July 19, 2021 RFQ Number 59A1151 Page 1 of 6

STATE OF DEPARTMENT OF TRANSPORTATION

REQUEST FOR QUALIFICATIONS NOTICE

NUMBER 59A1151

Read carefully as the following revisions have been made to this document:  On 08/03/20, in the Note section: removed the 10 days.  On 08/03/20 Section IV – Submittal of Statement of Qualifications (SOQ) revised to accept electronic SOQs only

Note: Questions concerning this Request for Qualifications (RFQ) must be submitted in writing to the attention of Patricia Nichols at [email protected]. Questions must be received no later than seven (7) business days after the RFQ advertisement. Consultants contacting the District or Division directly seeking information about this RFQ will be disqualified from consideration in the selection process.

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 thirteen percent (13%). See section I.H. in this RFQ for requirements. I. GENERAL INFORMATION

A. Caltrans is soliciting Statements of Qualifications (SOQs) from qualified firms that may lead to the award of a contract for A&E On-Call Structure Construction Engineering and Inspection Services. In submitting your 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, new emerging firms, and other businesses covered by State and Federal programs.

B. The estimated contract amount is $21,600,000.00 - $35,100,000.00.

July 19, 2021 RFQ Number 59A1151 Page 2 of 6

C. The estimated contract term is 3 years.

D. Interviews will be held via WebEx on September 1, 2021. Confirmation letters will be sent to those firms short-listed.

E. The most highly qualified consulting firm will be required to submit an electronic copy of the financial documents listed on the appropriate Financial Documents Submittal Checklist available on the AE Contract Information website. The most highly qualified consulting firm will be notified of their selection and receive instructions for the electronic submission of the financial documents.

The most highly qualified consulting firm must submit a complete financial documents package no later than four (4) days after notification of selection. The prime consultant must submit the complete financial documents package in order for Caltrans to have the information necessary to engage in negotiations. The prime consultant is solely responsible for timely and complete submission of financial documents on behalf of the entire proposed team; financial documents will not be accepted from proposed subconsultant firms. Failure to submit a complete financial documents package by the specified due date may result in termination of negotiations with the most highly qualified consulting firm.

F. Negotiations will be held with the top-ranked firm by teleconference/WebEx during the week of September 6, 2021. The fee for profit shall be 10 percent, and the escalation shall be as follows:

Period Escalation 7/19/21 – 6/30/22 0% 7/1/22 – 6/30/23 1.5% 7/1/23 – 6/30/24 3.0% 7/1/24 – 8/31/24 3.0% Notes: 1. Partial year will only occur on the last year of the contract term. All other periods are full years. 2. Increases to the loaded billing rates after contract execution is not authorized for any reason per Article IV, Section 17 and Article XVI, Section 6 of the California Constitution.

G. The scheduled date to complete cost negotiations and submit final cost proposal is October 14, 2021.

July 19, 2021 RFQ Number 59A1151 Page 3 of 6

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." To ensure equal participation for 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 thirteen percent (13%). 2. Only participation by certified DBEs will count toward the contract goal for this solicitation. In order to count toward a contract goal, a firm must be certified as a DBE by the California Unified Certification Program (CUCP) and possess the work codes applicable to the type of work the firm will perform on the Agreement by the SOQ submittal due date. Work codes are provided by the Office of Civil Rights website. 3. It is the proposer’s responsibility to verity that the DBE firm is certified as a DBE by the specified SOQ submittal due date and time. The list of DBEs certified by the CUCP are located on the Office of Civil Rights website. 4. A DBE must perform a commercially useful function (CUF) for the type of work it will perform on the Agreement as provided in 49 CFR 26.55(c)(1)-(4). A DBE performs a CUF when it is responsible for the execution of a distinct element of the work of the Agreement and is carrying out its responsibilities by actually performing, managing, and supervising the work involved.

5. See “Statement of Qualifications Submittal Instructions and General Contract Process Information-Current Process” 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.

I. Federal and/or State prevailing wage rates may apply. This requirement, if applicable, will be specified in the draft Agreement. See SOQ Submittal Instructions, Section I., H. regarding the California Department of Industrial Relations (DIR) Consultant/Contractor Registration Program on the AE Contract Information website.

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. July 19, 2021 RFQ Number 59A1151 Page 4 of 6

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 on the AE Contract Information website.

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. 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 AE Contract Information website. 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. July 19, 2021 RFQ Number 59A1151 Page 5 of 6

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-Current Process document (Section V. Post Government Employment Restrictions and Section VI. Conflict of Interest Concerning Consultant(s)) found on the AE Contract Information website. The State and Federal contract boilerplates on DPAC’s website also contain information on conflict of interest issues (Exhibit D) and can be found on the AE Contract Information website.

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.

IV. SUBMISSION OF STATEMENTS OF QUALIFICATIONS (SOQs)

A. IMPORTANT: Download “Statement of Qualifications Submittal Instructions and General Contract Process Information-Current Process” from the AE Contract Information website. Failure to follow these instructions may result in rejection of your SOQs.

B. SOQ Package Submittal Instructions

Read instructions below carefully. You will be required to submit an electronic SOQ file to Sacramento.

1. The electronic submission of a single unprotected (i.e. not password protected) PDF file of the SOQ is required. The electronic submittal will be accepted until 3:00 p.m. on August 18, 2021. Hard copies of the SOQs are NOT required. Fax copies or copies transmitted by email will not be allowed.

2. You will be required to create a Novell Filr account with Caltrans. Send an email message to the Contract Analyst, Patricia Nichols, at [email protected] containing the information listed below for a link and instructions to complete the self-registration page and submit the SOQ electronically.

 Your firm’s name  Your email address  The solicitation number for which you would like to submit a SOQ July 19, 2021 RFQ Number 59A1151 Page 6 of 6

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

3. SOQ submittals will be considered non-responsive if the electronic submittal is not received by the date and time specified in this RFQ.

C. Request for RFQ Copies

Copies of this RFQ may be obtained on the CaleProcure website.

Agreement Number 59A1151 Attachment 1 Page 1 of 53

SCOPE OF WORK/DELIVERABLES

Construction Inspection Services in District 4 for Caltrans, Division of Engineering Services, Office of Structure Construction (District 59)

On-Call Contract

FOR STRUCTURE CONSTRUCTION ENGINEERING AND INSPECTION SERVICES.

A. Purpose of Work.

The Consultant must perform structure construction engineering and inspection services, as may be required on an as-needed basis, to support the Department of Transportation (Caltrans), Division of Engineering Services, Office of Structure Construction with structure construction engineering and inspection on Caltrans transportation facilities in District 4. The Caltrans Contract Manager will assign specific work to the Consultant through the issuance of Task Orders describing in detail the services to be performed. The Consultant must only perform work assigned in an authorized Task Order.

This contract does not guarantee that any Task Order will be issued. The Consultant must provide professional and technical engineering services required to perform structure construction inspection services including, but not limited to, assembling a distinct team embodying the necessary qualifications and experience, and must provide appropriate equipment such as vehicles, personal computers, cell phone, camera, tools, and personal protective equipment and safety devices to perform this work. Team members are to be qualified engineers and technicians experienced in a wide variety of structure construction engineering, field inspection, field material testing, surveying, field engineering, contract administration and other related duties as described below and as directed by the Caltrans Contract Manager

1. Exclusion of Work.

All district construction services including, but not limited to, roadway construction, are specifically excluded from the scope of this contract.

All projects in District 4 where these services are already being provided under existing contract 59A1036, or any other contract allowable by law or as provided for elsewhere herein.

Agreement Number 59A1151 Attachment 1 Page 2 of 53

B. Location of Work.

The services must be performed in support of the development and construction for projects located within the jurisdiction of Caltrans District 4. Occasionally, it may become necessary for a project to extend into another Caltrans District adjoining District 4. In such instances, the project work shall not extend more than a 10-mile radius from the boundaries of Caltrans District 4.

C. Required Services.

1. Pursuant to an authorized Task Order, the Consultant must provide structure construction inspection services within the geographical jurisdiction of this contract set forth in “Location of Work” Section, 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 federal, state, and local statutes, laws, codes, regulations, policies, procedures, ordinances, standards, specifications, performance standards, and guidelines, applicable to the consultant's services and work product.

Typical duties performed by Consultant personnel pursuant to a Task Order can include, but not be limited to, the following: a. Ensure compliance with the construction contract requirements (as supplemented by shop drawings prepared by the Construction Contractor) including the verification of field dimensions, vertical and horizontal field control for structures.

b. Prepare Daily Assistant Resident Engineer and Extra Work Diaries per the directions in the Construction Manual.

c. Review submittals including shop drawings, product data, samples, test samples, quality control plans, work plans, material sources, test data, test results, and evaluation reports, as required by the contract and/or submitted by the Construction Contractor. These shop drawings may include, but are not limited to, stress sheets, anchor bolt layouts, shop details, overhead sign structures, fabrication and erection plans, demolition plans, equipment lists, cofferdams, falsework, temporary support systems, cast-in-drilled hole pile placement and mitigation, haul bridges, form-work, and for other temporary work and methods of construction the Construction Contractor proposes to

Agreement Number 59A1151 Attachment 1 Page 3 of 53

use. Review Construction Contractor’s submitted Requests For Information (RFI) and recommend sound engineering solutions in a timely manner. d. Ensure compliance with applicable regulations controlling the work being inspected including California Division of Occupational Safety and Health (Cal/OSHA), Storm Water Pollution Prevention Plans (SWPPP), and other applicable regulations. e. Maintain an awareness of safety and health requirements and enforce applicable regulations and contract provisions for the protection of the public and project personnel. f. Perform calculations (stress and deflection) of temporary structures as used in the construction of bridges (falsework, temporary shoring, working platforms, temporary supports). g. Take samples and perform field-controlled tests of construction materials for quality assurance in accordance with California Test Methods (CTMs) and/or American Society for Testing Materials (ASTM) and/or American Concrete Institute (ACI) procedures. h. Obtain and maintain certification with applicable CTMs, ASTMs and/or ACI procedures as required. i. Record and file necessary documents pertaining to construction progress including Daily Assistant Resident Engineer diaries, monthly pay estimates, job expenditures, field measurements, and test data. j. Identify actual and potential problems associated with the construction project work and recommend sound engineering solutions in a timely manner. k. Prepare construction contract progress and final payment quantity documents. l. Assist in the preparation of change orders, contract pay estimates, and other documents, such as responses to Construction Contractor’s claims, reports and letters related to the construction of large civil engineering projects. m. Prepare calculations, records, reports and correspondence related to project activities, change orders, and claims issues. n. Assist in the preparation of final as-built plans and reports.

Agreement Number 59A1151 Attachment 1 Page 4 of 53

2. Provided in Section 4 below is a list of proposed Caltrans projects; Division of Engineering Services, Structure Construction, Districts 1, 2, & 3N, however, this list is not exclusive and it does not constitute a commitment that the projects will be initiated or completed or work assigned to the Consultant. Caltrans reserves the right to add or delete from this list of projects that are within the geographical jurisdiction of this contract set forth in “Location of Work” Section within the Division of Engineering Services, Structure Construction jurisdiction.

Caltrans intends to utilize this contract to complete a specific piece of work as long as it is located within the geographical jurisdiction of this contract set forth in the “Location of Work” for each of the projects listed in this contract utilizing the services described in this Scope of Work (SOW) and as described in a Task Order. In the future, Caltrans may find it necessary to create a separate contract (or contracts) that involves a specific project listed in this contract and includes part of the work contained in this contract. Caltrans reserves the right to procure Architectural and Engineering (A&E) services involving the listed projects or unlisted projects (within the geographical jurisdiction of this contract set forth in “Location of Work” Section) involving in whole or in part the same work using a project-specific agreement if the schedule to complete performance of the specific project extends beyond the term of this contract or the cost to complete the specific project exceeds the dollar balance remaining in the contract after accounting for amounts due to the consultant for work previously performed and for work that is scheduled to be performed in executed Task Orders.

Should a project-specific agreement be procured under these provisions, the parties mutually agree that, in accordance with Exhibit D, Section III, Termination of this Contract, Caltrans must terminate for convenience the portion of the contract that includes the common scope of work identified in the project-specific agreement per Exhibit D, Section III, Termination of this Contract. Such partial termination for convenience must be processed by amendment to this contract. Unless otherwise required by law, regulation, or Caltrans policy or procedure, the consultant may compete for these project-specific contracts.

3. 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 structures construction inspection 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 contract manager or task order manager.

