2021/12/14 City Council Resolution 2021-145 RESOLUTION NO. 2021-145
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROHNERT PARK
ADOPTING STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION
(CALTRANS) LOCAL ASSISTANCE PROCEDURES MANUAL (LAPM) CHAPTER 10:
CONSULTANT SELECTION AND AMENDING CITY OF ROHNERT PARK
PURCHASING POLICY TO INCORPORATE LAPM CHAPTER 10 BY REFERENCE
WHEREAS,the City of Rohnert Park Department of Public Works is responsible for the
execution of State and Federal funded projects; and,
WHEREAS, the City is a recipient of State and Federal funds from the Highway Safety
Improvement Program (HSIP) and granted through the State of California Department of
Transportation (Caltrans); and,
WHEREAS, the provision of 23 CFR 172.5(b), recipients shall develop and sustain
organizational capacity and provide the resources necessary for the procurement, management,
and administration of engineering and design related consultant services, reimbursed in whole or
in part with Federal-Aid Highway Program funding as specified in 23 U.S.C. 106(g)(4)(A); and,
WHEREAS, 23 CFR 172.5(b)(1) requires recipients to adopt written policies and
procedures prescribed by the awarding State Transportation Agency for the procurement,
management, and administration of engineering and design related consultant services in
accordance with applicable Federal and State laws and regulations;and,
WHEREAS, the State of California Department of Transportation(Caltrans) has
developed the Local Assistance Procedures Manual (LAPM), Chapter 10, Consultant Selection,
attached hereto as Exhibit A, which sets forth policies and procedures for procurements and
managements of contracts for engineering and design related consultant services contracts on
federal and state funded transportation projects to ensure compliance with applicable Federal and
State laws and regulations; and,
WHEREAS, LAPM Chapter 10, Consultant Selection, describes the consultant selection
and procurement process local agencies must follow to maintain eligibility for federal and state
Reimbursement; and,
WHEREAS, the City Council of the City of Rohnert Park desires to amend the
Purchasing Policy in order to comply with procurement procedures as may be required by grant
agreements including those for Federal and State grant funding and be eligible to obtain
reimbursement for consultant costs in Federal or State-funded projects.
NOW, THEREFORE, BE IT RESOLVED, that the City Council of the City of
Rohnert Park does hereby adopt Caltrans LAPM Chapter 10, Consultant Selection, and any
updates thereto, in the procurement of architectural and engineering (A&E) services for state and
federal funded transportation projects on which reimbursement of A&E Consultants will be
requested.
BE IT FURTHER RESOLVED, that the City Council of the City of Rohnert Park does
hereby approve and adopt the amended City of Rohnert Park Purchasing Policy as submitted and
attached hereto as Exhibit B.
DULY AND REGULARLY ADOPTED this 14th day of December, 2021.
CITYOFRO 'TPARK
tO,"At)
illtep
Gerard `N Fr ayor
ATTEST:
Elizabeth Machado, Deputy City Clerk
Attachments: Exhibit A and Exhibit B
HOLLINGSWORTH-ADAMS: 149Q, LINARES: Ptl,iQ STAFFORD: 1 Q ELWARD: ALA(, GIUDICE: a9.Q-
AYES. (5 ) NOES: ( 0 ) ABSENT: ( 0 5 ABSTAIN: ( 75 )
Resolution 2021-145
2
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Chapter 10 Consultant Selection
Contents
Section 10.1: FEDERALLY FUNDED A&E CONTRACTS................................................................. vi
10.1.1 General ....................................................................................................................................1
Introduction ............................................................................................................................1
Definition of an Architectural and Engineering Consultant ....................................................1
Architectural and Engineering Consultants............................................................................1
Non-A&E Consultants ............................................................................................................2
Selecting the Project ..............................................................................................................2
Subcontracted Services .........................................................................................................2
Organizational and Consultant Conflicts of Interest ...............................................................2
Consultants Performing Work on Multiple Phases of Federal-aid Projects ...........................3
10.1.2 Identifying & Defining a Need for Consultants .........................................................................4
Appointing the Contract Administrator ...................................................................................4
Segmenting Consultant Work ................................................................................................5
Figure 10-2: Segmenting Consultant Work ...........................................................................6
Specify Products to be Delivered ...........................................................................................6
Scope of Consultant Work .....................................................................................................6
Non-Discrimination Clause ....................................................................................................6
Disadvantaged Business Enterprise (DBE) Participation ......................................................7
Determine Type of Contract...................................................................................................8
Determining the Project Schedule .........................................................................................9
Determine Method of Payment ............................................................................................10
Cost-Plus-Fixed Fee ............................................................................................................10
Cost Per Unit of Work ..........................................................................................................10
Specified Rates of Compensation .......................................................................................11
Lump Sum ...........................................................................................................................11
10.1.3 A&E Consultant Audit and Review Process ...........................................................................12
Applicable Standards ...........................................................................................................12
Audit Guidance Available.....................................................................................................12
Allowable Costs ...................................................................................................................13
Approval or Acceptance of Indirect Cost Rates ...................................................................14
Cognizant Letters of Approval .............................................................................................14
Caltrans Acceptance of Indirect Cost Rate ..........................................................................14
Financial Review Performed Prior to Contract Execution ....................................................15
Local Agencies’ Responsibilities ..........................................................................................15
Consultants’ Responsibilities (Both prime consultants and subconsultants).......................16
Independent Office of Audits and Investigations’ Responsibilities .......................................17
Page i of ix
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Audits and Reviews to be Performed ..................................................................................17
Indirect Cost Rate Audits .....................................................................................................17
CPA Workpaper Reviews ....................................................................................................18
Contract Audits ....................................................................................................................18
Incurred Cost Audits ............................................................................................................18
Audit Findings and Review Deficiencies ..............................................................................19
10.1.4 Consultant Selection Methods ...............................................................................................21
One-Step RFP .....................................................................................................................22
One-Step RFQ .....................................................................................................................22
Two-Step (RFQ Followed by RFP) ......................................................................................22
10.1.5 Consultant Selection Using the One-Step RFP Method ........................................................24
Appoint Consultant Selection Committee ............................................................................24
Develop Technical Criteria for Evaluation of Proposals .......................................................24
Develop Schedule for Consultant Selection ........................................................................24
Prepare RFP ........................................................................................................................25
Financial Management and Accounting System Requirements ..........................................26
Advertise for Consultants .....................................................................................................26
Issue/Publish RFP ...............................................................................................................26
Conduct Proposer’s Conference or Answer Written Questions ...........................................26
Receive and Evaluate Technical Proposals ........................................................................27
Develop Final Ranking and Notify Consultants of Results ..................................................27
Negotiate Contract with Top-Ranked Consultant ................................................................27
10.1.6 Consultant Selection Using the One-Step RFQ Method ........................................................29
Appoint Consultant Selection Committee ............................................................................29
Develop Technical Criteria for Evaluation of Qualifications .................................................29
Develop Schedule for Consultant Selection ........................................................................30
Prepare RFQ .......................................................................................................................30
Financial Management and Accounting System Requirements ..........................................31
Advertise for Consultants .....................................................................................................31
Issue/Publish RFQ ...............................................................................................................31
Receive/Evaluate Statements of Qualifications and Develop Shortlist ................................31
Notify Consultants of Shortlist..............................................................................................32
Interview Top-Ranked Consultants ......................................................................................32
Develop Final Ranking and Notify Consultants of Results ..................................................33
Conduct Scoping Meeting ....................................................................................................33
Request Cost Proposal ........................................................................................................33
Negotiate Contract with Top-Ranked Consultant ................................................................34
10.1.7 Consultant Selection Using the Two-Step RFQ/RFP Method ................................................35
Combined RFQ and RFP.....................................................................................................35
Categorize work ...................................................................................................................36
Establish Minimum Qualifications ........................................................................................37
Page ii of ix
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Issue RFQ............................................................................................................................37
Set-Up Evaluation Process ..................................................................................................38
Evaluate Qualifications and Add Firm to List .......................................................................38
Maintain List.........................................................................................................................39
Issue RFP to Pre-Qualified Consultants on List ..................................................................39
Conduct Proposer’s Conference or Answer Written Questions ...........................................39
Receive and Evaluate Technical Proposals ........................................................................40
Develop Final Ranking and Notify Consultants of Results ..................................................40
Request Cost Proposal and Negotiate Contract with Top-Ranked Consultant....................40
10.1.8Completing the Project ...........................................................................................................42
Develop the Final Contract ..................................................................................................42
Review and Approval of Contracts ......................................................................................42
Execute Contract and Issue Notice to Proceed to Consultant .............................................43
Administer the Contract .......................................................................................................43
Substitution of Consultant Personnel and Subconsultants ..................................................44
Invoicing (or Progress Payments)........................................................................................44
Contract Amendments .........................................................................................................45
Performance Evaluation ......................................................................................................46
Project Records ...................................................................................................................46
Retention Clauses ...............................................................................................................47
Review of Local Agency Actions ..........................................................................................47
10.1.9 Miscellaneous Considerations ...............................................................................................47
Agreements with Other Governmental Agencies .................................................................47
Small Purchase Contracts ...................................................................................................48
Noncompetitive Negotiated Contracts (Sole-Source)..........................................................48
Retaining a Consultant as an Agency Engineer or in Management Support Role ..............48
Construction Engineering Services ......................................................................................51
10.1.10 Program Management .........................................................................................................52
10.1.11 References...........................................................................................................................52
10.2: STATE-ONLY FUNDED A&E CONTRACTS ...........................................................................54
10.2.1 General ..................................................................................................................................55
10.2.2 Definition of A&E ....................................................................................................................56
10.2.3 Minimum Audit Requirements ................................................................................................56
A. Written Procedures..........................................................................................................56
B. Conflict of Interest ...........................................................................................................56
C. Records ...........................................................................................................................56
D. Full & Open competition ..................................................................................................57
E.Selection Basis ................................................................................................................57
F. Publication .......................................................................................................................57
G. Solicitation .......................................................................................................................57
H. Cost Analysis ..................................................................................................................57
Page iii of ix
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
I. Negotiations ......................................................................................................................57
10.3: NON-A&E CONTRACTS .........................................................................................................63
Scope ...................................................................................................................................63
Determining Non-A&E .........................................................................................................63
Example of Determining Non-A&E ......................................................................................63
Intelligent Transportation System (ITS) Projects .................................................................64
Non-Infrastructure Projects ..................................................................................................64
Governing Regulations and Codes for Non-A&E .................................................................65
Procurement of Non-A&E Consultant Contracts ..................................................................65
RFP Basic Requirements ....................................................................................................65
Additional Requirements and Evaluation Criteria ................................................................66
Consultant’s Proposal ..........................................................................................................67
Cost Proposal Worksheet ....................................................................................................67
DBE Consideration ..............................................................................................................67
Administrative Requirements ...............................................................................................67
Oral Presentations Optional .................................................................................................68
Cost-Effective / Public Interest Finding ................................................................................68
Protest / Appeals / Reinstatement Procedures ....................................................................68
Page iv of ix
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Exhibits
Exhibits applicable to this chapter can be found here:
Exhibit 10-A: A&E Consultant Financial Document Review Request
Exhibit 10-B: Suggested Consultant Evaluation Sheet
Exhibit 10-G: Individual A&E Task Order DBE Tracking Sheet
Exhibit 10-H: Sample Cost Proposal (Example#1 thru #4)
Exhibit 10-I: Notice to Proposers DBE Information
Exhibit 10-K: Consultant Annual Certification of Indirect Costs and Financial Management System
Exhibit 10-O1: Consultant Proposal DBE Commitment
Exhibit 10-O2: Consultant Contracts DBE Commitment
Exhibit 10-Q: Disclosure of Lobbying Activities
Exhibit 10-R: A&E Sample Contract Language
Exhibit 10-S: Consultant Performance Evaluation
Exhibit 10-T: Conflict of Interest & Confidentiality Statement
Exhibit 10-U: Consultant in Management Support Role Conflict of interest and Confidentiality Statement
Page v of ix
January 2021
EXHIBIT A to the RESOLUTION
( )<===> )<====> [ ) <===>
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Section 10.1: FEDERALLY FUNDED A&E CONTRACTS
Procurement Planning
1 2 3
Local Agency Local Agency Local Agency
*Select Project
*Set Project Objectives
*Determine Project Schedule
*Obtain CTC Allocation/Federal
Authorization to Proceed prior to
beginning reimbursable work
*LAPM Exhibit 10-U:
Consultant in Management
Support Role Conflict of
Interest and Confidentiality
Statement, if applicable:
submit Conflict of Interest
(COI) and Scope of Work
(SOW) to DLA-HQ prior to
contract advertisement.
*Identify Need for Consultant
*Appoint Contract Administrator
*Segment Project Work
*Define SOW of A&E Consultant
*Specify Products to be
delivered
*Estimate Cost of Consultant Work
(independent cost estimate)
*Determine Type of Contract
(Project Specific or On-Call)
*Determine Method of Payment:
Lump Sum; Cost-Plus- Fixed-
Fee; Cost Per Unit of Work; or
Specific Rate of Compensation
*Submit Exhibit 9-D to DLAE
A&E = Architectural and Engineering
IOAI = Caltrans Independent Office of Audits and
Investigations
CT = Caltrans
DBE = Disadvantaged Business Enterprise
DLA = Division of Local Assistance
DLAE = District Local Assistance Engineer
DLA-HQ = Division of Local Assistance-Headquarters
LAPG = Local Assistance Program Guidelines
LAPM = Local Assistance Procedures Manual
MOP = Method of Payment
RFP = Request for Proposal
RFQ = Request for Qualifications
SOQ = Statement of Qualifications
SOW = Statement/Scope of Work
Figure 10-1: A&E Contract Procurement Process Workflow Diagram
Page vi of ix
January 2021
EXHIBIT A to the RESOLUTION
( )<===> ( )<===> ( )<===>
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Solicitation Documents and Advertisement
4 5 6
Local Agency Local Agency Local Agency
*Determine Solicitation Document;
RFP or RFQ
*Appoint Consultant Selection
Committee
*Collect signed Conflict of Interest
forms and Confidentiality
Statements (see Exhibit 10-T:
Conflict of Interest &
Confidentiality Statement) from
all members involved in process
*Determine Procurement Schedule
*Develop Technical Criteria
with level of importance
(weights) for Evaluation of
Proposals or the SOQ
*Prepare RFP or RFQ documents
*Include SOW, evaluation
process/criteria, DBE goals, MOP
and cost proposal format (see
Exhibit 10-H: Sample Cost
Proposal) minimum requirement
of Proposal or SOQ, Notice to
Proposers DBE Information (see
Exhibit 10-I: Notice to Proposers
DBE Information), submittal
deadline
*Advertise RFP or RFQ on public
forum (newspaper, technical
publications, Web Hosting Site,
other local websites)
*Issue RFP or RFQ (direct mailing,
web posting)
*Prepare to respond to RFP/RFQ
questions
*Conduct Proposers Conference, if
applicable
*Receive Proposals or SOQs
A&E = Architectural and Engineering
IOAI = Caltrans Independent Office of Audits and
Investigations
CT = Caltrans
DBE = Disadvantaged Business Enterprise
DLA = Division of Local Assistance
DLAE = District Local Assistance Engineer
DLA-HQ = Division of Local Assistance-Headquarters
LAPG = Local Assistance Program Guidelines
LAPM = Local Assistance Procedures Manual
MOP = Method of Payment
RFP = Request for Proposal
RFQ = Request for Qualifications
SOQ = Statement of Qualifications
SOW = Statement/Scope of Work
Figure 10-1: A&E Contract Procurement Process Workflow Diagram-continued
Page vii of ix
January 2021
EXHIBIT A to the RESOLUTION
f ] <====> J <====> l J<===>
( ) --
-
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Evaluation and Selection of Consultant
Contract Negotiation
7 8 9
Local Agency Local Agency Local Agency
*Distribute Proposals or SOQs to
Selection Committee members
*Ensure Committee members
receive the appropriate score sheet
to use (see Exhibit 10-B:
Suggested Consultant Evaluation
Sheet)
*Convene Selection Committee and
evaluate submittals; Perform
reference checks
*Develop Final Ranking or Short
List *Notify proposers of
ranking/Short List
*Retain all original score sheets
and summaries
*Send out RFPs to Short List
(two-step process)
*Conduct Interview of Short List
(if needed)
*Develop Final Ranking of
Consultants, and notify all
interviewees
*Retain all original score sheets
and summaries
*Provide a copy of Standard
Contract language to top
ranked consultant and invite
for negotiations (see Exhibit
10-R: A&E Sample Contract
Language for standard
contract language and
provisions)
*Open and analyze cost
proposal from the Highest
Ranked firm
Caltrans IOAI
*Review and evaluate 10-A
package and supporting
documents, if applicable
*Issue Financial Review Letter,
if applicable
*Perform contract audits and
reviews, if applicable, or
review of CPA audited ICR
workpapers to issue
Cognizant Letter of Approval
A&E = Architectural and Engineering
IOAI = Caltrans Independent Office of Audits and
Investigations
CT = Caltrans
DBE = Disadvantaged Business Enterprise
DLA = Division of Local Assistance
DLAE = District Local Assistance Engineer
DLA-HQ = Division of Local Assistance-Headquarters
LAPG = Local Assistance Program Guidelines
LAPM = Local Assistance Procedures Manual
MOP = Method of Payment
RFP = Request for Proposal
RFQ = Request for Qualifications
SOQ = Statement of Qualifications
SOW = Statement/Scope of Work
Figure 10-1: A&E Contract Procurement Process Workflow Diagram-continued
Page viii of ix
January 2021
EXHIBIT A to the RESOLUTION
<===> ( ]<==>
[ ]
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Contract Negotiation
Contract Execution
10 11 12
Local Agency Local Agency Local Agency
*Negotiate contract costs with the
most qualified Consultant
*Prepare and retain record of cost
negotiations
*Initiate CT IOAI Financial Review
Section (LAPM Section 10.1.3)
and send documents (Exhibit
10-A: A&E Consultant Financial
Document Review Request), if
applicable, to Caltrans IOAI
*Receive and analyze findings of the
Financial Review Letter from CT
IOAI, if any
*Address and resolve all findings by
IOAI and incorporate into final
contract and cost proposal
*If negotiations with First ranked
firm is unsuccessful, formally
terminate cost negotiations with
Consultant and begin Step 9 with
next ranked consultant
* Complete Exhibit 10-C database to
DLA-HQ prior to award or after
award, but no later than the first
invoice
*Retain Exhibit 10-C
*Finalize contract, cost proposal
*Retain copy of contract Financial
Review Letter with acceptance,
denial, or adjustment of the ICR
*Sign and Execute contract
*Offer and conduct debriefing
meetings with consultant who
asked for one
*Send copies of executed contract
and DBE Commitment (Exhibits
10-O1: Consultant Proposal DBE
Commitment and Exhibit 10-O2:
Consultant Contract DBE
Commitment) to DLAE
*Close out contract procurement
process
DLAE
*Prior to concurring with invoice
payment related to consultant
services, ensure that district
confirms submittal of Exhibit 10-
C and has a copy of the
executed consultant contract on
file and 10-O1 and 10-O2. Also,
check IOAI database to ensure
that LAPM Exhibit 10-K:
Consultant Annual Certification
of Indirect Costs and Financial
Management System, if
applicable, has been received by
IOAI
Caltrans IOAI
*Perform Incurred Cost Audit, if
selected
A&E = Architectural and Engineering
IOAI = Caltrans Independent Office of Audits and
Investigations
CT = Caltrans
DBE = Disadvantaged Business Enterprise
DLA = Division of Local Assistance
DLAE = District Local Assistance Engineer
DLA-HQ = Division of Local Assistance-Headquarters
LAPG = Local Assistance Program Guidelines
LAPM = Local Assistance Procedures Manual
MOP = Method of Payment
RFP = Request for Proposal
RFQ = Request for Qualifications
SOQ = Statement of Qualifications
SOW = Statement/Scope of Work
Figure 10-1: A&E Contract Procurement Process Workflow Diagram-continued
Page ix of ix
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
10.1.1 General
Introduction
A local agency may engage consultants to perform architectural, engineering, and related
services to develop a federal-aid funded project. Local agencies requesting federal funds to
reimburse A&E Consultants must follow the selection and contracting procedures detailed in this
chapter.
Definition of an Architectural and Engineering Consultant
23 Code of Federal Regulations §172 and CA State Law further defines A&E services and
includes those private consulting firms providing architectural, landscape architectural,
engineering, environmental, land surveying, construction engineering, or program management
are termed Architectural and Engineering (A&E) Consultants.
Architectural and Engineering Consultants
The Brooks Act (40 USC, Section 1104) requires local agencies to award federally funded
engineering and design related contracts based on fair and open competitive negotiations,
demonstrated competence, and professional qualifications (23 Code of Federal Regulations
(CFR), Part 172), at a fair and reasonable price (48 CFR 31.201-3).
Cost proposals submitted to the local agency must be sealed and must not be included as a
criterion for rating such consultants. After ranking, cost negotiations may begin with the most
qualified consultant and only their cost proposal will be opened. Should negotiations fail or result
in a price that the local agency does not consider fair and reasonable, negotiations must be
formally terminated and the local agency must then undertake negotiations with the second
most qualified consultant.
If the negotiations with the second most qualified firm are not successful, negotiations must be
formally terminated and the local agency must then undertake negotiations with the third most
qualified consultant, and so on, until the price is determined to be fair and reasonable by the
local agency.
In selecting an A&E consultant, a detailed technical proposal or qualifications proposal, and a
proposed contract will be required.
Depending upon the scope of work, the required contract provisions may need to include the
California State Prevailing Wages (Federal Payment of Predetermined Minimum Wage applies
only to federal-aid construction contracts). Prevailing wages will apply if the services to be
performed will involve land surveying (such as flag persons, survey party chief, rodman or
chainman), materials sampling and testing (such as drilling rig operators, pile driving, crane
operators), inspection work, soils or foundation investigations, environmental hazardous
materials and so forth. California State Prevailing Wage information is available through the
California Department of Industrial Relations websites below:
Consultants will need to provide their Prevailing Wage Policy if their participation on the project
includes prevailing wage work. The policy will include information on the accounting treatment of
delta base and delta fringe, and verify the accounting treatment is consistent every year.
Page 1 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
• DIR FAQ website
• DIR Wage Determination website
• Caltrans Prevailing Wage Interpretive Guidance
Non-A&E Consultants
Consultants other than A&E consultants may be selected using cost, cost and qualifications
(best value) or other critical selection criteria. The procedures outlined in this chapter can be
modified for selecting non-A&E consultants by adding a cost item to the contract proposal.
For more details on non-A&E consultants, see Section 10.3: Non-A&E Contracts of this chapter.
Selecting the Project
The local agency is responsible for selecting and initiating a federal-aid financed transportation
project. The decision to begin project development is influenced by the project needs, its
acceptability, the timing of studies, financing, and construction. The local agency must identify
the project’s objectives including the general level of improvement or service, operating
standards, maximum cost and the target date for project completion before commencing any
consultant selection process.
Subcontracted Services
The consultant is responsible for performing the work required under the contract in a manner
acceptable to the local agency. The consultant’s organization and all associated consultants
and subconsultants must be identified in the proposal. If the consultant wishes to use a
subconsultant not specified in the proposal, prior written approval must be obtained from the
local agency. The subcontract must contain all required provisions of the prime contract. All
subawards must include adequate oversight, management, and administration of engineering
and design related consultant services and be administered in accordance with State laws and
procedures specified in 23 U.S.C.106(g)(4) and 2 CFR 200.331.
Organizational and Consultant Conflicts of Interest
In the procurement of contracts for engineering services by private consulting firms using
federal-aid highway funds, local agencies must take all the steps necessary to prevent fraud,
waste, and abuse. The local agency must develop and maintain a written code of conduct
governing the performance of its employees (including the contract administrator) engaged in
the award and administration of federal-aid highway funded contracts, including the prevention
of conflicts of interest in accordance with 23 CFR 172.7(b)(4).
A conflict of interest occurs when a public official’s private interests and his or her public duties
and responsibilities diverge or are not consistent. Conflicts of interest may be direct or indirect
(e.g., as result of a personal or business relationship). The appearance of a conflict of interest
should be avoided as an apparent conflict may undermine public trust if not sufficiently
mitigated.
Page 2 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Federal Regulation Governing Conflict of Interest (23 CFR 172.7(b)(4)) requires that:
• Local agency must maintain a written code of standards of conduct for employees
engaged in the award and administration of engineering and design service contracts;
• No contracting agency employee who participates in the procurement, management, or
administration of federal funded contracts or subcontracts must have, directly or
indirectly, any financial or other personal interest in connection with such contract or
subcontract;
• No person or entity performing services for a contracting agency in connection with a
federal funded project must have, directly or indirectly, any financial or other personal
interest, other than employment or retention by the contracting agency, in any contract
or subcontract in connection with such project;
• No person or entity performing services for a contracting agency in connection with a
federal-aid highway funded project must have, directly or indirectly, any financial or other
personal interest in any real property acquired for the project;
• No contracting agency employees or agents must neither solicit nor accept gratuities,
favors, or anything of monetary value from consultants, potential consultants, or parties
to sub-agreements;
• Local agency must disclose in writing any potential conflict of interest to FHWA.
Consultants Performing Work on Multiple Phases of Federal-aid Projects
Local agencies sometimes wish to hire the same consultant firm to perform construction
engineering and/or inspection services on the same project on which the firm also performed
design services. This can cause project delivery efficiencies, as the design firm is well-suited to
verify that the project is being constructed in accordance with the design and can resolve issues
related to the design on behalf of the contracting agency. However, this may also pose a
potential conflict of interest if the firm has a vested financial interest in failing to disclose
deficiencies in its design work product and seeks to insulate itself from pecuniary liability in
subsequent phases of the project, such as minimizing or ignoring design errors and omissions,
rather than serving the best interests of the contracting agency and the public. Procuring a
different firm from the design firm to provide the construction engineering and/or inspection
services provides another level of review and reduces the risk of, or potential for, a conflict of
interest.
Although federal regulations do not expressly prohibit the same firm from providing services on
subsequent phases, the local agencies are responsible for ensuring the public interest is
maintained throughout the life of a project and that a conflict of interest, real or apparent, does
not occur or is sufficiently mitigated by appropriate public agency controls. Prior to allowing a
consulting firm to provide services on subsequent phases of the same project, the contracting
agency must establish appropriate compensating controls in policies, procedures, practices, and
other safeguards to ensure a conflict of interest does not occur in the procurement,
management, and administration of consultant services.
When design and construction phase services are procured under a single solicitation, the
selection of the consulting firm must be based on the overall qualifications to provide both
design and construction phase services, which require different skill sets, experience, and
resources. Procuring these services under different solicitations may result in selection of a
more qualified firm to perform services in each phase, as the most qualified firm to perform
design phase services may not be the most qualified firm to provide construction phase
Page 3 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
services. Similarly, the qualifications and capacity of a firm may change over time. As such, it
may not be appropriate to contract with a consulting firm to provide construction phase services
at the outset of a design phase, knowing that these services may not be needed for an
extended period until the preconstruction phase of the project is complete and construction
funding authorized. The contract with a consulting firm providing design phase services on a
project may not be amended to include construction phase services unless the desired
construction phase services were included within the original advertised scope of services and
evaluation criteria of the solicitation from which a qualifications-based selection was conducted.
All consultants acting in a management support role must complete Exhibit 10-U: Consultant in
Management Support Role Conflict of Interest and Confidentiality Statement (see Section
10.1.9: Miscellaneous Considerations in this chapter) and retain it in the local agency files.
Miscellaneous Considerations Authorization to Proceed
The Federal Highway Administration (FHWA) must give the local agency an Authorization to
Proceed (E-76) with the work prior to performing of any work for which federal reimbursement is
to be requested, (see the LAPM Chapter 3: Project Authorization). Eligible consultant contracts
may be procured using local funds prior to receiving the E-76, but reimbursement is for work
performed after the E-76 authorization date. If contract is procured using state or local funds,
federal procedures must have been followed if seeking federal reimbursement. For state funded
projects see Section 10.2: State-Only Funded A&E Contracts and the LAPG Chapter 23: Local
Agency State Transportation Improvement Program Projects, for guidance on when work may
proceed.
Copies of the Authorization to Proceed and the consultant contract must be retained in the local
agency project files for future audit.
