HomeMy WebLinkAboutAgreement A-19-045 with Cornerstone Structural Engineering Group.pdf1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
CONSULTANT AGREEMENT
THIS AGREEMENT for Engineering Consultant Services, hereinafter referred to
as “the AGREEMENT,” is made and entered into this _____ day of ____________
2019, by and between the COUNTY OF FRESNO, a political subdivision of the State
of California, hereinafter referred to as “the COUNTY”; and Cornerstone Structural
Engineering Group, a California Corporation, 986 West Alluvial Avenue, Suite 201,
Fresno, CA, 93711, hereinafter referred to as “the CONSULTANT”.
WITNESSETH
WHEREAS, the CONSULTANT has been selected to prepare Plans,
Specifications and Engineer’s Estimate, and to provide other engineering services
required for the design of the North Fork Road over San Joaquin River Bridge
Replacement , hereinafter referred to as “the PROJECT”; and
WHEREAS, said CONSULTANT has been selected in accordance with the
COUNTY's Ordinance Code Chapter 4.10 on the selection of architects, engineers, and
other professionals and Chapter 10 Consultant Selection, California Department of
Transportation, hereinafter referred to as “Caltrans”, Local Assistance Procedures
Manual to provide the engineering services necessary for the PROJECT.
NOW, THEREFORE, in consideration of the promises and covenants set forth
herein, the above named parties agree as follows:
I.GENERAL PROVISIONS
A.The COUNTY hereby contracts with the CONSULTANT as an independent
contractor to provide the consultant engineering services required for the PROJECT.
B.The work to be performed under the AGREEMENT is detailed in Attachment
A, attached hereto and incorporated by this reference as though fully set forth herein,
as reiterated in Article II (“Consultant’s Obligations”).
C.The CONTRACT ADMINISTRATOR on behalf of the COUNTY will be:
Dale Siemer, P.E.
Supervising Engineer
18-0614 Agreement No. 19-045
29th January
2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
2220 Tulare Street, Suite 600, Fresno, CA 93721,
559-600-4327
dsiemer@fresnocountyca.gov
and shall remain so unless the CONSULTANT is otherwise notified in writing by the
COUNTY’s Director of Public Works and Planning or his/her designee (hereinafter
referred to as “the DIRECTOR”). The PROJECT MANAGER for the CONSULTANT
will be:
Shawn Cullers
Engineering Manager
986 West Alluvial Avenue, Suite 201
Fresno, CA 93711
(559) 320-3200
scullers@cseg.com
and shall remain so unless the CONSULTANT requests and CONTRACT
ADMINISTRATOR approves, in writing, a change of the PROJECT MANAGER, which
approval will not be unreasonably withheld.
D. The CONSULTANT’s PROJECT team listed in Attachment B, attached
hereto and incorporated by this reference as though fully set forth herein, is hereby
approved. The CONSULTANT shall not substitute any of the employees or
subconsultant firms listed in Attachment B without prior written authorization from the
CONTRACT ADMINISTRATOR, which approval shall not be unreasonably withheld.
E. The CONSULTANT's services shall be performed as expeditiously as is
consistent with professional skill and the orderly progress of the work, based on the
PROJECT schedule established in Attachment C, attached hereto and incorporated
herein by this reference as though fully set forth herein.
F. As more thoroughly set forth in Article XXXI, the CONSULTANT and the
agents and employees of the CONSULTANT, in the performance of the AGREEMENT,
shall act in an independent capacity and not as officers or employees of the COUNTY.
3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
G. The COUNTY may terminate the AGREEMENT with the CONSULTANT
should the CONSULTANT fail to perform the covenants herein contained at the time
and in the manner herein provided. In the event of such termination, the COUNTY may
proceed with the work in any manner deemed proper by the COUNTY. If the COUNTY
terminates the AGREEMENT with the CONSULTANT, the COUNTY shall pay the
CONSULTANT the sum due the CONSULTANT under the AGREEMENT prior to
termination, unless the cost of completion to the COUNTY exceeds the funds remaining
in the AGREEMENT, in such case the overage shall be deducted from any sum due
the CONSULTANT under the AGREEMENT and the balance, if any, shall be paid to
the CONSULTANT upon demand. The COUNTY’s CONTRACT ADMINISTRATOR will
determine the sum due to the CONSULTANT based on the percentage of work
complete for any incomplete task at the time of termination.
H. The AGREEMENT is not assignable by the CONSULTANT, either in whole
or in part, without the prior written consent of the COUNTY, upon approval by its Board
of Supervisors.
I. No alteration or variation of the terms of the AGREEMENT shall be valid,
unless made in writing and signed by the parties hereto; and no oral understanding or
agreement not incorporated herein, shall be binding on any of the parties hereto.
J. The consideration to be paid the CONSULTANT as provided herein, shall be
in compensation for all of the CONSULTANT’s expenses incurred in the performance
hereof, including travel and per diem, unless otherwise expressly so provided.
II. CONSULTANT’S OBLIGATIONS
The CONSULTANT’s Scope of Work is fully set forth and detailed in Attachment
A, attached hereto and incorporated herein, as referenced in Article I, Section B.
III. OBLIGATIONS OF COUNTY
A list of the COUNTY’s obligations is attached hereto as Attachment D and
incorporated herein by this reference as though fully set forth herein.
IV. PERFORMANCE PERIOD
4
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
A. The AGREEMENT shall go into effect upon execution by the COUNTY, and
the CONSULTANT shall commence work promptly after receipt of notification to
proceed as issued by the CONTRACT ADMINISTRATOR, subject only to the
provisions of Section A of Article XVIII mandating submittal by CONSULTANT of all
insurance certificates required by Article XVIII prior to CONSULTANT’s
commencement of work. The AGREEMENT shall end on the sixth anniversary of the
execution date, unless prior to its expiration its term is extended in writing, for no more
than two additional one-year terms, by mutual consent of the DIRECTOR and the
CONSULTANT.
B. The CONSULTANT is advised and hereby acknowledges its understanding
that any recommendation for award is not binding on the COUNTY until the
AGREEMENT is fully executed following its approval by the COUNTY’s Board of
Supervisors.
V. ALLOWABLE COSTS AND PAYMENTS
A. The CONSULTANT shall not commence the performance of work or services
hereunder until the AGREEMENT has been approved by the COUNTY and a written
notification to proceed has been issued by the CONTRACT ADMINISTRATOR. No
payment will be made for any work performed prior to approval of the AGREEMENT or
for any work performed prior to written authorization for commencement of work
hereunder, issued by the CONTRACT ADMINISTRATOR.
B. The method of payment for this contract will be based on actual cost plus a
fixed fee. COUNTY will reimburse CONSULTANT for actua l costs (including labor
costs, employee benefits, travel, equipment rental costs, overhead and other direct
costs) incurred by CONSULTANT in performance of the work. CONSULTANT will not
be reimbursed for actual costs that exceed the estimated total of wage rates, employee
benefits, travel, equipment rental, overhead, and other estimated costs set forth in the
approved CONSULTANT’S Cost Proposal (Attachment E hereto), unless additional
reimbursement is provided for by contract amendment. In no event will CONSULTANT
5
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
be reimbursed for overhead costs at a rate that exceeds COUNTY’S approved
overhead rate set forth in the Cost Proposal. In the event that COUNTY determines that
a change to the work from that specified in the Cost Proposal and contract is required,
the contract time or actual costs reimbursable by COUNTY shall be adjusted by contract
amendment to accommodate the changed work. Each of the maximum total cost
amounts as specified in Paragraph “H” shall not be exceeded, unless authorized by
contract amendment.
C. In addition to the allowable incurred costs, LOCAL AGENCY will pay
CONSULTANT a ten percent fixed fee of $51,475.00 for Basic Services; and a ten
percent fixed fee for each Task performed under Optional Services, the cumulative
amount of which shall not exceed $3,697.00. Each of the maximum amounts payable
to CONSULTANT for its ten percent fixed fee profit margin is nonadjustable for the term
of the contract, except in the event of a significant change in the scope of work that
results in such adjustment being made by appropriate contract amendment.
D. Reimbursement for transportation and subsistence costs shall not exceed the
rates as specified in Attachment E.
E. Progress payments will be made monthly in arrears based on services
provided and actual costs incurred.
F. When milestone cost estimates are included in Attachment E, the
CONSULTANT shall obtain prior written approval for a revised milestone cost
estimate from the CONTRACT ADMINISTRATOR before exceeding such cost
estimate. Any remaining budget from a prior milestone cost estimate will be allowed to
be used toward completing a subsequent milestone upon written approval by the
CONTRACT ADMINISTRATOR.
G. The CONSULTANT will be reimbursed, as promptly as fiscal procedures will
permit upon receipt by the COUNTY’s CONTRACT ADMINISTRATOR of itemized
invoices. Invoices shall be submitted no later than 45 calendar days after the
7
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Administrator.
For personnel subject to prevailing wage rates as described in the California
Labor Code, all salary increases, which are the direct result of changes in the prevailing
wage rates are reimbursable.
L. The CONSULTANT shall not proceed with the preparation of any Optional
Service until written authorization is provided by the COUNTY’s Contract Administrator.
Optional Services as described in Attachment A may be authorized in writing by the
COUNTY’s Contract Administrator as needed.
M. If the CONSULTANT fails to satisfactorily complete a deliverable according
to the schedule set forth in Attachment C, no payment will be made until the
deliverable has been satisfactorily completed or the schedule has been adjusted by
the CONSULTANT and approved by the COUNTY’s Contract Administrator.
VI. TERMINATION
A. The AGREEMENT may be terminated without cause at any time by the
COUNTY upon thirty (30) calendar days written notice. If the COUNTY terminates the
AGREEMENT, the CONSULTANT shall be compensated for services satisfactorily
completed to the date of termination based upon the CONSULTANT’s fees and subject
to the maximum amounts payable as specified in Article V and Attachment E.
B. If the CONSULTANT terminates the AGREEMENT for reasons other than
material breach by the COUNTY, the CONSULTANT shall reimburse the COUNTY, up
to a maximum of $10,000, for the actual expense of issuing a new Request For
Proposal, engaging a new consultant(s) and the new consultant’s cost in becoming
familiar with the previous CONSULTANT's work.
C. The COUNTY may immediately suspend or terminate the AGREEMENT in
whole or in part, where in the determination of the COUNTY there is:
1. An illegal or improper use of funds;
2. A failure to comply with any term of the AGREEMENT
3. A substantially incorrect or incomplete report submitted to the
8
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
COUNTY;
4. Improperly performed service.
D. In no event shall any payment by the COUNTY constitute a waiver by the
COUNTY of any breach of the AGREEMENT or any default which may then exist on
the part of the CONSULTANT, nor shall such payment impair or in any way prejudice
any legal or equitable remedy available to the COUNTY with respect to the breach or
default. The COUNTY shall have the right to demand of the CONSULTANT the
repayment to the COUNTY of any funds disbursed to the CONSULTANT under the
AGREEMENT, which, in the judgment of the COUNTY were not expended in
accordance with the terms of the AGREEMENT. The CONSULTANT shall promptly
refund any such funds upon demand.
