HomeMy WebLinkAboutContinental Field Services a dba of Continental Acquisition Services, Inc Agreement Consultant Services - 4-1-2025AGREEMENT
CITY OF FRESNO, CALIFORNIA
CONSULTANT SERVICES
THIS AGREEMENT (Agreement) is made and entered into effective on
nL[-pj- 02,5 , by and between the CITY OF FRESNO, a California
municipal corporation (City), and CONTINENTAL ACQUISITION SERVICES, INC., a
California corporation, DBA CONTINENTAL FIELD SERVICES (Consultant).
RECITALS
WHEREAS, the City desires to obtain professional on -call Right of Way Consultant
services for Capital Improvement Programs throughout the City (Program); and
WHEREAS, the Consultant is engaged in the business of furnishing services as a Right
of Way Consultant and hereby represents that it desires to and is professionally and
legally capable of performing the services called for by this Agreement; and
WHEREAS, the City has conducted a qualification -based selection process to obtain
multiple professional Right of Way Consultants to be contracted on an on -call basis for
services, as defined by this Agreement, that are to be awarded Task Order work on a
competitive basis per the selection criteria defined herein and solicited to the contracted
Consultants; ands
WHEREAS, the Consultant acknowledges that this Agreement is subject to the
requirements of Fresno Municipal Code Section 4-107 and Administrative Order No. 6-19;
and
WHEREAS, this Agreement will be administered for the City by its Capital Projects
Director (Director) or designee.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing and of the covenants, conditions,
and promises hereinafter contained to be kept and performed by the respective parties,
it is mutually agreed as follows:
1. Scope of Services. The Consultant shall perform to the satisfaction of the City the
services described in Exhibit A, including all work incidental to, or necessary to
perform, such services even though not specifically described in Exhibit A.
The Consultant shall make as many submittals as may be necessary or desirable
to obtain the acceptance by the City and shall assist the City in applying for and
obtaining from applicable public agencies any approval permit, or waiver required
by law, which assistance shall include, but not be limited to, making Project
information available to the City.
2. Term of Agreement and Time for Performance. This Agreement shall be effective
from the date first set forth above (Effective Date) and shall continue in full force
and effect for three (3) years subject to any earlier termination in accordance with
this Agreement (the "Performance Period"). The services of the Consultant as
described in Exhibit A are to commence upon the City's issuance of a written
"Notice to Proceed." A separate Notice to Proceed will be issued for each of the
awarded Task Orders, following the Consultants successful submission of a
CPD-B FHWA Eng. On -Call, T&M - Multiple (01-2025) 4156550
(e) The Consultant's shall return a Proposal, excluding cost, and a draft Task
Order, per Exhibit E attached hereto, within ten calendar days.
(f) Proposals will be evaluated and ranked based on the defined criteria within
the Mini-RFP.
(g) Task order cost will be based on wage rates established in the Consultant's
on -call contract, and the time and deliverable requirements in the task order
(h) Upon determination of the successful Proposal, City and selected
Consultant will negotiate the Cost Proposal and finalize the Task Order. The
finalized Task Order shall be signed by both the City and the selected
Consultant. The City has the right to move on to the next most qualified
Consultant if Cost Proposal is unagreeable to the City.
(i) Reimbursement for transportation and subsistence costs shall not exceed
State rates.
Q) Progress payments for each Task Order will be made monthly in arrears
based on services provided and actual costs incurred.
(k) The Consultant shall not commence performance of work or services until
this Agreement has been approved by the City and notification to proceed
has been issued by the City's Contract Administrator. No payment will be
made prior to approval or for any work performed prior to approval of this
Agreement.
(1) A Task Order is of no force or effect until returned to the City and signed by
an authorized representative of the City. No expenditures are authorized on
a project and work shall not commence until a Task Order for that project
has been executed by the City and a written Notice to Proceed is issued.
(m) The selected Consultant will be reimbursed within thirty days upon receipt
by the City's Contract Administrator of itemized invoices in duplicate.
Separate invoices, itemizing all costs are required for all work performed
under each Task Order. Invoices shall be submitted no later than thirty
calendar days after the performance of work for which the selected
Consultant is billing or upon completion of the Task Order. Invoices shall
detail the work performed on each milestone, on each project as applicable.
Invoices shall follow the format stipulated for the approved Cost Proposal
and shall reference this Agreement number, project title and Task Order
number. Credits due the City that include any equipment purchased under
the provisions of Article XI Equipment Purchase, must be reimbursed by the
Consultant prior to the expiration or termination of this Agreement. Invoices
shall be mailed to the City's Contract Administrator at the following address:
CITY OF FRESNOMANCY BRUNO
SUPERVISING REAL ESTATE AGENT
747 R STREET, 2ND FLOOR
FRESNO, CA 93721
(n) The period of performance for Task Orders shall be In accordance with
dates specified in the Task Order. No Task Order will be written which
CPD-B FHWA Eng On -Call, T&M - Multiple (01-2025) 4156550
terms of the Agreement; and/or (iii) recover all direct, indirect,
consequential, economic and incidental damages for the breach of the
Agreement. If it is determined that the City improperly terminated this
Agreement for default, such termination shall be deemed a termination for
convenience.
(e) The Consultant shall provide the City with adequate written assurances of
future performance, upon Director's request, in the event the Consultant
fails to comply with any terms or conditions of this Agreement.
