Project


Solicitation 08A2347 A&E Program/Project...

1 downloads 375 Views 664KB Size

State of California

Bid 08A2347

Solicitation 08A2347

A&E Program/Project Management Support Services in San Bernardino County

Bid designation: Public

State of California

2/5/2014 2:33 PM

p. 1

State of California

Bid 08A2347

Bid 08A2347 A&E Program/Project Management Support Services in San Bernardino County Bid Number   

08A2347

Bid Title   

A&E Program/Project Management Support Services in San Bernardino County

Bid Start Date

Jan 30, 2014 5:39:12 PM PST

Bid End Date

Mar 7, 2014 3:00:00 PM PST

Question & Answer End Date

Feb 13, 2014 5:00:00 PM PST

Bid Contact   

Patricia Nichols 916-227-6067 [email protected]

Standard Disclaimer     The State of California advises that prospective bidders periodically check the websites, including but not limited to Bidsync, and/or other state department links for modifications to bid documents. The State of California is not responsible for a prospective bidder's misunderstanding of the bid solicitation or nonresponsive bid due to failure to check these websites for updates or amendments to bid documents, and/or other information regarding the bid solicitations. Failure to periodically check these websites will be at the bidder's sole risk. The information published and/or responded to on these websites is public information. Confidential questions/issues/concerns should be directed to the contact on the ad.

Changes made on Feb 5, 2014 1:32:30 PM PST New Documents          

08A2347-RFQ Addendum 1.pdf

Changes were made to the following items:      A&E Program/Project Management Support Services in San Bernardino County 

Description Caltrans is soliciting Statements of Qualifications from qualified firms that may lead to the award of a contract for Program/Project  Management Support Services in San Bernardino County. The estimated contract amount is $1,280,000 - $2,080,000. The estimated contract term is four (4) years. The DBE participation goal for this solicitation is three percent (3%). This RFQ requires the submittal of hard copies and an electronic copy of the SOQ. Added on Feb 5, 2014: Notification of changes to the schedule and clarification of the Verification Memo requirement.

Changes made on Feb 5, 2014 1:32:30 PM PST

2/5/2014 2:33 PM

p. 2

State of California

Bid 08A2347

January 30, 2014 RFQ Number 08A2347 Page 1 of 7

STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION REQUEST FOR QUALIFICATIONS NOTICE NUMBER 08A2347 Read carefully as the following revisions were made to this document on 1/13/14: Section IV, SUBMISSION OF STATEMENTS OF QUALIFICATIONS (SOQS) (A), was revised as follows: A.

IMPORTANT: The Statement of Qualifications Submittal Instructions and General Contract Process Information” has been revised to provide instruction on the new A&E selection process. The “Statement of Qualifications (SOQ) Submittal Instructions and General Contract Process Information” can be found on the A&E Internet website under District 8 Pilot Procurement at: http://www.caltransopac.ca.gov/aeinfo.htm. Failure to follow these instructions may result in the rejection of your SOQs.

Note: Submit all questions concerning this Request for Qualifications (RFQ) in writing via BidSync. You may also reach the analyst, Patricia Nichols, by email at [email protected] or by telephone at (916) 227 - 6067. Consultants contacting the District or Division directly seeking information about this RFQ may jeopardize the integrity of the selection process and risk possible disqualification. Proposers are advised that Caltrans has established a federally mandated overall annual DBE goal comprising both race neutral and race conscious elements to ensure equal participation of DBE groups specified in 49 CFR 26.5. In compliance with 49 CFR 26, Caltrans set a contract goal for DBEs participating in this solicitation expressed as a percentage of the total dollar value of the resultant Agreement. The DBE participation goal for this solicitation is three percent (3%). See section I.H. in this RFQ for requirements.

2/5/2014 2:33 PM

p. 3

State of California

Bid 08A2347

January 30, 2014 RFQ Number 08A2347 Page 2 of 7

I.

GENERAL INFORMATION A.

Caltrans is soliciting Statements of Qualifications (SOQs) from qualified firms that may lead to the award of a contract for Program/Project Management Support Services in San Bernardino County. In submitting your Statement of Qualifications (SOQ), you shall comply with the instructions found herein. In addition to those programs that are specified in this solicitation, prospective consultants are encouraged to consider programs that are available, such as those for the use of small businesses, disadvantaged businesses, disabled veteran businesses, and other businesses covered by State and Federal programs.

B.

The estimated contract amount is $1,280,000 - $2,080,000.

C.

The estimated contract term is four (4) years.

D.

Interviews will be held in San Bernardino on March 24, 2014. Confirmation letters will be sent to those firms short-listed.

E.

The top-ranked firm will be required to submit the documentation for cost negotiations outlined in “Documents Required Prior to Cost Negotiation Meeting” by April 1, 2014. The top-ranked firm will be notified of the date, time, and location of the cost negotiation meeting. The notification will also include contact information regarding submittal of documents required prior to the cost negotiation meeting. If the top-ranked firm does not submit the documentation by the requested timeframe, Caltrans has the discretion to discontinue the selection process with the top-ranked firm.

F.

Negotiations will be held with the top-ranked firm in San Bernardino during the week of April 7, 2014.

G.

The scheduled date to complete cost negotiations and submit final cost proposal is May 1, 2014.

H.

Disadvantaged Business Enterprise Program 1. This solicitation and resultant Agreement is financed in whole or in part with federal funds and therefore subject to Title 49, Code of Federal Regulations, Part 26 (49 CFR 26) entitled "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs." In compliance with 49 CFR 26, Caltrans set an overall annual DBE goal comprising both race neutral and race conscious elements. To ensure equal participation for

2/5/2014 2:33 PM

p. 4

State of California

Bid 08A2347

January 30, 2014 RFQ Number 08A2347 Page 3 of 7

Disadvantaged Business Enterprise (DBE) groups specified in 49 CFR 26.5, Caltrans specifies a contract goal for DBE participation. The required goal for DBE participation in this solicitation is not less than three percent (3%). 2. To ensure applicable participation of the specified DBEs as defined in 49 CFR 26.5, this solicitation’s goal applies to all certified DBEs. Only certified DBE participation will count toward the contract goal for this solicitation. DBE participation will count toward Caltrans’ federally mandated overall annual DBE goal. In order to ascertain whether its overall annual DBE goal is being achieved, Caltrans tracks DBE participation on all federal-aid contracts. 3. It is the proposer’s responsibility to verify that the DBE firm is certified as a DBE by the specified SOQ submittal due date and time. For a list of DBEs certified by the California United Certification Program (CUCP), go to: http://www.dot.ca.gov/hq/bep/find_certified.htm. 4. See “Statement of Qualifications Submittal Instructions and General Contract Process Information” for detailed information and references to the required forms. Required forms will be made a part of the Agreement. Failure to meet the DBE goal or Good Faith Effort requirements and provide required DBE participation at due date and time of SOQ submittal may result in the SOQ submittal being rejected as non-responsive.

2/5/2014 2:33 PM

I.

Federal and/or State prevailing wage rates may apply. This requirement, if applicable, will be specified in the draft Agreement.

J.

Caltrans does not guarantee, either expressly or by implication, that any work or services will be required under any contract issued as a result of this RFQ.

K.

A Pre-award or Post-award Audit will be performed on any contract issued as a result of this RFQ.

L.

Contract boilerplate can be obtained at http://caltransopac.ca.gov/aeinfo.htm.

p. 5

State of California

Bid 08A2347

January 30, 2014 RFQ Number 08A2347 Page 4 of 7

II.

SCOPE OF WORK/DELIVERABLES The work to be performed for this RFQ is described in the Scope of Work/Deliverables, and is hereby incorporated as Attachment 1.

III.

2/5/2014 2:33 PM

CONFLICT OF INTEREST A.

Conflicts of interest may occur due to direct or indirect financial or business interests in the work to be performed or in any real property acquired for such project. Conflicts of interest can include, but are not limited to, past, existing or planned activities or because of relationships with other persons or firms. If there is a conflict of interest, the proposed team, including both the prime consultants and subconsultants, and individual employees of team members would actually or potentially be unable to render impartial assistance or advice to Caltrans. The proposer’s objectivity or availability in performing the contract work may be impaired due to actual or potential conflicts of interest.

B.

If the proposed team determines that any actual or potential conflicts of interest exists, it must identify and describe in detail each conflict of interest to Caltrans, using the Disclosure of Potential Conflict of Interest Form, which can be found on the Caltrans website at http://caltransopac.ca.gov/aeinfo.htm. Along with the description of the actual or potential conflicts of interest, the proposed team shall also offer measures to avoid, neutralize, or mitigate all listed conflicts. The list of conflicts, including conflicts that apply to individuals as well as firms, and the mitigation measures on the Disclosure of Potential Conflict of Interest Form must be submitted as a separate section in the Statement of Qualifications. Disclosure of information will not disqualify a proposed team from competing for a contract. The existence of actual or potential conflicts of interest will be used as a criterion to evaluate team availability during the evaluation and selection process. Caltrans reserves the right to terminate negotiations with the first selected firm and begin negotiations with the next selected firm or to cancel the procurement prior to execution if Caltrans learns that the selected team failed to disclose any actual or potential conflicts, which it knew or should have known about, or if the proposed team provided or omitted information on the disclosure form that results in the information being false or misleading.

p. 6

State of California

Bid 08A2347

January 30, 2014 RFQ Number 08A2347 Page 5 of 7

IV.

C.

After award, conflict of interest guidelines and policies shall continue to be monitored and enforced by the Caltrans Contract Manager. Additional information about Conflict of Interest issues can be found in the SOQ Submittal Instructions and General Contract Process Information document (Section V. Post Government Employment Restrictions and Section VI. Conflict of Interest Concerning Consultant(s)) found at http://caltrans-opac.ca.gov/aeinfo.htm. The State and Federal contract boilerplates on DPAC’s website also contain information on conflict of interest issues (Federal boilerplate language - Exhibit D, Section XXX, and State boilerplate language – Exhibit D, Section XXVIII) and can be found at http://caltrans-opac.ca.gov/aeinfo.htm.

D.

The prime consultant and subconsultants may be proposed on SOQs for other Caltrans A&E on-call contracts; however, the Caltrans Contract Manager may prohibit work on specific project(s) where Caltrans determines that a conflict of interest exists.

SUBMISSION OF STATEMENTS OF QUALIFICATIONS (SOQs) A.