E. The terms of the AGREEMENT, and the services to be provided thereunder,
are contingent on the approval of funds by the appropriating government agency.
Should sufficient funds not be allocated, the services provided may be modified, or the
AGREEMENT terminated at any time by giving the CONSULTANT thirty (30) days
advance written notice. In the event of termination on the basis of this Paragraph, the
CONSULTANT’s entitlement to payment, in accordance with the payment provisions
set forth hereinabove, shall apply only to work performed by the CONSULTANT prior
to receipt of written notification of such non-allocation of sufficient funding.
F. The maximum amount for which the COUNTY may be found liable in the event
the AGREEMENT is terminated is $1,144,483.
VII. FUNDING REQUIREMENTS
A. It is mutually understood between the parties that the AGREEMENT may have
been written before ascertaining the availability of funds or appropriation of funds, for
the mutual benefit of both parties, in order to avoid program and fiscal delays that would
occur if the AGREEMENT were executed after that determination was made.
B. The AGREEMENT is valid and enforceable only if sufficient funds are made
available to the COUNTY. In addition, the AGREEMENT is subject to any additional
9
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
restrictions, limitations, conditions, or any legislation enacted by the Congress, State
Legislature or County Board of Supervisors that may affect the provisions, terms, or
funding of the AGREEMENT in any manner.
C. It is mutually agreed that if sufficient funds are not appropriated, the
AGREEMENT may be amended to reflect any reduction in funds.
D. The COUNTY has the option to void the AGREEMENT under the termination
clause, or to amend the AGREEMENT by mutually acceptable modification of its
provisions to reflect any reduction of funds.
VIII. CHANGE IN TERMS
A. The AGREEMENT may be amended or modified only by mutual written
agreement of both parties. Except as provided in Section IV.A above, any such written
amendment to this AGREEMENT may be approved on the COUNTY’s behalf only by
its Board of Supervisors.
B. The CONSULTANT shall only commence work covered by an amendment
after the amendment has been fully executed and written notification to proceed has
been issued by the CONTRACT ADMINISTRATOR.
C. There will be no change in the members of the CONSULTANT’s PROJECT
team as identified in Attachment B without prior written approval by the CONTRACT
ADMINISTRATOR.
IX. DISADVANTAGED BUSINESS ENTERPRISES (DBE) PARTICIPATION
A. The AGREEMENT is subject to 49 CFR, Part 26 entitled “Participation by
Disadvantaged Business Enterprises in Department of Transportation Financial
Assistance Programs”. Consultants who obtain Disadvantaged Business Enterprise
(hereinafter referred to as “DBE”) participation on the AGREEMENT will assist Caltrans
in meeting its federally mandated statewide overall DBE goal.
B. The goal for DBE participation for the AGREEMENT is 7%. Participation by a
DBE consultant or subconsultants shall be in accordance with information contained in
the Notice to Proposers DBE Information (Exhibit 10-I), Consultant Proposal DBE
10
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Commitment (Exhibit 10-O1), or in the Consultant Contract DBE Information (Exhibit
10-O2) attached hereto as Attachment F and incorporated herein by this reference as
though fully set forth herein. If a DBE subconsultant is unable to perform, the
CONSULTANT must make a good faith effort to replace him/her with another DBE
subconsultant, if the goal is not otherwise met.
C. DBEs and other small businesses, as defined in 49 CFR, Part 26 are
encouraged to participate in the performance of contracts financed in whole or in part
with federal funds. The CONSULTANT or subconsultant shall not discriminate on the
basis of race, color, national origin, or sex in the performance of the AGREEMENT.
CONSULTANT shall carry out applicable requirements of 49 CFR, Part 26 in the award
and administration of US DOT-assisted agreements. Failure by the CONSULTANT to
carry out these requirements is a material breach of the AGREEMENT, which may
result in the termination of the AGREEMENT or such other remedy as the COUNTY
deems appropriate.
D. Any subcontract entered into as a result of this contract shall contain all of the
provisions of this Article IX.
E. A DBE firm may be terminated only with prior written approval from the
COUNTY and only for the reasons specified in 49 CFR 26.53(f). Prior to requesting the
COUNTY’s consent for the termination, the CONSULTANT must meet the procedural
requirements specified in 49 CFR 26.53(f).
F. A DBE performs a Commercially Useful Function (CUF) when it is responsible
for execution of the work of the AGREEMENT and is carrying out its responsibilities by
actually performing, managing, and supervising the work involved. To perform a CUF,
the DBE must also be responsible with respect to materials and supplies used on the
contract, for negotiating price, determining quality and quantity, orde ring the material,
and installing (where applicable) and paying for the material itself. To determine
whether a DBE is performing a CUF, evaluate the amount of work subcontracted,
industry practices, whether the amount the firm is to be paid under the AGREEMENT
11
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
is commensurate with the work it is actually performing, and other relevant factors.
G. A DBE does not perform a CUF if its role is limited to that of an extra
participant in a transaction, contract, or project through which funds are passed in
order to obtain the appearance of DBE participation. In determining whether a DBE is
such an extra participant, examine similar transactions, particularly those in which
DBEs do not participate.
H. If a DBE does not perform or exercise responsibility for at least thirty percent
(30%) of the total cost of its contract with its own work force, or the DBE subcontracts
a greater portion of the work of the contract than would be expected on the basis of
normal industry practice for the type of work involved, it will be presumed that it is not
performing a CUF.
I. The CONSULTANT shall maintain records of materials purchased or
supplied from all subcontracts entered into with certified DBEs. The records shall
show the name and business address of each DBE or vendor and the total dollar
amount actually paid each DBE or vendor, regardless of tier. The records shall show
the date of payment and the total dollar figure paid to all firms. DBE prime consultants
shall also show the date of work performed by their own forces along with the
corresponding dollar value of the work.
J. Upon completion of the AGREEMENT, a summary of these records shall be
prepared and submitted on the form entitled, “Final Report-Utilization of
Disadvantaged Business Enterprise (DBE), First-Tier Subconsultants” CEM-2402F
(Exhibit 17-F, of the LAPM), attached herto as Attachment F, certified correct by the
CONSULTANT or the CONSULTANT’s authorized representative and shall be
furnished to the CONTRACT ADMINISTRATOR with the final invoice. Failure to
provide the summary of DBE payments with the final invoice will result in twenty-five
percent (25%) of the dollar value of the invoice being withheld from payment until the
12
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
form is submitted. The amount will be returned to the CONSULTANT when a
satisfactory “Final Report-Utilization of Disadvantaged Business Enterprises (DBE),
First-Tier Subconsultants” is submitted to the CONTRACT ADMINISTRATOR.
K. If a DBE subconsultant is decertified during the life of the AGREEMENT, the
decertified subconsultant shall notify the CONSULTANT in writing with the date of
decertification. If a subconsultant becomes a certified DBE during the life of the
AGREEMENT , the subconsultant shall notify the CONSULTANT in writing with the
date of certification. Any changes should be reported to the CONTRACT
ADMINISTRATOR within 30 days.
X. COST PRINCIPLES
A. The CONSULTANT agrees that the Contract Cost Principles and Procedures,
Title 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq.,
shall be used to determine the allowability of cost for individual items.
B. The CONSULTANT also agrees to comply with federal procedures in
accordance with Title 49 CFR, Part 18, Uniform Administrative Requirements for Grants
and Cooperative Agreements to State and Local Governments.
C. Any costs for which payment has been made to CONSULTANT that are
determined by subsequent audit to be unallowable under 49 CFR Part 18 and 48 CFR,
Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., are subject to
repayment by CONSULTANT to the COUNTY.
XI. COVENANT AGAINST CONTINGENT FEES
The CONSULTANT warrants, by execution of the AGREEMENT, that the
CONSULTANT has not employed or retained any company or person, other than a
bona fide employee working for the CONSULTANT; to solicit or secure the
AGREEMENT; and that the CONSULTANT has not paid or agreed to pay any company
or person other than a bona fide employee, any fee, commission, percentage,
brokerage fee, gift, or any other consideration, contingent upon or resulting from the
13
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
award or formation of the AGREEMENT. For breach or violation of this warranty, the
COUNTY shall have the right to annul th e AGREEMENT without liability, and to pay
only for the value of the work actually performed by the CONSULTANT, or alternatively
in the COUNY’s discretion, to deduct from the contract price or consideration, or
otherwise recover the full amount of such any such commission, percentage, brokerage
fee, gift, contingent fee or similar form of consideration previously paid by the
CONSULTANT.
XII. RETENTION OF RECORDS/AUDIT
A. For the purpose of determining the sufficiency of the CONTRACTOR’s
performance of the contract (and compliance with Public Contract Code 10115, et seq.
and Title 21, California Code of Regulations, Chapter 21, Section 2500 et seq., when
applicable), the CONSULTANT, its subconsultants, and the COUNTY, and each of
them, shall maintain all books, documents, papers, accounting records, and other
evidence pertaining to the performance of the AGREEMENT, including but not limited
to, the costs of administering the AGREEMENT.
B. All parties shall make such materials available at their respective offices at all
reasonable times throughout the entirety of the contract term and for three years from
the date of final payment under the contract, pursuant to Government Code 8546.7.
The State, the State Auditor, the COUNTY, Federal Highway Administration (FHWA),
or any duly authorized representative of the federal government shall have access to
any books, records, and documents of the CONSULTANT, and the work papers of its
certified public accountants, that are pertinent to the contract for audit, examinations,
excerpts, and transactions, and copies thereof shall be furnished if requested as more
thoroughly set forth in Section D of Article XIV of the AGREEMENT.
XIII. DISPUTES
A. Any dispute, other than audit, concerning a question of fact arising under th e
AGREEMENT that is not disposed of by agreement between the parties shall be
decided by a committee consisting of the CONTRACT ADMINISTRATOR and the
14
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
DIRECTOR, who may consider written or verbal information submitted by the
CONSULTANT.
B. Not later than 30 days after completion of all deliverables necessary to
complete the plans, specifications and estimate, the CONSULTANT may request
review by the COUNTY BOARD OF SUPERVISORS of unresolved claims or disputes,
other than audit. The request for review will be submitted in writing.
C. Neither the pendency of a dispute, nor its consideration by the committee will
excuse the CONSULTANT from full and timely performance in accordance with the
terms of the AGREEMENT.
XIV. AUDIT REVIEW PROCEDURES
A. Any dispute concerning a question of fact arising under an interim or post
audit of the AGREEMENT that is not disposed of by agreement between the parties,
shall be reviewed by the COUNTY’s Auditor-Controller/Treasurer-Tax Collector.
