COUNTY OF TUOLUMNE Community Resources Agency Issued: October 5, 2017

Request for Proposals Engineering Services for:

Roadway Safety Signing Audit Project No. 1700 Federal Aid No. HRRRL 5932(090)

Deadline for Submission of Proposals: Revised 11/1/2007: November 30, 2017 – 2:00 p.m.

For an electronic version of this RFP, go to: http://www.tuolumnecounty.ca.gov (Click on “Bids, RFPs & RFQs” in the Business section)

Table of Contents

NOTICE ...... Page 1

SECTION I – Project Summary ...... Page 1

SECTION II – Scope of Work ...... Page 1

SECTION III – Proposal ...... Page 5

SECTION IV – Selection Process ...... Page 6

SECTION V – Additional Information ...... Page 8

Exhibit A: Maps of Local Roads Exhibit B: List of Local Roads Exhibit C: Map and List of Quality Assurance Roads Exhibit D: Roads Identified for Horizontal Alignment Warning Signs Exhibit E: Exhibit 10-H (Example #1) Exhibit F: Tuolumne County Standard Agreement for Professional Services (DRAFT)

Request for Proposals Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090) 2 NOTICE By way of this Request for Proposals (RFP), Tuolumne County through its Community Resources Agency (“County”) intends to select an Engineering firm (“Consultant”) to provide design engineering and surveying services for the Roadway Safety Signing Audit (RSSA), Project No. 1700 (“Project”) This Project is federally funded. SECTION I – Project Summary Tuolumne County is located in the center of the California Mother Lode area along the western slope of the Sierra Nevada mountain range. The County is bordered on the north by Calaveras County, on the south by Mariposa County, on the west by Stanislaus County and on the east by Alpine and Mono Counties. Sonora is the only incorporated city in Tuolumne County and is also the county seat.

The goal of the project is to reduce motor vehicle collisions by upgrading regulatory and warning signs on all local roads to conform to the standards in the current California Manual on Uniform Traffic Control Devices (Ca MUTCD), including all revisions, as well as other relevant references. The selected Consultant will provide all survey, data, design, plans, and special provisions necessary in order to advertise the project for construction bidding. SECTION II – Scope of Work The County maintains approximately 404 centerline miles of local roads, which contain an estimated 3,400 regulatory and warning signs. Maps showing the Local Roads and a list of the Local Roads are shown in Exhibit A and B, respectively. The scope of work for this RFP shall include survey and analysis of, reporting on, and recommendations for all regulatory and warning signs on the County’s local roads. The actual number of signs is not known by the County, but will be determined through the work requested by this RFP. Engineering and Traffic Surveys (E&TS) for speed limits and stop sign warrants are not included in the scope of work, but engineering evaluations for advisory speeds around curves may be necessary and are included in the scope of work.

The County will perform all necessary tasks to obtain permitting and environmental clearances from the appropriate agencies (Caltrans and the County) as needed. It is anticipated that these tasks will be performed by the County, but the County reserves the right to hire other consultants as needed. The County, the Consultant, and other needed consultants will comprise the Project Development Team (PDT). The Consultant will be expected to work closely with and coordinate with the PDT throughout the Preliminary Engineering (PE) and Environmental phases of the Project. The County will make every effort to expedite this Project and will choose its PDT, in part, based on availability and ability to expedite work.

The tasks below specify the County’s expectations of the Consultant. However, the Consultant is encouraged to offer alternatives and creative means to accomplish the County’s goals. For any alteration to the tasks below, the Consultant must be clear in what they are suggesting and must explain how their alterations benefit the County. The suggested methods must be clear enough to incorporate into the agreement between the County and the Consultant, should that Consultant be awarded the project. If the consultant does not specifically identify changes they wish to make to any of the tasks, then the Consultant will be obligated to perform the tasks as specified below. Task 1 – Project Start Up and Progress Before beginning work, the selected Consultant shall perform a field visit and meet in person with County Staff to verify the extent of the data collection area and the required information the consultant must collect. The Consultant shall be prepared to discuss methodology, schedule, and answer questions the County may have.

The Consultant shall be available for monthly conference calls to discuss the progress of the Project and any actions that the County can take to expedite the Project. If the County and Consultant agree that a conference call is not necessary, then the conference call for any given month may be cancelled.

The Consultant shall create and maintain a project schedule that is submitted to the County upon request, upon schedule change, or monthly, whichever is most frequent.

Request for Proposals – Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090) 1

Task 2 – Sign Survey and Database Development The Consultant shall perform any and all surveying necessary in order to collect the required data. The minimum data required is as follows:

1. GPS coordinates (CCS83, Zone 3) of each sign sub square yard accuracy 2. Name of street 3. Ca MUTCD code designation or “Custom” 4. Ca MUTCD name of sign (e.g. Speed Limit, Cross Street, Chevron) 5. Sign category (per Ca MUTCD) (e.g. Warning, Regulatory) 6. Sign variation* (e.g. 35 mph, right, left, pedestrian crossing warning sign, etc.). 7. Sign size (inches x inches) 8. Retroreflectivity type (Engineering or High Intensity Prismatic) 9. Close up picture of sign in JPEG format (Minimum acceptable resolution for digital photograph is 2,600 pixels in length by 1,950 pixels in width. The database system shall be linked to the digital photographs of the signs. 10. Sign mount (post, multi-post, overhead, fence, other - specify) 11. County post mile indicator* 12. Height of bottom of sign relative to edge of pavement 13. Post type (wood, metal, other) 14. Post quantity (quantity of posts for sign structure) 15. Post shared with other signs (YES or NO) 16. Post condition (good, bent, needs replacement, etc.) 17. Notes about sign* a. Visibility of Sign (e.g. obstructed by foliage, poor sight distance, good, etc.) b. Sign condition (bent, graffiti, holes, faded, etc.) 18. General direction of sign on street (i.e. northbound, southbound, etc.) 19. Name of the person conducting the survey. 20. Is Shaded? 21. Survey Date

*This data shall be provided by the Consultant if needed.

The database shall be compatible with the following systems: • Windows • Microsoft SQL • ESRI geodatabase or shape file • Enterprise

The database shall be developed in a way that allows the County to maintain the inventory as signs are moved and replaced. The County currently has an Esri ArcGIS Enterprise geodatabase in a Microsoft Windows environment. User workstations are a mixed environment of Microsoft Windows 7 and 10 Enterprise with ArcGIS for Desktop 10.1. The Consultant will provide three (3) electronic tablets (or devices) with a minimum of 64 Mb storage capacity to the County that allows the County to update the sign information of a given sign in the field. The Consultant shall provide training to the County on how the electronic tablet works and how to update an item in the database, as well as administering and maintaining the database.

The County places small post mile indicators on some of its sign posts. The Consultant shall capture this information if it is present. See item 11 above.

Quality Assurance: The Consultant shall develop a small portion of the database for the roads listed in Exhibit C and deliver it to the County for review. At this time, the Consultant will provide the electronic tablet and training to the County so that

Request for Proposals Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090) 2 the County can use it to inspect the database for quality assurance and inclusion of required data. The County will take two weeks to inspect and verify accuracy of the database after training has been given.

Task 2 Deliverables: 1. Three (3) Electronic Tablets or devices 2. Training on data entry for updating and inspecting the database. 3. Training on administering and maintaining the database. 4. Small portion of the database for inspection for quality assurance and inclusion of required data.

Task 3 – Horizontal Alignment Warning Signs The County has evaluated roads as listed in Exhibit D. The Consultant shall inspect these roads and evaluate if warning signs (including, but not limited to the W1 and W4(CA) series), and advisory speed plaques (W13 series) are out of compliance in regards to the horizontal alignment of roadway. Table 2C-5 in the Ca MUTCD shall be used to determine recommendations for the curves on these roads. If Consultant recommends advisory speeds on curves, an engineering evaluation shall be performed in accordance to the established engineering practices as per the Ca MUTCD, and approval by the County. Each engineering evaluation shall be in report format and submitted to the County. If the Consultant makes recommendations to abstain placing horizontal alignment warning signs on these roads, or on certain curves on these roads, justification for the abstention shall clearly be explained in the RSSA Report (See Task 4). The RSSA Report shall include a discussion on the roads listed in Exhibit D and shall include the Consultant’s recommendations for each road and/or curve.

Many of the roads in Exhibit D do not have a posted speed limit, and the 85th percentile speed is not known. The Consultant should address these issues in their proposal and presentation (see Sections III and IV) to the County and is encouraged to make recommendations by applying Table 2C-5 in the Ca MUTCD for these roads and their curves. The Consultant is encouraged to present means and methods to identify curves on roads that are not listed in Exhibit D that may warrant curve warning signs or advisory speeds.

Task 3 Deliverables: • List of curves that the Consultant recommends placing advisory speeds • Reports form all engineering evaluations

Task 4 – Roadway Safety Signing Audit Report The Consultant shall analyze, process, and prepare the database and engineering evaluations for the County using the data to prepare an RSSA Report. The report shall point out areas where there is a lack of signage and where the signage is out of compliance according to the Ca MUTCD, Caltrans Highway Design Manual, California Standard Plans, and/or AASHTO. The report shall also include diagrams depicting the signage for each area that the Consultant recommends placing signs. The report shall include the methodology used and general findings from the survey and data analysis. The report shall also include a list of the roads, summary of findings, and recommendations. The summary of findings shall include:

1. Number of signs surveyed and their square foot quantity 2. Number of signs recommended to relocate and square footage of the quantity 3. Number of locations that are incorrectly or insufficiently signed 4. Recommendations for horizontal alignment warning sign (Task 3).

The Consultant shall submit a draft RSSA Report for review and comment by the County. The final report shall be stamped and signed by a Civil Engineer registered by the California Board of Professional Engineers, Land Surveyors, and Geologists.

This RFP does not include any E&TS (except for engineering evaluations to determine advisory speeds around curves), traffic counts, or stop sign warrants, nor does it include an audit of road name signs or temporary signs. The Consultant is not expected to make recommendations on the posted speed limits or on placing new stop signs;

Request for Proposals Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090) 3 however, the placement (location), size, retroreflectivity, and any other aspect of all regulatory signs are included in the scope of work for this RFP. If there is a location that the Consultant sees a need to evaluate the roadway with an Engineering and Traffic Survey, they shall recommend it. This work will be contracted separate and not including in the Consultants scope of work.

Task 4 Deliverables: 1. The RSSA database 2. An electronic MS Word document of the draft RSSA Report 3. Four (4) hard copies of the final RSSA Report 4. An electronic PDF of the final RSSA Report in text searchable form (no scanned PDFs except signature pages) 5. An electronic MS Word document of the final RSSA Report

Task 5 - Plans, Special Provisions and Engineer’s Estimate The purpose of this task is to perform the detailed design of the Project, obtain design approval, and produce the construction drawings, special provisions, and construction estimate required for construction bidding. The plans, special provisions and estimate shall be prepared to State and Federal Standards and in accordance with County policies, procedures, and Ordinances. Submittals will be required at the 65%, 95% and 100% stages. (1) Project Plans and Technical Special Provisions The Consultant will prepare construction plans, special provisions, and an engineer’s estimate (PS&E) for the construction of the Project. In order to develop technical specifications for the Project’s special provisions, the Consultant shall write technical information in accordance to 2015 Caltrans Standard Specifications. The County will provide provisions of Division 1 to be incorporated into the special provisions. Special provisions shall be in Microsoft Word 2010 format. The Consultant will familiarize itself with the County’s format. The Consultant shall submit the technical provisions for the 65% (draft), 95% (draft) and 100% (final) submittal. The 100% Plans, Special Provisions, and Engineer’s Estimate shall be stamped and signed by a Civil Engineer registered by the California Board of Professional Engineers, Land Surveyors, and Geologists.

The RSSA Report can be included in the appendix within the bid documents to assist the bidders with information. The bid documents shall include the locations of road segments that are incorrectly or insufficiently signed using graphics/exhibits depicting existing conditions and proposed improvements. (2) Submittals The Consultant shall provide at the 65% PS&E Submittal with the following:

• One (1) set of technical special provisions • Three (3) copies of the Engineer’s Estimates with calculations • Working Days Schedule The County will provide comment feedback to the 65% PS&E submittal in matrix format. Upon receiving comments from the County and other agencies, each comment will be reviewed, discussed, and addressed in writing by the Consultant. Appropriate modifications will then be made to the plans, special provisions, and estimate, and re-submitted to the County. The Consultant shall provide the following deliverables with the submittal of the 95% PS&E:

• One (1) set of technical special provisions showing “tracked changes” in Word document from the 65% submittal • Three (3) copies of the Engineer’s Estimates with calculations • Working Days Schedule Upon receiving review comments from the County and other agencies, each comment will be reviewed, discussed, and addressed in writing by the Consultant. Appropriate modifications will then be made to the plans, specifications, and estimate, which will be submitted to the County, who will compile and reproduce bid documents

Request for Proposals Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090) 4 for advertising. The Consultant will prepare and submit the “PS&E Checklist” in accordance with Caltrans Local Assistance Procedures Manual. The Consultant shall provide the following deliverables with the submittal of the 100% (final) PS&E: • Two (2) sets of unbound stamped technical special provisions, and electronic form in PDF format of the stamped technical special provisions in text searchable form (no scanned PDFs except signature pages) • Three (3) copies of the stamped Engineer’s Estimates with calculations • Working Days Schedule Electronic files shall be a version of the applicable software as specified below for all submittals. • Plans and drawings in AutoCAD (2010) format electronic files • Special Provisions in Microsoft Word (2010) format electronic files • Engineer’s Estimate, structural design calculations, quantity check calculations and working day schedule in Microsoft Excel (2010) format electronic files • Adobe PDF

SECTION III – Proposal Technical Proposal The technical proposal shall be limited to twenty (20) pages, not including resumes, references, and attachments. It should include a work plan which delineates the approach to complete the required services for all tasks. The work plan should demonstrate the Consultant’s understanding of the Scope of Work and should refine and/or expand it to reflect the Consultant’s approach to completing the work. It should also address the Consultant’s capability to complete the required tasks of the work scope within the proposed schedule and budget. The work plan should include the following: A. Identify the Consultant Project Manager and detail the specific responsibilities of the Project Manager. Identify the Person-In-Charge when the Project Manager is not available. B. List all sub-consultants providing services to the Consultant for the completion of the Scope of Work for all tasks and describe their functional roles. Include the names, addresses, and current telephone numbers of the firm and the name of the key representative assigned. Provide a description and an organizational chart of the proposed team structure. C. Identify who will be performing quality control and provide a breakdown and percentage of time that will be devoted by the Consultant in performing this function related to work effort and products. D. Describe the approach and methodology that will be used to provide the required services. The specific level of engineering work effort and subsequent work products must be emphasized. The level of detail must clearly delineate between major and minor work tasks. E. Identify any supplemental tasks deemed necessary and recommend alternatives which may enhance the Project, reduce cost, or expedite delivery. F. Indicate where the work is to be performed. If the work is to be shared among firms or different offices, identify the locations and the work to be performed in each firm or office. Travel to project sites will be required, but excessive travel time and expenses must be avoided to ensure operating efficiency and responsible cost control. G. Indicate how much staff time the Consultant assumes the County or other agencies will devote to the preparation or completion of the tasks outlined in the preliminary work scope. Schedule Submit a comprehensive schedule that reflects the time frames for completing each task of the Scope of Work and show work tasks, phases, durations, milestones, assignments, critical path and other relevant data. The schedule shall be created in Microsoft Project or comparable software. While the County understands that some tasks will depend on the performance of the County and PDT, preference will be given to an expedited schedule. Assume that the PDT will also be on an expedited schedule when preparing your schedule.

Request for Proposals Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090) 5 Form of Agreement The selected Consultant must execute the Tuolumne County Standard Agreement for Professional Services attached hereto as Exhibit F to this RFP. Consultant’s attention is directed to Exhibit F of this RFP. Specifically Attachment H, “Disclosure of Lobbying Activities (contracts over $150,000); and Attachment I, “Consultant Certification of Contract Costs and Financial Management System” (contracts over $150,000), both of which are to be submitted with the executed contract. The Consultant should be aware that Article XVI, “Indemnification,” of the agreement will not be modified. Insurance Requirements Consultants will be required to maintain, throughout the term of any contract work, insurance of the type and amount indicated in the Tuolumne County Standard Agreement for Professional Services. Disadvantaged Business Enterprises (DBE) Utilization Plan Consultant’s attention is directed to Exhibit F of this RFP regarding DBE requirements for this project. Specifically Attachment C, “Notice to Proposers DBE Information”; Attachment E, “Consultant Contract DBE Information”; and Attachment G, “Final Report – Utilization of DBEs” of the Standard Agreement. The DBE Goal for this project is 0.0%; however, DBE participation is encouraged.

Attachment E shall be submitted with the executed contract. Attachment G shall be submitted with the final invoice for services. Cost Proposal Consultants shall not include a cost proposal with the submittal of the Proposal. If the Proposal contains a cost that is specific to this RFP, then the Consultant shall be disqualified from proposing on the project. The Consultant may, however, discuss relative costs of different means and methods, as long as it is not possible to calculate the cost of the Project based on the information in the Proposal. Submittal of Proposals In addition to the above information, the following specific criteria should be met: • Proposal must be submitted in a sealed envelope clearly marked “Proposal, Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090)” and the Consultant’s name on the outside of the courier envelope. • Do not bind or use binders; please use binder clip or staple pages of proposal together and seal in a courier envelope. • Proposal must be submitted by the date and time specified in this RFP. Late submittals will not be accepted. Email, oral and/or facsimile submittals will not be accepted.

Proposing consultants shall submit three (3) hard copies and one (1) electronic copy of their Proposal. Proposals must be addressed to and mailed, delivered by courier or hand delivered to:

Gaddiel DeMattei, PE, Assistant Engineer Community Resources Agency, 4th Floor 48 W. Yaney (mail: 2 S. Green Street) Sonora, CA 95370 Revised 11/1/2017: Proposals must be received and date stamped by no later than 2:00 p.m. on Thursday, November 30, 2017. The County has no authority to accept proposals submitted after the above date and time, and will return any unopened proposals which are received late.

SECTION IV – Selection Process Consultant selection process shall be in accordance with the Local Assistance Procedures Manual’s (LAPM) “One Step RFP” method found in chapter 10. The entire LAMP can be found on the Caltrans website at: http://www.dot.ca.gov/hq/LocalPrograms/lam/lapm.htm

Request for Proposals Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090) 6

The general format of the selection process is outlined below: 1. Consultants submit a proposal to County 2. Proposals are evaluated and ranked by the County’s Selection Committee 3. Top three (3) firms are ranked by the County’s Selection Committee 4. Top three (3) firms are contacted so that presentations and interviews can be conducted 5. Sealed cost proposals are submitted by the top three (3) firms during the presentation and interview appointment. 6. County opens the top ranked firm’s cost proposal and negotiations begin 7. If an agreement cannot be reached with the top firm, the next ranked firm will be contacted and their cost proposal will be opened 8. All unopened cost proposals will be returned to the respective firms.

Refer to Section III for all requirements regarding the technical proposal.

A Selection Committee, appointed by the Deputy Community Resources Agency Director of Roads, shall review each proposal. Ranking will be based upon the following criteria:

Understanding of the work to be done 25% Project Approach 25% Experience with similar kinds of work 20% Capability of developing innovative or advanced techniques 20% References 10% Total 100%

Consultants who demonstrate the intent and means to place a project manager, who is the County’s main point of contact, in charge of the project and to keep that project manager as the head of the project for its duration will be considered to have a strong project approach.

At the conclusion of the selection process, the County will notify all consultants of their ranking and status. The top three (3) ranked firms will be contacted and an appointment for a presentation and interview will be scheduled.

Presentation and Interview The top three (3) ranked firms will come to the County offices in Sonora and perform a presentation that briefly reviews their methodology and means which they plan to use to complete the contract. The presentation should focus on why the consultant’s means and methods are the most efficient and cost effective approach. The presentation should also discuss any modifications to the tasks outlined in this RFP.

During and after the presentation, the Selection Committee will ask questions to the consultant. The questions may ask for general information about the firm and its methodologies of completing this type of project, and there may be questions specific to the presentation. The consultant shall not include the project cost in the presentation or interview, and doing so will result in disqualification of that consultant. The consultants may contact the County to discuss logistics of the presentation. Ranking will be based on the following criteria:

Presentation Clarity 25% Consultant’s answers to Selection Committee questions 25% Quality of proposed methodology 50% Total 100%

The County will never exclude any person from participation in, deny any person the benefits of, or otherwise discriminate against anyone in connection with the award and performance of any contract on the basis of race, religion, creed, medical condition, color, marital status, ancestry, sex, age, national origin or disability. In addition, the County requires that any consultant or consulting firm hired by the County to perform any work activity does

Request for Proposals Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090) 7 not discriminate against any employee or applicant for employment because of race, religion, creed, medical condition, color, marital status, ancestry, sex, age, national origin or disability.

