Statement) in the submitted Proposal. G. Limitations This RFP does not commit the City of Dublin to award a contract or to pay any costs incurred in the preparation of a proposal in response to this RFP, or to procure or contract for services. The City of Dublin reserves the right to award contracts to one or more proposers pursuant to this RFP. The City of Dublin also reserves the right to transfer certain services covered by this RFP in-house, to be performed by staff. H. Public Records The RFP and any material submitted by a Proposer in response to this RFP are subject to public inspection under the California Public Records Act (Government Code 6250 et seq.) unless exempt by law. The proposal will remain confidential until the contract has been awarded. Any language purporting to render the entire proposal or the cost proposal confidential or proprietary will be regarded as ineffective and will be deemed non-responsive. I. Rights of City of Dublin This RFP does not commit City of Dublin to enter into a contract, nor does it obligate City of Dublin to pay for any costs incurred in preparation and submission of the proposal or in anticipation of a contract. 67 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 5 - The City of Dublin may investigate the qualifications of any Proposer under consideration, require confirmation of information furnished by the Proposer, and require additional evidence or qualifications to perform the Work described in this RFP. City of Dublin reserves the right to do each of the following, in any manner necessary to serve the best interests of City of Dublin and the citizens of Dublin: 1. Reject any or all proposal submittals 2. Issue one or more subsequent RFQ’s and/or RFP’s 3. Postpone opening for its own convenience 4. Remedy technical errors in the RFP process 5. Negotiate with any, all, or none of the Proposers responding to this RFP 6. Waive informalities and irregularities in any proposal J. Withdrawal of Proposal Submittal A Proposer may withdraw its proposal at any time before the expiration of the time for submission of proposal submittals as provided in this RFP by delivering to the Sole Point of Contact as identified in Section II, Paragraph 1.C (Sole Point of Contact), a written request for withdrawal signed by, or on behalf of, the Proposer’s binding official as identified in the “Letter of Transmittal” included within the Proposal. K. Work Scope Modifications The City of Dublin reserves the right to request changes to the staffing and/or scope of work contained in any of the proposals and to enter negotiations with any of the proposers regarding their submittal. L. Conflict of Interest Proposer agrees that, for the term of this contract, no member, officer or employee of the City of Dublin, or of a public body within Alameda County or member or delegate to the Congress of the United States, during his/her tenure or for one year thereafter, shall have any direct interest in the contracts or any direct or material benefit arising therefrom. Proposers must provide a list of any potential conflicts of interest in working for the City of Dublin. This must include, but is not limited to, a list of your firm’s clients who are the following: East Bay Regional Parks District, and the County of Alameda, and a brief description of work for these clients. Identify any other clients that would post a potential conflict of interest as well as a brief description of work you provide to these clients. This list must include all potential conflicts of interest within the year prior to the release of this RFP as well as current and future commitments to other projects. Key Team Members may be required to submit a California Fair Political Practices Commission (FPPC) Form 700: Statement of Economic Interests documenting potential financial conflicts of interest. For additional information, proposers should refer to the FPPC website at www.fppc.ca.gov/index.php?id=500. 68 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 6 - M. Bid Protest Procedure A proposer who submits, or who plans to submit, a proposal, may protest pursuant to the protest procedures applicable to this RFP as follows: 1. Protests based on the content of the RFP shall be filed with the City of Dublin within five (5) calendar days after the RFP is first formally advertised. The City of Dublin shall issue a written decision on the protest prior to opening the proposals. 2. Any proposer may protest the recommended award and/or contract award by filing a protest with the City of Dublin within (5) calendar days after the determination of the top-ranked firm and/or contract award has been made available to the proposers. 3. Any protest shall contain a full and complete written statement specifying in detail the grounds of the protest and the facts supporting the protest. Protesters shall have an opportunity to appear and be heard before the Public Works Director prior to the opening of proposals in the case of protests based on the content of the request for proposals, or before the City Manager after determination of top-ranked firm has been made available to the proposers in the case of protests based on other grounds or the renewal of protests based on the content of the request for proposals. 4. If a bid protest is properly filed, City of Dublin staff (potentially including consultants to City of Dublin) will promptly initiate an investigation of the grounds of the bid protest. All proposers shall cooperate with any inquiries from City of Dublin staff and consultants relating to the bid protest. 5. At the conclusion of their investigation, City of Dublin staff shall submit a report (the Staff Report), including a recommendation regarding the disposition of the bid protest, to the City Council, as appropriate, shall take final action on the bid protest. N. Pre-Award/Post-Award Audit The City of Dublin reserves the right to perform pre-award and/or post-award audits. O. Equal Employment Opportunity Proposer shall not, on the grounds of race, color, sex, age, religion, national origin, ancestry, physical handicap, medical condition, or marital status either discriminate or permit discrimination against any employee or applicant for employment in any manner prohibited by Federal, State or local laws. In the event of Proposer non-compliance, the City of Dublin may cancel, terminate or suspend the Contract in whole or in part. Proposer may also be declared ineligible for further contracts with the City of Dublin. Proposer and its subconsultants shall take affirmative action to ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, or national origin. 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. Proposer and its subconsultants shall post in conspicuous places, available to all 69 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 7 - employees and applicants for employment, a notice setting forth the following provisions [29 U.S.C. § 623, 42 U.S.C. § 2000, 42 U.S.C. § 6102, 42 U.S.C. § 12112, 42 U.S.C. § 12132, 49 U.S.C. § 5332, 29 CFR Part 1630, 41 CFR Parts 60 et seq.]. P. Subconsultants 1. Nothing contained in this RFP and the resulting Contract or otherwise, shall create any contractual relation between the City of Dublin and any subconsultants, and no subcontract shall relieve the Proposer of his/her responsibilities and obligations hereunder. The Proposer agrees to be as fully responsible to the City of Dublin for the acts and omissions of its subconsultants 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 the Proposer. The Proposer's obligation to pay its subconsultants is an independent obligation from the City of Dublin’s obligation to make payments to the Proposer. 2. Any subcontract in excess of $25,000, entered into as a result of this RFP, shall contain all the provisions stipulated in this RFP and resulting contract to be applicable to subconsultants. 3. Proposer shall pay its subconsultants within ten (10) calendar days from receipt of each payment made to the Proposer by the City of Dublin. 4. Any substitution of subconsultants must be approved in writing by the City of Dublin’s Project Manager in advance of assigning work to a substitute subconsultant. Q. Identification of Documents All reports and other documents completed as part of the resulting Contract shall recognize the appropriate participating funds. Specific details will be provided to the successful bidder. R. Public Contract Code In accordance with Public Contract Code Section 10162, the Proposer shall complete a Public Contract Code Statement and Questionnaire. See Appendix F (Public Contract Code). 2. CONTRACT REQUIREMENTS The selected proposer will be required to sign City of Dublin’s standard professional services contract, Appendix C (City of Dublin Sample Professional Services Contract). City of Dublin reserves the right to substitute and/or modify the City of Dublin Sample Professional Services Contract prior to contract execution with acceptance by both parties. A. Invoicing Requirements The selected proposer will be required to submit invoice forms as specified in the City of Dublin’s standard professional services contract including any revisions. B. Insurance Requirements 70 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 8 - The selected proposer will be required to maintain insurance coverage, during the term of the contract, at the levels described in the Sample Professional Service Contract. See Appendix C The selected proposer will be required to list Alameda CTC, Bay Area Rapid Transit, and East Bay Regional Parks as additional insured. 