IMPORTANT: The Statement of Qualifications Submittal Instructions and General Contract Process Information” has been revised to provide instruction on the new A&E selection process. The “Statement of Qualifications (SOQ) Submittal Instructions and General Contract Process Information” can be found on the A&E Internet website under District 8 Pilot Procurement at: http://www.caltrans-opac.ca.gov/aeinfo.htm. Failure to follow these instructions may result in the rejection of your SOQs.

B.

SOQ Package Submittal Instructions Read instructions below carefully. You will be required to submit SOQ packages to Sacramento and District 8 (see items 1 and 3 below for required number of copies), as well as an electronic file to Sacramento. See paragraph B.5. 1. One (1) copy of the SOQ containing all the indicated information shall be submitted. Fax copies will not be allowed. SOQs will be accepted until 3:00 p.m. on Friday, March 7, 2014, and must be directed to:

2/5/2014 2:33 PM

p. 7

State of California

Bid 08A2347

January 30, 2014 RFQ Number 08A2347 Page 6 of 7

State of California Department of Transportation Administration Division of Procurement and Contracts, MS 65 1727 30th Street Sacramento, CA 95816-7006 Attention: Patricia Nichols Telephone: (916) 227 – 6067 2. If your SOQ package is hand-delivered, you must date and time stamp it immediately upon arrival. The date/time stamp machine is located in the lobby of the first floor to the right of the security guard station at the address noted above. Date/stamp one label for each SOQ package/box submitted. Ask the security guard to call the Division of Procurement and Contracts’ reception desk at (916) 227-6000 to have your SOQ package picked up by Contracts’ staff. 3. In addition, one (1) copy of the SOQ containing all indicated information shall be submitted to District 8. FAX copies will not be allowed. SOQs will be accepted until 3:00 p.m. on Friday, March 7, 2014, and must be directed to: State of California Department of Transportation 464 W. 4th Street, MS 645 San Bernardino, CA 92401 Attention: Masud Zahedi Telephone: (909) 383 – 5952 4. The SOQs must be submitted in a sealed package labeled as follows: • RFQ Number 08A2347 • Submittal deadline: March 7, 2014 • “DO NOT OPEN”

2/5/2014 2:33 PM

p. 8

State of California

Bid 08A2347

January 30, 2014 RFQ Number 08A2347 Page 7 of 7

5. In addition to the two (2) copies of the SOQ requested in this section IV “Submission of Statements of Qualifications,” electronic submission of a single PDF file of the SOQ is required. The electronic submittal will be accepted until 3:00 p.m. on Friday, March 7, 2014. You will be required to email the Contract Analyst, Patricia Nichols, at [email protected] for instructions to submit the SOQ electronically. The file name shall include the contract number, consultant name (max. 25 characters) separated by an underscore (_), ending with the “.pdf” extension. Example A: 50A0694_JohnDoeConsulting.pdf Example B: 50A0694_aaa1234engineer.pdf 6. SOQ submittals will be considered non-responsive if all copies, including electronic submittal, are not received in the specified locations by the date and time specified in this RFQ. C.

Request for RFQ Copies and/or Bidders’ List 1. Copies of this RFQ and/or Bidders’ List may be obtained at https://www.bidsync.com/DPX?by=key&ac=powersearch&posting= 1&p=&changeregion=&changeorg=&srchoid_override=&headoid= 307818&sort=title&srchid=&clearsearch=&search=&title=td®io n=%2Fca&srchoid=307818&srchgroup=2771&cat=-1&cat_1=1&cat_2=-1&pastbids= 2. Bidders list will be posted on BidSync at least once during the solicitation process. Caltrans advises that prospective consultants periodically check BidSync for modifications to solicitation documents. Caltrans is not responsible for a prospective consultant’s misunderstanding of the solicitation or nonresponsive submittal due to failure to check BidSync for updates or addenda to solicitation documents and/or other information regarding the solicitations. Failure to periodically check these websites will be at the consultant’s sole risk.

2/5/2014 2:33 PM

p. 9

State of California

Bid 08A2347

RFQ Number 08A2347 Page 1 of 34 Attachment 1 SCOPE OF WORK/DELIVERABLES Program/Project Management Support Services On-Call

A.

Purpose of Work The Consultant shall perform professional and technical services required for Program/Project Management Support Services on an “as-needed” basis, to support the Department of Transportation (Caltrans) in the development and construction of the following projects. EA 34770 04351

0F631

0F632

0F633

PN

County Route Begin/ End Work Description Post Miles 0800000616 SBD 58 R 0/12.9 CONSTRUCT 4-LANE EXPWY 0800000010 SBD 58 R 22.2/R REALIGN & WIDEN SR-58 31.1 TO 4-LANE EXPRESSWAY (SOUTHERLY ALT) PHASE 2 0813000220 SBD 395 11.2/16.6 WIDEN HWY TO 4-LANES & ADD LEFT-TURN CHANNELIZATION AT INTERSECTIONS (PHASE 1) 0813000221 SBD 395 16.6/19.3 WIDEN HWY TO 4-LANES & ADD LEFT-TURN CHANNELIZATION AT INTERSECTIONS (PHASE 2) 0813000222 SBD 395 4/11.2 WIDEN HWY TO 4-LANES & ADD LEFT-TURN CHANNELIZATION AT INTERSECTIONS (PHASE 3)

The Caltrans Contract Manager shall assign specific work to the Consultant through the issuance of Task Orders describing in detail the services to be performed. The Consultant shall only perform work that is assigned in an authorized Task Order. This Contract does not guarantee that a Task Order shall be issued. The Consultant may provide services to Caltrans including, but not limited to, integration management; scope management; time management; cost management; quality management; resource management; communication management; risk management; project scheduling; project coordination; PM developments and project resource estimating services. The Consultant shall not work on any project that is in the Planning Phase (K-Phase) listed under the Work Breakdown Structure (WBS) 150 series.

2/5/2014 2:33 PM

p. 10

State of California

Bid 08A2347

RFQ Number 08A2347 Page 2 of 34 Attachment 1

B.

Location of Work The work shall be performed on projects to improve the State transportation system throughout California. The specific location of the work to be performed shall be identified in each Task Order. It may become necessary for Caltrans projects to extend into another adjoining District 6/Kern County line. In such instances, the project work shall not extend more than a thirty (30)-mile radius from the District/County boundary.

C.

Required Services 1.

Pursuant to an authorized Task Order, the Consultant shall provide Program/Project Management Support Services, and all necessary personnel, material, transportation, lodging, instrumentation, and the specialized facilities and equipment necessary to satisfy all appropriate agencies and required to ensure compliance with all applicable Local, State, and Federal statutes, laws, codes, regulations, policies, procedures, ordinances, standards, specifications, performance standards, and guidelines, applicable to the Consultant's services and work product. In this Contract is a list of proposed staff augmentation personnel classifications for which services are anticipated to be needed by Caltrans during the term of this Contract; however, this list is not exclusive so long as the classification perform Program/Project Management Support Services. Caltrans reserves the right to add/or delete personnel classifications from this list. Consultant personnel will work under the general direction of a Caltrans Senior Transportation Engineer.

2/5/2014 2:33 PM

2.

The proposed projects may vary in scope and size, and may encompass any type of improvement for the State transportation system including, but not limited to, roadway rehabilitation, widening and/or realignment of existing facilities, relocation of existing facilities, and construction of new facilities. The project location, project limits, and scope of work to be performed shall be described in each Task Order.

3.

The Consultant shall be expected to perform support functions at Caltrans offices. Caltrans may provide the office space at various (field) offices, such as trailers, when required by Task Order including, but not limited to, all utilities, office equipment, and office supplies typically used by the Caltrans personnel, to the Consultant personnel providing services under this Contract. The Consultant, including its Subconsultants, shall include the Field Office Indirect Cost Rate in its cost proposals and use the Field Office Indirect Cost Rate in billing Caltrans for those personnel utilizing Caltrans’ (field) office facilities.

p. 11

State of California

Bid 08A2347

RFQ Number 08A2347 Page 3 of 34 Attachment 1 4.

D.

Program/Project Management Support Services include, but not be limited to: a. Assisting in the programming of projects. b. Coordinating with Regional Transportation Planning Agencies, Local Agencies and other local project sponsors. c. Updating and analyzing project workplans (historic trends on planning vs. expenditures, analysis and interview functions on the expenditure practices, current workplan resource analysis, consistent project management practices, and opportunity for efficiencies). d. Assisting the Federal Highway Administration (FHWA) and other review agencies to review documents submitted by Caltrans and other transportation agencies in California on projects assigned to the Consultant.

Workplan Standards Guide Codes Task Orders are based on the Caltrans Workplan Standards Guide (WSG). The latest WSG is found in the Guide to Project Delivery Workplan Standards, which is available from Caltrans’ Publication Unit and on the Internet at http://www.dot.ca.gov/hq/projmgmt/guidance.htm. The WSG references the Work Breakdown Structure (WBS) categories, which are potential and related work activities applicable to this Contract. All revisions to the current version of the WBS shall apply during the life of this Contract.

1.

The WBS activities applicable to this Contract are set forth below: 100 a.

2/5/2014 2:33 PM

Perform Project Management WBS 100.05.05, 100.10.05, 100.15.05 & 100.20.05 Initiation & Planning of each project phase i. Establish expenditure authorizations (EA). ii. Develop and update charter. This document should identify the purpose and need for the project, the type of documents to be developed, possible funding sources, constraints, and assumptions. It should incorporate by reference any agreements with the sponsors (including, but not be limited to, local agencies, maintenance). iii. Develop, maintain, update, and enter project information for input into project management database system(s) (including, but not be limited to, CA Clarity PPM. Update and develop Workplan (resourced schedule). Includes the projects scope, cost, and schedule elements. iv. Develop, maintain, and update project Quality Management Plan.

p. 12

State of California

Bid 08A2347

RFQ Number 08A2347 Page 4 of 34 Attachment 1 v.