10.1.2 Identifying & Defining a Need for Consultants
The need for a consultant is identified by comparing the project’s schedule and objectives with
the local agency’s capabilities, its staff availability of the required expertise, and its funding
resources. If the local agency does not have sufficient staff capabilities, it may solicit assistance
from another agency, or use a qualified private consultant to perform the required work.
If the local agency determines that there is a need to solicit assistance from another local
agency, or to use a consultant, the District Local Assistance Engineer (DLAE) should be notified
if federal-aid funds are to be requested for the project segment to be contracted out.
Appointing the Contract Administrator
The Contract Administrator is responsible for ensuring the quality of consultant contract
products or services. The Contract Administrator is appointed as soon as the need for
consultant services is identified. The Contract Administrator is involved throughout the
development of the selection process and the contract provisions, and in the administration of
the consultant’s work. The Contract Administrator must be a qualified local agency employee or
have staff that is qualified to ensure the consultant’s work is complete, accurate, and consistent
with the terms and conditions of the consultant contract. On federal-aid contracts, the Contract
Administrator or staff members must be a full-time employee and familiar with the work to be
contracted out and the standards to be used. The Contract Administrator must also abide by the
laws, regulations and policies required as part of accepting federal or state funding for their
project. Non-compliance with the laws, regulations, and policies may result in loss of project
funding.
Page 4 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
The Contract Administrator’s duties are listed in 23 CFR 172.9(d)(1) and include:
• Contract negotiation, contract payment, and evaluation of compliance performance, and
quality of services provided by the consultant;
• Being familiar with the contract requirements, scope of services to be performed, and
products to be produced by the consultant;
• Being familiar with the qualifications and responsibilities of the consultant’s staff and
evaluating any requested changes in key personnel;
• Scheduling and attending progress and project review meetings, commensurate with the
magnitude, complexity, and type of work, to ensure the work is progressing in
accordance with established scope of work and schedule milestones;
• Documenting contract monitoring activities and maintaining supporting contract records
as specified in 2 CFR 200.333;
• Provides direction to ensure the proposed work is advertised properly;
• Prepares and distributes the Request for Qualifications (RFQ), description of work, and
Request for Proposals (RFP), if used;
• Prepares the draft contract;
• Arranges for preparation before an independent estimate of the value of the work to be
contracted out;
• Ensures that the selection procedures are followed;
• Analyzes the selected/best-qualified consultant’s cost proposal;
• Ensures contract audit and review procedure is followed;
• Ensures that fee/profit negotiation is conducted and keeps records;
• Serves as the local agency’s primary contact person for the successful consultant;
• Monitors the consultant’s progress and provides direction;
• Ensuring consultant costs billed are allowable in accordance with the Federal cost
principles and consistent with the contract terms as well as the acceptability and
progress of the consultant’s work;
• Identifies other local agency staff for the consultant to contact, if needed;
• Closes out the contract at completion, by processing the final invoice; completing a
mandatory consultant evaluation, and final DBE utilization reports (Exhibit 17-F: Final
Report Utilization of Disadvantaged Business Enterprises (DBE) and First-Tier
Subcontractors).
Segmenting Consultant Work
Consultant services are most effective when consultant work is segmented appropriately. The
extent of segmenting depends upon the type and complexity of the work. Combining preliminary
engineering tasks with the preparation of the required environmental analysis is normally
desirable. Preparing an Environmental Assessment (EA) or Environmental Impact Statement
(EIS) is more than simply writing a report. Assessment and impact reports include preliminary
engineering needed to analyze project alternatives and produce an engineering and planning
Page 5 of 68
January 2021
EXHIBIT A to the RESOLUTION
structured Well-tructurecl l\fore Very
Projects Projects Difficult Comp lex
With Simple With Complex Projects Projects
Right of Way Right of Way
Requirements Requirements
Pr eliminary Engineering
I
Environmental Analy is I I
I I
Plan s, Specifications
&E stimate s
Right of Way Activities I I I I
tility Relocation I I I I I I
Co n truction Engineering
Local Assistance Procedures Manual Chapter 10
Consultant Selection
assessment. Initial project studies include only as much traffic and engineering analysis of
alternatives, as is needed to produce a sound EA or EIS (see LAPM Chapter 6 Environmental
Procedures and Standard Environmental Reference (SER) Chapters 31: Environmental
Assessment (EA)/Finding of No Significant Impact (FONSI) and Chapter 32: Environmental
Impact Statement (EIS). Final design must not begin until NEPA environmental approval has
been received if federal reimbursement is desired.
Refer to Figure 10-2: Segmenting Consultant Work below, which illustrates several satisfactory
ways to segment consultant activities.
Figure 10-2: Segmenting Consultant Work
Specify Products to be Delivered
The Contract Administrator identifies the products and services to be delivered as a result of
consultant contract work, and minimum qualification of consultant professionals and staff. These
vary depending upon the type of projects and the phase of project development being
addressed.
Scope of Consultant Work
The scope of work, which the contract must include, is a detailed description of the products or
services the consultant is to provide. From a detailed scope of work, consultants respond to a
project advertisement; determine personnel and time requirements; and develop a technical
proposal. Therefore, the scope of work must be clear, concise, complete, and describe the
deliverables, standards for design and other work, quality control measures, acceptance criteria
and deadlines.
Non-Discrimination Clause
The Non-Discrimination Clause (Exhibit 10-R: A&E Boilerplate Agreement Language, Article
XVI Statement of Compliance) must be included in each consultant contract. The consultant
must include the non-discrimination and compliance provisions of the Non-Discrimination
Clause in all subcontracts to perform work under the contract.
Page 6 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Disadvantaged Business Enterprise (DBE) Participation
When administering federal-aid projects, federal regulations (49 CFR, Part 26) require a local
agency to comply with the DBE program, and take necessary steps to ensure that DBE firms
have the opportunity to participate in the projects. Refer to Chapter 9: Civil Rights and
Disadvantaged Business Enterprises for DBE requirements for A&E Consultant Contracts.
Estimated Cost of Consultant Work
An independent estimate for cost or price analysis is needed for all consultant contracts (23
CFR 172.7(a)(1)(v)(B)) to ensure that consultant services are obtained at a fair and reasonable
price. The estimate is prepared in advance of requesting a cost proposal from the top-ranked
consultant, so the local agency’s negotiating team has a cost comparison of the project to
evaluate the reasonableness of the consultant’s cost proposal. The estimate, which is
specifically for the use of the local agency’s negotiating team, is to be kept confidential and
maintained for records.
A good cost estimate can be prepared only if the scope of work is defined clearly. The scope of
work must include a list of the products or services which the consultant is required to deliver,
and a time schedule of when they must be delivered.
It should be stressed that all work to be derived from the consultant services, such as
preliminary design, environmental or final design, must be clearly identified in the solicitation of
consultant services (RFQ or RFP) and included in the cost estimate. The addition of work to the
original scope by amendment should be avoided whenever possible. Contract modifications are
required for any amendments to the terms of the existing contract that change the cost of the
contract; significantly change the character, scope, complexity, or duration of the work; or
significantly change the conditions under which the work is required to be performed.
Some of the costs estimating techniques are:
Analogous Estimating:
Analogous cost estimating is using the actual cost of a previous, similar contract as the basis for
estimating the cost of the current contract. Analogous cost estimating is frequently used to
estimate costs when there is a limited amount of detailed information about the project.
Analogous cost estimating is generally less accurate, and it is most reliable when previous
projects are similar in fact, and not just in appearance, and it uses expert judgment.
Parametric Estimating:
Parametric estimating is a technique that uses statistical relationship between historical data
and other variables to calculate a cost estimate for an activity resource. This technique can
produce a higher level of accuracy depending upon the sophistication, as well as underlying
resource quantity and the cost data. A cost example would involve multiplying the planned
quantity of work by the historical cost per unit to obtain the estimated cost of the contract.
Bottom-up Estimating:
This technique involves estimating the cost for individual work in the contract with the lowest
level of detail. This detailed cost is then summarized or rolled up to determine a total cost of
contract. Cost detail should include estimated hours per task, labor hourly cost for professional
and non-professional classifications, subconsultant costs, other project direct costs, and profit.
Labor costs should be broken down to direct labor and indirect cost rates, if possible.
Page 7 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
If more than one project or phase of work is to be developed within the consultant contract,
separate cost estimates are required for each project or phase of work. Separate cost estimates
are required for each milestone and portion of the work expected to be subcontracted.
For on-call (as-needed) contracts, the cost estimate/analysis should include at minimum, a
historical analysis of annual needs for consultant work, professional labor cost and market
analysis, and reasonable profit analysis.
Determine Type of Contract
Types of contracts to be used are described as follows:
• Project-specific contract is between the local agency and consultant for the performance
of services and a defined scope of work related to a specific project or projects.
• Multi-phase contract is a project-specific contract where the defined scope of work is
divided into phases which may be negotiated and executed individually as the project
progresses.
• On-call contract is a contract that may be utilized for a number of projects, under which
task or work orders are issued on an as-needed basis, for an established contract period
and maximum total contract dollar amount. On-call contracts are typically used when a
specialized service of indefinite delivery or indefinite quantity is needed for a number of
different projects, such as construction engineering, design, environmental analysis,
traffic studies, geotechnical studies, and field surveying, etc. Many agencies use these
contracts to address peaks in workload of in-house engineering staff and/or to perform a
specialized service which the agency does not have. On-call contracts must specify a
reasonable maximum length of contract, not to exceed 5 years, and a maximum total
contract dollar amount (23 CFR 172). The maximum dollar amount for all contracts
awarded under the solicitation is stated in the solicitation. The maximum dollar amount is
the aggregate of the on-call contracts anticipated to be awarded. If the solicitation lists
that up to 5 contracts may be awarded, the aggregate amount of these 5 contracts is the
maximum contract dollar amount. How many contracts are anticipated to be awarded
must be stated in the solicitation. How task orders will be issued must be stated in the
solicitation (two options exist: geographically designated areas or additional competitive
solicitation to all consultants who provide the same type of service and awarded a
contract under the same solicitation).
o To maintain the intent of the Brooks Act (40 USC 1101-1104) in promoting open
competition and selection based on demonstrated competence and
qualifications, on-call consultant contracts established through the RFQ process
must meet the following requirements:
Must define a general scope of work, complexity, and professional nature
of services.
Specify a task order procedure the local agency uses to procure project
specific work under the contract.
No task order is valid unless the on-call contract is still enforced. For
example, if the on-call contract is expired, all task orders issued after the
contract expiration date will become invalid.
Page 8 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
If multiple consultants are to be selected and multiple on-call contracts
awarded through a single solicitation for specific services, the number of
consultants that may be selected or contracts that may be awarded must
be identified.
Specify procurement procedures in the contracts the local agency will use
to award/execute task orders among the consultants:
o Either through an additional qualification-based selection process (see
the Two-Step RFQ/RFQ process later in this chapter), OR
o On regional basis whereby the region is divided into areas identified in
the solicitation, and consultants are selected to provide on-call
services for assigned areas only. The RFP may list multiple regions
that allow consultants to crossover or be a “backup” to other
consultants that for specifically documented reasons are not able to
perform the work in their assigned region. Per 23 CFR 172.9
(a)(3)(B)(2), the “backup” option needs to be listed in the respective
contracts.
o An example of acceptable contract wording in multiple on-call contracts for the
same type of service:
“Agency has or will enter into three (3) task order contracts for
performance of the Scope of Services identified in Exhibit “A”, including
this Agreement (“CM Services Task Order Contracts”). The other CM
Services Task Order Contracts are [identify other two contracts by
agreement numbers and consultant firms]. The total amount payable by
Agency for the CM Services Task Order Contracts must not exceed a
cumulative maximum total value of Seven Million, Five Hundred
Thousand Dollars ($7,500,000) (“NTE Sum”). It is understood and agreed
that there is no guarantee, either expressed or implied that this dollar
amount will be authorized under the CM Services Task Order Contracts
through Task Orders. Each time a Task Order is awarded under any of
the CM Services Task Order Contracts, the Agency must send written
notification to Consultant and each of the other consultants entering into
the CM Services Task Order Contracts. The notice must identify the total
funds allocated under issued Task Orders, and the remaining
unencumbered amount of the NTE Sum. Consultant acknowledges and
agrees that Agency must not pay any amount under this Agreement that
would exceed the NTE Sum, and Consultant must not enter into a Task
Order that exceeds the NTE Sum.”
Determining the Project Schedule
The local agency develops a schedule for performance of work and completion of the project.
The schedule must include sufficient time to allow for:
• Selecting the consultant;
• Developing the consultant contract;
• Completing the A&E consultant contract audit process;
Page 9 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
• Conducting meetings and project reviews.
Determine Method of Payment
The method of payment of contract must be specified. Four methods are permitted depending
on the scope of services to be performed reference 23 CFR 172.9(b):
• Cost-Plus-Fixed Fee (see Exhibit 10-H: Sample Cost Proposal, Example #1);
• Cost Per Unit of Work (see Exhibit 10-H, Example #3);
• Specific Rates of Compensation (see Exhibit 10-H, Example #2);
• Lump Sum (see Exhibit 10-H, Example #1).
The method of payment to the consultant must be set forth in the original solicitation, contract,
and in any contract modification thereto. A single contract may contain different payment
methods as appropriate for compensation of different elements of work.
The cost plus a percentage of cost and percentage of construction cost methods of payment
must not be used. Both of these methods are explicitly prohibited by Federal Regulations.
Cost-Plus-Fixed Fee
The consultant is reimbursed for costs incurred and receives an additional predetermined
amount as a fixed fee (profit). Federal regulations require that profit be separately negotiated
from contract costs. The determination of the amount of the fixed fee must take into account the
size, complexity, duration, and degree of risk involved in the work. The fixed fee is not
adjustable during the life of the contract. The fixed fee dollar amount must be clearly stated in
the contract.
This method of payment is appropriate when the extent, scope, complexity, character, or
duration of work cannot be precisely predicted. The fixed fee limit applies to the total direct and
indirect costs. Fixed fees in excess of 15 percent of the total direct labor and indirect costs of
the contract may be justified only when exceptional circumstances exist. The contract must
specify a reasonable maximum length of contract period and a maximum total contract dollar
amount (see Exhibit 10-H: Sample Cost Proposal Example #1 and Exhibit 10-R: A&E Sample
Contract Language, Article V, Option 1 in this chapter). The contract cost proposal must identify
all key employees and/or classifications to be billed. New key employees and/or classifications
must be approved by the local agency before they incur work on the contract or the costs can
be questioned or disallowed. Local agencies are not required to update the Exhibit 10-C
database. For more details, reference Section 10.1.8.
Cost Per Unit of Work
The consultant is paid based on specific item of work performed. The item of work must be
similar, repetitious and measurable, such as geotechnical investigation and material testing.
This method of payment is appropriate when the cost per unit of work can be determined with
reasonable accuracy in advance, but the extent or quantity of the work is indefinite. Contract
payment provisions must specify what is included in the price to be paid for each item. Any item
of work not identified in the contract cost proposal is not eligible for reimbursement. New items
of work (those within the original scope of work only) must be amended into the contract before
work is performed. The contract must also specify a reasonable maximum length of contract
Page 10 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
period and a maximum total contract dollar amount (see Exhibit 10-H, Example #3 and Exhibit
10-R, Article V Option 2).
Specified Rates of Compensation
The consultant is paid at an agreed and supported specific fixed hourly, daily, weekly or monthly
rate, for each class of employee engaged directly in the work. Such rates of pay include the
consultant’s estimated costs and net fee (profit). Federal regulations require that profit be
separately negotiated from contract costs. The specific rates of compensation, except for an
individual acting as a sole proprietor, are to include an hourly breakdown, direct salary costs,
fringe benefits, indirect costs, and net fee. Other direct costs may be included, such as travel
and equipment rentals, if not already captured in the indirect cost rate. Other direct costs
regardless of amount are to be listed on the cost proposal.
This method of payment should only be used when it is not possible at the time of procurement
to estimate the extent or the duration of the work, or to estimate costs with any reasonable
degree of accuracy. This method should not be used for project specific contracts and is
recommended for on-call contracts for specialized or support type services, such as
construction engineering and inspection, where the consultant is not in direct control of the
number of hours worked, and it also requires management and monitoring of the consultant’s
level of effort and the classification of employees used to perform the contracted work. The
contract must also specify a reasonable maximum length of contract period and a maximum
total contract dollar amount (see Exhibit 10-H, Example #2 and Exhibit 10-R, Article V Option 3).
Lump Sum
The consultant performs the services stated in the contract for an agreed amount as
compensation, including a net fee or profit. This method of payment is appropriate only if the
extent, scope, complexity, character, duration, and risk of the work have been sufficiently
defined to permit fair compensation to be determined and evaluated by all parties during
negotiations (see Exhibit 10-H: Sample Cost Proposal, Example #1 and Exhibit 10-R: A&E
Sample Contract Language, Article V: Option 4). Normally, a lump sum contract will be paid in
full at end of the contract when completed. However, a lump sum contract can be negotiated
with progress payment if feasible. The progress payment must be based on percent of work
complete or completion of clearly defined milestones. The contract cost proposal must
document the agreed upon progress payment and include the necessary milestones costs, or
the percent work complete schedule.
Changes to Exhibit 10-H requiring resubmittal to Independent Office of Audits and Investigations
for review:
• Consultant name change
• New participating subconsultant
• Change in ICR rate
Since these changes require an amendment, local agency is to update the Exhibit 10-C
database.
A firm fixed price method of payment is not the same as lump sum. A firm fixed price contract
must not be amended.
Page 11 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
10.1.3 A&E Consultant Audit and Review Process
This section outlines the audit and review process for A&E contracts that at any time use
state or federal funds. All proposed A&E contracts and supporting documents are subject to
audit or review by Caltrans’ Independent Office of Independent Office of Audits and
Investigations (IOAI), other state audit organizations, or the federal government. Not all
proposed contracts will be audited or reviewed; rather, they will be selected on a risk-based
approach.
Applicable Standards
State and federal requirements listed below, and specific contract requirements, serve as
the standards for audits and reviews performed.
Local agencies, consultants, and subconsultants are responsible for complying with state,
federal, and specific contract requirements. Local agencies are responsible for determining
the eligibility of costs to be reimbursed to consultants.
Applicable standards include, but are not limited to:
• Caltrans Local Assistance Procedures Manual (LAPM);
• State and Federal agreements between local agencies and Caltrans, (i.e. Master
Agreements);
• Project Program Supplemental Agreements;
• 23 United States Code (U.S.C.), Section 112 – Letting of Contracts;
• 40 U.S.C., Chapter 11: the Brooks Act;
• 23 CFR, Chapter 1, Part 172 -Procurement, Management, and Administration of Engineering and Design Related Services;
• 23 CFR, Chapter 1-Federal Highway Administration, Department of
Transportation;
• 48 CFR, Federal Acquisition Regulation (FAR), Chapter 1, Part 31-Contract Cost
Principles and Procedures;
• 48 CFR, Chapter 99 – Cost Accounting Standards (CAS), Subpart 9900;
• 2 CFR, Part 200 – Uniform Administrative Requirements, Cost Principles, and Audit
Requirements for Federal Awards;
• United States Government Accountability Office, Government Auditing Standards -
Generally Accepted Government Auditing Standards (GAGAS);
• California Government Code sections 4525-4529; and
• Proposed contract terms and conditions.
See Section 10.10: References of this Chapter for links to above referenced standards.
Audit Guidance Available
The American Association of State Highway and Transportation Officials, Uniform Audit &
Accounting Guide (AASHTO Audit Guide), which is referred to frequently in this section, is a
valuable tool to guide local agencies, consultants and Certified Public Accountants (CPA)
through the requirements for establishing, and audits of FAR compliant Indirect Cost Rates
(ICR). The AASHTO Audit Guide is used extensively as an industry guide in the audit and
review process.
Page 12 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Local agencies may seek accounting assistance from internal audit staff and an independent
CPA for compliance. The consultant may seek professional guidance in selecting its
independent CPA. See also the AASHTO Audit Guide, Ch 2.5C. Selection of CPA Firm as
Overhead Auditor for guidance in the selection process. Training is also offered by FHWA’s
National Highway Institute (see http://www.nhi.fhwa.dot.gov/default.aspx). Courses offered
include:
• Using the AASHTO Audit Guide for the Procurement and Administration of A&E
Contracts (FHWA-NHI-231028)
• Using the AASHTO Audit Guide for the Development of A&E Consultant Indirect Cost
Rates (FHWA-NHI-231029)
• Using the AASHTO Audit Guide for the Auditing and Oversight of A&E Consultant
Indirect Cost Rates (FHWA-NHI-231030)
For training and additional information provided by Caltrans Local Assistance, visit the
Caltrans Local Assistance Blog. For FHWA’s Q&A for ICRs and audits, and A&E related
services, visit FHWA.
Allowable Costs
23 USC 112 (b)(2)(B) states that any A&E contract or subcontract awarded, whether funded
in whole or in part with Federal-aid highway funds in furtherance of highway construction
projects, must be performed and audited in compliance with the Federal cost principles.
Local agencies are required to perform a cost analysis to ensure all costs are allowable and
in compliance with federal and state requirements and retain documentation of negotiation
activities and resources. Hourly rate(s) for each key personnel and/or classification of
employee(s) proposed in cost proposals must be reasonable for the work performed and
actual, allowable, and allocable in accordance with the Federal cost principles. Costs must
be allowable only if the cost is incurred and cost estimates included in negotiated prices are
allowable in accordance with the federal and state regulations and procedures, and contract
provisions. Examples of Cost Analysis Worksheets are provided at Exhibit 10-H1 through 4.
Local agencies are required to apply Caltrans accepted consultant or subconsultant’s ICRs,
to contracts. An ICR is valid for the one-year applicable accounting period accepted or
audited by Caltrans. Consultants must update, on an annual basis, ICRs in accordance with
the consultant’s annual accounting period and in compliance with the Federal cost
principles. For further guidance, refer to 23 CFR Part 172.11(b)(1). If the consultant is
subject to Cost Accounting Standards (CAS), the consultant must use the applicable ICR for
the contract.
A consultant’s accepted ICR for its one-year applicable accounting period must be applied to
contracts; however, once an ICR is established for a contract, it may be extended beyond
the one-year applicable period, through the duration of the specific contract, provided all
concerned parties agree. Agreement to the extension of the one-year applicable period must
not be a condition or qualification to be considered for the work or contract award. The
contract must clearly specify the ICR period if it is beyond the one-year applicable period.
Consultants must account for costs appropriately and maintain records, including supporting
documentation, adequate to demonstrate that costs claimed have been incurred, and are
allowable, reasonable, and allocable to the contract, and comply with Federal cost principles.
Page 13 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
IOAI and representatives of the Federal Government have the right to conduct an audit of all
contract costs. If the costs are subsequently determined to be unallowable, these costs are
subject to repayment. For further guidance, refer to 23 CFR Part 172 and 48 CFR Part 31.
Generally, whenever local agencies, consultants and/or contractors are unable to provide
requested documentation, it must be viewed that the services were either not performed or
the costs not properly recorded. Retention of all documents is required as it reduces the
possibility of audit findings and disallowed costs. For more references, refer to Applicable
Standards in this chapter.
Approval or Acceptance of Indirect Cost Rates
Cognizant Letters of Approval
A cognizant approved ICR has been audited by a Cognizant agency (a State transportation
agency of the State where the consultant's accounting and financial records are located or a
State transportation agency to which cognizance for the particular indirect cost rate(s) of a
consulting firm has been delegated or transferred to in writing by the State transportation
agency where the consultant’s accounting and financial records are located) in accordance
with generally accepted government auditing standards to test compliance with the
requirements of the Federal cost principles (per 48 CFR part 31) and the cognizant agency has
either 1) issued an audit report of the consultant's indirect cost rate or 2) conducted a review of
an audit report and related workpapers prepared by a certified public accountant and issued a
letter of concurrence with the audited indirect cost rate(s). The cognizant agency approves the
ICR and a cognizant approval letter is issued.
Caltrans Acceptance of Indirect Cost Rate
When the ICRs have not been established by a cognizant agency, Caltrans must perform an
audit or review of a consultant’s and subconsultant’s ICR(s) to provide reasonable assurance of
compliance with Federal cost principles.
An audit or review of the ICR may consist of one or more of the following:
• Perform a review to determine if the ICR was prepared in accordance with 23 CFR 172,
and 48 CFR, Chapter 1, Part 31;
• Perform an audit to determine if the ICR was prepared in accordance with 23 CFR 172,
and 48 CFR, Chapter 1, Part 31; and issue an audit report;
• Review and accept an ICR audit report and related workpapers prepared by a CPA or
another State Transportation Agency;
The outcome of an audit or review is for Caltrans to approve or accept the ICR so that it can be
relied upon for future contracts with the consultant for a given one-year accounting period and
for reliance by other contracting agencies using the same consultant. Local agencies must
ensure that only approved or accepted ICRs of consultants for the applicable one-year
accounting period be applied to contracts, if rates are not under dispute. Local agencies may
check IOAI’s website for consultant’s approved or accepted ICRs. All approved or accepted
ICRs are issued an Acceptance Identification (ID) number by IOAI that is posted to IOAI’s
website. This ID number should be referenced on all future contracts that use the same fiscal
year ICR. ICR can be fixed for the life of the contract in prior written document or annually
updated. Once it has been updated, it must be annually updated and the most current fiscal
year of ICR must be used.
Page 14 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
ICRs that have not been accepted by Caltrans will not be eligible for indirect cost payment. An
ICR approved by a cognizant agency may be used across states for the one-year applicable
accounting period, but an ICR accepted by Caltrans may only be applied to A&E contracts with
Caltrans or local agency contracts using pass-through Caltrans funding. Local agencies include
Cities, Counties, Metropolitan Planning Organization, Special Districts, and Regional
Transportation Planning Agencies.
Financial Review Performed Prior to Contract Execution
All consultants, including prime and subconsultants, on a proposed contract with a dollar
value greater than $150K are subject to an ICR financial review by IOAI. The financial
documents required are detailed in Exhibit 10-A, A&E Consultant Financial Document Review
Request Letter and Exhibit 10-A Checklist. IOAI will review the ICR financial documents to
either accept or adjust the indirect cost rate prior to contract execution using a risk-based
approach as dictated by factors that include but are not limited to:
• History of satisfactory performance and professional reputation of consultant;
• Prior FAR compliant history and audit frequency;
• Experience of consultant with FAHP contracts;
• General responsiveness and responsibility;
• The approximate contract volume and dollar amount of all A&E contracts awarded to
the consultant by Caltrans or a local agency in California within the last three
calendar years;
• The number of states in which the consultant does business;
• The type and complexity of the consultant’s accounting system;
• The relevant professional experience of any CPA performing audits of the
consultants indirect cost rate;
• Assessment of consultant’s internal control. Responses to internal control
questionnaire, see AASHTO Audit Guide, Appendix B;
• For ICRs that have been adjusted by IOAI, the consultant must provide a revised cost
proposal that reflects the adjusted ICR.
Local Agencies’ Responsibilities
Local Agencies are responsible for obtaining all required ICR supporting documentation
from A&E prime consultants and sub-consultants as outlined in Exhibit 10-A: A&E
Consultant Financial Document Review Request and the Exhibit 10-A-Checklist. Local
Agencies are responsible for forwarding these documents to IOAI for review. Local agencies
are also required to ensure that IOAI has copies of the Exhibit 10-K: Consultant Certification
of Contract Costs and Financial Management System and Exhibit 10-H: Cost Proposal for all
consultants, both prime and sub-consultants. The ICR included in Exhibit 10-H must match
the ICR included in the Exhibit 10-K and the consultant’s ICR schedule. The proposed ICR,
however, can be lower than ICR in Exhibit 10-K and the consultant’s ICR schedule if the
consultant elects to propose a lower ICR. For contracts spanning more than one year, local
agencies are responsible for ensuring the Exhibit 10-K and cost proposals are updated annually
unless all concerned parties agree to fix the ICR for the term of contract, and this is clearly
specified in the contract. ICR updates are not required to IOAI if the ICR is fixed for the life
Page 15 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
of the contract. ICR’s are only reviewed for consultants that are being awarded a contract,
not consultants on a shortlist or prequalified list.
The Exhibit 10-H: Cost Proposal includes contract costs: direct salary or wage rates, fixed
fees, other direct costs, indirect costs, total costs, and certification for the costs. Local
agencies must perform and retain documentation of activities and resources used to support
that a cost analysis has been performed to establish that costs and elements were
determined to be fair and reasonable in accordance with Federal cost principles.