3. LOCAL BUSINESS CONTRACT EQUITY PROGRAM The resulting contract is not subject to the Alameda County Transportation Commission’s (Alameda CTC) Local Business Contract Equity Program but is encouraged. The Program’s goals for professional services are 70% for LBE and 30% for SLBE. Further detail regarding this program, including requirements and forms can be found on the Alameda CTC website at www.alamedactc.org/app_pages/view/4543. It is the responsibility of qualified firms to ensure that they are appropriately certified by Alameda CTC on a timely basis. All firms used towards meeting an LBE and/or SLBE goal must be certified by the time of proposal submission. Applications for LBE and/or SLBE certification will not be accepted with the proposal. Lists of all currently certified LBE/SLBE/VSLBE firms are available via the website listed above or can be obtained from the Commission, as listed below. To receive a digital copy of the LBE/SLBE/VSLBE certification forms in PDF Format, contact Alameda CTC at the address shown below or go to the Alameda CTC website. The prime contractor will be required to report LBE/SLBE/VSLBE utilization with each invoice for payment. Alameda CTC’s Contract Equity Consultant is available to assist firms in meeting the local and small local business goals. Alameda CTC’s Contract Equity Consultant is: Alameda CTC 1111 Broadway, Suite 800 Oakland, CA 94607 Contact Person: Telephone: Email: E.W. Cheng (510) 208-7472 echeng@alamedactc.org All questions regarding certification should be directed to Alameda CTC’s Contract Equity Consultant. Certification applications should be submitted to Alameda CTC’s Contract Equity Consultant at the above address. 71 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 9 - SECTION II 1. RFP INFORMATION A. Scope of Work 1. Scope of Work, Deliverables, and Staffing – The work to be performed under contract based on this RFP is described in the Scope of Work attached hereto as Appendix A (Required Scope of Work, Deliverables, and Staffing) and hereby incorporated herein. 2. Period of Performance – The period of performance is anticipated to be from commencement of constructability review through project closeout. 3. Type of Payment – The type of payment is anticipated to be based on a time and materials model but is subject to the terms and conditions established as a result of negotiations. 4. Minimum Required Experience and Certifications – • Construction Manager – This position requires the following: o nine years minimum experience managing civil construction projects. o worked in a similar capacity for a governmental organization on at least three projects with a construction cost greater than $3million. o worked in a similar capacity on at least one project of similar size and estimated construction cost. • Project Inspector – This position requires the following: o six years minimum experience inspecting civil streets and road construction projects. o worked in a similar capacity for a governmental organization on at least three projects with a construction cost greater than $1million. • Materials/Special Inspector – This position requires the following: o three years minimum experience inspecting materials like those anticipated for project. o training/certification(s) to perform the requested inspection or test per the requirements of the project plans and specification. Note, this position doesn’t have to be filled with the same personal for the duration of the project. • Laboratory Facilities – The following are required accreditations/certifications: o Ratings by AMRL and CCRL. o Caltrans certified to provide material testing for Federal Aid Projects. The Proposer and the City of Dublin recognize the importance of the need to maintain the Proposer’s key personnel throughout the entire duration of this project. Proposer shall not make any changes to the assigned personnel listed above without the City’s written approval. 72 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 10 - 5. Office Space – The City of Dublin will provide office space for the Construction Manager at a City facility that will include the following: desk, computer terminal, desk phone, and shared printer and copier. The project inspector could use the facilities provided to the Construction Manager if the Construction Manager would allow, but separate amenities will not be provided for the inspector or materials tester. 6. Proposers Provided Equipment – The proposer shall provide all other necessary equipment, vehicle(s), cell phone, tools of the trade, etc. necessary for the project team to successfully complete the project. B. Project Reference Documents (Reports, Maps, Diagrams, Etc.) Refer to Appendix B for related documents. C. Sole Point of Contact The sole point of contact for all purposes of this procurement shall be Mr. Michael Boitnott, Capital Improvement Program Manager. Email inquiries, where permissible under the terms of this RFP, shall be directed to michael.boitnott@dublin.ca.gov. Contact Person: Mr. Michael Boitnott, P.E. City of Dublin Public Works Department 100 Civic Plaza Dublin, CA 94568 Email: michael.boitnott@dublin.ca.gov D. Addenda/Clarifications Explanations or clarifications desired by respondents regarding the meaning or interpretation of the RFP may be directed by email to Mr. Michael Boitnott, at michael.boitnott@dublin.ca.gov no later than 3:00 p.m. on the due date noted in Table 1 for Questions. Responses to all questions submitted by the deadline that may have a material impact on the proposal. 73 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 11 - E. RFP Schedule TABLE 1 Activity Date/Time Issue Date September 16, 2020 Questions: Deadline to submit questions to City of Dublin. All questions must be directed by email to Mr. Michael Boitnott at Michael.Boitnott@dublin.ca.gov with subject reference to “Questions – Iron Horse Trail Bridge RFP CIP No. ST0118” September 28, 2020 3:00 p.m. (Pacific Time) Proposal Due Date: Submissions must be made to City of Dublin in a sealed envelope marked with “Iron Horse Trail Bridge RFP CIP No. ST0118” and delivered to the City of Dublin offices at 100 Civic Plaza, Dublin, CA 94568, Attention: Michael Boitnott. CITY OF DUBLIN WILL NOT ACCEPT LATE SUBMISSIONS October 8, 2020 5:00 p.m. (Pacific Time) Proposal Review: City of Dublin reviews proposals and develops short list of firms to interview (if applicable/required). Anticipated October 23, 2020 Interviews & Final Evaluation and Determination of Top-Ranked Firm (Proposed consultant team shall be present at the interview) Anticipated Week of November 1, 2020 Complete Negotiations November 20, 2020 or thereafter Contract Award Request to Council for Approval December 1, 2020 or thereafter Contract Commencement December 2020 or thereafter 2. PROPOSAL FORMAT A. General Instructions The proposal shall be bound with tabs identifying each section. Two (2) complete hard copies of the proposal and one pdf copy on USB drive must be furnished. Failure to comply with these requirements may be cause for a firm’s proposal to be considered non-responsive; and rejected. At the interview and final evaluation a separate sealed cost proposal must be submitted in a sealed envelope or container stating on the outside the proposer’s name, address, telephone number, RFP title, number and proposal due date and delivered to: Mr. Michael Boitnott Public Works Department City of Dublin 100 Civic Plaza Dublin, CA 94568 74 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 12 - Proposals must be typed with a minimum 12-point font and submitted on 8½” x 11” paper with at least 1” margins, using a single method of fastening. When appropriate, double-sided printing is encouraged. Proposals shall not exceed 16 pages (8 if double-sided), excluding proposal covers, table of contents, resumes, required certifications/forms, and appendices. Proposal content and completeness are most important. Clarity is essential and will be considered in assessing the Proposer’s capabilities. Proposals should only contain information relevant to this RFP; marketing materials should not be included, unless appropriate. Note: The Cost Proposal must be submitted in a separate sealed envelope, as identified in Section II.2.E.6. B. Letter of Transmittal An official authorized to bind the Proposer’s firm must sign the transmittal letter. The transmittal letter should identify the project team and any subconsultants, and include the name, telephone number and email address of the primary contact person. The transmittal letter also should include a statement that the proposal is a binding offer to contract with City of Dublin according to the requirements of this RFP for a period of one hundred eighty (180) days from the proposal due date for submission of proposals. Detail any proposed co-venture arrangements such as revenue/profit sharing or subconsultant participation. C. Title Page A title page that includes the RFP subject, the name of the Proposer’s firm, local address, telephone, contact person (name, email, and phone numbers), and the date. D. Table of Contents Provide a table of contents that includes a clear identification of the material by section and page number. E. Responses to Scope of Work 1. Project Understanding and Approach – Describe your understanding of the project and your proposed approach to complete each of the requested services detailed in Appendix A. Based on your experience, discuss your understanding of any potential problems that may be encountered with regard to the successful completion of the project and how your firm would assist in solving these potential problems. If approach includes any tasks or items not specifically identified in Appendix A, these additions must be clearly identified as an “optional element.” 2. Team Make-Up – This section shall include an organization chart for your project team. For each team member designated as key to the proposal, describe their role/function and provide details to substantiate qualifications for the role/function proposed. At a minimum, details should include relevant positions held, specific responsibilities, time period of work, and references. For each sub-consultant firm, detail the services to be provided and firm’s experience providing similar work. List any similar work subconsultant has performed for proposer including contracted amount and duration of work. Any substitution of key personnel after submittal of the proposal or during the contract will require prior written approval from the City of Dublin. 75 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 13 - 3. Team Staffing Assessment – Provide an estimated level of effort for all personnel and resources anticipated to complete the project services as described in Appendix A. Base your estimates on the information contained in this RFP and your firm’s experience. Outside research is not necessary as this is a very rough preliminary estimate to see the firm’s thought process and any anticipated problems. Provide percent time assigned to project. For subconsultant firms, identify percent proposed work relative to firm’s capacity. 