Cost Proposal Consultants shall not include a cost proposal with the submittal of the Proposal. At the presentation and interview appointment, the Consultant shall submit a cost proposal. The cost proposal must be submitted in a separate, sealed envelope clearly marked on the outside of the envelope as follows:

Name of Consultant COST PROPOSAL Unauthorized personnel DO NOT OPEN Roadway Safety Signing Audit Project No. 1700, Federal Aid No. HRRRL 5932(090)

The cost proposal shall consist of an actual cost-plus-fixed fee, “not-to-exceed” price quotation and shall be prepared in accordance with the Local Assistance Procedures Manual, Exhibit 10-H (Example #1), attached hereto as Exhibit E. The cost proposal must include direct labor costs, indirect costs, general and administrative costs, other direct costs, sub-consultant costs, and net fee or profit.

SECTION V - Additional Information Pre-Award Audit The County will perform or contract to have performed a pre-award audit before award of any project if such audit is required to comply with Federal and State guidelines. Pre-award audits will be performed in accordance with generally accepted government auditing standards required by the United States General Accounting Office. Please prepare your proposal in accordance with the Caltrans Local Assistance Procedures Manual. Submission of Attachment I (of the Agreement) for the prime consultant and all sub-consultants will be required for contracts of $150,000 or more. Fee and Method of Payment County will negotiate a not-to-exceed fee for all services requested (broken down by task), to be negotiated after selection of the consultant. Progress payments will be made no more frequently than at monthly intervals and will be based upon the work completed by task at the close of the billing period. Invoices submitted without appropriate supporting documentation will be returned unpaid. Policy The Consultant shall comply with Title VI of the Civil Rights Act of 1964, as amended accordingly, 49 CFR, Part 21 through Appendix C.

This RFP does not obligate the County to award a contract, nor does it commit the County to pay for any costs associated with the preparation and submittal of a proposal. The Scope of Work is subject to modification as work progresses on each Task. Contacts and Questions Prospective proposers shall direct all questions in writing to:

Gaddiel DeMattei, PE, Assistant Engineer Community Resources Agency 48 W. Yaney (mail: 2 S. Green Street) Sonora, CA 95370 E-mail: [email protected]

Request for Proposals Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090) 8 The County will post the questions received, along with written responses, to the County website, www.tuolumnecounty.ca.gov, (click on “Bids, RFPs & RFQs” in the Business Section). The County’s responses will be considered incorporated into this RFP. It is the responsibility of the proposers to check the County website to review the questions and responses. See the Schedule below for the end of question period. Any oral responses to questions are not binding on the County.

Revised 11/1/2017: Tentative Schedule of Events • Request for Proposals circulated October 5, 2017 • Question and answer period ends November 23, 2017 • RFP Proposal Submittal Deadline November 30, 2017 • Consultant Notified of Proposal Ranking Status December 7, 2017 • Presentation and Interview Process December/January 2017 • Consultants Notified of Selection Status January 2018 • Notice to Proceed (Tentative) February 2018

Request for Proposals Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090) 9

This page is intentionally left blank

Request for Proposals – Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090) Exhibit A: Maps of Local Roads

Request for Proposals Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090)

This page is intentionally left blank

Request for Proposals Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090) Ü

Legend Local roads Highway Other roads

«¬108

«¬49

120/49 UV 120 UV120/108 «¬ «¬49 Tuolumne County Local Roads «¬132 0 3.25 6.5 13 19.5 26 Miles Legend Ü «¬108 Local roads Highway Other roads

«¬49

UV120/49

120 UV120/108 «¬

«¬49

Tuolumne County Local Roads 0 1.75 3.5 7 10.5 14 Miles «¬132 Ü Legend Local roads Highway Other roads

«¬108

Tuolumne County Local Roads 0 1.75 3.5 7 10.5 14 Miles Exhibit B: List of Local Roads

Road Name Segment Length Road Name Segment Length (mi) (mi) ABETO ST END TO ENEBRO WAY 0.776 BLACK BART DR JIM BRADY RD TO 0.168 ACORN DR WHITE THORN WY TO PHOENIX 0.455 DR LAKE RD BLACK HAWK DR TWAIN HARTE DR TO HIGHLAND DR 0.436 ACORN WY PINE LAKE DR TO PINE CONE RD 0.076 BLACK OAK CT LIVE OAK ST TO PELA RD 0.109 ADAMS CT WILLOW SPRINGS DR TO END 0.114 BLACK OAK DR MUIR AVE TO FULLER RD 0.429 AIRPORT RD PARROTTS FERRY RD TO END 0.222 BLACK RD HARPER RD TO END 0.112 ALAMEDA CT END TO ALAMEDA DR 0.043 BLACK RD STATE HWY 120 TO HARPER RD 0.09 ALAMEDA DR ZARZAMORA ST TO PEPITO DR 0.506 BLANCHARD PO RD MARSHES FLAT RD TO END 0.441 ALAZAN WY AVENIDA CENTRAL TO MONA CT 0.163 BLUE JAY CT ROBIN RD TO END 0.06 ALDER LN MEADOW BROOK DR TO END 0.539 BODENHAMMER AV OAK ST TO BOX FACTORY RD 0.161 ALLEY DR CIRCLE DR TO CIRCLE DR 0.209 BOITANO ROAD FERRETTI RD TO END 1.54 ALPINE CT ALPINE DR TO END 0.165 NORTH ALPINE DR OLD MONO RD TO LASSEN DR 0.615 BOITANO ROAD FERRETTI RD TO PML GATE 0.197 AMERICAN RIVER CRYSTAL FALLS DR TO CRYSTAL 0.746 SOUTH DR FALLS DR BOLIVAR CT PEPITO DR TO END 0.065 AMERICAN RIVER CRESTVIEW DR TO CRYSTAL FALLS 0.226 BONANZA DR (SV) PLACER DR TO STATE HWY 108 0.344 DR W DR BONANZA DR (TH) SOUTH FORK RD TO END 0.448 AMY DR CRESTVIEW DR/LYNN LN TO END 0.07 BONITA CT END TO ZARZAMORA ST 0.171 ANDERSON ST STATE HWY 120 TO END 0.08 BONNIE CT WILLOW SPRINGS DR TO END 0.061 ANDRA DR BLACK OAK RD TO DREW CT 0.123 BOOKER RD WARDS FERRY RD TO END 0.284 ANTONE ST 4TH AVE TO SIERRA AVE 0.034 BORDEN RD BIG HILL RD TO END 0.59 APP ST JACKSONVILLE RD TO END 0.079 BOTTINI APPLE LONG BARN-SUGAR PINE RD TO 0.808 APPALOOSA WY MT ELIZABETH DR TO MARTINGALE 0.191 RD STATE HWY 108 LN BOX FACTORY RD OAK ST TO END 0.09 APPLE COLONY RD MAPLE ST TO BAKERS GATE 1.47 BRET HARTE DR GOLF CLUB DR TO MINERS AVE 0.322 APPLE HILL DR END TO LYONS BALD MOUNTAIN RD 0.963 BROADHURST DR SOUTH FORK RD TO MIDDLECAMP 0.286 APPLE WY SOUTH FORK RD TO SIERRA PINE 0.07 SUGAR PINE RD AVE ST PARROTTS FERRY RD TO END 0.06 ARBOLADA DR MARIPOSA COUNTY LINE TO END 3.813 BROKEN BIT RD BROKEN PINE RD TO END 0.11 ARGYLE RD SHWY 108 TO END 0.286 BROKEN PINE RD HITCHING POST RD TO KEWIN MILL 0.44 ASELU CT LAMA RD HISUM TO END 0.03 RD ASPEN CIR HURON DR TO END 0.025 BROOK DR ALDER LN TO ALDER LN 0.79 ASPEN LN WHITE FIR DR N TO SUGAR PINE RD 0.051 BRUNETTE RD MARSHES FLAT RD TO END 0.182 ASPEN VALLEY RD EVERGREEN RD TO YOSEMITE 1.048 BUCHANAN RD FISH HATCHERY RD TO HUNTER CR 7.295 NATIONAL PARK BOUNDARY BUCKBOARD CT PACKTRAIL RD TO END 0.082 AUGUST CT GREENVIEW DR TO END 0.071 BUCKEYE CIR ONTARIO DR TO END 0.044 AVENIDA BONITA CAMPBELLS FLAT RD TO AVENIDA 0.93 BUCKEYE CT FALLEN LEAF DR TO END 0.04 BONITA NORTH BUENA VISTA PASEO DE LOS PORTALES TO END 0.16 AVENIDA BONITA AVENIDA BONITA TO AVENIDA 1.011 AVENIDA NORTH BONITA BUENA VISTA CT BUENA VISTA DR TO END 0.114 AVENIDA CENTRAL END TO MERCED FALLS RD 1.92 BUENA VISTA DR END TO END 1.01 AWAHANEE RD OX BOW LN NORTH TO KEWIN MILL 0.568 BUTTE CT MARIPOSA DR TO END 0.127 RD CADDO CIR OX-BOW LN NORTH TO END 0.445 AWANNATA PL TELELE TRAIL TO END 0.04 CADENA WY ARBOLADA DR TO MARIPOSA 0.606 BACK ST POWDER HOUSE ST TO STATE HWY 0.117 COUNTY LINE 120 CALAMITY JANE DR JIM BRADY RD TO BLACK BART DR 0.124 BAIRDS RD MERRELL RD TO END 0.13 CALEB CT JOSHUA WAY TO END 0.122 BAKER AV CARTER ST TO END 0.161 CALLE OESTE VIA SERENA TO VIA SERENA 0.498 BAMBI LN SNOWHITE RIDGE DR WEST TO END 0.188 CAMINO DEL PASEO DE LOS PORTALES TO 0.347 BARRO CT END TO ARBOLADA DR 0.19 PARQUE N CAMINO DEL PARQUE S BARRON RANCH RD BLACK OAK RD TO CNTY 0.1 CAMINO DEL PASEO DE LOS PORTALES TO 0.353 MAINTAINED SIGN PARQUE S CAMINO DEL PARQUE N BAY AVE MAIN ST TO MADRONE ST 0.288 CAMPBELLS FLAT CAMPO SECO RD TO END 0.928 BEATRICE AV SOUTH FORK RD TO SIERRA PINE 0.083 RD AVE CANADA ST HOYITO CIR TO ARBOLADA DR 0.289 BECK RD ELDER LN TO END 0.27 CANO CT END TO ENRAMADA DR 0.113 BECKWITH CIR SYLVA LN TO SYLVA LN 0.522 CANYON DR SUNRISE DR TO BUCHANAN RD 0.24 BECKWITH RD SYLVA LN TO SYLVA LN 0.326 CANYONVIEW DR PONDEROSA WAY TO EASTVIEW DR 1.129 BELLA PLAZUELA VIA SERENA TO END 0.078 CARDINELLA CT VALPARAISO ST TO END 0.095 BELLEVIEW CREEK PHOENIX LAKE RD TO END 0.397 CARLOTTA TERRACE PORCINA WAY TO END 0.123 RD CARLOZZI DR KELLEHER CT TO CAYLOR DR 0.265 BELMONT DR JOHNNY AVE TO NASHUA RD 0.12 CARMELITA LN AVENIDA CENTRAL TO BUENA 0.587 BENNETT RD HORSESHOE BEND RD TO CHILI 0.825 VISTA DR GULCH RD CARRIAGE RD WILD HORSE LANE TO END 0.153 BERG CT END TO BECKWITH CIR 0.07 CARTER ST GRAMMER SCHOOL TO CHESTNUT 0.372 BEV BARRON RD CURTIS CIR TO CURTIS CIR 0.343 AVE BIG CREEK SHAFT STATE HWY 120 TO END 1.08 CARTER ST TUOLUMNE RD TO CHESTNUT AVE 0.154 RD CASA LOMA RD END TO END 0.759 BIG OAK RD STATE HWY 120 TO WARDS FERRY 0.539 CASILLA CT ENRAMADA DR TO END 0.1 RD CASTILLO WY MERCED FALLS RD TO ARBOLADA 0.857 BIGLER ST STATE ST TO PACIFIC ST 0.135 DR BIRCH ST ROZIER AVE TO FIRST AVE 0.318 CATHOLIC STATE HWY 120 TO WARDS FERRY 0.239 BISORDI ST ELDER LN TO FERRETTI RD 0.139

Request for Proposals – Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090) Road Name Segment Length Road Name Segment Length (mi) (mi) CEMETERY ST RD CRYSTAL FALLS CT CRYSTAL FALLS DR TO END 0.094 CAVALIERI RD HWY 108 TO STATE HWY 108 0.524 CRYSTAL FALLS DR BEAR RIVER DR TO FEATHER RIVER 1.094 CAYLOR DR WILLOW SPRINGS DR TO WILLOW 0.942 DR SPRINGS DR CRYSTAL FALLS DR FEATHER RIVER DR TO CREEKSIDE 0.881 CEDAR DR JOAQUIN GULLY TO JOAQUIN 0.112 W DR GULLY CRYSTAL LAKE DR CRYSTAL FALLS DR TO AMERICAN 0.518 CEDAR PINES AV END TO EAST AVE 0.566 RIVER DR CEDAR RD PINE ROAD TO END 0.27 CRYSTAL RD SNOWBOWL RD TO END 0.125 CEDAR SPRINGS RD END TO CONFIDENCE RD 0.685 CURRY DR WEST WALNUT TO EUREKA RD 0.172 CEDAR SPRINGS RD CONFIDENCE RD TO TUOLUMNE RD 0.413 CURRY ST RED HILLS RD TO YOSEMITE ST 0.113 N CURTIS CIR BARRON RANCH RD TO CURTIS CIR 2.083 CEDAR ST MAPLE ST TO WOOLWORTH ST 0.666 CURTIS CT CURTIS CIR TO END 0.11 CEDRO CT END TO ARBOLADA DR 0.114 CYPRESS CIR ONTARIO DR TO END 0.065 CEMETERY LN (COL) SCHOOL HOUSE ST TO END 0.258 DANATA WY PASEO DE LOS ROBLES TO PASEO DE 0.088 CEMETERY LN (COL) ITALIAN BAR RD TO COLUMBIA ST 0.023 LOS PORTALES CEMETERY LN (TUO) CARTER ST TO END 0.229 DANE LN STATE HWY 49 TO COLUMBIA WAY 0.064 CEMETERY RD WOODS WAY TO STATE HWY 49 0.19 DAPPLE GREY LN QUARTER HORSE DR TO END 0.092 CHAMISE DR FOREST VISTA DR TO COFFILL RD 0.205 DARPINIAN WY SYLVA LN TO BECKWITH RD 0.095 CHARLOTTE CT WILLOW SPRINGS DR TO END 0.53 DEER FLAT RD STATE HWY 120 TO WARDS FERRY 1.505 CHEROKEE DR STRAUCH DR TO JOAQUIN GULLY 0.203 RD CHEROKEE RD E TUOLUMNE RD TO CHEROKEE RD 0.116 DEERFIELD DR FALLON DR TO WEST WALNUT 0.101 CHESTNUT AV PARKVIEW LN TO CARTER ST 0.162 DEERHAVEN DR CANYONVIEW DR TO CANYONVIEW 0.357 CHICKADEE LN TANAGER DR TO END 0.031 DR RD STATE HWY 49/108 TO END 0.97 DEL PARQUE CT PASEO DE LOS PORTALES TO END 0.105 CHIEF FULLER WAY PELA RD TO SIERRA PARK RD 0.253 DERBY DR JOHNNY AVE TO NASHUA RD 0.128 CHILI GULCH RD BENNETT RD TO NORTH AIRPORT RD 0.344 DIABLO CT CRYSTAL FALLS DR TO END 0.045 CHIPMUNK RD MEADOW LARK DR TO END 0.191 DIAMOND LILL WY JIM BRADY RD TO END 0.04 CHRISTIE MAY LN MONO WAY TO GOLD QUEEN MINE 0.033 DODGE RIDGE LOOP DODGE RIDGE RD TO DODGE RIDGE 1.331 RD RD RD CHURCH LN PARROTTS FERRY RD TO END 0.26 DODGE RIDGE RD DODGE RIDGE RD TO DODGE RIDGE 3.5 CHURCH ST (CC) WASHINGTON ST TO MAIN ST 0.01 RD CIRCLE DR (JT) STATE HWY 49 TO GOLF LINKS RD 0.284 DOFFLE MEYER RD CORCORAN GRAY RD TO END 0.27 CLARKS FORK RD STATE HWY 108 TO ICEBERG 9.17 DOGWOOD DR OAKVIEW DR TO END 0.123 MEADOW DOGWOOD LN WHITE FIR DR TO END 0.047 CLEMENTINE AV QUARTZ AVE TO BONANZA DR 0.08 DONOVAN ST MAIN ST TO SECO ST 0.139 CLEMENTS RD FERRETTI RD TO END 1.15 DOVE CT QUAIL DR TO END 0.067 CLINTON RD FERRETTI RD TO END 1.457 DREW CT ANDRA DR TO END 0.13 COFFIL RD STATE HWY 108 TO FOREST ROUTE 1.445 DUTCH MINE RD JACKSONVILLE RD TO END 0.2 02N38 EAST BROOKSIDE DR KEWIN MILL RD TO FOREST SERVICE 0.432 COLINA WY SALINAS ST TO ARBOLADA DR 0.328 BNDY NILE RIVER DR TO LONGEWAY RD 0.042 EAST ELLMARO DR ELLMARO DR TO END 0.095 DR NORTH EAST MEADOW LN FALLVIEW DR TO END 0.09 COLORADO RIVER END TO LONGEWAY RD 0.334 EAST WALNUT RACETRACK RD TO EUREKA RD 0.09 DR SOUTH EASTVIEW DR CANYONVIEW DR TO CANYONVIEW 0.366 COLUMBIA DR TUOLUMNE DR TO CRESTA DR 0.167 DR COLUMBIA RIVER CRYSTAL FALLS DR TO AMERICAN 0.367 EATON CT COVEY CIR TO END 0.159 DR RIVER DR EEL RIVER DR CRYSTAL FALLS DR TO AMERICAN 0.267 COLUMBIA ST PARROTTS FERRY RD TO CEMETERY 0.515 RIVER DR LN EGAN RD JACKSONVILLE RD TO END 0.584 COLUMBIA WAY SONORA CITY LIMITS TO STATE 0.515 EIGHTH AV 9TH ST TO 7TH ST 0.131 HWY 49 EIGHTH ST SIERRA AVE TO 8TH AVE 0.179 COLUMBINE LN WOODCHUCK RD TO END 0.066 EL CAPITAN WY MERRELL RD TO END 0.187 COMET MINE CT END TO SIRUS MINE LN 0.112 EL CERRITO WY BUENA VISTA DR TO SOLEDAD WAY 0.203 COMMERCIAL DR END TO INDUSTRIAL DR 0.092 NORTH COMMUNITY DR SOULSBYVILLE RD TO 0.128 EL CONEJO WY EL COYOTE DR TO EL VENADA 0.13 SOULSBYVILLE RD TRAIL CONFIDENCE RD CEDAR SPRINGS RD TO STATE HWY 2.857 EL COYOTE DR PASEO DE LOS PORTALES TO END 0.28 108 EL FARO WY AVENIDA CENTRAL TO BUENA 0.313 CONFIDENCE SOUTH STATE HWY 108 TO SOUTH FORK RD 1.576 VISTA DR FORK RD EL LOBO CENTER EL OSO WY TO END 0.13 CONSTANCE LN CIRCLE DR TO END 0.069 EL NARANJO ST PEPITO DR TO ALAMEDA DR 0.392 COOPERS CT LELAND DR TO END 0.091 EL OSO WY EL PUMA CIR TO END 0.39 CORCORAN GRAY WARDS FERRY RD TO END 2.83 EL PRADO RD LAS MORAS ST TO MERCED FALLS 0.506 RD RD CORDELIA AV HESS AVE TO MONO WAY 0.668 EL PUMA CIR PASEO DE LOS PORTALES TO EL OSO 0.265 CORTE DEL CIELO VIA REDONDA TO END 0.112 WAY CORTE DEL AVENIDA BONITA NORTH TO END 0.12 EL VENADA TRL EL OSO WAY TO PASEO DE LOS 0.26 MONTANA PORTALES CORTE PRIMERO VIA ESTE TO END 0.117 ELDER LN STATE HWY 120 TO PINE MTN DR 1.113 COVEY CIR CABEZUT RD TO CABEZUT RD 0.554 ELDERBERRY WY HEMLOCK ST TO FERRETTI RD 0.441 COW CREEK RD STATE HWY 108 TO STATE HWY108 0.841 ELLMARO DR LONGBARN RD TO EAST ELLMARO 0.038 CREEK CT CAYLOR DR TO END 0.026 DR CREEKSIDE DR CRESTVIEW DR TO PHOENIX LAKE 0.392 ELM AV OAK ST TO END 0.413 RD ELMORE RD STATE HWY 120 TO SIMITH STATION 0.83 CRESTA DR MANZANITA DR TO END 0.451 RD CRESTVIEW DR END TO BEAR RIVER DR 0.431 ELSEY CT MONO WAY TO END 0.07 CROCKER AV MADRONE ST TO END 0.118 ENCHANTED CT CANYONVIEW DR TO END 0.086