(f) The Consultant shall be liable for default unless nonperformance is caused
by an occurrence beyond the reasonable control of the Consultant and
without its fault or negligence such as, acts of God or the public enemy, acts
of the City in its contractual capacity, fires, floods, epidemics, quarantine
restrictions, strikes, unusually severe weather, and delays of common
carriers. The Consultant shall notify the Director in writing as soon as it is
reasonably possible after the commencement of any excusable delay,
setting forth the full particulars in connection therewith, and shall remedy
such occurrence with all reasonable dispatch, and shall promptly give
written notice to Director of the cessation of such occurrence.
(g) Any notice of termination sent to Consultant shall include the reason(s) for
such termination or state that it is without cause.
5. Confidential Information Ownership of Documents and Copyright License.
(a) Any reports, information, or other data prepared or assembled by the
Consultant pursuant to this Agreement shall not be made available to any
individual or organization by the Consultant without the prior written
approval of the City. During the term of this Agreement, and thereafter, the
Consultant shall not, without the prior written consent of the City, disclose
to anyone any Confidential Information. The term Confidential Information
for the purposes of this Agreement shall include all proprietary and
confidential information of the City, including but not limited to business
plans, marketing plans, financial information, designs, drawings,
specifications, materials, compilations, documents, instruments, models,
source or object codes and other information disclosed or submitted, orally,
in writing, or by any other medium or media. All Confidential Information
shall be and remain confidential and proprietary in the City.
i. Permission granted to the Consultant to disclose information on one
occasion shall not authorize the Consultant to further disclose such
information or any other information or disseminate the same on any
other occasion.
The Consultant shall not comment publicly to the press or any other
media regarding the Agreement or the City's actions on the same,
except to the City's personnel or the Consultant's personnel involved
in the performance of this Agreement at public hearings or in
response to questions from a Legislative committee.
CPD-B FHWA Eng. On -Call, T&M - Multiple (01-2025) 4156550
2782.8, Consultant shall indemnify, hold harmless and defend City and
each of its officers, officials, employees, agents, and volunteers from any
and all loss, liability, fines, penalties, forfeitures, costs and damages
(whether in contract, tort or strict liability, including but not limited to
personal injury, death at any time and property damage), and from any and
all claims, demands and actions in law or equity (including reasonable
attorney's fees, litigation expenses and cost to enforce this agreement) that
arise out of, pertain to, or relate to the negligence, recklessness or willful
misconduct of Consultant, its principals, officers, employees, agents, or
volunteers in the performance of this Agreement.
(b) If Consultant should subcontract all or any portion of the services to be
performed under this Agreement, Consultant shall require each
subcontractor to indemnify, hold harmless and defend City and each of its
officers, officials, employees, agents, and volunteers in accordance with the
terms of the preceding paragraph.
(c) This section shall survive termination or expiration of this Agreement
8. Insurance.
(a) Throughout the life of this Agreement, the Consultant shall pay for and
maintain in full force and effect all insurance as required in Exhibit B, which
is incorporated into and part of this Agreement, with an insurance
company(ies) either (i) admitted by the California Insurance Commissioner
to do business in the State of California and rated no less than "A-VII" in the
Best's Insurance Rating Guide, or (ii) as may be authorized in writing by the
City's Risk Manager or designee at any time and in its sole discretion. The
required policies of insurance as stated in Exhibit B shall maintain limits of
liability of not less than those amounts stated therein. However, the
insurance limits available to the City, its officers, officials, employees,
agents, and volunteers as additional insureds, shall be the greater of the
minimum limits specified therein or the full limit of any insurance proceeds
to the named insured.
(b) If at any time during the life of the Agreement or any extension, the
Consultant or any of its subcontractors/sub-consultants fail to maintain any
required insurance in full force and effect, all services and work under this
Agreement shall be discontinued immediately, and all payments due or that
become due to the Consultant shall be withheld until notice is received by
the City that the required insurance has been restored to full force and effect
and that the premiums therefore have been paid for a period satisfactory to
the City. Any failure to maintain the required insurance shall be sufficient
cause for the City to terminate this Agreement. No action taken by the City
pursuant to this section shall in any way relieve the Consultant of its
responsibilities under this Agreement. The phrase "fail to maintain any
required insurance" shall include, without limitation, notification received by
the City that an insurer has commenced proceedings, or has had
proceedings commenced against it, indicating that the insurer is insolvent.
CPD-B FHWA Eng. On -Call, T&M - Multiple (01-2025) 4156550
plans or specifications. Consultant shall cooperate with the City to ensure
that all bidders for a subsequent contract on any subsequent phase of this
Project have access to the same information, including all conceptual,
preliminary, or initial plans or specifications prepared by Consultant
pursuant to this Agreement.
(e In performing the work or services to be provided hereunder, the Consultant
shall not employ or retain the services of any person while such person
either is employed by the City or is a member of any City council,
commission, board, committee, or similar City body. This requirement may
be waived in writing by the City Manager, if no actual or potential conflict is
involved.
(f) The Consultant represents and warrants that it has not paid or agreed to
pay any compensation, lawful or unlawful, contingent or otherwise, direct or
indirect, to any party to solicit or procure this Agreement or any
rights/benefits hereunder. The City shall have the right, in its discretion, to
deduct from any payment to the Consultant under this Agreement, or
otherwise recover the full amount of, any rebate, kickback or other
consideration paid by the Consultant in violation of any representation or
warranty under this section.
(g) Neither the Consultant, nor any firm affiliated with the Consultant, nor any
of the Consultant's subcontractors performing any services on a Task
Order, shall bid for, assist anyone in the preparation of a bid for, or perform
any services pursuant to, any other contract in connection with a Task
Order, with the exception of any subcontractor whose services are limited
to providing surveying or materials testing information. The Consultant and
any of its subcontractors shall have no interest, direct or indirect, in any
other contract with a third party in connection with a Task Order unless such
interest is in accordance with all applicable law and fully disclosed to and
approved by the City Manager, in advance and in writing. An affiliated firm
is one which is subject to the control of the same person(s) through joint -
ownership or otherwise.