4. The projects that Caltrans, Division of Engineering Services, Structure Construction, District 59, plans to work on under this contract are as follows:

Agreement Number 59A1151 Attachment 1 Page 5 of 53

Project ID CO Rte PM PM Project Description

0400000129 SON 1 15.7 15.1 Scotty Creek Bridge 0400000343 SOL 84 12.2 12.1 Minor Slough Bridge (Replacement) 0400000769 NAP 29 6.7 5.6 SOSCOL- 29-Main Bridge & Two Roundabout at Rtes 221/29 0400001106 SON 101 18.5 18.5 SON 101/Hearn Ave 0400020007 SON 121 6.5 3.4 SON-121 WIDENING, RUMBLE STRIPS, & CURVE CORRECTION 0400020132 SON 101 7.1 4 Major Widening, 4 X Bridges and Sound Walls 0400020584 SOL 80 4.9 4 Redwood Pkwy 0412000074 CC 580 7.8 6.1 RSR - LOWER DECK PAINT AND BRIDGE MAINTENANCE 0412000091 CC 680 24.9 23.2 Rpl Fog Horns, Radar Beacons, & Related Elec Sys, Varlocs 0412000131 ALA 580 41.5 30.8 Rte 580 Rehab 0412000159 CC 242 1.6 0 CC 242 Pavement Rehab 0412000310 NAP 121 1 0.5 Rpl Hiuchica Creek Bridge 0412000332 SOL 80 29.3 11.2 Express Lanes; I-80 Construct New Express Lanes 0413000049 MRN 101 10.8 10.6 Rpl San Rafael Harbor Bridge, 27-0035S - ABC 0413000080 SON 12 33.3 25.8 SON 12 Bridge Scour Mitigation 0413000081 SOL 84 3 2 Real McCoy Br/Ramp Fender Sys/Ramp Replacement 0413000199 CC 4 20.1 20.1 Encroachment Permit Proj - Demo Contra Costa Canal Br (28- 0322K)

0413000213 SON 101 21.8 20.7 SON 101 JC OC 0413000251 CC 4 0 33.4 Mokelumne Trail POC 0413000350 MRN 1 28.51 28.5 Replace Lagunitas Creek Br (27-0023) - ABC 0413000433 SON 1 27 26.7 0J300 REPAIR TWO SLIDES 0414000004 CC 4 20.4 0 Upgrade Metal Beam Guardrail 0414000009 ALA 580 8 8 GREENVILLE OH REHAB 0414000017 SOL 80 34.5 1.1 Substructures Rehab & Scour Mitigations: McCune Cr and Horse CR

0414000029 SOL 80 4.4 1.8 Raise Vertical Clearance at Six Bridges w/ RW Type 1 at EA Location.

0414000097 NAP 121 7.4 7.2 Napa 5-Way Intersection 0414000106 ALA 80 8 2 Install Fiber Optic Cable (FOC) on Existing Bridges 0414000202 SON 12 38.9 35.1 CAPM 12 0414000403 MRN 1 33 22.8 MRN 1 CAPM - Pavement Preservation: HWY 1 PM 22.8/31.2 and 45.0/50.5

0414000476 SON 101 54.3 29.3 0J642 ROADWAY REHABILITATION 0415000016 CC 580 1.5 0.9 Replace Stege Drain Bridge 0415000075 ALA 580 46.5 30.8 TMS on ALA-580 & ALA/SJ-205

Agreement Number 59A1151 Attachment 1 Page 6 of 53

0415000078 SON 101 0.01 0.01 San Antonio Crk Br, Br. No. 20-0019 - Scour Mitigation 0415000183 ALA 80 7.6 4.5 Ala 80 Median Barrier & Lighting 0415000288 NAP 121 18.6 18.6 Capell Bridge (21-0064) Repair-Napa 121 0415000291 MRN 101 8.7 8.4 1A661 NORTH-SOUTH GREENWAY PROJECT - Hybrid Pedestrian Bridge

0415000350 MRN 131 0.8 0.8 Mrn 131 ADA Infrastructure 0415000356 ALA 13 7.2 6.7 Ala-13 Barrier Separation 0416000027 CC 24 3.5 3.5 St. Stephens - Seismic Retrofit 0416000037 NAP 29 33.1 33.1 Ritchie Cr Fish pass & Bridge Repl 0416000038 NAP 128 5.1 5.1 Hopper Slough Br. 0416000041 NAP 121 6.5 6.4 Tulucay Creek Bridge Replacement 0416000042 MRN 101 7.4 7.4 Tamalpais Drive OC Preventative Maintenance and ADA improvements (Pedestrian Structures)

0416000044 59V0 80 0 0 CC 80 Lights and Median Barrier 4 0416000096 MRN 101 11.3 11.3 Irwn Cr Br Rehab Culvert 0416000098 SON 12 17.4 11 SON 12 CAPM 0416000111 NAP 29 19 16.5 ADA Compliance -Rail Replacement-on SR 29 0416000141 MRN 101 13.7 13.7 0K800 UPGRADE PEDESTRIAN FACILITIES Hybrid Retaining Wall

0416000153 SOL 80 14.6 14.6 Suisun I-80 W/B BRIDGE SCOUR MITIGATION 0416000256 ALA 580 32.68 32.6 1K510 REPAIR / REPLACE PUMP CONTROLS AND 8 ALTERNATORS

0416000394 SON 101 19 16.5 2K240 INSTALL VERTICAL BALUSTER POSTS 0416000410 SON 116 9.6 9.6 2K360 SLIDE 0417000018 MRN 37 14.6 11.2 2K740 CAPITAL PREVENTIVE MAINTENANCE Roadway Rehabilitation

0417000030 ALA 80 5.8 5.8 CMGC - UNIVERSITY CLEARANCE PROJECT 0417000031 SOL 80 1.1 1.1 Route 80/29 Separation Replace 0417000057 ALA 580 14.4 14.4 2K950 REPLACE DISTRICT MATERIALS LAB 0417000267 SON 121 10.3 9.7 4K140 REPAIR PAVEMENT 0418000024 ALA 580 44.8 41.3 BROADWAY RICHMOND UC & POC REHAB 0418000027 CC 80 12.5 7.6 APPIAN/CUMMINGS BRIDGE RAIL UPGRADE 0418000030 MRN 1 23 0.4 0P960 BRIDGE RAIL UPGRADE AND REPLACEMENT 0418000049 SOL 80 38 11.3 0Q190 STORM WATER MITIGATION 0418000066 MRN 101 0 0 0Q270 LOCAL - Oversite: Widen Off-Ramp & Modify Intersection & Traffic Signal - Retaining Wall - Bellam Off-Ramp

0418000153 NAP 121 20.7 13.4 0Q790 REPAIR WASHOUT

Agreement Number 59A1151 Attachment 1 Page 7 of 53

0418000160 NAP 29 45 45 0Q830 REPAIR PAVEMENT CRACKING AND SINKING NAPA 29 CIDH Beam Wall

0418000223 SON 1 24.6 24.5 1Q250 BRIDGE RAIL REPLACEMENT/UPGRADE 0418000225 ALA 80 7.7 6.7 ASHBY AVE OC (REPL) 0418000244 SOL 80 12.8 11.4 CMCG (04-0A539) I80/I680 and 12 interchange 0418000297 SOL 128 0.73 0.72 04-1Q570 PUTAH CR BR#23-0099 BR RAIL 0418000310 NAP 121 10.7 4.5 1Q620 PAVEMENT PRESERVATION-CAPM-Napa 121 0418000319 SON 101 32.79 22.8 04-1Q700 BRIDGE RAIL REPLACEMENT AND UPGRADE 1 0418000401 NAP 29 42.9 38.9 2J88UE...combined EA for garnet&Garnet Branch and no name bridge

0418000410 CC VA 0 0 (HM-3) 2Q020 TREAT BRIDGE DECKS WITH R METHACRYLATE, REPLACE...

0418000412 MRN 101 22.27 1.52 2Q040 METHACRYLATE, POLYESTER CONCRETE, JOINTS - 12 Structures

0418000432 SON 37 4.1 3.9 2Q200 LANE EXTENSION - Tolay Crk Br (Widen) Br. No. 20- 0090

0419000011 SON 116 33.37 19.9 2Q420 BRIDGE RAIL UPGRADE AND REPLACEMENT 0419000013 SON 121 8.4 6.5 2Q440 Hwy 121 Arroyo Seco and Yellow Creek Bridges Rail Upgrade

0419000019 MRN 37 14.5 14.5 2Q500 HWY 37 Petaluma River Bridge Rail Upgrade, Polyester Overlay, Fender Repair

0419000027 SON 101 20.6 20.6 2Q580 TRANSPORTATION RELATED FACILITIES 0419000047 SON 116 39.27 39.2 2Q770 SAFETY IMPROVEMENT. INSTALL 7 SIGNALS/ROUNDABOUT: 116 at Stage Gulch - Barrier upgrade, bridge widening, RW

0419000068 MRN 101 27.3 20.8 26472 MARIN-SONOMA NARROWS (MSN) CONTRACT B7 0419000132 SOL 505 1.7 1.2 3Q030 IMPROVE TRAFFIC OPERATIONS AND PEDESTRIAN AND BICYCLE

0419000266 ALA 580 18.8 7.8 580 VALLEY RAIL SERVICE 0419000306 SON 1 11.2 11.2 4Q030 REPLACE FAILED 60" CMP CULVERT WITH 10'x10' PRECAST RE

0419000524 SON 116 1.13 1.13 04-4R540 REPLACE FAILED WINGWALLS AND REMOVE FALLEN WINGWALL

0420000074 CC 580 6.2 5.8 SCOFIELD - CMGC - Seismic Retrofit 0420000192 MRN 101 8.47 8.47 0W210 BRIDGE HEALTH 0420000260 CC 580 6.2 5.6 SCOFIELD - CMGC - EARLY WORK PACKAGE #1 - Soils, Casings 0420000287 ALA 80 6.6 6.4 0A771 PHASE 1: BICYCLE/PEDESTRIAN OVER-CROSSING 0420000288 ALA 80 6.7 6.4 Gilman St Interchange: PHASE 2 0421000139 CC 580 7.8 6.9 Richmond-San Rafael Br - DO - GUSSET PLATE Retrofit

Agreement Number 59A1151 Attachment 1 Page 8 of 53

0421000183 SON 128 17.56 16.8 2W330 DAMAGED DRAIN INLET AND SLIDE CAUSED BY 2021 STORM

0400000429 ALA 84 13.6 13 Alameda Creek Br (Replace). Construct 1 Retaining & 1 Soil Nail Walls.

0400000678 SM 101 0 3.6 Replace San Francisquito Bridge 0400000759 SM 101 1.2 0.7 UNIVERSITY AVE POC - City of East Palo Alto 0400001129 SM 101 6.2 6.2 CONSTRUCT PEDESTIAN UNDERPASS ( South )

0400001164 ALA 880 30.5 30.5 Rpl Lake Merritt Bridge (Relo Railroad Br) 0400020507 SF 80 8.4 7.8 YBI Ramps 0412000042 SF 80 7.6 5.6 Damper upgrade and modifications on SFOBB West Span 0412000044 SF 80 7.7 5.9 SFOBB WS Main Cable Wrap 0412000054 ALA 92 2.4 0 Repair Spalled Concrete Columns and Spandrel Beams … 0412000088 SM 92 18.8 14.4 3G488 PAINT BRIDGE STRUCTURES, INCLUDING THE TRUSS, DECK SUP

0412000141 SF 101 2.6 2 Deck Replacement - Alemany Circle Undercrossing 0412000161 SM 280 6.7 10.5 DRAINAGE CULVERT REHABILITATION 0412000409 SCL 9 4.9 4.9 SCL 9 Bridge replacement 0413000058 ALA 880 10.7 10.7 Crandall Creek Bridge Seismic Retrofit (Br #33-0273) 0413000094 SCL 101 50.5 50.5 POC at Adobe Creek 0413000097 ALA 238 R14.5 R14. Bridge Preservation (33-0524F, 33-0540G, & 33-0066), SR-238 8 58 & I-580

0413000204 SCL 101 45 45 SCL Modify Interchange: N.S. 0413000209 SM 101 11.2 11 East Hillsdale Blvd B/POC, Alt A & B 0413000212 SM 101 21.7 20.7 US101 / Produce Ave Interchange 0413000324 ALA 80 3.8 0.5 SFOBB Gateway Park Bicycle/Pedestrian Connection 0414000010 ALA 880 12.3 11.3 Patterson Slough Bridge Deck Rehab 0414000012 ALA 84 17.2 17.2 Replace Bridge at Arroyo De La Laguna 0414000013 SCL 101 0 0 Upg Bridge Rails - 8 Bridges Total in Rtes 101 & 237 0414000019 ALA 680 21.9 12.4 REHABILITATE PAVEMENT - Rpl App/Dep Slabs, 14 Bridges 0414000032 SM 101 6 5.1 Route 101/84 (Modify) (5 bridges, 12 MSE, 2 Ground Anchor, 4 CDSM)

0414000039 ALA 84 18 10.8 Alameda Creek Br OH (33-0034) - Bridge Rail Replacement... 0414000067 SCL 152 28.7 22.4 SCL 152 Median Barrier 0414000250 ALA 013 0 0 High Friction Surface Treatment 0414000404 SCL 17 13.9 2.8 SCL 17 CAPM 0414000488 ALA 880 14.6 14.6 ALA-880 WIM 0415000004 SM 101 7.1 7.1 Rpl Cordilleras Creek Bridge (35-0019) 0415000005 ALA 880 27.23 27.2 Rehab East Creek Slough Br Sub-structure (33-0143) 3