Develop, maintain, and update project Communication Management Plan. vi. Provide support to develop, maintain, and update project Risk Management Plans and Risk Registers. Includes qualitative risk analysis, quantitative risk analysis, and various project simulations methods including Monte Carlo analysis. vii. Develop, maintain, and update project Resource Management Plan (personnel and procurement). viii. Provide support to facilitate and conduct partnering sessions for local oversight projects. ix. Develop, update and maintain project Resource Management Plans (staff and procurement). Includes working with task managers and functional units to develop work agreements for staff resources required to deliver individual projects. Enter and update resource information in project work plans. x. Develop project Financial Plans and Project Management Plans as required under the Federal Surface Transportation Act (SAFETEA-LU). Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users (SAFETEA-LU). xi. Prepare project change control documents including Project Change Requests (PCRs). xii. Support the project status update process. Includes the entire status process from reporting work results to updating databases. Includes updating and revising work plan during execution of the phase. xiii. Provide project data to support District 8 status cycle, status meeting, close-out meetings, delivery plan and contract for delivery. xiv. Communication and distribution of project records and information. Includes responses to all internal and external requests for information about the project. xv. Quality assurance/Quality control for project data and information. xvi. Sponsor, team, and stakeholder evaluations for project. xvii. Perform independent reviews of project schedules and estimates. xviii. Provide quality control relative to the project management aspects of various engineering reports required for Capital Outlay projects. Includes review of these reports and providing recommendations to the developer as well as the approving authority. xix. Preparations for public meetings and participation in those meetings. This includes preparation of project exhibits and materials. Also includes development of needed advertisements and publication of these advertisements in newspapers, or other media.

2/5/2014 2:33 PM

p. 13

State of California

Bid 08A2347

RFQ Number 08A2347 Page 5 of 34 Attachment 1 xx.

Assist in the development of various project agreements including interagency agreements, cooperative agreements, and Highway Improvement Agreements. xxi. Assist in the review and update of project management related aspects of the plans, specifications and estimates (PS&E) package. xxii. Assist in the preparation of Request for Funds and/or Project Notifications. xxiii. Provide project management support for implementing Earned Value Management.

2/5/2014 2:33 PM

b.

WBS 100.05.10, 100.10.10, 100.15.10 & 100.20.10 Execution & Control of each project phase i. Status project. Includes the entire status process from reporting work results to updating databases. Includes updating and revising workplan during execution of the phase. ii. Communication and distribution of project records and information. Includes responses to all internal and external requests for information about the project. iii. Preparations for public meetings and participation in those meetings. This includes preparation of exhibits and materials and distribution of meeting notes. iv. Updating Quality Management Plan. v. Updating Communication Management Plan. vi. Updating Risk Management Plan. vii. Quality assurance/Quality control. viii. Procurement of resources.

c.

WBS 100.05.15, 100.10.15, 100.15.15 & 100.20.15 Close Out each project phase. Project Managers shall close out each component (phase) of the project in a formal and consistent manner. Proper Project Close-Out process is provided at http://pd.dot.ca.gov/pm/ProjectOffice/ProcessGuidance_Directives/Closeo ut.asp. i. Close out contracts and agreements. ii. Sponsor, team, and stakeholder evaluations. iii. Document lessons learned. iv. Close out reports. v. Close expenditure authorizations (EA). vi. Close out contracts and agreements necessary for project completion. vii. Provide project management support during the project close out process including completion of the close out report. viii. After the project is complete such as the Construction component, the Right of Way component (including excess property disposal),

p. 14

State of California

Bid 08A2347

RFQ Number 08A2347 Page 6 of 34 Attachment 1 post-construction Environmental mitigation and any other necessary actions are finished, the expenditure authorizations (EAs) can be closed out. Finalize Conduct Close-Out Meeting with Project Development Team. Archive project files.

ix. x. xi. d.

Provide only Program/Project Management tasks listed above shall be performed on the various project tasks listed, but not necessarily limited to: WBS Code 100.10.35 100.15.20 100.15.25 100.15.30 100.15.35 100.15.99 100.20 100.20.20 100.20.25 100.20.30 100.20.35 100.20.99 100.25 100.25.05 100.25.10 100.25.15 100.25.20 100.25.25 100.25.30 100.25.35 100.25.50 100.25.99

e.

Program/Project Management Services will be provided to manage the following activities and milestones: • • •

2/5/2014 2:33 PM

WBS Description Executed Cooperative Agreement for Project Approval and Environmental Document (PA&ED) Process Project Shelving (PS&E) Project Unshelving (PS&E) Updated Administrative Record during PS&E Executed Cooperative Agreement for PS&E Process Other Project Management PS&E Products Project Management - Construction Component Project Shelving (Construction) Project Unshelving (Construction) Updated Administrative Record during Construction Executed Cooperative Agreement for Construction Process Other Project Management Construction Products Project Management - Right of Way Component Right of Way Component Initiation and Planning Right of Way Component Execution and Control Right of Way Component Close Out Project Shelving (Right of Way) Project Unshelving (Right of Way) Updated Administrative Record during Right of Way Executed Cooperative Agreement for R/W Process Executed Cooperative Agreement for R/W Relinquishment Other Project Management R/W Products

Perform Preliminary Engineering Studies and Draft Project Report DRAFT PROJECT REPORT CIRCULATION REVIEW & APPROVE Perform Environmental Studies and Prepare Draft Environmental Document

p. 15

State of California

Bid 08A2347

RFQ Number 08A2347 Page 7 of 34 Attachment 1 • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • •

2/5/2014 2:33 PM

Alternatives for Further Study Draft Environmental Document Analysis Categorical Exemption/ Categorical Exclusion (CE) Determination Permits, Agreements, and Route Adoptions during Project Approval & Environmental Documentation (PA&ED) Component New Connection Request and Route Adoption CTC Submittal Route Adoption and Public Road Connections Placed on CTC Agenda Circulate Draft Environmental Document and Select Preferred Project Alternative Public Hearing Logistics Displays for Public Hearing Prepare and Approve Project Report and Final Environmental Document BASE MAPS AND PLAN SHEETS FOR PS&E DEVELOPMENT Right of Way Property Management and Excess Land Utility Relocation Executed Maintenance Agreement MOU from Tribal Employment Rights Office (TERO) Prepare and Execute Cooperative Agreement for Relinquishment PERFORM RIGHT OF WAY ENGINEERING Obtain Right of Way Interests for Project Right of Way Certification Prepare Draft PS&E Updated Project Information for PS&E Package Environmental Mitigation Long Term Mitigation Monitoring Draft Structures PS&E Post Right of Way Certification Work Final Structures PS&E Package Circulate, Review, and Prepare Final District PS&E Package Circulated & Reviewed Draft District PS&E Package Request for Funds Safety and Maintenance Reviews Relief from Maintenance Process Final Inspection and Acceptance Recommendation Contract Change Order Administration Need for Contact Change Order (CCO) Determination Contract Change Order Approval Other Functional Support

p. 16

State of California

Bid 08A2347

RFQ Number 08A2347 Page 8 of 34 Attachment 1 • • • • f.

E.

Technical Support ACCEPT CONTRACT PREPARE FINAL CONSTRUCTION ESTIMATE AND FINAL REPORT Certificate of Environmental Compliance Final PERFORM RIGHT OF WAY ENGINEERING

Project management services include, but are not limited to: i. Assisting in the programming of projects. ii. Coordinating with Regional Transportation Planning Agencies, Local Agencies and other local project sponsors. iii. Assisting in the management of State Highway project delivery. iv. Updating and analyzing project workplans (historic trends on planning vs. expenditures, analysis and interview functions on the expenditure practices, current workplan resource analysis, consistent project management practices, and opportunity for efficiencies). v. Presenting and marketing of project management policies, practices and procedures to project delivery staff. vi. Assisting the Federal Highway Administration (FHWA) and other review agencies to review documents submitted by Caltrans and other transportation agencies in California on projects assigned to the Consultant. vii. Advising District Division of Program and Project Management on the best practices in particular areas of program and project management. viii. Assisting District Division of Program and Project Management in implementing new program and project management tools. ix. Developing Statewide and District-wide guides and standards for project management. x. Mentoring Caltrans Project Managers. xi. Mainstreaming Intelligent Transportation System (ITS) planning into the Department’s Capital and Process Improvement projects pursuant to Director’s Policy on ITS (DP-26) and the United States Department of Transportation Final Rule for ITS (23CFR940).

Schedule of Performance and Time Requirements Task Orders shall be issued and executed throughout the duration of this Contract. Task Orders shall be completed in the timeframe identified in the Task Order and prior to the expiration of the Contract.

2/5/2014 2:33 PM

p. 17

State of California

Bid 08A2347

RFQ Number 08A2347 Page 9 of 34 Attachment 1 Caltrans and the Consultant shall develop and agree to a schedule for the services and deliverables to be completed and delivered. All deliverables shall satisfy the Standards set forth in “Standards” Section in order to be accepted for payment.

F.

Personnel Requirements 1.

The Consultant, including the prime Consultant and all Subconsultants, shall throughout the life of the Contract, retain within its firm, a staff of people who shall be properly licensed and certified in accordance with the laws of the State of California and qualified to perform all aspects of the required work described in this Contract and all work specified in a Task Order. The Consultant shall be prepared to provide additional personnel, as necessary, during the course of Contract performance to accommodate possible modifications and revisions to the work.

2.

Consultant Contract Manager The Consultant Contract Manager shall coordinate the work related matters and Consultant’s operations under this Contract with the Caltrans Contract Manager. The Consultant Contract Manager shall have a minimum of five (5) years of responsible experience performing the duties as a contract manager for similar Architectural/Engineering support services contracts. The Consultant Contract Manager shall be an employee of the prime Consultant. The Consultant Contract Manager shall be a Registered Professional Engineer (Civil) licensed in the State of California in good standing with the Board of Registration at all times during the Contract period, to perform the tasks described in this Contract and in the Task Orders. The Consultant Contract Manager shall have a documented minimum five (5) years of demonstrated experience acceptable to Caltrans as a Project Development Team member delivering highway projects. Certification as a Project Management Professional (PMP) from Project Management Institute (PMI) or other equivalent Project Management certification is desirable. In addition to other specified responsibilities, the Consultant Contract Manager shall be responsible for all matters related to the Consultant's personnel, Subconsultants, Program/Project Management Support Services work, and Consultant's operations including, but not limited to, the following:

2/5/2014 2:33 PM

p. 18

State of California

Bid 08A2347

RFQ Number 08A2347 Page 10 of 34 Attachment 1 a.

b. c.

d. e. f. g.

h. i. j. k. l. m. n. o. p. q.

3.