B. Not later than 30 days after issuance of the final audit report, the
CONSULTANT may request a review by the COUNTY’s Auditor-Controller/Treasurer-
Tax Collector of unresolved audit issues. The request for review will be submitted in
writing.
C. Neither the pendency of a dispute nor its consideration by the COUNTY will
excuse the CONSULTANT from full and timely performance, in accordance with the
terms of the AGREEMENT.
D. The CONSULTANT and subconsultants’ contracts, including cost proposals
and indirect cost rates (ICR), are subject to audits or reviews such as, but not limited
to, a Contract Audit, an Incurred Cost Audit, an ICR Audit, or a certified public
accountant (CPA) ICR Audit Workpaper Review. If selected for audit or review, the
AGREEMENT, cost proposal and ICR and related workpapers, if applicable, will be
reviewed to verify compliance with 48 CFR, Part 31 and other related laws and
regulations. In the instances of a CPA ICR Audit Workpaper Review it is the
CONSULTANT’s responsibility to ensure federal, state, or local government officials
15
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
are allowed full access to the CPA’s workpapers, including making such copies as the
auditor deems necessary. The AGREEMENT, cost proposal, and ICR shall be adjusted
by the CONSULTANT and approved by the CONTRACT ADMINISTRATOR to conform
to the audit or review recommendations. The CONSULTANT agrees that individual
terms of costs identified in the audit report shall be incorporated into the AGREEMENT
by this reference if directed by COUNTY at its sole discretion. Refusal by the
CONSULTANT to incorporate audit or review recommendations, or to ensure that the
Federal, State, or local governments have access to CPA workpapers, will be
considered a breach of the AGREEMENT terms and cause for termination of the
AGREEMENT and disallowance of prior reimbursed costs.
XV. SUBCONTRACTING
A. Nothing contained in the AGREEMENT or otherwise, shall create any
contractual relation between the COUNTY and any subconsultant(s), and no
subcontract shall relieve the CONSULTANT of any of its responsibilities and obligations
hereunder. The CONSULTANT agrees to be as fully responsible to the COUNTY for
the acts and omissions of its subconsultant(s) and of persons either directly or indirectly
employed by any of them as it is for the acts and omissions of persons directly employed
by the CONSULTANT. It is specifically agreed and acknowledged that the
CONSULTANT’s obligation to pay its subconsultant(s) is an entirely independent
obligation from the COUNTY’s obligation to make payments to the CONSULTANT.
B. The CONSULTANT shall perform the work contemplated with resources
available within its own organization; and no portion of the work pertinent to the
AGREEMENT shall be subcontracted without prior written authorization by the
CONTRACT ADMINISTRATOR, excepting only those portions of the work and the
responsible subconsultants that are expressly identified in Attachment B hereto.
C. The CONSULTANT shall pay its subconsultants within ten (10) calendar days
from receipt of each payment made to the CONSULTANT by the COUNTY.
D. All subcontracts entered into as a result of the AGREEMENT shall contain all
16
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
of the provisions stipulated in the AGREEMENT to be applicable to subconsultants.
E. Any substitution of subconsultant(s) must be approved in writing by the
CONTRACT ADMINISTRATOR prior to the start of work by such subconsultant(s).
XVI. EQUIPMENT PURCHASE
A. Prior authorization in writing, by the CONTRACT ADMINISTRATOR, shall be
required before the CONSULTANT enters into any unbudgeted purchase order, or
subcontract exceeding $5,000 for supplies, equipment, or CONSULTANT services.
The CONSULTANT shall provide an evaluation of the necessity or desirability of
incurring such costs.
B. Prior authorization by the CONTRACT ADMINISTRATOR shall be required
for purchase of any item, service or consulting work in excess of $5,000 that is not
covered in the CONSULTANT’s Cost Proposal; and the CONSULTANT’s request must
be accompanied by three competitive quotations, unless the absence of bidding is
adequately justified, to the satisfaction of the CONTRACT ADMINISTRATOR in his or
her discretion, by written explanation provided by the CONSULTANT with its submittal .
C. Any authorized purchase of equipment as a result of the AGREEMENT is
subject to the following: “The CONSULTANT shall maintain an inventory of all
nonexpendable property. Nonexpendable property is defined as having a useful life of
at least two years and an acquisition cost of $5,000 or more. If the purchased equipment
needs replacement and is sold or traded in, the COUNTY shall receive a proper refund
or credit at the conclusion of the AGREEMENT, or if the AGREEMENT is terminated,
the CONSULTANT may either keep the equipment and credit the COUNTY in an
amount equal to its fair market value, or sell such equipment at the best price obtainable
at a public or private sale, in accordance with established COUNTY procedures; and
credit the COUNTY in an amount equal to the sales price. If the CONSULTANT elects
to keep the equipment, fair market value shall be determined at the CONSULTANT’s
expense, on the basis of a competent independent appraisal of such equipment.
Appraisals shall be obtained from an appraiser mutually agreeable to by the COUNTY
17
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
and the CONSULTANT, if it is determined to sell the equipment, the terms and
conditions of such sale must be approved in advance by the COUNTY.” Title 49 CFR,
Part 18 requires a credit to Federal funds when participating equipment with a fair
market value greater than $5,000.00 is credited to the PROJECT.
XVII. HOLD HARMLESS
A. CONSULTANT shall defend, hold harmless and indemnify COUNTY, its
officers, agents, and employees, against the payment of any and all costs and
expenses (including reasonable attorney fees and court costs), damages, claims, sui ts,
losses, and liability for bodily and personal injury to or death of any person or for loss
of any property resulting from or arising out of any negligent or wrongful acts, errors or
omissions of CONSULTANT, its officers, agents, and employees, in performing or
failing to perform any work, services, or functions under this Agreement.
B. COUNTY and CONSULTANT hereby declare their mutual intent to cooperate in
the defense of any claim, suit, or other action alleging liability, arising from the
performance or failure to perform of any COUNTY construction contractor or
subcontractor in connection with any project for which CONSULTANT has been
retained under Article III above. Such cooperation may include an agreement to
prepare and present a cooperative defense after consultation with CONSULTANT's
professional liability insurance carrier.
XVIII. INSURANCE
A. Without limiting the COUNTY’S right to obtain indemnification from the
CONSULTANT or any third parties, the CONSULTANT, at its sole expense, shall
maintain in full force and effect, the following insurance policies throughout the term of
the AGREEMENT. Provided, however, that the CONSULTANT shall not be required
to obtain or provide such insurance policies unless and until the CONSULTANT has
been authorized to provide services hereunder; and it is understood and acknowledged
by the Parties that the effectiveness of such authorization shall be deemed conditional
upon CONSULTANT’s submittal to COUNTY of all insurance certificates required by
this Article XVIII, prior to CONSULTANT’s commencement of any work on the
18
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
PROJECT.
1. Commercial General Liability Insurance with limits of not less than One
Million Dollars ($1,000,000.00) per occurrence and an annual aggregate of Two Million
Dollars ($2,000,000.00). This policy shall be issued on a per occurrence basis.
2. Comprehensive Automobile Liability Insurance with limits for bodily
injury of not less than One Million Dollars ($1,000,000.00) per accident for bodily injury
and for property damages. Coverage should include any auto used in connection with
the AGREEMENT.
3. Professional Liability Insurance:
If the CONSULTANT employs licensed professional staff in
providing services, Professional Liability Insurance with limits of not less than One
Million Dollars ($1,000,000.00) per claim, Three Million Dollars ($3,000,000.00) annual
aggregate. The policy for Professional Liability shall remain in full force and effect and
evidence of insurance must be provided for a period of five (5) years after completion
of the contracted work.
4. Worker's Compensation insurance policy as may be required by
the California Labor Code. CONSULTANT hereby waives its right to recover from
COUNTY, its officers, agents, and employees any amounts paid by the policy of
worker’s compensation insurance required by this Agreement. CONSULTANT is
solely responsible to obtain any endorsement to such policy tha t may be necessary to
accomplish such waiver of subrogation, but CONSULTANT’s waiver of subrogation
under this paragraph is effective whether or not CONSULTANT obtains such an
endorsement.
B. The CONSULTANT shall obtain endorsements to the Commercial General
Liability insurance naming the COUNTY, its officers, agents, employees, and servants,
individually and collectively, as additional insured s, but only insofar as the operations
under the AGREEMENT are concerned. Such coverage for additional insured shal l
apply as primary insurance and any other insurance, or self -insurance, maintained by
19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
the COUNTY, its officers, agents and employees shall be excess only and not
contributing with insurance provided under the CONSULTANT'S policies herein. The
CONSULTANT shall give the COUNTY at least thirty (30) days advance written notice
of any cancellation, expiration, reduction or other material change in coverage with
respect to any of the aforesaid policies.
C. Prior to commencing any such work under the AGREEMENT, the
CONSULTANT shall provide to the COUNTY certificates of insurance and
endorsements for all of the required policies as specified above, stating that all such
insurance coverage has been obtained and is in full force; that the COUNTY, its officers,
agents and employees will not be responsible for any premiums or assessments on the
policies; that such Commercial General Liability insurance names the COUNTY, its
officers, agents and employees, individually and collectively, as additional insured, but
only insofar as the operations under the AGREEMENT are concerned; that such
coverage for additional insured shall apply as primary insurance and any other
insurance, or self-insurance, maintained by the COUNTY, its officers, agents and
employees, shall be excess only and not contributing with insurance provided under
the CONSULTANT'S policies herein; and that this insurance shall not be cancelled or
changed without a minimum of thirty (30) days advance, written notice given to the
COUNTY; and that for such Worker’s Compensation insurance, the CONSULTANT has
waived its right to recover from the COUNTY, its officers, agents and employees any
amounts paid under the insurance policy and that waiver does not invalidate the
insurance policy. The certificates shall be sent to the CONTRACT ADMINISTRATOR
at Department of Public Works and Planning, Design Division, 2220 Tulare Street, Sixth
Floor, Fresno, CA 93721.
D. In the event CONSULTANT fails to keep in effect at all times insurance
coverage as herein provided, once such insurance is required in accordance with the
provisions of Article XVIII, Section A, the COUNTY may, in addition to other remedies
it may have, terminate the AGREEMENT upon the occurrence of such event.
20
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
E. CONSULTANT shall require and verify that all subconsultants maintain
insurance meeting all of the requirements (including minimum amounts of coverage)
specified in this Article VXIII, including but not limited to the naming of the COUNTY as
an additional insured.
F. All policies required by this Article XVIII shall be issued by admitted
insurers licensed to do business in the State of California , and all insurance shall be
purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VIII or
better.