Agreement Number 59A1151 Attachment 1 Page 9 of 53

0415000010 SM 101 23.39 0.88 Bridge Rail Replacement, 8 Total 0415000014 SM VA 0 0 Scour Protection at Br. #35-0139L/R; place RSP at Br. #35-0166 R

0415000017 SCL VA 0 0 Sub Structure Rehab & Scour Mitigation - 5 Bridges Var Locs R 0415000040 ALA 680 15.3 10.3 ROUTE 84 WIDENING (4-LANE EXPRESSWAY) FROM I-680 TO PIGEON PASS

0415000131 SCL 280 20.6 11.5 SCL-SM-280 CAPM 0415000236 SM 101 8.6 8.1 Route 101 Holly Street Interchange Modification 0415000237 SM 101 8.1 8.6 SM-101-Holly Street POC 0415000245 SCL 101 0.8 0.8 4J030 REPAIR WASHOUT AND DRAINAGE 0415000338 SCL 280 17.8 2.78 Seismic Restoration Arastradero Rd UC & Bird Ave OC 0415000340 SF 101 4.24 0 Mitigate wet pavement 0415000365 ALA 880 27.32 27.1 Outer Separation Concrete Barrier Installation 0416000005 ALA 84 3.06 0.73 Install Outer Separation Barriers 0416000010 SCL 87 6.1 0 SCL-87 Pavement 2R 0416000011 SCL 101 16 0 SCL 101 Rehab_ Dunne Lane to SB County Line 0416000028 SM 280 21.97 0.01 SM-280 Seismic at 4 Br.s 0416000029 SM 1 14 14 SM-1 Pescadero Crk. Br. rails 0416000091 ALA 580 35 35 Bridge Rehab 0416000124 SM 82 19.8 19.8 0K670 CONSTRUCT SOLDIER PILE WALL 0416000224 SCL 101 28.9 28.4 1K280 IMPROVE TRAFFIC OPERATIONS 0416000226 SCL 280 8.6 8.1 1K300 IMPROVE TRAFFIC OPERATIONS 0416000339 59V0 VA 0 0 1K990 CALTRAIN PENINSULA CORRIDOR ELECTRIFICATION 4 R PROJECT

0416000373 SCL 17 3.4 3.4 2K140 RUMBLE STRIPS, LIGHTING, BEACONS & STRIPING 0416000378 ALA VA 0 0 2K170 RETROFIT BALUSTER RAILINGS R 0416000380 SF 101 2.84 2 2K190 RETROFIT BALUSTER RAILINGS 0416000455 SM 84 27 27 Facebook POC 0416000480 SM 84 6 6 2K640 CONSTRUCT SOLDIER PILE WALL 0417000035 ALA 880 30.2 R33. 2K820 REDUCE THE FREQUENCY AND DURATION OF THE 6 HWY WORKERS'

0417000154 ALA 680 12.4 2.3 4G056 PAVEMENT REHABILITATION AND EXPRESS LANE … 0417000227 SM 101 6.2 6.2 3K970 US 101 PEDESTRIAN UC at Redwood Creek 0417000229 SCL VA 0 0 1K551 CONVERT HOV LANES TO EXPRESS LANES R 0417000246 SM 1 31.6 31.6 4K040 ENHANCE LOCAL PEDESTRIAN AND BICYCLE ACCESS 0417000260 SF 1 6.9 0 4K110 REHABILITATE ROADWAY 0417000382 SCL 87 0 0 04-4K970 SCL 87 City of SJ Replace 4 DMS

Agreement Number 59A1151 Attachment 1 Page 10 of 53

0418000026 ALA 680 6.6 6.4 0P920 BRIDGE PRESERVATION (Deck on Deck, NB & SB 680 at Mission San Jose)

0418000032 SCL 82 26.36 11.3 0P980 BRIDGE RAIL UPGRADE AND REPLACEMENT 8 0418000036 SF 101 5.1 4.1 0Q020 BRIDGE PRESERVATION 0418000045 SF 280 7.5 7.5 0Q120 CAPITAL PREVENTIVE MAINTENANCE 0418000046 SM 82 25.15 20.8 0Q140 ROADWAY REHABILITATION 0418000069 ALA 680 21.9 10.6 0Q300 ADD HOV/EXPRESS LANES 0418000107 SM 84 7.8 7.8 0Q480 CONSTRUCT SOLDIER BEAM & LAGGING WALL 0418000123 SM 1 38.31 36.4 0Q610 SAFETY IMPROVEMENT 9 0418000290 SCL 880 1.8 1.7 1Q520 BRIDGE RAIL UPGRADE AND REPLACEMENT 0418000311 SM 280 25.26 25.2 1Q640 BRIDGE REPLACEMENT/NEW BRIDGE 6 0418000399 ALA VA 0 0 2Q000 TREAT BRIDGE DECK WITH METHACRYLATE, R REPLACE JOINT...

0418000413 SCL VA 0 0 2Q050 TREAT BRIDGE DECK WITH METHACRYLATE, R REPLACE JOINT...

0418000414 SCL VA 0 0 2Q060 TREAT BRIDGE DECK WITH METHACRYLATE, R REPLACE JOINT...

0418000416 SM 1 47.03 17.9 2Q080 TREAT RC APPROACH SLAB WITH METHACRYLATE, REPLACE...

0419000015 SF 101 0.77 0.77 2Q460 BRIDGE RAIL UPGRADE AND REPLACEMENT 0419000044 59V0 VA 0 0 2Q740 TRANSPORTATION MANAGEMENT SYSTEMS. 4 R INSTALL TOS/RM AND

0419000050 SM 101 12.1 10.9 2Q800 IMPROVE TRAFFIC FLOW, SAFETY AND INCREASE MOBILITY

0419000110 59V0 VA 0 0 2Q970 IMPROVE TRAFFIC OPERATIONS 4 R 0419000153 SF 80 8.1 7.6 3A641 YBI EB OFF RAMP - SOUTHGATE RD REALIGNMENT 0419000271 ALA 980 1.9 1.8 3Q840 INSTALL BART STATION 0419000293 SF 101 5.1 4.1 2J801 PAINT SUPERSTRUCTURE STEEL MEMBERS 0419000294 SF 80 5 3.8 2J802 PAINT SUPERSTRUCTURE STEEL MEMBERS 0419000313 SCL/ 101 50.6, 52.6, 1J569 THE PROJECT WILL PROVIDE A CONTINUOUS SM 0.0 21.8 MANAGED LANE…

0420000158 SCL 9 11.33 11.1 0W010 LOS GATOS CREEK TRAIL TO HWY 9 TRAILHEAD 9 CONNECTOR PRO

0420000246 SF 101 4.4 4.4 0W490 CONSTRUCT STORM WATER CONVEYANCE TUNNEL BELOW CENTRAL

Agreement Number 59A1151 Attachment 1 Page 11 of 53

This list is not an exclusive list of projects. A wide range of tasks associated with Services may be expected. The Consultant must perform and have the expertise, capability, and equipment necessary to perform this Scope of Work

5. At the sole discretion of Caltrans, the Consultant may have to provide the required services on safety projects, emergency projects, emergency storm damage projects, or other current/future transportation projects, including minor projects not listed above, except for those specially excluded above, within the geographical jurisdiction of this contract set forth in “Location of Work” Section. However, the dollar value of the services not listed in this Contract shall not exceed 10% of the total value of services that are listed and performed in this Contract.

6. The potential 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, purpose, expected results, project deliverables, period of performance, project schedule, and SOW to be performed shall be described in each Task Order.

7. Consultant must 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 an expert is required. c. To participate in any public hearings necessary for a project. d. To provide technical expertise on an “as-needed” basis.

8. Maintaining a stable work force is essential to the successful completion of Caltrans, Division of Engineering Services, Structure Construction, Districts 1, 2, and 3N work. The Consultant must implement a personnel retention plan strategy and must submit a written plan with the Statement of Qualification submittal.

9. The Consultant may be expected to spend time for extended assignments to perform support functions at Caltrans offices. Caltrans may provide the office space at various Caltrans (field) offices, such as trailers, assigned as "home base", when required by a 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, must include the Field Office Indirect Cost Rate (FOICR) in its cost proposals and use the FOICR in billing Caltrans for those personnel utilizing Caltrans’ (field) office facilities. If the Consultant, including its subconsultants, does not currently have a FOICR, it will develop and use a FOICR to reflect an equitable distribution of allowable costs to the contract (as specified in 48 CFR

Agreement Number 59A1151 Attachment 1 Page 12 of 53

31.203(f)). The Consultant shall be working on-site in the Caltrans Facilities during Caltrans building business hours which may reasonable vary subject to the needs of each specific project.

10. The Consultant must periodically submit progress reports and meeting with the Caltrans Contract Manager and/or Task Order Manager.

When applicable, progress reports must indicate an estimated percentage of work completed and a corresponding estimate of budget spent to date for work deliverables. Estimate of work completion and budget spent must be for the same time period. a. The Consultant Contract Manager must meet with the Caltrans Contract Manager as needed to discuss progress on the contract. b. Progress reports must include the total number of hours worked by the Consultant and subconsultants’ personnel by use of the Department of Transportation’s WBS level element(s). The monthly project reports must generate and deliver the information given below: i. Field Personnel Assignment Summary Task Order (TO) budget Status ii. Monthly Narrative report iii. Current Fiscal Year Monthly questionnaire iv. Task Order Billing report v. Current Fiscal Year Monthly Cost for EAs vi. Area Construction Manager (ACM) graphic report for Capital outlay Task Order vii. Reports for maintenance Task Order & Summary viii. DBE utilization rate on monthly and cumulative basis.

D. Workplan Standards Guide Codes.

Task Orders are based on the Caltrans Work plan Standards Guide (WSG). The latest WSG is found in the Guide to Project Delivery Work plan Standards Guide, which is available from the 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. The WGS references WBS categories which present the potential and related work activities that the Consultant may be required to perform. All revisions to the current version of the WBS shall apply during the life of this contract.

The WBS activities below applicable to this contract are limited to those set forth below:

100.20 Project Management

Agreement Number 59A1151 Attachment 1 Page 13 of 53

275 Construction Engineering and General Contract Administration of Structures Work 280 Administration of Permits, Licenses, Agreements, or Certifications (PLACS) and Environmental Stewardship 285 Prepare and Administrate contract change orders 290* Resolve contract claims 295 Accept contract, prepare final construction estimate, and prepare final report *Provide only engineering support. Caltrans has a separate contract for contract claim resolution services. The most current version of the standard Caltrans’ WSG is available on the Internet at: http://www.dot.ca.gov/manuals

The Consultant must not work on any projects that are in the planning phase (K-Phase) and the consultant will not be reimbursed for any work performed during this phase of a project.

E. General Personnel Requirements.

1. The Consultant’s personnel must be capable, competent, and experienced in performing the types of work in this contract with minimal instruction. Personnel skill level should match the specific job classifications, as set forth herein or in the consultant’s cost proposal, Attachment 2 and task complexity. The consultant’s personnel must be knowledgeable about, and comply with, all applicable federal, state, and local laws and regulations.

2. The Consultant is required to submit a written request and obtain the Caltrans Contract manager’s prior written approval for any substitutions, additions, alterations, 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. The substitute personnel must have the same job classification, as set forth herein or in the consultant’s cost proposal, Attachment 2, 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. The substitute personnel must have significant experience in the work involving a similar transportation facility for at a minimum two (2) previous projects, unless otherwise approved by the Caltrans contract manager.

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

Agreement Number 59A1151 Attachment 1 Page 14 of 53

4. The consultant’s personnel must typically be assigned to and remain on specific Caltrans projects/deliverables until completion and acceptance of the project/deliverables by Caltrans. Personnel assigned by the consultant must be available at the start of a Task Order and after acceptance of the project/deliverable by Caltrans.

5. After the Caltrans Contract Manager’s approval of the consultant’s personnel proposal and finalization of a task order, the consultant may not add or substitute personnel without the Caltrans Contract Manager’s prior written approval.

6. 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, must 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 must be submitted to the Caltrans Contract Manager within one (1) week of receiving the request.

7. The Caltrans Contract Manager or Task Order Manager may interview the consultant’s personnel for the qualifications and experience. The Caltrans contract manager’s decision to select the consultant’s personnel will be binding to the consultant and its subconsultants. The consultant must provide adequate qualified personnel to be interviewed by the Caltrans Contract Manager or Task Order Manager within one (1) week of receiving the request.

8. The Caltrans contract manager will evaluate the adequacy (quality and quantity) of the work performed by the Consultant’s personnel and determining whether the deliverables satisfy the acceptance tests and criteria. The Caltrans contract manager consulting with the Caltrans Task Order 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 specified in a Task Order and request another qualified person be assigned as needed. The substitute personnel must 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 must receive prior written approval from the Caltrans contract manager. Invoices with charges for personnel not pre-approved by the Caltrans contract manager for work on the contract and for each Task Order must not be reimbursed.