(h) The Consultant shall disclose any financial, business, or other relationship
with the City that may have an impact upon the outcome of this Agreement
or any ensuing the City construction project. The Consultant shall also
disclose any current clients who may have a financial interest in the
outcome of this Agreement or any ensuing the City construction project,
which will follow.
(i) The 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.
(j) If the Consultant should subcontract all or any portion of the work to be
performed or services to be provided under this Agreement, the Consultant
CPD-B FHWA Eng. On -Call, T&M - Multiple (01-2025) 4156550
for an amount in excess of $25,000, the subcontract shall include this
paragraph in its entirety. This Section 11(b) shall survive expiration or
termination of this Agreement.
(c) Prior to execution of this Agreement by the City, the Consultant shall have
provided evidence to the City that the Consultant is licensed to perform the
services called for by this Agreement (or that no license is required). If the
Consultant should subcontract all or any portion of the work or services to
be performed under this Agreement, the Consultant shall require each
subcontractor to provide evidence to the City that the subcontractor is
licensed to perform the services called for by this Agreement (or that no
license is required) before beginning work.
(d) The Consultant's services pursuant to this Agreement shall be provided
under the supervision of Beth W. Hill, President, and it shall not assign
another to supervise the Consultant's performance of this Agreement
without the prior written approval of the Director.
(e) The City will carry out applicable federal requirements in the administration
of this Agreement. Notwithstanding Section 25 herein, the Consultant
agrees to comply with all applicable federal and state assurances and
requirements identified in Exhibit D along with its Appendix A and require
that each subcontract include the same assurances by each of its
subcontractors.
12. Nondiscrimination. To the extent required by controlling federal, state and local
law, the Consultant shall not employ discriminatory practices in the provision of
services, employment of personnel, or in any other respect on the basis of race,
religious creed, color, national origin, ancestry, physical disability, mental disability,
medical condition, marital status, sex, age, sexual orientation, ethnicity, status as
a disabled veteran or veteran of the Vietnam era. Subject to the foregoing and
during the performance of this Agreement, the Consultant agrees as follows:
(a) The Consultant will comply with all applicable laws and regulations
providing that no person shall, on the grounds of race, religious creed, color,
national origin, ancestry, physical disability, mental disability, medical
condition, marital status, sex, age, sexual orientation, ethnicity, status as a
disabled veteran or veteran of the Vietnam era be excluded from
participation in, be denied the benefits of, or be subject to discrimination
under any program or activity made possible by or resulting from this
Agreement.
(b) The Consultant will not discriminate against any employee or applicant for
employment because of race, religious creed, color, national origin,
ancestry, physical disability, mental disability, medical condition, marital
status, sex, age, sexual orientation, ethnicity, status as a disabled veteran
or veteran of the Vietnam era. The Consultant shall ensure that applicants
are employed, and the employees are treated during employment, without
regard to their race, religious creed, color, national origin, ancestry, physical
disability, mental disability, medical condition, marital status, sex, age,
CPD-B FHWA Eng. On -Call, T&M - Multiple (01-2025) 4156550
Consultant shall be solely liable and responsible for all payroll and tax
withholding and for providing to, or on behalf of, its employees all employee
benefits including, without limitation, health, welfare and retirement benefits.
In addition, together with its other obligations under this Agreement, the
Consultant shall be solely responsible, indemnify, defend and save the City
harmless from all matters relating to employment and tax withholding for
and payment of the Consultant's employees, including, without limitation, (i)
compliance with Social Security and unemployment insurance withholding,
payment of workers' compensation benefits, and all other laws and
regulations governing matters of employee withholding, taxes and
payment; and (ii) any claim of right or interest in the City employment
benefits, entitlements, programs and/or funds offered employees of the City
whether arising by reason of any common law, de facto, leased, or co -
employee rights or other theory. It is acknowledged that during the term of
this Agreement, the Consultant may be providing services to others
unrelated to the City or to this Agreement.
14. Notices. Any notice required or intended to be given to either party under the terms
of this Agreement shall be in writing and shall be deemed to be duly given if
delivered personally, transmitted by facsimile followed by telephone confirmation
of receipt, or sent by United States registered or certified mail, with postage
prepaid, return receipt requested, addressed to the party to which notice is to be
given at the party's address set forth on the signature page of this Agreement or
at such other address as the parties may from time to time designate by written
notice. Notices served by United States mail in the manner above described shall
be deemed sufficiently served or given at the time of the mailing thereof.
15. Binding. Subject to Section 16, below, once this Agreement is signed by all parties,
it shall be binding upon, and shall inure to the benefit of, all parties, and each
party's respective heirs, successors, assigns, transferees, agents, servants,
employees, and representatives.
16. Assignment.
(a) This Agreement is personal to the Consultant and there shall be no
assignment by the Consultant of its rights or obligations under this
Agreement without the prior written approval of the City Manager or
designee. Any attempted assignment by the Consultant, its successors or
assigns, shall be null and void unless approved in writing by the City
Manager or designee.
(b) The Consultant hereby agrees not to assign the payment of any monies due
the Consultant from the City under the terms of this Agreement to any other
individual(s), corporation(s) or entity(ies). The City retains the right to pay
any and all monies due to the Consultant directly to the Consultant.