XIX. INSPECTION OF WORK
The CONSULTANT and any subconsultant shall permit the COUNTY, the
State, and the FHWA to review and inspect the PROJECT activities and files at all
reasonable times during the performance period of the AGREEMENT including review
and inspection on a daily basis.
XX. OWNERSHIP OF DATA
A. All documents, including preliminary documents, calculations, and survey
data, required in performing services under the AGREEMENT shall be submitted to,
and shall remain at all times the property of the COUNTY regardless of whether they
are in the possession of the CONSULTANT or any other person, firm, corporation or
agency.
B. The CONSULTANT understands and agrees the COUNTY shall retain full
ownership rights of the drawings and work product of the CONSULTANT for the
PROJECT, to the fullest extent permitted by law. In this regard, the CONSULTANT
acknowledges and agrees CONSULTANT’s services are on behalf of the COUNTY and
are “works made for hire,” as that term is defined in copyright law, by the COUNTY; that
the drawings and work product to be prepared by the CONSULTANT are for the sole
and exclusive use of the COUNTY, and that the COUNTY shall be the sole owner of all
patents, copyrights, trademarks, trade secrets and other rights and contractual interests
in connection therewith which are developed and compensated solely under the
21
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
AGREEMENT; that all the rights, title and interest in and to the drawings and work
product will be transferred to the COUNTY by the CONSULTANT to the extent the
CONSULTANT has an interest in and authority to convey such rights; and the
CONSULTANT will assist the COUNTY to obtain and enforce patents, copyrights,
trademarks, trade secrets, and other rights and contractual interests relating to said
drawings and work product, free and clear of any claim by the CONSULTANT or anyone
claiming any right through the CONSULTANT. The CONSULTANT further
acknowledges and agrees the COUNTY’s ownership rights in such drawings or work
product, shall apply regardless of whether such drawings or work product, or any copies
thereof, are in possession of the CONSULTANT, or any other person, firm, corporation,
or entity. For purposes of the AGREEMENT the terms “drawings and work product”
shall mean all reports and study findings commissioned to develop the project design,
drawings and schematic or preliminary design documents, certified reproducibles of the
original final construction contract drawings, specifications, the approved estimate,
record drawings, as-built plans, and discoveries, developments, designs, improvement,
inventions, formulas, processes, techniques, or specific know-how and data generated
or conceived or reduced to practice or learning by the CONSULTANT, either alone or
jointly with others, that result from the tasks assigned to the CONSULTANT by the
COUNTY under the AGREEMENT.
C. If the AGREEMENT is terminated during or at the completion of any service
included in Attachment A, a reproducible copy of report(s) or preliminary documents
shall be submitted by the CONSULTANT to the COUNTY, which may use them to
complete the PROJECT at a future time.
D. If the PROJECT is terminated at the completion of a construction document
phase of the PROJECT, certified reproducibles on .003” mylars of the original final
construction contract drawings, specifications, and approved engineer’s estimate shall
be submitted by the CONSULTANT to the COUNTY.
E. The COUNTY may request that certain machine-readable information and
22
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
data (“CAD data”) be provided by the CONSULTANT under the AGREEMENT. Such
CAD data is more specifically described in Attachment A. The electronic files provided
by the CONSULTANT to the COUNTY are submitted for an acceptance period la sting
until the expiration of the AGREEMENT (i.e., throughout the duration of the contract
term, including any extensions). Any defects the COUNTY discovers during such
acceptance period will be reported to the CONSULTANT and will be corrected as part
of the CONSULTANT’s “Basic Scope of Work.”
F. The CONSULTANT shall not be liable for claims, liabilities or losses arising
out of, or connected with (1) the modification or misuse by the COUNTY or anyone
authorized by the COUNTY, of such CAD data, or (2) decline of accuracy or readability
of CAD data due to inappropriate storage conditions or duration; or (3) any use by the
COUNTY, or anyone authorized by the COUNTY, of such CAD data or other project
documentation for additions to the PROJECT for the completion of the PROJECT by
others, or for other projects; except to the extent that said use may may be expressly
authorized, in writing, by the CONSULTANT .
G. The COUNTY, in the discretion of its Board of Supervisors, may permit the
copyrighting of reports or other products of the AGREEMENT; and provided further,
that if copyrights are permitted; the CONSULTANT hereby agrees and this
AGREEMENT shall be deemed to provide that the FHWA shall have the royalty-free
nonexclusive and irrevocable right to reproduce, publish, or otherwise use, and to
authorize others to use, the work for government purposes.
XXI. CLAIMS FILED BY COUNTY’S CONSTRUCTION CONTRACTOR
A. If claims are filed by the COUNTY’s construction contractor relating to work
performed by the CONSULTANT’s personnel, and additional information or assistance
from the CONSULTANT’s personnel is required in order to evaluate or defend against
such claims, then the CONSULTANT hereby agrees in such event to make its
personnel available for consultation with the COUNTY’s construction contract
administration and legal staff and for testimony, if necessary, at depositions and at trial
23
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
or arbitration proceedings.
B. The CONSULTANT’s personnel that the COUNTY considers essential to
assist in defending against construction contractor claims will be made available on
reasonable notice from the COUNTY. Consultation or testimony will be reimbursed at
the same rates, including travel costs that are being paid for the CONSULTANT’s
personnel services under the AGREEMENT. Services of the CONSULTANT’s
personnel in connection with consultation or testimony for this purpose will be
performed pursuant to a written contract amendment, if determined by the parties to be
necessary or appropriate.
XXII. CONFIDENTIALITY OF DATA
A. All financial, statistical, personal, technical, or other data and information
relative to the COUNTY’S operations, which are designated confidential by the
COUNTY and made available to the CONSULTANT in order to carry out the
AGREEMENT, shall be protected by the CONSULTANT from unauthorized use and
disclosure.
B. Permission to disclose information on one occasion, or public hearing held by
the COUNTY relating to the AGREEMENT, shall not authorize the CONSULTANT to
further disclose such information, or disseminate the same on any other occasion.
C. The CONSULTANT shall not comment publicly to the press or any other
media regarding the AGREEMENT or the COUNTY’s actions on the same, except to
the COUNTY’s staff, the CONSULTANT’s own personnel involved in the performance
of the AGREEMENT, at public hearings or in response to questions from a Legislative
committee.
D. The CONSULTANT shall not issue any news release or public relations item
of any nature, whatsoever, regarding work performed or to be performed under the
AGREEMENT without prior review of the contents thereof by the COUNTY, and receipt
of the COUNTY’S written permission.
E. Any subcontract entered into as a result of the AGREEMENT shall contain all
24
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
of the provisions of this Article.
F. All information related to the construction estimate is confidential, and shall
not be disclosed by the CONSULTANT to any entity other than the COUNTY.
XXIII. NATIONAL LABOR RELATIONS BOARD CERTIFICATION
In accordance with Public Contract Code Section 10296, the CONSULTANT
hereby states under penalty of perjury that no more than one final unappealable finding
of contempt of court by a federal court has been issued against the CONSULTANT
within the immediately preceding two-year period, because of the CONSULTANT’s
failure to comply with an order of a federal court that orders the CONSULTANT to
comply with an order of the National Labor Relations Board.
XXIV. EVALUATION OF CONSULTANT
The CONSULTANT’s performance will be evaluated by the COUNTY using
Attachment G, attached hereto and incorporated herein by this reference as though
fully set forth herein. A copy of the evaluation will be sent to the CONSULTANT for
comments. The evaluation together with the comments shall be retained as part of the
contract record.
XXV. STATEMENT OF COMPLIANCE
A. The CONSULTANT’s signature affixed herein, and dated, shall constitute a
certification under penalty of perjury under the laws of the State of California that the
CONSULTANT has, unless exempt, complied with, the nondiscrimination program
requirements of Government Code Section 12990 and Title 2, California
Administrative Code, Section 8103.
B. During the performance of the AGREEMENT, the CONSULTANT and its
subconsultants shall not unlawfully discriminate, harass, or allow hara ssment against
any employee or applicant for employment because of sex, race, color, ancestry,
religious creed, national origin, physical disability (including HIV and AIDS), mental
disability, medical condition (e.g., cancer), age (over 40), marital statu s, and denial of
family care leave. The CONSULTANT and subconsultants shall insure that the
25
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
evaluation and treatment of their employees and applicants for employment are free
from such discrimination and harassment. The CONSULTANT and subconsultants
shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code
§12990 (a-f) et seq.) and the applicable regulations promulgated thereunder (California
Code of Regulations, Title 2, Section 7285 et seq.). The applicable regulations of the
Fair Employment and Housing Commission implementing Government Code Section
12990 (a-f), set forth in Chapter 5 of Division 4 of Title 2 of the California Code of
Regulations, are incorporated into the AGREEMENT by reference and made a part
hereof as if set forth in full. The CONSULTANT and subconsultants shall give written
notice of their obligations under this clause to labor organizations with which they have
a collective bargaining or other Agreement.
C. The CONSULTANT shall comply with regulations relative to Title VI
(nondiscrimination in federally-assisted programs of the Department of Transportation
– Title 49 Code of Federal Regulations, Part 21 - Effectuation of Title VI of the 1964
Civil Rights Act). Title VI provides that the recipients of federal assistance will
implement and maintain a policy of nondiscrimination in which no person in the state
of California shall, on the basis of race, color, national origin, religion, sex, age,
disability, be excluded from participation in, denied the benefits of or subject to
discrimination under any program or activity by the recipients of federal assistance or
their assignees and successors in interest.
D. The CONSULTANT with regard to the work performed by it during the
AGREEMENT shall act in accordance with Title VI. Specifically, the CONSULTANT
shall not discriminate on the basis of race, color, national origin, religion, sex, age, or
disability in the selection and retention of Subconsultants, including procurement of
materials and leases of equipment. The CONSULTANT shall not participate either
directly or indirectly in the discrimination prohibited by Section 21.5 of the U.S. DOT’s
26
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Regulations, including employment practices when the AGREEMENT covers a
program whose goal is employment.
XXVI. DEBARMENT AND SUSPENSION CERTIFICATION
A. The CONSULTANT’s signature affixed herein, shall constitute a certification
under penalty of perjury under the laws of the State of California, that the
CONSULTANT has complied with Title 49, Code of Federal Regulations, Part 29,
Debarment and Suspension Certificate, which certifies that he/she or any person
associated therewith in the capacity of owner, partner, director, officer, or manager, is
not currently under suspension, debarment, voluntary exclusion, or determination of
ineligibility by any federal agency; has not been suspended, debarred, voluntarily
excluded, or determined ineligible by any federal agency within the past three (3) years;
does not have a proposed debarment pending; and has not been indicted,
convicted, or had a civil judgment rendered against it by a court of competent
jurisdiction in any matter involving fraud or official misconduct within the past three (3)
years. Any exceptions to this certification must be disclosed to the COUNTY on
Attachment H, attached hereto and incorporated herein by this reference as though fully
set forth herein.