9. The consultant must not remove or replace any existing personnel assigned to Task Orders without the prior written consent of the Caltrans contract manager. The

Agreement Number 59A1151 Attachment 1 Page 15 of 53

removal or replacement of personnel without the written approval from the Caltrans contract manager will violate the contract and may result in termination of the contract per Exhibit D, Section III, Termination of the Contract.

10. Due to the continuous nature of construction projects, prior approval by Caltrans Contract Manager or designee is required for consultant staff vacation requests. When assigned consultant personnel is on approved leave and required by the Caltrans contract manager, the consultant contract manager must provide a substitute employee until the assigned employee returns to work from the approved leave. The substitute personnel must have the same job classification, as set forth herein or in the consultant’s cost proposal, Attachment 2, 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 must receive prior written approval from the Caltrans contract manager to work on this contract.

11. Other project personnel not identified on the consultant’s cost proposal, including, but not limited to, field and laboratory technicians, must 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 before providing services under this contract.

12. The consultant is responsible to provide fully trained personnel to efficiently perform the work. The consultant’s personnel may be asked to attend certain special training if recommended by the Caltrans contract manager. On such occasions, with the approval of the Caltrans contract manager, Caltrans will compensate the consultant for the consultant’s actual cost for time spent in training only. All other costs, fees, and expenses associated with the training, including any transportation costs and training fees, must be the consultant’s responsibility. In addition, services to train the Caltrans personnel must not be provided by the consultant under this contract.

13. In location(s) where the consultant personnel are expected to work for extended period(s) of time, the consultant must either relocate the personnel or make every effort to hire local persons.

F. Structure Construction Inspection Personnel Requirements.

1. The consultant, including the prime consultant and all subconsultants, must throughout the life of the contract, retain within its firm, a staff of people who must 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

Agreement Number 59A1151 Attachment 1 Page 16 of 53

this contract and all work specified in a Task Order along with any emergencies that may arise during the life of this contract.

The consultant must be prepared to provide additional personnel, as necessary, during the period performance of this contract to accommodate the work.

2. Team members are to be qualified engineers and certified technical experts experienced in the inspection of structures. Team members must demonstrate experience in performing the required services and have expert capability in applicable codes. Team members shall be knowledgeable of, and comply with, all applicable local, State, and Federal regulations (including, but not limited to, 23 CFR 637.209(C)); cooperate and consult with Caltrans Staff during the course of the contract; and perform other duties as may be required to assure that work being inspected is performed in accordance with the construction contract documents.

a. All personnel must be knowledgeable of, and comply with, all applicable regulations, including but not limited to Local, Departmental, State [including Cal/OSHA] and Federal [including Federal Highway Administration (FHWA) and OSHA] regulations. Consultant personnel must cooperate and consult with Caltrans officials during the course of the contract; and perform duties as may be required to ensure that construction is being performed in accordance with the construction contract documents.

Consultant personnel may be identified by the work being performed, these identifiers may include: Structure Representative, Assistant Structure Representative, Engineering Technician.

b. The typical skills, abilities and knowledge base of the consultant personnel must include, but not be limited to, the following: i. Ability to obtain and maintain certification with applicable California Test Methods (CTMs), American Society of Testing Materials (ASTM), or American Concrete Institute (ACI) tests as required.

ii. Ability to perform calculations (stress and deflection) of temporary structures as used in the construction of bridges (falsework, temporary shoring, working platforms, temporary supports,). Knowledge and experience in design and/or construction of either temporary or permanent structures.

iii. Knowledge of stress analysis, strength, properties and uses of construction materials; mathematics as applied to civil engineering; methods, materials

Agreement Number 59A1151 Attachment 1 Page 17 of 53

and equipment used in construction and maintenance of transportation structures, and engineering surveying.

iv. Ability to use and reference the following:

- Caltrans Falsework Manual - Caltrans Trenching and Shoring Manual - Caltrans Concrete Technology Manual - Bridge Construction Records and Procedures Manual - Caltrans Foundation Manual - Caltrans Prestress Manual - Caltrans Deck Construction Manual

- The manuals listed above are available at: http://www.dot.ca.gov/hq/esc/construction/manuals/index.htm. - Caltrans Construction Manual available at www.dot.ca.gov/hq/construc/constmanual/ - Caltrans Safety Manuals available at www.dot.ca.gov/hq/opo/safety/safety manual_toc.htm - Must be proficient at a minimum in the use of Excel, MSWord, and other engineer-related computer programs and software.

vi. Knowledge of the welding, testing, fabrication, erection, and application of protective coatings for structural steel. c. Additional skills, abilities and knowledge that may be required of selected consultant personnel must include, but not be limited to, the following: i. For projects involving structural steel painting, obtain and maintain as a minimum NACE Certified Coating Inspector – Level 1 and Level 2 or The Society for Protective Coatings (SSPC), SSPC Bridge Coating Inspector (BCI) Level 2 certification. ii. As needed provide staff that have the ability to perform vibration monitoring, noise monitoring, and residential home inspections. d. Consultant personnel must be physically fit, able, and willing to work under the following situations:

i. Work in various environments (office and field construction sites), which may require standing, sitting, or climbing for prolonged periods of time.

Agreement Number 59A1151 Attachment 1 Page 18 of 53

Environment at construction sites may include loud noises, dust, chemicals, extreme weather conditions and sunlight. Weather conditions may include heat up to 120 degrees, cold as low as 15 degrees, strong winds, rain, sleet, or snow. ii. Travel extensively, as required, by motor vehicle, crew boat, or commercial transportation. iii. Work in different shifts (day, night, and graveyard shifts) as required. Working days include all days including Saturdays, Sundays, and holidays. iv. Trained to use respirators and able to work while wearing and using them. v. Must be trained in the proper use of fall protection equipment and able to work at heights. vi. Must be trained in the proper use of personal floatation devices and able to work in marine environments and on boats and floating platforms. e. The consultant’s personnel must keep records and document the progress of construction work as directed by the Caltrans Contract Manager.

3. Subject to the requirements set for in paragraph 13, the consultant must provide/appoint a consultant contract manager responsible for all matters related to the consultant’s personnel and operations, including:

a. Reviewing, monitoring, training, and providing general direction. b. Assigning consultant’s personnel to projects/sites on an as-needed basis in coordination with the Caltrans contract manager. c. Administering personnel leave, subject to the Caltrans contract manager’s concurrence. d. Overall supervision and management of consultant’s personnel. e. During the period of the contract, the consultant contract manager will commit a significant portion of his/her professional efforts to the project. However, should the construction inspection work associated with the project change significantly, the Caltrans contract manager may determine the extent to which the consultant contract manager’s services are needed and notify the consultant contract manager accordingly as to the amount of effort required from them. The consultant contract manager must cooperate with Caltrans to effectively utilize consultant’s forces to satisfactorily complete the work. The consultant contract manager, Caltrans contract manager, and Caltrans functional manager will cooperate and consult with each other as necessary for the efficient and effective assignment of consultant’s personnel.

Agreement Number 59A1151 Attachment 1 Page 19 of 53

f. Providing the necessary technical and safety training necessary for work associated with the construction of bridges in various (i.e. urban, rural, marine, desert) environments. This includes, but is not limited to, confined spaces, deep foundations, elevated platforms, and scaffolds. g. Monitor the health and safety of personnel working in a hazardous environment (i.e., blood lead levels).

4. Caltrans will provide the Consultant with at least two (2) working days advance notice if Consultant’s personnel are no longer required for the work or if reassignment of personnel is required.

5. The Caltrans functional manager will have the responsibility of determining and evaluating the quality and quantity of work performed by the consultant’s employees. If at any time the level of performance of an employee of the consultant is not satisfactory, the Caltrans contract manager will notify the consultant and the consultant’s employee must be promptly released. Any replacement employee must receive prior written approval from the Caltrans contract manager before performing any work under the contract and must meet or exceed the required qualifications for the work being performed at the same cost to Caltrans as the replaced employee. 6. The consultant contract manager must provide a replacement employee while an assigned employee is on an approved leave. The replacement employee shall meet or exceed the qualifications and experience level of the previously assigned employee at the same cost of the replaced employee. Caltrans contract manager’s pre-approval is required prior to adding any replacement employee on the contract.

7. The consultant’s typical workday(s), work shift(s), and regularly scheduled work week(s) must include working in conjunction with all of the following:  Caltrans’ construction inspection staff  Construction contractor(s)  Fabricator(s)  Material supplier(s) If ordered by Caltrans, overtime for the Consultant’s employees will be required. However, all overtime worked must be pre-approved by Caltrans functional manager. The consultant’s operations may be restricted to specific hours during the week/weeks, which shall become the normal workday(s) for the consultant’s personnel. The regular work week may include the weekday(s) Monday through Friday or any combination of regular weekdays (Monday through Friday) and weekend days (Saturday and Sunday).

Agreement Number 59A1151 Attachment 1 Page 20 of 53

8. It is anticipated that variations in the Caltrans’ construction contract activities will occur. During the contract period, the Caltrans functional manager and/or contract manager may reassign a consultant’s employee from a project or an office with low activity to assist on another project or office with high activity. The consultant contract manager will be notified at least two (2) working days prior to this reassignment.

9. All services performed under the contract must comply with Caltrans’ regulations, policies, procedures, manuals, and standards, including compliance with the FHWA, Cal/OSHA requirements, and all other applicable laws, codes, and regulations.

10. Resumes containing the qualifications and experience of the consultant’s personnel, which include existing, new, and replacement employees must be submitted to the Caltrans contract manager for review and approval before assignment of any personnel on a construction project. The review may include an interview by the Caltrans contract manager, functional manager and/or the area construction managers.

11. It is anticipated that the consultant staff may be asked from time to time to attend certain special training recommended by Caltrans functional manager. On these occasions, with the approval of the Caltrans contract manager, Caltrans will compensate the consultant for the training time only. All other costs or fees associated with the training including, but not limited to, the travel time and any transportation costs, will be the consultant’s responsibility. Consultant will make every effort to choose the most cost-effective alternatives in all endeavors, including, but not limited to, staff assignments, overtime, travel, per-diem and any reimbursable other direct cost items, without sacrificing quality.

12. All Consultant personnel assigned to work on Task Orders under this contract are required to: a. Complete security and privacy awareness training each year. b. Have current certification of Defensive Driving Training and current California Driver’s License. c. Have attended an 8 hr. Construction Safety Orientation Class prior to being assigned to work on Caltrans projects and current on annual refresher class. (See Section N Field Safety for additional requirement.)

13. Consultant Contract Manager.

The Consultant Contract Manager must coordinate work-related matters and consultant’s operations under this contract with the Caltrans Contract Manager in coordination with the Caltrans Task Order Manager.

Agreement Number 59A1151 Attachment 1 Page 21 of 53

The Consultant Contract Manager must have a minimum of five (5) years of responsible experience performing the duties as a contract manager for similar construction inspection services contracts, of which three (3) of those years must be for similar structure construction inspection services contracts. The Consultant Contract Manager must be knowledgeable about all Caltrans policies and procedures. The Consultant Contract Manager must be accessible to Caltrans at all times. The Consultant Contract Manager must be an employee of the prime consultant.

The Consultant Contract Manager must be a registered professional engineer licensed in the State of California in good standing with the California State Board for Professional Engineers, Land Surveyors, and Geologists at all times during the contract period, to perform the tasks described in this contract and in the Task Orders and must have a documented minimum ten (10) years of demonstrated experience acceptable to Caltrans.

In addition to other specified responsibilities and subject to the requirements set for in paragraph 13, the Consultant Contract Manager must be responsible for all matters related to the consultant’s personnel, subconsultants, structures construction inspection services work, and consultant’s and subconsultants’ operations including, but not limited to, the following: a. 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. b. Supervising, reviewing, monitoring, training, and directing the Consultant’s and subconsultants’ personnel. c. Assigning qualified personnel to complete the required Task Order work as specified on an “as-needed” basis in coordination with the Caltrans contract manager and Caltrans Task Order Manager. d. Administering personnel actions for Consultant personnel and ensuring appropriate actions taken for subconsultant personnel. e. Maintaining and submitting organized project files for record tracking and auditing. f. Developing, organizing, facilitating, and attending scheduled coordination meetings, and preparation and distribution of meeting minutes. g. Implementing and maintaining quality control procedures to manage conflicts, ensure product accuracy, and identify critical reviews and milestones. h. Assuring that all applicable safety measures are in place. i. Providing invoices in a timely manner and providing monthly contract expenditures.

Agreement Number 59A1151 Attachment 1 Page 22 of 53

j. Reviewing invoices for accuracy and completion before billing to Caltrans. k. Managing subconsultants. l. Managing overall budget for contract and provide report to the Caltrans Contract Manager. m. Monitoring and maintaining required DBE or DVBE involvement. n. Ensuring compliance with the provisions in this contract and all specific Task Order requirements. o. Knowledge, experience, and familiarity with prevailing wage issues and requirements in State of California. p. Knowledge, experience, and familiarity in reviewing the Critical Path Method (CPM) schedules and providing expert comments. q. Meeting with the Caltrans Task Order Manager of other functional managers for project CPM activities. r. Monitor the health and safety of personnel working in a hazardous environment in accordance with all applicable Federal, State, and Local regulations.