17. Compliance With Law. In providing the services required under this Agreement,
the Consultant shall at all times comply with all applicable laws of the United
States, the State of California and the City, and with all applicable regulations
promulgated by federal, state, regional, or local administrative and regulatory
CPD-B FHWA Eng On -Call, T&M - Multiple (01-2025) 4156550
within this Agreement are intended for the specific parties hereto as identified in
the preamble of this Agreement. Notwithstanding anything stated to the contrary
in this Agreement, it is not intended that any rights or interests in this Agreement
benefit or flow to the interest of any third parties.
28. Extent of Agreement. Each party acknowledges that they have read and fully
understand the contents of this Agreement. This Agreement represents the entire
and integrated agreement between the parties with respect to the subject matter
hereof and supersedes all prior negotiations, representations or agreements,
either written or oral. This Agreement may be modified only by written instrument
duly authorized and executed by both the City and the Consultant.
29. RFQ Document. Any Request for Qualifications and documents issued therewith
(collectively RFQ) by the City that resulted in selection of the Consultant for entry
into this Agreement are hereby incorporated into and made a part of this
Agreement. In the event of a conflict between the RFQ and this Agreement
(including any Exhibit hereto), this Agreement (including any exhibit hereto) shall
take precedence.
30. Disadvantaged Business Enterprise DBE Participation. This AGREEMENT is
subject to 49 CFR Part 26 entitled "Participation by Disadvantaged Business
Enterprises in Department of Transportation Financial Assistance Programs".
Consultants who enter into a federally funded agreement will assist the LOCAL
AGENCY in a good faith effort to achieve California's statewide overall DBE goal.
The goal for DBE participation for this AGREEMENT is 22%, Participation by DBE
Consultant or subconsultants shall be in accordance with information contained in
the Consultant's Exhibit 10-02: Consultant Contract DBE Commitment.
The Consultant shall comply with Title 49 of the Code of Federal Regulations
(CFR), Part 26.37(c). To comply with 49 CFR 26.37(c), the Consultant must
complete the Exhibit 9-P: Prompt Payment Certification from the execution of the
contract until all DBE sub consulting activity on the entire project is completed. After
submitting an invoice for reimbursement that includes a payment to a DBE, but no
later than the 15th of the following month, the Consultant shall complete and email
the Exhibit 9-P: Prompt Payment Certification to
CCF.LaborCom liance Fresno. ov.
31. The City Manager, or designee, is hereby authorized and directed to execute and
implement this Agreement. The previous sentence is not intended to delegate any
authority to the City Manager to administer the Agreement, any delegation of
authority must be_ expressly included in the Agreement.
[Signatures follow on the next page.]
CPD-B FHWA Eng. On -Call, T&M - Multiple (01-2025) 4156550
3. Exhibit C - Conflict of Interest Disclosure Form
4. Exhibit D - Federal and State Assurances
5. Appendix A to Exhibit D
6. Exhibit E - Task Order Form
CPD-B FHWA Eng. On -Call, T&M - Multiple (01-2025) 415655v1
EXHIBIT A
SCOPE OF SERVICES
Consultant Service Agreement between
City of Fresno (the "City") and CONTINENTAL ACQUISITION SERVICES,
INC., a California corporation, DBA CONTINENTAL FIELD SERVICES
(the "Consultant")
On -Call Right of Way Project Mana ement Services Consultant
On -Call Right of Way Project Management Services ("ROW Services") may include all
or a portion of the following services: Appraisal, Appraisal Review, Right of Way
Acquisition, Residential Relocation Assistance, Business Relocation Assistance, and
Business Acquisition. Funding for these Projects is through multiple sources, including
federal -aid projects. ROW Services will be awarded based upon a Project Task Order
Request for Proposal ("PTO-RFP"), on a project -by -project basis. PTO-RFPs may
include all or a portion of the services listed above. Upon issuance of a PTO-RFP the
PTO-RFP will indicate if the Project is federally funded.
SCOPE OF WORK:
The scope of services of this Agreement related to Appraisal, Appraisal Review, Right
of Way Acquisition, Residential Relocation Assistance, Business Relocation
Assistance, and Business Acquisition are detailed in Federal, State, and Local
publications available in the public domain, and are generally referenced as follows:
PART ONE -COMPLIANCE WITH CODE OF FEDERAL REGULATIONS
Appraisal, Appraisal Review, Right of Way Acquisition, Residential Relocation
Assistance, Business Relocation Assistance, and Business Acquisition Services for
Projects receiving federally funding in whole or in part, shall comply with the Federal
Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as
amended (Uniform Act) and the Federal Department of Transportation regulations (49
CFR Part 24) governing the implementation of said Uniform Act. In addition, ROW
Services for Projects receiving federal funding, in whole or in part, shall be conducted
in accordance with the Local Assistance Procedures Manual (LAPM) issued in January
of each year, and updated through Local Assistance Procedures (LPPs), and to comply
with all provisions of the California Department of Transportation (Caltrans) Right of
Way Manual and existing procedural handbooks of the State of California, Department
of Transportation and to uphold the following assurances made by City to Caltrans
Division of Local Assistance;
"As a part of our (City) certification and in accordance with 49 CFR, Part 24,
Section 24.4 (a), we offer the following assurances as to all subsequent federally
assisted programs or projects: The City of Fresno will comply with all provisions
of the Federal Uniform Relocation Assistance and Real Property Acquisition
Policies Act of 1970 (Uniform Act) and the Federal Department of Transportation
regulations (49 CFR Part 24) governing the implementation of said Uniform Act.