4. Project Management – Describe your firm’s project management, cost control, and quality assurance, and quality control system that you propose to use for your project team and if applicable, any sub-consultants. a. Describe methods of planning, scheduling, delivery of tasks, coordination meeting strategies and how the team will provide updated and accurate information to the City of Dublin for the duration of the contract. b. Describe how the management of the consultant/subconsultant(s) team will be handled to ensure efficient use of resources and to avoid duplication of management activities. c. Describe the method that will be employed to establish budgetary controls and avoid exceeding resources allocated for specific tasks. d. Provide a list of proposed performance measures that could be used during the contract, if selected, to evaluate deliverables and services performed. If selected, these will be negotiated with staff during contract negotiations and final performance measures will be incorporated into a Professional Services Contract. 5. Supporting Documentation – Documentation required below shall be provided as an Appendix to the proposal and is not included in the page count requirement. a. Provide a representative list of government agency clients for whom the prime proposer has worked and name the specific work products produced. b. Provide resumes of all staff shown in the organization chart. Resumes should be no more than two-pages. c. For any certification or licensure claimed by any personnel or firm supporting the services required by this RFP, provide proof of valid certification/licensure. At a minimum, the following must be included: • LBE/SLBE/VSLE certification(s) • Caltrans laboratory certification • Laboratory ratings by AMRL and CCRL. • Appendix E –Levine Act • Appendix F –Public Contract Code d. References from other Agencies for similar work performed: Provide at least three (3) references related to previous Public Works projects for government agencies similar to this project, or elements of this project, on which the firm worked within the last five (5) years. References for work performed for the City of Dublin will not be accepted. Include a brief project description, the project title, duration, budget, sponsoring agency, sponsor project manager, the specific work conducted, and roles played by individuals proposed for this contract. Include the name of the agency for which the work was performed, contact person name, telephone number, and year(s) 76 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 14 - that the work was done. At least one (1) reference is required for each subconsultant with a proposed budget over $25,000 total for this contract. e. Provide reference contact information. Additionally, this section shall include a listing of any lawsuit or litigation and the result of that action resulting from (a) any services provided by the Proposer or by its subconsultants where litigation is still pending or has occurred within the last five (5) years or (b) any type of project where claims or settlements were paid by the proposer or its insurers within the last five years. f. If necessary, identify any requested changes to the City’s standard consulting services agreement using form provide in Appendix D (Exceptions to the City of Dublin Sample Professional Services Contract Form) 6. Cost Proposal – Proposer shall submit one hard copy and one copy in MS Excel and pdf on USB drive of the following in one separately sealed envelope and clearly labeled “Cost Proposal Attachment” (see Appendix G, City of Dublin Sample Cost Proposal): a. The overall price and budget, showing the level of effort and cost breakdown by tasks identified in the scope. b. Provide cost breakdown by subconsultants and, if any, goal attainability based on current certification at time of proposal submission. c. Provide a unit cost per type of materials/lab tests Provide a full description and breakdown of the expected expenditures for each categories of action contained in the Scope of Work, detailing your firm’s ability to understand and provide services in an effective manner. Rates shall be based on actual hours worked, travel time and hourly minimums will not be permitted. The budget should include an estimate of hours for each task and for all team members, along with their billing rates proposed for the duration of the project. The City may request the billing rates be broken down into direct salary, fringe, overhead, and profit rates, if any. Detail the types of non-labor expenses for which you would expect to be reimbursed. The top-ranked proposer will be required to participate in negotiations which may result in revisions to the proposal. The cost and method of compensation will be negotiated with the top-ranked proposer. Additionally, prior to award of a contract, the successful Proposer may be required to submit the firm’s most recent complete financial statements, including footnotes and auditor’s opinion or other financial instrument that would establish the firm’s ability to complete the obligations of the contract resulting from this solicitation. 77 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 15 - 3. PROPOSAL EVALUATION/CRITERIA A. Review for General Responsiveness City of Dublin will conduct an initial review of the proposals for general responsiveness and compliance with requirements of this RFP. Proposals failing to satisfy the requirements in this RFP will not be considered. Any proposal that does not include enough information to permit the evaluators to rate the proposals in any one of the evaluation factors listed below will be considered non-responsive. A proposal that fails to include one or more items requested in Section II.2, Proposal Format, may be considered complete and generally responsive, if evaluation in every criterion is possible. B. Proposal Evaluation A Selection Review Panel, which may be made up of staff from the City of Dublin and or Alameda CTC, and or representatives from outside agencies will evaluate responsive proposals. The panel will then establish a short list of pre-qualified firms based on pre-established review criteria, as defined below, and request an interview, if necessary. C. Proposal Criteria – 100 Points Possible The product of the selection process will be to award a contract with the top-ranked proposer, as recommended by the Selection Review Panel. The following criteria and point system will be used to evaluate the proposals: 1. Project Understanding and Approach – Demonstrated understanding of the RFP objectives and work requirements. Methods of approach, work plan, and experience with similar projects related to type of services. (25 points maximum) 2. Team Structure and Staffing Plan – Qualifications of project staff, particularly key personnel, especially the project manager, and key personnel's level of involvement in performing related work. Capacity and ability to provide quality personnel in a timeframe that meets the needs of the City of Dublin. (35 points maximum) 3. Qualifications of the Proposer Firm – Technical experience in performing work related to type of services; experience working with public agencies; record of completing work on schedule; strength and stability of the firm; technical experience and strength and stability of proposed subconsultants; and assessments by client references. (40 points maximum) D. Proposer Interviews Based on the initial technical scoring of the proposals, the selection review panel will select top- ranked or invite short-listed proposers for an interview. Final scoring to select the top-ranked proposer will be based on the interview criteria below and will not include the initial scoring of the technical proposals. Your company will have 20 minutes for a presentation followed by 25 minutes of questions from the interview panel. The Principal-in-Charge and all key team members are required to attend the interview. 78 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 16 - E. Proposer Interview Criteria – 100 Points Possible The Interview will be evaluated by a Selection Review Panel using the following criteria and point system: 1. Knowledge and understanding of the required services and scope of work. (30 points maximum) 2. Management Approach Staffing Plan to performing scope of work efficiently and effectively. The ability and willingness to work within a managed contract budget, scope of work, and schedule of deliverables. (25 points maximum) 3. Qualifications of the Proposer Firm and ability of the consultant team and key staff in performing the scope of work. (25 points maximum) 4. Effectiveness of Interview – Overall interview discussions and presentation. (20 points maximum) F. Award The selection of the consultants shall be fair, open, and competitive using a qualifications-based selection process, and will be based on clearly stated objectives identified in this RFP and on demonstrated competence, professional qualifications, experience, and capabilities to perform the required scope of services identified in Appendix A. Proposals will be evaluated and scored for accuracy and completeness of submittal and against the qualifications and other requirements listed in this RFP. The Consultant Selection Panel will recommend award to the highest ranked respondents based on the final scoring from the Proposer Interview Criteria in Section II.3.E and will not include the initial scoring of the technical proposals. All finalists may be required to submit a revised cost proposal and/or technical or other revisions to their proposals as a result of negotiations with the City of Dublin. If negotiations with the top-ranked respondent are ultimately unsuccessful, or if the proposer declines the work offered, then negotiations will proceed with the second highest ranked proposer from the proposal list, and so forth until a proposer is selected. 