B. Exceptions will not necessarily result in denial of recommendation for award,
but will be considered in determining the CONSULTANT’s responsibility. Disclosures
must indicate to whom exceptions apply, initiating agency, and dates of action.
C. Exceptions to the Federal Government Excluded Parties Listing System
maintained by the General Services Administration are to be determined by the FHWA.
XXVII. STATE PREVAILING WAGE RATES
A. The CONSULTANT shall comply with the State of California’s General
Prevailing Wage Rate requirements in accordance with California Labor Code, Section
1770, and all Federal, State, and local laws a nd ordinances applicable to the work.
B. Any subcontract entered into as a result of this contract if for more than
$25,000 for public works construction or more than $15,000 for the alteration,
27
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
demolition, repair, or maintenance of public works, shall contain all of the provisions of
this Article.
XXVIII. CONFLICT OF INTEREST
A. The CONSULTANT shall comply with the provisions of the Fresno County
Department of Public Works and Planning Conflict of Interest Code, attached hereto as
Attachment J and incorporated herein by this reference as though fully set forth herein.
Such compliance shall include the filing of annual statements pursuant to the
regulations of the State Fair Political Practices Commission including, but not limited to,
portions of Form 700.
B. The CONSULTANT shall disclose any financial, business, or other
relationship with the COUNTY that may have an impact upon the outcome of this
contract, or any ensuing COUNTY construction project. The CONSULTANT shall also
list current clients who may have a financial interest in the outcome of this contract, or
any ensuing COUNTY construction project, which will follow.
C. The CONSULTANT hereby certifies that it does not now have, nor shall it
acquire any financial or business interest that would conflict with the performance of
services under the AGREEMENT.
D. The CONSULTANT hereby certifies that neither the CONSULTANT, nor any
firm affiliated with the CONSULTANT will bid on any construction contract, or on any
contract to provide construction inspection for any construction project resulting from
this AGREEMENT.
E. Except for subconsultants whose services are limited to providing surveying
or materials testing information, no subconsultant who has provided design services in
connection with this AGREEMENT shall be eligible to bid on any construction contract,
or on any contract to provide construction inspection for any construction project
resulting from this contract.
XXIX. REBATES, KICKBACKS OR OTHER UNLAWFUL CONSIDERATION
The CONSULTANT warrants that the AGREEMENT was not obtained or
28
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
secured through rebates kickbacks or other unlawful consideration, either promised or
paid to any COUNTY employee. For breach or violation of this warranty, the COUNTY
shall have the right, in its discretion, to do any of the following: terminate the
AGREEMENT without liability; or to pay only for the value of the work actually
performed; or to deduct from the AGREEMENT price, or otherwise recover the full
amount of such rebate, kickback or other unlawful consideration.
XXX. PROHIBITION OF EXPENDING COUNTY STATE OR FEDERAL FUNDS FOR
LOBBYING
A. The CONSULTANT shall complete and sign the lobbying forms, attached
hereto and incorporated herein by this reference as though fully set forth herein as
Attachment J, in accordance with the instructions found on each form.
B. The CONSULTANT certifies to the best of his or her knowledge and belief
that:
1. No state, federal or COUNTY appropriated funds have been paid, or
will be paid by or on behalf of the CONSULTANT to any person for influencing or
attempting to influence an officer or employee of any state or federal agency; a Member
of the State Legislature or United States Congress; an officer or employee of the
Legislature or Congress; or any employee of a Member of the Legislature or Congress,
in connection with any of the following:
(a) the awarding of any state or federal contract;
(b) the making of any state or federal grant;
(c) the making of any state or federal loan;
(d) the entering into of any cooperative agreement, or
(e) the extension, continuation, renewal, amendment, or modification of
any state or federal contract, grant, loan, or cooperative agreement.
2. If any funds other than federally appropriated funds have been paid, or
will be paid to any person for influencing or attempting to influence an officer or
employee of any federal agency; a Member of Congress; an officer or employee of
29
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Congress, or an employee of a Member of Congress; in connection with this federal
contract, grant, loan, or cooperative agreement, then the CONSULTANT shall complete
and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance
with its instructions.
C. The certification required by the provisions of this Article is a material
representation of fact upon which reliance was placed when this transaction was made
or entered into. Submission of this certification is a prerequisite for making or entering
into this transaction imposed by Title 31, U.S. Code Section 1352. Any person who
fails to file the required certification shall be subject to a civil penalty of not less than
$10,000 and not more than $100,000 for each such failure.
D. The CONSULTANT also agrees by signing this document that he or she shall
require that the language of this certification be included in all lower-tier subcontracts,
which exceed $100,000, and that all such sub -recipients shall certify and disclose
accordingly.
XXXI. INDEPENDENT CONTRACTOR
A. In performance of the work, duties and obligations assumed by the
CONSULTANT under the AGREEMENT, it is mutually understood and agreed that the
CONSULTANT, including any and all of the CONSULTANT’s officers, agents, and
employees will at all times be acting and performing as an independent contractor, and
shall act in an independent capacity and not as an officer, agent, servant, employee, joint
venturer, partner, or associate of the COUNTY. Furthermore, the COUNTY shall have no
right to control or supervise or direct the manner or method by which the CONTRACTOR
shall perform its work and function. However, the COUNTY shall retain the right to
administer the AGREEMENT so as to verify that the CONSULTANT is performing its
obligations in accordance with the terms and conditions thereof.
B. The CONSULTANT and the COUNTY shall comply with all applicable
provisions of law and the rules and regulations, if any, of governmental authorities having
jurisdiction over matters the subject thereof.
30
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
C. Because of its status as an independent contractor, the CONSULTANT
shall have absolutely no right to employment rights and benefits available to the COUNTY
employees. The CONSULTANT shall be solely liable and responsible for providing to, or
on behalf of, its employees all legally-required employee benefits. In addition, the
CONSULTANT shall be solely responsible and save the COUNTY harmless from all
matters relating to payment of the CONSULTANT’s employees, including compliance with
Social Security withholding and all other regulations governing such matters. It is
acknowledged that during the term of the AGREEMENT, the CONSULTANT may be
providing services to others unrelated to the COUNTY or to the AGREEMENT.
XXXII. DISCLOSURE OF SELF-DEALING TRANSACTIONS
This provision is only applicable if the CONSULTANT is operating as a
corporation (a for-profit or non-profit corporation) or if during the term of the
AGREEMENT, the CONSULANT changes its status to operate as a corporation.
Members of the CONSULTANT’s Board of Directors shall disclose any self -dealing
transactions that they are a party to while CONSULTANT is providing goods or
performing services under the AGREEMENT. A self-dealing transaction shall mean a
transaction to which the CONSULTANT is a party and in which one or more of its
directors has a material financial interest. Members of the Board of Directors shall
disclose any self-dealing transactions that they are a party to by completing and signing
a Self-Dealing Transaction Disclosure Form, attached hereto and incorporated herein
by this reference as though fully set forth herein as Attachment K and submitting it to
the COUNTY prior to commencing with the self-dealing transaction or immediately
thereafter.
XXXIII. NOTIFICATION
All notices hereunder and communications regarding interpretation of the terms
of the AGREEMENT and changes thereto, shall be effected by the mailing thereof by
registered or certified mail, return receipt requested, postage prepaid, and addressed
to the CONTRACT ADMINISTRATOR and the CONSULTANT’s PROJECT MANAGER
31
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
identified above in Article I, Section C.
XXXIV. NON-ASSIGNMENT
Neither party shall assign, transfer or sub-contract the AGREEMENT or any of
its respective rights or duties hereunder, without the prior written consent of the other
party.
XXXV. CONSULTANT’S LEGAL AUTHORITY
Each individual executing or attesting the AGREEMENT on behalf of the
CONSULTANT hereby covenants, warrants, and represents: (i) that he or she is duly
authorized by or in accordance with the CONSULTANT’s corporate by-laws to execute
or attest and deliver the AGREEMENT on behalf of the CONSULTANT; and (ii) that the
AGREEMENT, once he or she has executed it, is and shall be binding upon such
Corporation.
XXXVI. BINDING UPON SUCCESSORS
The AGREEMENT shall be binding upon and inure to the benefit of the parties
and their respective successors in interest, assigns, legal representatives, and heirs.
XXXVII. INCONSISTENCIES
In the event of any inconsistency in interpreting the documents which constitute
the AGREEMENT, the inconsistency shall be resolved by giving precedence in the
following order of priority: (1) the text of the AGREEMENT (excluding Attachments); (2)
Attachments to the AGREEMENT.
XXXVIII. SEVERABILITY
Should any part of the AGREEMENT be determined to be invalid or
unenforceable, then the AGREEMENT shall be construed as not containing such
provision, and all other provisions which are otherwise lawful shall remain in full force
and effect, and to this end the provisions of the AGREEMENT are hereby declared to
be severable.
XXXIX. SAFETY
A. The CONSULTANT shall comply with OSHA regulations applicable to the
32
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
CONSULTANT regarding necessary safety equipment or procedures. The
CONSULTANT shall comply with safety instructions issued by the DIRECTOR. The
CONSULTANT personnel shall wear hard hats and safety vests at all times while
working on the construction project site.
B. Pursuant to the authority contained in Section 591 of the Vehicle Code,
the COUNTY has determined that such areas are within the limits of the project and are
open to public traffic. The CONSULTANT shall comply with all of the requirements set
forth in Divisions 11, 12, 13, 14, and 15 of the Vehicle Code. The CONSULTANT shall
take all reasonably necessary precautions for safe operation of its vehicles and the
protection of the traveling public from injury and damage from such vehicles.
C. Any subcontract entered into as a result of the AGREEMENT shall contain
all of the provisions of this Article.
XXXX. RETENTION OF FUNDS
No retainage will be withheld by the COUNTY from progress payments due the
CONSULTANT. Retainage by the CONSULTANT or subconsultants is prohibited, and
no retainage will be held by the CONSULTANT from progress payments due to its
subconsultants. Any violation of this provision shall subject the violating CONSULTANT
or subconsultants to the penalties, sanctions, and other remedies specified in Section
7108.5 of the California Business and Professions Code. This requirement shall not be
construed to limit or impair any contractual, administrative, or judicial remedies,
otherwise available to the CONSULTANT or subconsultant in the event of a dispute
involving late payment or nonpayment by the prime consultant or deficient
subconsultant performance, or noncompliance by a subconsultant. This provision
applies to both DBE and non-DBE CONSULTANTs and subconsultants.