14. Consultant Task Order Manager.

For each Task Order, the Consultant must provide a Consultant Task Order Manager to coordinate the Consultant Task Order operations with the Caltrans Contract Manager in coordination with the Caltrans Task Order Manager.

The Consultant Task Order Manager must be accessible to the Caltrans Contract Manager in coordination with the Caltrans Task Order Manager at all times during normal Caltrans working hours that Task Order work is underway.

The Consultant Task Order Manager (who may not be the Consultant Contract Manager) must be assigned to conduct, or direct the conduct of, all work assigned under a single Task Order. The Consultant Task Order Manager must be the primary contact for the assigned Task Order and be available as needed for communication with Caltrans.

15. Consultant Task Order Lead Person.

The Consultant Task Order Lead person (who may not be the Consultant Contract Manager) must be assigned to conduct, or direct the conduct of, all work assigned under a single Task Order. The Consultant Task Order Lead person must be the primary contact for the assigned Task Order and be available as needed for communication with Caltrans.

Agreement Number 59A1151 Attachment 1 Page 23 of 53

16. Consultant Personnel, and Team Member Minimum Qualifications.

The Consultant team member must be capable of assisting the Consultant Contract Manager in all aspects of the required work. The Consultant team member’s required professional qualifications must be identified in each Task Order.

a. Structure Representative.

The Consultant Structure Representative must have a minimum of four (4) years of responsible experience performing the duties as a Structure Representative for similar construction inspection projects.

The Consultant Structure Representative must be a registered professional engineer licensed in the State of California in good standing with the California State Board for Professional Engineers, Land Surveyors, and Geologists at all times while assigned to work on this contract and in the Task Orders.

The Consultant Structure Representative must possess a valid Driver's License. Must possess a valid Standard First Aid Certificate at all times. Must possess a valid American Society for Testing Materials (ASTM) or California Test Methods (CTM), Certification in the sampling and testing of fresh Portland cement concrete.

b. Assistant Structure Representative.

The Consultant Assistant Structure Representative must possess a two (2) year degree from a pre-engineering program and have a minimum of four (4) years experience performing the duties and tasks of an Assistant Structure Representative, or possess a four (4) year bachelor degree in engineering and have two (2) years experience performing the duties and tasks of an Assistant Structure Representative for similar construction inspection projects.

The Consultant Assistant Structure Representative must possess a valid Driver's License Must possess a valid Standard First Aid Certificate at all times. Must possess a valid American Society for Testing Materials (ASTM) or California Test Methods (CTM), Certification in the sampling and testing of fresh Portland cement concrete.

c. Transportation Engineering Technician.

The Consultant Transportation Engineering Technician must possess a two (2) year pre-engineer degree (or technical equivalent) and have a minimum of two

Agreement Number 59A1151 Attachment 1 Page 24 of 53

(2) years experience performing the duties and tasks of an Engineering Technician on similar construction inspection projects.

The Consultant Transportation Engineering Technician must possess valid certifications in the sampling and testing of bridge construction materials in accordance with California Test Methods (CTM) or American Society for Testing Materials (ASTM) procedure as appropriate for the specific bridge construction materials being sampled or tested.

The Consultant Transportation Engineering Technician must possess construction surveying knowledge and experience necessary for control lines and grades as required by established Structure Construction Practices Policies and Procedures. Must possess a valid Driver's License.

17. Subconsultant Personnel

The Subconsultant team member must be capable of assisting the Consultant Contract Manager in all aspects of the required work. The Consultant team member’s required minimum qualifications must be identified in each Task Order and shall satisfy the minimum qualifications for the same classifications set forth herein for Consultant team members acting in those capacities.

18. In this contract, a person who is authorized to review and approve Consultant deliverables in place of the Consultant Contract Manager must be hereafter referred to as the Consultant responsible person. The Consultant responsible person, must be an engineer, certified technician, or the Consultant Contract Manager registered in the State of California signing the deliverables under this contract bearing the signature of a Consultant responsible person (or engineer, certified technician, the consultant contract manager registered in the State of California), and must 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.

19. All deliverables under this contract not fully approved by Caltrans bearing the signature of the Consultant responsible person (or engineer, certified technician, the Consultant Contract Manager registered in the State of California) who is no longer employed by the Consultant or its subconsultants, must be replaced by the deliverables under this contract bearing the signature of a qualified replacement Consultant responsible person (or engineer, certified technician, the Consultant contract manager registered in the State of California) who is currently employed by the consultant or its subconsultants. In such an event, no additional time must be allowed, or cost reimbursed to the consultant without the prior written approval of the Caltrans Contract Manager.

Agreement Number 59A1151 Attachment 1 Page 25 of 53

20. All the Consultant’s work must be conducted under the direction of the Consultant Contract Manager who must have the appropriate experience as described in this contract. All deliverables under this contract requiring the signature of the Consultant responsible person (or engineer, certified technician, the Consultant Contract Manager’s registered in the State of California), must be produced by the responsible Consultant personnel having appropriate experience, and must be signed by a Consultant responsible person (or engineer, certified technician, the Consultant Contract Manager registered in the State of California).

G. Consultant Availability and Work Hours.

1. The typical workday includes all hours worked as identified in the Task Order and as directed by the Caltrans Contract Manager. Unless otherwise specified in the Task Order or directed by the Caltrans contract manager, the normal workday must be Monday through Friday, from 8 a.m. to 5 p.m. or any combination of five (5) consecutive days which may include Saturday and/or Sunday, and the normal workweek must consist of forty (40) hours. If Saturday and/or Sunday is part of a regular work week as determined by Caltrans, then the Saturday and/or Sunday work must be treated as work performed on a regular workday and no overtime must be paid for the first eight (8) hours on Saturday or Sunday.

If Caltrans determines that the work cannot be performed during normal business hours or the work is necessary at off hours to avoid danger to life or property, the Consultant's operations may be restricted to specific hours during the week. Night work may be required on projects involving high traffic areas. Changes in hours or schedules must be documented by amendment of Task Orders. Any shift differential rate pay must be reimbursed in accordance with the applicable Department of Industrial Relations (DIR) determination.

On days when work is not performed, such as rainy or unsuitable weather days, consultant’s services must not be provided unless authorized by the Caltrans Contract Manager in coordination with the Caltrans Task Order Manager.

The Caltrans Contract Manager in coordination with the Caltrans Task Order Manager must provide advance notice of one (1) working day(s)/twenty-four(24) hours if the Consultant’s services are not required or if reassignment of personnel is required. If Caltrans fails to provide the required advance notice and the Consultant personnel are not required as a result of cessation of construction activities, Caltrans will provide a maximum of four (4) hours compensation.

Agreement Number 59A1151 Attachment 1 Page 26 of 53

During the contract period, the Caltrans Task Order Manager and/or Contract Manager may reassign a Consultant's employee from a project or an office with low activity to assist on another project or office with high activity. The Consultant Contract Manager will be notified at least two (2) working days prior to this reassignment.

2. The Consultant’s typical workday(s) must include, but not be limited to, working in conjunction, coordination, and cooperation with all the following:

a. Caltrans Contract Manager b. Caltrans Structure Construction Staff c. Construction Resident Engineer and/or Structure Representative d. Construction Contractor(s) and subcontractor(s) e. Other State and/or Local Agencies

3. The Consultant must obtain approval from the Caltrans resident engineer prior to entering any Caltrans’ project site.

4. The Consultant must obtain approval from the Caltrans facility manager prior to conducting activities within a maintenance station or other Caltrans facility.

5. Unless specified in each Task Order or notified otherwise by the Caltrans Contract Manager, the Consultant must begin the required work within five (5) working days after receiving a fully executed Task Order. Once the work begins, the work must be prosecuted diligently until all required work has been completed to the satisfaction of the Caltrans Contract Manager.

6. The Consultant Contract Manager must be accessible to the Caltrans Contract Manager at all times.

7. Unless otherwise specified in the Task Order or directed by the Caltrans Contract Manager, the normal workday includes all hours worked by the Caltrans construction contractor.

8. Overtime may be required. However, overtime must be worked only when directed in writing by the Caltrans Contract Manager, Caltrans resident engineer, or specifically required by the Task Order.

9. The Caltrans construction contractor’s operations may be restricted to specific hours during the week. These restricted hours must become the normal workday for the Consultant’s personnel.

Agreement Number 59A1151 Attachment 1 Page 27 of 53

H. General Requirements.

1. The Consultant must 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.

2. As directed and as a first order of work, the Consultant must prepare and update a comprehensive schedule and the Caltrans Work Breakdown Structure (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, if required in the Task Order. The relevant data must include a list of activities with budgeted cost, milestones, and target date for completion of each activity. The minimum number of task details must be identified in the Task Order. This workplan must be updated once a month to show the approved baseline schedule and the actual progress schedule.

Caltrans must review these documents and return them to the Consultant with notes and comments as soon as possible to validate the planning and cost control procedures within the first calendar month of performance period.

3. The Consultant’s timesheet/invoices/expenses must be subject to the Consultant Contract Manager’s review and the approval of the Caltrans Contract Manager before submitting timesheets, invoices, or expense reimbursement requests for payment.

4. The Consultant must begin the required work within two (2) working days after receiving a fully executed Task Order and the issuance of the Notice to Proceed (NTP) from the Caltrans Contract Manager to the Consultant Contract Manager or on the date specified in the Task Order. Some work, however, may require Consultant personnel to mobilize within 24-hour of notifications. Once the work begins, the work shall be prosecuted/performed diligently until all required work has been completed to the satisfaction of the Caltrans Contract Manager or the designated Caltrans Task Order Manager.

5. The work must not be performed when conditions prevent a safe and efficient operation and must only be performed with written authorization by Caltrans.

6. The Consultant Contract Manager, Consultant Task Order Manager, and key personnel must be accessible to the Caltrans Contract Manager and the Caltrans Task Order Manager at all times during normal Caltrans working hours or after hours as required by the Caltrans Contract Manager.

Agreement Number 59A1151 Attachment 1 Page 28 of 53

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

8. All Consultant personnel must sign a confidentiality and nondisclosure agreement.

9. The Consultant may not disclose any information to third parties without prior written approval of the Caltrans Contract Manager.

10. The Consultant must only provide incidental non-Architectural and Engineering (A&E) services, such as Computer Aid Drafting & Design (CADD) support, GIS support, utilities location support, traffic control, office support, field office support, and 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 must only be provided to support the Consultant’s personnel who are performing A&E services, tasks, and deliverables on this contract. The contract amount spent on such incidental services must be relatively minor when compared to the professional A&E services performed. The Consultant must 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 only include any incidental non-A&E services. a. Incidental training services may be provided only if the training involves the specific work product of this agreement. Such incidental training services are permitted, but only if:

i. The training involves the specific work product created under this agreement (and does not involve general A&E training and is not the work product of a previous agreement); and

ii. The total aggregate cost of all training under this Agreement does not exceed 10% of the total authority of the agreement; and

iii. The training is an incidental task within the agreement and not the purpose for entering into this agreement.

Agreement Number 59A1151 Attachment 1 Page 29 of 53

11. The Consultant must include the Caltrans Contract Manager in written communications to other Caltrans personnel for any clarification on the scope of work.

I. Coordination.

1. For each Task Order, the Consultant must carry out instructions received from the Caltrans Contract Manager, and as directed by the Caltrans Contract Manager, must coordinate activities and work closely with multiple stakeholders including, but not limited to, Caltrans’ various functional units, Caltrans’ project managers, local agencies, various environmental groups, other state agencies, Native American tribal governments, utility companies, railroads, other agencies, other entities with an interest in the project (including, but not limited to, FHWA), other consultants. In the event an instruction or direction is unclear to the Consultant, the Consultant must ask the Caltrans Contract Manager to clarify the instruction or direction.

2. The foregoing paragraph does not 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 an issue being addressed is possible, the Consultant must promptly notify the Caltrans Contract Manager of these concerns, together with the reasons therefore. However, Caltrans must make all final decisions on the scope of the Consultant’s activities and investigations.

3. The Consultant must be required to work with other Caltrans functional units and others (including, but not limited to, Regional Water Quality Control Board - RWQCB, Permitting Agencies,) as directed by the Caltrans contract manager.

4. The Consultant must work closely with the Caltrans Contract Manager and the Caltrans designee identified in the Task Order.

5. The Consultant must have the capability to send to and receive from Caltrans’ digital electronic mail system and file transfer protocol system including, but not limited to, attachments for word processing, photographs, spreadsheets, and databases.

6. Caltrans must not reimburse the Consultant for costs to relocate its personnel to the service area of this contract. Caltrans must not reimburse the consultant for per diem costs, unless preapproved by the Caltrans Contract Manager. Caltrans must not reimburse the Consultant for out-of-state travel without prior written approval from the Caltrans contract manager.