Ensuring that deliverables are clearly defined, acceptance tested and that criteria are specific, measurable, attainable, realistic and time-bound; and that the deliverables satisfy the acceptance tests and criteria. Supervising, reviewing, monitoring, training, and directing the Consultant’s personnel. Assigning qualified personnel to complete the required Task Order work as specified on an as-needed basis in coordination with the Caltrans Contract Manager. Administering personnel actions for Consultant personnel and ensuring appropriate actions taken for Subconsultant personnel. Maintaining and submitting organized project files for record tracking and auditing. Developing, organizing, facilitating, and attending scheduled coordination meetings and preparation and distribution of meeting minutes. Implementing and maintaining quality control procedures to manage conflicts, insure product accuracy, and identify critical reviews and milestones. Assuring that all applicable safety measures are in place. Providing invoices in a timely manner and providing monthly Contract expenditures. Reviewing invoices for accuracy and completion before billing to Caltrans. Managing Subconsultants. Managing overall budget for Contract and provide report to the Caltrans Contract Manager. Monitoring and maintaining required DBE involvement. Ensuring compliance with the provisions as specified in this Contract and each specific Task Order’s requirements. Reviewing work prepared by Consultant’s personnel. Updating and managing PRSM and other Caltrans’ Program Project Management Systems. Qualifications at least equivalent to one of the following classifications in California State service: i. Transportation Engineer (Civil), Range D.

Consultant Task Order Lead person A Task Order Lead person (who may be other than the Consultant Contract Manager) shall be assigned to conduct, or direct the conduct of, all work assigned under a single Task Order. The Task Order Lead person shall be the primary contact for the assigned Task Order and be available as needed for communication with Caltrans.

2/5/2014 2:33 PM

p. 19

State of California

Bid 08A2347

RFQ Number 08A2347 Page 11 of 34 Attachment 1 The Consultant Task Order Manager (who may be other than the Consultant Contract Manager) shall be assigned to conduct, or direct the conduct of, all work assigned under a single Task Order. The Consultant Task Order Manager shall be the primary contact for the assigned Task Order and be available as needed for communication with Caltrans. 4.

Consultant Personnel and Team Member Qualifications The Consultant team member shall be capable of assisting the Consultant Contract Manager in all aspects of the required work. The Consultant team member’s required professional qualifications shall be identified in each Task Order.

5.

In this Contract, a person who is authorized to review and approve Consultant Program/Project Management deliverables in place of the Consultant Contract Manager shall be hereafter referred to as the Program/Project Management responsible person. The Consultant Program/Project Management responsible person signing deliverables under this Contract shall be currently employed by the Consultant or its Subconsultants at the time the deliverables are submitted to Caltrans for consideration under the review and acceptance process.

6.

All deliverables under this Contract not fully approved by Caltrans bearing the signature of the Program/Project Management responsible person who is no longer employed by the Consultant or its Subconsultants, shall be replaced by deliverables under this Contract bearing the signature of a qualified replacement Program/Project Management responsible person who is employed by the Consultant or its Subconsultants. In such an event, no additional time shall be allowed or cost reimbursed to the Consultant without the prior written approval of the Caltrans Contract Manager.

7.

All of the Consultant’s work shall be conducted under the direction of the Consultant Contract Manager who shall have the appropriate experience as described in this Contract. All deliverables under this Contract requiring the Program/Project Management responsible person’s signature, shall be produced by the responsible Consultant personnel having appropriate experience, and shall be signed by a Program/Project Management responsible person.

8.

Consultant Project Manager(s) or Consultant Functional Coordinator(s) (Project Development Team leader who manages multi-disciplinary resources across all phases of the project) shall be assigned to manage transportation projects on-site with Caltrans project management personnel on a full time basis. Each Consultant personnel assigned as a Project Manager(s) or Consultant Functional Coordinator(s) to manage projects:

2/5/2014 2:33 PM

p. 20

State of California

Bid 08A2347

RFQ Number 08A2347 Page 12 of 34 Attachment 1 a. b.

c. d.

e. f. g. h.

9.

Degree (Bachelors, Masters, or higher) in engineering, planning or other transportation related field. Shall have a documented minimum five (5) years of demonstrated experience acceptable to Caltrans delivering highway projects AND EITHER i. A documented minimum one (1) year of demonstrated experience acceptable to Caltrans as a Project Manager (Project Development Team leader who manages multi-disciplinary resources across all phases of the project). OR ii. A documented minimum five (5) years of demonstrated experience acceptable to Caltrans as a Project Engineer in “Responsible Charge” of delivering highway projects. Shall be full time, which is forty (40) hours per week (8 hours a day) if required. Shall be dedicated to Caltrans with no other work assignments for private or public clients on Caltrans highway projects unless authorized by the Caltrans Contract Manager. Shall be working on-site in the Caltrans Facilities during Caltrans building business hours which is 8:00 am -5:00 pm. A Registered Civil Engineer licensed in the State of California is desirable. Certification as a PMP from PMI or other equivalent Project Management certification is desirable. Qualifications at least equivalent to one of the following classifications in California State service: i. Senior Transportation Engineer, Caltrans ii. Senior Architect iii. Senior Bridge Engineer iv. Senior Transportation Electrical Engineer (Specialist) v. Senior Transportation Electrical Engineer (Supervisor) vi. Senior Land Surveyor vii. Senior Landscape Architect, Caltrans viii. Senior Materials and Research Engineer ix. Senior Mechanical Engineer, Caltrans x. Senior Engineering Geologist

Project Management Specialist(s) to provide project management support, project scheduling using CA Clarity Open Workbench, project coordination, program management, risk analysis, and expert project management services on an "as needed" basis. Each Consultant personnel assigned as a Project Management Specialist(s) shall have:

2/5/2014 2:33 PM

p. 21

State of California

Bid 08A2347

RFQ Number 08A2347 Page 13 of 34 Attachment 1 a. b.

c. d. e. f. g. h. i. 10.

Degree (Bachelors, Masters, or higher) in engineering, planning or other transportation related field. At least five (5) years experience delivering highway projects AND EITHER: i. One (1) year experience as a Project Manager (Project Development Team leader who manages multi-disciplinary resources across all phases of the project). OR ii. Five (5) years of experience as a Project Engineer in “Responsible Charge” of delivering highway projects. Certification as a PMP from PMI or other equivalent Project Management certification is Mandatory. Experience and expertise in Risk Management, Earned Value Management, and Resource Loaded Critical Path Method Scheduling. At a minimum one specialist shall be a certified expert user of the Open Workbench scheduling software from CA Clarity. Be available to work on-site in the Caltrans Facilities as required. Experience as a Project Manager is desirable. A Registered Civil Engineer licensed in the State of California is desirable. Experience managing or delivering highway projects is desirable.

Assistant Project Manager to provide Program/Project Management Support Services and manage complex aspects of transportation related projects on an "as needed" basis. Each Consultant employee assigned as an Assistant Project Manager(s) shall have: a. Degree (Bachelors, Masters, or higher) in engineering, planning or other transportation related field is desirable. b. At least three (3) years experience delivering transportation related projects. c. Qualifications at least equivalent to one of the following classifications in California State service: i. Transportation Engineer (Civil), Range C or D. ii. Transportation Engineer (Electrical), Range C or D. iii. Associate Architect. iv. Land Surveyor, Caltrans. v. Landscape Architect, Range C or D. vi. Associate Materials and Research Engineer. vii. Associate Mechanical Engineer, Caltrans. viii. Associate Engineering Geologist. ix. Associate Right of Way Agent. x. Associate Environmental Planner.

2/5/2014 2:33 PM

p. 22

State of California

Bid 08A2347

RFQ Number 08A2347 Page 14 of 34 Attachment 1 xi.

11.

Associate Governmental Program Analyst.

Project Analyst to provide Program/Project Management Support Services on an "as needed" basis. Each Consultant employee assigned as a Project Analyst (s) shall have: a. Degree (Bachelors, Masters, or higher) in engineering, planning or other transportation related field is desirable. b. At least three (3) years experience supporting transportation related projects, in particular providing support related to project management knowledge areas. c. Qualifications at least equivalent to one of the following classifications in California State service: i. Transportation Engineer Technician. ii. Associate Governmental Program Analyst

G.

12.

Each Consultant’s personnel assigned as an Expert Project Manager shall be a recognized expert in the field in which they are consulting. Consultant staff must have prior experience with assisting the FHWA and other agencies to assess documents (e.g. Project Reports, Financial Plans, Environmental Documents, Plans Specification and Estimates, Contract Change Orders).

13.

It is expected that a majority of the work (>50%) shall be completed in a staff augmentation manner.

14.

Most Consultant personnel shall be expected to be assigned in the “field” at the Caltrans facilities for an extended period.

Consultant Availability and Work Hours The typical workday includes all hours worked as identified in the Task Order and also as directed by the Caltrans Contract Manager. Unless otherwise specified in the Task Order or directed by the Caltrans Contract Manager, the normal workweek shall consist of forty (40) hours.

H.

General Requirements 1.

2/5/2014 2:33 PM

For each Task Order, the Consultant shall carry out instructions received from the Caltrans Contract Manager, and as directed by the Caltrans Contract Manager shall coordinate activities and work closely with multiple stakeholders including,

p. 23

State of California

Bid 08A2347

RFQ Number 08A2347 Page 15 of 34 Attachment 1 but not limited to, Caltrans’ various functional units, Caltrans’ project managers, other entities with an interest in the project, other consultants, other contractors, and firms contracted by Caltrans working on the same projects or adjacent projects. In the event an instruction or direction is unclear to the Consultant, the Consultant shall ask the Caltrans Contract Manager to clarify the instruction or direction. The work is a critical element of project planning and construction schedules and shall be accomplished in a timely fashion. Projects having complex and overlapping schedules and therefore Project work may have overlapping and parallel (not serial order) schedules.

2/5/2014 2:33 PM

2.

It is not the intent of the foregoing paragraph to relieve the Consultant of professional responsibility during the performance of this Contract. In instances where the Consultant believes a better standard solution to a task being performed or a issue being addressed is possible, the Consultant shall promptly notify the Caltrans Contract Manager of these concerns, together with the reasons therefore. However, Caltrans shall make all final decisions on the scope of the Consultant’s activities and investigations.

3.

The Consultant shall prepare the required deliverables, backup documents, other documents, and other items required by this Contract according to requirements of this Contract and applicable Caltrans Manuals for the work.

4.

The Consultant shall be required to work with other Caltrans Functional Units as directed by the Caltrans Contract Manager.

5.

The Consultant shall work closely with the Caltrans Contract Manager and the Caltrans designee stated in the Task Order.

6.

As directed and as a first order of work, the Consultant shall prepare and update a comprehensive Critical Path Method (CPM) network and the Caltrans WBS for each Task Order issued by the Caltrans Contract Manager showing a deliverables schedule as well as other relevant data to monitor project progress, Consultant’s work control, and Caltrans review of work status. The relevant data shall include a list of activities with budgeted cost and target date for completion of each. The minimum number of task details shall be identified in the Task Order. This workplan shall be updated once a month to show the approved baseline schedule and the actual progress schedule.