XXXXI. FINAL AGREEMENT
Both of the above-named parties to the AGREEMENT hereby expressly agree
that the AGREEMENT constitutes the entire agreement which is made and concluded
in duplicate between the two parties with respect to the subject matter hereof and
33
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
supersedes all previous negotiations, proposals, commitments, writings,
advertisements, publications, and understandings of any nature whatsoever unless
expressly included in the AGREEMENT. In consideration of promises, covenants and
conditions contained in the AGREEMENT, the CONSULTANT and the COUNTY, and
each of them, do hereby agree to diligently perform in accordance with the terms and
conditions of the AGREEMENT, as evidenced by the signatures below.
///
///
///
///
///
///
///
///
///
///
///
///
///
///
///
1 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of
2 the day and year first hereinabove written.
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Todd M. Goolkasian, S.E., President
Cornerstone Structural Engineering
Group
986 West Alluvial, Suite 201
Fresno, CA 93711
FOR ACCOUNTING USE ONLY:
ORG No.: 4510
Account No.: 7295
Project No.: G11115
COUNTY OF FRESNO 0 <= ~ ;::> ~
Nathan Magsig, Chairman of the Board
of Supervisors of the County of Fresno
ATTEST:
Bernice E. Seidel
Clerk of the Board of Supervisors
County of Fresno, State of California
By: ~J\p·, t,.D~
34
P
T
c
m
A
A
C
c
o
i
a
d
i
C
T
U
a
p
FRESN
No
PHASE 0
This Task com
completion of
meeting and P
Assistance, an
Assurance/Qu
CONSULTANT
contracted sco
of design issue
nto the design
and impact on
disagreement
mpossible to m
CONSULTANT
Deliverab
Task 0.1 Proje
Upon request
at the COUNTY
prepare for an
0.1.1
CONSULTA
of the kick
communic
NO COUN
orth Fork
MEETING
mmences with
the project. K
Project Deliver
d regulatory a
uality Control;
T’s Principal an
ope, schedule,
es on the proje
n such reasona
n the budget or
will be registe
make reconcil
T shall then com
bles:
PDT M
Constr
Stakeh
ect Meetings
of County, CO
Y’s facility. It i
nd attend meet
Kick-off/S
ANT will prep
k-off/scoping m
cation and pro
NTY – DEP
Road ov
SCOPE
GS AND PRO
receiving the
Key aspects of
ry Team (PDT)
agencies; deve
and general c
nd Project Man
and budget. C
ect budget and
able changes a
r engineer’s es
ered in writing
liation, the wr
mply with COU
Meeting Minute
ructability Rev
holder Meeting
s
NSULTANT w
s assumed tha
tings as follow
Scoping Mee
pare for and at
meeting is to i
ocedure guide
Proje
PARTMEN
ver San Jo
Bridge
BRL
E OF WO
Octo
OJECT MANA
Notice-to-Pro
f the Project M
) meetings; co
eloping and m
coordination a
nager will dire
CONSULTANT
d scope. Upon
as COUNTY de
stimate. If CO
g and COUNTY
ritten disagree
UNTY’s reque
es
view Meeting M
g Minutes
will attend mee
at the number
ws:
eting
ttend the proj
introduce staf
elines, and disc
ect Sco
NT OF PUB
oaquin R
e No. 42C000
LS-5942(262)
RK - BASI
ober 16, 2018
AGEMENT
oceed and conc
Management pr
oordination w
aintaining a p
and communic
ect and monit
T will monitor
n the request o
eems appropr
ONSULTANT d
Y will attempt
ement will bec
est.
Minutes
etings with CO
r of meetings w
ect kick-off/sc
ff, discuss proj
cuss the proje
ope
BLIC WOR
iver Bridg
01
IC SERVIC
cludes with th
rogram includ
with the COUNT
project deliver
cations.
tor project wo
r and keep COU
of the COUNTY
riate as a resul
isagrees with
t to reconcile s
come a part of
OUNTY staff an
will be limited
coping meetin
ject backgrou
ect schedule.
RKS AND
ge Repla
CES
he submittal o
de attending th
TY’s Project M
ry schedule; pr
ork activities in
UNTY informe
Y, CONSULTA
lt of the COUN
COUNTY’s re
such disagree
f the Project r
nd appropriat
d to twelve (12
ng at the COUN
und and scope,
PLANNIN
cement
of the Final PS&
he project kic
Manager, Caltr
roviding Qual
n accordance
ed regarding t
ANT shall incor
NTY’s review p
quest, such
ement. If it is
record and
te project stak
2). CONSULTA
NTY’s offices.
, establish
NG
&E at the
k-off
ans Local
ity
with the
the impact
rporate
processes
keholders
ANT will
The goal
ATTACHMENT A
T
T
u
0.1.2
CONSULTA
Road Main
existing an
that the si
meeting.
0.1.3
CONSULTA
successful
budget; to
potentially
document
0.1.4
CONSULTA
questions
notificatio
that all ha
0.1.5
CONSULTA
Review M
Meetings.
meeting a
Deliv
Task 0.2 Proje
This task inclu
utility owners
0.2.1
CONSULTA
requireme
Caltrans D
Site Invest
ANT will prep
ntenance Divis
nd proposed r
te investigatio
PDT Meeti
ANT will prep
l completion o
o discuss critic
y affect the pr
ting the discus
Public Ou
ANT will atten
from the pub
ons will be arr
ndouts and pr
Construct
ANT will meet
eetings. It is a
CONSULTAN
ction items an
erables:
Meeting Ag
Attendee S
Meeting Mi
ect Coordina
udes coordinat
.
Caltrans P
ANT will assis
ents of the HB
District 6 Loca
HBP Sc
Design
tigation Mee
pare for and at
sions to deter
right-of-way, i
on meeting wi
ings
pare for and at
of the project.
cal project info
roject design, s
ssions, conclus
utreach Mee
nd up to two (
lic as requeste
anged by the
resentation m
tability Revie
t with the COU
assumed that t
T will prepare
nd the respons
gendas
ign In Sheets
inutes (Draft a
ation
tion with Caltr
Programming
st the COUNTY
P program an
l Assistance. T
cope/Cost/Sch
n Exception Re
eting
ttend the site i
mine existing
.e. irrigation a
ill be schedule
ttend PDT me
The goal of th
ormation and
scope, schedu
sions and mee
tings
(2) public outr
ed by the Coun
County and m
materials will b
ew Meetings
UNTY’s staff a
the three Con
e brief meetin
sible party.
and Final)
rans Local Ass
g and Local
Y in the prepa
nd Local Assist
The documen
hedule Chang
equests
investigation
field conditio
and drainage f
ed to occur on
etings at the C
he PDT meetin
status across
le, and budget
eting action ite
reach meeting
nty. It is assum
meeting minute
be provided by
nd project sta
structability R
ng minutes doc
sistance, affec
Assistance
ration of the p
tance Procedu
ts will include
e Request (Ex
meeting with
ons and to revi
facilities, utilit
n the same day
COUNTY’s offi
ngs is to discus
team disciplin
t. CONSULTA
ems and the r
gs. CONSULTA
med that publ
es will be prep
y the County.
akeholders at 3
Review Meetin
cumenting the
cted regulatory
paperwork ne
ures Manual (L
e (but not be l
xhibit 6D) as r
COUNTY staf
iew existing fa
ties, access ro
y as the projec
ces as request
ss project stat
nes and make
ANT will prepa
responsible pa
ANT will atten
ic outreach m
pared by the C
30%, 60%, an
ngs will coinci
e discussions,
y agencies, pr
ecessary to com
LAPM) for the
imited to):
equired
ff from the Des
acilities within
ads, etc. It is a
ct kick-off/sco
ted by the COU
tus, schedule,
decisions tha
are meeting m
arty.
nd meetings to
meeting venue
County. It is a
nd 90% Constr
ide with sched
conclusions a
roject stakehol
mply with the
e COUNTY to s
sign and
n the
assumed
oping
UNTY for
and
at could
minutes
o answer
and
ssumed
ructability
duled PDT
and
lders, and
e
submit to
ATTACHMENT A
T
T
C
c
r
q
0.2.2
In coordin
coordinati
requireme
be involve
It is assum
the COUNT
stakehold
Deliv
Task 0.3 Mon
0.3.1
CONSULTA
the progre
and a list o
month.
0.3.2
CONSULTA
schedule w
provide a
COUNTY b
Deliv
Task 0.4 Qua
CONSULTANT
compatibility a
requirements.
quality contro
Regulator
nation with the
ion between C
ents for the co
ed with the pro
Califor
Region
Army C
United
San Joa
Proper
PG&E E
Ponder
med that all co
TY. If addition
ers can be acc
erables:
LAPM/HBP
Utility Con
nthly Progres
Monthly P
ANT will prep
ess of the proj
of work that h
Project De
ANT will prov
will identify th
baseline proje
by the 20th da
erables:
Master (Ba
Monthly Up
Monthly Pr
ality Control/
T will utilize a Q
and construct
QC/QA Mana
l procedures a
ry Agency a
e COUNTY and
COUNTY and o
onstruction of
oject:
rnia Departme
nal Water Qua
Corps of Engin
d States Bureau
aquin River Co
rty Owners (p
Electric
rosa Telephon
mmunication
nal stakeholde
commodated w
P documents i
flict Mapping
s Invoices &
Progress Invo
pare monthly i
ect, project de
has been accom
elivery Sche
vide a project d
he major tasks
ect delivery sc
ay of each mon
aseline) Projec
pdated Projec
roject Status R
Quality Assu
QC/QA plan/p
tability as well
ager will be as
are in place an
nd Stakehol
d at the COUN
other involved
new facilities
ent of Fish and
lity Control B
neers (ACOE)
u of Reclamat
onservancy
arcels within
ne Co.
with the regu
ers are identifi
with a budget
if required due
Project Deli
oices
invoices show
esign schedule
mplished in th
dule
delivery sched
s to be comple
chedule after t
nth.
ct Schedule
ct Schedule
Reports
urance (QC/
process for thi
l as general co
ssigned to the
nd followed. T
der Coordin
NTY’s direction
d agencies con
and structure
d Wildlife (CDF
oard (RWQCB
tion (USBR)
the project fo
ulatory agenci
ied during the
modification.
e to change of
very Schedu
wing the percen
e, decisions th
he previous mo
dule for the ta
eted, duration
the scoping m
/QA)
is project whe
onformance w
project whos
The QC/QA pla
nation
n, CONSULTAN
ncerning facilit
es. The follow
FW)
B)
otprint)
es and project
e design proce
f project scope
ule
nt of work com
hat must be ma
onth and wor
asks identified
s, and project
meeting and wi
ereby delivera
with the Caltran
e responsibili
an will include
NT will prepar
ties to determ
wing agencies
t stakeholders
ess, coordinati
e
mplete for eac
ade to keep th
rk forecasted f
d within this sc
t milestones. C
ill provide mo
ables are revie
ns and FHWA
ity will be to e
e procedures
re exhibits to
mine design
and stakehold
s will be cond
ion with those
ch phase, addr
he project on s
for the upcom
cope of servic
CONSULTANT
onthly updates
ewed for unifo
A HBP program
ensure the pro
for reviewing
facilitate
ders may
ucted by
e
ressing
schedule,
ing
ces. The
T will
s to the
ormity,
m
oper
g
ATTACHMENT A
d
S
C
m
P
T
C
p
a
T
n
c
a
s
R
p
i
A
p
T
C
u
f
T
C
i
deliverables in
Supporting do
COUNTY. This
minutes, etc.