CPD-B FHWA Eng. On -Call T&M - Multiple (01-2025) Page 1 of 6
Exhibit A
4156550
The City of Fresno will continue to comply with all provisions of the existing
procedural handbooks of the State of California, Department of Transportation,
related to the Uniform Act until essential revisions to existing procedures
have been reviewed and approved by your office."
PART TWO -COMPLIANCE WITH STATE OF CALIFORNIA LAW
All Services, including, but not limited to Appraisal, Appraisal Review, Right of Way
Acquisition, Residential Relocation Assistance, Business Relocation Assistance, and
Business Acquisition, regardless of funding source, shall be conducted in
accordance with all applicable State of California laws, rules, codes, regulations, and
administrative orders, including but not limited to State Uniform Relocation and Real
Property Acquisition Policy Acts and Article 1, Section 19, of the California
Constitution.
PART THREE -COMPLIANCE WITH LOCAL LAW AND MUNICIPAL CODES
All Services, including, but not limited to Appraisal, Appraisal Review, Right of Way
Acquisition, Residential Relocation Assistance, Business Relocation Assistance, and
Business Acquisition, regardless of funding source shall be conducted in accordance
with all applicable laws, codes, and ordinances, including but not limited to the City
Municipal Code, City Administrative Orders, and City Council Resolutions.
PART FOUR -LICENSING AND EXPERIENCE
The Consultant shall ensure all employees, sub-consultants/sub-contractors, have the
current, applicable, and appropriate license, and the necessary experience to perform
all duties assigned to them.
PART FIVE - GENERAL ACTIVITIES OF THE CONSULTANT
1) APPRAISALS
a) Upon receiving a written Notice to Proceed by the Contract Manager, the
Consultant will be provided a Project Description, a list of partial and/or full
property acquisitions necessary to facilitate the subject project; Preliminary Title
Reports, Grants of Easement, and/or Temporary Construction Permits including
legal descriptions, prepared for owner(s) signature; and an approved Purchase
and Sales Agreement (PSA) template in Word format for use in preparing a PSA
for each acquisition necessary to facilitate the project.
b) The Consultant will make a diligent effort to provide the City with an appraisal
report within sixty (60) calendar days from receiving the Notice to Proceed and
legal descriptions (Exhibit A) and depiction of legal descriptions (Exhibit B) for
each property acquisition for the project.
CPD-13 FHWA Eng. On -Call T&M - Multiple (01-2025) Page 2 of 6
Exhibit A
4156550
c) All owners of property to be appraised or their designated representative
must be offered the opportunity to accompany the Appraiser Consultant
during the inspection of their property. The Appraiser Consultant shall
comply with this requirement and include a statement in the appraisal report
that the owner(s) or their designated representative was given this
opportunity, and if they accepted, declined, or were unresponsive.
2) APPRAISAL REVIEWS
a) The completed Appraisal Report must be reviewed by a licensed qualified
review appraiser.
b) The Review Appraiser must provide the City with a report of the review
appraisal containing a Review Appraiser Certificate.
3) ACQUISITION
a) The Consultant will make a diligent effort to send all owners impacted by the
project written notice of the proposed project and ask the owner(s) to contact
the Acquisition Agent at their earliest convenience within four (4) calendar days
of receiving the APN or address of the property. The written notice should be
sent to the address from the County Tax Assessor's most recent Rolls unless
the Consultant has a more reliable address.
b) The Consultant will make a diligent effort to contact the owner(s) by phone,
email, or in person within three (3) calendar days of receiving a written
determination of just compensation from the City based upon the final reviewed
appraisal.
c) The Consultant will make a diligent effort to, upon first contact with
owner(s)/tenants, obtain all reasonable contact information for any member of
the household over the age of 18 years -old and document this information in
the diary/log.
d) The Consultant will make a diligent effort to meet the property owner(s) in
person within three (3) calendar days of the City staffs review and approval of
the Consultant's first written offer package, including all necessary documents
to present the first written offer.
e) The Consultant must maintain a current written diary/log of all pertinent
information related to the first written offer and ongoing negotiations related to
each subject project parcel
f) The Consultant will make a diligent effort to contact the owner(s) at least two
(2) times per week to continue negotiations and reach a mutually satisfactory
agreement between the City and the owner(s) without exceeding the
compensation authorized by the City Contract Administrator.
g) In the event the Consultant is unable to reach an agreement with the owner(s)
after three months of regular and frequent contact with the owner(s), the
Consultant will provide the owner with a written letter of impasse and return the
complete file to the City with a written summary of the negotiations to date,
unless additional time to continue negotiations is authorized by the City
Contract Administrator.
CPD-B FHWA Eng. On -Call T&M - Multiple (01-2025) Page 3 of 6
Exhibit A
4156550
4) RESIDENTIAL RELOCATION
a) The Consultant must initiate a relocation assistance program and plan, if
applicable, that will involve providing each affected displacee with financial and
advisory assistance. The needs of each displacee will be carefully analyzed to
determine what specific benefits and services are obligatory.
b) The Consultant must prepare Relocation Plans ("Plan"), if applicable, that
conform to all requirements of State Housing Community Development (HCD)
Guidelines California Code of Regulations, Title 25, and the Federal Uniform
Act, if applicable, as well as Regulations for Implementation of the California
Relocation Assistance Law and Property Acquisition Procedures.
c) The Consultant must comply with all applicable federal and state laws, rules
and regulations relating to relocation assistance
d) The Consultant must provide advisory assistance on an on -going basis,
including referrals to and coordination with social service agencies, housing
authorities, and any other services which may be required
e) The Consultant must prepare notices and personally deliver required notices,
which may include Informational Statements, Notices of Displacement, 90-Day
Notices to Vacate, and other notices. The Consultant must provide the
displacee, in writing, with referrals to comparable replacement housing. The
Consultant shall determine the eligibility of each displacee and the amount of
relocation benefits.
f) The Consultant must provide the displacee, in writing, with referrals to
comparable replacement housing. The Consultant shall determine the
eligibility of each displacee and the amount of relocation benefits, and
prepare an Entitlement Letter to each displacee.
g) The Consultant must conduct "decent, safe and sanitary" inspections of
comparable replacement dwellings and advise the displacee of the findings.
h) The Consultant must prepare all necessary claim forms, secure displacee's
signature(s) on claim forms, and submit claim forms to the City for processing.