7.

The Consultant’s personnel shall be capable, competent, and experienced in performing the types of work in this Contract with minimal instructions. Personnel skill level should match the specific classifications and task complexity. The Consultant’s personnel shall be knowledgeable about, and comply with, all applicable Local, State and Federal regulations.

p. 24

State of California

Bid 08A2347

RFQ Number 08A2347 Page 16 of 34 Attachment 1 8.

The Consultant is required to submit a written request and obtain the Caltrans Contract Manager’s prior written approval for any substitutions, additions, or modifications to the Consultant's originally proposed personnel and project organization, as depicted on the proposed Consultant's Organization Chart or the Consultant’s cost proposals. Substituted staff is subject to the same qualification requirements as the staff replaced for the work being performed.

9.

In responding to Caltrans’ Task Order and in consultation with the Caltrans Contract Manager, the Consultant Contract Manager shall identify the specific individuals proposed for the task and their job assignments. The Consultant shall provide documentation that proposed personnel meet the appropriate minimum qualifications as required by this Contract.

10.

The Consultant’s personnel shall typically be assigned to and remain on specific Caltrans projects until completion and acceptance of the project by Caltrans. Personnel assigned by the Consultant shall be available at the start of a Task Order and after acceptance of the project by Caltrans.

11.

After Caltrans’ approval of the Consultant’s personnel proposal and finalization of a Task Order, the Consultant may not add or substitute personnel without Caltrans’ prior written approval.

12.

Resumes containing the qualifications and experience of the Consultant’s and Subconsultant’s personnel, which include existing, additional, and substitute personnel, and copies of their minimum required certifications, shall be submitted to the Caltrans Contract Manager for review before assignment on a project or Task Order. The resume and copies of current certification for each candidate shall be submitted to the Caltrans Contract Manager within one (1) week of receiving the request. The Caltrans Contract Manager may interview the Consultant’s personnel for the qualifications and experience. The Caltrans Contract Manager’s decision to select the Consultant’s personnel shall be binding to the Consultant and its Subconsultants. The Consultant shall provide adequate qualified personnel to be interviewed by the Caltrans Contract Manager within one (1) week of receiving the request. The Caltrans Contract Manager shall evaluate the adequacy (quality and quantity) of the work performed by the Consultant’s personnel, and determine whether the deliverables satisfy the acceptance tests and criteria. The Caltrans Contract Manager may reject any Consultant personnel determined by the Caltrans Contract Manager to lack the minimum qualifications. If at any time the level of performance is below expectations, the Caltrans Contract Manager may direct the Consultant to immediately remove Consultant personnel from the project

2/5/2014 2:33 PM

p. 25

State of California

Bid 08A2347

RFQ Number 08A2347 Page 17 of 34 Attachment 1 specified in a Task Order and request another qualified person be assigned as needed. The substitute personnel shall meet the qualifications required by this Contract for performance of the work as demonstrated by a resume and copies of current certifications submitted by the Consultant. Substitute personnel shall receive prior written approval from the Caltrans Contract Manager. The Consultant shall not remove or replace any existing personnel assigned to Task Orders without the prior written consent of the Caltrans Contract Manager. The removal or replacement of personnel without the written approval from the Caltrans Contract Manager shall be violation of the Contract and may result in termination of the Contract per Exhibit D, Section III, Termination. Invoices with charges for personnel not pre-approved for work on the Contract and each Task Order by the Caltrans Contract Manager shall not be reimbursed.

2/5/2014 2:33 PM

13.

When assigned consultant staff is on approved leave and required by the Caltrans Contract Manager, the Consultant Contract Manager shall provide a substitute employee until the assigned employee returns to work from the approved leave. The substitute personnel shall have the same classification, not exceed the billing rate and meet or exceed the qualifications and experience level of the previously assigned personnel, at no additional cost to Caltrans. Substitute personnel shall receive prior written approval from the Caltrans Contract Manager to work on this Contract.

14.

Other project personnel not identified, shall also satisfy appropriate minimum qualifications for assigned Task Orders. Caltrans’ prior written approval is required for all personnel not identified on the Consultant’s organization chart or the Consultant’s cost proposals.

15.

The Consultant’s timesheet/expenses shall be approved by the Caltrans Contract Manager before submitting timesheets or expense reimbursement requests for payment.

16.

The Consultant shall begin the required work within two (2) working days or per the Task Order after receiving a fully executed Task Order and the issuance of the Notice to Proceed (NTP) from the Caltrans Contract Manager. Once the work begins, the work shall be performed diligently until all required work has been completed to the satisfaction of the Caltrans Contract Manager.

17.

The work shall not be performed when conditions prevent a safe and efficient operation.

18.

The Consultant Contract Manager, Task Order Manager, and Key Personnel shall be accessible to the Caltrans Contract Manager at all times during normal Caltrans working hours or after hours as required by the Caltrans Contract Manager.

p. 26

State of California

Bid 08A2347

RFQ Number 08A2347 Page 18 of 34 Attachment 1

2/5/2014 2:33 PM

19.

The Caltrans Contract Manager may direct the Consultant’s employees to work overtime. All overtime shall be pre-approved by the Caltrans Contract Manager. Overtime shall be worked only when directed in writing by the Caltrans Contract Manager and specifically required by the Task Order, and shall only be paid to persons covered by the Fair Labor Standards Act.

20.

The Consultant or its Subconsultants shall not incorporate any materials or equipment of a single or sole source origin without the advance written approval of Caltrans.

21.

The Caltrans Contract Manager shall address all questions which may arise as to the quality or acceptability of deliverables furnished and work performed for this Contract.

22.

Additional standards for specific work may be included in the Task Order. If such additional standards conflict with the standards specified in this Contract, the standards specified in this Contract shall prevail over the Task Order standards.

23.

The Consultant may claim reimbursement for providing equipment or supplies. However, such claimed costs shall be in compliance with 48 Code of Federal Regulation, Chapter 1, Part 31 (Federal Acquisition Regulation - FAR cost principles) and be consistent with the Consultant's company-wide allocation policies and charging practices with all clients including federal government, state governments, local agencies, and private clients.

24.

All Consultant personnel, who are working in a staff augmentation role, are required to complete security and privacy awareness training each year (see http://itsecurity.dot.ca.gov/security) and sign a confidentiality and nondisclosure agreement.

25.

The Consultant shall only provide incidental non-Architectural and Engineering (A&E) services, such as meeting support, provided (a) such services are necessary for the completion of the A&E tasks and/or deliverables performed by the Consultant described in executed Task Orders and covered by the work in this Contract and (b) the rendering of the services is approved in advance by the Caltrans Contract Manager. These incidental services shall only be provided to support the Consultant’s personnel who are performing A&E services, tasks, and deliverables on this Contract. The Consultant shall not be paid or reimbursed for any incidental non-A&E services provided to Caltrans unless provided in the fashion described in this Contract and included in the executed Task Order. The Consultant is responsible for ensuring that Task Orders include any incidental non-A&E services. Services to train Caltrans personnel shall not be provided by the Consultant under this Contract.

p. 27

State of California

Bid 08A2347

RFQ Number 08A2347 Page 19 of 34 Attachment 1 26.

I.

The Consultant shall notify the Caltrans Contract Manager or Caltrans designee in writing a minimum one (1) week before it begins any field work, unless the Task Order specifies some other notification date.

Equipment Requirements 1.

Office Equipment and Supplies (Consultant’s Office): At no additional cost to Caltrans, Consultant shall have and provide adequate office equipment and supplies to complete the required work specified in this Contract. Such equipment and supplies shall include, but not be limited to, the following: a. Office Supplies. b. Computers with appropriate software, printers, plotters, fax machines, calculators, data collectors and their necessary attachments and accessories. c. Data processing systems, software packages, reference materials, or other tools, including hardware and software, used in providing deliverables. This includes, but not be limited to, the following: i. Microsoft Office Software (including, but not limited to, Word, Excel, PowerPoint). ii. Project Management/Scheduling (Open Workbench from CA Clarity)/Risk Software. d. Reference material, or other tools, used in providing deliverables. e. Caltrans shall not purchase any hardware, software, or other equipment (including, but not limited to, batteries, paper, and office supplies) that may be required for the Consultant to perform work requested in this Contract. The Caltrans Contract Manager shall approve any Consultant’s request for electronic connections and compatibility with current Caltrans Windows-based networks and programs in writing prior to the use and/or installation of any electronic hardware and/or software. f. Printing reports. g. Laptop per Caltrans specifications. h. Cell Phone.

2.

Field Equipment and Supplies: Consultant shall have and provide adequate field tools, instruments, equipment, materials, supplies, and safety equipment to complete the required field work and meet or exceed Caltrans Specifications per the Caltrans Manuals. The tools, instruments, equipment, materials, supplies, and safety equipment required for each Consultant field personnel shall include, but not be limited to, the following:

2/5/2014 2:33 PM

p. 28

State of California

Bid 08A2347

RFQ Number 08A2347 Page 20 of 34 Attachment 1 a.

b. c. d. e.

3.

J.

2/5/2014 2:33 PM

Sufficient vehicles suitable for the work to be performed and terrain conditions of the project sites. Vehicles shall be fully equipped with all necessary tools, instruments, equipment, materials, supplies, and safety equipment required for the efficient operation of the Consultant’s field personnel. Each vehicle shall have a load carrying capacity of 1500 pounds of materials and equipment. Each Vehicle shall have sufficient ground clearance to safely maneuver through highway construction sites while fully loaded with equipment and materials. Each vehicle shall have an overhead flashing amber light, visible from the rear, with a driver control switch. Vehicles without side windows shall not be used. All vehicles shall be clearly marked as to ownership. Each vehicle shall be equipped to meet Caltrans safety requirements. A laptop computer with appropriate software. Communication device: Mobile telephone, cell phone. Hand tools as appropriate for the requested field personnel work. All necessary safety equipment including fire extinguisher, hard-soled safety footwear, white hard hats, eye protection, hearing protection, and approved safety vests as appropriate for the requested field work to be performed safely and efficiently within operating highway.

The Consultant shall provide all necessary tools, instruments, equipment, materials, supplies, and safety equipment required to perform the work identified in each Task Order and this Contract accurately, efficiently, and safely. The Consultant shall not be reimbursed separately for tools of the trade, which may include, but not be limited to, the above-mentioned equipment.