PHASE 1
Task 1. 1
COUNTY will p
project. CONS
additional surv
Topographic s
necessarily lim
culverts, manh
and overhead
surveyed chan
Right-of-way r
property lines
ncluded in the
A base map of
provided by th
Task 1. 2
CONSULTANT
used by the CO
format. The CO
Task 1. 3
CONSULTANT
ncluded in the
1.3.1
CONSULTA
1.3.2
CONSULTA
investigat
ncluding, but n
cumentation d
s documentati
PRELIMIN
Surveys a
provide topog
ULTANT will
veys and map
surveys will in
mited to, edge
holes, visible e
utilities. If add
nnel cross-sect
retracement su
, and any ease
e project base
the existing c
he COUNTY fo
Conceptu
T will provide t
OUNTY in deve
OUNTY will be
Draft Hydr
T will prepare
e Type Selecti
Research
ANT will gath
Bridge
Availab
Estimate H
ANT will estim
ing dam opera
not limited to,
demonstratin
ion may includ
NARY DESIG
nd Base Ma
raphic survey
review the su
ping data in w
nclude all featu
of pavement,
evidence of un
ditional chann
tions at interv
urveys will be
ements. Right-
map.
onditions, inc
r use by CONS
ual Area of P
the COUNTY w
eloping the pr
e responsible
raulics and S
a Draft Hydra
on Memorand
and Data C
er and review
e maintenance
ble hydrologic
Hydrology
mate the 50-ye
ations and usi
conceptual pl
g that the QC/
de copies of re
N
pping (BY C
y, right-of-way
urveys and bas
writing if nece
ures within th
trees (6" dbh
nderground ut
nel cross secti
vals and locati
e provided by
-of-way survey
cluding topogr
SULTANT.
Potential Effe
with a concept
roject APE bou
for preparing
Scour Report
ulics and Scou
dum (i.e. Prelim
Collection
w existing infor
e records for th
c and hydrauli
ear, 100-year,
ing existing FE
lans, technica
/QA plan/proc
eview commen
OUNTY)
y retracement
se maps provi
ssary.
e project limit
and larger), u
tilities (includ
ons are requir
ons recomme
the COUNTY t
ys shall be res
raphic, right-o
ect (APE) Bou
tual exhibit sh
undary. The e
g the official A
t
ur Report. Th
minary Repor
rmation and c
he existing an
ic data from th
and 200-year
EMA data.
l memorandu
cess is being f
nt forms, red-
surveys, and
ded by COUNT
ts that may af
utility poles, fe
ing valves, pa
red for hydrau
ended by CONS
to determine t
solved with re
of-way, and su
undary
howing the an
exhibit will be
PE map for us
e Draft Hydra
rt).
conduct projec
nd adjacent up
he COUNTY, U
r discharges.
ums and repor
followed will b
-marked plans
base mapping
TY for comple
ffect design in
ences, signs, d
aint marks, pin
ulics analysis,
SULTANT.
the location o
ecord informa
urveyed utility
ticipated exte
provided in 2
se in the envir
aulics and Scou
ct field review
pstream and d
USGS, USBR, or
Discharges w
rts, and cost es
be submitted t
s, QC/QA meet
g services for t
eteness and re
cluding, but n
riveways, ditc
n flags, trench
COUNTY shal
f the right-of-w
ation and will b
y mapping, wil
ents of the pro
2017 AutoCAD
ronmental doc
ur Report will
w including:
ownstream br
r FEMA.
ill be estimate
stimates.
to the
ting
the
equest
not
ches,
patches),
ll provide
way,
be
ll be
oject to be
D Civil 3D
cuments.
l be
ridges.
ed by
ATTACHMENT A
1.3.3
CONSULTA
to determ
The propo
velocity. T
The hydra
100-year (
tabular as
Chapter 8
and culver
primarily
1.3.4
CONSULTA
has aggrad
Highway A
Up to thre
(CSU) will
(FHWA) P
Calculatio
parameter
1.3.5
CONSULTA
CFR 650.1
certificate
caused by
1.3.6
Under this
the HEC-R
direction i
and the ne
1.3.7
Under this
(TM) to do
falsework
Deliv
1D Hydrau
ANT will set u
ine if any high
osed replacem
The model will
aulic variables
(base storm),
well as graph
00 of the Caltr
rts, but leaves
upon the debr
Scour and
ANT will revie
ded or degrad
Administratio
ee alternative p
l be used for e
Publication HE
ns will be com
rs will be prov
Location H
ANT will comp
113. This repo
e will be provid
replacing the
2D Hydrau
s task, the des
RAS model in u
in order to siz
eed to provide
CVFPB Fa
s task, CONSU
ocument the a
to stay in the
erables:
Up to six (6
Up to six (6
ulic Analysis
up an existing
h-water elevat
ment structure
l also incorpor
s (water surfac
and 200-year
hical output fo
rans Highway
the recomme
ris anticipated
d Bank Prote
ew maintenan
ded over time.
n (FHWA) Pub
pier configura
stimating loca
EC-18, Evaluat
mpleted to det
vided accordin
Hydraulic Stu
plete a Locatio
ort is generally
ded to the Cou
e bridge.
ulic Analysis
ign team will
unsteady 2D to
ze bank protec
e participating
lsework Ana
LTANT will m
analysis for the
channel over
6) copies of th
6) copies of th
s
conditions HE
tions were doc
will be mode
rate any encro
ce elevation, v
r discharges. R
ormats.
y Design Manu
endation for fr
d at the bridge
ection
nce records for
Local scour w
blication HEC
ations will be e
al pier scour a
ting Scour at B
termine the ne
ng to the Bank
udy
on Hydraulic S
y included in t
unty Floodpla
s
revise the HE
o a) verify the
ction and dete
g funds to prot
alysis
model propose
e Central Valle
a flood seaso
he Draft Hydra
he Final Locati
EC-RAS model
cumented for
led to determ
oachment from
velocity etc.) w
Results from t
ual (HDM) deli
reeboard to th
e and coordina
r the existing
will be estimat
-18, Evaluatin
examined (if n
as recommend
Bridges.
eed for bank p
k and Shore Pr
Study (Floodp
the environme
in Manager do
C-RAS model
e ineffective flo
ermine impact
tect banks adv
d falsework co
ey Flood Prote
n.
aulic and Scou
on Hydraulic
l of the reach.
the flood of re
ine the impac
m bridge appr
will be determ
the hydraulic a
ineates the hy
he judgment o
ation with the
and adjacent b
ted using the
ng Scour at Bri
needed). The
ded in the Fede
protection. If b
rotection Man
plain Encroach
ental documen
ocumenting th
to add the pro
ow areas, b) p
t (if any) to up
versely affecte
onfiguration a
ection Board (
ur Report
Study
Calibration d
ecord.
ct to the water
roach fills.
mined for the 5
analysis will b
ydraulic design
f the hydrauli
e US Bureau of
bridges to det
methods desc
idges.
Colorado Stat
eral Highway
bank protectio
nual using a lay
hment Report
nt for the brid
he water surfa
oposed bridge
provide velocit
pstream and d
ed by the prop
and create a T
(CVFPB) perm
data will be re
r surface eleva
50-year (desig
be provided in
n criteria for b
ic engineer ba
f Reclamation
termine if the
cribed in the F
te University E
Administratio
on is required
yered Caltran
t) in accordanc
dge. A “No-Ris
ace elevation c
e alternative a
ty magnitude
ownstream pr
posed bridge p
Technical Mem
mit to allow th
searched
ation and
gn storm),
n both
bridges
sed
n.
stream
Federal
Equation
on
d,
ns Design.
ce with 23
se”
change
and run
and
roperties
project.
morandum
e
ATTACHMENT A
T
C
e
G
Task 1. 4
CONSULTANT
evaluation, ana
Geotechnical s
1.4.1
CONSULTA
review of
Permits/U
borings at
open area
Our field e
clearances
Valley Flo
assume th
1.4.2
The propo
foundation
boring ma
150 feet b
will need t
In general
and grave
boring fro
be patched
The boring
using a tru
For the fie
final align
the open f
Our field e
clearances
with the C
Departme
several mo
agencies t
Our engin
drilling. "R
capped in
and transp
Final Flood
Geotechn
T will provide a
alysis and pre
studies will be
Research
ANT will revie
readily availa
USA Clearance
t this time bas
s along the ro
engineer will m
s. The boring
od Protection
hat the environ
Field Expl
osed boring pr
n design. Fou
ay be drilled ei
elow mudline
traffic control
l, the “land” bo
l (prone to cav
om the existing
d with quick-s
g locations de
uck-mounted
eld exploration
ment and the
field area.
engineer will m
s. We assume
County Permit
nt of Fish and
onths based o
o facilitate the
eer will classi
Relatively und
accordance w
port the drum
dplain Evaluat
nical Enginee
a foundation s
eparation of th
e prepared bas
and Data C
ew readily ava
ble as-built dr
es: CONSULTA
ed on the prop
adway and on
mark the borin
from the deck
Board. The p
nmental consu
oration
rogram includ
r (4) borings w
ither from the
e to account fo
(lane closure
orings (to abo
ving), the 150
g bridge deck,
set concrete af
epend upon th
mud-rotary d
n, we estimate
roadway prof
mark the borin
that the Coun
requirements
d Wildlife and
on our experie
e permitting p
fy and continu
disturbed" and
with the permi
ms off-site.
tion Form
ering
study for the b
he Preliminary
sed on Caltran
Collection
ailable geologi
rawings and th
ANT will comp
posed bridge
ne through the
ng locations a
k will require
permitting pro
ultant will coll
des five (5) rot
will be drilled
e deck or below
or potential sc
e) for field exp
ut 100 to 120
0-foot deep bo
diamond cori
fter drilling.
e permitted a
rill rig for our
e nine (9) rig d
file, bulk samp
ng locations a
nties will waiv
s. We expect t
Central Valley
nce. We assu
process.
uously log sub
d bulk sample
it requirement
bridge site. Th
y Foundation R
ns guidelines f
ic and soil lite
he Log of Test
ly with the Co
configuration
e bridge deck.
and contact Un
permits from
ocess could tak
laborate with
tary wash bor
d from the “lan
w the bridge o
our. Due to ex
loration.