Request for Proposals – Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090)

Road Name Segment Length Road Name Segment Length (mi) (mi) ENEBRO WY END TO STATE HWY 132 0.46 HAIAPO CT HAIAPO RD TO END 0.022 ENRAMADA DR CADENA WAY TO ARBOLADA DR 1.28 HAIAPO RD LAMA RD TO LAMA RD TAMALIN 0.411 ENRAMADA DR GRANITE SPRINGS RD TO MARIPOSA 0.64 HALF DOME CT HARPER RD TO END 0.05 COUNTY LINE HANI DR MI WU ST TO HANI DR 0.671 EUREKA DR WEST WALNUT TO END 0.387 HARDIN FLAT RD STATE HWY 120 TO STATE HWY120 6.137 EVELYN CT END TO SYLVA LN 0.04 HARNEY RD JACKSONVILLE RD TO END 0.61 EVERGREEN DR CANYONVIEW DR TO END 0.116 HARPER RD BLACK RD TO EL CAPITAN WAY 1.488 EVERGREEN RD STATE HWY 120 TO MATHER RD 7.405 HARRISON DR LELAND DR TO LELAND DR 0.22 EVERGREEN WY RIDGEVIEW DR TO CRESTVIEW DR 0.198 HARVARD MINE RD STATE HWY 49/108 TO STATE HWY 0.862 FAIR OAKS CT THUNDERBOLT DR TO END 0.11 49/108 FALLEN LEAF DR ROLLING HILLS BLVD TO END 0.14 HAWK LANE END TO END 0.72 FALLON DR WEST WALNUT TO EUREKA RD 0.187 HAYES CT WHITE OAK DR TO END 0.095 FALLVIEW DR PHOENIX LAKE RD TO PHOENIX 0.885 HEKEKE LN YELLOW PINE DR TO LAMA RD 0.632 LAKE RD TEUMETE FALLVIEW LN FALLVIEW DR TO END 0.111 HELLS HOLLOW RD STATE HWY 120 TO END 1.84 FAUN CT WEST WALNUT TO END 0.031 HEMLOCK ST FERRETTI RD TO ELDERBERRY WAY 0.143 FEATHER RIVER DR CRYSTAL FALLS DR TO CRYSTAL 0.634 HENDERSON ST BIG OAK RD TO END 0.103 FALLS DR HERRING CREEK LN STATE HWY 108 TO FOREST SERVICE 0.24 FERNWOOD CT RIDGEVIEW DR TO END 0.033 BNDY FERNWOOD DR FALLEN LEAF DR TO END 0.147 HIEMA CT LAMA RD HISUM TO END 0.073 FIFTH AVE S NINTH ST TO SIERRA AVE 0.123 HIGH RD TWAIN HARTE DR TO END 0.13 FIR AV MAIN ST TO CEDAR ST 0.259 HIGHLAND DR TWAIN HARTE DR TO TWAIN HARTE 0.338 FIR DR (SONORA) MONO WAY TO END 0.337 DR FIR DR (TH) HIGHLAND DR TO EAST AVE 0.076 HIGHLANDER CT HIGHLANDER DR TO END 0.124 FIRST AV BUCHANAN RD TO END 0.29 HIGHLANDER DR MIDDLE CAMP SUGAR PINE RD TO 0.171 FISH HATCHERY RD BUCHANAN RD TO BASIN CREEK RD 1.981 END FLORENCE WY LAMBERT LAKE RD TO END 0.533 HIKI PL LAMA RD TAMALIN TO END 0.122 FOOLSGOLD ST BONANZA DR TO END 0.065 HILLCREST RD PONDEROSA DR TO TWAIN HARTE 0.082 FOOTHILL LN SOUTH CREEKSIDE DR TO END 0.06 DR FOREST VISTA DR CONFIDENCE RD TO COFFILL RD 0.485 HILLHAVEN RD CANYONVIEW DR TO END 0.05 FORTUNA MINE RD END TO BELLEVIEW CREEK RD 0.19 HILLSDALE DR MONO WAY TO END 0.51 FOURTH AV TENTH ST TO ANTONE ST 0.142 HILLSIDE DR W BROOKSIDE DR TO KEWIN MILL 0.091 FOURTH AV SEVENTH ST TO WILLOW ST 0.07 RD FRAGUERO RD STATE HWY 49 TO END 1.568 HILLTOP CIRCLE GREENVIEW DR TO HILLTOP CIR 0.348 FREMONT WAY KIT CARSON DR TO END 0.165 HILLVIEW CT WHITE OAK CT TO END 0.059 FRENCH FLAT RD RAWHIDE RD TO END 2.328 HITCHING POST RD N BEAR CLOVER CT TO END 0.467 FRIO CT ENRAMADA DR TO END 0.115 HODGE AV MAIN ST TO PINE ST 0.068 FULLER RD GOLF CLUB DR TO LITTLE FULLER 0.413 HOLLOW DR COVEY CIR TO COVEY CIR 0.183 RD HOLLY DR OAKVIEW DR TO END 0.075 FULTON ST BROADWAY ST TO BIGLER ST 0.174 HOPPER ST STATE HWY 120 TO END 0.051 GARDNER AVE BIRCH ST TO PINE ST 0.221 HORIZON CT CANYONVIEW DR TO END 0.084 GAUGHEN CT WILLOW SPRINGS DR TO END 0.08 HORSESHOE BEND SPRINGFIELD RD TO END 1.66 GEORGES DR STATE HWY 108 TO GEORGES DR 0.63 RD GERALDINE CIR GOOD SHEPHERD DR TO END 0.158 HOTAW CT HYDE ST TO END 0.034 GERBER RD PONDEROSA WAY TO TUOLUMNE RD 0.355 HOYITO CIR END TO CANADA ST 0.39 N HUDSON RD GOLD SPRINGS ST TO END 0.056 GIBBS DR RACETRACK RD TO GIBBS DR 0.73 HUMBUG ST STATE HWY 49/108 TO MAIN ST 0.043 GIBSON DR STATE HWY 108 TO END 0.05 HURON DR LAKEWOOD DR TO END 0.32 GLENWOOD RD FALLVIEW DR TO FALLVIEW DR 0.151 HUSTON AV END TO FOREST VISTA DR 0.089 GOLD QUEEN MINE SEABORN RD TO CHRISTIE MAY 0.194 HYDE ST FORTUNA MINE RD TO ACORN DR 0.19 RD LANE IDLEWILD LN HILLTOP CIR TO LEISURE DR 0.077 GOLD SPRINGS DR END TO PARROTTS FERRY RD 0.734 INDUSTRIAL DR END TO MONO WAY 0.12 GOLD ST N JACKSON ST TO END 0.16 INYO DR SHASTA DR TO END 0.363 GOLDEN ARROW RD HARDEN FLAT RD TO STATE HWY 0.141 ISABEL WY END TO STATE HWY 132 0.23 120 ISABELLA ST END TO PORCINA WAY 0.1 GOLF CLUB DR FULLER RD TO END 1.03 ITALIAN BAR RD SOUTH FORK RD TO JACKSON ST 25.655 GOLF LINKS DR PINE LAKE DR TO PELA RD 0.572 JACK PAGE RD STATE HWY 49 TO END 0.356 GOLF LINKS RD STATE HWY 108/49 TO JAMESTOWN 0.838 JACKASS HILL RD STATE HWY 49 TO END 0.762 RD JACKSON ST (CO) PARROTTS FERRY RD TO NORTH 0.047 GOOD SHEPHERD RD SOUTH FORK RD TO END 0.324 GOLD ST GOPHER DR DEERFIELD DR TO WEST WALNUT 0.497 JACKSONVILLE RD STENT CUT OFF TO CAMPO SECO RD 1.886 GORDON DR TANNER DR TO END 0.056 JARA CT LLANURA DR TO END 0.106 GRANDVIEW CT HILLSDALE DR TO END 0.065 JASPER RD LA GRANGE RD TO END 0.08 GRANITE SPRINGS MARIPOSA COUNTY LINE TO STATE 0.123 JEANESE DR CHICKEN RANCH RD TO MARGARET 0.191 RD HWY 132 DR GRAY RD STATE HWY 108 TO END 0.09 JEANITA LN KOME RD TO WUKE LN 0.194 GREEN MEADOW LN RIDGEVIEW DR TO SOUTH 0.25 JEFFREY ST JUNIPER ST TO WHITE FIR N 0.051 CREEKSIDE DR JENNESS RD STATE HWY 108 TO END 0.323 GREEN SPRINGS RD STATE HWY 120/108 TO LA GRANGE 1.377 JIM BRADY RD SECO ST (JT) TO CALAMITY JANE DR 0.252 RD JOHNNY AV RACETRACK RD TO JAMESTOWN RD 0.27 GREEN ST NORTH GOLD ST NO TO END 0.2 JOSHUA WY TERRACE DR TO END 0.928 GREENOAKS CT EVERGREEN WAY TO END 0.12 JUAN CT PEPITO DR TO END 0.062 GREENVIEW DR LEISURE DR TO END 0.387 JUNE CT CRESTVIEW DR TO END 0.07 GREENWOOD WY FALLEN LEAF DR TO END 0.06 JUNIPER ST LIVE OAK ST TO JEFFERY ST 0.083 GRIZZLY RD STATE HWY 120 TO END 1.87 JUSTICE CENTER DR OLD WARDS FERRY RD TO END 0.166 HACKAMORE CT RUSTY SPUR RD TO END 0.05 KALANU PL LAMA RD HISUM TO END 0.137

Request for Proposals – Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090)

Road Name Segment Length Road Name Segment Length (mi) (mi) KANAKA POINT RD JACKSONVILLE RD TO END 0.201 LONG BARN RD STATE HWY 108 TO STATE HWY 108 1.427 KAREN CT BECKWITH CIR TO END 0.031 LONG BARN SUGAR LONGBARN RD TO MUHELI RD 3.327 KAY CT MCKELLAR DR TO END 0.047 PINE RD KEBRA LN APPLE HILL DR TO END 0.12 LONGFELLOW RD BIG OAK RD TO END 0.53 KEITH CT CAYLOR DR TO END 0.072 LOOKOUT DR CRESTA DR TO END 0.099 KELLEHER CT CAYLOR DR TO END 0.194 LOOP ST PARROTTS FERRY RD TO PARROTTS 0.076 KELLY LOOP LAMBERT LAKE RD TO LAMBERT 0.501 FERRY RD LAKE RD LORRAINE LN APPLE HILL DR TO END 0.121 KELSO CT JOHNNY AVE TO END 0.051 LOWER HILLVIEW ALDER LN TO END 0.585 KERN CT LASSEN WAY TO END 0.125 DR KERNS DR INYO DR TO END 0.676 LOZANO ST MARIPOSA COUNTY LINE TO END 0.32 KIKU LN LAMA RD TO PELA RD 0.279 LUCERO CT PEPITO DR TO END 0.112 KING ARTHURS CT ROBIN HOOD DR TO END 0.089 LUCKY STRIKE TRL LONGEWAY RD TO END 0.23 KINGLET CT TANAGER DR TO END 0.056 LULU MINE RD JACKSONVILLE RD TO 0.194 KINGS CT SOULSBYVILLE RD TO END 0.129 JACKSONVILLE RD KINGS RD FERRETTI RD TO END 0.366 LUPITA WY VALVERDE WAY TO BONITA CT 0.081 KIRK ALLEN LN END TO APPLE HILL DR 0.116 MADRESELVA ST ARBOLADA DR TO ARBOLADA DR 0.653 KIT CARSON DR SOUTH FORK RD TO END 0.288 MADRONE ST MAPLE AVE TO WOOLWORTH AVE 0.67 KLIEN ST JACKSONVILLE RD TO 0.181 MAIDEN LN (CC) WASHINGTON ST TO CURRY ST 0.174 JACKSONVILLE RD MAIDEN LN (COL) CHURCH LN TO END 0.272 KOME RD LAMA RD TO PELA RD 0.252 MAIN ST (CC) WASHINGTON ST TO END 0.347 KOTEO CT KOTEO LN TO END 0.061 MAIN ST (COL) FULTON ST TO JACKSON ST 0.276 KOTEO LN SIERRA PARK RD TO END 0.266 MAIN ST (TUO) BAY AVE TO END 0.144 KRZYWICKI CT KELLEHER CT TO END 0.049 MANZANITA DR JOAQUIN GULLY TO END 0.13 KUTCI CT KUTCI DR TO END 0.027 MANZANITA ST PINE LAKE DR TO LIVE OAK ST 0.207 KUTCI DR PAIPU RD TO LAMA RD 0.416 MAPLE AV (TH) SUGAR PINE DR TO SEQUOIA DR 0.088 LADERA WY STATE HWY 132 TO ARBOLADA DR 0.875 MAPLE AV (TUO) OAK ST TO END 0.309 LAKE PARK SOUTH PINECREST LAKE RD TO PINECREST 0.207 MARBLE QUARRY PARROTTS FERRY RD TO END 0.592 LAKE RD RD LAKESIDE CT LAKESIDE DR TO END 0.082 MARGARET DR CHICKEN RANCH RD TO JEANESE DR 0.264 LAKESIDE DR OLD PHOENIX LAKE RD TO END 0.493 MARIPOSA CT END TO EL NARANJO ST 0.08 LAKEVIEW CT MEADOW LN TO END 0.028 MARIPOSA DR UTAH DR TO END 0.468 LAKEVIEW DR GOLF CLUB DR TO LAKEVIEW DR 0.392 MARK TWAIN DR SIERRA DR TO SIERRA DR / MONO 0.436 LAKEWOOD DR MIDDLE CAMP SUGAR PINE RD TO 0.585 PASS END MARQUIS DR TWAIN HARTE DR TO GOLF CLUB DR 0.161 LAMA CT LAMA RD TAMALIN TO END 0.042 MARSHALL WAY KIT CARSON DR TO END 0.126 LAMA RD CHIEF FULLER WAY TO HAIAPO RD 0.725 MARSHES FLAT RD MARIPOSA COUNTY LINE TO STATE 8.41 LAMA RD HISUM OLO WIN TRAIL TO OLO WIN TRAIL 0.495 HWY 49 LAMA RD TAMALIN OLO WIN TRAIL TO LAMA RD 0.683 MARTINGALE LN MT ELIZABETH DR TO MT 0.335 LAMA RD TEUMETE HAIAPO RD TO OLO WIN TRAIL 0.807 ELIZABETH DR LAMBERT LAKE RD JOSHUA WAY TO END 0.515 MCKAMEY CT PHOENIX LAKE RD TO END 0.071 LANE CT END TO BECKWITH CIR 0.054 MCKELLER DR END TO PARROTTS FERRY RD 0.138 LARAMIE LN BONANZA DR TO BONANZA DR 0.202 MCKIBBIN DR GOLF LINKS RD TO CIRCLE DR 0.508 LARK DR QUAIL DR TO MIDDLECAMP RD 0.289 MCRAE RD ALGERINE RD TO END 0.06 LAS FLORES CT ZARZAMORA ST TO END 0.431 MEADOW BROOK DR PHOENIX LAKE RD TO END 0.626 LAS MORAS ST STATE HWY 132 TO MERCED FALLS 0.318 MEADOW CT MEADOW LN TO END 0.026 RD MEADOW DR TWAIN HARTE DR TO END 0.142 LAS PALMAS WY STATE HWY 132 TO EL PRADO RD 0.241 MEADOW LARK DR DRAPER MINE ROAD TO END 0.194 LASSEN CT LASSEN WAY TO END 0.101 MEADOW LN (BIG BIG HILL RD TO END 0.22 LASSEN DR LASSEN WAY TO STATE HWY 108 1.143 HILL) LASSEN WAY LASSEN DR TO ALPINE DR 0.064 MEADOW LN (TH) MEADOW DR TO FULLER RD 0.067 LAURA LN HESS AVE TO SOUTH CT 0.095 MEADOW VIEW RD STRAWBERRY RD TO PINECREST 0.157 LAKE RD LAUREL AVE (TH) MAPLE AVE TO END 0.09 MEDINA CT END TO PENASCAL RD 0.094 LAUREL AVE (TUO) MAIN ST TO END 0.448 MELONES CT STATE HWY 49 TO END 0.172 LAVA RD TWAIN HARTE DR TO END 0.21 MEMORIAL DR STATE HWY 120 TO END 0.421 LAVENE CT KOME RD TO END 0.041 MERRELL RD END TO HARPER RD 1.214 LAVENE LN KOME RD TO WUKE LN 0.181 MERRELL RD HARPER RD TO STATE HWY 120 1.056 LAWLER DR CARRLOZZI DR TO OMAN DR 0.162 MERRILL SPRINGS LONG BARN RD TO 3N01 1.8 LEISURE DR STATE HWY 108 TO IDLE WILD LN 0.256 RD LEKA RD LAMA RD HISUM TO END 0.084 MI WU ST TUOLUMNE RD N TO END 1.25 LELAND CREEK RD STATE HWY 108 TO COW CREEK RD 0.04 MICHELE LN END TO TIFFENI DR 0.09 LELAND CT LELAND MEADOW RD TO END 0.031 MIDLAND DR PHOENIX LAKE RD TO END 0.451 LELAND DR RACE TRACK RD TO END 0.39 MILL VILLA RD STATE HWY 49/108 TO END 0.086 LELAND MEADOW STATE HWY 108 TO UPPER LELAND 1.908 MINERS AV PLACER DR TO BLACK OAK DR 0.112 RD RD MOCCASIN CREEK STATE HWY 120 TO END 0.57 LILAC LN (MI-WK RED CEDAR ST TO END 0.085 RD VLG) MOCCASIN STATE HWY 49 TO STATE HWY 120 0.787 LILE WAY KOTEO LN TO MUHELI RD 0.124 SWITCHBACK LINALANE HILLCREST RD TO WOODWARDIA RD 0.133 MODOC DR LASSEN DR TO END 0.218 LITTLE JOHN RD ROBIN HOOD DR TO ROBIN HOOD DR 0.306 MOLINA ST END TO ARBOLADA DR 0.297 LIVE OAK ST MANZANITA ST TO SUGAR PINE RD 0.151 MONA CT ZARZAMORA ST TO END 0.131 LIVERMORE CT TANNER DR TO END 0.408 MONO DR (LNG BRN) LONGBARN RD TO MONO DR 0.294 LLANURA CT END TO LLANURA DR 0.092 MONO DR (TH) TWAIN HARTE DR TO END 0.382 LLANURA DR MOLINA ST TO END 0.84 MONO PASS MARK TWAIN DR TO STRAUCH DR 0.064 LOCUST ST MAPLE ST TO END 0.055 MONO VISTA RD NORTH SUNSHINE RD TO END 0.133 LONG BARN CT LONGBARN RD TO END 0.269

Request for Proposals – Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090)