All contract supporting documentation must be retained by the local agency in project files for
the required retention period. Unsupported costs may be disallowed and required to be
returned to Caltrans. Having proper documentation policy and procedures, trained staff and
organized project files are essential for demonstrating that costs claimed and reimbursed
have been incurred, are eligible, reasonable, allowable, and allocable to the contract and
comply with Federal cost principles.
Contracts below $150,000 are not subject to the Caltrans Financial Document Review but
local agencies are required to establish that all costs are in compliance with the Federal cost
principles, 48 CFR, Chapter 1, Part 31, and other applicable requirements are met. All
documents listed above and cost analysis documents are required to be retained in the
project files to demonstrate compliance.
Instructions are provided in the Exhibit 10-A on the requirements for submitting a complete
Financial Review packet. Financial packets can be e-mailed to:
conformance.review@dot.ca.gov.
Alternatively, if you do not have Internet access, you can mail Financial Review packets to:
Department of Transportation
Independent Office of Audits and Investigations
MS 2 Attention: External Audit Manager
P.O. Box 942874
Sacramento, CA 94274-0001
Consultants’ Responsibilities (Both prime consultants and subconsultants)
A&E prime consultants and subconsultants in contract with local agencies using state or
federal-aid highway funds should refer to Exhibit 10-A and the 10-A Checklist for the ICR
financial documents required to be submitted to their local agency. Consultants must
complete the “Annual Certification of Indirect Costs and Financial Management System”
(Exhibit 10-K) that attests that the ICR rate proposed is in compliance with FAR (48 CFR,
Chapter 1, Part 31) and that the consultant’s financial management system is adequate to
accumulate and segregate, reasonable, allowable, and allocable direct and indirect project
costs. The Exhibit 10-A and 10-K should be submitted to the local agency who will forward a
copy to IOAI along with all other related and required financial documents. For all future
contracts within a same fiscal year, the consultant needs to only provide a copy of the Exhibit
10-K to the Local Agency.
Consultants must follow all the federal, state, and contract requirements outlined above in the
Section above, “Applicable Standards”. Each contracting consultant must ensure its ICR is not
combined with any parent company’s or subsidiary’s ICR.
ICR schedules for both prime consultants and sub-consultants should be prepared using the
accrual basis of accounting and be presented in compliance with the Federal cost principles.
Page 16 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Figure 10-3 at the end of this chapter provides an example of a Standard Indirect Cost Rate
Schedule that consultants can use when preparing their own.
For public works Prevailing Wage contracts, all workers must be paid the prevailing wage
rate determined by the Director of the Department of Industrial Relations according to the
type of work and location of the project. http://www.dir.ca.gov/Public-Works/Prevailing-
Wage.html.
For guidance see Caltrans’ Prevailing Wage Interpretive Guidance and webinar on IOAI’s
website.
When determined necessary, IOAI may request additional information, such as a labor
distribution summary and Executive Compensation Analysis (ECA). A consultant’s labor
distribution summary report is a labor expense report that detail all hours worked (paid and
unpaid) for a fiscal year, wages earned, and benefits accrued by all the consultant’s
employees. The labor summary report should include employee names, salaries, hourly
rates, total hours worked segregated by direct hours, indirect hours, paid time off hours, and
uncompensated hours and amounts.
An ECA is an evaluation by the consultant to determine the allowability and reasonableness
of executive compensation in compliance with Federal cost principles and the AASHTO Audit
Guide that can be based on either the National Compensation Matrix or independent
compensation surveys.
Independent Office of Audits and Investigations’ Responsibilities
After IOAI receives a consultant’s complete financial document packet (per Exhibit 10-A and
Exhibit 10-A Checklist) from the local agency, IOAI will review the proposed ICR and
supporting documents and notify local agencies in writing whether the proposed ICRs are
accepted or adjusted.
Contracts will be executed after IOAI either accepts or adjusts the ICR and a revised final cost
proposal (if applicable) is received. Correction of the final cost proposal, however, does NOT
need to be cleared through Caltrans IOAI before executing the contract. An email
notification from IOAI serves as documentation to support an accepted ICR.
Audits and Reviews to be Performed
After contract execution, a consultant’s ICR may be subject to further detailed review or
audit by IOAI based on certain risk factors. Costs that are determined to be unallowable as
a result of the review or audit will be subject to repayment.
Indirect Cost Rate Audits
During an ICR audit, IOAI or an independent CPA will examine the consultant’s proposed
ICR for a one-year accounting period to ensure that unallowable costs have been removed
from the indirect costs, that allowable costs have been correctly measured and properly
charged and allocated, and that the ICR has been developed in accordance with the Federal
cost principles (as specified in 23 U.S.C. Section 112(b)(2)(B), 23 CFR Part 172.11, 48 CFR
Part 31 and other FAR and State requirements). As a result of the audit, the local agency
will work with the consultant to adjust the ICR based on audit recommendations.
For guidance regarding the existing policies and procedures set forth in the federal
regulations, and acceptable ICR schedules, refer to the AASHTO Audit Guide, Chapter 5,
Page 17 of 68
January 2021
EXHIBIT A to the RESOLUTION
-
Local Assistance Procedures Manual Chapter 10
Consultant Selection
and Figure 10-3 Standard Indirect Cost Rate Schedule in this Chapter. There is also a review
program at Appendix A which serves as a guide for CPAs and IOAI when performing ICR
audits and can also be used as a resource for consultants when preparing for an ICR audit.
CPA Workpaper Reviews
During a workpaper review of a CPA audit of an ICR, IOAI will review the CPA’s audit
workpapers to determine whether to issue a Cognizant Letter of Approval for the ICR. The
CPA Workpaper Review determines whether: (a) the CPA’s audit of the ICR was conducted
in accordance with Generally Accepted Government Auditing Standards (GAGAS), (b) the
CPA adequately considered the auditee’s compliance with the Federal cost principles and
related federal and state laws and regulations.
Chapter 11 of the AASHTO Audit Guide provides information to the CPA on the required
audit disclosures.
IMPORTANT NOTE FOR CPAs: Contracts receiving state or federal funds are highly
scrutinized. Materiality levels tend to be lower and more testing is required. GAGAS
provides that auditors may find it appropriate to use lower materiality levels as compared
with the materiality levels used in non-GAGAS audits because of the public accountability of
government entities and entities receiving government funding, various legal and regulatory
requirements, and the visibility and sensitivity of government programs. The AASHTO Audit
Guide should be used as a tool for performing audits and attestations of A&E firms.
Contract Audits
During a Contract Audit, auditors will review a consultant’s financial management system
and contract cost proposal to determine if:
• The consultants’ accounting system is adequate to accumulate and segregate costs;
• Costs are reasonable, allowable, allocable and supported adequately;
• The contract contains all required fiscal provisions;
• Proper state and federal procurement requirements were followed.
Incurred Cost Audits
During an Incurred Cost Audit, auditors will review incurred contract costs to determine if:
• Cost data are maintained in an accounting system that adequately gathers, records,
classifies, summarizes, and reports accurate and timely financial data for direct and
indirect project costs by account;
• Costs are adequately supported, reasonable, allowable, and allocable;
• Costs incurred are in compliance with state and federal laws and regulations;
• Costs incurred are in compliance with the Master Agreement and Supplemental
Agreement;
• Costs incurred are in compliance with the fiscal provisions stipulated in the contract;
and
• The terms required by the Master Agreement and federal laws and regulations are
in the contract.
Page 18 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Audit Findings and Review Deficiencies
If a consultant’s ICR is audited or reviewed, local agencies are responsible for ensuring all
executed and future contracts reflect the audited and adjusted fiscal year ICR(s). Local
agencies should request reimbursement from the consultant for overpayment on rates that
were adjusted down.
The local agencies may be subject to sanctions outlined in LAPM Chapter 20: Deficiencies
and Sanctions if the state or federal government determines that any reimbursements to the
consultant are the result of lack of proper contract provisions, unallowable charges,
unsupported activities, or an inadequate financial management system.
Page 19 of 68
January 2021
EXHIBIT A to the RESOLUTION
I I I I I
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Example of a FAR Compliant Indirect Cost Rate Schedule -Sample Consulting Company
Statement of Direct Labor, Fringe Benefits, and General Overhead for the Year Ended December 31, 20xx
Description
General
Ledger
Balance
Unallowable FAR
Reference
Total
Proposed
Home
Office
Field
Office
Direct Labor $123,456,789 ($934,568) (1)(15) $122,522,221 $85,765,555 $36,756,666
Fringe Benefits
Vacation/Paid Leaves $17,283,950 $17,283,950 $12,098,765 $5,185,185
Payroll Taxes $1,530,864 ($30,617) (15) $1,500,247 $1,050,173 $450,074
Medical Insurance $10,864,197 $10,864,197 $7,604,938 $3,259,259
401K Match $4,938,272 $4,938,272 $3,456,790 $1,481,481
Incentives and Bonus $15,308,642 ($3,123,456) (2) $12,185,186 $8,529,630 $3,655,556
Other Employee
Benefits $2,515,280 ($553,433) (3) $1,961,847 $1,373,293 $588,554
Total Fringe Benefits $52,441,206 ($3,707,506) $48,733,700 $34,113,590 $14,620,110
General &
Administrative Overhead
Indirect Overhead
Labor $72,696,030 ($4,452,541) (1)(2)(4)(15) $68,243,489 $65,790,948 $2,452,541
Purchased
Labor/Subconsultants $22,433,019 ($22,433,019) (5) $ -$ -$ -
Office Rent $12,345,679 ($987,654) (6) $11,358,025 $11,038,025 $320,000
Supplies & Utilities $5,753,086 $5,753,086 $4,027,160 $1,725,926
Postage and
Shipping $1,770,000 $321,456 (5) $2,091,456 $1,464,019 $627,437
Equipment and
Maintenance $3,812,346 $3,812,346 $2,512,789 $1,299,557
Depreciation
Expense $6,202,469 ($1,345,678
) (7) $4,856,791 $3,205,482 $1,651,309
Interest $123,456 ($123,456) (8) $ -$ -$ -
Dues and
Subscription $123,456 ($12,345) (9) $111,111 $77,778 $33,333
Advertising &
Marketing $427,406 ($45,678) (10) $381,728 $267,210 $114,518
Vehicles $5,896,123 ($147,403) (5)(11)(14) $5,748,720 $4,024,104 $1,724,616
Bad debts $12,345 ($12,345) (12) $ -$ -$ -
Legal and
Accounting Services $3,713,580 ($222,815) (13) $3,490,765 $3,490,765 $ -
Fines and Penalties $80,000 ($80,000) (16) $ -$ -$ -
Total General &
Admin. Overhead $135,388,995 ($29,541,478) $105,847,517 $95,898,280 $9,949,237
Total Indirect Costs $154,581,216 $130,011,870 $24,569,347
Indirect Cost Rates 126.17% 151.59% 66.84%
Figure 10.3: Standard Indirect Cost Rate Schedule
Page 20 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
FAR References:
(1) FAR 31.202: Uncompensated overtime.
(2) FAR 31.205-6: Profit distribution and excess of the reasonable compensation.
(3) FAR 31.205-46, 31.205-14 & 31.205-51: Meals not for valid business purposes and
associated with lobbying and lacking adequate support
(4) FAR 31.201-2: Administrative staff costs billed to projects/clients.
(5) FAR 31.201-2: Subconsultant labor and other direct costs billed to and paid by
contracts/clients.
(6) FAR 31.205-36 and 31.205-17: Capital lease costs, rent paid in excess of reasonable
costs, and idle facilities and capacity costs.
(7) FAR 31.201-2 & 31.205-6: Costs relates to personal use by employees and luxury
vehicles.
(8) FAR 31.205-20: Interest and other financial costs not allowable.
(9) FAR 31.201-2: Non-business related dues and subscriptions.
(10) FAR 31.205-1: Costs for advertisement and public relations costs and trade show
expense including labor.
(11) FAR 31.205-46(d) and 31.205-6(m)(2): Personal use of vehicle and lack of mileage logs
and business purpose.
(12) FAR 31-205-3: Bad debts and collection costs.
(13) FAR 31.205-27 and 31.205-47: Reorganization and capital raising related costs and costs
incurred in connection with violation of a law or regulation by the consultant.
(14) FAR 31.205-46: Unreasonable costs and costs not supported by documents and lack of
business purpose.
(15) FAR 31.201-6(a) & CAS 405-40: Labor costs associated with unallowable costs.
(16) FAR 31.205-15: Fines and penalties resulting from violations of laws and regulations.
This section outlines the audit and review process for A&E contracts that at any time use federal
and/or state funds. All proposed A&E contracts and supporting documents are subject to audit
or review by Caltrans’ Independent Office of Independent Office of Audits and Investigations
(IOAI), other state audit organizations, or the federal government. Not all proposed contracts will
be audited or reviewed; rather, they will be selected on a risk-based approach.
10.1.4 Consultant Selection Methods
Figure 10-4: Consultant Selection Flowchart shows the three methods normally used in
selecting a consultant. They are:
• One-Step RFP;
• One-Step RFQ;
• Two-Step RFQ/RFP.
The method used depends upon the scope of work, the services required, the project’s
complexity, and the time available for selection of the consultant.
Beginning with Section 10.1.5: Consultant Selection Using the One–Step RFP Method, each of
the selection methods is explained in detail. Regardless of the method used, the local agency
must retain all consultant selection documentation in their project files as required by 23 CFR
Part 172.
Page 21 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
One-Step RFP
The One-Step RFP method may be used for Project–specific contracts when the scope of work
is well defined or for Multi-phased contracts where the defined scope of work is divided into
phases. Other considerations include when the consultant’s services are highly specialized and
there are few qualified consultants.
One-Step RFQ
The One-Step RFQ method is used when the requested services are specialized, or the scope
of work is defined broadly and may include multiple projects. Typical services are preliminary
engineering, surveying, environmental studies, preparation of Plans Specifications and Estimate
(PS&E) and environmental documents, or construction management. This method or the two-
step selection process is used for procurement of on-call contract(s). Note that specifications
and requirements in the RFQ must cover all aspects of the final need. A RFP specific to the
project, task, or service must be included in the solicitation for evaluation of a consultant's
specific technical approach and qualifications.
Two-Step (RFQ Followed by RFP)
The Two-Step RFQ/RFP method may be used when the scope of work is complex or unusual.
This method also may be preferred by local agencies that are inexperienced about negotiations
and procedures for establishing compensation. However, the Two-Step RFQ/RFP method is
recommended for procurement of multiple on-call contracts, or on-call list, through a single
solicitation. Regardless of any process utilized for prequalification of consultants or for an initial
assessment of a consultant's qualifications under a RFQ, a RFP specific to the project, task, or
service is required for evaluation of a consultant's specific technical approach and qualifications.
For more information, refer to description of on-call contract in Section 10.1.2: Identifying &
Defining a Need for Consultants. This method requires substantially more work and time than
the other two methods described above.
Page 22 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Initiate Project Select Consultants
Complete First Step
ϖ Select Project
ϖ Set Project Objectives
ϖ Appoint Contract Administrator
ϖ Determine Project Schedule
Identify need
for consultant
Define Scope
of Consultant
Work
Specify
Products to be
delivered
Determine
Method of
Consultant
Selection
Segment
Project Work
Establish
DBE Goals
Estimate Cost
of Consultant
Work
Determine Type of Contract
ϖ Lump Sum
ϖ Cost-Plus-Fixed-Fee
ϖ Cost Per Unit of Work
ϖ Specific Rates of Compensation
Appoint
Consultant
Selection
Committee and
Develop Schedule
for Selection
Appointment
Consultant
Selection
Committee and
Development
Schedule for
Selection
Develop
Technical Criteria
for Evaluation of
Proposals
Prepare
Request for
Proposal
Advertise
for
Consultants
(RFQ)
Appoint
Consultant
Selection
Committee and
Develop Schedule
for Selection
Advertise
for
Consultants
(RFQ)
Develop
Qualification
Criteria for
Evaluation of
Proposals
Develop
Qualification
Criteria for
Evaluation of
Proposals
Receive
Statements of
Qualifications
Receive
Statements of
Qualifications
Advertise for
Consultants
Evaluate
Statements of
Qualifications &
Develop Shortlist
Evaluate
Statements of
Qualifications
& Develop
Shortlist
Issue Request
for Proposal
(RFP)
Notify
Consultants
of Shortlist
Notify
Consultants
of Shortlist
Issue Request
for Proposal
(RFP)
Conduct
Consultant’s
Conference or
Answer
Written
Questions
Receive and
Evaluate
Technical
Proposals
Interview &
Develop Final
Ranking of
Consultants
Notify
Consultants
of Results
*Request Cost Proposal & Negotiate
Contract with Top-Ranked
Consultant
Develop
Contract
Initiate A&E
Consultant Audit
Process (Figure 10-2)
Negotiate Contract with Next
Highest Ranked Consultant until
Successful
Evaluate Reference Checks &
Other Information Gathered
Independantly
Evaluate Reference Checks &
Other Information Gathered
Independently
Interview &
Develop Final
Ranking of
Consultants
Notify
Consultants
of Results
*Request Cost Proposal & Negotiate
Contract with Top-Ranked
Consultant
Develop
Contract
Initiate A&E
Consultant Audit
Process (Figure
10-2)
Negotiate Contract with Next
Highest Ranked Consultant until
Successful
Interview
Top-Ranked
Consultants
Conduct
Consultant’s
Conference or
Answer
Written
Questions
Receive and
Evaluate
Technical
Proposals
Develop
Final
Interview &
Ranking of
Consultants
Notify
Consultants
of Results
*Request Cost Proposal & Negotiate
Contract with Top-Ranked
Consultant
Develop
Contract
Initiate A&E
Consultant Audit
Process (Figure
10-2)
Negotiate Contract with Next
Highest Ranked Consultant until
Successful
Evaluate Reference Checks &
Other Information Gathered
Independently
“One-Step, RFP” Method: Request for Proposal followed by Negotiation
(Use when there are few consultants)
“One-Step, RFQ” Method: Request for Qualifications followed by Interviews and Negotiation
(Use when there are many consultants)
“Two-Step, RFQ/RFP” Method: Request for Qualifications followed by Request for Proposal and Negotiation
(Use when scope of work is complex)
Develop
Final
Contract
Execute
Contract
Issue Notice
to Proceed to
Consultant
Administer
Contract
Complete
Project
Conduct
Consultant’s
Conference
or Answer
Written
Questions
Conduct
Consultant’s
Conference
or Answer
Written
Questions
Notify
Consultants
of Short-List
Notify
Consultants
of ShortList
Same as “One-Step
RFQ” Method Same as “One -Step RFP” Method
Receive Conformance
Letter from A&I and
Implement Findings
+ t
y·
,1r +
i-.. ~ I-+ f--. f--+ i-.. f-+ I-+ f--. f.-. f.-. -
1 r
--• ... ~
j ~
~ r • ' . • + • r ---,--___J,__ =-f--. ___. f------. -~ --f-----♦ --i----+ + I -• •
~ i._
t f A t ,1r t
i-. H ~ f.-. ~ ~ f.-. f.-. f.-. • --
Figure 10-4: Consultant Selection Flowchart
Page 23 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
10.1.5 Consultant Selection Using the One-Step RFP Method
Of the three methods discussed, this one is most easily modified for non-A&E consulting
contracts. This procurement procedure usually involves a single step process with issuance of a
request for proposal (RFP) to all interested consultants. For non-A&E consulting contracts, a
cost proposal must be part of the RFP and the selection criteria. For A&E contracts, the cost
proposal is not requested until the consultants have been final ranked based upon their
submitted technical proposal.
Appoint Consultant Selection Committee
A consultant selection committee with a minimum of three members is appointed at the
beginning of the consultant selection process. The committee reviews materials submitted by
consultants, develops a shortlist of qualified consultants, and develops a final ranking of the
most qualified proposals. Representation on the committee includes the Contract Administrator
and subject matter experts from the project’s functional area. The members should be familiar
with the project/segment to be contracted out and with the local agency standards that will be
used in the contract. Participation by a Caltrans district representative is at the option of the
agency and subject to availability of the DLAE staff. Caltrans participation on the interview panel
does not relieve the local agency of its responsibility to ensure that proper procurement
procedures are followed and all requirements are met.
Local agency Contract Administrator ensures that all committee members meet the conflict of
interest requirements (23 CFR 172) by completing and signing a conflict of interest statement
prior to selection process initiation. A sample conflict of interest form is provided in Exhibit 10-T:
Panel Member Conflict of Interest & Confidentiality Statement.
Develop Technical Criteria for Evaluation of Proposals
The Contract Administrator is responsible for developing the technical criteria, and their relative
importance which are used to evaluate and rank the consultant proposals. In-State or local
preference must not be used as factor in the evaluation, ranking, and selection phase. All non-
technical evaluation criteria, including DBE participation, must not exceed 10 percent (23 CFR
172.7(a)(1)(iii)(D)). All price or cost related items which include, but are not limited to, cost
proposals, direct salaries/wage rates, indirect cost rates, and other direct costs are prohibited
from being used as evaluation criteria.
The criteria and relative weights must be included in the RFP, and the same criteria and relative
weights must be used in the evaluation sheets. Failure to include criteria and relative weights
and to use the same criteria and weights during the evaluation will result in the contract costs
being ineligible for federal or state reimbursement. Exhibit 10-B: Suggested Consultant
Evaluation Sheet is a recommended evaluation sheet with criteria and rating points for A&E
consultants, where cost is not used as a rating factor. This format is not mandatory, but it is
recommended in the interest of developing consistency among the hundreds of agencies and
consultants operating in the state. The local agency should consult with the DLAE before
making major changes to the suggested approach.
Develop Schedule for Consultant Selection
Before the contract is advertised, the Contract Administrator completes a contract procurement
schedule including key dates for consultant selection activities. The Contract Administrator
should confirm key dates with all selection committee members before completing the schedule.
Page 24 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Prepare RFP
The information required in an RFP solicitation includes the following:
• Description of project;
• Clear, accurate, detailed Scope of work, technical requirements, and qualifications;
• Services to be performed;
• Deliverables to be provided;
• Procurement schedule;
• Applicable standards, specifications, and policies;
• Schedule of work (including estimated start and end dates of the contract);
• Method of payment, and cost proposal requirements. The cost proposal is submitted in a
separate concealed format. Cost proposals are requested from the highest ranked firm.
If these negotiations are formally terminated, the cost proposal is then requested from
the next highest ranked firm. See Exhibit 10-H: Sample Cost Proposal (Example 3) for
sample cost proposal formats;
• Contract audit and review process requirements (see Section 10.3: A&E Consultant
Audit and Review Process);
• Proposal format and required contents;
• Method, criteria and weighting for selection;
• Requirements for any discussions that may be conducted with three or more of the most
highly qualified consultants following submission and evaluation of proposals;
• Specify contract type;
• Special provisions or contracts requirements;
• A DBE contract goal is specified in the solicitation (see Exhibit 10-I: Notice to Proposers
DBE Information), if a federal-aid contract;
• Consultants acting in a management support role requirements Exhibit 10-U: Consultant
in Management Support Role Conflict of Interest and Confidentiality Statement;
• Protest procedures and dispute resolution process per 2 CFR Part 200.318(k), 2 CFR
172.5(c)(18).
The RFP specifies the content of a proposal, the number of copies required, due date, mailing
address, and a physical address where the submittals may be hand delivered if different from
the mailing address. A minimum of fourteen (14) calendar days is required between the time
the RFP is published and time that proposals must be submitted. More time may be required for
complex contracts or projects.
Items typically required in a technical proposal include:
• Work plan (specify what is to be covered);
• Organizational chart;
• Schedule and deadlines;
Page 25 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
• Staffing plan;
• Proposed Team—complete for prime consultant and all key subconsultants;
• Key personnel names and classifications—key team members identified in the original
proposal/cost proposal must not change (be different than) in the executed contract;
• Staff resumes;
• Names of consultant’s project manager and the individual authorized to negotiate the
contract on behalf of the consulting firm;
• Consultant DBE Commitment document, see Exhibit 10-O1: Consultant Proposal DBE
Commitment;
• References.
Financial Management and Accounting System Requirements
The local agency must ensure that consultant contract solicitation and advertising documents
(RFPs) clearly specify that contracts must not be awarded to a consultant without an adequate
financial management and accounting system as required by 48 CFR Part 16.301-3, 2 CFR Part
200, and 48 CFR Part 31. The local agency must ensure the selected consultants have
adequate financial management systems as required by the applicable federal regulations.
Advertise for Consultants
The solicitation process for consultant services must be by public advertisement, or by any other
public forum or method that assures qualified in-State and out-of-State consultants are given a
fair opportunity to be considered for award of contract. The minimum length of advertisement is
14 calendar days.
Advertisement of the RFP in a major newspaper of general circulation, technical publications of
widespread circulation, professional associations and societies, recognized DBE organizations,
web hosting or clearing houses known for posting government contract solicitations such as
BidSync, Planetbids, or posting the RFP on the local agency’s or other widely used websites are
all acceptable methods of solicitation.
To document website postings, the local agency should retain copies of screen shots displaying
the posted begin/end dates.
Issue/Publish RFP
The local agency must publish the RFP on line and also issue the RFP to all consultants
responding to newspaper advertisement. The local agency must keep a record of all consultants
that have downloaded RFP on line as well as those receiving an RFP through other means, to
ensure that any inquiry responses, addendums, or amendments to the RFP are given to all
consultants that received the RFP.
Conduct Proposer’s Conference or Answer Written Questions
The local agency may allow for clarification of the RFP by inviting submittal of written questions
or by conducting a proposer’s conference, or by doing both. The local agency must publish or
mail their responses to any written questions to all consultants receiving the RFP. No response
should be given to verbal questions. It is important that all competing consultants receive the
same information. If a proposer’s conference is to be held, the exact time and place must be
Page 26 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
specified in the RFP. Attendance at a proposer’s conference normally is not mandatory.
However, consultants not attending the conference do not receive notes from the meeting
unless they request the notes.
Receive and Evaluate Technical Proposals
The Contract Administrator must verify that each proposal contains all of the forms and other
information required by the RFP. If all required information is not provided, a proposal may be
considered nonresponsive and rejected without evaluation. Late submittals, submittals to the
wrong location, or submittals with inadequate copies are considered nonresponsive and must
be rejected. Submittal of additional information after the due date must not be allowed.
Documentation of when each proposal was received must be maintained in the project files.
Copies of date stamped envelope covers or box tops are recommended. The members of the
consultant selection committee must evaluate each proposal according to the technical criteria
listed in the RFP. Minimum of three proposals must be received and evaluated. If only two
proposals are received, a justification must be documented to proceed with the procurement.
The justification should state that the solicitation did not contain conditions or requirements that
arbitrarily limited competition per 23 CFR 172(a)(1)(iv) (D) and competition is determined to be
inadequate and it is not feasible or practical to re-compete under a new solicitation per 23 CFR
172(a)(3)(iii)(C). If only one proposal is received, a Non-Competitive process must be justified
and a Public Interest Finding (PIF) must be documented and signed by the DLAE. In either
case, the re-advertisement of the RFP should be considered as an option.
The committee must also evaluate reference checks and other information gathered
independently. Reference checks must be completed and other information gathered before the
interviews are conducted. If necessary, the results of the reference checks or other information
may be discussed with the highest ranked qualified consultants at the interviews.
Develop Final Ranking and Notify Consultants of Results
The selection committee evaluates each proposal; interviews the three or more highest ranked
consultants (short listed) if noted in solicitation; and develops a final ranking of the highest
ranked consultants. All consultants that submitted proposals must be informed about the final
ranking of consultants. It is important that all competing consultants receive the same
information.
Most consultants will request information as to why they were not the highest ranked. The local
agency may have an established procedure adopted for conducting debriefings but may also
consider the following: The selection committee should keep notes as to why a particular
consultant was not selected. When a consultant requests debriefing, the reasons for not being
selected must be objective reasons. The consultant should not be compared to others and
should not be provided with information about other consultants during this debriefing. Normally,
the Contract Administrator does the debriefing; however, any member of the selection
committee may be designated to do the debriefing.
Negotiate Contract with Top-Ranked Consultant
Cost proposal (for both Prime and all Subconsultant), and contract audit and review documents
such as Exhibit 10-K: Consultant Certification of Contract Costs and financial Management
System of Costs and Financial Management System and Exhibit 10-A: A&E Consultant
Financial Document Review Request and Checklist, whichever is applicable (see Section
10.1.3: A&E Consultant Audit and Review Process) should be submitted in a separate sealed
Page 27 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
envelope. Typically, the cost proposals are submitted by the short-listed consultants only, at
time of interview. However, if time is of the essence and it can be justified, or if no interviews are
planned, the cost proposal can be requested from all consultants with their technical proposal.