Agreement Number 59A1151 Attachment 1 Page 30 of 53

7. The Consultant must obtain the Caltrans Contract Manager’s approval prior to making presentations at non-Caltrans sponsored conferences or workshops for any services provided under this contract.

8. The Consultant must 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.

9. Caltrans must not incur costs beyond the funding commitments in the contract and each Task Order. If the Consultant anticipates that funding for work will be insufficient to complete work, the Consultant must promptly notify the Caltrans Contract Manager.

10. The Consultant must submit personnel resumes for all the personnel that it and its Subconsultants propose to use for this contract. When the Consultant proposes to add personnel to cost proposals, the Consultant must submit updated cost proposals to Caltrans. The Caltrans Contract Manager may request that the update be for either the incremental change or the complete list. The Consultant must provide the electronic copy of the cost proposals and subsequent proposed changes to the cost proposals in Microsoft Excel format, version 2007 or a format currently in use by Caltrans. All resumes and cost proposals to add personnel must be submitted and approved by the Caltrans Contract Manager prior to being submitted to other Caltrans staff.

J. General Equipment Requirements.

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

2. The Consultant may claim reimbursement for providing equipment or supplies. However, such claimed costs must comply with 48 Code of Federal Regulation (CFR), Chapter 1, Part 31 (Federal Acquisition Regulation - FAR cost principles) and 2 CFR, Part 200, 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.

K. Structure Construction Inspection Services Equipment Requirements.

1. Office Equipment and Supplies (Consultant’s Office):

Agreement Number 59A1151 Attachment 1 Page 31 of 53

The Consultant must have and provide adequate office equipment and supplies to complete the work required by this contract. Such equipment and supplies must 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 transportation engineering deliverables. This includes, but not be limited to, the following: i. Microsoft Office Software (including, but not limited to, Word, Excel, PowerPoint). ii. Adobe Acrobat Professional version 10 or later. iii. Critical Path Method (CPM) software, with Primavera Project Planner (P3, P6) and SureTrak, or any updated version, as a minimum; Scheduler Analyzer Pro; and Microsoft Projects. The consultant must have an access to use additional industry standard CPM software, used by the contractors.

2. Field Equipment and Supplies:

Consultant must have and provide adequate field tools, instruments, equipment, materials, supplies, and safety equipment to complete the required field work and that meet or exceed Caltrans specifications per the Caltrans Manuals. The tools, instruments, equipment, materials, supplies, and safety equipment required for each Consultant field personnel must include, but not be limited to, the following, if required by the Task Order:

a. Sufficient vehicles suitable for the work to be performed and terrain conditions of the project sites. Vehicles must be fully equipped with all necessary tools, instruments, equipment, materials, supplies, and safety equipment required for the efficient operation of the Consultants’ field personnel, including cellphones. Each vehicle must have a load carrying capacity of 1500 pounds of materials and equipment. Each Vehicle must have sufficient ground clearance to safely maneuver through highway construction sites while fully loaded with equipment and materials. Each vehicle must have overhead flashing amber light(s), visible from all sides (360 degrees), with a driver control switch; locking toolbox; fire extinguisher; and first aid kit. Vehicles without side windows must not be used. All vehicles must be clearly marked as to ownership. Each vehicle must be equipped to meet Caltrans safety requirements. b. A laptop computer or tablet with appropriate software. An air card may be required by Caltrans by written notice.

Agreement Number 59A1151 Attachment 1 Page 32 of 53

c. Communication device: Mobile telephone, cell phone must be compatible with the current Caltrans cellular phone system. d. Hand tools including but not limited to; shovels, gloves, pick, measuring tape, buckets, wheelbarrow, heat gun, sledgehammer, concrete and asphalt thermometers, clip board, calculator, peg book, as appropriate for the requested field personnel work. e. All necessary safety equipment including, but not limited to, 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 and construction zone environments. f. Necessary miscellaneous tools, non-consumables, and supplies including, but not limited to, hammers, and shovels. g. Digital Camera and electronic calculator.

3. The Consultant must 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’s personnel must be fully trained in the use of such necessary tools, instruments, equipment, materials, supplies, and safety equipment. The Consultant must not be reimbursed separately for tools of the trade, which may include, but not be limited to, the above-mentioned equipment. 4. Consultant must use all necessary equipment, tools, and instruments provided by Caltrans to perform the work identified in this scope of work accurately, efficiently, and safely. Consultant personnel shall use Caltrans equipment with the utmost care. Any negligent damage caused to Caltrans equipment shall be the responsibility of the Consultant. 5. Inertial Profilograph—If specified in the Task Order, the Consultant must provide an Inertial Profilograph and properly certified operator. The equipment and operator must be in accordance to current Caltrans specifications. 6. Consultant must possess and skillfully operate: a. Critical Path Method (CPM) software, with Primavera Project Planner (P3, P6) and SureTrak, or any updated version, as a minimum; Scheduler Analyzer Pro; and Microsoft Projects. The consultant must have an access to use additional industry standard CPM software, used by the contractors. b. Microsoft Office (Word, Excel, PowerPoint, and others) software. c. Color printer capable of printing both letter and legal sized paper. d. Laptop computer.

7. Consultant must be capable of providing: a. Full-size color plots of CPM charts and graphs. b. A digital electronic calculator, laptop computer with Wireless Network connection and printer.

Agreement Number 59A1151 Attachment 1 Page 33 of 53

L. Standards.

1. Structural materials inspections shall be in accordance with the Office of Structural Materials Practices and Procedures Manual. Tunnels and other structures construction inspections shall be in accordance with the following manuals, reference materials and documents: a. Bridge Construction Records and Procedures Manual (https://dot.ca.gov/programs/engineering-services/manuals/bridge-constr-records- proc-manual-vol) (https://dot.ca.gov/programs/engineering-services/manuals/bridge-constr-records- proc-manual-vol1) b. Caltrans Construction Manual (http://www.dot.ca.gov/hq/construc/constmanual/) c. Caltrans Index of California Test Methods (California Test Methods (CTM) | Caltrans) https://dot.ca.gov/programs/engineering-services/california-test-methods d. Caltrans 2010 Standard Specifications (Microsoft Word - 2010_StdSpecs-07-18-11.doc (ca.gov)) e. 2010 Standard Plans (Standard Plans User Guides | Caltrans) f. Caltrans Traffic Manual (http://www.dot.ca.gov/hq/traffops/signtech/signdel/trafficmanual.htm) g. Caltrans Traffic Manual (http://www.dot.ca.gov/hq/traffops/signtech/signdel/trafficmanual.htm) h. Caltrans Safety Manual (http://www.dot.ca.gov/hq/opo/safety) i. Other applicable Caltrans manuals, policies, procedures and laws (Manuals | Caltrans) j. Other applicable Structure Construction manuals (Caltrans Engineering Manuals | Caltrans)

2. All work/services under this contract must be performed in accordance with all applicable Federal, State, and Local 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 FHWA and State 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

Agreement Number 59A1151 Attachment 1 Page 34 of 53

revisions. Work not covered by the “Manuals” must be performed as specified in the Task Order. If no standards exist, Task Orders may call for the development of new standards, so long as these standards do not conflict with the requirements or amend the Scope of Work under this contract. 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) 263- 0822, 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. Required Manuals include: i. http://www.dot.ca.gov/dpac/publications.html ii. (Construction Manual | Caltrans) d. 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 and subject to change. The Consultant is responsible to verify that the latest version or update is used.

3. 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.

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

b. Caltrans Highway Design Manual: https://dot.ca.gov/programs/design/manual-highway-design-manual-hdm

c. Manual of Uniform Traffic Control Devices (MUTCD):

Agreement Number 59A1151 Attachment 1 Page 35 of 53

California Manual on Uniform Traffic Control Devices: http://mutcd.fhwa.dot.gov/ https://dot.ca.gov/programs/safety-programs/camutcd d. Caltrans Construction Manual: http://www.dot.ca.gov/hq/construc/constmanual/ e. Caltrans Standard Plans and Standard Specifications: Caltrans Specification and Estimate Procedures: https://dot.ca.gov/programs/engineering-services/ https://dot.ca.gov/programs/design/ccs-standard-plans-and-standard- specifications http://ppmoe.dot.ca.gov/hq/esc/oe/construction_contract_standards/std_sp ecs/2015_StdSpecs/2015_StdSpecs.pdf http://ppmoe.dot.ca.gov/hq/esc/oe/construction_contract_standards/std_sp ecs/2010_StdSpecs/2010_StdSpecs.pdf f. Caltrans Standard Special Provisions: g. Caltrans Technical Publications and Manuals: https://dot.ca.gov/manuals h. Caltrans Design Information Bulletins: https://dot.ca.gov/programs/design/design-information-bulletins-dibs i. Construction Policy Directives (CPDs): https://dot.ca.gov/programs/construction/construction-procedure- directives-cpds j. Caltrans Design Memorandum: https://dot.ca.gov/programs/engineering-services/manuals/memo-to- designers k. Caltrans Cooperative Agreements Manual: https://dot.ca.gov/-/media/dot-media/programs/design/documents/pdpm- chapter16-a11y.pdf l. California Test Methods: https://dot.ca.gov/programs/engineering-services/california-test-methods m. Superpave Mix Design Standards: http://www.asphaltinstitute.org

Agreement Number 59A1151 Attachment 1 Page 36 of 53

n. Federal Highway Administration Title 23, Code of Federal Regulations, 637B: http://www.fhwa.dot.gov/legsregs/directives/fapg/cfr0637b.htm o. Independent Assurance Program: https://dot.ca.gov/programs/engineering-services/independent-assurance- program p. Office of Quality Assurance and Source Inspection Manual: q. Caltrans Foundation Manual: https://dot.ca.gov/programs/engineering-services/manuals/sc-foundation- manual r. Caltrans Prestress Manual: https://dot.ca.gov/programs/engineering-services/manuals/sc-prestress- manual s. Other applicable Offices of Structure Construction manuals: https://dot.ca.gov/programs/engineering-services/manuals t. Standard Test Methods. u. Caltrans Encroachment Permits Manual. Chapter 206.2A As-Built Plans and Other Completion Records. https://dot.ca.gov/programs/traffic-operations/ep/ep-manual v. Office of Special Funded Projects Information and Procedures Guide. Chapter 1-9 Project Records. https://dot.ca.gov/-/media/dot- media/programs/engineering/documents/201906-osfp- informationandproceduresguide-a11y.pdf w. Federal Highway Administration (FHWA) Guidance for Consultants: Procedures for the Protection of Historic Properties - Section 106 Process, and Guide for Consultants: Procedures for Completing the Natural Environment Study and Related Biological Reports: http://www.fhwa.dot.gov/ http://www.environment.fhwa.dot.gov/guidebook/index.asp x. Caltrans Bridge Design Specifications Manual.

Agreement Number 59A1151 Attachment 1 Page 37 of 53

y. Caltrans Bridge Design Details Manual.

z. Caltrans Bridge Design-Aids Manual.

aa. Caltrans Bridge Memo to Designers.

bb. Caltrans Bridge Standard Details Sheets.

cc. Caltrans Bridge Detail Decals.

dd. Caltrans Formatted Highway Plan Sheets.

ee. Caltrans Formatted Bridge Plan Sheets.

ff. Caltrans Construction Site Best Management Practices Guide.

M. Field Safety.

In addition to the requirements specified elsewhere in this contract, the following also must apply:

1. The Consultant must maintain a working environment that is safe for project personnel and the public. The Consultant must provide a Code of Safe Practices that includes at a minimum, fall protection safety, lead training, respirator training, and promotes 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 must comply with all safety provisions of the Caltrans Safety Manual ), http://www.dot.ca.gov/manuals. Caltrans Surveys Manual (http://www.dot.ca.gov/hq/row/landsurveys/SurveysManual/Manual_TOC.html), Caltrans Laboratory Safety Manual (http://www.dot.ca.gov/hq/esc/ctms/pdf/lab_safety_manual.pdf), Caltrans Traffic Manual (http://www.dot.ca.gov/hq/traffops/signtech/signdel/trafficmanual.htm) and Caltrans Code of Safe Practices (http://www.dot.ca.gov/hq/construc/safety/). The consultant must comply with all federal, state, and local Occupational Safety and Health Administration (OSHA) statutes, laws, codes, regulations, policies, procedures, ordinances, standards, rules, specifications, performance standards, and guidelines, and the safety instructions that Caltrans issues for performance of Task Order work, applicable to the work under this contract, regarding safety equipment and procedures (including, but not limited to, use and operation).

Agreement Number 59A1151 Attachment 1 Page 38 of 53

Under no circumstance must the Consultant’s safety policies be less stringent than Caltrans’.

2. The field work must not be performed when conditions prevent a safe and efficient operation and must only be performed with written authorization by Caltrans.