Road Name Segment Length Road Name Segment Length (mi) (mi) NORTH ONTARIO DR HURON DR TO SUPERIOR DR 0.628 MOONBEAM CIR CANYONVIEW DR TO END 0.061 ORIOLE LN TANAGER DR TO TANAGER DR 0.136 MORMON CREEK RD STATE HWY 49 TO END 0.35 OX BOW LN NORTH HITCHING POST RD TO KEWIN MILL 1.231 MORRIS RD TUOLUMNE RD TO TUOLUMNE RD 0.459 RD MOTHER LODE DR TUOLUMNE RD TO JOAQUIN GULLY 0.127 OX BOW LN SOUTH PACKTRAIL RD TO HITCHING POST 0.596 MOUNT BROW RD STATE HWY 49 TO SHAWS FLAT RD 1.162 RD MOUNT EATON RD APPLE COLONY RD TO END 0.5 PACIFIC ST BROADWAY ST TO BIGLER ST 0.18 MOUNT ECHO RD CURTIS CIR TO END 0.12 PACK TRAIL RD BUCKBOARD CT TO HITCHING POST 0.41 MOUNT ELIZABETH KEWIN MILL RD TO 2N26 0.35 RD DR PAIPU RD KIKU LN TO END 0.33 MOUNT EVEREST CT END TO SMOKEY RIVER DR 0.233 PALAPETA LN KUTCI DR TO LAMA RD 0.143 MOUNTAIN DR CRESTA DR TO END 0.1 PALOMINO LN WILD HORSE LN TO END 0.07 MOUNTAIN OAK CT WILD OAK DR TO END 0.066 PARK WAY RD DODGE RIDGE RD TO PINECREST 0.051 MOUNTAIN VIEW RD MONO WAY TO FIR DRIVE 1.71 LAKE RD MUELLER DR FERRETTI RD TO TANNAHILL DR 0.229 PARRA CT END TO MERCED FALLS RD 0.11 MUHELI RD PAIPU RD TO LONG BARN SUGAR 0.783 PASEO DE LOS PHOENIX LAKE RD TO EL VENADA 0.83 PINE RD PORTALES TRL MUIR AV GOLF CLUB DR TO FULLER RD 0.214 PASEO DE LOS PASEO DE LOS PORTALES TO BUENA 0.635 MURPHY RD LIME KILN RD TO OLD WARDS 2.224 ROBLES VISTA AVENIDA FERRY RD PAUMMA PL LAMA RD TEUMETE TO END 0.07 MUSANTE ST SCHOOL ST TO END 0.1 PEACEFUL OAK CT PEACEFUL OAK RD TO END 0.033 MUYU CT TELELE TRL TO END 0.027 PEACEFUL VALLEY MONO WAY TO END 0.545 NASHUA RD JOHNNY AVE TO END 0.408 RD NATHAN CT GOPHER DR TO END 0.07 PELA CUTOFF PELA RD TO STATE HWY 108 0.029 NAVARRO CT END TO NAVARRO ST 0.07 PELA RD STATE HWY 108 TO END 0.594 NAVARRO ST MERCED FALLS RD TO PEPITO DR 0.752 PENASCAL RD ZARZAMORA ST TO END 0.454 NELSON RD CHICKEN RANCH RD TO END 0.314 PENOLE PEAK RD STATE HWY 132 TO END NEW PEORIA FLAT O'BYRNES FERRY RD TO END 3 PEORIA FLAT RD NEW PEORIA FLAT RD TO GATE 0.014 RD PEPITO CT END TO PEPITO DR 0.073 NIAGARA RIVER DR LONGEWAY RD TO CRYSTAL FALLS 0.208 PEPITO DR STATE HWY 132 TO MERCED FALLS 1.735 DR RD NIKKI CT END TO JOHNNY AVE 0.033 PETTICOAT BLACK BART DR TO JIM BRADY RD 0.099 NILE RIVER DR COLORADO RIVER DR N TO MIDDLE 0.901 JUNCTION DR CAMP RD PHELAN MOGAN RD FERRETTI RD TO END 0.6 NINTH ST RESERVOIR RD TO END 0.187 PHILLIP LN APPLE HILL DR TO END 0.122 NINTH ST SECO ST TO SIERRA AVE 0.144 PIN OAK CT ROLLING OAKS DR TO END 0.036 NORTH AIRPORT RD PARROTTS FERRY RD TO END 1.42 PINE ACRES DR STATE HWY 108 TO END 0.07 NORTH BEAR HITCHING POST RD TO END 0.054 PINE CONE RD PINE LAKE DR TO GOLF LINKS DR 0.329 CLOVER CT PINE LAKE CT PINE LAKE DR TO END 0.028 NORTH CT LAURA LN TO END 0.107 PINE LAKE DR SUGAR PINE RD TO END 1.08 NORTH DOME CT MERRELL RD TO END 0.13 PINE MOUNTAIN DR FERRETTI RD TO ELDER LN 0.121 NORTH DR McKIBBIN DR TO McKIBBIN DR 0.471 PINE RD FIR DR TO END 0.205 NORTH FORK RD LONGBARN RD TO MERRILL 1.386 PINE ST END TO TUOLUMNE RD 0.556 SPRINGS RD PINECREST AVE PINECREST LAKE RD TO PINECREST 0.686 NUECES CT END TO PENASCAL RD 0.083 LAKE RD NUGGET AV QUARTZ AVE TO PROSPECTOR DR 0.139 PINECREST DUMP RD STATE HWY 108 TO END 0.158 NUKA TRAIL LAMA RD TEUMETE TO LAMA RD 0.227 PINECREST LAKE RD PINECREST LOOP RD TO END 0.27 TAMALIN PINECREST LOOP RD PINECREST AVE TO PINECREST LAKE 0.105 OAK CREEK CT ROLLING OAKS DR TO END 0.043 RD OAK KNOLL RD MEADOW BROOK TO END 0.266 PINECREST RAMP RD PINECREST LOOP RD TO USFS RD # 0.093 OAK LEAF CT ROLLING OAKS DR TO END 0.04 N7806 OAK RD PINE RD TO END 0.063 PINECREST SCHOOL DODGE RIDGE RD TO END 0.15 OAK RIDGE CT OAK RIDGE RD TO END 0.037 RD OAK RIDGE DR BIG HILL RD TO END 0.324 PINEVIEW DR FULLER RD TO SIERRA DR 0.08 OAK ST (TUO) YOSEMITE ST TO WILLOW AVE 0.546 PINO CT END TO ARBOLADA DR 0.091 OAK VIEW DR CRESTA DR TO CRESTA DR 0.281 PINTO RD QUARTER HORSE DR TO END 0.069 OAKMONT CT WILD OAK DR TO END 0.038 PIPIT CT TANAGER DR TO END 0.071 OAKWOOD CT ROCKRIDGE WAY TO END 0.036 PLACER AVE (SV) QUARTZ AVE TO PROSPECTOR DR 0.119 OLD DON PEDRO RD LA GRANGE RD TO END 5.17 PLACER DR (TH) GOLF CLUB DRIVE TO FULLER ROAD 0.415 OLD HIGHWAY 120 STATE HWY 120 TO STATE HWY 120 1.824 PLAINVIEW RD STATE HWY 108 TO END (GATED) 0.4 OLD MONO RD LASSEN DR TO END 0.485 PLAZA DEL SUR VIA SERENA TO END 0.111 OLD MONO RD STATE HWY 108 TO END 0.48 PLAZA ORIENTE VIA SERENA TO END 0.125 OLD OAK RANCH RD BIG HILL RD TO END 1.35 POCO CALLE LOS ROBLES TO LOS ROBLES 0.261 OLD PHOENIX LAKE PHOENIX LAKE RD TO PHOENIX 0.396 POKIE DR OMAN DR TO END 0.107 RD LAKE RD PONDEROSA DR (TH) TWAIN HARTE DR TO HILLCREST RD 0.358 OLD SONORA STATE HWY 49 TO STATE HWY 49 0.616 PONDEROSA LN STATE HWY 120 TO HOPPER ST 0.06 COLUMBIA RD PONDEROSA WAY GERBER RD TO END 1.173 OLD STRAWBERRY OLD STRAWBERRY RD TO STATE 0.49 PONYTAIL CT KEWIN MILL RD TO END 0.098 DR HWY 108 POPLAR CIR SUPERIOR DR TO END 0.036 OLD STRAWBERRY STATE HWY 108 TO STATE HWY 108 3.412 PORCINA WY GOLD SPRINGS ST TO PARROTTS 0.656 RD FERRY RD OLD WARDS FERRY JACOBS RD TO WARDS FERRY RD 2.029 POTRERO CT END TO POTRERO WAY 0.071 RD POTRERO WY PEPITO DR TO PEPITO DR 0.382 OLO WIN TRAIL LAMA RD TEUMETE TO LAMA RD 0.446 POWDER HOUSE ST STATE HWY 120 TO END 0.21 HISUM POZUELO CT END TO MOLINA ST 0.084 OLOV RD FLORENCE WAY TO END 0.21 PRADERA REAL RD CAMPO SECO RD TO CAMPO SECO 0.482 OMAN DR LAWLER DR TO END 0.78 RD

Request for Proposals – Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090)

Road Name Segment Length Road Name Segment Length (mi) (mi) PRIMROSE LN WOODCHUCK RD TO END 0.06 SHASTA DR MODOC DR TO END 0.278 PROSPECTOR DR PLACER DR TO END 0.222 SHAWMUT RD STATE HWY 120 TO END 1.73 PROVIDENCE ST END TO GOLD SPRINGS DR 0.104 SHAWNEE RD LELAND DR TO LELAND DR 0.102 PULPIT ROCK RD RAWHIDE RD TO PULPIT ROCK RD 0.14 SHAWS FLAT SHAWS FLAT RD TO SHAWS FLAT RD 0.422 QUAIL DR MIDDLE CAMP RD TO END 0.278 SCHOOL RD QUAIL HOLLOW CT FALLON DR TO END 0.09 SHELL RD PEORIA FLAT TO RAWHIDE RD 1.67 QUARTER HORSE DR EAST BROOKSIDE DR TO END 0.252 SHERRY CT SHERRY LN TO END 0.084 QUARTZ AV PLACER DR TO POSPECTOR DR 0.281 SHERRY LN LIVERMORE CT TO LIVERMORE CT 0.151 QUARTZ ST APP ST TO DUTCH MINE RD 0.074 SHERWOOD FOREST SNOWHITE RIDGE DR EAST TO END 0.114 RAINIER CT CRYSTAL FALLS DR TO END 0.065 LN RAMOS CREEK RD END TO DON PEDRO BAR RD SHOP ST CATHOLIC CEMETERY ST TO WARDS 0.165 RATTO RD JAMESTOWN RD TO END 0.52 FERRY RD RED CEDAR ST WHITE FIR S TO WHITE FIR N 0.218 SIERRA DR FULLER RD TO MARK TWAIN DR 0.582 RED NECK RIDGE RD HIGHLANDER DR TO END 0.231 SIERRA PARK RD MUHELI RD TO STATE HWY 108 0.383 RED OAK DR ROLLING OAKS DR TO RIVER OAK 0.104 SIERRA PINE AV MIDDLE CAMP SUGAR PINE RD TO 0.348 CT SOUTH FORK RD RED RIVER DR SMOKEY RIVER DR TO LONGEWAY 0.284 SILVER ST STATE ST TO END 0.05 RD SIMS RD REDHILL RD TO STATE HWY 49 2.291 REDBUD DR GIBBS DR TO LELAND DR 0.231 SIRUS MINE LN END TO FORTUNA MINE RD 0.098 REDWOOD CT REDWOOD DR TO END 0.117 SISKIYOU DR MARIPOSA DR TO MARIPOSA DR 0.165 REDWOOD DR PINE LAKE DR TO PINE LAKE DR 0.361 SIXTH AV NINTH ST TO SEVENTH ST 0.16 RESERVOIR RD NINTH ST TO END 0.22 SKYLINE RD PONDEROSA WAY TO SKYLINE RD 0.486 REYNOLDS FERRY STATE HWY 49 TO END 2.895 SLIDE INN ST LONG BARN RD TO END 0.132 RD SMOKEY RIVER DR COLORADO RIVER DR SOUTH TO 0.629 RHINE RIVER DR LONGEWAY RD TO RHINE RIVER DR 0.255 LONGEWAY RD EAST WEST SNO-BOWL RD END TO END 0.267 RHINE RIVER DR LONGEWAY RD TO RHINE RIVER DR 0.2 SNO-BOWL RD STATE HWY 108 TO SNO-BOWL RD 0.086 WEST EAST SNOW AV SLIDE INN ST TO END 0.14 RIDGEVIEW CT GLENWOOD RD TO END 0.041 SNOWWHITE RIDGE END TO SHERWOOD FOREST 0.37 RIDGEVIEW DR SOUTH CREEKSIDE DR TO END 0.69 DR EAST LANE/SNOWHITE DR WEST RIDGEWOOD CT RIDGEWOOD DR TO END 0.119 SNOWWHITE RIDGE FOREST LANE / SNOWHITE RIDGE 0.388 RIVER OAK CT END TO ROLLING OAKS DR 0.1 DR WEST EAST TO STATE HWY 108 RIVER RD JACKSONVILLE RD TO END (DIRT) 1.82 SOLEDAD WY N EL CERRITO WAY TO ZARZAMORA 0.298 ROBIN HOOD CT SNOWHITE RIDGE DR WEST TO END 0.067 ST ROBIN HOOD DR TUOLUMNE RD N TO TUOLUMNE RD 0.774 SOLEDAD WY S SOLEDAD WAY N TO ZARZAMORA 0.418 N ST ROBIN RD QUAIL DR TO MIDDLE CAMP RD 0.378 SOLITAIRE CT HAWK LN S TO END 0.033 ROCK RIVER RD STANISLAUS COUNTY LINE TO 6.958 SOMMETTE DR PHOENIX LAKE DR TO END 0.463 GRANITE SPRINGS RD SOMMETTE DR PEACEFUL OAK RD TO END 0.453 ROCKRIDGE WY HILLSDALE DRI TO END 0.27 SONORA DR LAKE VIEW DR TO GOLF CLUB DR 0.052 ROGUE RIVER CT CRYSTAL FALLS DR TO END 0.11 SOUTH AIRPORT RD HORSESHOE BEND RD TO END 0.62 ROLFE RD PHELAN MORGAN RD TO END 0.18 SOUTH BEAR HITCHING POST RD TO END 0.06 ROLLING HILLS STATE HWY 49/108 TO END 0.201 CLOVER CT BLVD SOUTH CREEKSIDE CRESTVIEW DR TO GREEN MEADOW 0.737 ROLLING OAKS DR SECO ST TO END 0.297 DR LN ROZIER AV OAK ST TO BIRCH ST 0.324 SOUTH CT LAURA LN TO END 0.207 RUSSIAN RIVER DR FEATHER RIVER DR TO CRYSTAL 0.19 SOUTH FORK RD MIDDLE CAMP RD TO ITALIAN BAR 4.14 FALLS DR RD RUSTY SPUR RD OXBOW SOUTH TO HACKAMORE CT 0.082 SOUTH GOLD ST PARROTTS FERRY RD TO STATE ST 0.151 RYAN CT TIFFENI DR TO END 0.095 SOUTH SUNSHINE NORTH SUNSHINE RD TO END 0.195 SALINAS ST END TO ARBOLADA DR 0.37 RD SALLANDER DR CREEKSIDE DR TO CREEKSIDE DR 0.721 SPANISH GRANT DR LONGEWAY RD TO END 0.18 SALLY CT END TO BECKWITH CIR 0.057 SPRAGUE RD W STATE HWY 120 TO STATE HWY 120 0.887 SANDY CT LOWER HILLVIEW DR TO END 0.085 SPRINGFIELD RD STATE HWY 49 TO SHAWS FLAT RD 0.722 SARATOGA RD SHAWS FLAT RD TO SONORA CITY 0.28 SPRUCE DR SUGAR PINE DR TO END 0.414 LIMITS STABLE RD STAGECOACH DR TO HITCHING POST 0.384 SCENIC DR (LONG LONGBARN RD TO END 0.135 RD BARN) STAG CIR CANYONVIEW DR TO END 0.098 SCENIC HEIGHTS CT LONGEWAY RD TO END 0.094 STAGE COACH DR STABLE RD TO END 0.118 SCENIC HEIGHTS DR LONGEWAY RD FOR 544.1 FEET 0.1 STARDUST WAY CANYONVIEW DR TO PONDEROSA 0.211 SCHOOL HOUSE ST PACIFIC ST TO CEMETERY LN 0.103 WAY SCHOOL ST (BOF) STATE HWY 120 TO END 0.13 STATE ST END TO BIGLER ST 0.377 SCOFIELD ST STATE HWY 120 TO BIG OAK RD 0.104 STEVEN CT CHARLOTTE CT TO END 0.12 SCOTT BROTHERS END TO TUOLUMNE RD N 0.126 STONE LN HILLSDALE DR TO END 0.322 DR STONY CT END TO PENASAL RD 0.093 SEABORN RD END TO GOLD QUEEN MINE RD 0.053 STRAUCH DR JOAQUIN GULLY TO CHEROKEE DR 0.386 SECO TERRACE DR CAMPO SECO RD TO END (OLD DUMP 0.26 SUEZ CANAL DR COLORADO RIVER DR N TO NILE 0.088 GATED) RIVER DR SEMINOLE DR END TO VALPARAISO ST 0.161 SUGAR PINE CUTOFF STATE HWY 108 TO SUGAR PINE RD 0.033 SEQUOIA DR HIGHLAND DR TO EAST AVE 0.264 SUGAR PINE DR HIGHLAND DR TO TAMARACK DR 0.116 SEQUOIA LN HIGHLAND DR TO END 0.05 SUGAR PINE RD STATE HWY 108 TO STATE HWY 108 0.762 SEVENTH AV RESERVIOR RD TO SEVENTH ST 0.199 SULLIVAN CREEK STATE HWY 108 TO IVY DR 0.265 SEVENTH ST FOURTH AVE TO EIGHTH AVE 0.226 RD SHADY DAWN LN FERNWOOD DR TO END 0.111 SUMMERHILL DR OLD STRAWBERRY RD TO OLD 0.622 STRAWBERRY RD SHADYBROOK DR WILDWOOD DR TO END 0.168 SUNNY CIR HILLSDALE DR TO SUNNY CIR 0.299 SHANNON DR BECKWITH RD TO CABEZUT RD 0.078 SUNRISE DR (TUO) BUCHANAN RD TO END 0.253

Request for Proposals – Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090)