The cost proposal for the most qualified consultant will be opened and used to begin
negotiations. If agreement cannot be reached, then negotiations proceeds to the next most
qualified consultant. Each consultant’s cost proposal must remain sealed until negotiations
commence with that particular consultant. The goal of negotiations is to agree on a final contract
that delivers the services, or products required at a fair and reasonable cost to the local agency.
At the completion of successful cost negotiations, all remaining sealed envelopes containing
cost proposals must be returned to consultants.
Cost proposals in electronic form must be submitted separately from the RFP and contained in
a secure database that is inaccessible to the members involved in the A&E consultant contract
procurement process. Only the cost proposal of the most qualified consultant will be requested
to be sent to the members. Cost proposals of unsuccessful consultants are confidential and
must not be opened by the local agency or any private entity that the local agency uses to store
the cost proposals. Any concealed cost proposals of the unsuccessful consultants must be
returned unopened or properly disposed of in accordance with the local agency’s written policies
and procedures.
The independent cost estimate, developed by the local agency in advance of requesting a cost
proposal from the top-ranked consultant, is an important basis and tool for negotiations or
terminating unsuccessful negotiations with the most qualified consultant. Items necessary for
the independent cost estimate include, hours/detailed work, direct labor costs, indirect labor
costs, other direct costs, and profit/fee. Agencies must retain documentation of how the cost
estimate was developed. It can be revised, if needed, for use in negotiations with the next most
qualified consultant. A contract audit and review may be required (see Section 10.1.3: A&E
Consultant Audit and Review Process in this chapter). Local agency Contract Administrator
ensures that all required documentations are provided to Caltrans IOAI within 10 days of written
request, including all documents for a Financial Review, if applicable. Caltrans IOAI will not
proceed with a Financial Document Review until all required documentation is completed
correctly and submitted. Negotiations should be finalized after addressing all deficiencies noted in
the Caltrans IOAI Financial Review Letter if applicable. An indirect cost audit may be performed
within the record retention period of the contract.
Items typically negotiated include:
• Work plan;
• Schedule and deadlines (for deliverables and final duration of contract);
• Products to be delivered;
• Classification, wage rates, and experience level of personnel to be assigned;
• Cost items, payments, and fees. Fee is required to be negotiated as a separate
element;
• Hours, level of effort by task and/or classification.
The consultant’s ICR is not a negotiable item. A lower rate cannot be negotiated by the local
agency. The local agency and the consultant will agree on the final cost proposal and
incorporate into final contract. Retain all documentation related to negotiations.
Page 28 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Before executing the consultant contract, the local agency must review contract to ensure that
all federal and state requirements have been met (see A&E Consultant Procurement Checklist:
https://dot.ca.gov/programs/local-assistance/environmental-and-other-policy-issues/consultant-
selection-procurement) and adjustment or denial of ICR as identified in the Financial Review
Letter has been included in the final cost proposal, if applicable.
Prior to contract award, or after contract award but no later than the first invoice, the local
agency must submit a completed Exhibit 10-C for all new or amended federal funded A&E
consultant contracts using the database at
http://dlaaeoversight.dot.ca.gov/fmi/webd/Exhibit%2010-C (please use Firefox or Chrome if not
supported by your browser).
If there are any changes requiring an amendment to the contract after submittal of Exhibit 10-C,
the local agency must submit an updated Exhibit 10-C and all contract amendments to
http://dlaaeoversight.dot.ca.gov/fmi/webd/Exhibit%2010-C. Submission of Exhibit 10-C to
Caltrans HQ is not required for non-A&E consultant contracts.
10.1.6 Consultant Selection Using the One-Step RFQ Method
The RFQ method is used when the services being procured are specialized, or the scope of
work is defined broadly and may include multiple projects.
Appoint Consultant Selection Committee
A consultant selection committee with a minimum of three members is appointed at the
beginning of the consultant selection process. The committee reviews and scores the materials
submitted by consultants in response to the RFQ, develops a shortlist of qualified consultants,
interviews those consultants, and develops a final ranking of the most qualified consultants.
Representation on the committee includes the Contract Administrator and subject matter
experts from the project’s functional area. The members should be familiar with the scope of
work to be contracted out and with the local agency standards that will be used in the contract.
Participation by a Caltrans district representative is at the option of the local agency and subject
to the availability of the DLAE staff. Caltrans participation on the interview panel does not relieve
the local agency of its responsibility to ensure that proper procurement procedures are followed
and all requirements are met.
Local agency Contract Administrator ensures that all committee members meet the conflict of
interest requirements (23 CFR 172) by completing and signing a conflict of interest statement
prior to selection process initiation. A sample conflict of interest form is provided in Exhibit 10-T:
Panel Member Conflict of Interest & Confidentiality Statement.
Develop Technical Criteria for Evaluation of Qualifications
The Contract Administrator is responsible for developing the technical criteria, and their relative
importance which are used to evaluate and rank the consultant qualifications. The criteria and
relative weights must be included in the RFQ, and the same criteria and relative weights must
be used in the evaluation sheets. Failure to include criteria and relative weights and to use the
same criteria and weights during the evaluation will result in the contract costs being ineligible
for federal or state reimbursement. Exhibit 10-B: Suggested Consultant Evaluation Sheet is a
recommended evaluation sheet with criteria and rating points for A&E consultants, where cost is
not used as a rating factor. This format is not mandatory, but it is recommended in the interest
Page 29 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
of developing consistency among the hundreds of agencies and consultants operating in the
state. The local agency should consult with the DLAE before making major changes to the
suggested approach.
Develop Schedule for Consultant Selection
Before a contract is advertised, the Contract Administrator completes a contract procurement
schedule including key dates for consultant selection activities. The Contract Administrator
should confirm target dates with all selection committee members before completing the
schedule.
Prepare RFQ
As a minimum, the RFQ generally includes the following:
• General description of the services or project(s);
• Scope of work;
• Schedule of work (including contract begin and end dates);
• Method of payment, and cost proposal requirements. The cost proposal is submitted in a
separate sealed envelope. See Exhibit 10-H: Sample Cost Proposal for sample cost
proposal formats;
• Contract audit and review process requirements (see Section 10.1.3: A&E Consultant
Audit and Review Process);
• Statement of Qualification (SOQ) format and required content to be submitted;
• Method and criteria and weights for selection;
• A DBE contract goal is specified in the solicitation (see Exhibit 10-I: Notice to Proposers
DBE Information), if a federal-aid contract;
• Consultants acting in a management support role requirements Exhibit 10-U: Consultant
in Management Support Role Conflict of Interest and Confidentiality Statement; Protest
procedures and dispute resolution process per 2 CFR Part 200.318(k).
The RFQ specifies the content of the SOQ, the number of copies required, due date, mailing
address, and a physical address where the submittals may be hand delivered if different from
the mailing address. Two to four weeks is usually allowed between the time the RFQ is
published and time that SOQs must be submitted. More time may be required for complex
contracts or scope of work.
Items typically required in a statement of qualification include:
• Qualifications of key personnel (including consultant project manager) proposed for the
contract. Key team members identified in the original proposal/cost proposal must not
change (be different than) in the executed contract;
• Staff resumes;
• Related projects that key personnel have worked on;
• Qualifications/experience of the firm;
• Organizational chart;
Page 30 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
• Forecast or Schedule of work;
• Consultant DBE Commitment document, see Exhibit 10-O1: Consultant Proposal DBE
Commitment;
• References.
Financial Management and Accounting System Requirements
The local agency must ensure that Consultant contract solicitation and advertising documents
(RFQs) clearly specify that contracts must not be awarded to a consultant without an adequate
financial management and accounting system as required by 48 CFR Part 16.301-3, 2 CFR Part
200, and 48 CFR Part 31. The local agency must ensure the selected consultants have
adequate financial management systems as required by the applicable federal regulations.
Advertise for Consultants
The solicitation process for consultant services must be by public advertisement or any other
public forum or method that assures qualified in-State and out-of-State consultant are given a
fair opportunity to be considered for award of contract. The RFQ must contain sufficient project
work information, so that interested consultants can submit an appropriate SOQ.
Advertisements for RFQ may take one of two approaches. The most common is an
advertisement or publication of the RFQ in a major newspaper of general circulation, technical
publication of widespread circulation, professional associations and societies, recognized DBE
organizations, web hosting or clearing houses known for posting contract solicitations such as
Bid Sync, PlanetBids, or posting the RFQ on other widely used websites. To document website
postings, the local agency should retain copies of screen shots displaying the posted begin/end
dates.
In the second approach, the local agency advertises the availability of the RFQ in a major
newspaper of general circulation, technical publications of widespread circulation, professional
associations and societies, recognized DBE organizations, or through a web hosting or clearing
houses known for posting contract solicitations such as BidSync or PlanetBids, and requests
that interested consultants send a letter of interest to the local agency for the RFQ. The RFQs
must then be sent to those firms who indicated interest in the RFQ. In some cases, it may be
desirable to advertise nationwide for a particular project or service. This approach provides a
registry for firms who received the RFQ and therefore facilitates the broadcast of any revisions
or addenda to the RFQ, if necessary.
Issue/Publish RFQ
The local agency must publish the RFQ online and also issue the RFQ to all consultants
responding to newspaper advertisement. The local agency must keep a record of all consultants
that have downloaded the RFQ on line as well as those receiving an RFQ through other means,
to ensure that any inquiry responses, addendums, or amendments to the RFQ are given to all
consultants that received the RFQ.
Receive/Evaluate Statements of Qualifications and Develop Shortlist
The first step in the evaluation process is to determine that each SOQ contains all forms and
other information required by the RFQ. Otherwise, the submittals may be considered
nonresponsive and rejected without evaluation. Late submittals, submittals to the wrong
location, and submittals with inadequate copies are considered nonresponsive and must be
Page 31 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
rejected. Submittal of additional information after the due date must not be allowed.
Documentation of when each proposal was received must be maintained in the project files.
Copies of date stamped envelope covers or box tops are recommended.
Minimum of three proposals must be received and evaluated. If only two proposals are received,
a justification must be documented to proceed with the procurement. If only one proposal is
received, a Non-Competitive process must be justified and a Public Interest Finding (PIF) must
be documented and signed by the DLAE. In either case, the re-advertisement of the RFP should
be considered as an option.
The consultant selection committee reviews the submitted SOQ according to the published
evaluation criteria and weighting factors. The committee makes an independent random check
of one or more of the consultant’s references. This check applies to major subconsultants also.
The committee establishes a shortlist of consultants who are considered to be best qualified to
perform the contract work. The shortlist includes enough qualified consultants to ensure that at
least three consultants are interviewed.
Notify Consultants of Shortlist
All consultants that submitted an SOQ must be notified of the results of the review. The
notification also identifies those consultants (short list) that will be requested to attend interviews
if interviews were an option in the solicitation. Most consultants will request information as to
why they were not placed on the shortlist. Therefore, the selection committee should keep notes
why a particular consultant was not selected for the shortlist. When a consultant requests a
debriefing, the reasons given for not being selected must be objective reasons. Consultants
should not be compared with each other during the debriefing. Normally, the Contract
Administrator does the debriefing; however, any member of the selection committee may be
designated to do the debriefing.
Interview Top-Ranked Consultants
Each consultant to be interviewed is given a copy of the draft of the proposed contract, defining
the detailed scope of work, and/or description of required services, and other information. This
should be sent with the initial notification of the interview.
Between the time of the notification of the shortlist and interviews, the local agency may answer
any questions concerning the scope of work to be contracted out, if not done earlier during the
solicitation. In addition, the local agency may conduct additional reference checks for each
consultant to be interviewed. Consultants should submit their questions about the RFQ and
receive their answers from the local agency in writing. It is required that all consultants on the
shortlist receive the questions and answers and are given the same information.
The committee should evaluate reference checks and other information that is gathered
independently. Reference checks must be completed and other information gathered before the
interviews are conducted. If necessary, the results of the reference checks and other
information may be discussed with the consultant at the interview.
Interviews are to be structured and conducted in a formal manner. Each consultant must be
allowed the opportunity to make a presentation if desired; however, a time limit should be
specified. Interview questions are prepared in advance.
Two types of questions may be asked:
• Questions that are to be asked of all competing consultants, and
Page 32 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
• Questions relating to each specific consultant, based upon the reference
checks, and the strengths and weaknesses identified during evaluation of the
SOQ
The agency can request competing consultants to bring additional information or examples of
their work to the interviews; if the additional information facilitates the interview or evaluation
process. Additional information requested should be kept at a minimum, that is, only information
required to select the most qualified consultant for the contract. The selection committee or local
agency must not gather additional information concerning the consultants after the interviews
are completed.
Develop Final Ranking and Notify Consultants of Results
All consultants interviewed must be informed about the final ranking of consultants. It is
important that all competing consultants receive the same information.
Most consultants will request information as to why they were not selected as the most qualified.
Therefore, the selection committee should keep notes as to why a particular consultant was not
selected. When a consultant requests debriefing, the reasons for not being selected must be
objective. Consultants should not be compared with each other or provided with information
about other consultants during the debriefing.
Normally, the Contract Administrator does the debriefing; however, any member of the selection
committee may be designated to do the debriefing. The next two sections provide guidance
when the RFQ is solicited for specialized services and additional information is required prior to
cost negotiations with consultant. For on-call contracts, skip the next two sections and begin
Negotiation phase.
Conduct Scoping Meeting
The Contract Administrator meets with the first-ranked consultant’s project manager to review
the project, and to ensure that the consultant has a complete understanding of the work that is
required. The consultant is shown as much material as is available regarding the project. Any
technical questions regarding the project are answered for the consultant.
Request Cost Proposal
The first-ranked consultant is asked to provide a cost proposal to perform the work described in
the draft contract and discussed at the scoping meeting. The work is to be performed according
to the conditions described in the draft contract using the payment method described therein.
Alternatively, if time is of the essence and it can be justified, sealed cost proposals may be
requested from all of the consultants on the shortlist.
If the contract involves more than one project, the consultant must provide a separate cost
proposal for each project in addition to a summary cost proposal for the total contract. If the
contract involves milestones, the consultant must furnish a separate cost proposal for each
milestone with a summary cost proposal for the total costs. If the contract involves
subconsultants, the prime consultant must include a separate cost proposal for each
subconsultant. Each subconsultant’s cost proposal must follow the same format as the prime
consultant’s cost proposal.
Page 33 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Negotiate Contract with Top-Ranked Consultant
Cost proposal (for both Prime and all Subconsultant), and contract audit and review documents
such as Exhibit 10-K: Consultant Certification of Contract Costs and Financial Management
System and Exhibit 10-A: A&E Consultant Financial Document Review Request and Checklist,
whichever applicable (see Section 10.1.3: A&E Consultant Audit and Review Process) will be
submitted in a separate sealed envelope. Typically, the cost proposals are submitted by the
short-listed consultants only, at time of interview. However, if time is of the essence and it can
be justified, or if no interviews are planned, the cost proposal can be requested from all
consultant with their statements of qualification.
After the top-ranked consultant submits a sealed cost proposal, the local agency reviews the
cost proposal and compares it with the local agency’s confidential detailed independent cost
estimate and enters into negotiations. The goal of negotiation is to agree on a final contract that
delivers to the local agency the services or products required at a fair and reasonable cost. The
independent cost estimate, developed by the local agency in advance of requesting a cost
proposal from the top-ranked consultant, is an important basis and tool for negotiations.
Negotiations should commence with the most qualified consultant. If agreement on a fair and
reasonable price cannot be reached, negotiations should then be formally terminated.
Negotiations then proceed to the next most qualified consultant, and so on. Each consultant’s
cost proposal must remain sealed until negotiations commence with that particular consultant.
At the completion of successful cost negotiations, all remaining sealed envelopes containing
cost proposals must be returned to consultants.
Cost proposals in electronic form must be submitted separately from the RFQ and contained in
a secure database that is inaccessible to the members involved in the A&E consultant contract
procurement process. Only the cost proposal of the most qualified consultant will be requested
to be sent to the members. Cost proposals of unsuccessful consultants are confidential and
must not be opened by the local agency or any private entity that the local agency uses to store
the cost proposals. Any concealed cost proposals of the unsuccessful consultants must be
returned unopened or properly disposed of by permanently deleting the cost proposals in
accordance with local agency’s written policies and procedures.
A contract audit and review may be required (see Section 10.1.3: A&E Consultant Audit and
Review Process earlier in this chapter). Local agency Contract Administrator is responsible for
the submittal of all required documentations to Caltrans IOAI in a timely fashion, including all
documents for a Financial Review, if applicable. Caltrans IOAI will not proceed with a Financial
Review until all required documentation is completed correctly and submitted. Negotiations may
be completed after receipt of the Caltrans IOAI Financial Review Letter. An indirect cost audit
may be performed within the record retention period of the contract.
The items typically negotiated include:
• Work plan;
• Staffing plan;
• Schedule (including contract begin and end dates);
• Products to be delivered;
• Classification, wage rates, and experience level of personnel to be assigned;
Page 34 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
• Cost items, payments and fee. Fee is required to be negotiated as a separate
element.
The consultant’s ICR is not a negotiable item. A lower rate cannot be negotiated by the local
agency. For on-call contracts, typically a price agreement is reached based on specific rate of
compensation for the term of the contract. The subsequent task orders (or mini agreements for
individual project work) is negotiated based on cost plus fee, or lump sum, which is derived from
the wage rates agreed upon earlier for the on-call contract.
Before executing the consultant contract, the local agency must review contract to ensure that
all federal and state requirements have been met (see A&E Consultant Procurement Checklist
at https://dot.ca.gov/programs/local-assistance/environmental-and-other-policy-
issues/consultant-selection-procurement), and receive Caltrans IOAI’s Financial Review
acceptance letter, if applicable.
Prior to contract award, or after contract award but no later than the first invoice, the local
agency must submit a completed Exhibit 10-C for all new or amended federal funded A&E
consultant contracts using the database at
http://dlaaeoversight.dot.ca.gov/fmi/webd/Exhibit%2010-C (please use Firefox or Chrome if not
supported by your browser).
If there are any changes to the contract after submittal of Exhibit 10-C, the local agency must
submit an updated Exhibit 10-C and all contract amendments to
http://dlaaeoversight.dot.ca.gov/fmi/webd/Exhibit%2010-C. Submission of Exhibit 10-C to
Caltrans HQ is not required for non-A&E consultant contracts.
10.1.7 Consultant Selection Using the Two-Step RFQ/RFP Method
Combined RFQ and RFP
Selecting consultants using the Two-Step RFQ/RFP method requires combining certain steps
from each of the other two methods previously described. The consultants are rated based upon
both their qualifications and their technical proposals. This procurement procedure involves a
two-step process with issuance of a request for qualifications (RFQ) whereby responding
consultants are evaluated and ranked based on qualifications and an RFP is then provided to
three or more of the most highly qualified consultants. The two-step method leads to an
executed project specific contract.
A different process may also be used that includes assessing minimum qualifications of
consultants to perform services under general work categories or areas of expertise through a
prequalification process whereby annual statements of qualifications and performance data are
encouraged. These consultants are not ranked, and an RFP must be submitted to the entire list
for evaluation and consideration. Regardless of any process utilized for prequalification of
consultants or for an initial assessment of a consultant's qualifications under a RFQ, a RFP
specific to the project, task, or service is required for evaluation of a consultant's specific
technical approach and qualifications.
The initial steps in this method (up to the development and notification of the shortlist) are
similar to the steps followed when using the One-Step RFQ method. At this point, the
consultants from the shortlist are issued an additional RFP. The remaining steps are the same
as the later steps followed in the One-Step RFP method. The combination of these steps is
indicated in Figure 10-4: Consultant Selection Flowchart. Because it is a combination of the
Page 35 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
One-Step RFQ and One-Step RFP methods, this method of consultant selection requires more
work and time than the other two methods. Consequently, the combined RFQ/RFP method is
recommended for use only when the scope of work is not clearly known, very complex or
unusual.
The Two-Step RFQ/RFP is also well suited for procuring multiple on-call contracts through a
single solicitation. The outcome of the first step RFQ will be multiple contracts, or on-call list of
consultants. For multiple on-call contracts, project work will be procured thru subsequent
competition or mini-RFPs amongst the on-call consultants. The mini-RFP or the task order will
be negotiated with first ranked firm from each competition. Task order (mini-RFP) cost will be
based on wage rates established in the master on-call contract, and the time and deliverable
requirements in the task order.
Local agencies may also use this method to:
1. Develop and maintain a pre-qualified file/list of consultant firms by specific work
categories or areas of expertise. This list includes all consultants that meet the minimum
published pass/fail requirements. The pre-qualified list can be updated annually or at
least every two years and must be maintained by the agency. This list has not gone
through the evaluation process.
2. Create a short list of evaluated and ranked consultants that leads to executed contracts
The mini-RFP contains evaluation criteria that matches the strengths of the qualified firms to the
specifics of the known tasks, thereby selecting the most qualified firm for each task. The
evaluation can include: availability of personnel, staff capabilities, DBE (10% or less of overall
score), completion time, experience of consultant, specialized expertise, and past performance.
The overall DBE goal was established at the master on-call contract.
Because it is a combination of the One-Step RFQ and One-Step RFP methods, this method of
consultant selection requires more work and time than the other two methods. Consequently,
the combined RFQ/RFP method is recommended for use when the scope of work is very
complex or unusual.
Categorize work
Descriptions of the categories of work, deliverables and the minimum qualification standards for
each category must be clearly identified.
The local agency may prequalify consulting firms in the following (or more) categories:
• Roadway Design
• Bridge Design
• Bridge Inspection
• Traffic Engineering
• Environmental Services
• Roadway Construction Inspection and Administration
• Landscape Architecture
• Land Surveying
Page 36 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
• Intelligent Transportation System (ITS)
• Federal–aid Highway Project Development Support Services
Establish Minimum Qualifications
In an effort to ensure quality performance and results, a consultant should be required to meet
certain minimum qualifications to be eligible for consideration in the pre-qualification process.
General criteria guidelines should be established for consultant selection for a pre-qualified list.
The criteria may be established by an individual or a panel of subject matter experts for the
specific task of developing the criteria. Some agencies also establish appropriate weights for
each criterion. It may be necessary to modify the criteria to fit specific cases. When a RFQ is
published, it should state the criteria that will be used in the selection process.
Criteria for evaluating statements of qualifications, may include but are not limited to:
• Special expertise and experience of the firm’s key employees
• Proposed staffing (include number of licensed and specialized staff) for the project and
previous experience of those identified
• Experience of the firm and their personnel on previous projects similar to the one under
consideration
• Consultant DBE Commitment document (see Exhibit 10-O1)
• Professional references by the firm with the local agency
• Understanding of the project by the firm as demonstrated by their approach to organizing
and management of the work
• Current workload of the firm and their ability to meet the proposed project schedule
• Quality of previous performance by the firm with the local agency
• Use of sub-consultants to accomplish work on the project
• Equipment the firm has available and proposes to use as compatibility with Computer-
Aided Drafting and Design (CADD) and other equipment proposed to be used in
accomplishing the work
• Familiarity with federal, state, and local codes, requirements, standards, and procedure
• Examples of minimum qualifications for work categories above are provided here based
on Caltrans best practices
Issue RFQ
The need for services of a consulting firm may be advertised in appropriate national, state, and
local publications and web sites. Notices can also be sent to firms known to be qualified to do
specific work, to professional societies, and to recognized Disadvantaged Business Enterprises
(DBE) organizations. The advertisements and notices seek statements of interest and
qualifications from consultants who are interested in the project. The DBE goal is established at
the master on-call contract and included in the solicitation document.
The SOQ should list consulting firm details, names of principals, office locations, personnel by
discipline, project experience and examples, current workload, types of service the firms are
Page 37 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
qualified to perform, and previous performance. Also, resumes of key persons, specialists, and
other associates that may be assigned to the project or projects should be included. This
information should be the basis for evaluating and placing a consulting firm on a general pre-
qualification list.
Federal regulations require that any procedures related to pre-qualifying consultant cannot
restrict competition.
Pre-qualification of consultants may be allowed as a condition for submitting a technical
proposal for a contract only if the period between the date of the issuance of the RFP and the
deadline for submitting a technical proposal affords sufficient time to enable a consultant to
obtain pre-qualification status.
Another practice is to qualify consultants on a project-by-project basis. This is accomplished for
some agencies by advertising or publishing notices in national, state, and local publications for
needed services for specific, individual projects. These notices include a precise project
location, a defined preliminary scope of services to be performed, a specific schedule within
which the work is to be completed, and a list of products and deliverables to be provided by the
consultant. Specific project advertisements usually are published when the proposed project is
large and complex, in-house resources are not available, special expertise is required, or the
objectivity of an outside authority is desired.
Appropriate Federal-aid requirements should be complied with on Federal-aid projects.
Set-Up Evaluation Process
The first step in the evaluation process is to determine that each SOQ contains all forms,
qualifications and other information required by the RFQ. Otherwise, the submittals may be
considered nonresponsive and rejected without evaluation. Documentation of when each SOQ
was received must be maintained in the project files. Copies of date stamped envelope covers
or box tops are recommended.
If all required information is not provided, a SOQ may be considered nonresponsive and
rejected without evaluation. Late submittals, submittals to the wrong location, or submittals with
inadequate copies are considered nonresponsive and must be rejected. Submittal of additional
information after the due date must not be allowed.
Local agency must establish a process by which SOQs are evaluated and consultants who are
deemed meeting the minimum qualifications are accepted and placed on a per-qualified list.
Whether the Local agency has a “committee” of experts evaluating the SOQs or individuals
responsible for the evaluation, the process must be well defined, open and transparent. The
pre-qualification process must also allow for consultants to be re-evaluated in cases of denials.
The local agency must specify how long the pre-qualified list last, not to exceed two years.
Federal regulation recommends refreshing the SOQs on an annual basis.
Local agency Contract Administrator ensures that all committee members meet the conflict of
interest requirements (23 CFR 172) by completing and signing a conflict of interest statement
prior to selection process initiation. A sample conflict of interest form is provided in Exhibit 10-T.
Evaluate Qualifications and Add Firm to List
All SOQs received should first be reviewed for completeness. Each response must contain all
required forms and any other information requested in the advertisement. The response may be
Page 38 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
considered incomplete and rejected without further evaluation if all required information is not
provided or if the submittal is late.
The qualifications of all responding firms are then reviewed according to established evaluation
criteria or factors. The agency then establishes a short list of at least three consultants that are
determined to be the most highly qualified to perform the required work. Firms not selected
should be notified in writing.
Maintain List
Pre-qualification of a consultant expires in two years. Pre-qualified consultants must renew their
pre-qualification status every two years. Firms can apply to be on the list at any time. After a
period of two years, firms should re-apply (repeat the process of submitting SOQs) to be on the
list. In addition to the required two-year renewal process, the consultant should also be required
to update the firm’s organizational structure within one year when there is a corporate/affiliate
change, ownership control, type of work expertise, capacity, or any other major change.
If the consultant does not meet the minimum requirements and their SOQ is rejected, the
committee must respond to the consultant explaining the reason for their rejection. The
consultant is allowed to reapply to be on the list again provided the reasons for rejection are
corrected.
The list of qualified firms can be maintained online through the agency’s website. Firms can also
apply to be on the list through the agency website for ease of operation.
Issue RFP to Pre-Qualified Consultants on List
An RFP is sent to the short-listed firms. The RFP should indicate the content of the technical
proposal, technical review procedures, anticipated schedule of activities, scope of work, project
description, where the technical proposals are to be delivered, the number of copies required,
and the due date.
Some agencies receive the technical proposal orally as part of an interview conducted for this
purpose. In these cases, written documentation may not be required.
Items typically required in a technical proposal include:
• Work plan
• Organization plan
• Schedule for meeting time frame
• Available computer equipment and programs
• Staffing plan and resumes including sub-consultants
• Pre-award audit/financial package information (if deemed appropriate)
• Examples of similar work previously completed
• Sub-consultants, DBE, their proposed participation, and other related information
Conduct Proposer’s Conference or Answer Written Questions
The local agency may allow for clarification of the RFP by inviting submittal of written questions
or by conducting a proposer’s conference, or by doing both. The local agency must publish or
mail their responses to any written questions to all consultants receiving the RFP. No response
Page 39 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
should be given to verbal questions. It is important that all competing consultants receive the
same information. If a proposer’s conference is to be held, the exact time and place must be
specified in the RFP. Attendance at a proposer’s conference normally is not mandatory.