79 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 17 - APPENDICES A. Required Scope of Work, Deliverables, and Staffing B. Project Report, Maps, and Diagrams C. City of Dublin Professional Services Contract D. Exceptions to the Sample Professional Services Contract Form E. Levine Act Statement F. Public Contract Code G. Cost Proposal Attachment Requirements 80 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 18 - APPENDIX A. Required Scope of Work, Deliverables, and Staffing INTRODUCTION This project will construct a Class 1 bicycle and pedestrian truss arch bridge over Dublin Boulevard near the Dublin Boulevard and Scarlett Drive intersection. The bridge will provide safer and easier Iron Horse Trail access, including access to and from the Dublin-Pleasanton BART station, and will connect two existing segments of the Iron Horse Trail, creating a total separation of bicyclists and pedestrians from motorized vehicles. Construction work will generally consist of miscellaneous clearing and demolition, cast-in-place footing construction, retaining wall installation, bridge fabrication and erection, ADA ramp and steel railing installation, trail lighting installation, and any associated paving work. The project’s current engineer’s estimate is between $7 and $8 million with an estimated project construction length of 300 calendar days. Project working hours are anticipated to be Monday through Friday with standard allowable working hours (approximately 7:00 AM to 6:00 PM). Special construction conditions may require Saturday, Sunday, and night work. The PS&E package is currently at approximately 95% completion and the documents are ready for constructability and bid process review. The City and its design consultant are currently finalizing the license agreement for construction work on Alameda County land. The Dublin Crossing Specific Plan Environmental Impact Report (DCEIR) Initial Study/Supplemental Mitigated Negative Declaration (IS/SMND) was approved by the City Council on April 7, 2020. Per the SMND, the DCEIR adequately addresses the potential environmental impacts for the project. However, the project must adhere to the requirements of the DCEIR. Construction permits are required prior to the start of construction activities. Per the DCEIR and IS/SMND, wetlands south of Dublin Boulevard were identified to be impacted by this project. As a result, Regional Water Quality Control Board, Section 401, Section 404, and any other permits noted in the DCEIR may be needed. Other construction related permits, such as an encroachment permit, will need to be acquired prior to the start construction work. Project Objectives To complete a safe project on time and within budget. Services Requested The selected team will provide professional and technical services to provide a pre-bid constructability review, perform bid support, conduct construction management, inspect construction work, and perform material testing for the Iron Horse Trail Bridge project under the supervision of the City of Dublin. The following services are required under this contract: • Perform a pre-bid 95% design constructability review of the construction documents. • Assist the City’s Project Manager and Designer during the bid solicitation. • Bid Evaluation • Construction Management 81 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 19 - • Coordination with the City, Contractor, Agencies, and Public • Public Works Inspection • Materials testing and Special Inspection • Project Closeout documentation SCOPE OF WORK The Scope of Services is intended as a guide to illustrate the minimum project requirements. If the Proposer would like to suggest additional services that the Proposer feels are necessary to efficiently and effectively manage the project, please include in the proposal with the cost for the services shown as an extra cost below your initial proposal totals. Services During Pre-Construction: The Construction Manager will assist City Staff in the following: 1. Perform a review of the 95% design construction documents issued to the City for review and provide recommendations regarding feasibility of construction methods, current availability of materials and labor and time requirements for procurement. Identify materials or services that may have a long lead time and could impact to the project. 2. Review construction bid documents and provide written comments to the City for incorporation into the bid documents by addendum if necessary. 3. Work with the City to develop strategies to generate market interest in the Project. 4. Take the lead in managing the bid process including receiving bidder’s questions, distributing information to the Owner and their consultants, issuing bid addendums, analyzing bids and ultimately make a recommendation of award to the City Project Manager. Provide documentation and substantiation to allow staff to gain Council approval of award. 5. Take the lead in managing the Section 404, and Section 401 permits, as required by the DCEIR and state and local agencies and acquiring and managing the RWQCB as required by the DCEIR and state and local agencies. 6. Maintain an electronic project management filing system on the City’s network using the Microsoft Office Suite. 7. Work with and provide project specific construction recommendations to the design team. Review and provide comment on the construction logistics plans produced by the design team. Services During Construction: The Construction Manager will represent the City during construction of the project. The Construction Manager will perform the following specific services: 1. Coordinate the efforts of the engineer, contractor, local agencies, and City to ensure proper communication and progress of the project. Act as liaison to the City through the City’s Project Manager. 2. Schedule, direct, and supervise the Project Inspector. 3. Coordinate all required testing services and review testing reports and materials testing personal. 4. Provide on-site coordination to assure that the project meets the Plans and Specifications and stays on budget and schedule. (assume minimum of 20 hours per week for this task) 82 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 20 - 5. Review, evaluate, and furnish recommendations to the City regarding contractor’s performance, construction schedule and any other matters related to compliance with the contract. 6. Provide a daily log of events and activities to secure the City’s interests and monitor work accomplished in accordance with the contract. 7. Review, track, and assist in the preparation of responses to Contractor RFI’s. 8. Review, track, and assist in the review of Contractor submittals. 9. Review and track certificates of compliance and product submittals for conformance to the project Special Provisions and/or Caltrans Standard Specifications and Plans. 10. Provide a weekly and monthly update outlining project status, schedule, submittals, RFI’s, and change order issues. Include pertinent photos or supporting documents. The report should include an analysis of any potential delays and their actual relevance. The report should be suitably formatted to share with the City Manager’s Office. 11. Review and furnish contract correspondence, minutes of meetings and directives to be issued to secure the interests of the City. 12. Review and make recommendations regarding payments to contractor including Change Orders, when applicable, and recommendations regarding any proposed changes. Prepare and provide cost analysis where necessary to verify change order costs generated by the Contractor are reasonable and correct in scope. 13. Attend all construction-related site meetings with the City’s representatives, contractors, and other meetings between related parties as required. Maintain separate notes on such meetings. Assume a minimum of one (1) meeting at the project site each week for the duration of the project within your base proposal. 14. Verify that the Contractor complies with the requirement of the State of California Notice of Intent (NOI) requirements. 15. Assist with providing any information to the City Departments, as required. 16. Oversee the general contractor and subcontractor’s scope of work to ensure the General Contractor is providing proper site supervision and coordination for the execution of the project work. 17. Identify potential claims and make recommendations to resolve them. 18. Upon completion of the project work, provide a punch list review and recommendation of Project Acceptance. 19. Upon completion of the project work, review all the Contractor’s final submittals to ensure their compliance with final project close-out requirements. 20. Prepare documents for the periodic reporting of grant funds and billings. The Project Inspector will represent the City during construction and report to the Construction Manager. The Project Manager will perform the following specific services: 1. Provide on-site inspection to assure that the project is constructed in compliance with the Plans and Specifications. (assume minimum of 40 hours per week for this task) 2. Provide inspectors daily report of events, manpower, and activities so as to secure the City’s interests and monitor work accomplished in accordance with the contract. Daily progress pictures shall be incorporated into the report. 3. Take digital photographs and digital video tape recordings of the construction progress on a regular basis, including pre-construction conditions within the project limits 4. Collect material tags and verify materials on site meet project specifications and project submittals. 5. Issue Weekly Statement of working Days. 83 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 21 - 6. Maintain a redline set of as-built plans and specifications. 7. Track and field-verify quantities of actual improvements installed by the Contractor and maintain a quantity bid sheet for each bid item of work. 8. Assists the Construction Manager in review and recommendation of progress payments. 9. Track and document Time and Materials work issued to the Contractor. 10. Working with the Construction Manager and other agencies and permit holders to issue a project punch-list. Material testing and Special Inspection: 1. Sub-grade and base compaction, gradation, and compaction curve. 2. Portland cement concrete strength and slump. 3. Asphalt concrete compaction, gradation, compaction curve, asphalt content. 