Consultant Reports and/or Meetings 1.

Progress reports shall set forth a schedule of Task Order milestones, the current status of progress toward each milestone (including, but not limited to, on schedule, off schedule with correction in place, or out of schedule with no current correction), and a schedule of deliverables.

2.

When applicable, progress reports shall indicate an estimated percentage of work completed and a corresponding estimate of budget spent for work deliverables. The estimate of work completion and budget spent shall be for the same time period. If applicable, progress reports shall include actual DBE participation on a monthly and cumulative basis.

3.

Monthly Progress Reports shall cover the same period of performance as the monthly invoices.

p. 29

State of California

Bid 08A2347

RFQ Number 08A2347 Page 21 of 34 Attachment 1

K.

4.

The Consultant Contract Manager shall be responsible for drafting of the minutes of the meetings and submit them to the Caltrans Contract Manager within one (1) week of the meeting for review and comment. The Consultant Contract Manager shall distribute a final version of meeting minutes within two (2) calendar days of final approval.

5.

Consultant shall be available, on two (2) days written notice: a. To meet with Caltrans; to participate in internal Project Development Team (PDT) meetings or other Caltrans meetings. b. To attend public meetings (day and evening) where a Program/Project Management Support Services expert is required. c. To participate in any public hearings necessary for the Project. d. To provide technical expertise on an “as-needed” basis.

Standards 1.

2/5/2014 2:33 PM

All work shall be performed in accordance with all applicable Local, State, and Federal statutes, laws, codes, regulations, policies, procedures, ordinances, standards, specifications, performance standards, and guidelines, including the latest Caltrans regulations, policies, procedures, manuals, standards, specifications, performance standards, directives, guidelines, handbooks, guidance documents, forms, templates, policy memo, methodologies, and other informational or directive publications, including compliance with State and Federal Highway Administration (FHWA) guidelines for implementing those requirements; and any permits, licenses, agreements or certifications that apply to specific Task Orders; the terms and conditions of this Contract; and current Caltrans Manuals and any future revisions. a. The Consultant is responsible for obtaining, at its expense, all necessary manuals, reference documents, and other materials. b. Caltrans Manuals generally may be purchased from the Publication Distribution Unit. The Publications staff may be reached at (916) 2630822, and the center is located at the following address: State of California California Department of Transportation Publication Distribution Unit 1900 Royal Oaks Drive Sacramento, CA 95815-3800 c. Manuals and documents that are not available from the Caltrans Publication Distribution Center or are not available from Caltrans’ Internet web site may be requested from the Caltrans Contract Manager. Caltrans does not guarantee the availability of publications nor its Internet web pages. i. http://www.caltrans-opac.ca.gov/publicat.htm

p. 30

State of California

Bid 08A2347

RFQ Number 08A2347 Page 22 of 34 Attachment 1

d.

2.

ii. http://www.dot.ca.gov/manuals.htm Caltrans’ regulations, policies, procedures, manuals, standards, specifications, performance standards, directives, guidelines, handbooks, guidance documents, forms, templates, policy memo, methodologies, and other informational or directive publications, are dynamic documents. The Consultant is responsible to verify that the latest version or update is used.

Manuals, Documents, and Websites The following manuals, documents and links to internet sites are referenced in association with the work in this Contract. The list is not all-inclusive, but is intended to illustrate the types of reference material and sources of information.

3.

2/5/2014 2:33 PM

a.

Caltrans’ Internet Home Webpage http://www.dot.ca.gov/

b.

Caltrans Project Management Handbook http://www.dot.ca.gov/hq/projmgmt/guidance.htm http://www.dot.ca.gov/hq/projmgmt/documents/pmhb_5thed.pdf

c.

Caltrans Storm Water Quality Manuals and Handbooks http://www.dot.ca.gov/hq/construc/stormwater/manuals.htm

d.

Caltrans Project Management Directives http://pd.dot.ca.gov/pm/ProjectOffice/ProcessGuidance_Directives/Guida nce_DirectivesHome.asp

e.

Quantitative Risk Analysis section (page 14) of Caltrans Project Risk Management Handbook http://www.dot.ca.gov/hq/projmgmt/documents/prmhb/caltrans_project_ri sk_management_handbook_20070502.pdf

All work shall be performed in accordance with current Project Management Handbook and Project Management Directives. Work not covered by the Caltrans published standards shall be performed in accordance with the generally accepted principles of project management, as described in "A Guide to the Project Management Body of Knowledge" published by the Project Management Institute at the following website http://www.pmi.org/

p. 31

State of California

Bid 08A2347

RFQ Number 08A2347 Page 23 of 34 Attachment 1 L.

Field Safety In addition to the requirements specified elsewhere in this Contract, the following also shall apply:

M.

1.

The Consultant shall maintain an awareness of health and safety requirements and enforce applicable regulations and contract provisions for the protection of the project personnel and the public. The Consultant’s personnel shall comply with all safety provisions of Caltrans’ Safety Manual and Caltrans’ Code of Safe Practices. The Consultant shall comply with all Local, State, and Federal Occupational Safety and Health Administration (OSHA) statutes, laws, codes, regulations, policies, procedures, ordinances, standards, and guidelines, applicable to the work under this Contract, regarding safety equipment and procedures (including, but not limited to, use and operation).

2.

Field work shall not be performed when conditions prevent a safe and efficient operation, and shall only be performed with written authorization by Caltrans.

3.

The Consultant shall provide, at no cost to Caltrans, all safety equipment. The Consultant’s personnel shall wear hard-soled safety footwear, white hard hats, eye protection, hearing protection, and approved safety vests at all times while working in the field.

4.

The Consultant shall provide, at no cost to Caltrans, appropriate safety training for all the Consultant’s and the Subconsultant’s office, laboratory, and field personnel, including training required for performing the work in an office setting or in the field to work on and near highways.

5.

The Consultant shall be solely responsible for the protection of health and safety of its personnel, Subconsultants, and Subconsultant’s personnel in performance of this Contract.

Orientation Provided by Caltrans Caltrans may provide orientation regarding the requirements for this Contract and each Task Order as deemed necessary by Caltrans. The orientation may consist of instructions on Caltrans procedures, practices, and requirements for the specific work to be performed. However, if the orientation instructions conflict with the contract or task order requirements, the Contract and the executed Task Order shall prevail over any instructions provided.

2/5/2014 2:33 PM

p. 32

State of California

Bid 08A2347

RFQ Number 08A2347 Page 24 of 34 Attachment 1 N.

Monitoring and Review Procedure 1.

The Caltrans Contract Manager shall have the unilateral right to monitor and review the progress and processes of the Consultant.

2.

The Consultant shall meet with the Caltrans Contract Manager a minimum of once per month or on an as-needed basis to review procedures and progress.

3.

The performance of the Consultant Contract Manager, key personnel, and team shall be evaluated by the Caltrans Contract Manager, as needed, but no less frequently than annually, and at the expiration of the Contract. Unsatisfactory reviews of specific consultant personnel may result in Caltrans request to replace the existing Consultant personnel with new personnel; the Consultant shall immediately replace personnel with individuals whose qualifications at a minimum equal those of the personnel replaced at no additional cost to Caltrans. Evaluation includes, but not be limited to, the following: a. Job performance. b. Quality of Work. c. Timely submittal of reports, invoices, and other required documents. d. Early detection of problems and timely resolutions. e. Requesting timely approval for personnel changes and travel expenditure. f. Responsiveness and ability to control costs. g. DBE Participation. h. Conflicts of interest. Poor performance and any negative evaluations may result in replacement of the Consultant Contract Manager and/or key personnel; the need to replace key personnel shall reflect adversely on the Consultant’s performance evaluation, and if warranted, may result in the termination of the Contract per Exhibit D, Section III, Termination.

O.

Materials to be Provided or made available by Caltrans All materials shall be supplied by the Consultant. The Consultant shall use the material in the execution of the specific work described in the Task Order. Materials (if deemed applicable, necessary, and when available by Caltrans) that may be furnished or made available by Caltrans, and such materials shall be listed in the individual Task Orders, are for the Consultant’s use only, and shall be returned at the end of the Contract. These materials may include: 1.

2/5/2014 2:33 PM

Relevant and existing documents, if any are available, that are applicable to the current project within the project limits.

p. 33

State of California

Bid 08A2347

RFQ Number 08A2347 Page 25 of 34 Attachment 1 2.

Appropriate background or reference information for each Task Order.

3.

Project special provisions, full-size and reduced-size sets of project plans, materials information handout, and construction contract and proposal, as necessary.

4.

Caltrans standardized forms.

5.

The Consultant shall notify Caltrans, in writing, in advance of its need to enter upon private property or facility to perform work. The Consultant’s notice shall specify the date, purpose, duration, location, and the time of day of the Consultant’s activities. Caltrans shall provide Permits to Enter for private property access. The Consultant shall not perform work on property outside of the Caltrans right-of-way until Caltrans has obtained an entry permit from the property owner. The Consultant is responsible for notifying the property owner 48 hours in advance of entering the property, unless otherwise specified in the Permit. The Consultant shall notify the Caltrans Contract Manager within 48 hours if permission has been denied. The Consultant personnel shall carry the Permits to Enter on their person while performing work outside the Caltrans Right-of-Way. No work shall be performed by the Consultant outside the Caltrans Right-of-Way without Permits to Enter. The Consultant shall comply with all conditions imposed by the Caltrans Contract Manager and requirements set forth in the Permit to Enter. The Consultant shall be responsible for any damages that Consultant did to owner property at Consultant‘s own expense. The Consultant shall be responsible for obtaining all necessary approvals and permits for Task Order work performed on any property that Caltrans does not own or control. The Consultant shall identify all necessary approvals and permits, prepare signature-ready permit applications, and track the status of permit applications, as specified in each Task Order.

Note: The Consultant is responsible for the return to Caltrans, in original condition, of all items provided for use under this Contract. The Consultant shall replace, at said Consultant’s own expense, all lost or damaged Caltrans data or materials.

P.

Materials to be Provided by the Consultant Unless otherwise specified in this Contract, the Consultant shall provide all materials to complete the required work in accordance with the delivery schedule and cost estimate outlined in each Task Order. The Consultant shall provide to its Program/Project Management Support Services personnel sets of the following that are applicable to the current project:

2/5/2014 2:33 PM

p. 34

State of California

Bid 08A2347

RFQ Number 08A2347 Page 26 of 34 Attachment 1 •

Q.