However, consultants not attending the conference do not receive notes from the meeting
unless they request the notes.
Receive and Evaluate Technical Proposals
The Contract Administrator must verify that each technical proposal contains all forms and other
information required by the RFP. If all required information is not provided, a technical proposal
may be considered nonresponsive and rejected without evaluation. Late submittals, submittals
to the wrong location, or submittals with inadequate copies are considered nonresponsive and
must be rejected. Submittal of additional information after the due date must not be allowed.
Documentation of when each technical proposal was received must be maintained in the project
files. Copies of date stamped envelope covers or box tops are recommended.
A consultant selection committee with a minimum of three members is appointed at the
beginning of the consultant selection process. The members of the consultant selection
committee must evaluate each technical proposal according to the technical criteria listed in the
RFP. A minimum of three technical proposals must be received and evaluated.
If only two technical proposals are received, a justification must be documented to proceed with
the procurement. If only one technical proposal is received, a Non-Competitive process must be
justified and a Public Interest Finding (LAPM Exhibit 12-F) must be documented. In either case,
the re-advertisement of the RFP should be considered as an option.
The committee must also evaluate reference checks and other information gathered
independently. Reference checks must be completed and other information gathered before the
interviews are conducted. If necessary, the results of the reference checks or other information
may be discussed with the highest ranked qualified consultants at the interviews.
Develop Final Ranking and Notify Consultants of Results
The selection committee discusses and documents the strengths and weaknesses of each
technical proposal, interviews the three or more highest ranked consultants (shortlisted), and
develops a final ranking of the highest ranked consultants. All consultants that submitted
technical proposals must be informed about the final ranking of consultants. It is important that
all competing consultants receive the same information.
Most consultants will request information as to why they were not the highest ranked. Therefore,
the selection committee should keep notes as to why a particular consultant was not selected.
When a consultant requests debriefing, the reasons for not being selected must be objective
reasons. The consultant should not be compared to others and should not be provided with
information about other consultants during this debriefing. Normally, the Contract Administrator
does the debriefing; however, any member of the selection committee may be designated to do
the debriefing.
Request Cost Proposal and Negotiate Contract with Top-Ranked Consultant
The first-ranked consultant is asked to provide a cost proposal to perform the work described in
the draft contract and discussed at the scoping meeting. The work is to be performed according
to the conditions described in the draft contract using the payment method described therein.
Page 40 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Alternatively, if time is of the essence and it can be justified, sealed cost proposals may be
requested from all of the consultants on the shortlist.
If the contract involves more than one project, the consultant must provide a separate cost
proposal for each project in addition to a summary cost proposal for the total contract. If the
contract involves milestones, the consultant must furnish a separate cost proposal for each
milestone with a summary cost proposal for the total costs. If the contract involves
subconsultants, the prime consultant must include a separate cost proposal for each
subconsultant. Each subconsultant’s cost proposal must follow the same format as the prime
consultant’s cost proposal.
Cost proposal (for both prime and all subconsultants) and contract audit and review documents,
such as Exhibit 10-K and Exhibit 10-A, whichever applicable (see Section 10.1.3: A&E
Consultant Audit and Review Process), will be submitted in a separate sealed envelope.
After the top-ranked consultant submits a sealed cost proposal, the local agency reviews the
cost proposal and enters into negotiations. The goal of negotiation is to agree on a final contract
that delivers to the local agency the services or products required at a fair and reasonable cost.
The independent cost estimate, developed by the local agency in advance of requesting a cost
proposal from the top-ranked consultant, is an important basis and tool for negotiations.
Negotiations should commence with the most qualified consultant. If agreement on a fair and
reasonable price cannot be reached, negotiations should then be formally terminated.
Negotiations then proceed to the next most qualified consultant, and so on. Each consultant’s
cost proposal must remain sealed until negotiations commence with that particular consultant.
At the completion of successful cost negotiations, all remaining sealed envelopes containing
cost proposals must be returned to consultants.
A contract audit and review may be required (see Section 10.1.3: A&E Consultant Audit and
Review Process). The local agency Contract Administrator is responsible for the submittal of all
required documentations to Caltrans IOAI in a timely fashion, including all documents for a
Conformance Review, if applicable. Negotiations may be completed after receipt of the Caltrans
IOAI Conformance Letter. An indirect cost audit may be performed within the record retention
period of the contract.
Items typically negotiated include:
• Work plan
• Schedule and deadlines (for deliverables and final duration of contract)
• Products to be delivered
• Classification, wage rates, and experience level of personnel to be assigned
• Other Direct Cost items, and profit or fee
The consultant’s ICR is not a negotiable item. A lower rate cannot be negotiated by the local
agency.
The local agency and the consultant will agree on the final cost proposal and incorporate into
final contract.
Before executing the consultant contract, the local agency must review contract to ensure that
all federal and state requirements have been met (see A&E Consultant Procurement Checklist
Page 41 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
at https://dot.ca.gov/programs/local-assistance/environmental-and-other-policy-
issues/consultant-selection-procurement).
10.1.8COMPLETING THE PROJECT
Develop the Final Contract
The Contract Administrator requests a revised cost proposal from the consultant after:
(1)negotiations have been completed, (2) the local agency and consultant have agreed to a fair
and reasonable price, and (3) a letter, if applicable, is released by Caltrans IOAI that accepts,
denies or makes an adjustment to the proposed ICR. The Contract Administrator should review
the revised cost proposal to ensure that all the items and changes discussed during negotiation
were included. This revised cost proposal then becomes the final cost proposal, is attached to
and made a part of the consultant contract. Sample contract language and format have been
included as Exhibit 10-R: A&E Boilerplate Agreement Language.
The Contract Administrator has responsibility to ensure that the final negotiated contract is
complete and has verified that all required backup documents have been provided. Copies of
the contract are sent to the consultant for signature first.
Review and Approval of Contracts
Proposed contracts for consultant services (including subcontracted work) must be reviewed by
the local agency to verify that:
• Compensation is fair and reasonable and includes prevailing wage rates, if applicable;
• Work activities and schedules are consistent with the nature and scope of the project;
• DBE goal Exhibit 10-O2: Consultant Contract DBE Commitment is included for all
contracts regardless of goal.;
• Exhibit 10-K: Consultant Certification of Contract Costs and Financial Management
System (for Prime and Subs), and Exhibit 10-A: A&E Consultant Financial Document
Review Request and Checklist and all supporting documents, if applicable (contracts
above $150,000), have been submitted to Caltrans IOAI;
• If applicable, adjustment or denial of the ICR identified in the Financial Review Letter
have been included in the final cost proposal;
• Exhibit 10-C: A&E Consultant Contract Database must be used to ensure that required
documentation has been provided;
• A cost proposal (see Exhibit 10-H: Sample Cost Proposal), must include the costs of
materials, direct salaries, payroll additions, other direct costs, indirect costs, fees, and
backup calculations.
Before approving a contract for consulting services, the Contract Administrator must be satisfied
that the consultant’s organization:
• Is qualified to perform the services required;
• Is in a position, considering other work commitments, to provide competent and
experienced personnel to perform the services in the time allowed;
Page 42 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
• Is fully aware of all applicable federal and state laws including implementing regulations,
design standards, specifications, previous commitments that must be incorporated into
the design of the project, and administrative controls including those of Caltrans and
FHWA.
• Has an adequate financial management system as required by the applicable federal
regulations.
• Is not disbarred or suspended from state or federally funded contracts. Per 23 CFR
172.7(b)(3) “A contracting agency shall verify suspension and debarment actions and
eligibility status of consultants and subconsultants prior to entering into an agreement or
contract in accordance with 2 CFR part 1200 and 2 CFR part 180.”
The contract must provide for a defined level of acceptability and a statement to the effect that
the consultant may be required to modify its work as necessary; to meet that level of
acceptability as defined in the contract. The contract must provide for local agency reviews at
appropriate stages during performance of the work, to determine if any changes or other actions
are warranted.
The contract must provide that the consultant and subconsultants must maintain all books,
documents, papers, accounting records, and other information pertaining to costs incurred.
Such materials must be available for inspection and audit by federal, State, and local agency
authorized representatives; and copies thereof must be furnished, if requested.
Following final settlement of the contract accounts with the State or FHWA, such records and
documents may be archived at the option of the local agency and must be retained for a three-
year period after processing of the final voucher by FHWA.
Execute Contract and Issue Notice to Proceed to Consultant
The Contract Administrator sends the consultant a fully executed copy of the contract with an
original signature and issues a notice to proceed. Funds may not be used to reimburse the
agency for any work or costs incurred before the Authorization to Proceed is issued, or for
consultant costs incurred prior to the execution of the consultant contract. All executed contracts
must have a begin and end date. Local agency consultant selection and contract execution
costs may be reimbursable.
For on-call contracts, a fully executed copy of the contract with original signatures will be send
to the consultant. Each subsequent task order (for individual project) will be accompanied with a
copy of the signed task order and a Notice to Proceed, once it is negotiated and approved. Task
order expiration dates may not exceed the Master On-call agreement end date.
Administer the Contract
Project work begins as specified in the contract after the notice to proceed is issued to the
consultant. Thereafter, the local agency manages and administers the contract to ensure that a
complete and acceptable product is received on time, within standards, and within budget and
terms of the contract.
Contract administration activities help to ensure that contractual obligations are completed
satisfactorily. Generally, these activities include:
• Monitoring project progress and compliance with contract requirements;
Page 43 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
• Receiving, reviewing and assessing reports, plans, and other required products/
deliverables;
• Receiving and reviewing state prevailing wages. (See Department of Industrial
Relations websites below.
o DIR FAQ website: http://www.dir.ca.gov/OPRL/FAQ_PrevailingWage.html
o DIR Wage Determination website:
http://www.dir.ca.gov/oprl/DPreWageDetermination.htm
• Reviewing invoices to ensure costs claimed are in accordance to the method of payment
and contract cost proposal, approving payments;
• If new consultant personnel are added or substituted, labor rates must be verified prior to
approving invoices.
• Record keeping and reporting;
• Controlling costs;
• Identifying changes to the scope of work and preparation of amendments (must ensure
that any changes to the scope is within the constraints of the original RFP/RFQ;
• Completing the consultant performance evaluations (see Exhibit 10-S: Consultant
Performance Evaluation).
Substitution of Consultant Personnel and Subconsultants
After contract execution the consultant should not substitute key personnel (project manager
and others listed by name in the cost proposal) or subconsultants without prior written approval
from the local agency. Refer to LAPM Chapter 9: Civil Rights & Disadvantaged Business
Enterprise and Title 49 CFR 26 for DBE substitution requirements. To do so can result in the
costs being ineligible for federal or state reimbursement. The consultant must request and justify
the need for the substitution and obtain approval from the local agency prior to use of a different
subconsultant on the contract.
The proposed substituted person must be as qualified as the original, and at the same or lower
cost. For engineering types of consultant contracts, the consultant’s project manager must be a
registered engineer in the State of California.
Invoicing (or Progress Payments)
The frequency and format of the invoices/progress payments are to be determined by the
contract. Program Supplement Agreements (see LAPM Chapter 3: Project Authorization) need
to have been prepared prior to any payments being requested. Payments to the consultant are
to be in arrears. In other words, the consultant must have actually incurred and paid the costs
before invoicing the local agency.
For federal reimbursement of consultant costs on a project, the local agency must submit the
following to the DLAE, for each consultant or consulting firm used on the project (failure to do so
will result in the consultant’s invoices for reimbursement being returned to the agency
unprocessed):
• Copy of Executed Consultant contract;
• Exhibit 10-O1: Consultant Proposal DBE Commitment
Page 44 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
• Exhibit 10-O2: Consultant Contract DBE Information
DLAE must confirm that the local agency has submitted copies of Exhibit 10-K: Consultant
Certification of Contract Costs and Financial Management System (for Prime and
Subconsultants) to Caltrans IOAI and agency has submitted Exhibit 10-C: Consultant Contract
Database to Caltrans.
The local agency is to follow the procedures given in LAPM Chapter 5: Invoicing, to obtain
reimbursement of federal or state funds.
Contract Amendments
Contract amendments are required to modify the terms of the original contract for changes such
as extra time, added work, or increased costs. Only work within the original advertised scope of
services must be added by amendment to the contract. The addition of work outside the original
advertised scope will make that work ineligible for federal or state reimbursement (see Q&As).
There is no prescribed format for contract amendments. They may take the form of letter-type
agreements meeting the legal requirements of the local agency, clearly outlining the changes
and containing a mutually agreed upon method of compensation. Such agreements must
conform to the requirements of this manual with regard to payment.
A consultant contract may be amended at any time prior to the expiration date of the original
contract. The most common amendment is to extend the ending date of the contract. All
contract amendments must be fully executed before the ending date of the contract by formal
amendment. Failure to amend a contract prior to the ending date will make the subsequent
costs ineligible for federal and state reimbursement. Task orders are not considered an
amendment and therefore not appropriate to extend the terms of the contract.
All contract amendments must be negotiated following the same procedures as the negotiation
of the original contract and must be in writing and fully executed by the consultant and local
agency before reimbursable work begins on the amendment. For any additional engineering
and design related services outside of the scope of work established in the original solicitation, a
contracting agency must either procure the series under a new solicitation, perform the work
itself using agency staff, or use a different, existing contract under which the services would be
within the scope of work. Overruns in the costs of the work must not automatically warrant an
increase in the fixed fee portion of a cost plus fixed fee reimbursed contract. Permitted changes
to the scope of work or duration may warrant consideration for adjustment of the fixed fee
portion of cost plus fixed fee or lump sum reimbursed contracts. If an emergency exists of such
magnitude that a delay cannot be tolerated, the local agency and the consultant may agree on
an amendment initiating the work, so that reimbursable work may begin. The initiating
amendment is then followed by a final amendment once the full scope of the emergency work is
known and agreed to by both parties. In both cases, sufficient funding should be included in the
amendments to pay for all work to be performed by the consultant. The final amendment must
be executed as quickly as possible. Failure to fully comply with this section may result in the
loss of local agency funding. Section 10.1.3: A&E Consultant Audit and Review Process of this
chapter must apply to the entire contract and must be completed prior to execution of the
contract amendment. All amendments must incorporate any current requirements of the federal
regulations including the federal fiscal provisions and submit Exhibit 10-C: Consultant Contract
Reviewers Checklist Database to http://dlaaeoversight.dot.ca.gov/fmi/webd/Exhibit%2010-C
(please use Firefox or Chrome if not supported by your browser).
Page 45 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Performance Evaluation
Pursuant to 23 CFR §172.9(d)(2) agencies are required to prepare an evaluation of the
consultant when the project has been completed. The Contract Administrator evaluates the
consultant’s performance after the consultant’s final report has been submitted, and the
Contract Administrator has conducted a detailed evaluation with the consultant’s project
manager. See Exhibit 10-S: Consultant Performance Evaluation for a suggested format for use
by the local agency.
Project Records
Federal-Aid Highway Program funding recipients and sub-recipients must maintain adequate
and readily accessible project performance and financial records, supporting documents, and
other records considered pertinent to the grant agreement and in compliance with Federal laws
and regulations (e.g., 23 USC 112; 40 USC 1101-1104, 23 CFR 172, 48 CFR 31, and 2 CFR
Part 200). These records must be maintained for a minimum of three (3) years following
issuance of the final voucher from FHWA (forwarded by Caltrans) and the closure of all other
pending matters (2 CFR Part 200.333).
For audit purposes, project records and documentation must be kept for three (3) years after
payment of the final federal or state voucher. Among the records to be retained are as follows
(not an all-inclusive list):
• Copies of RFPs and RFQs, changes, addendums, etc. and bidder’s list;
• Documentation of DBE participation (including Exhibit 10-O1: Consultant Proposal DBE
Commitment, Exhibit 10-O2: Consultant Contract DBE Commitment), Exhibit 10-G:
Individual A&E Task Order DBE Tracking Sheet, Exhibit 17-F: Final Report – Utilization
of DBE and First-Tier Subcontractors, and Exhibit 17-O: DBE Certification Status
Change.
• Solicitation and advertisement records;
• Identification of selection committee members;
• Record of receiving proposals, statement of qualifications;
• Evaluation and ranking records such as original score sheets from all panel members,
short list questions and other documentation (see Exhibit 10-B: Suggested Consultant
Evaluation Sheet);
• Independent cost estimate (prepared in advance of requesting a cost proposal from the
top-ranked consultant);
• Record of negotiations (to include a separate negotiation of profit in accordance with
federal guidelines);
• Financial Review Letter and Cognizant Agency Letter, when applicable;
• CPA-audited ICR Audit Report or Approved State DOT Cognizant Indirect Rate Letter, if
any;
• Consultant Certification of Costs and Financial Management (Exhibit 10-K: Consultant
Certification of Contract Costs and Financial Management System) for contracts over
$150,000 or more;
Page 46 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
• A&E Consultant Audit Request Letter and Checklist (Exhibit 10-A: A&E Consultant Audit
Request Letter and Checklist) for contracts over $150,000 and all supporting
documentation.
• Executed consultant contracts, cost proposals and amendments (see Exhibit 10-R: A&E
Boilerplate Agreement Language and Exhibit 10-H: Sample Cost Proposal);
• Contract oversight and progress meeting documents;
• Progress and final payments, and supporting documentation;
• Performance evaluation (see Exhibit 10-S: Consultant Performance Evaluation);
• Consultant contract checklists (see Exhibit 10-C: A&E Consultant Contract Database);
• Accounting records documenting compliance with State and federal administrative
requirements;
• Certifications and Conflict of Interest forms (Exhibit 10-T: Conflict of Interest &
Confidentiality Statement, all personnel involved in the procurement of the agreement
should complete Exhibit 10-T Exhibit 10-U: Consultant in Management Support Role
Conflict of Interest and Confidentiality Statement and Exhibit 10-Q: Disclosure of
Lobbying Activities, as appropriate). Exhibit 10-Q is included in the solicitation and must
be completed if the consultant needs to disclose any lobbying activities.
Retention Clauses
At the option of the local agency, a retention clause may be included in the consultant contract.
A retention clause in the consultant contract is recommended (see Exhibit 10-R: A&E Boilerplate
Agreement Language, Article XXXI).
Review of Local Agency Actions
Federal-aid or state reimbursement is contingent on meeting the federal or state requirements
and can be withdrawn, if these procedures are not followed and documented. The local agency
files are to be maintained in a manner to facilitate future FHWA or Caltrans process reviews and
audits. As specified in the Review and Approval of Contracts above, the Contract Administrator
must review the proposed consultant contract before execution.
Exhibit 10-C: A&E Consultant Contract Database is to be completed prior to award, or after
contract award but no later than the first invoice. A copy of Exhibit 10-C must be retained in the
local agency project files.
10.1.9 Miscellaneous Considerations
Agreements with Other Governmental Agencies
Intergovernmental or inter-entity agreements are encouraged if appropriate. If another
governmental agency is requested to do work or provide services to an agency, an interagency
agreement is needed. See 2 CFR 200 and CA Government Codes 10340 and 11256.
Page 47 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Small Purchase Contracts
Contracts that are less than $250,000 are considered small contracts in accordance with federal
regulations. However, within the State of California, there is not a recognized small purchase
procedure and all A&E contracts are procured using qualifications based selection and not cost.
For federal contracts that are less than $250,000 and are not anticipated to exceed this amount,
the agency must use Section 10.2: State-Only Funded A&E Contracts or the federal guidance
for contracts greater than $250,000. If the contract is anticipated to exceed $250,000, use one
of the accepted procurement procedures listed in the previous sections. Small contracts using
the simplified acquisition procedure (State-Only funded section) must not exceed $250,000 or
the additional costs are considered not reimbursable. The entire contract could also be
considered ineligible by FHWA depending on circumstances. The scope of work, project
phases, and contract requirements must not be broken down into smaller components to permit
the use of small purchase procedure. DBE requirements apply for all federally funded projects.
Noncompetitive Negotiated Contracts (Sole-Source)
Procurement by noncompetitive proposals may be used only when the award of a contract is
infeasible under sealed bids or competitive proposals (23 CFR 172.7(a)(3)).
FHWA considers these types of contracts as Sole Source contracts and should be used only in
very limited circumstances. A Public Interest Finding prepared by the local agency and
approved by Caltrans is required before establishing these services (23 CFR 172.7(a)(3); also
see Exhibit 12-F: Cost-Effectiveness/Public Interest Finding.
Conditions under which noncompetitive negotiated contracts may be acceptable include:
• Only one organization is qualified to do the work;
• An emergency exists of such magnitude that cannot permit delay;
• Competition is determined to be inadequate after solicitation of a number of sources.
The local agency must:
• Follow its defined process for noncompetitive negotiation;
• Develop an adequate scope of work, evaluation factors, and cost estimate before
solicitation;
• Conduct negotiations to ensure a fair and reasonable cost.
The local agency must carefully document details of the special conditions, obtain Caltrans
approval on a Public Interest Finding and retain all documents in the project files for future
Caltrans’ or FHWA’s review.
Retaining a Consultant as an Agency Engineer or in Management Support Role
A local agency may retain qualified consultants in a management support role on its staff in
professional capacities for federal-aid projects such as:
• A City Engineer (or equivalent) who manages the engineering unit for the city, providing
oversight of a project, series of projects, managing or directing work of other consultants
or contractors on behalf of the City.
• A County Engineer (or equivalent) who manages the engineering unit for the county
such as duties described above.
Page 48 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
• A Project Manager (or equivalent) who manages and oversees a project, series of
projects or the work of other consultants and contractors on behalf of the public agency.
• A Program Manager (or equivalent) who manages and oversees an element of a
highway program, function, or service on behalf of the public agency.
However, typically a consultant in a management support role is not:
• A consultant engineer performing project-specific design, and/or construction contract
administration and construction engineering for the public agency.
• A consultant providing support to administrative duties such as federal authorization
process, labor compliance activities, and other management and administrative tasks.
The use of a consultant in a management support role should be limited to unique or very
unusual situations. These situations require a thorough justification as to why the local agency
cannot perform the management. Consultants used in management support roles must be
selected using the same procedures as those for other consultants specified in this chapter.
Consultants in a Management Support Role funded by local or state funds must have approval
from FHWA to be considered qualified to manage federal projects or consultants providing
services on federal projects.
Eligibility for federal or state reimbursement for a consultant in a management support role
requires the following:
• Compliance with the selection procedures specified in this chapter;
• Existence of a contract between the local agency and the consultant specifying the local
agency engineering services to be performed;
• Written designation by the local agency of the responsibilities and authority of the
consultant as an agency engineer;
• For a federal-aid project, completion of Exhibit 10-T: Conflict of Interest & Confidentiality
Statement by all members (both consultants and employees) prior to participating in the
Architect & Engineering (A&E) Selection Panel pertaining to the specific selection
process and the firms being considered;
• Selection of consultants for A&E management positions must be by the use of
qualification-based selection procedures on an open and competitive basis resulting in a
contract with defined beginning and ending dates not to exceed five (5) years;
• For a federal-aid project, a local agency consultant in a management support role must
not:
o Participate in, or exercise authority over the A&E selection process, if that
consultant’s firm is one of the proposing firms, or subconsultant to a proposing
firm;
o Participate in, or exercise authority over management of work performed by the
consultant’s firm, or to a consultant’s firm of which the local agency consultant
firm is a subconsultant. This would include, but not be limited to, managing or
directing the work, approving changes in the schedule, scope, or deliverables;
and approving invoices.
Page 49 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
o Apply for or receive reimbursement of federal-aid funds for the local agency’s
federal-aid project if either of the foregoing has occurred. However,
reimbursement for the construction contract portion of the project will still be
allowed provided all other federal-aid requirements have been met.
o Where benefiting more than a single federal-aid project, allocability of consultant
contract costs for services related to a management support role must be
distributed consistent with the cost principles applicable to the contracting agency
in 23 CFR 172.7(b)(5).
If engineering services for a project are within the scope of the services described in the
retained consultant’s contract, these services may be performed by the person or firm
designated as an agency engineer. If the services are not within the scope, eligibility for federal
reimbursement for these services require a new consultant contract to be developed using the
selection procedures in this chapter. Retained consultants involved in the preparation of the
RFP or RFQ must not be considered in the selection of consultants for the resulting project
specific work.
When engineering or architectural consultants in a management support role are procured with
federal-aid funds, the local agency (subgrantee) must fully comply with the following:
• Subparagraphs of 2 CFR 200.318 maintain a contract administration system and
maintain a written code of standards. No employee, officer or agent of the subgrantee
must participate in selection, or in the award or administration of a contract supported by
federal funds if a conflict of interest, real or apparent, would be involved.
• Subparagraph of 23 CFR §172.7(b) requires that the local agency must receive approval
from FHWA. In addition, any federal-aid projects designated as Projects of Division
Interest may also need approval from FHWA.
• Liability insurance should normally be required from the consultant (errors and
omissions, etc.).
For federally funded projects, local agencies that solicit to hire A&E consultant(s) in a
management support role must obtain FHWA approval prior to contract execution.
In order for a contract for a consultant in a management support role to be federally eligible, the
following are required prior to contract execution:
• The local agency must submit a request for approval via email, the Scope of Work
(SOW) and Conflict of Interest (COI) Policy to the Division of Local Assistance-
Headquarters (DLA-HQ) at aeoversight@dot.ca.gov, prior to solicitation.
• Once the local agency receives FHWA’s written response, the local agency may need to
revise the documents reflecting FHWA’s opinions and can proceed with the RFQ.
• After consultant selection, the local agency must submit the completed Exhibit 10-U:
Consultant in Management Support Role Conflict of Interest and Confidentiality
Statement to the DLA-HQ at aeoversight@dot.ca.gov. Local agency will receive FHWA’s
approved Exhibit 10-U via email.
Page 50 of 68
January 2021
EXHIBIT A to the RESOLUTION
DLAE
DLA-HQ
aeoversight@dot.ca.gov
FHWA
No YES
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Figure 10-5: Consultant in a Management Support Role Flowchart
Construction Engineering Services
Under federal-aid regulations and state policy, the primary responsibility for general supervision
of construction must remain with the local agency. The local agency must also ensure that the
work is performed in accordance with the approved plans and specifications, by employing or
retaining as a consultant a registered engineer for construction engineering services on the
project.
All construction engineering activities performed by a consultant must be under the overall
supervision of a full-time employee of the agency who is in responsible charge. These activities
may include preparation of contract change orders, construction surveys, foundation
investigations, measurement, and computation of quantities, testing of construction materials,
checking of shop drawings, preparation of estimates, reports, and other inspection activities
necessary to ensure that the construction is being performed in accordance with the plans and
specifications. The construction engineering consultant’s contract defines the relative authorities
and responsibilities of the full-time employee of the local agency in charge of the project and the
consultant’s construction engineering staff.
If a technical inspection consultant is to provide professional assistance to the local agency, a
formal consultant contract must be executed which follows this chapter’s requirements. The
contract must provide for reviews at appropriate stages during performance of the work to
determine if any changes or other actions are warranted. These reviews are to be made by the
local agency.
Page 51 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
10.1.10 Program Management
According to 23 CFR §172.5, local agencies are required to adopt written policies and
procedures prescribed by Caltrans. The local agency must adopt Caltrans Local Assistance
Chapter 10: Consultant Selection. Local agencies are responsible for providing all resources
necessary for the procurement, management, and administration of A&E consultant contracts
including subcontracts. Ensuring consultant costs billed are allowable in accordance with the
Federal cost principles and consistent with the contract terms as well as the acceptability and
progress of the consultant's work;
• Monitoring the consultant's work and compliance with the terms, conditions, and
specifications of the contract;
• Preparing a consultant's performance evaluation when services are completed and using
such performance data in future evaluation and ranking of consultant to provide similar
services;
• Closing-out a contract;
• Retaining supporting programmatic and contract records, as specified in 2 CFR 200.333
and the requirements of this part;
• Determining the extent to which the consultant, which is responsible for the professional
quality, technical accuracy, and coordination of services, may be reasonably liable for
costs resulting from errors and omissions in the work furnished under its contract;
• Assessing administrative, contractual, or legal remedies in instances where consultants
violate or breach contract terms and conditions, and providing for such sanctions and
penalties as may be appropriate; and
• Resolving disputes in the procurement, management, and administration of engineering
and design related consultant services.
An example resolution is located here.