4. Rebar inspection. 5. Welding and shop fabrications of steel components not covered by the bridge manufactures Quality Assurance Program. 6. Bridge footing piles. 7. High strength bolting. 8. Any other items designated by the Engineer of Record requiring full time observation. Post-Construction Services 1. Provide marked up construction record drawings (as-built drawings) for designer completion. 2. Coordinate and prepare final progress payment. 3. Provide final inspection services and project closeout activities including preparation of final construction project report and other documents required by Alameda CTC, BART, and resolve all contractor claims, if any. 4. Resolution of all contract issues, warranties, bonds, etc. 5. Turn all construction documents over to the City of Dublin. Resources Office Space – The City of Dublin will provide office space for the Construction Manager at a City facility that will include the following: desk, computer terminal, desk phone, and shared printer and copier. The project inspector could use the facilities provided to the Construction Manager if the Construction Manager would allow, but separate amenities will not be provided for the inspector or materials tester. Proposers Provided Equipment – The proposer shall provide all other necessary equipment, vehicle(s), cell phone, tools of the trade, etc. necessary for the project team to successfully complete the project. 84 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 22 - APPENDIX B. Project Report, Maps, and Diagrams The following information and documents related to this RFP are available upon request. 1. 95% ST0118 Iron Horse Trail Dublin Boulevard Pedestrian and Bicycle Overcrossing Plans 2. 95% ST0118 Iron Horse Trail Dublin Boulevard Pedestrian and Bicycle Overcrossing Specifications 3. The Dublin Crossing Specific Plan Environmental Impact Report (DCEIR) Initial Study/Supplemental Mitigated Negative Declaration (IS/SMND) 85 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 23 - APPENDIX C. City of Dublin Sample Professional Services Contract CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND [NAME OF CONSULTANT] THIS AGREEMENT for consulting services is made by and between the City of Dublin (“City”) and __________________ (“Consultant”) (together sometimes referred to as the “Parties”) as of ____________, 20__ (the “Effective Date”). Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in the Scope of Work attached as Exhibit A at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on _______________, the date of completion specified in Exhibit A, and Consultant shall complete the work described in Exhibit A on or before that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City’s right to terminate the Agreement, as referenced in Section 8. Notwithstanding the foregoing this Agreement may be extended on a month to month basis for up to 6 months upon the written consent of the Consultant and the City Manager, provided that: a) sufficient funds have been appropriated for such purchase, b) the price charged by the Consultant for the provision of the serves described in Exhibit A does not increase. None of the foregoing shall affect the City’s right to terminate the Agreement as provided for in Section 8. 1.2 Standard of Performance. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged. 1.3 Assignment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.4 Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Subsection 1.2 above and to satisfy Consultant’s obligations hereunder. 1.5 Public Works Requirements. Because the services described in Exhibit A include “work performed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work,” the services constitute a public works within the definition of Section 1720(a)(1) of the California Labor Code. As a result, 86 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 24 - Consultant is required to comply with the provisions of the California Labor Code applicable to public works, to the extent set forth in Exhibit D. 1.6 Public Works Contractor Registration. Consultant agrees, in accordance with Section 1771.1 of the California Labor Code, that Consultant or any subconsultant shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in Chapter 1 of Part 7 of Division 2 of the California Labor Code, unless currently registered and qualified to perform public work pursuant to California Labor Code section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to California Labor Code section 1725.5. Consultant agrees, in accordance with Section 1771.4 of the California Labor Code, that if the work under this Agreement qualifies as public work, it is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed ________________, notwithstanding any contrary indications that may be contained in Consultant’s proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Consultant’s proposal, attached as Exhibit A, regarding the amount of compensation, the Agreement shall prevail. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City in writing, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant’s estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Consultant. Consequently, the Parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Consultant shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. No individual performing work under this Agreement shall bill more than 2,000 hours in a fiscal year unless approved, in writing, by the City Manager or his/her designee. Invoices shall contain the following information:  Serial identifications of progress bills; i.e., Progress Bill No. 1 for the first invoice, etc.;  The beginning and ending dates of the billing period; 87 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 25 -  A Task Summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion;  A copy of the applicable time entries or time sheets shall be submitted showing the following: o Daily logs of total hours worked by each individual performing work under this Agreement o Hours must be logged in increments of tenths of an hour or quarter hour o If this Agreement covers multiple projects, all hours must also be logged by project assignment o A brief description of the work, and each reimbursable expense  The total number of hours of work performed under the Agreement by Consultant and each employee, agent, and subcontractor of Consultant performing services hereunder;  The Consultant’s signature;  Consultant shall give separate notice to the City when the total number of hours worked by Consultant and any individual employee, agent, or subcontractor of Consultant reaches or exceeds 800 hours within a 12-month period under this Agreement and any other agreement between Consultant and City. Such notice shall include an estimate of the time necessary to complete work described in Exhibit A and the estimate of time necessary to complete work under any other agreement between Consultant and City, if applicable. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. 2.3 Final Payment. City shall pay the last 10% of the total sum due pursuant to this Agreement within 60 days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed. 2.4 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. 88 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 26 - 2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto as Exhibit B. 2.6 Reimbursable Expenses. Reimbursable expenses are specified in Exhibit B, and shall not exceed $_______________. Expenses not listed in Exhibit B are not chargeable to City. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.7 Payment of Taxes. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.8 Payment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Consultant shall maintain adequate logs and timesheets to verify costs incurred to that date. 2.9 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant’s use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before fully executing this Agreement, Consultant, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Consultant shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects, and that such insurance is in effect prior to beginning work. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid or proposal. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the subcontractor(s) and provided evidence to City that such insurance is in effect. VERIFICATION OF THE REQUIRED INSURANCE SHALL BE SUBMITTED AND MADE PART OF THIS AGREEMENT PRIOR TO EXECUTION. Consultant shall maintain all required insurance listed herein for the duration of this Agreement. 89 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 27 - 4.1 Workers’ Compensation. 4.1.1 General Requirements. Consultant shall, at its sole cost and expense, maintain Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance shall be provided with limits of not less than $1,000,000 per accident. In the alternative, Consultant may rely on a self-insurance program to meet these requirements, but only if the program of self-insurance complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the California Labor Code shall be solely in the discretion of the Contract Administrator. The Workers’ Compensation policy shall be endorsed with a waiver of subrogation in favor of the entity for all work performed by the Consultant, its employees, agents, and subcontractors. 4.1.2 Submittal Requirements. To comply with Subsection 4.1, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; and b. Waiver of Subrogation Endorsement as required by the section. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General Requirements. Consultant, at its own cost and expense, shall maintain commercial general liability insurance for the term of this Agreement in an amount not less than $1,000,000 and automobile liability insurance for the term of this Agreement in an amount not less than $1,000,000 per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including the use of owned and non-owned automobiles. 4.2.2 Minimum Scope of Coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (most recent edition) covering comprehensive General Liability on an “occurrence” basis. Automobile coverage shall be at least as broad as Insurance 90 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 28 - Services Office Automobile Liability form CA 0001, Code 1 (any auto). No endorsement shall be attached limiting the coverage. 