When checks are available, the Consultant shall personally deliver checks to
the displacee, whenever possible.
i) The Consultant must obtain moving cost estimates as needed, and monitor the
move, as necessary.
j) The Consultant must maintain files on each displacee and submit completed
files to the City when the displacee has received the final payment.
k) The Consultant must provide the City with bi-weekly status reports, or as
required, and a written report in a form pre -approved by City staff summarizing
the status of the relocation for each displacee on a bi-monthly basis.
1) The Consultant must provide project management services to coordinate and
meet with the City to discuss progress and schedule as needed.
5) BUSINESS RELOCATION
a) The Consultant will initiate a relocation assistance program and plan that will
involve providing each affected displacee with financial and advisory
assistance. The needs of each displacee will be carefully analyzed to
CPD-B FHWA Eng. On -Call T&M - Multiple (01-2025) Page 4 of 6
Exhibit A
4156550
determine what specific benefits and services they qualify for.
b) The Consultant will interview prospective displacees to ascertain relocation
needs and inform the displacees of available relocation assistance services and
benefits and explain the relocation process.
c) The Consultant will prepare notices and deliver required notices, which may
include Informational Statements, Notices of Displacement, 90-Day Notices to
Vacate, and other notices, as required.
d) The Consultant will provide the displacee, in writing, with referrals to
comparable business locations and assist in any planning and/or permitting
issues.
e) The Consultant will advise business owners of potential claim for loss of
goodwill.
f) The Consultant will negotiate with the business owner for furniture, fixtures and
equipment (FF&E) as may be required. The City will reimburse the Consultant
for appraisals for such FF&E. The Consultant shall itemize this cost separately.
g) The Consultant will facilitate the Notice of Bulk Transfer, fees for same to be
paid by the City, and provide on -going advisory assistance to business owners.
h) The Consultant will prepare specifications for the move and inventory of
personal property, coordinating with the acquisition agent to ensure that there
is no dispute with the property owner if the owner is not the business owner.
i) The Consultant will obtain a minimum of two bids from movers that are suited
to the type of business being relocated.
j) The Consultant will monitor the actual move to the replacement site and the re-
establishment activities, as necessary.
k) The Consultant will determine the eligibility of each business and the proposed
amount of relocation benefits, including actual and reasonable moving
payments, re- establishment payments, or the "in -lieu" payment and deliver an
Entitlement Letter to the business owner(s).
1) The Consultant will prepare all necessary claim forms, secure claimant's
signatures on claim forms, and submit claim forms to the City for processing
and payment. When checks are available, the Consultant shall personally
deliver checks to the displacee, whenever possible.
m) The Consultant will maintain files on each displacee, provide the City with bi-
weekly status reports, or as required, and submit completed files to the City
when the displacee has received final payment.
6) PURPOSE OF "SCOPE OF SERVICES."
a) The purpose of the preceding "SCOPE OF SERVICES" is to provide a general
outline of the roles of the City and the Consultant under this Agreement.
b) Nothing in this "SCOPE OF SERVICES" is intended to supersede, eliminate,
or limit the Federal, State, and Local Laws, Codes, Rules, Regulations or any
other licensing body, oversight body or agency authority. At all times, the
Consultant shall conduct all professional duties in accordance with the
authoritative source, should any information, statements, or requirements
conflict with those authoritative sources.
CPD-B FHWA Eng. On -Call T&M - Multiple (01-2025) Page 5 of 6
Exhibit A
4156550
SCHEDULE OF FEES
CFS - Standard Hourly Labor Rates
2025
2026
2027
2028
Principal
$
220.00
$
226.60
$
233.40
$
240.40
Project Manager
$
218.00
$
224.54
$
231.28
$
238.21
Assistant Project Manager
$
179.12
$
164.4J
$
190.03
$
195.73
Senior Relocation /Acquisition Agent
$
140.00
$
144.20
$
148.53
$
152.98
Right of Way Agent
$
110.00
$
113.30
$
116.70
$
120.20
Administration &Contract Manager
$
135.97
$
140.05
$
144.25
$
148.58
Quality Manaage r
$
122.56
$
126.24
$
130.02
$
133.92
CPD-B FHWA Eng. On -Call T&M - Multiple (01-2025) Page 6 of 6
Exhibit A
4156550
EXHIBIT B
INSURANCE REQUIREMENTS
Consultant Service Agreement between City of Fresno (City)
and CONTINENTAL ACQUISITION SERVICES, INC., a California corporation, DBA
CONTINENTAL FIELD SERVICES (Consultant)
MINIMUM SCOPE OF INSURANCE
Coverage shall be at least as broad as:
1. The most current version of Insurance Services Office (ISO) Commercial General
Liability Coverage Form CG 00 01, providing liability coverage arising out of your business
operations. The Commercial General Liability policy shall be written on an occurrence
form and shall provide coverage for "bodily injury," "property damage" and "personal and
advertising injury" with coverage for premises and operations (including the use of owned
and non -owned equipment), products and completed operations, and contractual liability
(including, without limitation, indemnity obligations under the Agreement) with limits of
liability not less than those set forth under "Minimum Limits of Insurance."