10.1.11 REFERENCES
23 CFR, Part 172 Administration of Engineering and Design Related Service Contracts
http://www.ecfr.gov/cgi-bin/text-idx?rgn=div5&node=23:1.0.1.2.3
40 USC, Section 1104 Brooks Act
http://www.fhwa.dot.gov/programadmin/121205.cfm
41 CFR Public Contracts and Property Management
http://www.ecfr.gov/cgi-bin/text-idx?tpl=/ecfrbrowse/Title41/41tab_02.tpl
41 USC Public Contracts
http://law.onecle.com/uscode/41/index.html
23 USC Letting of Contracts
http://www.fhwa.dot.gov/map21/docs/title23usc.pdf
Page 52 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
48 CFR, Chapter 1, Part 15.404
https://www.acquisition.gov/far/html/FARTOCP15.html
48 CFR, Chapter 1, Part 31
https://www.acquisition.gov/far/html/FARTOCP15.html
Title 48, Part 16 – Types of Contracts
http://www.elaws.us/subscriber/signin?returnurl=http://federal.elaws.us/cfr/title/4/10/2013/title48/chapt
er1/part16&IsHistory=1&AspxAutoDetectCookieSupport=1
48 CFR 27, Subpart 27.3 – Patent Rights under Government Contracts
https://www.law.cornell.edu/cfr/text/48/part-27/subpart-27.3
48 CFR 31.201-3
https://www.gpo.gov/fdsys/pkg/CFR-2011-title48-vol1/pdf/CFR-2011-title48-vol1-sec31-201-6.pdf
48 CFR, Chapter 99 – Cost Accounting Standards, Subpart 9900
https://www.gpo.gov/fdsys/granule/CFR-2002-title48-vol7/CFR-2002-title48-vol7-chap99
2 CFR Part 200
http://www.ecfr.gov/cgi-bin/text-
idx?SID=eb0db4a32ce93fdc5815e6fe58791d9d&mc=true&tpl=/ecfrbrowse/Title02/2cfr200_main_02.t
pl
49 CFR, Part 26 Participation by Disadvantaged Business Enterprises in Department of
Transportation Financial Assistance Programs
http://www.ecfr.gov/cgi-bin/text-idx?tpl=/ecfrbrowse/Title49/49cfr26_main_02.tpl
American Association of State Highway and Transportation Officials (AASHTO) Uniform Audit
and Accounting Guide
http://audit.transportation.org/Pages/default.aspx
Caltrans Division of Procurement and Contracts Website
http://www.dot.ca.gov/dpac/index.html
California Labor Code, Section 1775
http://law.onecle.com/california/labor/1775.html
Government Auditing Standards (GAS) issued by the United States Government Accountability
Office
http://www.gao.gov/yellowbook/overview
Government Code Sections 4525 through 4529.5
http://www.leginfo.ca.gov/cgi-bin/displaycode?section=gov&group=04001-05000&file=4525-4529.5
OMB Circular A-110 Uniform Administrative Requirements for Grants and Agreements with
Institutions of Higher Education, Hospitals, and Other Non-Profit Organizations
https://www.whitehouse.gov/omb/circulars_a110
Standard Environmental Reference (SER)
http://www.dot.ca.gov/ser/
Page 53 of 68
January 2021
EXHIBIT A to the RESOLUTION
1111
1111 -1111
1111
1111
1111 -1111
1111
1111
Local Assistance Procedures Manual Chapter 10
Consultant Selection
10.2: STATE-ONLY FUNDED A&E CONTRACTS
A&E
State-Only
Division of Local Assistance Minimum Requirements
for State-only funded A&E Contracts
A. Written Procedures
B. Conflict of Interest
C. Records
D. Full & Open Competition
E. Selection Basis
F. Publication
G. Solicitation
H. Cost Analysis
I. Negotiations
J. Audit and Review Process
K. Exhibit 10-C: A&E Consultant Contracts Database
Page 54 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
10.2.1 General
Local Agencies are required to follow all applicable local and state regulations including
those listed in LAPM Chapter 10 in accordance with their State Master Agreement.
Although the requirements listed in this section are minimum requirements, the local
agency must use good engineering judgment and best practices to document their
processes and procedures when procuring A&E contracts utilizing qualifications based
selections.
All consultants must comply with 48 Code of Federal Regulations (CFR) Part 31:
Contract Cost Principles and Procedures. Also, consultants and Local Agencies must
comply with 2 CFR Part 200: Uniform Administrative Requirements, Cost Principles,
and Audit Requirements for Federal Awards, excluding sections §200.318-200.326
Procurement Standards (reference Federal Highway Administration December 4, 2014
Memorandum Action: 2 CFR 200 Implementation Guidance).
Agency state-only funded (SOF) agreements must contain the required federal fiscal
provisions from 2 CFR 200 in all Division of Local Assistance funded agreements.
Exhibit 10-R: A&E Boilerplate Agreement Language contains 2 CFR 200 requirements
and may also be used in SOF agreements. Depending upon the scope of work, the
required contract provisions may need to include the California State Prevailing Wages.
All proposed A&E contracts and supporting documents (including state-only funded) are
subject to audit or review by Caltrans’ Independent Office of Independent Office of
Audits and Investigations (IOAI), other state audit organizations, or the federal
government and required to follow LAPM Section 10.1.3 A&E Consultant Audit and
Review Process.
For consultant contracts, procured with local or state funds, to provide services for
federal-aid projects, or to oversee or manage other consultants providing these
services, the Consultant in Management Support Role process must be completed to be
eligible for reimbursement. Refer to Chapter 10.1.9 Miscellaneous Considerations:
Retaining a Consultant as an Agency Engineer or in a Management Support Role.
DBE contract goals are not required for state-only funded contracts.
This guidance is for contracts utilizing state funds only. If any federal funds are added or
reimbursed, the federal process must be followed.
Non-A&E consultant contracts reference LAPM Section 10.3: Non-A&E Contracts.
Reference: California Government Code Title 1, Division 5, Chapter 10, Contracts with
Private Architects, Engineering, Land Surveying, and Construction Project Management
Firms §4525-4529.5.
Page 55 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
10.2.2 Definition of A&E
Architectural, landscape architectural, engineering, environmental, and land surveying
services includes those professional services of an architectural, landscape
architectural, engineering, environmental, or land surveying nature as well as incidental
services that members of these professions and those in their employ may logically or
justifiably perform.
Construction project management means those services provided by a licensed
architect, registered engineer, or licensed general contractor. Any individual or firm
proposing to provide construction project management services must provide evidence
that the individual or firm and its personnel carrying out onsite responsibilities have
expertise and experience in construction project design review and evaluation,
construction mobilization and supervision, bid evaluation, project scheduling, cost-
benefit analysis, claims review and negotiation, and general management and
administration of a construction project.
Environmental services mean those services performed in connection with project
development and permit processing in order to comply with federal and state
environmental laws.
Reference: California Government Code §4527
10.2.3 Minimum Audit Requirements
A. Written Procedures
Local agencies shall follow the minimum requirements listed below in addition to any
local laws and regulations.
Reference: California Government Code §4526
B. Conflict of Interest
The local agency must develop and maintain a written code of conduct governing the
performance of its employees engaged in the award and administration of state funded
contracts, including the prevention of conflicts of interest.
References:
California Government Code §4526
California Government Code §1090
California Government Code §4529.12
C. Records
Local agencies shall keep adequate records of all contracts including the procurement,
project management, accounting and financial administration.
References:
California Government Code §4529.14
California Government Code §4006
Page 56 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
D. Full & Open competition
All A&E contracts shall be procured through a qualifications-based selection utilizing
open and fair competition. Evaluate at least three consultants using published
evaluation criteria and rank these firms in order of preference. If less than three
consultants are evaluated, provide justification for agency file.
References:
California Government Code §4526
California Government Code §4527
E.Selection Basis
Selection of a firm shall be based on qualifications and the order of ranked preference.
References:
California Government Code §4526
California Government Code §4527
F.Publication
Solicitations for A&E contracts shall be in a manner that is open and competitive.
Reference: California Government Code §4527
G. Solicitation
The solicitations shall include published evaluation criteria to rank in order of
preference. Clearly define expectations in the solicitation in order to evaluate firms.
Reference: California Government Code §4527
H.Cost Analysis
An independent cost comparison to the consultant’s cost proposal shall be done in
order to ensure the contract is negotiated at a fair and reasonable price.
Reference: California Government Code §4528
I. Negotiations
Negotiations must be documented to verify a fair and reasonable contract has been
executed using public funds.
Reference: California Government Code §4528
J. Audit and Review Process
A&E contracts procured by public agencies shall be subject to standard accounting
practices and may require financial and performance audits. All agencies shall follow
the Audit and Review Process as stated in LAPM Section 10.3: A&E Consultant Audit
and Review Process.
http://www.dot.ca.gov/hq/LocalPrograms/lam/LAPM/ch10.pdf
http://www.dot.ca.gov/hq/LocalPrograms/lam/forms/chapter10/10a.pdf
Reference: California Government Code §4529.14
Page 57 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
K. Exhibit 10-C: A&E Consultant Contract Database
Exhibit 10-C: A&E Consultant Contract Database must be completed at
http://dlaaeoversight.dot.ca.gov/fmi/webd/Exhibit%2010-C (please use Firefox or Chrome if not
supported by your browser) prior to contract award, or after contract award but no later than the
first invoice.
Page 58 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
CA Government Code References
California GOV §1090
(a) Members of the Legislature, state, county, district, judicial district, and city officers or employees shall not be
financially interested in any contract made by them in their official capacity, or by any body or board of which they
are members. Nor shall state, county, district, judicial district, and city officers or employees be purchasers at any
sale or vendors at any purchase made by them in their official capacity.
(b) An individual shall not aid or abet a Member of the Legislature or a state, county, district, judicial district, or city
officer or employee in violating subdivision (a).
(c) As used in this article, “district” means any agency of the state formed pursuant to general law or special act,
for the local performance of governmental or proprietary functions within limited boundaries.
California GOV §4006
Plans, specifications, work authorizations describing work to be performed, and all other information referred to in
this chapter are open to inspection and examination as a public record.
California GOV §4525
For purposes of this chapter, the following terms have the following meaning:
(a) “Firm” means any individual, firm, partnership, corporation, association, or other legal entity permitted by law
to practice the profession of architecture, landscape architecture, engineering, environmental services, land
surveying, or construction project management.
(b) “State agency head” means the secretary, administrator, or head of a department, agency, or bureau of the
State of California authorized to contract for architectural, landscape architectural, engineering, environmental,
land surveying, and construction project management services.
(c) “Local agency head” means the secretary, administrator, or head of a department, agency, or bureau of any
city, county, city and county, whether general law or chartered, or any district which is authorized to contract for
architectural, landscape architectural, engineering, environmental, land surveying, and construction project
management services.
(d) “Architectural, landscape architectural, engineering, environmental, and land surveying services” includes
those professional services of an architectural, landscape architectural, engineering, environmental, or land
surveying nature as well as incidental services that members of these professions and those in their employ may
logically or justifiably perform.
(e) “Construction project management” means those services provided by a licensed architect, registered
engineer, or licensed general contractor which meet the requirements of Section 4529.5 for management and
supervision of work performed on state construction projects.
(f) “Environmental services” means those services performed in connection with project development and permit
processing in order to comply with federal and state environmental laws. “Environmental services” also includes
the processing and awarding of claims pursuant to Chapter 6.75 (commencing with Section 25299.10) of Division
20 of the Health and Safety Code.
California GOV §4526
Notwithstanding any other provision of law, selection by a state or local agency head for professional services of
private architectural, landscape architectural, engineering, environmental, land surveying, or construction project
management firms shall be on the basis of demonstrated competence and on the professional qualifications
necessary for the satisfactory performance of the services required. In order to implement this method of
selection, state agency heads contracting for private architectural, landscape architectural, professional
engineering, environmental, land surveying, and construction project management services shall adopt by
regulation, and local agency heads contracting for private architectural, landscape architectural, professional
engineering, environmental, land surveying, and construction project management services may adopt by
ordinance, procedures that assure that these services are engaged on the basis of demonstrated competence
and qualifications for the types of services to be performed and at fair and reasonable prices to the public
agencies. Furthermore, these procedures shall assure maximum participation of small business firms, as defined
by the Director of General Services pursuant to Section 14837.
Page 59 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
In addition, these procedures shall specifically prohibit practices which might result in unlawful activity including,
but not limited to, rebates, kickbacks, or other unlawful consideration, and shall specifically prohibit government
agency employees from participating in the selection process when those employees have a relationship with a
person or business entity seeking a contract under this section which would subject those employees to the
prohibition of Section 87100.
California GOV §4527
In the procurement of architectural, landscape architectural, engineering, environmental, land surveying, and
construction project management services, the state agency head shall encourage firms engaged in the lawful
practice of their profession to submit annually a statement of qualifications and performance data.
(a) When the selection is by a state agency head, statewide announcement of all projects requiring architectural,
landscape architectural, engineering, environmental, land surveying, or construction project management services
shall be made by the agency head through publications of the respective professional societies. The agency
head, for each proposed project, shall evaluate current statements of qualifications and performance data on file
with the agency, together with those that may be submitted by other firms regarding the proposed project, and
shall conduct discussions with no less than three firms regarding anticipated concepts and the relative utility of
alternative methods of approach for furnishing the required services and then shall select therefrom, in order of
preference, based upon criteria established and published by him or her, no less than three of the firms deemed
to be the most highly qualified to provide the services required.
(b) When the selection is by a local agency head, the agency head may undertake the procedures described in
subdivision (a). In addition, these procedures shall specifically prohibit practices which might result in unlawful
activity including, but not limited to, rebates, kickbacks, or other unlawful consideration, and shall specifically
prohibit government agency employees from participating in the selection process when these employees have a
relationship with a person or business entity seeking a contract under this section.
California GOV §4528
(a) When the selection is by a state agency head the following procedures shall apply:
(1) The state agency head shall negotiate a contract with the best qualified firm for architectural, landscape
architectural, engineering, environmental, land surveying, and construction project management services at
compensation which the state agency head determines is fair and reasonable to the State of California or the
political subdivision involved.
(2) Should the state agency head be unable to negotiate a satisfactory contract with the firm considered to be
the most qualified, at a price the agency head determines to be fair and reasonable to the State of California
or the political subdivision involved, negotiations with that firm shall be formally terminated. The state agency
head shall then undertake negotiations with the second most qualified firm. Failing accord with the second
most qualified firm, the state agency head shall terminate negotiations. The state agency head shall then
undertake negotiations with the third most qualified firm.
(3) Should the state agency head be unable to negotiate a satisfactory contract with any of the selected firms,
the state agency head shall select additional firms in order of their competence and qualification and continue
negotiations in accordance with this chapter until an agreement is reached.
(b) When the selection is by a local agency head, the local agency head may undertake the procedures
described in subdivision (a).
California GOV §4529
This chapter shall not apply where the state or local agency head determines that the services needed are more
of a technical nature and involve little professional judgment and that requiring bids would be in the public interest.
California GOV §4529.12
All architectural and engineering services shall be procured pursuant to a fair, competitive selection process
which prohibits governmental agency employees from participating in the selection process when they have a
financial or business relationship with any private entity seeking the contract, and the procedure shall require
compliance with all laws regarding political contributions, conflicts of interest or unlawful activities.
Page 60 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
California GOV §4529.14
Architectural and engineering services contracts procured by public agencies shall be subject to standard
accounting practices and may require financial and performance audits as necessary to ensure contract services
are delivered within the agreed schedule and budget.
California GOV §4529.20
This act seeks to comprehensively regulate the matters which are contained within its provisions. These are
matters of statewide concern and when enacted are intended to apply to charter cities as well as all other
governmental entities.
Federal Highway Administration Memorandum 2 CFR 200 Implementation
Guidance 12/4/2014
Attachment A: FHWA 2 CFR 200 Uniform Guidance – Questions and Answers
Question 21: “Will the FHWA/USDOT provide a waiver of the requirements in 2 CFR 200.317 for subrecipients to
comply with State procurement requirements or other policies and procedures approved by the State (200.317)?”
Answer: Yes. The USDOT requested and received an OMB waiver of the requirements in 2 CFR 200.317
concerning procurement by subrecipients. This waiver provides an exception to the requirement for all
subrecipients of a state to follow the procurement requirements in Sections 200.318 through 200.326. The waiver
will allow States and subrecipients to continue to use state-approved procurement procedures as they did under
part 18 prior to the adoption of the Uniform Guidance.
Page 61 of 68
January 2021
EXHIBIT A to the RESOLUTION
comply w ith CA Government Code (GC) 4525-4529.5, 48 Code of Federal Regulations (CFR) Part 31: Contract Cost Principles and Procedures, 2 CFR Part 200: Unifor m
Admi nistrative Requirements, Cost Principles, a nd Audit Requ irem ents for Federal Awards (excluding sections 200.318-200.326), Ca ltrans Lo cal Assistance Procedures Manual (LAPM)
a nd o ther applica bl e STATE and FEDERAL regulations.
A .
B.
C.
D.
E.
F.
G.
H.
I.
J.
K.
A&E Consultants
Requirements for LGAs that use State f unding Use State requi reme nts be low
Written Procedures GC4526
Co nfl ict o f Interest GC 1090, GC 4527(b), GC 4529.12
Records GC 4529.14, 4006
Fu ll & Open Compet it ion GC 4526, GC 4527, GC 4529.12
Select ion Basis GC 4526*, 4527
Publicati on GC4527
Solic it at ion GC4527
Cost Analysi s GC4528
Negot iations GC4528
A&I A ud it & Review Process GC 4529.14, LAPM Ch . 10, 2 CFR 200
Exhi bit 10-C: A&E Consultant Cont ract Database LAPM Ch . 10.2
•Mini Brooks Act - State regulation req uiring t he initial selection of enginee ring and arch itecture firms be based upo n qualifications and expe rience rather than by price. Price
is t hen l ater negotiated.
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Figure 10.2 State-Only Funded Procurement Criteria
Page 62 of 68
January 2021
EXHIBIT A to the RESOLUTION
---
Local Assistance Procedures Manual Chapter 10
Consultant Selection
10.3: NON-A&E CONTRACTS
Scope
This section covers the procurement requirements for the services that are not included in
Section 10.1 Federal and Section 10.2 State-Only. This guidance is for contracts utilizing
federal-aid funds and state funds. Federal regulations refer to state and local regulations for
non-A&E type contracts. Although local agencies are required to follow 2 CFR 200: Uniform
Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards for
all contracts, the Procurement Standards section §200.318-200.326 is exempt. The guidance in
this section follows the established regulations in the California Public Contract Code.
Depending upon the scope of work, the required contract provisions may need to include the
California State Prevailing Wages.
Local agency must designate one person within the local agency as a contract manager.
(PCC 10348.5)
Determining Non-A&E
After identifying that there is a need for consulting services, the local agency must determine
that the services needed are more of a technical nature and involve minimal professional
judgement and that requiring a cost proposal would be in the public’s best interest. These type
of consultant services that are not directly related to a highway construction project or that are
not included in the definition of engineering and design related services are considered non-
A&E. The services must not be included in Section 10.2.2 Definition of A&E.
The determining factor is whether the services being procured are related to a specific
construction project and whether the services require work to be performed, provided by, or
under the direction of a registered engineer or architect.
Example of Determining Non-A&E
Material testing has been requested to ensure quality assurance on a construction project. The
service includes only performing the material test and providing material test data. Although the
service is related to a construction project, the overall service did not provide an evaluation or a
discipline report. In this example, the local agency can determine that the service provided is
more of a technical nature and is therefore a non-A&E service.
The following is a list of the more common non-A&E services:
• Right-of-Way Appraisal
• Right-of Way acquisition activities
• Conducting public outreach during environmental clearance or construction
• Active Transportation Program educational and outreach activities
• Intelligent Transportation System (ITS)
• Non-Infrastructure
Page 63 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Intelligent Transportation System (ITS) Projects
Intelligent Transportation System (ITS) means electronic, communications, or information
processing used singly or in combination to improve the efficiency or safety of a surface
transportation system. ITS projects are those that in whole or in part, funds the acquisition of
technologies or systems of technologies that provide significant contributions to the provision of
one or more ITS user services as defined in the National ITS Architecture.
The federal-aid procurement regulations identify three possible contract procurement
procedures for ITS projects including engineering and design related services (A&E),
construction, and non-engineering/non-architectural (non-A&E).
If ITS projects include physical installation of field devices and/or communications infrastructure,
such as new traffic signals, new controller cabinets, changeable message signs, radio and
computers, vehicle detectors, and conduits for cabling in the roadway, then that work and
required equipment usually meets the definition of construction. The construction contract must
be procured based on competitive bidding. If the ITS project involves software development,
system integration, hiring engineers and specialists for ITS design and installation support,
inspection, design documentation, training and deployment, it may be considered an
engineering and design services contract and the contract must be procured as an A&E
consultant contract. If the scope of work is unclear as to whether it is an A&E type of work,
contact aeoversight@dot.ca.gov for assistance.
However, if an ITS project does not meet either the definition of construction or engineering and
design services, then the contract may be considered to be a non-A&E consultant contract.
Examples of non-A&E consultant contracts are:
• The procurement of hardware and software associated with incident management
system;
• Software systems for arterial and freeway management systems;
• Operating the 511 traveler information service;
• Nonprofessional services for system support such as independent validation and
verification, testing and specification development;
For more information regarding Intelligent Transportation Systems (ITS) Program procurement
requirements, refer to LAPG, Chapter 13 LAPG Chapter 13: Intelligent Transportation Systems.
Non-Infrastructure Projects
Non-infrastructure (NI) projects are those transportation-related projects that do not involve
either engineering design, Right-of-Way acquisition (for additional guidance refer to LAPM
Chapter 13), or the eventual physical construction of transportation facilities.
Procurement of non-A&E consultant contracts associated with non-infrastructure projects must
follow Non-A&E procurement procedures described in this chapter. For more information on NI
projects, refer to LAPM Chapter 3: Project Authorization.
Page 64 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Governing Regulations and Codes for Non-A&E
When procuring non-A&E services with federal-aid funds, Local agencies must comply with 2
CFR Part 200: Uniform Administrative Requirements, Cost Principles, and Audit Requirements
for Federal Awards, excluding sections §200.318-200.326 Procurement Standards (reference
Federal Highway Administration December 4, 2014 Memorandum Action: 2 CFR 200
Implementation Guidance, Attachment A). Local agencies must follow the same policies and
procedures that the State uses for procurement with its non-Federal funds. When procuring
non-A&E services with federal-aid and state-only funds, the governing procurement code is
Public Contract Code 10335-10381.
Procurement of Non-A&E Consultant Contracts
All non-A&E procurements contracts must be conducted in a manner providing full and open
competition consistent with federal and state standards. Local agency must meet the code of
conduct governing the performance of its employees engaged in the award and administration
of federal-aid and state-funded contracts, including the preventions of conflict of interest in PCC
10410.
The following are the fundamental rules when procuring a non-A&E consultant contract.
1. The request for proposal (RFP) must not limit the competition directly or indirectly to any
one consultant. The RFP must be publicized and all evaluation factors and their relative
importance identified. (PCC 10339)
2. Splitting a single transaction into a series of transactions for the purpose of evading the
procurement requirements is not allowed. (PCC 10329)
3. Local agency must secure at least three competitive proposals for each contract. (PCC
10340) When receiving less than three proposals, refer to the Cost-Effective/Public
Interest Finding in this section as an alternative to re-advertisement.
4. No proposals must be considered which have not been received at the place, and prior
to the closing time as stated in the RFP. (PCC 10344(a))
5. Local agency must have a written procedure for evaluating proposals. (PCC 10344)
RFP Basic Requirements
A. There are two general types of consulting service contract solicitations:
B. Request for Proposal using Cost only
C. Request for Proposal using Cost and Qualifications
The local agency must include the following in the request for proposal:
A. A clear, precise description of the work to be performed or services to be provided.
B. Description of the format that proposals must follow and the elements they must contain.
C. The standards the agency will use in evaluating proposals. This includes qualifications
and certifications if applicable.
D. The date the proposals are due.
E. The procurement schedule that the local agency will follow in reviewing and evaluating
the proposals.
Page 65 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
(PCC 10344)
Additional Requirements and Evaluation Criteria
Additional Requirements for Request for Proposal using Cost only
A. Local agency must require consultants to submit their proposals and cost in a separate,
sealed envelope.
B. Local agency must determine those that meet the format requirements and the
standards specified in the request for proposal.
C. The sealed envelopes containing the price and cost information for those proposals that
meet the format requirements and standards must then be publicly opened and read.
D. Contract must be awarded to the lowest responsible consultant meeting the standards.
(PCC 10344(b))
Additional Requirements for Request for Proposal using Cost and Qualifications
A. Local agency must include in the proposal the description of the evaluation and scoring
method. Substantial weight in relationship to all other criteria utilized must be given to
the cost amount proposed by the consultant.
B. Local agency must determine those that meet the format requirements specified in the
RFP.
C. Local agency evaluation committee must evaluate and score the proposals using the
methods specified in the RFP. All evaluation and scoring sheets must be available for
public inspection after the committee scoring process. Evaluation committee should
comply to the prevention of conflict of interest in PCC 10410.
D. The non-A&E contract must be awarded to the consultant whose proposal is given the
highest score by the evaluation committee.
(PCC 10344(c))
When using RFP (Cost and Qualifications), the criteria used to evaluate the consultant’s
proposals must have a logical foundation within the scope of work or within other technical
requirements contained in the RFP. Each criterion must have a weight or level of importance,
and it is recommended that total possible score for the evaluation criteria be one hundred (100)
points. The proposed cost should be at least thirty percent (30%) of total points in evaluation
criteria.
An example RFP for non-A&E is provided on the Local Assistance website at https://dot.ca.gov/-
/media/dot-media/programs/local-assistance/documents/ae/files/rfp-example-non-ae.docx and
may be modified.
Submission of Exhibit 10-C: Consultant Contract Database to Caltrans HQ is not required for
non-A&E consultant contracts.
Page 66 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
Consultant’s Proposal
The consultant’s proposal should include the following information:
• Consultant Project Manager – qualifications, roles and responsibilities.
• Methodology -description of work and overall approach, specific techniques that will be
used and specific administrative and operations expertise to be used.
• Workplan and Work Schedule -the technical proposal should include activities and
tasks, and their delivery schedule.
• Personnel -List of personnel who will be working on the project, and their resumes.
• Facilities and resources (If applicable) -Explanation of where the services will be
provided and what type of equipment is needed to perform services.
• Sub-contracts -Identify all sub-contracts that are to be used, description of each and the
work by each sub-consultant/sub-contractor. No work must be subcontracted unless
listed in the technical proposal. Sub-consultant resumes should be provided.
• References -The technical proposal should provide at least three (3) clients for whom
the proposer has performed work of similar nature to the request.
Cost Proposal Worksheet
The RFP should provide a standard format for cost proposal that all proposers must include in
their proposal. The cost proposal format can be broken down by specific tasks, showing hourly
labor rates, level of effort and material, and/or by milestones and deliverables.
Local agency is not required to award a contract if it is determined that the contract price is not
reasonable. (PCC 10340(c))
DBE Consideration
DBE consideration is required on all federal-aid funded contracts including non-A&E.
Administrative Requirements
Advertisement for RFPs may be through the local agency website, local publications, and
national publications. Minimum solicitation time is 14 calendar days. The solicitation should
inform potential qualified consultants that questions must be submitted in writing to the Agency
Contract Manager/Administrator by a specified date and time. All pertinent technical information
and answers to consultant’s questions must be provided to all potential consultants. Written
responses to all questions will be collectively compiled and provided as an addendum.
A proposal may be considered nonresponsive and rejected without evaluation if all required
information is not provided. Proposals without information regarding, or not meeting, the
required DBE utilization goal or without a Good Faith Effort documentation, late submittals,
submittals to the wrong location, or submittals with inadequate copies are considered
nonresponsive and must be rejected. Submittal of additional information after the due date must
not be allowed. Documentation of when each proposal was received must be maintained in the
project files. Copies of date stamped envelope covers or box tops are recommended.
No consultant who has been awarded a consulting service contract may be awarded a
subsequent contract for the services or goods which are required as an end product of the
Page 67 of 68
January 2021
EXHIBIT A to the RESOLUTION
Local Assistance Procedures Manual Chapter 10
Consultant Selection
consulting service contract, unless the subcontract is no more than 10 percent of the total
monetary value of the consulting services contract. Excludes A&E contracts.
(PCC 10365.5)
Contracts may be modified or amended only if the contracts so provide. Amendments must be
requested and executed prior to the termination date of the most recently approved original or
amended contract. All records of contract activities must be kept for three years after federal
final voucher E-76 or state final voucher for State-Only funds. Costs are reimbursable after state
allocation by the California Transportation Commission (CTC) and/or the issuance of the federal
E-76. The per diem rate must not exceed the state rate. Contract Managers are responsible for
monitoring expenditures on all contracts and verifying categories of work that require prevailing
wage. A person in Responsible Charge of contract management is required for all federally
funded projects.