Road Name Segment Length Road Name Segment Length (mi) (mi) SUNRISE WAY SKYLINE RD TO END 0.042 WARDS FERRY RD SUNSWEPT DR TUOLUMNE RD N TO END 0.371 WASATCH CRYSTAL LAKE DR TO CRYSTAL 0.218 SUPERIOR DR ONTARIO DR TO SOUTH FORK RD 0.356 MOUNTAIN DR LAKE DR SURREY LN DAPPLE GREY LN TO END 0.051 WASHINGTON ST MAIN ST (CC) TO END 0.247 SUSU CT LAMA RD HISUM TO END 0.048 (CC) SUZANNE CT BLACK BART DR TO END 0.073 WASHINGTON ST PARROTTS FERRY RD TO MAIN ST 0.06 SYLVA LN CABEZUT RD TO END 0.576 (COL) (COL) TAISMU CT LAMA RD HISUM TO END 0.032 WATER OAK DR PHOENIX LAKE RD TO ACORN DR 0.227 TAMALPAIS CT AMERICAN RIVER DR TO END 0.055 WAWONA DR EL CAPITAN WAY TO EL CAPITAN 0.19 TAMARACK DR SUGAR PINE DR TO END 0.324 WAY TANAGER DR MIDDLE CAMP RD TO MIDDLE CAMP 0.663 WEST CARTER ST GARDNER AVE TO TUOLUMNE RD 0.026 RD WEST ELLMARO DR ELLMARO RD TO END 0.11 TANNER DR WILLOW SPIRINGS DR TO 0.289 WEST MONO RD LASSEN DR TO STATE HWY 108 0.182 CHARLOTTE CT WEST WALNUT RACETRACK RD TO GOPHER DR 0.432 TATU AV BLACK OAK DR TO FULLER RD 0.066 WESTVIEW DR CANYONVIEW DR TO END 0.092 TEHACHAPI CT CRYSTAL FALLS DR TO END 0.136 WESTWOOD CIR SALLANDER DR TO END 0.076 TELELE CT TELELE TRL TO END 0.083 WHITE FIR DR GOLF LINKS DR TO MANZANITA ST 0.173 TELELE TRAIL HEKEKE LN TO END 0.283 WHITE FIR DR MANZANITA ST TO END 0.228 TENTH ST THIRD AVE TO SIERRA AVE 0.097 NORTH TERRACE DR TUOLUMNE RD TO END 0.487 WHITE OAK CT END TO LOWER HILLVIEW DR 0.036 THAYER CT CEDAR PINE AVE TO END 0.036 WHITE OAK DR END TO SOUTH CREEKSIDE DR 0.07 THIEL RD WARDS FERRY RD TO END 0.42 WHITE THORN WY FORTUNA MINE RD TO END 0.123 THIRD AVE SECO ST TO NINTH ST 0.097 WIGWAM RD JAMESTOWN RD TO STATE HWY 0.451 THRUSH PL HAWK LANE S TO MIDDLE CAMP RD 0.129 49/108 THUNDERBOLT DR LUCKY STRIKE TRL TO FAIR OAKS 0.102 WILCOX RANCH RD STATE HWY 49 TO END 0.26 CT WILD HORSE LN EAST BROOKSIDE DR TO QUARTER 0.191 TIFFENI DR TWAIN HARTE DR TO TWAIN HARTE 0.657 HORSE DR DR WILD OAK DR CAMPO SECO RD TO ROLLING OAKS 0.168 TIMOTHY DR LIVERMORE CT TO WILLOW SPRINGS 0.123 DR DR WILDWOOD DR JOAQUIN GULLY TO SHADYBROOK 0.353 TINKERBELL LN SNOWHITE RIDGE DR EAST TO END 0.092 DR TINNIN RD OLD WARDS FERRY RD TO WARDS 0.6 WILLIAMSON RD FRENCH FLAT RD TO END 0.626 FERRY RD WILLOW AVE END TO MADRONE ST 0.332 TOMIRA MEADOW TUOLUMNE RD TO END 0.121 WILLOW SPRINGS SOULSBYVILLE RD TO CAYLOR DR 0.738 DR DR TOWHEE LN TANAGER DR TO END 0.155 WILLOW SPRINGS WILLOW SPRINGS DR TO CAYLOR 0.506 TOYON CT CANYONVIEW DR TO END 0.061 DR WEST DR TRACY CT LIVERMORE CT TO END 0.042 WILLOW ST MAIN ST (JT) TO FIFTH AVENUE 0.266 TRINITY DR SISKYOU DR TO KERNS DR 0.106 WOODCHUCK RD MEADOW LARK DR TO END 0.192 TULLOCH RD STATE HWY 108/120 TO END 4.408 WOODLAND WY RIDGEVIEW DR TO END 0.071 TUOLUMNE DR FULLER RD TO WILDWOOD DR 0.374 WOODS WY STATE HWY 49 TO CEMETERY RD 0.025 TURNER CT BROOK DR TO END 0.043 WOODSIDE WY SALLANDER DR TO END 0.12 TUTTLETOWN RD STATE HWY 49 TO END 0.518 WOODWARDIA RD LINA LN TO TWAIN HARTE DR 0.07 TUTTLETOWN STATE HWY 49 TO TUTTLETOWN 0.133 WOOLWORTH AV CARTER ST TO BIRCH ST 0.099 SCHOOL RD SCHOOL RD WREN HOLLOW HAWK LN NORTH TO END 0.054 TUYU CT LAMA RD TEUMETE TO END 0.117 WUKE LN PELA RD TO LAMA RD 0.159 TWIN OAK DR WILD OAK DR TO ROLLING OAKS DR 0.193 WUUYA CT WUUYA WAY TO END 0.02 UNCLE TOMS DR SAROTOGA RD TO END 0.101 WUUYA WAY KUTCI DR TO KIKU LN 0.291 UNION HILL RD SHAWS FLAT RD TO PARROTTS 0.596 YANKEE HILL RD SAWMILL FLAT RD TO FIVE MILE 5.237 FERRY RD CREEK RD UPPER HILLVIEW DR ALDER LN TO END 0.34 YATES ST SCHOOL ST TO END 0.07 UPPER LELAND RD LELAND MEADOW RD TO UPPER 0.333 YELLOW PINE RD PINE LAKE DR TO HEKEKE LN 0.301 LELAND RD YOLO ST ALPINE DR TO LASSEN DR 0.021 UPPER SCENIC DR LONG BARN SUGAR PINE RD TO 0.196 YOSEMITE ST STATE HWY 120 TO WASHINGTON ST 0.16 LONG BARN SUGAR PINE RD YUBA CT INYO DR TO END 0.15 UTAH DR LASSEN DR TO MARIPOSA DR 0.091 YUBA RIVER DR CRYSTAL FALLS DR TO AMERICAN 0.043 VALLEY AV SOUTH FORK RD TO SIERRA PINE 0.095 RIVER DR AVE ZACHARY CT END TO TIFFENI DR 0.071 VALLEY OAK DR SPANISH GRANT DR TO SPANISH 0.449 ZARZAMORA CT END TO ZARZAMORA ST 0.081 GRANT DR ZARZAMORA ST END TO STATE HWY 132 2.07 VALLEY VIEW PONDEROSA WAY TO END 0.081 Total Centerline Miles: 399.43 VALPARAISO ST GOLD SPRINGS ST TO PARROTTS 0.233 FERRY RD VALVERDE LAS FLORES CT TO ZARZAMORA ST 0.226 VASSAR ST ANDERSON ST TO END 0.08 VIA ARROYA VIA REDONDA TO DRAPER MINE RD 0.102 VIA ESTE STATE HWY 108 TO VIA REDONDA 0.448 VIA REDONDA VIA ESTE TO VIA ESTE 0.666 VIA SERENA CAMPBELLS FLAT RD TO AVENIDA 1.01 BONITA VILLAGE DR MONO WAY TO END 0.16 VON KLEIBEN RD STATE HWY 49 TO END 0.164 WAIF MINE RD PEACEFUL OAK RD TO END 0.191 WAKALU TRAIL LAMA RD TEUMETE TO END 0.228 WALLIM CT LAMA RD TEUMETE TO END 0.136 WANITA WAY GREEVIEW DR TO END 0.14 WARDS FERRY RD STATE HWY 120 TO ALGERINE 10.404

Request for Proposals – Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090)

Exhibit C: Map and List of Quality Assurance Roads

Request for Proposals Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090)

This page is intentionally left blank

Request for Proposals Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090)

2 Italian Bar Rd N d 0 3 Mi-Wuk Village k R N50 e 3 Cedar Ridge Y Ya re C B l nk ile 2 ee e M N P Ü H iv 2 r ta i F y 3 ll 6 D a Parrotts r R W d n Ferry 6 d R n Rd D od ch ga n N i r o Ran h a 2 c te dw ak i w s e ld O M A N R O w B L e 8 i a r d g d 2 z B R H y R N i 2 n ll r Z Twain Harte Columbia i R le 2 a d l N t L

d u n n F 3 R u 8

t o t d N

e R M d 2 n d d d R R N n l t l la e a 0 e F i l e f il Phoenix Lake Area 7

m B r B g aw d n

S D Crystal Falls n R m i e r k u

a w l p L x e o S i i n u e v ho t T

P s

e r

d Meadow Brook Area C Fragu ero R R Mono Vista d 4 n Phoenix Lake N0 w 1 G o Willow Springs Area S r t R ib 49 D s b e t s s l Soulsbyville S l m D a a Sonora u r 0 F J W i 1 t O 49 08 M N n l R 1 i S East Sonora 2 d

d m W d r R R

T e a u e p e G r o Standard d e t d o p l lu i f L s k e in m S 3 h ks Mark Trl o 1N3 r Tuolumne F n P Rd r

w e e e e R t a r A h r d B r

R y a C a a l u r C n R o n e R 1 d Jamestown e d n L N

r o i 0 S R B d n 1 e e e a b e d 3 y Legend S i Z 0 c l l r R l e n 9 o r N a r E y 2 1 i D e R R N 1 S p a n 1 N V 1 i F d 2 i o N h s 0 Communitiet s d l r s 2 n s t o e o g 2 e i d C p e r t d J m e a QA Roaads a R l R h p A c C d n d W d p 3 o k L R 0 s s i R A l e o m N Hwy e e 1 1N03C N n e t n i i v K i A m M l lg l e e i e County Road r l h in n s 1N R e 0 c R o 2 t R d d Y u d 1 Local Traffic 1N N1 D 38 9

Quality Assurance Roads 0 0.5 1 2 3 4 Roadway Safety Signing Audit, Project Number 1700 Miles

List of Quality Assurance Roads

Area Road Name Segment Length Area Road Name Segment Length (mi) (mi) Crystal ACORN DR WHITE THORN WY TO 0.455 Falls CREEKSIDE DR Falls PHOENIX LAKE RD Crystal SIRUS MINE LN END TO FORTUNA MINE 0.098 Crystal AMERICAN RIVER DR CRYSTAL FALLS DR TO 0.746 Falls RD Falls CRYSTAL FALLS DR Crystal SOUTH CREEKSIDE CRESTVIEW DR TO GREEN 0.737 Crystal AMERICAN RIVER DR CRESTVIEW DR TO 0.226 Falls DR MEADOW LN Falls W CRYSTAL FALLS DR Crystal SPANISH GRANT DR LONGEWAY RD TO END 0.18 Crystal AMY DR CRESTVIEW DR/LYNN LN 0.07 Falls Falls TO END Crystal TAMALPAIS CT AMERICAN RIVER DR TO 0.055 Crystal BELLEVIEW CREEK PHOENIX LAKE RD TO 0.397 Falls END Falls RD END Crystal TEHACHAPI CT CRYSTAL FALLS DR TO 0.136 Crystal COLUMBIA RIVER DR CRYSTAL FALLS DR TO 0.367 Falls END Falls AMERICAN RIVER DR Crystal VALLEY OAK DR SPANISH GRANT DR TO 0.449 Crystal COMET MINE CT END TO SIRUS MINE LN 0.112 Falls SPANISH GRANT DR Falls Crystal WASATCH CRYSTAL LAKE DR TO 0.218 Crystal CREEKSIDE DR CRESTVIEW DR TO 0.392 Falls MOUNTAIN DR CRYSTAL LAKE DR Falls PHOENIX LAKE RD Crystal WATER OAK DR PHOENIX LAKE RD TO 0.227 Crystal CRESTVIEW DR END TO BEAR RIVER DR 0.431 Falls ACORN DR Falls Crystal WESTWOOD CIR SALLANDER DR TO END 0.076 Crystal CRYSTAL FALLS CT CRYSTAL FALLS DR TO 0.094 Falls Falls END Crystal WHITE OAK DR END TO SOUTH 0.07 Crystal CRYSTAL FALLS DR BEAR RIVER DR TO 1.094 Falls CREEKSIDE DR Falls FEATHER RIVER DR Crystal WHITE THORN WY FORTUNA MINE RD TO 0.123 Crystal CRYSTAL FALLS DR FEATHER RIVER DR TO 0.881 Falls END Falls W CREEKSIDE DR Crystal WOODLAND WY RIDGEVIEW DR TO END 0.071 Crystal CRYSTAL LAKE DR CRYSTAL FALLS DR TO 0.518 Falls Falls AMERICAN RIVER DR Crystal WOODSIDE WY SALLANDER DR TO END 0.12 Crystal DIABLO CT CRYSTAL FALLS DR TO 0.045 Falls Falls END Crystal YUBA RIVER DR CRYSTAL FALLS DR TO 0.043 Crystal EAST MEADOW LN FALLVIEW DR TO END 0.09 Falls AMERICAN RIVER DR Falls Meadow ALDER LN MEADOW BROOK DR TO 0.539 Crystal EEL RIVER DR CRYSTAL FALLS DR TO 0.267 Brook END Falls AMERICAN RIVER DR Meadow BROOK DR ALDER LN TO ALDER LN 0.79 Crystal EVERGREEN WY RIDGEVIEW DR TO 0.198 Brook Falls CRESTVIEW DR Meadow HILLVIEW CT WHITE OAK CT TO END 0.059 Crystal FALLVIEW DR PHOENIX LAKE RD TO 0.885 Brook Falls PHOENIX LAKE RD Meadow LOWER HILLVIEW DR ALDER LN TO END 0.585 Crystal FALLVIEW LN FALLVIEW DR TO END 0.111 Brook Falls Meadow MEADOW BROOK DR PHOENIX LAKE RD TO 0.626 Crystal FEATHER RIVER DR CRYSTAL FALLS DR TO 0.634 Brook END Falls CRYSTAL FALLS DR Meadow MIDLAND DR PHOENIX LAKE RD TO 0.44 Crystal FERNWOOD CT RIDGEVIEW DR TO END 0.033 Brook END Falls Meadow OAK KNOLL RD MEADOW BROOK TO END 0.266 Crystal FOOTHILL LN SOUTH CREEKSIDE DR TO 0.06 Brook Falls END Meadow SANDY CT LOWER HILLVIEW DR TO 0.085 Crystal FORTUNA MINE RD END TO BELLEVIEW 0.19 Brook END Falls CREEK RD Meadow SOMMETTE DR PHOENIX LAKE DR TO 0.463 Crystal GLENWOOD RD FALLVIEW DR TO 0.151 Brook END Falls FALLVIEW DR Meadow TURNER CT BROOK DR TO END 0.043 Crystal GREEN MEADOW LN RIDGEVIEW DR TO SOUTH 0.25 Brook Falls CREEKSIDE DR Meadow UPPER HILLVIEW DR ALDER LN TO END 0.34 Crystal GREENOAKS CT EVERGREEN WAY TO END 0.12 Brook Falls Meadow WHITE OAK CT END TO LOWER HILLVIEW 0.036 Crystal HAYES CT WHITE OAK DR TO END 0.095 Brook DR Falls Phoenix BUENA VISTA PASEO DE LOS PORTALES 0.16 Crystal HOTAW CT HYDE ST TO END 0.034 Lake AVENIDA TO END Falls Phoenix CAMINO DEL PARQUE PASEO DE LOS PORTALES 0.347 Crystal HYDE ST FORTUNA MINE RD TO 0.19 Lake N TO CAMINO DEL PARQUE Falls ACORN DR S Crystal JUNE CT CRESTVIEW DR TO END 0.07 Phoenix CAMINO DEL PARQUE PASEO DE LOS PORTALES 0.353 Falls Lake S TO CAMINO DEL PARQUE Crystal MONO VISTA RD NORTH SUNSHINE RD TO 0.133 N Falls NORTH END Phoenix DANATA WY PASEO DE LOS ROBLES TO 0.088 Crystal NIAGARA RIVER DR LONGEWAY RD TO 0.208 Lake PASEO DE LOS PORTALES Falls CRYSTAL FALLS DR Phoenix DEL PARQUE CT PASEO DE LOS PORTALES 0.105 Crystal RAINIER CT CRYSTAL FALLS DR TO 0.065 Lake TO END Falls END Phoenix EL CONEJO WY EL COYOTE DR TO EL 0.13 Crystal RIDGEVIEW CT GLENWOOD RD TO END 0.041 Lake VENADA TRAIL Falls Phoenix EL COYOTE DR PASEO DE LOS PORTALES 0.28 Crystal RIDGEVIEW DR SOUTH CREEKSIDE DR TO 0.69 Lake TO END Falls END Phoenix EL LOBO CENTER EL OSO WY TO END 0.13 Crystal ROGUE RIVER CT CRYSTAL FALLS DR TO 0.11 Lake Falls END Phoenix EL OSO WY EL PUMA CIR TO END 0.39 Crystal RUSSIAN RIVER DR FEATHER RIVER DR TO 0.19 Lake Falls CRYSTAL FALLS DR Phoenix EL PUMA CIR PASEO DE LOS PORTALES 0.265 Crystal SALLANDER DR CREEKSIDE DR TO 0.721 Lake TO EL OSO WAY

Request for Proposals Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090) Area Road Name Segment Length Area Road Name Segment Length (mi) (mi) Phoenix EL VENADA TRL EL OSO WAY TO PASEO DE 0.26 Tuolumn ROZIER AV OAK ST TO BIRCH ST 0.324 Lake LOS PORTALES e City Phoenix LAKESIDE CT LAKESIDE DR TO END 0.082 Tuolumn WEST CARTER ST GARDNER AVE TO 0.026 Lake e City TUOLUMNE RD Phoenix LAKESIDE DR OLD PHOENIX LAKE RD 0.493 Tuolumn WILLOW AVE END TO MADRONE ST 0.332 Lake TO END e City Phoenix MCKAMEY CT PHOENIX LAKE RD TO 0.071 Tuolumn WOOLWORTH AV CARTER ST TO BIRCH ST 0.099 Lake END e City Phoenix OLD PHOENIX LAKE PHOENIX LAKE RD TO 0.396 Willow ADAMS CT WILLOW SPRINGS DR TO 0.114 Lake RD PHOENIX LAKE RD Springs END Phoenix PASEO DE LOS PHOENIX LAKE RD TO EL 0.83 Willow BONNIE CT WILLOW SPRINGS DR TO 0.061 Lake PORTALES VENADA TRL Springs END Phoenix PASEO DE LOS PASEO DE LOS PORTALES 0.635 Willow CARLOZZI DR KELLEHER CT TO CAYLOR 0.265 Lake ROBLES TO BUENA VISTA Springs DR AVENIDA Willow CAYLOR DR WILLOW SPRINGS DR TO 0.942 Phoenix POCO CALLE LOS ROBLES TO LOS 0.261 Springs WILLOW SPRINGS DR Lake ROBLES Willow CHARLOTTE CT WILLOW SPRINGS DR TO 0.53 Phoenix RIDGEWOOD CT RIDGEWOOD DR TO END 0.119 Springs END Lake Willow CREEK CT CAYLOR DR TO END 0.026 Tuolumn APPLE COLONY RD MAPLE ST TO BAKERS 1.47 Springs e City GATE Willow GAUGHEN CT WILLOW SPRINGS DR TO 0.08 Tuolumn BAKER AV CARTER ST TO END 0.161 Springs END e City Willow GORDON DR TANNER DR TO END 0.056 Tuolumn BAY AVE MAIN ST TO MADRONE ST 0.288 Springs e City Willow KEITH CT CAYLOR DR TO END 0.072 Tuolumn BIRCH ST ROZIER AVE TO FIRST 0.318 Springs e City AVE Willow KELLEHER CT CAYLOR DR TO END 0.194 Tuolumn BODENHAMMER AV OAK ST TO BOX FACTORY 0.161 Springs e City RD Willow KINGS CT SOULSBYVILLE RD TO 0.132 Tuolumn BOX FACTORY RD OAK ST TO END 0.09 Springs END e City Willow KRZYWICKI CT KELLEHER CT TO END 0.049 Tuolumn CARTER ST GRAMMER SCHOOL TO 0.372 Springs e City CHESTNUT AVE Willow LAWLER DR CARRLOZZI DR TO OMAN 0.162 Tuolumn CARTER ST TUOLUMNE RD TO 0.154 Springs DR e City CHESTNUT AVE Willow LIVERMORE CT TANNER DR TO END 0.408 Tuolumn CEDAR ST MAPLE ST TO 0.666 Springs e City WOOLWORTH ST Willow OMAN DR LAWLER DR TO END 0.78 Tuolumn CEMETERY LN (TUO) CARTER ST TO END 0.229 Springs e City Willow POKIE DR OMAN DR TO END 0.107 Tuolumn CHESTNUT AV PARKVIEW LN TO CARTER 0.162 Springs e City ST Willow SHERRY CT SHERRY LN TO END 0.084 Tuolumn CROCKER AV MADRONE ST TO END 0.118 Springs e City Willow SHERRY LN LIVERMORE CT TO 0.151 Tuolumn ELM AV OAK ST TO END 0.413 Springs LIVERMORE CT e City Willow STEVEN CT CHARLOTTE CT TO END 0.12 Tuolumn FIR AV MAIN ST TO CEDAR ST 0.259 Springs e City Willow TANNER DR WILLOW SPIRINGS DR TO 0.289 Tuolumn FIRST AV BUCHANAN RD TO END 0.29 Springs CHARLOTTE CT e City Willow TIMOTHY DR LIVERMORE CT TO 0.123 Tuolumn GARDNER AVE BIRCH ST TO PINE ST 0.221 Springs WILLOW SPRINGS DR e City Willow TRACY CT LIVERMORE CT TO END 0.042 Tuolumn HODGE AV MAIN ST TO PINE ST 0.068 Springs e City Willow WILLOW SPRINGS DR SOULSBYVILLE RD TO 0.738 Tuolumn LAUREL AVE (TUO) MAIN ST TO END 0.448 Springs CAYLOR DR e City Willow WILLOW SPRINGS DR WILLOW SPRINGS DR TO 0.506 Tuolumn LOCUST ST MAPLE ST TO END 0.055 Springs WEST CAYLOR DR e City Total Length: 39.114 Tuolumn MADRONE ST MAPLE AVE TO 0.67 e City WOOLWORTH AVE Tuolumn MAIN ST (TUO) BAY AVE TO END 0.144 e City Tuolumn MAPLE AV (TUO) OAK ST TO END 0.309 e City Tuolumn MOUNT EATON RD APPLE COLONY RD TO 0.5 e City END Tuolumn OAK ST (TUO) YOSEMITE ST TO WILLOW 0.546 e City AVE Tuolumn PINE ST END TO TUOLUMNE RD 0.556 e City

Request for Proposals Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090)