2. The most current version of Commercial Auto Coverage Form CA 00 01, providing
liability coverage arising out of the ownership, maintenance or use of automobiles in the
course of your business operations. The Automobile Policy shall be written on an
occurrence form and shall provide coverage for all owned, hired, and non -owned
automobiles or other licensed vehicles (Code 1- Any Auto).
3. Workers' Compensation insurance as required by the State of California and
Employer's Liability Insurance.
4. Professional Liability (Errors and Omissions) insurance appropriate to the
Consultant's profession.
MINIMUM LIMITS OF INSURANCE
The Consultant, or any party the Consultant subcontracts with, shall maintain limits of
liability of not less than those set forth below. However, insurance limits available to the
City, its officers, officials, employees, agents, and volunteers as additional insureds, shall
be the greater of the minimum limits specified herein or the full limit of any insurance
proceeds available to the named insured:
COMMERCIAL GENERAL LIABILITY:
(i) $1,000,000 per occurrence for bodily injury and property damage;
(ii) $1,000,000 per occurrence for personal and advertising injury;
(iii) $2,000,000 aggregate for products and completed operations; and,
(iv) $2,000,000 general aggregate applying separately to the work performed under
the Agreement.
2. COMMERCIAL AUTOMOBILE LIABILITY:
CPD-B FHWA Eng. On -Call T&M - Multiple (01-2025) Page 1 of 4
Exhibit B
4156550
primary and non-contributory status as broad as that contained in ISO Form CG 20 01 04
13.
4. All policies of insurance shall contain, or be endorsed to contain, the following
provision: the Consultant and its insurer shall waive any right of subrogation against the
City, its officers, officials, employees, agents, and volunteers.
5. All policies of insurance required herein shall be endorsed to provide that the
coverage shall not be cancelled, non -renewed, reduced in coverage or in limits except
after thirty (30) calendar days' written notice by certified mail, return receipt requested,
has been given to the City. The Consultant is also responsible for providing written notice
to the City under the same terms and conditions. Upon issuance by the insurer, broker,
or agent of a notice of cancellation, non -renewal, or reduction in coverage or in limits, the
Consultant shall furnish the City with a new certificate and applicable endorsements for
such policy(ies). In the event any policy is due to expire during the work to be performed
for the City, the Consultant shall provide a new certificate, and applicable endorsements,
evidencing renewal of such policy not less than fifteen (15) calendar days prior to the
expiration date of the expiring policy.
6. Should any of the required policies provide that the defense costs are paid within
the Limits of Liability, thereby reducing the available limits by any defense costs, then the
requirement for the Limits of Liability of these polices will be twice the above stated limits.
7. The fact that insurance is obtained by the Consultant shall not be deemed to
release or diminish the liability of the Consultant, including, without limitation, liability
under the indemnity provisions of this Agreement. The policy limits do not act as a
limitation upon the amount of indemnification to be provided by the Consultant. Approval
or purchase of any insurance contracts or policies shall in no way relieve from liability nor
limit the liability of the Consultant, its principals, officers, agents, employees, persons
under the supervision of the Consultant, vendors, suppliers, invitees, consultants, sub -
consultants, subcontractors, or anyone employed directly or indirectly by any of them.
CLAIMS -MADE POLICIES
If the Professional Liability (Errors and Omissions) insurance policy is written on a claims -
made form:
1. The retroactive date must be shown and must be before the effective date of the
Agreement or the commencement of work by the Consultant.
2. Insurance must be maintained and evidence of insurance must be provided for at
least five (5) years after completion of the Agreement work or termination of the
Agreement, whichever occurs first, or, in the alternative, the policy shall be endorsed to
provide not less than a five (5) year discovery period.
3. If coverage is canceled or non -renewed and not replaced with another claims -
made policy form with a retroactive date prior to the effective date of the Agreement or
the commencement of work by the Consultant, the Consultant must purchase "extended
reporting" coverage for a minimum of five (5) years completion of the Agreement work or
termination of the Agreement, whichever occurs first.
CPD-B FHWA Eng. On -Call T&M - Multiple (01-2025) Page 3 of 4
Exhibit B
4156550
EXHIBIT C
DISCLOSURE OF CONFLICT OF INTEREST
YES*
NO
1
Are you currently in litigation with the City of Fresno or any of its
❑
agents?
2
Do you represent any firm, organization, or person who is in litigation
❑
with the City of Fresno?
3
Do you currently represent or perform work for any clients who do
�❑
business with the City of Fresno?
4
Are you or any of your principals, managers, or professionals,
owners or investors in a business, which does business with the City
❑
❑
of Fresno, or in a business which is in litigation with the City of
}
Fresno?
5
Are you or any of your principals, managers, or professionals,
related by blood or marriage to any City of Fresno employee who
❑
❑
has any significant role in the subject matter of this service?
6
Do you or any of your subcontractors have, or expect to have, any
+
interest, direct or indirect, in any other contract in connection with
this Project?
i
* If the answer to any question is yes, please explain in full below.
Explanation:
❑ Additional page(s) attached.
26�zl �0' A��
Signature
Date
T"GU.r
(Name)
N�U�
(Company)
(Address)
f-(ecq lb ► q
(City Sthte Zip)
CPD-B FHWA Eng. On -Call T&M - Multiple (01-2025) Page 1 of 1
Exhibit C
415655v1
c. Any substitution of subconsultants/subcontractors must be approved in
writing by the City's Contract Manager.