4.2.3 Additional Requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: a. The Insurance shall cover on an occurrence or an accident basis, and not on a claims-made basis. b. City, its officers, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of work or operations performed by or on behalf of the Consultant; or automobiles owned, leased, hired, or borrowed by the Consultant. c. Consultant hereby agrees to waive subrogation which any insurer or contractor may require from vendor by virtue of the payment of any loss. Consultant agrees to obtain any endorsements that may be necessary to effect this waiver of subrogation. d. For any claims related to this Agreement or the work hereunder, the Consultant’s insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, or volunteers shall be excess of the Consultant’s insurance and shall not contribute with it. 4.2.4 Submittal Requirements. To comply with Subsection 4.2, Consultant shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; b. Additional Insured Endorsement as required by the section; c. Waiver of Subrogation Endorsement as required by the section; and d. Primary Insurance Endorsement as required by the section. 4.3 Professional Liability Insurance. 4.3.1 General Requirements. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount not less than $2,000,000 covering the licensed professionals’ errors and omissions. Any deductible or self-insured retention shall not exceed $150,000 per claim. 91 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 29 - 4.3.2 Claims-Made Limitations. The following provisions shall apply if the professional liability coverage is written on a claims-made form: a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least 5 years after completion of the Agreement or the work, so long as commercially available at reasonable rates. c. If coverage is canceled or not renewed and it is not replaced with another claims-made policy form with a retroactive date that precedes the date of this Agreement, Consultant shall purchase an extended period coverage for a minimum of 5 years after completion of work under this Agreement. d. A copy of the claim reporting requirements must be submitted to the City for review prior to the commencement of any work under this Agreement. 4.3.3 Additional Requirements. A certified endorsement to include contractual liability shall be included in the policy. 4.3.4 Submittal Requirements. To comply with Subsection 4.3, Consultant shall submit the Certificate of Liability Insurance in the amounts specified in the section. 4.4 All Policies Requirements. 4.4.1 Acceptability of Insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.4.2 Verification of Coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with complete copies of all Certificates of Liability Insurance delivered to Consultant by the insurer, including complete copies of all endorsements attached to the policies. All copies of Certificates of Liability Insurance and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the City does not receive the required insurance documents prior to the Consultant beginning work, it shall not waive the Consultant’s obligation to provide them. The City reserves the right to require complete copies of all required insurance policies at any time. 4.4.3 Deductibles and Self-Insured Retentions. Consultant shall disclose to and obtain the written approval of City for the self-insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, employees, and volunteers; or the Consultant shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses. 92 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 30 - 4.4.4 Wasting Policies. No policy required by this Section 4 shall include a “wasting” policy limit (i.e. limit that is eroded by the cost of defense). 4.4.5 Endorsement Requirements. Each insurance policy required by Section 4 shall be endorsed to state that coverage shall not be canceled by either party, except after 30 days’ prior written notice has been provided to the City. 4.4.6 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant’s breach:  Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement;  Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and/or  Terminate this Agreement. Section 5. INDEMNIFICATION AND CONSULTANT’S RESPONSIBILITIES. Refer to the attached Exhibit C, which is incorporated herein and made a part of this Agreement. Section 6. STATUS OF CONSULTANT. 6.1 Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. This Agreement shall not be construed as an agreement for employment. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subsection 1.3; however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Contractor further acknowledges that Contractor performs Services outside the usual course of the City’s business; and is customarily engaged in an independently established trade, occupation, or business of the same nature as the Contractor performs for the City, and has the option to perform such work for other entities. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, 93 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 31 - benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Consultant Not an Agent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall comply with all laws and regulations applicable to the performance of the work hereunder, including but not limited to, the California Building Code, the Americans with Disabilities Act, and any copyright, patent or trademark law. Consultant’s failure to comply with any law(s) or regulation(s) applicable to the performance of the work hereunder shall constitute a breach of contract. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person’s race, sex, gender, religion (including religious dress and grooming practices), national origin, ancestry, physical or mental disability, medical condition (including cancer and genetic characteristics), marital status, age, sexual orientation, color, creed, pregnancy, genetic information, gender identity or expression, political affiliation or belief, military/veteran status, or any other classification protected by applicable local, state, or federal laws (each a “Protected Characteristic”), against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. 94 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 32 - Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement upon 30 days’ written notice to City and shall include in such notice the reasons for cancellation. In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Consultant delivering to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Consultant or prepared by or for Consultant or the City in connection with this Agreement. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The Parties may amend this Agreement only by a writing signed by all the Parties. 8.4 Assignment and Subcontracting. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant’s unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City’s remedies shall include, but are not limited to, the following: 8.6.1 Immediately terminate the Agreement; 95 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 33 - 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Consultant pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or 8.6.4 Charge Consultant the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Consultant pursuant to Section 2 if Consultant had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant’s Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both Parties. 9.2 Consultant’s Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of 3 years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Subsection 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds $10,000.00, the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of 3 years after final payment under the Agreement. Section 10. MISCELLANEOUS PROVISIONS. 10.1 Attorneys’ Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys’ fees in addition to any other relief to which 96 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 34 - that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the Parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Alameda or in the United States District Court for the Northern District of California. 10.3 Severability. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the Parties. 10.6 Use of Recycled Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a “conflict of interest,” as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Section 1090 et seq. Consultant hereby warrants that it is not now, nor has it been in the previous 12 months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous 12 months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of California Government Code Section 1090 et seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Consultant will be required to reimburse the City for any sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of California Government Code Section 1090 et seq., and, if applicable, will be disqualified from holding public office in the State of California. 97 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 35 - At City’s sole discretion, Consultant may be required to file with the City a Form 700 to identify and document Consultant’s economic interests, as defined and regulated by the California Fair Political Practices Commission. If Consultant is required to file a Form 700, Consultant is hereby advised to contact the Dublin City Clerk for the Form 700 and directions on how to prepare it. 10.8 Solicitation. Consultant agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by the City Manager ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. 10.10 Notices. Any written notice to Consultant shall be sent to: ____________________________________________ ____________________________________________ ____________________________________________ Any written notice to City shall be sent to: City of Dublin Att: Andrew Russell, Public Works Director 100 Civic Plaza Dublin, CA 94568 10.11 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A, B, and C and D represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral. Exhibit A Scope of Services Exhibit B Compensation Schedule & Reimbursable Expenses Exhibit C Indemnification Exhibit D California Labor Code Section 1720 Information 10.12 Counterparts. This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement. 