Exhibit D Roads identified for Horizontal Alignment Warning Signs Length Road Name Segment (Mi.) Arbolada Dr. Mariposa County Line To End 3.813 Big Creek Shaft Rd. State Hwy 120 To End 1.08 Buchanan Rd. Fish Hatchery Rd To Hunter Cr 7.295 Confidence Rd. Cedar Springs Rd To State Hwy 108 2.857 Confidence South Fork Rd. State Hwy 108 To South Fork Rd 1.576 Crystal Falls Dr. Bear River Dr To Feather River Dr 1.094 Deer Flat Rd. State Hwy 120 To Wards Ferry Rd 1.505 Dodge Ridge Rd. Dodge Ridge Rd To Dodge Ridge Rd 3.5 Elder Ln. State Hwy 120 To Pine Mtn Dr 1.113 Marshes Flat Rd. Mariposa County Line To State Hwy 49 8.41 Merrell Rd. Harper Rd To State Hwy 120 1.056 Mount Brow Rd. State Hwy 49 To Shaws Flat Rd 1.162 Murphy Rd. Lime Kiln Rd To Old Wards Ferry Rd 2.224 Old Highway 120. State Hwy 120 To State Hwy 120 1.824 Old Strawberry Rd. State Hwy 108 To State Hwy 108 3.412 Old Wards Ferry Rd. Jacobs Rd To Wards Ferry Rd 2.029 Shell Rd. Peoria Flat To Rawhide Rd 1.67 South Fork Rd. Middle Camp Rd To Italian Bar Rd 4.14 Tulloch Rd. State Hwy 108/120 To End 4.408 Wards Ferry Rd. State Hwy 120 To Algerine Wards Ferry Rd 10.404

Request for Proposals Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090)

Exhibit E: Exhibit 10-H (Example #1)

Request for Proposals Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090)

This page is intentionally left blank

Request for Proposals Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090)

Local Assistance Procedures Manual EXHIBIT 10-H Sample Cost Proposal

EXHIBIT 10-H SAMPLE COST PROPOSAL (EXAMPLE #1) Page 1 of 2

ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS (DESIGN, ENGINEERING AND ENVIRONMENTAL STUDIES) Note: Mark-ups are Not Allowed

Consultant ______Contract No. ______Date ______

DIRECT LABOR Classification/Title Name Hours Actual Hourly Rate Total

______$ ______$ ______$ ______$ ______$ ______$ ______$ ______$ ______$ ______$ ______

LABOR COSTS a) Subtotal Direct Labor Costs $ ______b) Anticipated Salary Increases (see page 2 for sample) $ ______

c) TOTAL DIRECT LABOR COSTS [(a) + (b)] $ ______FRINGE BENEFITS d) Fringe Benefits (Rate: ______) e) TOTAL FRINGE BENEFITS [(c) x (d)] $ ______

INDIRECT COSTS f) Overhead (Rate: ______) g) Overhead [(c) x (f)] $ ______h) General and Administrative (Rate: ______) i) Gen & Admin [(c) x (h)] $ ______

j) TOTAL INDIRECT COSTS [(e) + (g) + (i)] $ ______

FEE (Profit) q) (Rate: ______) k) TOTAL FIXED PROFIT [(c) + (j)] x (q)]$ ______

OTHER DIRECT COSTS (ODC) Description Unit(s) Unit Cost Total l) Travel/Mileage Costs (supported by consultant actual costs) _____ $______$______m) Equipment Rental and Supplies (itemize) _____ $______$______n) Permit Fees (itemize), Plan sheets (each), Test Holes (each), etc. _____ $______$______o) Subconsultant Costs (attach detailed cost proposal in same format as prime consultant estimate for each subconsultant) _____ $______$______

p) TOTAL OTHER DIRECT COSTS [(l) + (m) + (n) + (o)] $ ______

TOTAL COST [(c) + (j) + (k) + (p)] $ ______

NOTES:  Employees subject to prevailing wage requirements to be marked with an *.  ODC items should be based on actual costs and supported by historical data and other documentation.  ODC items that would be considered “tools of the trade” are not reimbursable.  ODC items should be consistently billed directly to all clients, not just when client will pay for them as a direct cost.  ODC items when incurred for the same purpose, in like circumstances, should not be included in any indirect cost pool or in overhead rate.

Page 1 of 5 LPP 15-01 January 14, 2015 Local Assistance Procedures Manual EXHIBIT 10-H Sample Cost Proposal

EXHIBIT 10-H SAMPLE COST PROPOSAL (EXAMPLE #1) Page 2 of 2

ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS (SAMPLE CALCULATIONS FOR ANTICIPATED SALARY INCREASES)

Consultant ______Contract No.______Date ______

1. Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal divided by total hours)

Direct Labor Total Hours per Avg 5 Year Subtotal per Cost Cost Proposal Hourly Contract Proposal Rate Duration ______= Year 1 Avg Hourly Rate

2. Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by proposed escalation %)

Avg Hourly Rate Proposed Escalation Year 1 ______+ ______= ______Year 2 ______+ ______= ______Year 3 ______+ ______= ______

Year 4 ______+ ______= ______

3. Calculate estimated hours per year (Multiply estimate % each year by total hours)

Estimated % Completed Total Hours per Cost Total Hours per Each Year Proposal Year Year 1 ______* ______= ______Year 2 ______* ______= ______Year 3 ______* ______= ______Year 4 ______* ______= ______Year 5 ______* ______= ______

Total ______=

4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the number of hours)

Avg Hourly Rate Estimated hours Cost per (calculated above) (calculated above) Year Year 1 ______* ______= ______Year 2 ______* ______= ______Year 3 ______* ______= ______Year 4 ______* ______= ______Year 5 ______* ______= ______Total Direct Labor Cost with Escalation = Direct Labor Subtotal before Escalation = Estimated total of Direct Labor Salary = Transfer to Page 1

Increase

NOTES:  This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the % increase, the # of years of the contract, and a breakdown of the labor to be performed each year.  An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable. (i.e. $250,000 x 2% x 5 yrs = $25,000 is not an acceptable methodology)  This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.

Page 2 of 5 LPP 15-01 January 14, 2015

Exhibit F Tuolumne County Standard Agreement for Professional Services (DRAFT) Attachment A, Scope of Work Attachment B, Cost Proposal Attachment C, Notice to Proposers DBE Information Attachment D, Intentionally Omitted Attachment E, Consultant Contract DBE Information Attachment F, Intentionally Omitted Attachment G, Final Report – Utilization of DBEs Attachment H, Disclosure of Lobbying Activities Attachment I, Consultant Certification of Contract Costs and Financial Management System (Attachments C-I are Exhibits from the Caltrans Local Assistance Procedures Manual)

Request for Proposals Roadway Safety Signing Audit, Project No. 1700, Federal Aid No. HRRRL 5932(090)

Tuolumne County Community Resources Agency Engineering Division

STANDARD AGREEMENT FOR PROFESSIONAL SERVICES

This Agreement (“Agreement”) is made and entered into this ____ day of ______, 2015 by and between the County of Tuolumne (“County”) and , a (“Consultant”) pursuant to the following terms and conditions.

ARTICLE I STATEMENT OF WORK

A. The work to be performed under this Agreement is described in this Article and the Consultant’s approved Scope of Work and Cost Proposal dated (“Project”). The Consultant’s approved Scope of Work is attached hereto as Attachment A and incorporated herein by reference. The Consultant’s approved Cost Proposal is attached hereto as Attachment B and incorporated herein by reference. If there is any conflict between the approved Scope of Work and Cost Proposal and this Agreement, the provisions of this Agreement shall control. B. Consultant shall submit progress reports at least once a month. The report should be sufficiently detailed for County’s Project Manager to determine if Consultant is performing to expectations, or is on schedule, to provide communication of interim findings, and to sufficiently address any difficulties or special problems encountered, so remedies can be developed. C. Consultant Audit. Consultant’s Cost Proposal is subject to an audit or Certified Public Accountant (CPA) Indirect Cost (Overhead) Audit Workpaper Review. The Cost Proposal shall be adjusted by Consultant and approved by County’s Project Manager to conform to the Workpaper Review recommendations or audit recommendations. Consultant agrees that individual terms of cost identified in the audit report shall be incorporated into the Agreement by this reference if directed by the County at its sole discretion. Refusal by Consultant to incorporate the Workpaper Review recommendations or audit recommendations will be considered a breach of this Agreement and cause for termination of this Agreement. Consultant’s executed Certification of Contract Costs and Financial Management System is attached hereto as Attachment I and incorporated herein by reference. D. County Obligations All data applicable to the Project and in possession of County or another agency, or government that are to be made available to Consultant are referred to in the Agreement. Any other assistance or services to be furnished to Consultant are to be stated clearly.

ARTICLE II DESIGN STANDARDS

All tasks will be performed in accordance with: ◙ Caltrans Local Assistance Procedures Manual ◙ Caltrans Standard Plans, 2015 ◙ Caltrans Standard Specifications, 2015 ◙ California MUTCD ◙ Caltrans Standard Special Provisions ◙ Tuolumne County Construction Standards.

ARTICLE III PROJECT MANAGERS

A. Consultant shall designate a Project manager who at all times shall represent Consultant in its relationship with County on matters related to this Agreement. The designated Project manager shall continue in this capacity unless and until the manager is removed at the request of County, is no longer employed by Consultant, or is

P:\Projects\1700 - Local Street Sign Retrofit (RSSA)\C - Consultant Selection\Contract\1700 - Draft Agreement.docx 10/5/2017

replaced with the written approval of County, which approval shall not be unreasonably withheld. There shall be no change in the members of Consultant’s Project team as listed in the approved Scope of Work and Cost Proposal without prior written approval by County’s Project Manager.

1. Consultant’s Project Manager is .

2. County’s Project Manager is Gaddiel DeMattei, PE.

B. Consultant’s Project Manager shall meet with County’s Project Manager, as needed, to discuss progress on this Agreement.

ARTICLE IV PERFORMANCE PERIOD

A. This Agreement shall go into effect as of the date first written above, and Consultant shall commence work after notification to proceed by the County. This Agreement shall end five (5) years from the execution date or on the date that all tasks in the Scope of Work are completed, whichever is sooner; unless this Agreement is extended by a written amendment.

ARTICLE V ALLOWABLE COSTS AND PAYMENTS

A. The method of payment for this Agreement will be based on actual cost plus a fixed profit. County will reimburse Consultant for actual costs (including labor costs, employee benefits, travel, equipment rental costs, overhead and other direct costs) incurred by Consultant in performance of the work. Consultant will not be reimbursed for actual costs that exceed the estimated wage rates, employee benefits, travel, equipment rental, overhead, and other estimated costs set forth in the Consultant’s approved Cost Proposal, unless additional reimbursement is provided for by Agreement amendment. In no event will Consultant be reimbursed for overhead costs at a rate that exceeds the approved overhead rate set forth in the Cost Proposal. In the event that County determines that a change to the work from that specified in the approved Scope of Work and Cost Proposal is required, the contract time or actual costs reimbursable by County shall be adjusted by Agreement amendment to accommodate the changed work. The maximum total cost as specified in Paragraph “H” shall not be exceeded, unless authorized by Agreement amendment.

B. In addition to the allowable incurred costs, County will pay Consultant a fixed profit of %. The fixed profit is nonadjustable for the term of the Agreement, except in the event of a significant change in the scope of work and such adjustment is made by Agreement amendment. C. Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the approved Cost Proposal. D. When milestone cost estimates are included in the approved Cost Proposal, Consultant shall obtain prior written approval for a revised milestone cost estimate from County’s Project Manager before exceeding such estimate. E. Progress payments will be made monthly in arrears based on services provided and allowable incurred costs. A pro rata portion of Consultant’s fixed profit will be included in the monthly progress payments. If Consultant fails to submit the required deliverable items according to the schedule set forth in the Statement of Work, County shall have the right to delay payment or terminate this Agreement in accordance with the provisions of Article XIX, “Termination.” F. Consultant shall not commence performance of work until notification to proceed has been issued by County’s Project Manager. No payment will be made prior to approval of any work, or for any work performed prior to the issuance of the notice to proceed.

2 P:\Projects\1700 - Local Street Sign Retrofit (RSSA)\C - Consultant Selection\Contract\1700 - Draft Agreement.docx

G. Consultant will be reimbursed, as promptly as fiscal procedures will permit upon receipt by County’s Project Manager of itemized invoices. Invoices shall be submitted monthly and shall include a brief description of the services performed, the date the services were performed, the number of hours spent and by whom, and a description of any reimbursable expenditures, on each project as applicable. Invoices shall follow the format stipulated for the approved Cost Proposal and shall reference the Project title and Project number. Final invoice must contain the final cost and all credits due County, including any equipment purchased under the provisions of Article XXXII, “Equipment Purchase,” of this Agreement. The final invoice shall be submitted within sixty (60) calendar days after completion of Consultant’s work. Invoices shall be mailed to County’s Project Manager at the following address: Gaddiel DeMattei, PE County of Tuolumne 2 South Green Street Sonora, CA 95370 H. Consultant shall be paid and reimbursed for costs, including the fixed profit, a sum not to exceed $ . In the event payments equal the “not to exceed” amount, Consultant shall complete all services required under this Agreement without further compensation or cost reimbursement. I. Salary increases will be reimbursable if the new salary is within the salary range identified in the approved Cost Proposal and is approved by County’s Project Manager. J For personnel subject to prevailing wage rates as described in the California Labor Code, all salary increases, which are the direct result of changes in the prevailing wage rates are reimbursable. K. Payment by County under this Agreement shall not be deemed a waiver of defects, even if such defects were known to County at the time of payment. L. Notwithstanding any provisions of this Agreement, payment to Consultant shall not relieve Consultant of liability to County for damages sustained by County because of any breach of this Agreement by the Consultant, and County may withhold any payments due to Consultant until such time as the exact amount of damages, if any, due County from Consultant is determined. M. All subcontracts in excess of $25,000 shall contain the provisions of this Article.

ARTICLE VI COST PRINCIPLES AND ADMINISTRATIVE REQUIREMENTS

A. Consultant agrees that the Contract Cost Principles and Procedures, 48 CFR, Chapter 1, Part 31.000 et seq., Federal Acquisition Regulations System, shall be used to determine the cost allowability of individual items. B. Consultant also agrees to comply with federal procedures in accordance with 2 CFR, Part 200, Office of Management and Budget Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. C. Any costs for which payment has been made to Consultant that are determined by subsequent audit to be unallowable under 2 CFR, Part 200 and 48 CFR, Chapter 1, Part 31.000 et seq., are subject to repayment by Consultant to County. D. All subcontracts in excess of $25,000 shall contain the above provisions.

ARTICLE VII STATE PREVAILING WAGE RATES

A. The State of California’s General Prevailing Wage Rates are not applicable to this Agreement. Note: The Federal “Payment of Predetermined Minimum Wage” applies only to federal-aid construction contracts.

3 P:\Projects\1700 - Local Street Sign Retrofit (RSSA)\C - Consultant Selection\Contract\1700 - Draft Agreement.docx

ARTICLE VIII INSPECTION OF WORK

Consultant and any subcontractor shall permit County, the state, and the FHWA, if federal participating funds are used in this Agreement, to review and inspect the Project activities and files at all reasonable times during the performance period of this Agreement, including review and inspection on a daily basis.

ARTICLE IX SAFETY

A. Consultant shall comply with OSHA regulations applicable to Consultant regarding necessary safety equipment or procedures. Consultant shall comply with safety instructions issued by the County Safety Officer and other County representatives. Consultant personnel shall wear hard hats and safety vests at all times while working on the Project site. B. As authorized by Vehicle Code section 591, County has determined that the portions of the street or highway within the limits of the Project are open to public traffic. Consultant shall comply with all of the requirements set forth in Divisions 11, 12, 13, 14, and 15 of the Vehicle Code. Consultant shall take all reasonably necessary precautions for safe operation of its vehicles and the protection of the traveling public from injury and damage from such vehicles. C. Any subcontract entered into as a result of this Agreement, shall contain all of the provisions of this Article.

ARTICLE X NOTIFICATION

Any notice, demand, request, consent, approval or communication that either party desires or is required to give to the other party shall be in writing and either delivered personally, transmitted by facsimile machine or sent prepaid, first class United States mail. Any such writing shall be addressed or transmitted to the other party at the address, location or facsimile number set forth below. Either party may change its address, location or facsimile number by notifying the other party of the change in writing. Notice shall be deemed received when (1) delivered personally, (2) transmitted by facsimile, or (3) 48 hours from the time of deposit in a United States mail box if mailed as provided in this Article. County: Consultant:

Primary Contact: Gaddiel DeMattei, PE. Organization: County of Tuolumne Address: 2 South Green Street Sonora, CA 95370

PHONE: (209) 533-5633 FAX: (209) 533-5698

ARTICLE XI GENERAL PROVISIONS

A. Professional Ability of Consultant. Consultant represents and warrants to County that it has all of the necessary professional capabilities and experience, as well as all tools, instruments, facilities, and other resources necessary to provide County with the services contemplated by this Agreement. Consultant shall provide properly skilled professional and technical personnel to perform all services under this Agreement. All work performed by Consultant under this Agreement shall be in accordance with applicable legal requirements and shall meet the standard of quality ordinarily to be expected of competent professionals in Consultant’s field of expertise. B. Licenses. Consultant represents and warrants to County that it has all licenses, permits, qualifications, insurance and approvals of whatsoever nature which are legally required of Consultant to practice its profession. Consultant represents and warrants to County that Consultant shall, at its sole cost and expense, keep in effect or 4 P:\Projects\1700 - Local Street Sign Retrofit (RSSA)\C - Consultant Selection\Contract\1700 - Draft Agreement.docx

obtain at all times during the term of this Agreement, any licenses, permits, insurance and approvals which are legally required of Consultant to practice its profession. C. Independent Contractor. Consultant and the agents and employees of Consultant, in the performance of this Agreement, shall act in an independent capacity and not as officers, employees or agents of County. Consultant shall obtain no rights to retirement benefits or other benefits which accrue to County’s employees, and Consultant hereby expressly waives any claim it may have to any such rights. All employees, agents, contractors, subcontractors hired or retained by Consultant are performing in that capacity for and on behalf of Consultant and not County. County shall not be obligated in any way to pay any wage claims or other claims made against Consultant by any such employee, agent, contractor or subcontractor, or any other person resulting from the performance of this Agreement. D. Controlling Law Venue. This Agreement and all matters relating to it shall be governed by the laws of the State of California. This Agreement shall be deemed to have been made and is to be performed in County of Tuolumne. In any action brought relating to this Agreement, proper venue shall be the Tuolumne County Superior Court. E. Partial Invalidity. If any provision of this Agreement is held by a court of competent jurisdiction to be invalid, void, or unenforceable, the remaining provisions shall nevertheless continue in full force without being impaired or invalidated in any way. F. Waiver. No failure on the part of County to exercise any right or remedy hereunder shall operate as a waiver of any other right or remedy that party may have hereunder. A waiver by County of a breach or failure to perform hereunder shall not constitute a waiver of any subsequent breach or failure. G. Litigation Expenses and Attorneys’ Fees. If either party to this Agreement commences any legal action against the other party arising out of this Agreement, the prevailing party shall be entitled to recover its reasonable litigation expenses, including court costs, expert witness fees, discovery expenses and attorneys’ fees. H. Headings. Article and paragraph headings shall not affect the scope, meaning, intent or applicability of the provisions therein.

ARTICLE XII AMENDMENT

A. This Agreement may be amended or modified only by mutual written agreement of the parties and approved as to legal form by the County Counsel. B. Consultant shall only commence work covered by an amendment after the amendment is executed and notification to proceed has been provided by County’s Project Manager.

ARTICLE XIII SUBCONTRACTING

A. The parties recognize that a substantial inducement to County for entering into this Agreement is the professional reputation, experience and competence of Consultant. Assignments of any or all rights, duties or obligations of Consultant under this Agreement will be permitted only with the prior written consent of County. B. Consultant shall perform the work contemplated with resources available within its own organization; and no portion of the work pertinent to this Agreement shall be subcontracted without written authorization by County’s Project Manager, except that which is expressly identified in the approved Scope of Work and Cost Proposal. If County consents to such subcontract, Consultant shall be fully responsible to County for all acts or omissions of the subcontractor. Nothing in this Agreement shall create any contractual relationship between County and subcontractor nor shall it create any obligation on the part of County to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise is required by law. C. Any substitution of subconsultants must be approved in writing by County’s Project Manager. D. Any subcontract in excess of $25,000 entered into as a result of this Agreement, shall contain all the provisions stipulated in this Agreement to be applicable to subcontractors. 5 P:\Projects\1700 - Local Street Sign Retrofit (RSSA)\C - Consultant Selection\Contract\1700 - Draft Agreement.docx

ARTICLE XIV OWNERSHIP OF DATA

A. Upon completion of all work under this Agreement, ownership and title to all reports, documents, plans, specifications, and estimates produce as part of this Agreement will automatically be vested in County; and no further agreement will be necessary to transfer ownership to County. Consultant shall furnish County all necessary copies of data needed to complete the review and approval process. B. It is understood and agreed that all calculations, drawings and specifications, whether in hard copy or machine-readable form, are intended for one-time use in the construction of the Project for which this Agreement has been entered into. C. Consultant is not liable for claims, liabilities, or losses arising out of, or connected with the modification, or misuse by County of the machine-readable information and data provided by Consultant under this Agreement; further, Consultant is not liable for claims, liabilities, or losses arising out of, or connected with any use by County of the Project documentation on other projects, for additions to this Project, or for the completion of this Project by others, except only such use as may be authorized in writing by the Consultant. D. Applicable patent rights provisions regarding rights to inventions shall be included in the contracts as appropriate (48 CFR 27, Subpart 27.3 – Patent Rights under Government Contracts for federal-aid contracts). E. County may permit copyrighting reports or other Agreement products. If copyrights are permitted this Agreement shall provide that County and FHWA shall have the royalty-free nonexclusive and irrevocable right to reproduce, publish, or otherwise use, and to authorize others to use, the work for government purposes. F. Any subcontract in excess of $25,000 entered into as a result of this Agreement, shall contain all of the provisions of this Article.