4. Equipment Purchase
a. Prior authorization in writing by the City's Contract Manager shall be
required before the Consultant enters into any unbudgeted purchase order,
or subcontract exceeding $5,000 for supplies, equipment, or the Consultant
services. The Consultant shall provide a written request which includes an
evaluation of the necessity or desirability of incurring such costs, three
competitive quotations obtained in the manner prescribed in the City's
Municipal Code Section 4-101(d) or 4-102 as applicable or a sole source
justification as provided in the City's Administrative Order No. 3-3.
b. Any equipment purchased as a result of this Agreement is subject to the
following: the 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, the City shall receive
a proper refund or credit at the conclusion of the Agreement, or if the
Agreement is terminated, the Consultant may either keep the equipment
and credit the City 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 the City procedures; and credit the City in an
amount equal to the sales price. If the Consultant elects to keep the
equipment, fair market value shall be determined at the Consultant's
expense, on the basis of a competent independent appraisal of such
equipment. Appraisals shall be obtained from an appraiser mutually
agreeable to the City and the Consultant, if it is determined to sell the
equipment, the terms and conditions of such sale must be approved in
advance by the City. 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.
c. The above provisions shall be included in all subcontracts in excess of
$25,000.
5. PROHIBITION OF EXPENDING City STATE OR FEDERAL FUNDS FOR
LOBBYING
This section only applies to contracts where federal funding will exceed $100,000.
A. The Consultant certifies to the best of his or her knowledge and belief that:
1. No state, federal or City appropriated funds have been paid, or will be
paid by -or -on behalf of the 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,
CPD-B FHWA Eng. On -Call T&M - Multiple (01-2025) Page 2 of 3
Exhibit D
4156550
APPENDIX A TO EXHIBIT D
Consultant Service Agreement between City of Fresno (City)
and CONTINENTAL ACQUISITION SERVICES, INC., a California corporation, DBA
CONTINENTAL FIELD SERVICES (Consultant)
(1) The Consultant shall comply with the regulations relative to nondiscrimination in
federally assisted programs of the Department of Transportation, Title 49, Code of
Federal Regulations, Part 21, as they may be amended from time to time
(REGULATIONS), which are herein incorporated by reference and made a part of this
Agreement.
(2) The Consultant, with regard to the work performed by it during the Agreement, shall
not discriminate on the grounds of race, color, sex, national origin, religion, age, or
disability in the selection and retention of sub -applicants, including procurements of
materials and leases of equipment. The Consultant shall not participate either directly or
indirectly in the discrimination prohibited by Section 21.5 of the REGULATIONS, including
employment practices when the Agreement covers a program set forth in Appendix B of
the REGULATIONS.
(3) In all solicitations either by competitive bidding or negotiation made by the Consultant
for work to be performed under a Sub -agreement, including procurements of materials or
leases of equipment, each potential sub -applicant or supplier shall be notified by the
Consultant of the Consultant's obligations under this Agreement and the REGULATIONS
relative to nondiscrimination on the grounds of race, color, or national origin.
(4) The Consultant shall provide all information and reports required by the
REGULATIONS, or directives issued pursuant thereto, and shall permit access to the
Consultant's books, records, accounts, other sources of information, and its facilities as
may be determined by STATE or Federal Highway Administration (FHWA) to be pertinent
to ascertain compliance with such REGULATIONS or directives. Where any information
required of the Consultant is in the exclusive possession of another who fails or refuses
to furnish this information, the Consultant shall so certify to the State of California (STATE)
or the FHWA as appropriate and shall set forth what efforts the Consultant has made to
obtain the information.
(5) In the event of the Consultant's noncompliance with the nondiscrimination provisions
of this Agreement, STATE shall impose such agreement sanctions as it or the FHWA may
determine to be appropriate, including, but not limited to:
(a) withholding of payments to the City under the Agreement within a reasonable
period of time, not to exceed 90 days; and/or
(b) cancellation, termination or suspension of the Agreement, in whole or in part.
(6) The Consultant shall include the provisions of paragraphs (1) through (6) in every sub -
agreement, including procurements of materials and leases of equipment, unless exempt
by the REGULATIONS, or directives issued pursuant thereto. The Consultant shall take
such action with respect to any sub -agreement or procurement as STATE or FHWA may
direct as a means of enforcing such provisions including sanctions for noncompliance,
CPD-B FHWA Eng. On -Call T&M - Multiple (01-2025) Page 1 of 2
Appendix A to Exhibit D
415655v1
EXHIBIT E
TASK ORDER FORM
Consultant Service Agreement between City of Fresno (City)
and CONTINENTAL ACQUISITION SERVICES, INC., a California corporation, DBA
CONTINENTAL FIELD SERVICES (Consultant)
TASK ORDER
Title/Project:
Consultant:
City Project ID:
Task Order Descri Pion Attach Sco e of Work):
Task Order Work Plan:
Task Order Deliverable:
Task Order Stang:
Task Order Cost:
Task Order Period of Performance:
Task Order DBE Commitment:
Consultant Project Manager:
City Project Manager:
Authorized Si natures
Consultant's Authorized Representative I City's Authorized Representative
Signature
Name:
Title:
Date:
Attachments:
1. Scope of Work
2. Cost Proposal
Name:
Title:
Date:
CPD-B FHWA Eng. On -Call T&M - Multiple (01-2025) Page 1 of 1
Exhibit E
415655v1
Signature