3. The Consultant must provide, at no cost to Caltrans, all safety equipment to perform the required services in a safe manner including, but not limited to: gloves, coveralls, sunscreen, insect repellents, fire extinguisher, hard-soled safety footwear, white hard hats, eye protection, hearing protection, and approved safety vests. The consultant’s personnel must 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 must 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 in a safe manner.

5. The Consultant must be solely responsible for the protection of health and safety of its personnel, subconsultants, and subconsultant’s personnel in performance of this contract.

6. Any safety violations committed by the Consultant personnel may be cause for termination

N. 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 and sharing of project related files and notes. However, if the orientation instructions conflict with the contract or Task Order requirements, the contract and the executed Task Order must prevail over any instructions provided.

O. Monitoring and Review Procedure.

1. The Caltrans Contract Manager and Task Order Manager will have the unilateral right, from time to time, or as requested by the Consultant, to monitor and review the progress and processes of the consultant related to work performed under this contract.

Agreement Number 59A1151 Attachment 1 Page 39 of 53

2. The performance of the Consultant Contract Manager, key personnel, and team must 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 requesting that they be replaced with new personnel; the Consultant must 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, daily diaries, 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 or DVBE Participation. h. Conflicts of interest.

Poor performance and any negative evaluations may result in replacement of the Consultant Contract Manager, key personnel, or any personnel; the need to replace key personnel must 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 of the Contract.

P. General Materials and Facilities to be provided or made available by Caltrans.

Limited office space, equipment and supplies will be made available for use by the Consultant’s personnel. This limited office space is typical space provided to the Caltrans construction field personnel. The Consultant, including all subconsultants, must disclose and use Field Office Overhead Rate in the cost proposal.

Materials (if deemed applicable, necessary, and when available from Caltrans) that may be furnished or made available by Caltrans and where listed in the individual Task Orders and this contract, are for the Consultant’s use only, must be returned at the end of the contract. The consultant must use the materials in the execution of the specific work described in the Task Order. These materials may include, but not be limited to, the following:

1. Appropriate background or reference information for each Task Order.

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

Agreement Number 59A1151 Attachment 1 Page 40 of 53

3. Caltrans standardized forms.

4. Caltrans must provide Permits to Enter for private property access. The Consultant must notify Caltrans, in writing, sufficiently in advance of its need to enter upon private property or facility to perform work. The Consultant’s notice must specify the date, purpose, duration, location, and the time of day of the Consultant’s activities. The Consultant must 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 must notify the Caltrans Contract Manager within 48 hours if permission has been denied. The Consultant personnel must carry the Permits to Enter on their person while performing work outside the Caltrans Right-of-Way. No work must be performed by the Consultant outside the Caltrans Right-of-Way without Permits to Enter. The Consultant must comply with all conditions imposed by the Caltrans Contract Manager and requirements set forth in the Permit to Enter. The Consultant must be responsible for any damages that consultant did to owner property at Consultant‘s own expense.

5. Appropriate background information, site topographic maps, as-built drawings, blank Caltrans plan sheet overlays, digital electronic seed files, cell libraries, lane closure request forms, right-of-way alignments and survey limits, preliminary utility location maps, areas where focused studies are needed, construction contract documents, as available, for each Task Order.

6. Digital electronic templates of Task Order formats.

7. For contract work on Caltrans’ Right-of-Way, an executed contract constitutes the Consultant’s “Encroachment Permit.” The Consultant (prime as well as any subconsultants) must carry a copy of the fully executed contract along with the pertinent Task Order(s) at all times while conducting work for Caltrans within Caltrans’ Right-of-Way.

8. All pertinent correspondence and investigations.

9. The Caltrans Contract Manager may designate a Caltrans Task Order Manager to manage the technical aspects of the Task Order or each specific Task Order.

10. The Caltrans Contract Manager or Caltrans designee must review all deliverables for compliance, substance, and quality.

Agreement Number 59A1151 Attachment 1 Page 41 of 53

Q. Structure Construction Inspection Materials to be Provided or made available by Caltrans.

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

2. Caltrans construction forms as necessary, including digital electronic or hardcopy (as specified by the Caltrans Resident Engineer on the Project) daily diary forms.

3. Construction Materials Testing: a. When appropriate, Caltrans shall provide the consultant with the appropriate forms for recording test data in accordance with Caltrans’ practices and procedures outlined in the California Test Methods. b. Approved project plans and special provisions for the project. c. Caltrans may permit the consultant to calibrate the Consultant’s nuclear gauges on Caltrans’ test blocks, if available. d. Limited office space, office equipment and office supplies typically used by the Caltrans material testing field personnel shall be made available for use by the Consultant’s personnel.

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

R. Materials to be Provided by the Consultant.

Unless otherwise specified in this contract, the consultant must provide all materials to complete the required work in accordance with the delivery schedule and cost estimate outlined in each Task Order.

1. The Consultant must be responsible for obtaining all necessary approvals and permits for Task Order work performed on any property that Caltrans does not own or control, with the exception of private property. The Consultant must identify all necessary approvals and permits, prepare signature-ready permit applications, and track the status of permit applications, as specified in each Task Order. Also, the Caltrans District NPDES coordinator must be notified prior to performance of any work.

2. The Consultant must provide to its structure construction inspection services personnel sets of the following that are applicable to the current project: a. Standard Specifications. b. Standard Plans. c. Materials listed under section “Equipment Requirements”.

Agreement Number 59A1151 Attachment 1 Page 42 of 53

3. When performing work within railroad company property, the Consultant is required to obtain sufficient and/or adequate insurance coverage that must comply with the railroad company’s requirements when performing work within their jurisdiction. The amount of insurance and types of coverage required by the railroad company may be above and beyond that required by Caltrans under this contract. The Consultant may be required to provide additional railroad liability insurance including, but not limited to:

a. Commercial General Liability Insurance. b. Business Automobile Coverage Insurance. c. Worker Compensation and Employers Liability Insurance. d. Railroad Protective Liability Insurance. e. Umbrella or Excess Insurance. f. Pollution Liability Insurance.

S. Product Approval and Payment

1. All analytical results, plans, designs, specifications, estimates, notes, calculations, analysis, reports, graphics, drawings, visual simulations, studies, product, data, manuals, details, deliverables, backup documents, other documents, and other items produced by the Consultant in the performance of this contract, must be subject to the approval and acceptance by the Caltrans Contract Manager prior to invoicing and payment for these items.

2. All deliverables and tasks provided for acceptance under each Task Order must comply with the terms, covenants and conditions of this contract.

3. Upon completion of each deliverable or task, the Caltrans Contract Manager or Task Order Manager must either accept or reject the completed work. In the event of non-acceptance due to errors, omissions, or non-compliance with the Caltrans Manuals, as revised as of the time of the Task Order, or the provisions of this contract, the Consultant must remedy the errors, omissions, or non-compliance to the satisfaction of the Caltrans Contract Manager or Task Order Manager at no cost to Caltrans prior to payment. Caltrans must withhold payment until the work is satisfactorily completed and approved by the Caltrans Contract Manager Additional cost incurred to correct errors will not be compensated.

4. Caltrans must not pay the Consultant for the Consultant’s work under this contract and the charges incurred by the Consultant that does not conform to the requirements specified in this contract and to the applicable Task Order, and such work must be corrected at the Consultant’s sole expense at no additional cost to Caltrans.

Agreement Number 59A1151 Attachment 1 Page 43 of 53

5. All reviews, inspections and approvals made prior to the final acceptance of deliverables or Task Orders are intended only to provide interim authorizations to proceed and do not constitute final approval of the deliverable or Task Order.

6. Notwithstanding any other provision of this agreement, until final acceptance of a Task Order under the agreement, any acceptance or approval means approval to proceed, but it does not mean acceptance or approval of a deliverable or task, and, it does not reduce or eliminate any of Consultant’s duties or responsibilities under this agreement.

T. 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, digital electronic software developed, databases, background information, spreadsheets, procedural scripts, macros developed, and intellectual properties, developed pursuant to this contract, must be subject to the provisions of Exhibit D, sections XIX and XX and must be sent to Caltrans upon completion of each Task Order deliverable and acceptance/approval of the work by the Caltrans Contract Manager or immediately upon request by the Caltrans Contract Manager. The Consultant must retain a copy of all documents furnished to Caltrans until expiration of the contract.

Unless otherwise specified in the Task Order, the deliverables must conform to the following:

1. Data format for unprotected and modifiable digital electronic file transfers.

The Consultant must deliver unprotected and modifiable digital electronic files meeting the following requirements and as specified in each Task Order: a. Alphanumeric information (80 character, ASCII data type). b. Reports (Acrobat Writer 10 and above). c. Graphs, charts (Acrobat Writer 10 and above). d. Compliance with standard naming convention (including, but not limited to, Project ID, County, Route/PM, Date).

2. The Consultant must work in close liaison with the Caltrans Contract Manager and Task Order Manager. Time is of the essence. Caltrans must exercise review and approval functions through the Caltrans Contract Manager and Task Order Manager at key points, as specified in each Task Order. Milestone reviews must

Agreement Number 59A1151 Attachment 1 Page 44 of 53

be performed with the Caltrans Contract Manager and Task Order Manager for the specific performance, products, and deliverables listed in each Task Order.

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

4. All analytical results, plans, designs, specifications, estimates, notes, calculations, analysis, reports, graphics, drawings, visual simulations, studies, product, data, manuals, details, deliverables, backup documents, other documents, and other items required by this contract must be prepared on Caltrans standardized forms. Necessary forms will be provided by Caltrans for the Consultant’s use.

5. All analytical results, plans, designs, specifications, estimates, notes, calculations, analysis, reports, graphics, drawings, visual simulations, studies, product, data, manuals, details, deliverables, backup documents, other documents, and other items required by this contract must be submitted in both hardcopy and unprotected and modifiable digital electronic files in the Caltrans-approved forms and in the Caltrans-approved and designated digital electronic formats (Microsoft Word, Microstation, CAiCE, AutoCAD Civil 3D, PhotoShop, 8 1/2 x 11 in green, plastic, three ring binder), in accordance with the guidelines in this contract and each Task Order, and must conform to Caltrans standards and the requirements of the Caltrans Office Engineer at the end of the contract or when requested by the Caltrans Contract Manager or Caltrans designee. The unprotected and modifiable digital electronic files must include the responsible person’s digital electronic signature and seal. The Consultant must verify the latest version of software used prior to submittal. The consultant must also provide plot parameter (.par) or IPARM (.i) files in accordance with I-Plot standards.

6. At the end of each Task Order or when requested by the Caltrans Contract Manager, the Consultant must also submit one (1) unprotected and modifiable digital electronic copy of all analytical results, plans, designs, specifications, estimates, notes, calculations, analysis, reports, graphics, drawings, visual simulations, studies, product, data, manuals, details, deliverables, backup documents, other documents, and other items required by this contract in a specified digital device format (CD, DVD, and/or flash drive). The file formats must be specified in each Task Order. Appropriate documentation must accompany each digital device indicating the contents of each file.

7. When the Consultant is required to prepare and submit analytical results, plans, designs, specifications, estimates, notes, calculations, analysis, reports, graphics, drawings, visual simulations, studies, product, data, manuals, details, deliverables, backup documents, other documents, and other items required by this contract and any approved Task Order to Caltrans or review deliverables, backup documents,

Agreement Number 59A1151 Attachment 1 Page 45 of 53

other documents, and other items submitted to Caltrans by others, these documents must be reviewed. They must 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 must be specified in the Task Order.

The Consultant personnel involved in preparation or review of analytical results, plans, designs, specifications, estimates, notes, calculations, analysis, reports, graphics, drawings, visual simulations, studies, product, data, manuals, details, deliverables, backup documents, other documents, and other items must be identified in the prepared or review report.

8. If the Consultant fails to submit the required analytical results, plans, designs, specifications, estimates, notes, calculations, analysis, reports, graphics, drawings, visual simulations, studies, product, data, manuals, details, deliverables, backup documents, other documents, and other items required by this contract and any approved Task Order, Caltrans may 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 must, at Caltrans’ request, return all materials recovered or developed by the Consultant under the contract including, but not limited to, photos, field notes, computer data files, maps, artifact collections, catalogs, analytical results, plans, designs, specifications, estimates, notes, calculations, analysis, reports, graphics, drawings, visual simulations, studies, product, data, manuals, details, deliverables, backup documents, other documents, and other items required by this contract.

9. For each Task Order, a milestone submittal schedule must be prepared by the Consultant and approved 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.

10. The Consultant must prepare and update the Caltrans Work Breakdown Structure (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 must 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. Caltrans may have work completed in any way allowed by law, for which the Consultant must be liable for any additional costs incurred by Caltrans to complete the work. Such costs may be deducted from amounts due to the Consultant in pending or future invoices, or if the contract is terminated, may be recouped by any means allowed by law.