ARTICLE XV CONFIDENTIALITY OF DATA

A. All financial, statistical, personal, technical, or other data and information relative to County’s operations, which are designated confidential by County and made available to Consultant in order to carry out this Agreement, shall be protected by Consultant from unauthorized use and disclosure. B. Permission to disclose information on one occasion, or public hearing held by County relating to this Agreement, shall not authorize Consultant to further disclose such information, or disseminate the same on any other occasion. C. Consultant shall not comment publicly to the press or any other media regarding this Agreement or County’s actions on the same, except to County’s staff, Consultant’s own personnel involved in the performance of this Agreement, at public hearings or in response to questions from a Legislative committee. D. Consultant shall not issue any news release or public relations item of any nature, whatsoever, regarding work performed or to be performed under this Agreement without prior review of the contents thereof by County, and receipt of County’s written permission. E. Any subcontract entered into as a result of this Agreement shall contain all of the provisions of this Article. F. All information related to the construction estimate is confidential, and shall not be disclosed by Consultant to any entity other than County.

ARTICLE XVI INDEMNIFICATION

Consultant shall indemnify, defend, save, protect and hold harmless County, its elected and appointed officials, officers, employees, agents and volunteers (collectively, “County”) from any and all demands, losses, claims, costs, suits, liabilities and expenses for any damage, injury or death (collectively, “Liability”) arising directly or indirectly from or connected with the services provided hereunder which is caused, or claimed or alleged to be caused, in whole or in part, by the negligence or willful misconduct of Consultant, its officers, employees, agents, 6 P:\Projects\1700 - Local Street Sign Retrofit (RSSA)\C - Consultant Selection\Contract\1700 - Draft Agreement.docx

contractors, consultants, or any person under its direction or control and shall make good to and reimburse County for any expenditures, including reasonable attorneys’ fees, County may make by reason of such matters and, if requested by County, shall defend any such suits at the sole cost and expense of Consultant. Consultant’s obligations under this Article shall exist regardless of concurrent negligence or willful misconduct on the part of County or any other person; provided, however, that Consultant shall not be required to indemnify or defendCounty for the proportion of Liability a court determines is attributable to the negligence or willful misconduct of County.

If such indemnification becomes necessary, the County Counsel shall have the absolute right and discretion to approve or disapprove of any and all counsel employed to defend County. This indemnification clause shall survive the termination or expiration of this Agreement.

ARTICLE XVII INSURANCE

Consultant, at Consultant’s own cost and expense, shall procure and maintain, for the duration of this Agreement, the following insurance policies with insurers licensed in the State of California and possessing a Best’s rating of no less than A:VII. The Consultant shall provide notice to County by certified mail, return receipt requested, thirty (30) days prior to cancellation or material change for all of the following stated insurance policies: A. Workers’ Compensation Coverage: Workers’ Compensation Insurance for its employees in accordance with the laws of the State of California. In addition, Consultant shall require each subcontractor to similarly maintain Workers’ Compensation Insurance in accordance with the laws of the State of California for all of the subcontractor’s employees. B. General Liability Coverage: Commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury and $100,000 per occurrence for property damage. C. Automobile Liability Coverage: Automobile liability insurance covering bodily injury and property damage for all activities of Consultant arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired and non-owned vehicles, in an amount of not less than one million dollars ($1,000,000) for each occurrence of bodily injury and $100,000 per occurrence for property damage. D. Professional Liability Coverage: Professional errors and omissions liability for protection against claims alleging negligent acts, errors or omissions which may arise from Consultant’s operations under this Agreement, whether such operations be by Consultant or by its employees, subcontractors, or subconsultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) per claim with an aggregate limit of two million dollars ($2,000,000). E. General Requirement: If a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. F. Policy Endorsements: Each insurance policy, except Workers’ Compensation and Professional Liability, shall be endorsed with the following specific language: 1) The County of Tuolumne, its elected and appointed officials, officers, employees, agents and volunteers (“Additional Insured”) are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Consultant, including materials, parts or equipment furnished in connection with such work or operations. 2) This policy shall be considered primary insurance as respects the Additional Insured (to the extent of the Consultant’s negligence in the performance of its services under this Agreement), and shall include no special limitations to coverage provided to additional insured. Any

7 P:\Projects\1700 - Local Street Sign Retrofit (RSSA)\C - Consultant Selection\Contract\1700 - Draft Agreement.docx

insurance maintained by County, including any self-insured retention County may have, shall be considered excess insurance only and shall not contribute with it. 3) This insurance shall act for each insured and Additional Insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. 4) The insurer waives all rights of subrogation against Additional Insured. 5) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the Additional Insured. G. Deductibles and Self-insured Retentions: Any deductibles or self-insured retentions must be declared to and approved by County. At County’s option, Consultant shall demonstrate financial capability for payment of such deductibles or self-insured retentions. H. Evidence of Insurance and Endorsements: Consultant shall provide evidence of required insurance with original endorsements to County as may be required by the County Risk Manager. Evidence of such insurance shall be filed with County on or before commencement of performance of this Agreement. Current proof of insurance shall be kept on file with County at all times during the term of this Agreement. I. Unsatisfactory Policies: If at any time any of the said policies or endorsements shall be reasonably unsatisfactory to the County Risk Manager, as to form or substance, or if a company issuing such policy shall be reasonably unsatisfactory to the County Risk Manager, Consultant shall promptly obtain a new policy, submit the same to the County Risk Manager for approval and submit a certificate thereof as herein provided. J. Failure to Comply: Upon failure of Consultant to furnish, deliver or maintain such insurance and evidence of the same as above provided, this Agreement, at the election of County, may be forthwith declared suspended, or terminated. Failure of Consultant to obtain and/or maintain any required insurance shall not relieve Consultant from any liability under this Agreement.

ARTICLE XVIII DISPUTES

A. Any dispute, other than audit, concerning a question of fact arising under this Agreement that is not disposed of by agreement shall be decided by a committee consisting of County’s Project Manager, Director of the Community Resources Agency and the County Administrative Officer who may consider written or verbal information submitted by the Consultant. B. Not later than thirty (30) days after completion of all deliverables necessary to complete the plans, specifications and estimate, Consultant may request review by the County Board of Supervisors of unresolved claims or disputes, other than audit. The request for review shall be submitted in writing. C. Neither the pendency of a dispute, nor its consideration by the committee will excuse Consultant from full and timely performance in accordance with the terms of this Agreement.

ARTICLE XIX TERMINATION

A. This Agreement may be terminated upon mutual written consent of the parties, or as a remedy available at law or in equity. B. County reserves the right to terminate this Agreement for convenience upon thirty (30) calendar days’ written notice to the Consultant. Upon termination for convenience, Consultant shall be entitled to compensation for services performed acceptably up to the effective date of termination, as set forth in Attachment B. C. Should Consultant default in the performance of this Agreement or materially breach any of its provisions, County, at its option, may terminate this Agreement by giving written notification to Consultant. The 8 P:\Projects\1700 - Local Street Sign Retrofit (RSSA)\C - Consultant Selection\Contract\1700 - Draft Agreement.docx

termination date shall be the effective date of the notice. For the purposes of this paragraph, default or material breach of this Agreement shall include, but not be limited to, any of the following: failure to perform required services in a timely manner, willful destruction of County property, dishonesty, or theft. D. If County terminates this Agreement for default or material breach, then Consultant shall be liable for any reasonable costs in excess of the Agreement amount incurred by County in order to complete Article I, Statement of Work. In addition, Consultant understands and agrees that County may, in County’s sole discretion, refuse to pay Consultant for that portion of Consultant’s services which were performed by Consultant on the Project prior to the termination date and which remain unacceptable to County as of the termination date.

ARTICLE XX CLAIMS FILED BY COUNTY’S CONSTRUCTION CONTRACTOR

A. If claims are filed by County’s construction contractor relating to work performed by Consultant’s personnel, and additional information or assistance from the Consultant’s personnel is required in order to evaluate or defend against such claims, Consultant agrees to make its personnel available for consultation with County’s construction contract administration and legal staff and for testimony, if necessary, at depositions and at trial or arbitration proceedings. B. Consultant’s personnel that County considers essential to assist in defending against construction contractor claims will be made available on reasonable notice from County. Consultation or testimony will be reimbursed at the same rates, including travel costs that are being paid for the Consultant’s personnel services under this Agreement. C. Services of Consultant’s personnel in connection with County’s construction contractor claims will be performed pursuant to a written Agreement amendment, if necessary, extending the termination date of this Agreement in order to resolve the construction claims. D. Any subcontract in excess of $25,000 entered into as a result of this Agreement, shall contain all of the provisions of this Article.

ARTICLE XXI RETENTION OF RECORDS/AUDIT

A. For the purpose of determining compliance with Public Contract Code section 10115 et seq. and 21 CCR section 2500 et seq., when applicable and other matters connected with the performance of this Agreement pursuant to Government Code section 8546.7; the Consultant, subconsultants, and County shall maintain and make available for inspection all books, documents, papers, accounting records, and other evidence pertaining to the performance of this Agreement, including but not limited to, the costs of administering this Agreement. All parties shall make such materials available at their respective offices at all reasonable times during the Agreement period and for three years from the date of final payment under this Agreement. The state, State Auditor, County, FHWA, or any duly authorized representative of the federal government shall have access to any books, records, and documents of Consultant and its certified public accountants (CPA) workpapers that are pertinent to this Agreement and indirect cost rates (ICR) for audit, examinations, excerpts, and transactions, and copies thereof shall be furnished if requested. B. Where County has reason to believe that such records or documents may be lost or discarded due to dissolution, disbandment or termination of Consultant’s business, County may, by written request, require that custody of the records be given to County. Access to such records and documents shall be granted to any party authorized by Consultant, Consultant’s representatives, or Consultant’s successor-in-interest. C. Subcontracts in excess of $25,000 shall contain the provisions of this Article.

ARTICLE XXII AUDIT REVIEW PROCEDURES

A. Any dispute concerning a question of fact arising under an interim or post audit of this Agreement that is not disposed of by agreement, shall be reviewed by County’s Auditor-Controller.

9 P:\Projects\1700 - Local Street Sign Retrofit (RSSA)\C - Consultant Selection\Contract\1700 - Draft Agreement.docx

B. Not later than thirty (30) days after issuance of the final audit report, Consultant may request a review by County’s Auditor-Controller of unresolved audit issues. The request for review shall be submitted in writing. C. Neither the pendency of a dispute nor its consideration by County will excuse Consultant from full and timely performance in accordance with the terms of this Agreement. D. Consultant and subconsultants’ agreements, including cost proposals and indirect cost rates (ICR), are subject to audits or review such as, but not limited to, an Agreement Audit, an Incurred Cost Audit, an ICR Audit, or a certified public accountant (CPA) ICR Audit Workpaper Review. If selected for audit or review, the Agreement, cost proposal and ICR and related workpapers, if applicable, will be reviewed to verify compliance with 48 CFR, Part 31 and other related laws and regulations. In the instances of a CPA ICR Audit Workpaper Review, it is Consultant’s responsibility to ensure federal, state, or local government officials are allowed full access to the CPA’s workpapers, including making copies as necessary. The Agreement, cost proposal, and ICR shall be adjusted by Consultant and approved by the County Administrative Officer to conform to the audit or review recommendations. Consultant agrees that individual terms of costs identified in the audit report shall be incorporated into the Agreement by this reference if directed by County at its sole discretion. Refusal by Consultant to incorporate audit or review recommendations, or to ensure that the Federal, State, or local governments have access to CPA workpapers, will be considered a breach of Agreement terms and cause for termination of the Agreement and disallowance of prior reimbursed costs.

ARTICLE XXIII FUNDING REQUIREMENTS

A. It is mutually understood between the parties that this Agreement may have been written before ascertaining the availability of funds or appropriation of funds, for the mutual benefit of both parties, in order to avoid Project and fiscal delays that would occur if this Agreement were executed after that determination was made. B. This Agreement is valid and enforceable only, if sufficient funds are made available to County for the purpose of this Agreement. In addition, this Agreement is subject to any additional restrictions, limitations, conditions, or any statute enacted by the Congress, State Legislature, or Board of Supervisors that may affect the provisions, terms, or funding of this Agreement in any manner. C. It is mutually agreed that if the County budget of the current year and/or any subsequent years covered under this Agreement does not appropriate sufficient funds for the Project, this Agreement shall be of no further force and effect. In this event, the County shall have no liability to pay any funds whatsoever to Consultant or to furnish any other considerations under this Agreement and Consultant shall not be obligated to perform any provisions of this Agreement. Consultant’s assumption of risk of possible non-appropriation is part of the consideration for this Agreement. County budget decisions are subject to the discretion of the Board of Supervisors. D. If funding for any fiscal year is reduced or deleted by the County budget for purposes of this Project, County shall have the option to either cancel this Agreement with no liability occurring to County, or offer an Agreement amendment to Consultant to reflect the reduced amount.

ARTICLE XXIV DISADVANTAGED BUSINESS ENTERPRISES (DBE) PARTICIPATION

A. This Agreement is subject to 49 CFR, Part 26 entitled “Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs”. Consultants who obtain DBE participation on this Agreement will assist Caltrans in meeting its federally mandated statewide overall DBE goal. B. The goal for DBE participation for this Agreement is 0%. Participation by DBE consultant or subconsultants shall be in accordance with information contained in Attachment D, “Consultant Proposal DBE Commitment,” or in Attachment E, “Consultant Contract DBE Information,” attached hereto and incorporated as part of the Agreement. If a DBE subconsultant is unable to perform, Consultant must make a good faith effort to replace him/her with another DBE subconsultant, if the goal is not otherwise met.

10 P:\Projects\1700 - Local Street Sign Retrofit (RSSA)\C - Consultant Selection\Contract\1700 - Draft Agreement.docx

C. DBEs and other small businesses, as defined in 49 CFR, Part 26 are encouraged to participate in the performance of contracts financed in whole or in part with federal funds. Consultant or subconsultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Agreement. Consultant shall carry out applicable requirements of 49 CFR, Part 26 in the award and administration of US DOT-assisted agreements. Failure by Consultant to carry out these requirements is a material breach of this Agreement, which may result in the termination of this Agreement or such other remedy as County deems appropriate. D. A DBE firm may be terminated only with written approval by County and only for the reasons specified in 49 CFR 26.53(f). Prior to requesting County’s consent for the termination, the Consultant must meet the procedural requirements specified in 49 CFR 26.53(f). E. Consultant shall maintain records of materials purchased or supplied from all subcontracts entered into with certified DBEs. The records shall show the name and business address of each DBE or vendor and the total dollar amount actually paid each DBE or vendor, regardless of tier. The records shall show the date of payment and the total dollar figure paid to all firms. DBE prime consultants shall also show the date of work performed by their own forces along with the corresponding dollar value of the work. F. Upon completion of the Agreement, a summary of these records shall be prepared and submitted on Attachment G, “Final Report-Utilization of Disadvantaged Business Enterprise (DBE), First-Tier Subconsultants,” certified correct by Consultant or Consultant’s authorized representative and shall be furnished to the County’s Project Manager with the final invoice. Failure to provide the summary of DBE payments with the final invoice will result in twenty-five percent (25%) of the dollar value of the invoice being withheld from payment until the form is submitted. The amount will be returned to Consultant when a satisfactory “Final Report-Utilization of Disadvantaged Business Enterprises (DBE), First-Tier Subconsultants” is submitted to the County’s Project Manager. G. If a DBE subconsultant is decertified during the life of the Agreement, the decertified subconsultant shall notify Consultant in writing with the date of decertification. If a subconsultant becomes a certified DBE during the life of the Agreement, the subconsultant shall notify Consultant in writing with the date of certification. Any changes should be reported to County’s Project Manager within thirty (30) days. H. The DBE requirements for this Agreement and Consultant certifications therefor are detailed in Attachments C through G, attached hereto and incorporated herein by reference. I. Any subcontract entered into as a result of this Agreement shall contain all of the provisions of this Article.

ARTICLE XXV STATEMENT OF COMPLIANCE

A. Consultant’s signature affixed herein, and dated, shall constitute a certification under penalty of perjury under the laws of the State of California that Consultant has, unless exempt, complied with, the nondiscrimination program requirements of Government Code section 12990 and 2 CCR section 11102. B. During the performance of this Agreement, Consultant and its subconsultants shall not unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of sex, race, color, ancestry, religious creed, national origin, physical disability (including HIV and AIDS), mental disability, medical condition (e.g., cancer), age (over 40), marital status, and denial of family care leave. Consultant and subconsultants shall ensure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. Consultant and subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code §12990 (a-f) et seq.) and the applicable regulations promulgated thereunder (California Code of Regulations, Title 2, Section 11000 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code section 12990 (a- f), set forth in Chapter 5 of Division 4.1 of Title 2 of the California Code of Regulations, are incorporated into this Agreement by reference and made a part hereof as if set forth in full. Consultant and its subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. 11 P:\Projects\1700 - Local Street Sign Retrofit (RSSA)\C - Consultant Selection\Contract\1700 - Draft Agreement.docx

C. The Consultant shall comply with regulations relative to Title VI (nondiscrimination in federally-assisted programs of the Department of Transportation – Title 49 Code of Federal Regulations, Part 21 - Effectuation of Title VI of the 1964 Civil Rights Act). Title VI provides that the recipients of federal assistance will implement and maintain a policy of nondiscrimination in which no person in the state of California shall, on the basis of race, color, national origin, religion, sex, age, disability, be excluded from participation in, denied the benefits of or subject to discrimination under any program or activity by the recipients of federal assistance or their assignees and successors in interest. D. The Consultant, with regard to the work performed by it during the Agreement shall act in accordance with Title VI. Specifically, the Consultant shall not discriminate on the basis of race, color, national origin, religion, sex, age, or disability in the selection and retention of subconsultants, including procurement of materials and leases of equipment. The Consultant shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR 21.5, including employment practices when the Agreement covers a program whose goal is employment.

ARTICLE XXVI NATIONAL LABOR RELATIONS BOARD CERTIFICATION

In accordance with Public Contract Code section 10296, Consultant hereby states under penalty of perjury that no more than one final unappealable finding of contempt of court by a federal court has been issued against Consultant within the immediately preceding two-year period because of Consultant’s failure to comply with an order of a federal court that orders Consultant to comply with an order of the National Labor Relations Board.

ARTICLE XXVII DEBARMENT AND SUSPENSION CERTIFICATION

A. Consultant’s signature affixed herein, shall constitute a certification under penalty of perjury under the laws of the State of California, that Consultant has complied with Title 2 CFR, Part 180, “OMB Guidelines to Agencies on Government wide Debarment and Suspension (nonprocurement)”, which certifies that he/she or any person associated therewith in the capacity of owner, partner, director, officer, or manager, is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within the past three (3) years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years. Any exceptions to this certification must be disclosed to County. B. Exceptions will not necessarily result in denial of recommendation for award, but will be considered in determining Consultant responsibility. Disclosures must indicate to whom exceptions apply, initiating agency, and dates of action. C. Exceptions to the Federal Government Excluded Parties List System maintained by the General Services Administration are to be determined by the Federal Highway Administration.