Current version of the Project Management Body of Knowledge (PMBOK) published by the Project Management Institute

Product Approval and Payment 1.

The Consultant shall only perform work that is authorized and described in a written Task Order (“TO”) that is signed by both Caltrans and the Consultant.

2.

All deliverables, backup documents, other documents, and other items produced by the Consultant in the performance of this Contract, shall be subject to the approval and acceptance by the Caltrans Contract Manager prior to invoicing and payment for these items.

3.

In the event of non-acceptance due to errors, omissions or non-compliance with the current Caltrans Manuals and their current revisions, the Consultant shall make corrections to the satisfaction of the Caltrans Contract Manager at no cost to Caltrans. Caltrans shall withhold payment until the work is satisfactorily completed and approved by the Caltrans Contract Manager. Caltrans shall not pay the Consultant for the Consultant’s work that does not conform to the requirements specified in this Contract and the applicable Task Order and shall be corrected at the Consultant’s expense at no additional cost to Caltrans.

R.

General Deliverables All deliverables, intermediate work products, and original documents including, but not limited to, original field notes, photographs, reports, documents, plans, data, data files, edits to field data, adjustment calculations, final results, drawings, specifications, estimates, studies, record search, records, books, maps, manuscripts, manuals, electronic software developed, databases, background information, spreadsheets, procedural scripts, marcos developed, and intellectual properties, developed pursuant to this Contract, shall become the property of Caltrans and shall be sent to Caltrans after completion of the Task Order and acceptance/approval of the work by the Caltrans Contract Manager or when requested by the Caltrans Contract Manager. The Consultant shall retain a copy of all documents furnished to Caltrans. Unless otherwise specified in the Task Order, the deliverables shall conform to the following: 1.

2/5/2014 2:33 PM

Data Format for Unprotected Electronic File Transfers.

p. 35

State of California

Bid 08A2347

RFQ Number 08A2347 Page 27 of 34 Attachment 1 The Consultant shall deliver unprotected and modifiable electronic files meeting the following requirements: a. Alphanumeric information (80 character, ASCII data type). b. Reports (Acrobat Writer 5 and above). c. Graphs, charts (Acrobat Writer 5 and above). d. Compliance with standard naming convention (including, but not limited to, Project ID, Route/PM, Date). 2.

The Consultant shall work in close liaison with the Caltrans Contract Manager. Caltrans shall exercise review and approval functions through the Caltrans Contract Manager at key points, as specified in each Task Order. Milestone reviews shall be performed with the Caltrans Contract Manager for the specific performance, products, and deliverables listed in each Task Order.

3.

Consultant has total responsibility for and shall verify the accuracy and completeness of the deliverables, backup documents, other documents, and other items required by this Contract prepared by the Consultant or its Subconsultants for the projects as specified in this Contract and in each Task Order. All deliverables, backup documents, other documents, and other items required by this Contract shall be reviewed by Caltrans for conformity with project standards and the requirements in the Task Order and this Contract. The deliverables, backup documents, other documents, and other items required by this Contract are subject to Caltrans’ review, approval, and acceptance. Reviews by Caltrans do NOT include detailed review or checking of major components, quantitative calculations, related details or accuracy of information. The responsibility for accuracy and completeness of such items remains solely that of the Consultant.

4.

Quality Control Plan: Prior to the work, the Consultant shall prepare the quality control plan and the minimum standard of work quality and obtain approval from the Caltrans Contract Manager, in effect for each and every Task Order during the entire time the work is being performed under the Contract. The Consultant shall complete the quality control plan and certify at the completion of work that all measures contained therein were satisfied. Caltrans shall perform quality assurance on the quality control plan to assure that quality control was satisfied. The Consultant’s quality control plan shall establish a process whereby: a. All deliverables are reviewed for accuracy, completeness, and readability before submittal to Caltrans. b. Calculations and plans are independently checked, corrected and rechecked. c. All job-related correspondence and memoranda are routed and received by affected persons and then filed in the appropriate Task Order file.

2/5/2014 2:33 PM

p. 36

State of California

Bid 08A2347

RFQ Number 08A2347 Page 28 of 34 Attachment 1 d.

Field activities are routinely verified for accuracy and completeness, such that any discovered deficiencies do not become systemic or affect the result of a Task Order deliverable.

The Consultant shall provide an outline of the quality control program before a specific task begins and shall identify critical quality control reviews within each Task Order. The Caltrans Contract Manager shall periodically request evidence that the quality control/quality assurance plan is functioning. All deliverables, backup documents, other documents, and other items required by this Contract submitted to the Caltrans Contract Manager for review shall be marked clearly as being fully checked or unchecked, and that the preparation of the material followed the quality control plan established for the work. The Quality Control/Quality Assurance (QC/QA) plan shall contain provisions for the development of appropriate "checklists" to maintain product quality and control. These "checklists" shall be delivered to the Caltrans Contract Manager with the QC/QA plan. The Consultant shall update these documents when directed by the Caltrans Contract Manager. Within thirty (30) calendar days of the Notice to Proceed (NTP), the Consultant shall submit to the Caltrans Contract Manager a job specific QC/QA plan and staffing plan. 5.

The deliverables, backup documents, other documents, and other items required by this Contract shall be of a quality acceptable to the Caltrans Contract Manager. These items shall identify the preparer, the designated reviewers, and the criteria for acceptance. The deliverables shall satisfy the Caltrans acceptance criteria and tests. The work product shall be complete, of neat appearance, well-organized, technically and grammatically correct, independently checked for error, checked by designated reviewers (Caltrans and Consultant Personnel), and shall conform to Caltrans’ Standards. All deliverables shall be approved by the Caltrans Contract Manager. The minimum standard of appearance, organization, and content of deliverables, backup documents, other documents, and other items required by this Contract, shall be that of similar types produced by Caltrans and set forth in related Caltrans manuals.

2/5/2014 2:33 PM

6.

The Consultant shall prepare a cost estimate showing task, subtask, personnel, personnel hours estimated for each task or subtask, and a schedule of deliverables.

7.

All deliverables, backup documents, other documents, and other items under this Contract shall be prepared on Caltrans standardized forms. Necessary forms shall be provided by Caltrans for the Consultant’s use.

8.

All deliverables, backup documents, other documents, written documents, plans, and other items under this Contract shall be submitted in both hardcopy and

p. 37

State of California

Bid 08A2347

RFQ Number 08A2347 Page 29 of 34 Attachment 1 unprotected electronic files in the Caltrans-approved forms and in the Caltransapproved and designated electronic formats, in accordance with the guidelines in this Contract and each Task Order, and shall conform to Caltrans standards.

2/5/2014 2:33 PM

9.

The Consultant shall also submit one (1) unprotected electronic copy of all deliverables, backup documents, other documents, and other items required by this Contract in a specified format. The file formats shall be specified in each Task Order. Appropriate documentation shall accompany each digital device indicating the contents of each file.

10.

When the Consultant is required to prepare and submit deliverables, backup documents, other documents, and other items required by this Contract and any approved Task Order to Caltrans, these documents shall be reviewed. They shall be submitted in draft as scheduled and the opportunity provided for Caltrans to provide comments and feedback, prior to final submittal. The specific schedule for Caltrans' review of the Consultant’s submittals shall be specified in the Task Order.

11.

If the Consultant fails to submit the required deliverables, backup documents, other documents, and other items required by this Contract and any approved Task Order, Caltrans shall have the right to withhold payment and/or terminate this Contract in accordance with the termination provisions of this Contract per Exhibit D, Section III, Termination. If the Contract is terminated, the Consultant shall, at Caltrans’ request, return all materials recovered or developed by the Consultant under the Contract.

12.

For each Task Order, a milestone submittal schedule shall be prepared by the Caltrans Contract Manager. Milestones may be changed by written agreement between the Caltrans Contract Manager and the Consultant Contract Manager through an amendment to the Task Order.

13.

The Consultant shall prepare and update the Caltrans WBS as set forth in this Contract for each Task Order issued by the Caltrans Contract Manager showing a deliverables schedule. It is expected that the Consultant shall complete and meet the agreed upon schedule for each Task Order. Failure to complete the work based on the agreed upon schedule in the Task Order may result in termination of the Task Order or this Contract; and Caltrans may have the work completed in any way allowed by law.

14.

The Consultant shall maintain a separate complete set of project files for each Task Order issued by the Caltrans Contract Manager performed under this Contract. The Consultant shall maintain two sets of these files. One set shall be maintained on site with the Consultant and the other set shall be updated by the Consultant monthly and delivered to the Caltrans Contract Manager and the

p. 38

State of California

Bid 08A2347

RFQ Number 08A2347 Page 30 of 34 Attachment 1 Caltrans Task Order Manager. These files shall be indexed in accordance with Caltrans’ Project Development Uniform File System (http://www.dot.ca.gov/hq/oppd/pdpm/chap_pdf/chapt07.pdf). These files shall be made available to the Caltrans Contract Manager during normal working hours and shall be transferred to Caltrans upon completion of work under the Task Order. If requested by the Caltrans Contract Manager, the Consultant shall provide these project files. 15.

S.

2/5/2014 2:33 PM

Deliverables specified in each Task Order shall be delivered to the attention and address indicated in each Task Order.

Program/Project Management Deliverables 1.

The Consultant shall obtain written approval from Caltrans for all deliverables, backup documents, other documents, and other items required by this Contract. If there are no Caltrans standardized forms, the format and content requirements for all deliverables, backup documents, other documents, and other items required by this Contract shall be specified in each Task Order.

2.

All Program/Project Management Support Services deliverables, backup documents, other documents, and other items required by this Contract performed on computer shall be delivered to Caltrans including, but not limited to, the formats specified below: a. Text-based documents shall be submitted as an Adobe Portable Document Format (“pdf”) file using Adobe Acrobat Professional version 5 or later software. The pdf file shall be inclusive of all graphics (e.g., page orientation, photographs or other images, charts, and tables) and be suitable for printing in final form. The pdf file shall: i. Contain functioning bookmarks, indexes, tables of contents or other hyperlinks as required by the Task Order. ii. Be configured (e.g., bookmarks, thumbnails, annotations, signatures, and security settings) as required by the Task Order. iii. Be optimized for use by Adobe Acrobat Reader 10 or newer. b. Text-based documents shall also be submitted in Microsoft Word format, version 2007. The document shall include all graphics (e.g., photographs, image graphics, charts, and tables). Photographs shall be in “jpeg” file format. Other image graphics shall be in “gif” format unless otherwise specified. c. All graphics (e.g., photographs or other drawings) shall be submitted separately from the pdf and Microsoft Word documents in archive-type file formats (e.g., photographs and bitmapped drawings as “tif”, Microstation drawings as “dgn”, and vector drawings as “ai”) unless otherwise specified. The intent of this section is for the Consultant to

p. 39

State of California

Bid 08A2347

RFQ Number 08A2347 Page 31 of 34 Attachment 1

d. e. f. g. h.