Agreement Number 59A1151 Attachment 1 Page 46 of 53

11. The Consultant must maintain a separate complete set of project files for each Task Order issued by the Caltrans Contract Manager performed under this contract. The Consultant must maintain two (2) sets of these files. One (1) set must be maintained on site with the Consultant and the other set must be updated by the Consultant monthly and delivered to the Caltrans Contract Manager in coordination with the Caltrans Task Order Manager. These files must be indexed in accordance with Caltrans’ Project Development Uniform File System http://www.dot.ca.gov/programs/design/manual-project-development-procedures- manual-pdpm. These files must be made available to the Caltrans Contract Manager during normal working hours and must be transferred to Caltrans upon completion of work under the Task Order. If requested by the Caltrans Contract Manager, the Consultant must provide these project files.

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

13. The Consultant must be capable of working in either English or Metric units.

14. All deliverables must be prepared in U.S. Customary English Units unless an exception is approved. The units to be used for deliverables must be addressed within individual Task Order.

15. A Task Order may require the Consultant to use software and digital electronic formats other than those indicated in this contract as needed to accomplish the objectives of the Task Order.

16. Quality Control Plan:

Prior to the work, the Consultant must 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 must complete the quality control plan and certify at the completion of work that all measures contained therein were satisfied. Caltrans must perform quality assurance on the quality control plan to assure that quality control was satisfied.

The Consultant’s quality control plan must 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 re- checked. c. All job-related correspondence and memoranda are routed and received by affected persons and then filed in the appropriate Task Order file.

Agreement Number 59A1151 Attachment 1 Page 47 of 53

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 must provide an outline of the quality control program before a specific task begins and must identify critical quality control reviews within each Task Order. The Caltrans Contract Manager must periodically request evidence that the quality control/quality assurance plan is functioning. All analytical results, plans, designs, specifications, estimates, notes, calculations, analysis, reports, graphics, drawings, visual simulations, studies, product, data, manuals, details, deliverables, backup documents, other documents, and other items required by this contract submitted to the Caltrans Contract Manager for review must 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 must contain provisions for the development of appropriate “checklists” to maintain product quality and control. These “checklists” must be delivered to the Caltrans contract manager with the QC/QA plan. The Consultant must update these documents when directed by the Caltrans Contract Manager. Within thirty (30) calendar days of the Notice to Proceed (NTP), the Consultant must submit to the Caltrans Contract Manager or Caltrans designee a job specific QC/QA plan and staffing plan.

17. Subject to Caltrans review, approval, and acceptance, the Consultant has total responsibility for and must verify the accuracy and completeness of the analytical results, plans, designs, specifications, estimates, notes, calculations, analysis, reports, graphics, drawings, visual simulations, studies, product, data, manuals, details, 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 analytical results, plans, designs, specifications, estimates, notes, calculations, analysis, reports, graphics, drawings, visual simulations, studies, product, data, manuals, details, deliverables, backup documents, other documents, and other items required by this contract must be reviewed by Caltrans for conformity with project standards and the requirements in the Task Order and this contract. The analytical results, plans, designs, specifications, estimates, notes, calculations, analysis, reports, graphics, drawings, visual simulations, studies, product, data, manuals, details, 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.

Agreement Number 59A1151 Attachment 1 Page 48 of 53

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

19. Prepare the analytical results, plans, designs, specifications, estimates, notes, calculations, analysis, reports, graphics, drawings, visual simulations, studies, product, data, manuals, details, deliverables, backup documents, other documents, and other items required by this contract in accordance with prevailing industry standards and in a form acceptable to the Caltrans Contract Manager. These items must identify the preparer, the designated reviewers, and the criteria for acceptance. The deliverables must satisfy the Caltrans acceptance criteria and tests. The work product must be complete, of neat appearance, well-organized, technically and grammatically correct, independently checked for error, checked by designated reviewers (Caltrans and consultant personnel), dated, and must conform to industry standards and all applicable Caltrans, state, and federal standards, requirements, and procedures. All deliverables must be approved by the Caltrans Contract Manager or Caltrans designee.

The minimum standard of appearance, organization, and content of analytical results, plans, designs, specifications, estimates, notes, calculations, analysis, reports, graphics, drawings, visual simulations, studies, product, data, manuals, details, deliverables, backup documents, other documents, and other items required by this contract, must be that of similar types produced by Caltrans and set forth in related Caltrans manuals.

Caltrans and the Consultant must develop and agree to a schedule for the services and deliverables to be completed and delivered, and where appropriate, for acceptance criteria and acceptance tests that the services and deliverables must satisfy as a prerequisite for approval by Caltrans. All deliverables must satisfy the Standards set forth in “Standards” Section in order to be accepted for payment.

U. Structure Construction Inspection Deliverables.

1. The Consultant must obtain written approval from Caltrans for all analytical results, plans, designs, specifications, estimates, notes, calculations, analysis, reports, graphics, drawings, visual simulations, studies, product, data, manuals, details, 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 analytical results, plans, designs, specifications, estimates, notes, calculations, analysis, reports, graphics, drawings, visual simulations, studies, product, data, manuals, details, deliverables, backup documents, other

Agreement Number 59A1151 Attachment 1 Page 49 of 53

documents, and other items required by this contract must be specified in each Task Order.

2. All structure construction Inspection services analytical results, plans, designs, specifications, estimates, notes, calculations, analysis, reports, graphics, drawings, visual simulations, studies, product, data, manuals, details, deliverables, backup documents, other documents, and other items required by this contract performed on computer must be delivered to Caltrans including, but not limited to, the formats specified below:

a. Text-based documents must be submitted as an Adobe Portable Document Format (“pdf”) file using Adobe Acrobat Professional version 10 or later software. The pdf file must 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 must: i. Contain functioning bookmarks, indexes, tables of contents or other hyperlinks as required by the Task Order. ii. Be configured (e.g. bookmarks, indexes, table of contents, thumbnails, annotations, signatures, and security settings) as required, or as directed by the Task Order. iii. Be optimized for use by Adobe Acrobat Reader 10 or newer. b. Text-based documents must also be submitted in Microsoft Word format, version 2013. The document must include all graphics (e.g. photographs, image graphics, charts, and tables). Photographs must be in “jpeg” file format. Other image graphics must be in “gif” format unless otherwise specified. c. All graphics (e.g. photographs or other drawings) must 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 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. d. Spreadsheet files must be submitted in Microsoft Excel format, version 2013, or format currently in use by Caltrans. e. Word processing files must be submitted in Microsoft Word format, version 2013, or format currently in use by Caltrans. f. Database files must be submitted in Microsoft Access format, version 2013, or format currently in use by Caltrans. g. The Consultant must not format digital electronic files as “view only” or “read only” unless so specified in the Task Order. h. Other - As specified in the Task Order.

Agreement Number 59A1151 Attachment 1 Page 50 of 53

i. All scheduling deliverables and documents performed on computer must be delivered to Caltrans in the specified formats per executed Task Orders. j. Schedules in Critical Path Method (CPM) software, with Primavera Project Planner (P3, P6) and SureTrak, or any updated version, as a minimum; Scheduler Analyzer Pro; and Microsoft Projects. The Consultant shall have an access to use additional industry standard CPM software, used by the contractors.

3. Unless otherwise specified in the Task Order, the deliverables must conform to the following: a. The Consultant must obtain written approval from Caltrans for any product (deliverable) required by any Task Order issued by the Caltrans Contract Manager. b. All reports, calculations and other applicable documents shall be prepared on Caltrans standardized forms. Necessary forms will be provided by Caltrans for Consultant’s use. c. Written documents must be submitted in both hardcopy and electronic files in Caltrans approved format and shall conform to Caltrans' requirements as identified in scope of work, Section D, Standards. d. The Consultant must provide daily assistant resident engineer diaries and extra work diaries shall be delivered to the Caltrans resident engineer daily. e. The Consultant personnel including assistant resident engineers, materials testers, and plant field engineers must prepare daily diary reports of construction operations. Consultant construction office engineers and consultant contract claims engineers must prepare a brief report of daily office operations. The reports shall be prepared on Caltrans-provided forms and shall be prepared daily at the end of the day’s work. f. The Consultant must provide construction contract progress payment quantity documents shall be delivered to Caltrans Structure Representative/Caltrans Resident Engineer within five (5) working days after completion of the work or no later than the last working day proceeding the 20th of each month. g. The Consultant must provide construction final payment quantity documents shall be delivered to Caltrans Structure Representative/Caltrans Resident Engineer no later than five (5) working days after acceptance by the Caltrans of the completed construction project. h. Field measurements, test data, and other documents as required by Caltrans procedures shall be recorded, maintained, and submitted by the Consultant to Caltrans Structure Representative/Caltrans Resident Engineer. i. The Consultant must maintain a separate set of project files for each Task Order issued by the Caltrans Contract Manager. These files shall be properly indexed and filed. If requested by the Caltrans Contract Manager,

Agreement Number 59A1151 Attachment 1 Page 51 of 53

the Consultant shall provide copies of these files to Caltrans Structure Representative/Caltrans Resident Engineer.

V. Conflict of Interest.

1. All Structures Construction Inspection services provided by the Consultant and deliverables produced by the Consultant must be free of any conflict of interest and must be subject to the approval and acceptance of the Caltrans Contract Manager. The Consultant must inform the Caltrans Contract Manager of any potential or ‘perceived’ conflict of interest as soon as discovered.

2. The Consultant must not receive compensation for any services or products in which the Consultant is found to have a conflict of interest. In the event of non- acceptance due to discovery of conflict of interest, the Consultant must provide replacement deliverables free of any conflict of interest prior to payment. In the event replacement deliverables are not possible, the Consultant must not receive compensation for the deliverables containing conflict of interest.

3. The Consultant, subconsultants or their subsidiaries, who may provide, have provided, or are currently providing design engineering services and/or construction engineering services under a contractual relationship with a construction contractor(s) on any Caltrans project listed in this Scope of Work (SOW), must disclose the contractual relationship, the dates and the nature of the services (either actually provided or potentially to be provided under the contract(s)). 4. The Consultant, subconsultants or their subsidiaries are required to disclose in the SOQ and throughout the term of the awarded contract any design engineering services including claim services, lead project management services and construction engineering services provided to Caltrans and all consultant clients which either actually provided or potentially to be provided their contract(s) on their projects listed in this SOW. 5. Throughout the contract term, prior to providing any engineering services to any construction contractor on any of the Caltrans projects listed in this SOW, the Consultant must disclose all actual and potential business relationship and mitigation efforts, if any, to eliminate any conflicts of interest involving the Consultant or its subconsultants and will submit a written request, and seek Caltrans’ consent to render those services. 6. The submitted documentation regarding conflicts of interest will be used for determining potential conflicts of interest. Caltrans will use this documentation to determine whether the Consultant or any subconsultants may work on specific projects. A conflict of interest may include a situation in which, during the term of the contract, the Consultant or any subconsultants provide engineering services to

Agreement Number 59A1151 Attachment 1 Page 52 of 53

a construction contractor who is awarded a contract with Caltrans on a project for which the Consultant or subconsultant is working on an assigned Task Order under this contract. In this situation, the Consultant must immediately notify the Caltrans Contract Manager regarding the conflict. The Caltrans Contract Manager will then terminate the Task Order involving the conflict of interest and Caltrans may obtain the conflicted services in any way allowed by law. Failure by the Consultant to timely notify the Caltrans Contract Manager is grounds for termination of the contract for default pursuant to Exhibit D, Section III of this contract. The Consultant and its subconsultants certify that they have not, currently do not, and will not provide design engineering services including lead project management services and claim services on the same Caltrans project(s) identified in this SOW.

7. All construction management deliverables including construction inspection produced by the Consultant and its subconsultants shall be free of any actual or potential conflict of interest and shall be subject to the approval and acceptance by the Caltrans Contract Manager.

8. In the event of non-acceptance due to discovery of conflict of interest, the Consultant must provide replacement deliverables free of any conflict of interest as a prerequisite for receipt of payment and at no additional cost to Caltrans. In the event the Consultant is unable to provide replacement deliverables, the Consultant must not receive compensation for the deliverables containing the conflict of interest. If work is later determined to contain a conflict of interest, either the Consultant must reimburse Caltrans for any amount paid for the conflicted work or Caltrans may deduct that payment from any current or future amounts owed to the consultant. Failure by the Consultant to disclose any conflict of interest to the Caltrans Contract Manager is grounds for termination of the contract for default pursuant to Exhibit D, Section III, of the awarded contract

9. Examples of conflict of interest include, but not be limited to, the following:

a. Provide design engineering services and construction management/inspection services for the same project listed in this SOW. b. Provide structure inspection services and any construction management services for the construction contractor and/or Caltrans on the same project.

The above conflict of interest scenarios are only examples of possible conflicts of interest for the services provided under this contract, but are not intended to describe all circumstances for potential or actual conflicts.

Agreement Number 59A1151 Attachment 1 Page 53 of 53

W. Travel

The Consultant is required to submit “Travel Authorization Request” to the Caltrans Task Order Manager and Caltrans Contract Manager for approval. Transportation and subsistence costs shall be the actual costs incurred, but not to exceed the rates stipulated in the “Caltrans Travel Guide, Consultant/Contractors Travel Policy.”