Oral Presentations Optional
When oral presentations are required by the local agency, the evaluation criteria must include
factors/sub-factors and weights used to score the proposers performance at the oral
presentation. The evaluation committee will only be able to score each proposer based upon
these criteria. The Contract Manager/Administrator should develop a set of questions related to
the scope of work or the project to be asked during the evaluation committee question and
answer (Q & A) section of the oral presentations. All proposers are asked the same questions
for consistency.
The committee must also evaluate reference checks and other information gathered
independently. Reference checks must be completed and other information gathered before the
interviews are conducted. If necessary, the results of the reference checks or other information
may be discussed with the highest ranked qualified consultants at the interviews.
Cost-Effective / Public Interest Finding
A minimum of three proposal must be evaluated to establish effective competition. Any agency
that has received less than three proposals on a contract must document the names and
addresses of the firms or individuals it solicited for proposals. Prepare an explanation as to why
less than three proposals were received. When only two proposals are received, a justification
must be documented to proceed with the procurement. When only one proposal is received, a
Non-Competitive process must be justified and a Public Interest Finding (PIF) (LAPM Exhibit 12-
F: Cost-Effective/Public Interest Finding) must be documented. In either case, the re-
advertisement of the RFP should be considered as an option. Retain document as supporting
documentation in the contract file.
(PCC 10340(c))
Protest / Appeals / Reinstatement Procedures
Both state and federal regulations require well-defined protest/reinstatement procedures. It is
essential that the procedures include a reasonable opportunity for the prospective consultant to
present his/her case. The appeals procedures strengthen the process by which the contracting
agency reaches its ultimate goal and helps defends its action against a claim of lack of due
process. A termination clause and a provision for settlement of contract disputes are required.
Protest procedures and dispute resolution processes should be in accordance with PCC 10345.
Page 68 of 68
January 2021
EXHIBIT A to the RESOLUTION
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT RESO NO. POLICY NO. EFF. DATE PAGE
PURCHASING POLICY
1
EXHIBIT B
to the
Resolution
TABLE OF CONTENTS
CHAPTER 1. GENERAL INFORMATION .............................................................. PAGE 3
1.1 CONTROLLING REGULATIONS ........................................................................... PAGE 3
1.2 ETHICS AND ACCOUNTABILITY .......................................................................... PAGE 3
1.3 PURCHASING AGENT RESPONSIBILITIES ............................................................ PAGE 4
1.4 DEPARTMENT RESPONSIBILITIES ...................................................................... PAGE 4
CHAPTER 2. ENCUMBRANCE OF FUNDS .......................................................... PAGE 5
CHAPTER 3. PURCHASING METHODS ............................................................... PAGE 5
3.1 PETTY CASH ................................................................................................... PAGE 5
3.2 CREDIT CARDS ............................................................................................... PAGE 6
3.3 PURCHASE REQUISITIONS................................................................................ PAGE 7
3.4 PURCHASING LIMITS ........................................................................................ PAGE 7
3.5 CONTRACTS FOR GOODS AND SERVICES .......................................................... PAGE 7
3.6 TYPES OF CONTRACTS .................................................................................... PAGE 8
A. STANDING SUPPLY AGREEMENTS .............................................................. PAGE 8
B. MASTER SERVICE AGREEMENTS ............................................................... PAGE 9
C. COOPERATIVE PURCHASE AGREEMENTS .................................................... PAGE 9
D. CONSULTANT AND PROFESSIONAL SERVICES AGREEMENTS ........................ PAGE 9
E. CONTRACTS FOR NON-PUBLIC W ORKS PROJECTS, GOODS AND GENERAL
SERVICES ................................................................................................ PAGE 9
F. CONTRACTS FOR PUBLIC PROJECTS ........................................................ PAGE 10
3.7 CHANGE ORDERS, TASK ORDERS, AND CONTRACT AMENDMENTS .................... PAGE 11
3.8 URGENT AND EMERGENCY PURCHASES .......................................................... PAGE 12
CHAPTER 4. INFORMAL COMPETITIVE PRICING – GOODS AND SERVICES
(NON-PUBLIC WORKS PROJECTS) ..............................................PAGE 13
4.1 COMPETITIVE QUOTES .................................................................................. PAGE 13
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT RESO NO. POLICY NO. EFF. DATE PAGE
PURCHASING POLICY
2
EXHIBIT B
to the
Resolution
CHAPTER 5. FORMAL COMPETITIVE PRICING – GOODS AND SERVICES
(NON-PUBLIC WORKS PROJECTS) ..............................................PAGE 13
5.1 REQUEST FOR PROPOSALS (RFP) ................................................................. PAGE 13
5.2 INVITATION FOR BID (IFB) ............................................................................. PAGE 14
CHAPTER 6. LOCAL VENDOR/BIDDERPREFERENCE .....................................PAGE 14
CHAPTER 7. EXEMPTIONS FROM COMPETITIVE PRICING ..............................PAGE 14
7.1 PURCHASES NOT READILY ADAPTABLE TO COMPETITIVE PRICING ........................ PAGE 14
7.2 SOLE SOURCE PURCHASES ............................................................................. PAGE 14
CHAPTER 8. PURCHASE SPECIFICATIONS ..................................................... PAGE 15
CHAPTER 9. DISPOSAL OF SURPLUS PROPERTY ......................................... PAGE 15
9.1 PROPERTY WITH NO SALVAGE VALUE ............................................................ PAGE 16
9.2 UNCLAIMED, SEIZED OR ABANDONED PROPERTY ............................................. PAGE 16
9.3 REPORTING .................................................................................................. PAGE 16
9.4 DONATIONS OF SURPLUS PROPERTY .............................................................. PAGE 16
CHAPTER 10. PURCHASE AND USE OF RECYCLED PRODUCTS .................... PAGE 16
10.1 RECYCLED PRODUCTS ................................................................................. PAGE 16
CHAPTER 11. CAPITAL EQUIPMENT ...................................................................PAGE 17
CHAPTER 12. INFORMATION TECHNOLOGY-RELATED PURCHASES ........... PAGE 17
CHAPTER 13. RISK MANAGEMENT .....................................................................PAGE 17
CHAPTER 14. CONTRACTOR’S OPERATING REQUIREMENTS ........................PAGE 18
APPENDIX – DEFINITION OF TERMS ...................................................................PAGE 19
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT RESO NO. POLICY NO. EFF. DATE PAGE
PURCHASING POLICY
3
EXHIBIT B
to the
Resolution
CHAPTER 1. GENERAL INFORMATION
1.1. CONTROLLING REGULATIONS
Controlling regulations for the Purchasing function are set forth in the City of Rohnert
Park Municipal Code, and California Government Codes Sections 54202 and
54203. In the event of any conflict between the Purchasing Policies and the City of
Rohnert Park Municipal Code and/or any City Council Resolution, then the Municipal
Code or City Council Resolution shall take precedence.
1.1.1. Purchasing Policies shall be modified by means of periodic Resolution of the
City Council.
1.1.2. Nothing within the Purchasing Policies shall be construed as requiring a
department, purchaser, or contractor to procure products that do not perform
adequately for their intended use, exclude adequate competition, or are not
available at a reasonable price in a reasonable period of time. Additionally,
nothing within the Purchasing Policies shall be construed as requiring the
City, department, purchaser, or contractor to take any action that conflicts
with local, State, or federal requirements.
1.1.3. Purchasing procedures may be developed and/or modified to facilitate
compliance with Purchasing Policies, subject to City Manager approval.
1.1.4. Purchases related to the conduct of Public Projects may be subject to
additional and/or different requirements, as described in these Policies.
1.2. ETHICS AND ACCOUNTABILITY
Purchasing Policies are developed under the authority of Chapter 3.04 Purchasing
Program of the City of Rohnert Park Municipal Code. The City Manager (or his/her
designee) serves as the Purchasing Agent, and is charged with the responsibility and
authority for coordinating and controlling the City’s purchasing function in accordance
with Purchasing Policies.
1.2.1 The Purchasing Agent and all departments shall adhere to the Purchasing
Policies when procuring materials, supplies, equipment, vehicles and
services. All purchases shall be limited to the approved budget or as
otherwise authorized by City Council or City Manager. Purchasing dollar
limits specified in the Purchasing Policies are “per order” unless otherwise
indicated.
1.2.2 Applicable competitive bidding categories, authorization limits or contract
award procedures will be based on unit cost, total purchase cost for
consolidated bid items, or fiscal year aggregates in the case of standing
purchase orders or similar ongoing purchasing arrangements. Staging of
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT RESO NO. POLICY NO. EFF. DATE PAGE
PURCHASING POLICY
4
EXHIBIT B
to the
Resolution
purchases to avoid competitive bidding procedures or authorization limits is
prohibited.
1.2.3 All personnel engaged in the purchasing function shall exercise good
judgment in the use and stewardship of City resources, and all Purchasing
functions shall be conducted with absolute integrity and objectivity.
Purchases are subject to public scrutiny; employees shall follow a strict rule
of personal conduct that will not compromise the City in the conduct of its
business. Any employee intentionally and/or repeatedly making purchases in
a manner that circumvents ignores or fails to comply with the Purchasing
Policy will be subject to disciplinary action, in accordance with City Personnel
procedures.
1.3. PURCHASING AGENT RESPONSIBILITIES
The City Manager or his/her designee shall act as the City’s Purchasing Agent. The
Purchasing Agent is responsible for procurement of materials, supplies, equipment,
vehicles and services; administration of Purchasing Policy and procedures; and
management of surplus City property. To perform these functions efficiently and assist
departments, the Purchasing Agent shall:
A. Coordinate and manage procurement of the City’s materials, supplies,
equipment, vehicles and services from the lowest responsive and
responsible bidder when required by the Purchasing Policies.
B. Ensure full and open competition on all purchases as required by the
Purchasing Policies, and make purchase award recommendations to the
appropriate authority.
C. Identify, evaluate and utilize purchasing methods that best meet the needs of
the City (cooperative purchases, standing purchase orders, contractual
agreements, etc.).
D. Recommend revisions to Purchasing Policy and procedures when
necessary, and keep informed of current developments in the field of Public
Purchasing.
E. In consultation with the Finance Director act as the City’s agent in the
transfer and disposal of surplus equipment and materials.
1.4. DEPARTMENT RESPONSIBILITIES
Each Department is responsible for facilitating prudent, efficient and cost-effective
purchases. To meet these responsibilities, Departments shall:
A. Ensure staff is trained on the terminology and requirements set forth in the
Purchasing Policy and procedures.
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT RESO NO. POLICY NO. EFF. DATE PAGE
PURCHASING POLICY
5
EXHIBIT B
to the
Resolution
B. Each Department Head shall provide a list with sample signature to the
Finance Director and Purchasing Agent of staff authorized to approve
requisitions, blanket or standing purchase orders, authorize confirming
purchase orders, invoices and the dollar limit for each individual.
C. Minimize urgent and sole source purchases, and provide written findings and
documentation when such purchases may be necessary.
D. Prohibit splitting orders or projects for the purpose of avoiding procurement
requirements or authorization limits.
E. Anticipate requirements sufficiently in advance to allow adequate time to
obtain goods in accordance with best purchasing practices.
F. Maximize coordination of purchases to take advantage of cost savings for
bulk purchases of commonly used goods and services.
G. Identify the account from which purchases will be made and provide
evidence that encumbrance appropriation are available in the budget.
H. Provide a business justification for each purchase.
I. Provide appropriate documentation that goods or services have been
received, including properly signed off packing/receiving slips and
confirmation that items have been received in good condition.
J. Invoices related to contracts or purchases authorized by the City Council or
City Manager can be approved for payment by the Department Head or their
designee.
CHAPTER 2. ENCUMBRANCE OF FUNDS
Except in emergency or urgent situations, the Purchasing Agent shall not issue any
Purchase Order nor shall any contract be approved for materials, supplies, equipment,
vehicles or services unless there exists an unencumbered appropriation in the department
budget against which said purchase or contract is to be charged. Funds shall be
encumbered by means of Purchase Order for all purchases exceeding $3,000.
CHAPTER 3. PURCHASING METHODS
3.1 PETTY CASH
Departments may request petty cash for use in purchasing small or immediately
needed items, for expenditures that would be impractical to process through the
Purchase Order system. Petty cash “banks” may be established and maintained for this
purpose as authorized by the City Manager or Finance Director.
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT RESO NO. POLICY NO. EFF. DATE PAGE
PURCHASING POLICY
6
EXHIBIT B
to the
Resolution
A. Department Heads or designee shall be responsible for assuring compliance
with the petty cash policy and procedures, and for the security of petty cash
in the Department.
B. Each Department that requests a petty cash banks shall appoint a custodian
of the bank that is responsible for controlling the bank and requesting
reimbursement to replenish funds.
C. Department staff may make small or urgent purchases in amounts not to
exceed $50 per request. Multiple petty cash slips shall not be used to “split”
orders so as to circumvent this limit.
D. Petty cash slips shall include the business justification for the purchase, and
be signed by appropriate supervisory staff.
E. Petty cash may not be “loaned” to any individual for any reason.
Department’s petty cash “bank” will be replenished based on submittal of signed petty
cash slips and receipts to Finance for expenditures made. The Finance Department
shall periodically audit Department’s petty cash “bank”.
3.2 CREDIT CARDS
Under certain circumstances, use of a City credit card may be the most appropriate
method for purchases.
3.2.1. City credit cards will be distributed on an as-needed basis to staff at the
discretion of the Department Heads. Delegated spending authority will be
consistent with or lower than spending limits for Purchase Orders.
3.2.2. City credit cards shall be utilized for purchase of supplies and materials, and
shall not be used to contract for or purchase services, including professional
services.
3.2.3. All purchases by credit card shall be shipped or delivered to a City address.
3.2.4. All credit card purchases must be documented in the same fashion as
regular purchases including properly signed off packing/receiving slips,
confirmation that goods have received in good condition and business
justifications for the purchases.
3.2.5. If sales tax has not been paid at the time of purchase, this must be noted so
that Finance can ensure that sales/use tax is paid to the State.
3.2.6. Use of the City credit card for personal purchases, cash advances or to
purchase alcohol is prohibited.
3.2.7. Failure to comply with established procedures may result in discontinuance
of use of the credit card by the employee/department, and may subject the
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT RESO NO. POLICY NO. EFF. DATE PAGE
PURCHASING POLICY
7
EXHIBIT B
to the
Resolution
employee to disciplinary action, in accordance with City Personnel
procedures.
3.3 PURCHASE REQUISITIONS
Departments shall submit requests for goods and equipment to the Purchasing Agent
by standard Requisition Form. Signature authority for Requisitions shall be the same
as that for Purchase Orders.
3.3.1 Departments shall submit completed Requisitions for purchases in excess of
$3,000 that have yet to be made and for which the Purchasing Agent shall
complete the purchase.
3.4 PURCHASING LIMITS
3.4.1 Authorized approvers of Requisitions and Contracts shall be limited as
indicated in the table below:
$1 to $1,000 Staff as delegated by Department Head
$1 to $3,000 Supervisor/Manager as delegated by Dept. Head
$1 to $15,000 Department Head, includes contracts
$1 to $50,000 Assistant City Manager, includes contracts
$1 to $100,000 City Manager, includes contracts
$1 to $175,000 City Manager, Construction Projects threshold as
defined by California Uniform Public Construction Cost
Accounting Act (CUPCCAA) as it may be amended from
time to time.
3.5 CONTRACTS FOR GOODS AND SERVICES
3.5.1 City contracts shall be consistent with State and federal laws, and shall be
fully executed prior to the performance of any contract work. Each contract
shall be approved as to form by the City Attorney, unless such contract is
developed consistent with a template pre-approved as to form by the City
Attorney (in which case the individual contract need not receive separate
attorney approval).
3.5.2 Contract signature authority shall be aligned with that for purchasing limits,
as designated in the Rohnert Park Municipal Code, Section 3.04, and as per
contract. The City Manager or designee may execute any contract for which
authorization has been granted pursuant to Ordinance, Resolution, or other
action of the City Council, providing sufficient unencumbered funds
exist. Contracts or Agreements related to transfer of title to real property
must be signed by the Mayor or designee. Any contract made, or purported
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT RESO NO. POLICY NO. EFF. DATE PAGE
PURCHASING POLICY
8
EXHIBIT B
to the
Resolution
to be made, by the City in violation of this section shall be void and of no
force or effect.
3.5.3 The term or life of an Agreement shall be set, including, e.g., dates for
required performance, with dates for phase completion if applicable, as well
as for overall project completion. An Agreement may be made for a project
in which completion of required work extends beyond one year; such an
Agreement is not considered a multi-year agreement in the context of this
Policy.
3.5.4 Multi-year agreements are encouraged for ongoing general services and
consultant/professional services with a defined scope of work such as, but
not limited to, janitorial and landscape maintenance, attorneys and
accountants, and printing. The annual value of multi-year contracts and
single year contracts with options to renew shall be considered in obtaining
the appropriate signature authority. Any renewal periods for such contracts
shall require a contract amendment, including proper signatures, executed
prior to performance of the additional work or provision of the additional
goods.
3.5.5 The City Manager or designee may approve alternative selection, evaluation,
and award procedures for a specific contract or class of contracts (except as
provided herein), if available information demonstrates that a substantial cost
savings, enhancement in quality or performance, or other public benefit will
result from use of the alternative contracting method. The alternative
contracting method shall meet the purpose and goals of the Purchasing
Policies and shall substantially promote the public interest in a manner that
could not be achieved by complying with the competitive procurement
methods otherwise available under the Purchasing Policies.
3.5.6 In event of emergency or urgent circumstances City Manager has the
authority to authorize service contracts and follow up with City Council at the
earliest opportunity. Except in an emergency or urgent circumstance, as
approved by the City Manager, no work shall commence, until all required
contract documentation (e.g., insurance certificates and endorsements,
licenses, permits) has been provided to the City.
3.6 TYPES OF CONTRACTS
A. Standing Supply Agreements - Department Heads, or designees, may
negotiate Standing Supply Agreements with vendors for purchase of
repetitive-use, non-capital equipment as defined in Chapter 11 “Capital
Equipment” of the Purchasing Policy, items common to one or several
departments. The Purchasing Agent will coordinate Standing Supply
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT RESO NO. POLICY NO. EFF. DATE PAGE
PURCHASING POLICY
9
EXHIBIT B
to the
Resolution
Agreements and process transactions by means of Purchase Order;
signature authority and dollar values apply accordingly.
B. Master Service Agreements – Department Heads may establish Master
Service Agreements with specific vendors to provide services over time. A
Contract/Task Order including a written outline of the scope of work and
payment terms is required for services made through Master Service
Agreements; a new contract for each purchase is unnecessary. Contract
dollar limits and signature authority are applicable, and requirements such as
insurance and indemnification may vary depending on the type of service
required. Funds shall be encumbered in an adequate amount to complete
the task or order; unused funds will be unencumbered following completion
of the purchase.
C. Cooperative Purchase Agreements - The Purchasing Agent has the
authority to: join with other public jurisdictions in Cooperative Purchasing
Agreements; buy directly from a vendor at a price established by competitive
bidding by another public jurisdiction in substantial compliance with this
document, even if the City has not joined with that public agency in a formal
agreement; and, purchase from the United States of America, any state,
municipality or other public corporation, or agency, without following formal
purchasing procedures as defined in the Purchasing Policy. A Purchase
Order is required for purchases made through Cooperative Purchase
Agreements, subject to approvals and dollar limitations accordingly.
D. Consultant and Professional Services Agreements - The City Manager or
designee shall prescribe the procedures governing the solicitation and
selection of proposals, and award of consultant service Agreements,
including professional services. Contracts may be awarded through a
competitive or negotiated process based on solicitation of qualifications and
proposals of at least three providers (which may be waived at the discretion
of the City Manager based on State law, and for sole source, urgent and
emergency purchases, or as otherwise provided in the Purchasing
Policy). Such procedures shall have the express purpose of obtaining
contractual services of the highest quality together with the most cost-
effective pricing. Proposals and/or Qualifications solicited for Professional
Services shall be evaluated based on criteria other than pricing, as defined in
the solicitations (such as demonstrated competence and professional
qualifications), and the City may then negotiate with the most responsive and
responsible vendor.
For grant funded projects, the City shall follow any procurement
requirements imposed under the grant agreement or required for use of
grant funding. For state and federally funded transportation projects, the City
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT RESO NO. POLICY NO. EFF. DATE PAGE
PURCHASING POLICY
10
EXHIBIT B
to the
Resolution
shall procure architectural and engineer services agreements in accordance
with the State of California Department of Transportation Local Assistance
Procedures Manual, Chapter 10, as may be subsequently amended, in order
to maintain eligibility for reimbursement.
E. Contracts for Non-Public Works Projects, Goods, and General
Services- Contracts may be established for non-public works projects and
purchases of goods and general (i.e., non-consultant) services, utilizing
informal or formal processes for submission of proposals or bids. Contracts
shall be developed based on the requirements for those processes as
indicated in the Purchasing Policy and procedures
F. Contracts for Public Projects - Accounting procedures were established by
the California Uniform Public Construction Cost Accounting Commission,
and are detailed in the Commission’s Accounting Policies and Procedures
Manual. PCC §22000-22050 describe both the informal and formal bidding
procedures, project dollar thresholds, bidding and noticing requirements,
rejection of bids, the definition and procedure for emergency Public Projects,
and other mandates related to CUPCCAA.
Rather than the City’s Purchasing Ordinance or Policy, Public Projects are
subject to definitions, terms and conditions specified in the California Uniform
Public Construction Cost Accounting Act (CUPCCAA), Public Contract Code
Section 2200, et seq., as may be amended from time to time. When Public
Contract Code (PCC) requirements contradict City requirements, the PCC
will apply. PCC § 22002(c), as may be amended, defines a “Public Project”
as:
(a) "Public project" means any of the following:
(i) Construction, reconstruction, erection, alteration, renovation, improvement,
demolition, and repair work involving any publicly owned, leased, or operated
facility.
(ii) Painting or repainting of any publicly owned, leased, or operated facility.
(iii) In the case of a publicly owned utility system, "public project" shall include only
the construction, erection, improvement, or repair of dams, reservoirs, power
plants, and electrical transmission lines of 230,000 volts and higher.
(b) "Public project" does not include maintenance work. For purposes of this
section, "maintenance work" includes all of the following:
(i) Routine, recurring, and usual work for the preservation or protection of any
publicly owned or publicly operated facility for its intended purposes.
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT RESO NO. POLICY NO. EFF. DATE PAGE
PURCHASING POLICY
11
EXHIBIT B
to the
Resolution
(ii) Minor repainting.
(iii) Resurfacing of streets and highways at less than one inch.
(iv) Landscape maintenance, including mowing, watering, trimming, pruning,
planting, replacement of plants, and servicing of irrigation and sprinkler
systems.
(v) Work performed to keep, operate, and maintain publicly owned water, power,
or waste disposal systems, including, but not limited to, dams, reservoirs,
power plants, and electrical transmission lines of 230,000 volts and higher.
(c) For purposes of this chapter, "facility" means any plant, building,
structure, ground facility, utility system, subject to the limitation found in
paragraph (3) of subdivision (c), real property, streets and highways, or
other public work improvement.
City Council adopted Ordinance No. 710 and Resolution No. 2004-70 in
March 2004, thereby electing that the City become subject to CUPCCAA.
The competitive bidding process is not required for public projects less than
$3,000.
The City Manager is authorized to award Public Project contracts solicited
through CUPCCAA informal bidding processes. Contracts exceeding a
certain dollar limit currently $175,000 (as they may be revised from time to
time by CUPCCAA), are let in accordance with CUPCCAA formal bidding
procedures, and awarded by the City Council.
PCC § 22037, as may be amended, describes the formal bidding process as
follows:
Notice inviting formal bids shall state the time and place for
receiving and opening of sealed bids and distinctly describe the
project. The notice shall be published at least 14 calendar days
before the date of opening the bids in a newspaper of general
circulation, printed and published in the jurisdiction of the public
agency; or if there is no newspaper printed and published within
the jurisdiction of the public agency, publication shall be by posting
the notice in at least three places within the jurisdiction of the
public agency as have been designated by ordinance or regulation
of the public agency as places for the posting of its of its notices.
The notice inviting formal bids shall also be sent electronically, if
available, by either facsimile or electronic mail and mailed to all
construction trade journals specified in Section 22036. The notice
shall be sent at least 15 calendar days before the date of opening
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT RESO NO. POLICY NO. EFF. DATE PAGE
PURCHASING POLICY
12
EXHIBIT B
to the
Resolution
the bids. In addition to the notice required by this section, the
public agency may give such other notice as it deems proper.
3.7 CHANGE ORDERS, TASK ORDERS, AND CONTRACT AMENDMENTS
A substantial change to a Purchase Order or Contract (i.e., pricing, terms and
conditions, specifications and/or scope of work) shall be documented as a Change
Order, Task Order, or Contract Amendment.
3.7.1 City Manager, Assistant City Manager and Department Heads may sign
Change Orders, Task Orders, and Contract Amendments for purchases and
contracts up to the maximum of the limits set forth in section 3.4.1.
3.7.2 Change Orders, Task Orders, and Contract Amendments generally should
not exceed 10% of the original contract amount, unless authorized by the
applicable signing authority. A new scope of work and/or a new contract
may be required when the change exceeds 10% of the original amount. The
individual designated in the initial Contract or Council Action shall make that
decision.
3.7.3 A Change Order, Task Order, or Contract Amendment is not required when
taxes, shipping and/or handling cause a purchase to exceed the authorized
amount; the signatory limit may also be exceeded in that circumstance.
3.8 URGENT AND EMERGENCY PURCHASES
Sound judgment shall be used in keeping urgent, disaster and emergency
purchases to an absolute minimum. Specific procedures for managing these
purchases shall apply, as determined by the Finance Director and Purchasing
Agent.
3.8.1 Urgent Purchases – Immediate purchases of material, supplies, equipment,
and/or services may be made when an urgent circumstance (as defined in
the Purchasing Policy Appendix) exists, and procurement should not be
delayed by use of normal competitive and financial procedures. Urgent
purchases shall be authorized by the City Manager or designee. Urgent
purchases shall be followed, as soon as practical, with submission of a
Confirming Requisition that includes a written justification for the purchase
having been made outside normal procedures, and Council will be notified as
soon as practicable. Lack of planning does not constitute justification for an
urgent purchase.
3.8.2 Disaster and Emergency Purchases – In a disaster or emergency (as
defined in the Purchasing Policy Appendix), the City Manager or his/her
designee may authorize deviation from the purchasing practices required by
the Purchasing Policy, including, but not limited to, the immediate purchase
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT RESO NO. POLICY NO. EFF. DATE PAGE
PURCHASING POLICY
13
EXHIBIT B
to the
Resolution
of material, supplies, equipment, and professional services, including those
in excess of his/her City Council-approved signature threshold, in the
manner provided for in the Purchasing Policy Appendix.
CHAPTER 4. INFORMAL COMPETITIVE PRICING – GOODS AND GENERAL
SERVICES, NON-PUBLIC WORKS PROJECTS
4.1 COMPETITIVE QUOTES
The Department or the Purchasing Agent may purchase goods and services in the
open market based on evaluation of competitive quotes. A minimum of three (3)
competitive quotes shall be solicited for purchases greater than $3,000 and less than
$100,000. Requests for quotations must be made or distributed, utilizing Request for
Quotation forms or alternate forms as may be approved. Written documentation of
quotes must be provided.
4.1.1 Competitive quotes are not required for purchases below $3,000, but shall
be solicited prior to completing Purchase Orders if reasonably possible.
4.1.2 The City Manager/Designee may award the purchase to the lowest
responsive and responsible party whose quote fulfills the intended purpose,
quality, and delivery needs of the solicitation. In lieu of awarding the
purchase, the City Manager/Designee may reject the quotes, or may
negotiate further to obtain terms more acceptable to the City.
4.1.3 The City Manager may dispense with quotes in emergency and urgent
circumstances, as outlined under Section 3.8 “Urgent and Emergency
Purchases” of the Purchasing Policy.