10.13 Certification per Iran Contracting Act of 2010. In the event that this contract is for one million dollars ($1,000,000.00) or more, by Consultant’s signature below Consultant certifies that Consultant, and any parent entities, subsidiaries, successors or subunits of Consultant are not identified on a list created pursuant to subdivision (b) of Section 2203 of the California Public Contract Code as a person engaging in investment activities in Iran as described in subdivision (a) of Section 2202.5, or as a person described in subdivision (b) of Section 2202.5 of the California Public Contract Code, as applicable. SIGNATURES ON FOLLOWING PAGE 98 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 36 - The Parties have executed this Agreement as of the Effective Date. The persons whose signatures appear below certify that they are authorized to sign on behalf of the respective Party. CITY OF DUBLIN [NAME OF CONSULTANT] Linda Smith, City Manager [NAME, TITLE] Attest: Consultant’s DIR Registration Number Marsha Moore, City Clerk Corporate Entity Number Approved as to Form: City Attorney 99 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 37 - EXHIBIT A TO CONSULTING SERVICES AGREEMENT SCOPE OF SERVICES 100 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 38 - EXHIBIT B TO CONSULTING SERVICES AGREEMENT COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES 101 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 39 - EXHIBIT C TO CONSULTING SERVICES AGREEMENT INDEMNIFICATION A. Consultant shall, to the extent permitted by law, including without limitation California Civil Code 2782 and 2782.8, indemnify, hold harmless and assume the defense of, in any actions at law or in equity, the City, its employees, agents, volunteers, and elective and appointive boards, from all claims, losses, and damages, including property damage, personal injury, death, and liability of every kind, nature and description, arising out of, pertaining to or related to the negligence, recklessness or willful misconduct of Consultant or any person directly or indirectly employed by, or acting as agent for, Consultant, during and after completion of Consultant’s work under this Agreement. B. With respect to those claims arising from a professional error or omission, Consultant shall defend, indemnify and hold harmless the City (including its elected officials, officers, employees, and volunteers) from all claims, losses, and damages arising from the professionally negligent acts, errors or omissions of Consultant, however, the cost to defend charged to Consultant shall not exceed Consultant’s proportionate percentage fault. C. Consultant's obligation under this section does not extend to that portion of a claim caused in whole or in part by the sole negligence or willful misconduct of the City. D. Consultant shall also indemnify, defend and hold harmless the City from all suits or claims for infringement of any patent rights, copyrights, trade secrets, trade names, trademarks, service marks, or any other proprietary rights of any person or persons because of the City or any of its officers, employees, volunteers, or agents use of articles, products things, or services supplied in the performance of Consultant’s services under this Agreement, however, the cost to defend charged to Consultant shall not exceed Consultant’s proportionate percentage fault. 102 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 40 - EXHIBIT D TO CONSULTING SERVICES AGREEMENT PROVISIONS REQUIRED FOR PUBLIC WORKS CONTRACTS PURSUANT TO CALIFORNIA LABOR CODE SECTION 1720 ET SEQ. HOURS OF WORK: A. In accordance with California Labor Code Section 1810, 8 hours of labor in performance of the services described in Exhibit A shall constitute a legal day’s work under this contract. B. In accordance with California Labor Code Section 1811, the time of service of any worker employed in performance of the services described in Exhibit A is limited to 8 hours during any one calendar day, and 40 hours during any one calendar week, except in accordance with California Labor Code Section 1815, which provides that work in excess of 8 hours during any one calendar day and 40 hours during any one calendar week is permitted upon compensation for all hours worked in excess of 8 hours during any one calendar day and 40 hours during any one calendar week at not less than one-and-one-half times the basic rate of pay. C. The Consultant and its subcontractors shall forfeit as a penalty to the City $25 for each worker employed in the performance of the services described in Exhibit A for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day, or more than 40 hours in any one calendar week, in violation of the provisions of California Labor Code Section 1810 and following. WAGES: A. In accordance with California Labor Code Section 1773.2, the City has determined the general prevailing wages in the locality in which the services described in Exhibit A are to be performed for each craft or type of work needed to be as published by the State of California Department of Industrial Relations, Division of Labor Statistics and Research, a copy of which is on file in the City Public Works Office and shall be made available on request. The Consultant and subcontractors engaged in the performance of the services described in Exhibit A shall pay no less than these rates to all persons engaged in performance of the services described in Exhibit A. B. In accordance with California Labor Code Section 1775, the Consultant and any subcontractors engaged in performance of the services described in Exhibit A shall comply with California Labor Code Section 1775, which establishes a penalty for each worker engaged in the performance of the services described in Exhibit A that the Consultant or any subcontractor pays less than the specified prevailing wage. The amount of such penalty shall be determined by the Labor Commissioner and shall be based on consideration of the mistake, inadvertence, or neglect of the Consultant or subcontractor in failing to pay the correct rate of prevailing wages, or the previous record of the Consultant or subcontractor in meeting applicable prevailing wage obligations, or the willful failure by the Consultant or subcontractor to pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to pay the correct rate of 103 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 41 - prevailing wages is not excusable if the Consultant or subcontractor had knowledge of their obligations under the California Labor Code. The Consultant or subcontractor shall pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate. If a subcontractor worker engaged in performance of the services described in Exhibit A is not paid the general prevailing per diem wages by the subcontractor, the Consultant is not liable for any penalties therefore unless the Consultant had knowledge of that failure or unless the Consultant fails to comply with all of the following requirements: 1. The contract executed between the Consultant and the subcontractor for the performance of part of the services described in Exhibit A shall include a copy of the provisions of California Labor Code Sections 1771, 1775, 1776, 1777.5, 1813, and 1815. 2. The Consultant shall monitor payment of the specified general prevailing rate of per diem wages by the subcontractor by periodic review of the subcontractor’s certified payroll records. 3. Upon becoming aware of a subcontractor’s failure to pay the specified prevailing rate of wages, the Consultant shall diligently take corrective action to halt or rectify the failure, including, but not limited to, retaining sufficient funds due the subcontractor for performance of the services described in Exhibit A. 4. Prior to making final payment to the subcontractor, the Consultant shall obtain an affidavit signed under penalty of perjury from the subcontractor that the subcontractor has paid the specified general prevailing rate of per diem wages for employees engaged in the performance of the services described in Exhibit A and any amounts due pursuant to California Labor Code Section 1813. C. In accordance with California Labor Code Section 1776, the Consultant and each subcontractor engaged in performance of the services described in Exhibit A shall keep accurate payroll records showing the name, address, social security number, work, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed in performance of the services described in Exhibit A. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: 1. The information contained in the payroll record is true and correct. 2. The employer has complied with the requirements of California Labor Code Sections 1771, 1811, and 1815 for any work performed by the employer’s employees on the public works project. 104 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 42 - The payroll records required pursuant to California Labor Code Section 1776 shall be certified and shall be submitted directly to the Labor Commission, and available for inspection by the Owner and its authorized representatives, the Division of Labor Standards Enforcement, the Division of Apprenticeship Standards of the Department of Industrial Relations and shall otherwise be available for inspection in accordance with California Labor Code Section 1776. D. In accordance with California Labor Code Section 1777.5, the Consultant, on behalf of the Consultant and any subcontractors engaged in performance of the services described in Exhibit A, shall be responsible for ensuring compliance with California Labor Code Section 1777.5 governing employment and payment of apprentices on public works contracts. E. In case it becomes necessary for the Consultant or any subcontractor engaged in performance of the services described in Exhibit A to employ for the services described in Exhibit A any person in a trade or occupation (except executive, supervisory, administrative, clerical, or other non-manual workers as such) for which no minimum wage rate has been determined by the Director of the Department of Industrial Relations, the Consultant or subcontractor shall pay the minimum rate of wages specified therein for the classification which most nearly corresponds to services described in Exhibit A to be performed by that person. The minimum rate thus furnished shall be applicable as a minimum for such trade or occupation from the time of the initial employment of the person affected and during the continuance of such employment. 