T.

provide Caltrans with a copy of each graphic in an uncompressed file format for archive purposes. The Consultant may suggest alternative formats that are compatible with this goal. Spreadsheet files shall be submitted in Microsoft Excel format, version 2007. Word processing files shall be submitted in Microsoft Word format, version 2007. Database files shall be submitted in Microsoft Access format, version 2007. The Consultant shall not format electronic files as “view only” or “read only” unless so specified in the Task Order. Other - As specified in the Task Order.

Task Order 1.

The Caltrans Contract Manager has the sole authority and responsibility to make amendments and revisions to the scope, schedule, cost or deliverables in a Task Order.

2.

After a project to be performed under this Contract is identified by Caltrans, Caltrans shall prepare a draft Task Order, less the cost estimate. The draft Task Order shall identify (with specificity): a. The purpose or goal of the Task Order, including the duties (if any) that is identified with Caltrans WBS activity codes. b. The scope of services. c. Expected results. d. Project deliverables. e. Performance criteria or performance tests for the services (which demonstrate that the project deliverables and schedule to submit deliverables satisfy the purpose or goal of the Task Order). f. Period of performance, the Task Order term, dates of service or project schedule, and/or due dates. g. Any milestone or tollgate deliverables (including, but not limited to, any deliverables that shall be delivered and accepted prior to subsequent work being performed). h. Sufficient data to tie the Task Order to the Contract (including contract number, name of the Caltrans Contract Manager, and name of Requester). The draft Task Order shall be delivered to the Consultant for review. The Task Order shall identify the Caltrans Project Manager.

3.

2/5/2014 2:33 PM

The Consultant shall return the draft Task Order to the Caltrans Contract Manager within three (3) calendar days unless the time frame is extended by the Caltrans

p. 40

State of California

Bid 08A2347

RFQ Number 08A2347 Page 32 of 34 Attachment 1 Contract Manager. The draft Task Order returned to Caltrans shall clarify deliverables, expected results, and project schedule, and it shall also contain a cost estimate including, at a minimum, the names of the individuals proposed for work on this task, the individuals’ classifications, the duties the individual shall perform along with the Caltrans activity codes (WBS) for such duties, a written estimate of the number of hours per staff person under each duty or activity, any anticipated reimbursable expenses, an estimate of DBE utilization under this task, and total dollar amount shall be based on rates in Attachment 2, Cost Proposal of the Contract. 4.

The cost estimate shall be in the format prescribed in the draft Task Order. The Consultant agrees that each cost estimate shall be the product of a good faith effort exercise of engineering judgment. Provided agreement is reached on the negotiable items, both Caltrans and the Consultant shall sign the finalized Task Order. If Caltrans and Consultant are unable to reach agreement, Caltrans may terminate the Contract. No payment shall be due or made for any work performed on an unsigned Task Order, and Caltrans shall not pay for any work described on the unsigned Task Order.

5.

Other information may be included at the request of the Caltrans Contract Manager.

6.

Caltrans shall provide to the Consultant electronic templates of Task Order formats and required boilerplate language.

7.

All personnel to be used in the Task Order shall be among those identified in the Consultant's Cost Proposals.

8.

At the Caltrans Contract Manager’s direction, the Caltrans Task Order Manager shall assist the Caltrans Contract Manager in monitoring and verification of Consultant’s performance and deliverables. The Caltrans Contract Manager shall have the ultimate responsibility and authority to verify Consultant’s performance cost, schedule and deliverable.

9.

The following shall apply to negotiated Task Orders: a.

The Consultant employee’s headquarters and/or primary residence as defined in the Caltrans Travel Guide shall be identified in the Task Order for travel purposes or for the purpose of determining appropriate travel reimbursement. The Caltrans Contract Manager’s prior written approval is required for all domestic or international travel.

2/5/2014 2:33 PM

p. 41

State of California

Bid 08A2347

RFQ Number 08A2347 Page 33 of 34 Attachment 1

U.

Conflict of Interest 1.

The Consultant, subconsultant, or any of their subsidiaries, who employ any Project Manager provided under the contract, shall not provide other A&E services for the specific project managed by that Project Manager. Neither the Consultant, any subconsultants, nor their subsidiaries shall submit construction bids on any project where the Consultant, any subconsultant or their subsidiaries acted in the role of Project Manager. In addition, throughout the term of the Contract, the Project Manager and the Consultant must disclose any financial or business interest the Project Manager, Consultant, any subconsultants, or their subsidiaries may have: 1) for projects listed in the Scope of Work, or, 2) prior to project assignment(s) if it was not disclosed in the SOQ, only if previously and reasonably unknown.

2.

Conflict in performing the work shall be resolved as follows: a. For Task Orders in which the Consultant cannot perform the work free of conflict of interest as defined in this Contract, the Consultant agrees that Caltrans may obtain these services from another qualified Consultant or in any other manner permitted by law. b. Caltrans may require the Consultant to perform work as described herein but located outside the geographic limits of this Contract when the consultant contractor for another Caltrans District cannot perform the work free of conflict of interest. For such work, Caltrans will select a consultant to perform the same work by assignment of a Task Order in the following order of priority: i.

The consultant contract covers the same District, but not the same geographic area as this Contract;

ii.

The consultant contract covers the closest area geographically to the geographic jurisdiction of this Contract;

iii.

The consultant contract covers the next closest area geographically to the geographic jurisdiction of this Contract; and so on.

c. Should the consultant for priority number 1 not exist or be unable to perform the work free of conflict of interest, then Caltrans shall select the consultant for priority number 2 to perform the work, and so on.

2/5/2014 2:33 PM

p. 42

State of California

Bid 08A2347

RFQ Number 08A2347 Page 34 of 34 Attachment 1

V.

2/5/2014 2:33 PM

Licenses and Permits 1.

The Consultant shall be an individual or firm licensed to do business in California and shall obtain at its expense all license(s) and permit(s) required by law for accomplishing any work required in connection with this Contract.

2.

If the Consultant is located within the State of California, a business license from the city/county of the Consultants headquarter is necessary however, if the Consultant is a corporation, a copy of the incorporation documents/letter from the Secretary of State’s Office can be submitted.

3.

In the event, any license(s) or permit(s) expire at any time during the term of this Contract, the Consultant agrees to provide Caltrans with a copy of the renewed license(s) or permit(s) within 30 days following the expiration date. In the event the Consultant fails to keep in effect at all times all required license(s) and permit(s), Caltrans may, in addition to any other remedies it may have, terminate this Contract upon occurrence of such event, per Exhibit D, Section III, Termination.

p. 43

State of California

STATE OF CALIFORNIA-------BUSINESS, TRANSPORTATION AND HOUSING AGENCY

Bid 08A2347

EDMUND G. BROWN Jr., Governor

DEPARTMENT OF TRANSPORTATION ADMINISTRATION DIVISION OF PROCUREMENT AND CONTRACTS MS-65 1727 30th STREET SACRAMENTO, CA 95816-7006 PHONE (916) 227-6000 FAX (916) 227-6155 TTY (800) 735-0193 or (916) 227-2857 INTERNET http://caltrans-opac.ca.gov

Flex your power! Be energy efficient!

February 5, 2014 ADDENDUM NO. 1 REQUEST FOR QUALIFICATIONS (RFQ) NOTICE NUMBER 08A2347 Program/Project Management Support Services in San Bernardino County The purpose of this addendum is to transmit changes to the RFQ and to the Statement of Qualifications Submittal Instructions and General Contract Process Information, and to answer a prospective proposer’s question.

RFQ Number 08A2347, Section I., General Information, Paragraphs D., E., F., and G., has been revised to read as follows:

D. Interviews will be held in San Bernardino on March 24, 2014 April 2, 2014. Confirmation letters will be sent to those firms short-listed. E. The top-ranked firm will be required to submit the documentation for cost negotiations outlined in “Documents Required Prior to Cost Negotiation Meeting” by April 1, 2014 April 9, 2014. The top-ranked firm will be notified of the date, time, and location of the cost negotiation meeting. The notification will also include contact information regarding submittal of documents required prior to the cost negotiation meeting. If the top-ranked firm does not submit the documentation by the requested timeframe, Caltrans has the discretion to discontinue the selection process with the top-ranked firm. F. Negotiations will be held with the top-ranked firm in San Bernardino during the week of April 7, 2014 April 14, 2014. G. The scheduled date to complete cost negotiations and submit final cost proposal is May 1, 2014 May 9, 2014.

2/5/2014 2:33 PM

p. 44

State of California

Bid 08A2347

RFQ Number 08A2347 Addendum 1 February 5, 2014 Page 2

Question: On Page 3 of the Statement of Qualifications Submittal Instructions and General Contract Process Information it states in Section F that a "Verification Memo" signed by the Project Owner for each example project identified is to be included. What information is required to be included in this "Verification Memo" and does this Memo have a specific format? Is this Memo in addition to the Consultant Reference Check form required on Page 4? Answer: The information required in the "Verification Memo can be found in The Statement of Qualifications Submittal Instructions and General Contract Process Information, Item 1., B., Section 2., Part One, Section F., second bullet, which has been revised to read as follows: o Verification memo signed by the Project Owner for each example project identified in this section. Include in the verification memo the roles and responsibilities that are detailed in the Example Projects for the proposed team. There is no specific format for the Verification Memo and the memo is required in addition to the Architectural & Engineering Consultant Reference Check form. All other terms and conditions of the original RFQ Notice and the Statement of Qualifications Submittal Instructions and General Contract Process Information are unchanged. Please post all questions concerning RFQ 08A2347 at BidSync.com.

Patricia Nichols Contract Analyst (916) 227-6067

2/5/2014 2:33 PM

p. 45

State of California

Bid 08A2347

Question and Answers for Bid #08A2347 - A&E Program/Project Management Support Services in San Bernardino County

OVERALL BID QUESTIONS There are no questions associated with this bid.   If you would like to submit a question,  please click on the "Create New Question" button below.

Question Deadline: Feb 13, 2014 5:00:00 PM PST

2/5/2014 2:33 PM

p. 46