CHAPTER 5. FORMAL COMPETITIVE PRICING – GOODS AND GENERAL
SERVICES, NON-PUBLIC WORKS PROJECTS
When purchases are anticipated to exceed $100,000, and/or require City Council
approval, formal competitive procedures must be completed. These procedures include
sealed proposals solicited through a Request for Proposal (RFP) and sealed bidding
solicited through an Invitation for Bid (IFB).
5.1 REQUESTS FOR PROPOSALS (RFP)
5.1.1 A contract or purchase agreement may be entered into by means of sealed
proposals solicited through a Request for Proposal (RFP). The Request for
Proposal shall state the criteria for evaluation and the relative importance of
price and other factors.
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT RESO NO. POLICY NO. EFF. DATE PAGE
PURCHASING POLICY
14
EXHIBIT B
to the
Resolution
5.1.2 The Purchasing Agent shall determine the RFP procedures, including
whether and where public notice of formal proposals shall be made. Sealed
proposals shall be submitted to the Purchasing Agent by the date and time
specified on the prescribed forms.
5.1.3 No work shall be performed unless and until a contract has been executed,
except under urgent and emergency circumstances as defined in this policy.
5.2 INVITATION FOR BID (IFB)
A contract or purchase may be entered into by means of sealed proposals solicited
through an Invitation for Bid (IFB). The Purchasing Agent shall determine the
procedures for IFBs for non-public projects, and no work shall be performed unless
and until a Purchase Order has been issued, except under urgent and emergency
circumstances as defined in the Purchasing Policy.
CHAPTER 6. LOCAL VENDOR/BIDDER PREFERENCE
6.1 A bid price preference of 1% shall be granted to local vendors/bidders (those
providing goods or services in the City of Rohnert Park, or elsewhere in Sonoma
County); however, the preference shall not exceed $5,000.
6.2 Rohnert Park vendors/bidders will be given priority in the selection process over
those from other Sonoma County cities if the Rohnert Park bid is evaluated equally
to any of those cities. To qualify for the preference, local vendors/bidders must
submit proof of the address of their principal place of business and a copy of a
current City business license.
6.3 The local vendor/bidder preference shall apply when written proposals or bids are
solicited, but shall not apply to Public Projects or purchases made in cooperation
with other jurisdictions. The local vendor/bidder preference will be waived when
prohibited by federal, State or other law or regulation, or by conditions specified by
grantors, as determined by the Purchasing Agent.
CHAPTER 7. EXEMPTIONS FROM COMPETITIVE PRICING - GOODS AND
GENERAL SERVICES, NON-PUBLIC PROJECTS
7.1 Purchases not readily adaptable to the open market and bidding processes may be
eligible for exemption from competitive pricing. These purchases include, but are
not limited to utilities, subscriptions, memberships, software licenses,
advertisements, temporary services, insurance or bond premiums and travel
expenses. Exemptions are restricted to those items appearing on a list maintained
by the Purchasing Agent. Departments may submit written requests to the
Purchasing Agent for additional exemptions, which will be approved if appropriate
and added to the list.
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT RESO NO. POLICY NO. EFF. DATE PAGE
PURCHASING POLICY
15
EXHIBIT B
to the
Resolution
7.2 Sole Source Purchases - Upon recommendation of the Department Head, the
City Manager may waive bidding requirements for sole source purchases if he/she
determines sufficient justification exists. Sole source purchases shall be
coordinated by the Purchasing Agent, and may include proprietary items sold
directly from the manufacturer, items that have only one distributor authorized to
sell in Sonoma County, items that perform a complex or unique function or
purchases when a certain product is the only one proven to be acceptable or
compatible with existing equipment. Sole source purchases should be kept at a
minimum, to encourage competition and more favorable prices.
7.3 Cooperative Purchases as defined in the Purchasing Policies are exempt from
competitive pricing conducted by the City.
CHAPTER 8. PURCHASE SPECIFICATIONS
8.1 Use of brand names in specifications shall be for the purpose of describing the
standard of quality, performance, and characteristics the City desires, and not be
intended to limit or restrict competition. If a brand name is incorporated into a
specification, a minimum of two acceptable brands shall be listed whenever
possible and shall be followed by the statement “or approved equal” unless the
sole source policy applies.
8.2 Use of specifications provided by a specific manufacturer should be avoided,
however, if used, the name of the manufacturer, model number, etc., should be
indicated. The bid document shall clearly state that the use of the manufacturer’s
specifications are for the sole purpose of establishing the level of quality desired.
The Purchasing Agent will determine and approve any product submitted as an “or
equal.”
8.3 The Purchasing Agent may limit bidding to a specific product type or a brand name
product when purchasing equipment or supplies required to be compatible with
existing equipment or to perform complex or unique functions.
8.4 Public Contract Code § 3400 requirements should be reviewed when brand names
and/or manufacturer specifications are being considered for inclusion in a bid
solicitation.
CHAPTER 9. DISPOSAL OF SURPLUS PROPERTY
The City Manager or designee is authorized to exchange, trade-in, sell and dispose of
surplus personal property having salvage value in the open market, by public auction, by
competitive sealed bids or by exchange or trade in for new goods. The sale or lease of
surplus personal property to a governmental, public or quasi-public agency may be without
advertisement for or receipt of bids. Employees are not eligible to receive or purchase
surplus property, however, employees may receive personalized items, and receive or
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT RESO NO. POLICY NO. EFF. DATE PAGE
PURCHASING POLICY
16
EXHIBIT B
to the
Resolution
purchase at market value items considered to be memorial or commemorative in nature,
subject to City Manager approval.
9.1 PROPERTY WITH NO SALVAGE VALUE
Surplus personal property with no salvage value, as determined by the Purchasing
Agent, shall be disposed of in a manner that salvages recyclable components, if
practical.
9.2 UNCLAIMED, SEIZED OR ABANDONED PROPERTY
The Purchasing Agent, with City Manager approval, is authorized to sell or dispose of
all goods in the possession or custody of the Department of Public Safety which are
unclaimed, seized and/or abandoned and may be legally disposed of by the City.
9.3 REPORTING
The Purchasing Agent shall provide reports to Finance Director indicating surplus
personal property disposed of, the method of disposal, and the amounts received from
disposal, and shall maintain records for public inspection relative to the disposal of
surplus personal property for a period of time in compliance with State law and the
City’s records retention schedule.
9.4 DONATIONS OF SURPLUS PROPERTY
Upon approval in advance in writing by the City Manager, surplus personal property
may be donated to governmental, public or quasi-public agencies, charitable or non-
profit organizations on a first-come first-served basis to be utilized for non-profit
purposes.
CHAPTER 10. PURCHASE AND USE OF RECYCLED PRODUCTS
The City encourages the use of recycled products whenever practicable, and products
manufactured with the highest amount of postconsumer material practical. Such products
must meet reasonable performance standards, be available at a reasonable price and be
available within a reasonable amount of time.
10.1 RECYCLED PRODUCTS
Recycled products covered under this policy include: paper (printing and copy), paper
products, glass, oil, paint, solvents, tires, tire-derived products, compost and
aggregate, such as those used in building construction, road construction, office
products and fleet maintenance.
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT RESO NO. POLICY NO. EFF. DATE PAGE
PURCHASING POLICY
17
EXHIBIT B
to the
Resolution
10.2 EXCEPTIONS
Exceptions to this policy are granted under the following conditions:
A. The cost is greater than 105% of the cost of a comparable non-recycled
product.
B. A recycled product option cannot be identified, after a due diligence search.
C. Critical performance criteria cannot be met by any recycled product.
D. A recycled product is not available within a reasonable amount of time.
E. Other exceptions as granted by consent of the City Manager.
CHAPTER 11. CAPITAL EQUIPMENT
Purchase of equipment or furniture at a unit cost of $5,000 or greater with a useful life
greater than 5 years shall be capitalized in accordance with the City’s capitalization policy.
A Purchase Order must be issued; Standing Purchase Orders may not be substituted. At
the time of receipt, a tracking number shall be issued and affixed to the asset.
CHAPTER 12. INFORMATION TECHNOLOGY-RELATED PURCHASES
To keep costs under control and assure implemented technologies work together
harmoniously and meet staff needs, the City of Rohnert Park Information Technology
Department (IT) shall standardize and control all purchases of equipment touching the
Data and Telephone networks, as well as desktop computers.
12.1 With limited exceptions, the Information Technology Department shall include in
its annual budget funding to support all cross-department technologies, and shall
work cooperatively with the Purchasing Agent to identify technology vendors and
purchasing methods. While the Information Technology Department may provide
support for specific departmental technology needs, those needs may be funded
through department budgets.
12.2 The list of those authorized by the City Manager to request technology purchases
shall be maintained by the Information Technology Department.
CHAPTER 13. RISK MANAGEMENT
13.1 The Purchasing Agent shall adhere to and follow the insurance requirements and
monitor compliance as established by the City’s Risk Management Agency. In
accordance with the type of services to be provided. The Purchasing Agent shall
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT RESO NO. POLICY NO. EFF. DATE PAGE
PURCHASING POLICY
18
EXHIBIT B
to the
Resolution
ensure the proper insurance requirements are included in any standard contract
for services. Contracts will not be fully executed until all required insurance
certificates and endorsements have been received, reviewed and approved;
additional requirements may apply to Public Projects.
13.2 Requirements for contract bonds, such as Performance Bonds, Labor and
Material Bonds and/or Fidelity Bond shall be determined by the Project Manager’s
Department Head, with advisement from the Purchasing Agent when required.
Bonds are maintained by the project manager, and forwarded to the City Clerk’s
office upon contract completion. Requirements related to Public Projects may
vary from those for non-public projects.
CHAPTER 14. CONTRACTOR’S OPERATING REQUIREMENTS
14.1 Any person doing business in the City must possess a current City of Rohnert
Park Business License, as required by the Rohnert Park Municipal Code.
14.2 Prior to contract award, the project manager shall verify that the contractor’s State
Contractors License is valid and in good standing, and the Contractor has not
been debarred by the Federal Government. Verification shall be documented in
the permanent contract file.
14.3 No contractor or subcontractor may be listed on a bid proposal or awarded a
contract for a public works project unless registered with the Department of
Industrial Relations pursuant to Labor Code section 1725.5 [with limited
exceptions from this requirement for bid purposes only under Labor Code section
1771.1(a)].
14.4 All contractors (including consultants and service providers) and their respective
subcontractors who meet any of the following criteria shall be required to
successfully pass a California Department of Justice Live Scan Fingerprinting
background check conducted by the City of Rohnert Park Department of Public
Safety:
• Work with children when performing on-site services
• Access City of Rohnert Park computers
Contractors shall be responsible for obtaining Live Scan Fingerprinting prior to
performing work and shall bear the cost thereof at the time of fingerprinting.
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT RESO NO. POLICY NO. EFF. DATE PAGE
PURCHASING POLICY
19
EXHIBIT B
to the
Resolution
APPENDIX – DEFINITION OF TERMS
1. AMENDMENT – any change or modification in the terms and conditions of a
contract, accomplished by agreement of the parties; similar function to a change
order
2. AWARD – a contract or purchase made with a vendor that successfully completes a
bidding or competitive proposal process
3. BIDDER’S LIST – list of responsible prospective suppliers and contractors to whom
notice of Invitations for Bid on Public Projects may be delivered
4. CHANGE ORDER – document used to detail a substantial change to a Purchase
Order or construction contract
5. CITY – City of Rohnert Park, California
6. COMPETITIVE QUOTE – verbal or written pricing quotation made by vendor(s)
regarding specific purchases; typically three are required prior to purchasing item or
service (also known as Informal Competitive Pricing)
7. CONSULTANT SERVICES – services of an advisory nature that provide a
recommended course of action or personal expertise, and that have an end product
which is basically a transmittal of information
8. CONTRACT – all types of City agreements, regardless of what they may be called,
for the procurement or disposal of goods, supplies, services, professional or
consulting services, or construction
9. CONTRACTS FOR GOODS AND VARIOUS SERVICES – for purchases of goods
and services through non-pre-qualified vendors for non-public projects, utilizing
informal or formal processes for submission of proposals or bids, based on the
requirements for these processes
10. CONTRACTOR – any person, group of persons, business, consultant, designing
architect, association, partnership, corporation, supplier, vendor, printer, or other
entity not in the employment of the City that has entered into a binding contract with
the City, or serves in a subcontracting capacity with an entity having a contract with
the City, to provide goods, supplies, services, professional services, construction or
disposal of surplus supplies
11. EMERGENCY PURCHASE – purchase or service procured under circumstance of a
Federal, State or City declared disaster or where a circumstance poses clear,
substantial, and imminent danger (e.g., fire, flood, explosion, storm, earthquake,
epidemic, riot, civil defense) and immediate action is necessary to prevent or
mitigate major loss or significant impairment of life, health, property, or essential
public services; procurement should not be delayed by use of normal competitive
and financial procedures. Emergency purchases related to Public Projects must
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT RESO NO. POLICY NO. EFF. DATE PAGE
PURCHASING POLICY
20
EXHIBIT B
to the
Resolution
meet requirements established by CUPCCA.
12. ENCUMBRANCE – placement of a financial hold on a specified amount of funds
designated for a particular purpose, prior to making a purchase or payment on a
contract related to that purpose, and preventing the use of those funds for any other
purpose
13. EXEMPT PURCHASE – a purchase not readily adaptable to the open market and
formal bidding or competitive pricing processes, such as magazine subscriptions
and membership dues; also emergency and other purchases as detailed in the
Purchasing Policy
14. GENERAL SERVICES – the furnishing of labor, time or effort by a vendor primarily
through use of manual or technical skills that may or may not produce a tangible
commodity; e.g., janitorial work, landscape maintenance, equipment repair and
service, rubbish and waste removal, clothing rental and cleaning, and minor
repainting (non-public projects)
15. JOB ORDER CONTRACT – a contract competitively bid for a base year and
multiple option years for Public Projects of minor construction and renovation,
alterations, painting and repair of existing facilities
16. LOWEST RESPONSIBLE, RESPONSIVE BIDDER – bidder submitting the bid or
proposal meeting all requirements of the specifications, terms, and conditions of the
Invitation for Bids or Request for Proposal resulting in the lowest cost to the City in a
total cost concept or based solely on price, taking into consideration the financial
and practical ability of the vendor to perform the contract and past performance of
the vendor
17. PERFORMANCE BOND – a bond issued to the City as a guarantee against the
failure of a contractor to meet obligations specified in the contract
18. PROFESSIONAL SERVICES – services provided by an educated, certified or
licensed specialist, or technical expert, that may be subject to procurement
restrictions in accordance with State law, and City contract requirements, beyond
that of regular (non-professional) consultant services
19. PURCHASE ORDER – A document representing a contract between the City and
the vendor, utilized for ordering goods and services, and subject to specific
signature authorities based on the dollar value of the purchase(s)
20. REQUEST FOR STATEMENT OF QUALIFICATIONS (RSQ) – document providing
details regarding a desired purchase (typically a service), and soliciting qualifications
from vendors
21. REQUEST FOR PROPOSALS (RFP) – document providing details regarding a
desired purchase, and soliciting pricing quotations from vendors
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT RESO NO. POLICY NO. EFF. DATE PAGE
PURCHASING POLICY
21
EXHIBIT B
to the
Resolution
22. REQUEST FOR QUOTATIONS (RFQ) – process to invite suppliers to provide
written or verbal pricing and/or other details regarding products and services of
interest to the City; facilitating vendor comparison and purchase under the best
available terms
23. SOLE SOURCE PURCHASE – commodities and services that can be obtained from
only one vendor, proprietary items sold directly from the manufacturer, items that
have only one distributor authorized to sell in this area, or items that perform a
complex or unique function; exempt from bidding
24. SURPLUS PROPERTY – personal property which the City no longer has use for,
has fully depreciated, or which has exhausted its intended life; also goods in the
possession or custody of the Department of Public Safety that are unclaimed, seized
and/or abandoned
25. TASK ORDER – issued under Master Agreements to secure services from the
consultant as needed; include the specific scope of work required by the City, the
compensation due for that specific scope of work, and any terms and conditions that
may pertain solely to the task; creates a financial obligation for the City
26. URGENT PURCHASE – a purchase made when a sudden, unexpected occurrence,
while not an emergency as defined in the Purchasing Policies, necessitates
expedited action to prevent or mitigate loss, protect property or public health and
safety, and ensure essential public services (e.g., street signal outage, heating
system failure at the Senior Center in winter, off-site fire truck repair)
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT/TITLE: POLICY NO: APPROVED BY: APPROVAL DATE:
APPENDIX TO PURCHASING POLICY:
EMERGENCY AND DISASTER
PURCHASING POLICY
2.04.001
APPENDIX
☒ RESO NO: 2018-154 NOVEMBER 27,
2018
Page 1 of 6
TABLE OF CONTENTS
1. GENERAL INFORMATION ...................................................................................................................... 1
2. DELEGATION OF PURCHASING AUTHORITY IN EMERGENCY ................................................................ 2
3. PROCUREMENT PROCEDURES .............................................................................................................. 3
4. REPORTING AND CONTRACTING .......................................................................................................... 5
1. GENERAL INFORMATION
1.1. Purpose and Scope.
1.1.1. This Emergency and Disaster Purchasing Policy (“Policy”) modifies the City’s
normal purchasing practices to assure that, in exigent circumstances caused by a
proclaimed Emergency or Disaster, the City is able to acquire the goods and
services required to address an immediate threat to life, public health, or safety or
an immediate threat of significant damage to improved public and private property
while still maintaining an effective purchasing process and complying with
applicable local and state purchasing laws. Where the City is included in a major
disaster or emergency declared by the President of the United States, this Policy
also assures that City procurements comply with federal regulations applicable to
FEMA (Federal Emergency Management Agency) disaster grant reimbursement.
1.1.2. This Policy does not govern emergency purchases related to Public Works projects,
which are subject to the procedures set forth in the Public Contract Code sections
20168 and 22050 et seq. Emergency purchases to repair or replace public facilities
may proceed prior to adoption of the working details, drawing, plans, and
specifications, only when in accordance with the Public Contract Code. Staff
responsible for Public Projects shall be held accountable for compliance with these
requirements.
1.1.3. For purposes of this Policy, an Emergency and Disaster shall be deemed to exist
when a condition exists that presents an immediate threat to life, public health, or
safety, or an immediate threat of significant damage to improved public or private
property, and a local Emergency or Disaster has been proclaimed. Any purchases
that do not meet the standard of being necessary for responding to an immediate
threat to health, safety, or improved property shall follow the City’s regular
Purchasing Policy.
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT/TITLE: POLICY NO: APPROVED BY: APPROVAL DATE:
APPENDIX TO PURCHASING POLICY:
EMERGENCY AND DISASTER
PURCHASING POLICY
2.04.001
APPENDIX
☒ RESO NO: 2018-154 NOVEMBER 27,
2018
Page 2 of 6
1.2. Definitions. For purposes of this Policy:
1.2.1. A proclaimed disaster or emergency exists if: (1) the Governor has declared a state
of emergency for an area which includes the geographic territory of the City; or (2)
the City has declared an emergency in the City in the manner provided for in
Chapter 2.52 of the Rohnert Park Municipal Code.
1.2.2. "Director of Emergency Services" means the person designated as the director of
emergency services as specified in Rohnert Park Municipal Code Section 2.52.050,
as may be amended from time to time.
2. DELEGATION OF PURCHASING AUTHORITY IN EMERGENCY
2.1 City Manager Authority. In an emergency, if the City Manager or Director of Emergency
Services determines that material, supplies, equipment, and/or services must be procured
before the City Council is able to assemble and approve these purchases, the City Manager
has authority, subject to the limitations set forth in sections 2.1.1 and 2.1.2, to approve the
immediate rental or purchase of any equipment, supplies, services or other items necessary
to respond to an immediate threat to health, safety or improved property.
2.1.1 Limits of Single Purchase Authority. The City Manager or Director of
Emergency Services or his/her designee shall have the authority to make individual
purchases up to and including $500,000 on his or her signature alone. The City
Manager or Director of Emergency Services or his/her designee shall have the
authority to make purchases in excess of $500,000, up to a maximum of $1,000,000
when countersigned by the Mayor or in the Mayor’s absence countersigned by
another councilmember. If the Mayor or a councilmember is physically unavailable
to provide a physical signature, then approval by electronic or verbal means shall
be permitted and such approval shall be documented by the City Manager or
Director of Emergency Services.
2.1.2 City Council Authorization. Nothing contained in this Policy shall limit the
authority of the City Manager to make purchases and take such other emergency
steps as are, or may be, authorized by the City Council, including opening a line or
lines of credit to accommodate necessary purchases.
2.2 Sub-Delegation of Purchasing Authority. At any time that the City Manager is not
available to approve purchases as allowed in this chapter, the duty shall be carried out by
the Director of Emergency Services.
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT/TITLE: POLICY NO: APPROVED BY: APPROVAL DATE:
APPENDIX TO PURCHASING POLICY:
EMERGENCY AND DISASTER
PURCHASING POLICY
2.04.001
APPENDIX
☒ RESO NO: 2018-154 NOVEMBER 27,
2018
Page 3 of 6
2.3 Sub-Delegation of Purchasing Authority to Department Heads. If none of the people
designated in the order of succession as Director of Emergency Services are available, and
the delay in getting his/her signature would pose an immediate threat to health, safety, or
improved property, the City Department Directors (including Public Safety, Public Works,
Human Resources, Development Services, and Finance) or his/her designee, shall each
have authority to procure in accordance with other requirements of this Policy any
equipment, supplies, services, or other items necessary for his or her department to respond
to the immediate threat to health, safety, or improved property, up to a maximum of
$100,000.
3. PROCUREMENT PROCEDURES
3.1 Compliance with Federal Regulations.
All purchases made under this Policy shall comply with the applicable provisions of 2 CFR Part
200, as those regulations may be amended from time to time.
3.2 Requisition.
3.2.1 Competition. All procurements must be conducted in a manner that promotes full
and open competition.
3.2.2 Procurement Methods. The following methods of procurement may be utilized
by the City Manager or Director of Emergency Services or his/her designee using
the methods of procurement set forth in 2 CFR section 200.320, as may be
subsequently amended from time to time. At the time of adoption of this Policy,
the federal procurement thresholds, as set forth in 2 C.F.R. section 200.320 are:
Under $10,000 Micro-Purchases: no solicitation required so long as the
price is deemed reasonable.
$10,000 to $250,000 Small Purchases: informal procurement required via receipt
of an adequate number of price quotes.
$250,001 and above Sealed Bids or Competitive Proposals.
Sealed Bids: require formal advertising, two or more bidders
are willing and able to respond, and a public opening of the
bids. A fixed price contract is awarded to lowest responsive
and responsible bidder.
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT/TITLE: POLICY NO: APPROVED BY: APPROVAL DATE:
APPENDIX TO PURCHASING POLICY:
EMERGENCY AND DISASTER
PURCHASING POLICY
2.04.001
APPENDIX
☒ RESO NO: 2018-154 NOVEMBER 27,
2018
Page 4 of 6
Competitive Proposals: when sealed bids is not appropriate,
requires advertising, includes a written method for
conducting the technical evaluation, and responses must be
solicited from an adequate number of qualified sources,
normally more than one source submitting an offer, and
either a fixed price or cost-reimbursement type contract is
awarded.
3.3 Non-Competitive Purchasing. Procurement by solicitation from a single source is
allowable only when one or more of the following situations apply: (1) the item is available
only through a single source; (2) public exigency or emergency will not permit delay
required from competitive solicitation; (3) the purchase will be reimbursed from a federal
grant, and the federal awarding agency or pass-through entity has expressly authorized a
noncompetitive process; (4) after solicitation of a number of sources, competition is
deemed inadequate.
3.4 Justification of Non-Competitive Purchasing. Any use of non-competitive purchasing
shall be justified and documented prior to purchase.
3.4.1 The City Manager or Director of Emergency Services may determine procurement
by non-competitive purchasing is appropriate if sufficient justification exists.
3.4.2 If the decision to use non-competitive purchasing is solely based on public exigency
or emergency, then the procurement should be limited to that which must be
performed immediately, allowing subsequent procurement by competitive
proposals. Examples of such acquisitions include, but are not limited to: (1)
placement of emergency protective measures; (2) procurement of scarce
commodities, goods, or services; or (3) acquisition or rental of emergency
equipment, emergency consulting services, emergency road clearance or other
emergency requirements.
3.5 Solicitation Procedures for Non-Competitive Proposals. Even where exempt from
competitive solicitation, telephonic or other electronic bid solicitation from potential
vendors or suppliers, in lieu of written and/or sealed bids, shall be conducted in an effort
to obtain multiple competitive proposals, when and if time allows in light of the exigent
circumstances. If reimbursement under a federal grant award is anticipated for the
purchase, then in accordance with 2 CFR section 200.323, the City Manager or the Director
of Emergency Services shall ensure that profit is negotiated as a separate element of the
price for each contract in which there is no price competition.
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT/TITLE: POLICY NO: APPROVED BY: APPROVAL DATE:
APPENDIX TO PURCHASING POLICY:
EMERGENCY AND DISASTER
PURCHASING POLICY
2.04.001
APPENDIX
☒ RESO NO: 2018-154 NOVEMBER 27,
2018
Page 5 of 6
3.6 Solicitation Requirements for Competitive Proposals.
3.6.1 Locations of Postings for Requests for Proposals or Solicitation of Bids. The
City Manager or the Director of Emergency Services may waive requirements for
public posting of requests for proposals or solicitation of bids, provided the
invitation for bids or request for proposals is advertised or publicized. Notices
soliciting bids or requests for proposals may be posted at the Emergency Operations
Center or Alternate Emergency Operations Center, if the primary Emergency
Operations Center is not being used.
3.6.2 Length of Time for Posting Requests for Proposals or Solicitation of Bids. The
City Manager or the Director of Emergency Services may shorten any bid period
to expedite the award of contracts for emergency equipment, goods, or services,
and should seek to assure that the shortened bid period allows multiple suppliers to
submit bids.
3.6.3 Number of Bids Required. Solicited bids that are non-responsive shall count
towards the minimum numbers of bids required when there is a declared
Emergency and Disaster in the City.
3.7 Contract Price Analysis. For a purchase over $250,000, if reimbursement under a federal
grant award is anticipated, the City Manager or the Director of Emergency Services shall ensure
that a cost or price analysis in accordance with 2 CFR section 200.323 is performed prior to
receiving bids or proposals, and that profit is negotiated as a separate element of the price for each
contract.
4. REPORTING AND CONTRACTING
4.1 Reporting. As soon as reasonably possible after purchases are made pursuant to this
Policy, the Director of Emergency Services or department head shall submit to the Finance
Director, or his or her designee, a requisition and notation that the commodity has been
ordered on an emergency basis from the vendor designated together with justification for
the purchase having been made pursuant to this Policy. Upon receipt of requisitions,
the Finance Director, Purchasing Agent, or his/her designee, shall prepare purchase orders
for the emergency equipment, supplies, services, or other items in accordance with the
requirements of this Policy.
4.2 City Council Notification. The Finance Director or his/her designee, shall inform the City
Council, at its next regular or special meeting or as soon as reasonably possible thereafter,
of any purchases made in excess of $100,000, or whenever the aggregate of purchases is
greater than $500,000.
CITY OF ROHNERT PARK
CITY COUNCIL POLICY
SUBJECT/TITLE: POLICY NO: APPROVED BY: APPROVAL DATE:
APPENDIX TO PURCHASING POLICY:
EMERGENCY AND DISASTER
PURCHASING POLICY
2.04.001
APPENDIX
☒ RESO NO: 2018-154 NOVEMBER 27,
2018
Page 6 of 6
4.3 Public Posting of Contract Awards. All contracts awarded that exceed $100,000 shall
be provided to the City Council within thirty (30) days of award, and thereafter shall be
publicly posted.
4.4 Authority to Cancel Emergency Procurements. Any purchase order or contract
procured under this Policy shall include a provision indicating that the City has the
authority to rescind or terminate a contract for non-performance when a contractor or
vendor, once awarded a contract, is unable to perform under the terms of the contract and
the resulting delay or non-performance presents an immediate threat to health, safety, or
improved property.
4.5 Requirement for Separate Invoicing. All contracts and purchase orders made under this
Policy shall require separate invoicing from routine (non-disaster related) purchases, and
require invoices to state the goods, services, or equipment provided and shall specify the
location where the goods or services were delivered.
4.6 Mandatory Federal Terms. If reimbursement under a federal grant award is anticipated
for a purchase, then the purchase orders or contract for such purchase shall contain all
provisions required under 2 CFR section 200.326.
REVISION HISTORY:
Purchasing Policy passed on 6/14/16 by Resolution 2016-51