105 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 APPENDIX D. Exceptions to the City of Dublin Sample Professional Services Contract Form Contract Reference (Section / Paragraph / etc.) Relevant Provisions Requested Action 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. DATE (AUTHORIZED SIGNATURE) (NAME AND TITLE) (COMPANY NAME) (COMPANY ADDRESS) 106 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 44 - APPENDIX E. Levine Act Statement ***PRIME PROPOSER AND SUBCONSULTANTS MUST SUBMIT A SIGNED LEVINE ACT STATEMENT*** California Government Code § 84308, commonly referred to as the “Levine Act,” precludes an officer of a local government agency from participating in the award of a contract if he or she receives any political contributions totaling more than $250 in the 12 months preceding the pendency of the contract award, and for three months following the final decision, from the person or company awarded the contract. This prohibition applies to contributions to the officer or received by the officer on behalf of any other officer, or on behalf of any candidate for office or on behalf of any committee. Dublin’s City Council Members and are as follows: David Haubert, Mayor Arun Goel, Vice Mayor Melissa Hernandez, Councilmember Jean Josey, Councilmember Shawn Kumagai, Councilmember 1. Have you or your company, or any agent on behalf of you or your company, made any political contributions of more than $250 to any City of Dublin Councilmember in the 12 months preceding the date of the issuance of this RFP? ___ YES ___ NO If yes, please identify the Commissioner or alternate: ______________________________ 2. Do you or your company, or any agency on behalf of you or your company, anticipate or plan to make any political contributions of more than $250 to any City of Dublin Councilmember in the three months following the award of the contract? ___ YES ___ NO If yes, please identify the Commissioner or alternate: ______________________________ Answering yes to either of the two questions above does not preclude the City of Dublin from awarding a contract to your firm. It does, however, preclude the identified Councilmember from participating in the contract award process for this contract. DATE (AUTHORIZED SIGNATURE) (NAME AND TITLE) (COMPANY NAME) 107 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 45 - APPENDIX F. Public Contract Code ***PRIME PROPOSER AND SUBCONSULTANTS MUST SUBMIT A SIGNED PUBLIC CONTRACT CODE STATEMENT*** Public Contract Code Section 10285.1 Statement In accordance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the proposer hereby declares under penalty of perjury under the laws of the State of California that the proposer has ____ , has not ____ (mark one) been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "proposer" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The proposer must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Proposers are cautioned that making a false certification may subject the certifier to criminal prosecution. Public Contract Code Section 10162 Questionnaire In accordance with Public Contract Code Section 10162, the Proposer shall complete, under penalty of perjury, the following questionnaire: Has the proposer, any officer of the proposer, or any employee of the proposer who has a proprietary interest in the proposer, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes _____ No _____ If the answer is yes, explain the circumstances in the following space. 108 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 46 - Public Contract Code 10232 Statement In accordance with Public Contract Code Section 10232, the PROPOSER, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the PROPOSER within the immediately preceding two year period because of the PROPOSER's failure to comply with an order of a federal court which orders the PROPOSER to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Proposers are cautioned that making a false certification may subject the certifier to criminal prosecution. By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of the Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the proposer has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code.) By my signature on this proposal I further certify, under penalty of perjury under the laws of the State of California and the United States of America, that the Noncollusion Affidavit required under Title 23 United States Code, Section 112 and Public Contract Code Section 7106; and the Title 49 Code of Federal Regulations, Part 29 Debarment and Suspension Certification are true and correct. DATE (AUTHORIZED SIGNATURE) (NAME AND TITLE) (COMPANY NAME) (COMPANY ADDRESS) 109 CITY OF DUBLIN REQUEST FOR PROPOSAL – CIP No. ST0118 - 47 - APPENDIX G. City of Dublin Cost Proposal Attachment Requirements IF PROPOSER IS UNABLE TO PROVIDE THE DOCUMENTS LISTED BELOW, PROPOSER SHOULD NOT SUBMIT A PROPOSAL TO CITY OF DUBLIN. 1. Cost proposal for prime consultant and all subconsultants (Refer to Sample Cost Proposal Form B) 2. Names, addresses, phone numbers, and/or email addresses for all subconsultants 3. Verification of Financial Management System and Costs (Exhibit 10-K) for prime consultant and all subconsultants The following forms and documents are available on the ALAMEDA CTC website at https://www.alamedactc.org/get-involved/contracting-forms/ and are incorporated herein as if attached: 1. Sample Cost Proposal Form B 2. Certification of Financial Management System and Contract Costs (Caltrans LAPM Exhibit 10-K) PLEASE CERTIFY THAT THE COST PROPOSAL ATTACHMENT COMPLIES WITH THE REQUIREMENTS LISTED ABOVE BY PROVIDING THE PROPOSER’S AUTHORIZED SIGNATURE BELOW DATE (AUTHORIZED SIGNATURE) (NAME AND TITLE) (COMPANY NAME) (COMPANY ADDRESS) 110 1 of 1 ST0118 Addendum No. 1 CITY OF DUBLIN PROJECT NO. ST0118 REQUEST FOR PROPOSAL FOR CONSTRUCTION ADMINISTRATION, INSPECTION, AND MATERIAL TESTING FOR IRON HORSE TRAIL BRIDGE AT DUBLIN BOULEVARD ADDENDUM NO. 1 Dated: October 2, 2020 To All: Notice is hereby given that the Request for Proposal for Construction Administration, Inspection, and Material Testing for Iron Horse Trail Bridge at Dublin Boulevard, Project No. ST0118, are revised as follows: 1. Page 14, E.6 “Cost Proposal” The requirements of this section shall be submitted only by the Top-Ranked Firms requested to participate in the interview process. The sealed Cost Proposal envelope shall be provided to the City at the start of the interview. Question and Answers 1Q. Are subconsultants required to provide completed Appendix E, Levine Act, and Appendix F, Public Contractor Code forms? 1A. Yes. 2Q Does the City require the Cost Proposal Form B and related info to be submitted in Separate Sealed Envelope at delivery of proposal or upon selection for interview? 2A. See above. 3Q. Are 11x17 pages allowed in Section E. Responses to Scope of Work? 3A. Yes, each 11x17 page count as 2 pages towards the limit and 4 if printed double sided. 4Q. Does the 12pt font apply to graphs, charts, tables, or captions? 4A. Yes. 5Q. Can we propose on just the Inspection and Materials Testing scope or will we need to team as a sub with a CM? 5A. No, the proposer or proposal team must be able to provide all the services requested in the RFP. END OF ADDENDUM #1 Sincerely, Michael N. Boitnott CIP Manager 111 Number ST0118 Program STREETS ESTIMATED COSTS PRIOR YEARS 2020-2021 BUDGET 2021-2022 2022-2023 2023-2024 2024-2025 FUTURE YEARS TOTALS 9100 $17,475 $137,985 $155,460 9200 $816,193 $1,603,347 $2,419,540 9400 $9,016,979 $9,016,979 9500 $2,460 $10,000 $12,460 $836,128 $10,768,311 $11,604,439 FUNDING SOURCE PRIOR YEARS 2020-2021 BUDGET 2021-2022 2022-2023 2023-2024 2024-2025 FUTURE YEARS TOTALS 2201 $12,325 $432,715 $445,040 2204 $587,980 $587,980 2205 $100,000 $100,000 2207 $856,419 $856,419 2215 $100,000 $100,000 2217 $660,320 $5,384,680 $6,045,000 2218 $1,500,000 $1,500,000 2220 $163,482 $806,518 $970,000 4401 $1,000,000 $1,000,000 $836,128 $10,768,311 $11,604,439 ANNUAL OPERATING IMPACT $50,000 $50,000 $50,000 Contract Services Improvements IRON HORSE TRAIL BRIDGE AT DUBLIN BOULEVARD Salaries & Benefits 2020-2025 CAPITAL IMPROVEMENT PROGRAM TOTAL Measure RR - Safe Routes to BART Dublin Crossing Fund TFCA/Transportation for Clean Air Measure B Sales Tax - Local Streets Fund (ACTC) Measure B Sales Tax - Bike & Pedestrian Fund (ACTC) Measure BB Sales Tax - Bike & Pedestrian Fund Measure BB Grants Road Maint. & Rehab. Account (RMRA) Miscellaneous TOTAL State Gas Tax PROJECT DESCRIPTION This project provides for the planning, design, and construction of the Iron Horse Trail bridge for bicycles and pedestrians over Dublin Boulevard. The project will construct a truss arch bridge consistent with the Iron Horse Trail Feasibility Study and preliminary bridge design, approved by the City Council on November 7, 2017. The bridge will provide safer and easier trail access, including access to and from the Dublin-Pleasanton BART station. The Alameda County Transportation Commission (ACTC) approved an allocation of $1,294,000 of Measure BB discretionary funds in Fiscal Year 2017-2018 for the bridge design and environmental clearance. On June 17, 2019 ACTC approved additional funding in the amount of $4,751,000 of Measure BB and $856 ,419 of Transportation for Clean Air funds for the construction phase of the project. The project will also receive funding of $1,000,000 for construction from a Developer contribution from the Boulevard Project. Fall 2020 BART approved $1,500,000 of Measure RR Safe Routes to BART Grant for the construction phase of the project. ANNUAL OPERATING IMPACT: $50,000 MANAGING DEPARTMENT: Public Works Attachment 4 112