ARTICLE XXVIII CONFLICT OF INTEREST

A. Consultant shall disclose any financial, business, or other relationship with County that may have an impact upon the outcome of this Agreement, or any ensuing County construction project. Consultant shall also list current clients who may have a financial interest in the outcome of this Agreement, or any ensuing County construction project, which will follow. B. Consultant hereby certifies that it does not now have, nor shall it acquire any financial or business interest that would conflict with the performance of services under this Agreement. C. Any subcontract in excess of $25,000 entered into as a result of this Agreement, shall contain all of the provisions of this Article. D. Consultant hereby certifies that neither Consultant, nor any firm affiliated with Consultant will bid on any construction contract, or on any contract to provide construction inspection for any construction project resulting 12 P:\Projects\1700 - Local Street Sign Retrofit (RSSA)\C - Consultant Selection\Contract\1700 - Draft Agreement.docx

from this Agreement. An affiliated firm is one which is subject to the control of the same persons through joint- ownership, or otherwise. E. Except for subcontractors whose services are limited to providing surveying or materials testing information, no subcontractor who has provided design services in connection with this Agreement shall be eligible to bid on any construction contract, or on any contract to provide construction inspection for any construction project resulting from this Agreement.

ARTICLE XXIX PROHIBITION OF EXPENDING LOCAL AGENCY STATE OR FEDERAL FUNDS FOR LOBBYING

A. Consultant certifies to the best of its knowledge and belief that: 1) No state, federal or local agency appropriated funds have been paid, or will be paid by or on behalf of Consultant to any person for influencing or attempting to influence an officer or employee of any state or federal agency; a Member of the State Legislature or United States Congress; an officer or employee of the Legislature or Congress; or any employee of a Member of the Legislature or Congress, in connection with the awarding of any state or federal contract; the making of any state or federal grant; the making of any state or federal loan; the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any state or federal contract, grant, loan, or cooperative agreement. 2) If any funds other than federal appropriated funds have been paid, or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency; a Member of Congress; an officer or employee of Congress, or an employee of a Member of Congress; in connection with this federal Agreement, grant, loan, or cooperative agreement; Consultant shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions, which is attached hereto as Attachment H and incorporated herein by reference. B. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. C. Consultant also agrees by signing this Agreement that it shall require that the language of this certification be included in all lower-tier subcontracts, which exceed $100,000, and that all such sub recipients shall certify and disclose accordingly.

ARTICLE XXX CONTINGENT FEE

Consultant warrants, by execution of this Agreement, that no person or selling agency has been employed, or retained, to solicit or secure this Agreement upon an agreement or understanding, for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees, or bona fide established commercial or selling agencies maintained by Consultant for the purpose of securing business. For breach or violation of this warranty, County has the right to annul this Agreement without liability; pay only for the value of the work actually performed, or in its discretion to deduct from the Agreement price or consideration, or otherwise recover the full amount of such commission, percentage, brokerage, or contingent fee.

ARTICLE XXXI REBATES, KICKBACKS OR OTHER UNLAWFUL CONSIDERATION

Consultant warrants that this Agreement was not obtained or secured through rebates, kickbacks or other unlawful consideration, either promised or paid to any County employee. For breach or violation of this warranty, County shall have the right, in its discretion, to terminate this Agreement without liability; to pay only for the value of the work actually performed; or to deduct from the Agreement price; or otherwise recover the full amount of such rebate, kickback or other unlawful consideration.

13 P:\Projects\1700 - Local Street Sign Retrofit (RSSA)\C - Consultant Selection\Contract\1700 - Draft Agreement.docx

ARTICLE XXXII EQUIPMENT PURCHASE

A. Prior written authorization by County shall be required before Consultant enters into any unbudgeted purchase order, or subcontract exceeding $5,000 for supplies, equipment, or consultant services. Consultant shall provide an evaluation of the necessity or desirability of incurring such costs. B. For purchase of any item, service or consulting work not covered in the approved Consultant’s Scope of Work and Cost Proposal and exceeding $5,000 requiring prior written authorization by County; three competitive quotations must be submitted with the request, or the absence of bidding must be adequately justified. C. Any equipment purchased as a result of this Agreement is subject to the following: “Consultant shall maintain an inventory of all nonexpendable property. Nonexpendable property is defined as having a useful life of at least two years and an acquisition cost of $5,000 or more. If the purchased equipment needs replacement and is sold or traded in, County shall receive a proper refund or credit at the conclusion of this Agreement, or if this Agreement is terminated, Consultant may either keep the equipment and credit County in an amount equal to its fair market value, or sell such equipment at the best price obtainable at a public or private sale, in accordance with established County procedures; and credit County in an amount equal to the sales price. If Consultant elects to keep the equipment, fair market value shall be determined at Consultant’s expense, on the basis of a competent independent appraisal of such equipment. Appraisals shall be obtained from an appraiser mutually agreeable to by County and Consultant, if it is determined to sell the equipment, the terms and conditions of such sale must be approved in advance by County.” 49 CFR, Part 18 requires a credit to Federal funds when participating equipment with a fair market value greater than $5,000 is credited to the Project. D. No actions taken by either party pursuant to this Article shall increase the amount of compensation to be provided to Consultant pursuant to Article V, Allowable Costs and Payments, unless provided for by written amendment. E. All subcontracts in excess $25,000 shall contain the provisions of this Article.

ARTICLE XXXIII ENTIRE AGREEMENT

This Agreement constitutes the entire agreement which is made and concluded in duplicate between the two parties. All prior written and oral communications, including correspondence, drafts, memoranda, and representations, are superseded in total by this Agreement. Consultant has satisfied itself by its own investigation and research regarding the conditions affecting the work to be done and labor and material needed, and its making of this Agreement is based on such independent investigation and research. Both of these parties for and in consideration of the payments to be made, conditions mentioned, and work to be performed; each agree to diligently perform in accordance with the terms and conditions of this Agreement as evidenced by the signatures below.

14 P:\Projects\1700 - Local Street Sign Retrofit (RSSA)\C - Consultant Selection\Contract\1700 - Draft Agreement.docx

ARTICLE XXXIV SIGNATURES

IN WITNESS WHEREOF, the parties have caused this Agreement, consisting of pages, including this page, to be executed on the date first written above.

County of Tuolumne Consultant

Sherri Brennan, Chair Date President / CEO Date Board of Supervisors

Attest:

Clerk of the Board [SEAL] Secretary / Treasurer Date

Approved As to Legal Form:

County Counsel Date

Corporate Seal

Consultant’s Federal ID#

Attachments: Attachment A, Scope of Work Attachment B, Cost Proposal Attachment C, Notice to Proposers DBE Information Attachment D, Intentionally Omitted Attachment E, Consultant Contract DBE Information Attachment F, Intentionally Omitted Attachment G, Final Report – Utilization of DBEs Attachment H, Disclosure of Lobbying Activities Attachment I, Consultant Certification of Contract Costs and Financial Management System (Attachments C-I are Exhibits from the Caltrans Local Assistance Procedures Manual)

15 P:\Projects\1700 - Local Street Sign Retrofit (RSSA)\C - Consultant Selection\Contract\1700 - Draft Agreement.docx

Attachment A Scope of Work

Attachment B Cost Proposal

Attachments C-I

Local Assistance Procedures Manual Exhibit 10-O2 Consultant Contract DBE Commitment

EXHIBIT 10-O2 CONSULTANT CONTRACT DBE COMMITMENT

1. Local Agency: 2. Contract DBE Goal:

3. Project Description:

4. Project Location:

5. Consultant's Name: 6. Prime Certified DBE:  7. Total Contract Award Amount:

8. Total Dollar Amount for ALL Subconsultants: 9. Total Number of ALL Subconsultants:

11. DBE 13. DBE 10. Description of Work, Service, or Materials Certification 12. DBE Contact Information Dollar Supplied Number Amount

Local Agency to Complete this Section $ 20. Local Agency Contract Number: 14. TOTAL CLAIMED DBE PARTICIPATION 21. Federal-Aid Project Number: % 22. Contract Execution Date:

Local Agency certifies that all DBE certifications are valid and information on IMPORTANT: Identify all DBE firms being claimed for credit, this form is complete and accurate. regardless of tier. Written confirmation of each listed DBE is required.

23. Local Agency Representative's Signature 24. Date 15. Preparer's Signature 16. Date

25. Local Agency Representative's Name 26. Phone 17. Preparer's Name 18. Phone

27. Local Agency Representative's Title 19. Preparer's Title

DISTRIBUTION: 1. Original – Local Agency 2. Copy – Caltrans District Local Assistance Engineer (DLAE). Failure to submit to DLAE within 30 days of contract execution may result in de-obligation of federal funds on contract.

ADA Notice: For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 654- 3880 or write Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814.

Page 1 of 2 July 23, 2015

Local Assistance Procedures Manual Exhibit 10-O2 Consultant Contract DBE Commitment

INSTRUCTIONS – CONSULTANT CONTRACT DBE COMMITMENT

CONSULTANT SECTION

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

LOCAL AGENCY SECTION

20. Local Agency Contract Number - Enter the Local Agency contract number or identifier. 21. Federal-Aid Project Number - Enter the Federal-Aid Project Number. 22. Contract Execution Date - Enter the date the contract was executed. 23. Local Agency Representative’s Signature - The person completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Consultant Section of this form is complete and accurate. 24. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative. 25. Local Agency Representative’s Name - Enter the name of the Local Agency Representative certifying the consultant’s DBE commitment form. 26. Phone - Enter the area code and phone number of the person signing the consultant’s DBE commitment form. 27. Local Agency Representative Title - Enter the position/title of the Local Agency Representative certifying the consultant’s DBE commitment form.

Page 2 of 2 July 23, 2015

Local Assistance Procedures Manual Exhibit 17-F Final Report-Utilization of Disadvantaged Business Enterprises (DBE) and First-Tier Subcontractors

EXHIBIT 17-F FINAL REPORT-UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES (DBE) AND FIRST-TIER SUBCONTRACTORS

1. Local Agency Contract Number 2. Federal-Aid Project Number 3. Local Agency 4. Contract Completion Date

5. Contractor/Consultant 6. Business Address 7. Final Contract Amount

8. Contract 11. DBE 12. Contract Payments 13. Date 14. Date of 9. Description of Work, Service, or 10. Company Name and Item Certification Work Final Materials Supplied Business Address Number Number Non-DBE DBE Completed Payment

15. ORIGINAL DBE COMMITMENT AMOUNT $ 16. TOTAL

List all first-tier subcontractors/subconsultants and DBEs regardless of tier whether or not the firms were originally listed for goal credit. If actual DBE utilization (or item of work) was different than that approved at the time of award, provide comments on an additional page. List actual amount paid to each entity. If no subcontractors/subconsultants were used on the contract, indicate on the form. I CERTIFY THAT THE ABOVE INFORMATION IS COMPLETE AND CORRECT 17. Contractor/Consultant Representative’s Signature 18. Contractor/Consultant Representative’s Name 19. Phone 20. Date

I CERTIFY THAT THE CONTRACTING RECORDS AND ON-SITE PERFORMANCE OF THE DBE(S) HAS BEEN MONITORED 21. Local Agency Representative’s Signature 22. Local Agency Representative’s Name 23. Phone 24. Date

DISTRIBUTION: Original – Local Agency, Copy – Caltrans District Local Assistance Engineer. Include with Final Report of Expenditures

ADA NOTICE: For individuals with sensory disabilities, this document is available in alternate formats. For information, call (916) 445-1233, Local Assistance Procedures Manual TTY 711, or write to Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814.

Page 1 of 2 July 23, 2015 Local Assistance Procedures Manual Exhibit 17-F Final Report-Utilization of Disadvantaged Business Enterprises (DBE) and First-Tier Subcontractors

INSTRUCTIONS – FINAL REPORT-UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES (DBE) AND FIRST-TIER SUBCONTRACTORS

1. Local Agency Contract Number - Enter the Local Agency contract number or identifier. 2. Federal-Aid Project Number - Enter the Federal-Aid Project Number. 3. Local Agency - Enter the name of the local or regional agency that is funding the contract. 4. Contract Completion Date - Enter the date the contract was completed. 5. Contractor/Consultant - Enter the contractor/consultant’s firm name. 6. Business Address - Enter the contractor/consultant’s business address. 7. Final Contract Amount - Enter the total final amount for the contract. 8. Contract Item Number - Enter contract item for work, services, or materials supplied provided. Not applicable for consultant contracts. 9. Description of Work, Services, or Materials Supplied - Enter description of work, services, or materials provided. Indicate all work to be performed by DBEs including work performed by the prime contractor/consultant’s own forces, if the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 10. Company Name and Business Address - Enter the name, address, and phone number of all subcontracted contractors/consultants. Also, enter the prime contractor/consultant’s name and phone number, if the prime is a DBE. 11. DBE Certification Number - Enter the DBE’s Certification Identification Number. Leave blank if subcontractor is not a DBE. 12. Contract Payments - Enter the subcontracted dollar amount of the work performed or service provided. Include the prime contractor/consultant if the prime is a DBE. The Non-DBE column is used to enter the dollar value of work performed by firms that are not certified DBE or for work after a DBE becomes decertified. 13. Date Work Completed - Enter the date the subcontractor/subconsultant’s item work was completed. 14. Date of Final Payment - Enter the date when the prime contractor/consultant made the final payment to the subcontractor/subconsultant for the portion of work listed as being completed. 15. Original DBE Commitment Amount - Enter the “Total Claimed DBE Participation Dollars” from Exhibits 15-G or 10-O2 for the contract. 16. Total - Enter the sum of the “Contract Payments” Non-DBE and DBE columns. 17. Contractor/Consultant Representative’s Signature - The person completing the form on behalf of the contractor/consultant’s firm must sign their name. 18. Contractor/Consultant Representative’s Name - Enter the name of the person preparing and signing the form. 19. Phone - Enter the area code and telephone number of the person signing the form. 20. Date - Enter the date the form is signed by the contractor’s preparer. 21. Local Agency Representative’s Signature - A Local Agency Representative must sign their name to certify that the contracting records and on-site performance of the DBE(s) has been monitored. 22. Local Agency Representative’s Name - Enter the name of the Local Agency Representative signing the form. 23. Phone - Enter the area code and telephone number of the person signing the form. 24. Date - Enter the date the form is signed by the Local Agency Representative.

Page 2 of 2 July 23, 2015 Local Assistance Procedures Manual EXHBIT 10-Q Disclosure of Lobbying Activities

EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352

1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type:  a. contract a. bid/offer/application a. initial b. grant b. initial award b. material change c. cooperative agreement c. post -award d. loan For Material Change Only: e. loan guarantee year ____ quarter ______f. loan insurance date of last report ______

4. Name and Address of Reporting Entity 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Prime Subawardee Tier ______, if known

Congressional District, if known Congressional District, if known

6. Federal Department/Agency: 7. Federal Program Name/Description:

CFDA Number, if applicable ______

8. Federal Action Number, if known: 9. Award Amount, if known:

10. Name and Address of Lobby Entity 11. Individuals Performing Services

(attach Continuation Sheet(s) if necessary)

12. Amount of Payment (check all that apply) 14. Type of Payment (check all that apply)

$ ______actual planned a. retainer b. one- time fee 13. Form of Payment (check all that apply): c. commission a. cash d. contingent fee b. in-kind; specify: nature ______e deferred Value ______f. other, specify ______

15. Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 11:

16. Continuation Sheet(s) attached: Yes No (attach Continuation Sheet(s) if necessary)

17. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance Signature: ______was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. Print Name: ______1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject Title: ______to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Telephone No.: ______Date: ______

Authorized for Local Reproduction

Federal Use Only: Standard Form - LLL

Standard Form LLL Rev. 04-28-06

Distribution: Orig- Local Agency Project Files

Page 1 LPP 13-01 May 8, 2013 Local Assistance Procedures Manual EXHBIT 10-Q Disclosure of Lobbying Activities

INSTRUCTIONS FOR COMPLETING EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity, whether subawardee or prime federal recipient at the initiation or receipt of covered federal action or a material change to previous filing pursuant to title 31 U.S.C. Section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered federal action for which lobbying activity is or has been secured to influence, the outcome of a covered federal action. 2. Identify the status of the covered federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered federal action. 4. Enter the full name, address, city, state, and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to: subcontracts, subgrants, and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state, and zip code of the prime federal recipient. Include Congressional District, if known. 6. Enter the name of the federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the federal program name or description for the covered federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate federal identifying number available for the federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9. For a covered federal action where there has been an award or loan commitment by the Federal agency, enter the federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. Enter the full name, address, city, state, and zip code of the lobbying entity engaged by the reporting entity identified in Item 4 to influence the covered federal action. 11. Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (Ml). 12. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (Item 4) to the lobbying entity (Item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 13. Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 14. Check all boxes that apply. If other, specify nature. 15. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with federal officials. Identify the federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 16. Check whether or not a continuation sheet(s) is attached. 17. The certifying official shall sign and date the form, and print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30-minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503. SF-

LLL-Instructions Rev. 06-04

Page 2 LPP 13-01 May 8, 2013 Local Assistance Procedures Manual EXHIBIT 10-K Consultant Certification of Contract Costs and Financial Management System

EXHIBIT 10-K CONSULTANT CERTIFICATION OF CONTRACT COSTS AND FINANCIAL MANAGEMENT SYSTEM

(Note: If requesting to utilize the Safe Harbor Indirect Cost Rate submit Attachment 1 of DLA-OB 13-07 - Safe Harbor Indirect Cost Rate for Consultant Contracts found at http://www.dot.ca.gov/hq/LocalPrograms/DLA_OB/DLA_OB.htm in lieu of this form.)

Certification of Final Indirect Costs:

Consultant Firm Name: ______

Indirect Cost Rate: ______* for fiscal period ______

*Fiscal period covered for Indirect Cost Rate developed (not the contract period).

Local Government: ______

Contract Number: ______Project Number: ______

I, the undersigned, certify that I have reviewed the proposal to establish final indirect cost rates for the fiscal period as specified above and to the best of my knowledge and belief:

1. All costs included in this proposal to establish final Indirect Cost Rates are allowable in accordance with the cost principles of the Federal Acquisition Regulations (FAR) of Title 48, Code of Federal Regulations (CFR), Part 31. 2. This proposal does not include any costs which are expressly unallowable under the cost principles of the FAR of 48 CFR, Part 31.

All known material transactions or events that have occurred affecting the firm’s ownership, organization, and Indirect Cost Rates have been disclosed as of the date of proposal preparation noted above.

Certification of Financial Management System:

I, the undersigned, certify to the best of my knowledge and belief that our Financial Management System meets the standards for financial reporting, accounting records, internal and budget control as set forth in the FAR of Title 49, CFR, Part 18.20 to the extent applicable to Consultant.

Certification of Dollar Amount for all A&E Contracts:

I, the undersigned, certify that the approximate dollar amount of all A&E contracts awarded by Caltrans or a California local agency to this firm within the last three (3) calendar years for all State DOT and Local Agencies is $______and the number of states in which the firm does business is ______.

Certification of Direct Costs:

I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are reasonable, allowable and allocable to the contract in accordance with the cost principles of the FAR of Title 48, CFR, Part 31. Allowable direct costs to a Government contract shall be:

Page 1 of 2 LPP 15-01 January 14, 2015 Local Assistance Procedures Manual EXHIBIT 10-K Consultant Certification of Contract Costs and Financial Management System

1. Compliant with Generally Accepted Accounting Principles (GAAP) and standards promulgated by the Cost Accounting Standards Board (when applicable). 2. Compliant with the terms of the contract and is incurred specifically for the contract. 3. Not prohibited by 23 CFR, Chapter 1, Part 172 – Administration of Engineering and Design Related Service Contracts to the extent requirements are applicable to Consultant.

All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files.

Subconsultants (if applicable) Proposed Contract Amount (or amount not to exceed if on-call contract): $ ______

Prime Consultants (if applicable) Proposed Total Contract Amount (or amount not to exceed if on-call contract): $ ______

Prime, list all subconsultants and proposed subcontract dollar amounts (attach additional page if necessary):

______$______$______$______$______$______

Consultant Certifying (Print Name and Title):

Name: ______

Title: ______

Consultant Certification Signature **: ______

Date of Certification (mm/dd/yyyy): ______

Consultant Contact Information:

Email: ______

Phone number: ______

**An individual executive or financial officer of the consultant’s organization at a level no lower than a Vice President or Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the Indirect Cost Rate proposal submitted in conjunction with the contract.

Note: Per 23 U.S.C. 112(b)(2)(B), Subconsultants must comply with the FAR Cost Principles contained in 48 CFR, Part 31. 23 CFR Part 172.3 Definitions state: Consultant means the individual or firm providing engineering and design related services as a party to the contract. Therefore, subconsultants as parties of a contract must complete a certification and send originals to A&I and keep copies in Local Agency Project Files.

Distribution: 1) Original to Caltrans Audits and Investigations 2) Retained in Local Agency Project Files

Page 2 of 2 LPP 15-01 January 14, 2015