feet deep) ma
ring may take
ing through th
ccess and any
r work. Traffic
days with seve
ples can be col
and contact Un
ve encroachme
the 150-foot d
y Flood Protec
me that the en
bsurface soil c
es of substrata
ts. The driller
his task includ
Report, and co
for preparatio
erature in the v
t Borings (LOT
ounty Permit r
n. It is expecte
nderground Se
Department o
ke several mo
the agencies t
rings to charac
nd” to a depth
on the bank to
xisting traffic
ay take one to
e three days to
he deck is requ
y boring data f
c control (lane
en (7) days of
llected from t
nderground Se
ent permit fee
deep boring w
ction Board. T
nvironmental
conditions enc
a will be collec
r will store the
des site review
onsultation/p
on of Bridge Fo
vicinity of the
TB).
requirements.
ed that four bo
ervice Alert (U
of Fish and Wi
onths based on
to facilitate th
cterize the sub
of about 100
o the floodplai
and constrain
o two days to c
o complete. If
uired to set up
from previous
e closure) is a
f traffic contro
he borings for
ervice Alert (U
es. The explor
will require per
The permitting
consultant w
countered in e
cted. The bori
e drilling spoi
w, engineering
plan review.
oundation Rep
e site, includin
. We propose f
orings will be i
USA) for utility
ildlife and Cen
n our experien
he permitting p
bsoil condition
to 120 feet. T
in, and should
nts, the investi
complete. Due
f we need to dr
p drilling. The
s studies. We a
ssumed at thi
ol. Depending
r R-value testi
USA) for utility
rations will co
rmits from the
g process coul
ill collaborate
each test borin
ings will be dr
ls in 55-gallon
g
ports.
ng a
five (5)
in the
y
ntral
nce. We
process.
ns for
The fifth
d extend to
igation
e to sand
rill the
e deck will
anticipate
s time.
on the
ing from
y
omply
e
ld take
e with the
ng during
rilled and
n drums
ATTACHMENT A
T
C
a
A
w
b
p
C
s
1.4.3
Laborator
compressi
1.4.4
CONSULTA
bridge bas
The seism
On-line we
measurem
informatio
It is plann
Based on t
pile group
soil corros
client.
1.4.5
Updated s
CONSULTA
available a
the site, in
“Foundati
Task 1. 5
CONSULTANT
appropriate lo
As part of the S
widths, roadw
bridge and slo
permanent an
Concurrence fr
section and ap
Laborator
ry tests will be
ion, gradation
Engineerin
ANT will deve
sed on the bor
mic design crite
ebsite based o
ment). Parikh w
on related to C
ed to use CIDH
the proposed
p settlement, s
sivity. Pavem
Preliminar
ite-specific ge
ANT will prep
at the time of t
ncluding the ex
on Reports fo
Alignmen
T will prepare
ocation for the
Geome
Roadw
Right-o
Drivew
Interse
Utility
Floodp
Study, CONSU
way alignment
pe protection
d temporary c
rom Caltrans
pproach limits
ry Testing
e performed o
n analyses, R-v
ng Analysis/
elop geotechni
ring data and l
eria, i.e., accele
on the average
will discuss se
Caltrans Seism
H concrete pil
improvement
lope stability
ent design wil
ry Foundatio
eotechnical inf
pare a prelimin
the report. Th
xisting report
r Bridges” dat
nt Study
an alignment
e replacement
etric design cr
way costs and c
of-way and en
way access
ection impacts
impacts
plain impacts (
ULTANT will p
and profile, ty
location, and
construction e
District 6, Loc
for approved
n representat
value tests, cor
/Evaluation
ical design rec
laboratory tes
eration respon
e shear wave v
eismic conside
mic Design Crit
les for foundat
t, we expect th
and settlemen
ll be based on
on Report
formation may
nary foundatio
hey will review
s and as-built
ted February 2
study outlinin
structure. Fa
riteria
constructabili
nvironmental i
s
(hydraulics)
repare Alignm
ypical sections
limits, propos
easements), an
cal Assistance
d HBP funding
tive soil/rock s
rrosion tests a
commendatio
st results.
nse spectrum
velocity (Vs30
erations, evalu
teria (SDC, v 1
tion support a
he following en
nt for the new
R-value test r
y not be availa
on report (PF
w readily avail
log of test bor
2017.
ng up to two (2
actors discusse
ity
impacts
ment Alternati
s, proposed gu
sed utility relo
nd Area of Pot
will be requir
.
samples such
and Plasticity
ns for the foun
(ARS) curve,
0) value correl
uate the liquef
1.7).
and to place ad
ngineering an
w fill at the abu
results and th
able at this ea
R) summarizi
lable geologic
rings. The rep
2) alignment a
ed in the study
ive Drawings s
uardrail, crash
ocations, requ
tential Effect (
red to docume
as moisture d
Index test, as
ndation syste
will be develo
lated from the
faction potent
dditional fill a
nalyses: axial/
utments, latera
e Traffic Index
arly stage of th
ing all geotech
and soil litera
port format wi
alternatives to
y will include
showing lane
h cushions, rea
uired right-of-
(APE).
ent approval o
density, uncon
necessary.
m of the prop
oped by Caltra
e boring data (
tial, and provid
at the approac
lateral pile ca
al earth press
x (TI) provide
he project.
hnical informa
ature in the vi
ill follow Caltr
o determine th
:
widths, shoul
aligned access
way (includin
of the roadway
nfined
osed
ans ARS
(no direct
de
ches.
pacities,
sures, and
ed by the
ation
icinity of
rans
he
lder
s roads,
ng
y cross-
ATTACHMENT A
T
C
p
r
m
n
T
U
t
t
a
t
a
h
T
Task 1. 6
CONSULTANT
planned utility
reconcile and i
mapping to de
necessary.
Task 1. 7
Under this task
the project con
the identified p
a preferred rep
three (3) bridg
alignment alte
hydraulic stud
This task inclu
1.7.1
CONSULTA
CONSULTA
than three
1.7.1.
CONS
typica
use in
struct
freebo
evalua
minim
Utility Coo
T will provide a
y information.
input onto com
etermine what
Preliminar
k, a Prelimina
nstraints, inclu
project constr
placement alt
ge alternatives
ernatives. The
dies to conform
udes the follow
Draft Preli
ANT will prep
Summa
constra
except
require
Prelim
Recom
List of
List of
Genera
Alignm
Draft H
Prelim
ANT will subm
e weeks in adv
.1 Structure
ULTANT will d
al section with
n the Prelimina
ture alternativ
oard requirem
ation, constru
mize overall pr
ordination (B
assistance to C
Between the
mpiled base m
t utilities are b
ry Report/Ty
ry Report/Ty
uding project
raints, CONSU
ernative for co
s will be discu
e bridge profil
m to the projec
wing items:
minary Repo
pare a technica
ary of the pro
aints, constru
tions (if requir
ements.
minary Quantit
mmended Brid
design decisio
issues that wi
al Layouts
ment Study
Hydraulics and
minary Founda
mit a Draft ver
vance of the Ty
e General Pl
develop gener
h sufficient det
ary Report/Ty
ve considering
ments. Founda
ctability will b
roject costs.
BY COUNTY)
COUNTY with
e collected util
mapping. Prop
being impacte
pe Selection
pe Selection M
design criteri
LTANT will ev
onsideration i
ussed in the Pr
es and span ar
ct site.
ort/Type Sele
al Preliminary
posed alignm
ctability consi
red), right-of-w
ties and Estim
ge Type for Fi
ons needed by
ill be resolved
d Scour Repor
ation Report
rsion of the Ty
ype Selection
lan Alternati
ral plans for e
tail to develop
ype Selection
g the structure
ation types wi
be reviewed a
contacting ut
lity informatio
posed improve
d. Meetings w
n Memorand
Memorandum
a, stakeholder
valuate potent
in the project
reliminary Rep
rrangements w
ection Memo
y Report/Type
ents and bridg
iderations, sta
way impacts, i
ated Construc
inal Design
y the COUNTY
d during final d
rt
ype Selection M
Meeting.
ves
ach bridge alt
p a preliminar
Memorandum
e type and pro
ll be examined
and modificati
tility purveyor
on and the as-
ements will be
with utility pur
dum
will be develo
r criteria, and
tial project re
environmenta
port/Type Sel
will be determ
orandum
e Selection Me
ge alternative
akeholder imp
impacts to the
ction Cost
Y
design
Memorandum
ternative depi
ry cost estimat
m. CONSULTA
ofile with resp
d for construc
ons will be ma
rs and collecti
builts collecte
e compared ag
rveyors can b
oped to docum
constructabil
placement alt
al documents
lection Memo
mined in conju
emorandum th
es, design crite
pacts, environ
e travelling pu
m to the COUN
icting the layo
te for each pro
ANT will furthe
pect to the des
ctability and s
ade to maxim
ing existing an
ed, COUNTY w
gainst the util
e attended as
ment and sum
lity issues. Ba
ternatives and
and final desi
randum and t
unction with t
hat includes:
eria, project
nmental impac
ublic, traffic ha
TY for review
out of the struc
oposed altern
er evaluate th
sign discharge
cour. Throug
ize constructa
nd
will
lity base
mmarize
ased on
d develop
ign. Up to
two (2)
he
cts, design
andling
w not less
cture and
ative for
e
e and
ghout this
ability and
ATTACHMENT A
T
U
s
p
u
P
C
s
T
C
w
C
1.7.2
CONSULTA
Selection M
decisions
project ma
will provid
1.7.3
Following
be incorpo
be include
Deliv
Task 1. 8
Upon COUNTY
standalone 30
proposed guar
utility relocati
Potential Effec
Concurrence fr
section and ap
The following
CONSULTANT
will be determ
California High
Deliv
Type Sele
ANT will prep
Meeting will b
that will be re
anager and sta
de meeting mi
Final Preli
g the Type Sele
orated into a f
ed in the Final
erables:
Up to six (6
Type Selec
General Pla
Geometric
Engineers
Alignment
Draft Hydr
Preliminar
30% PS&E
Y approval of t
% PS&E show
rdrail, crash cu
ons, required
ct (APE).
rom Caltrans
pproach limits
sheets will be
North
Typica
Plan/P
Genera
Total S
T will also prep
mined by review
hway Constru
erables:
Up to six (6
30% Prelim
30% Prelim
ection Meetin
pare for and at
be used to disc
equired for fin
aff, members o
inutes of the m
minary Repo
ection Meeting
final version o
Type Selectio
6) copies of th
tion Memoran
an
Approval Dra
Estimate of Pr
Study
raulics and Sco
ry Foundation
the Final Preli
wing lane widt
ushions, realig
right-of-way
District 6, Loc
for approved
e prepared for
Fork Road ov
al Sections
Profile (Roadw
al Plan
Sheet Count
pare an itemiz
wing similar r
ction Cost Ind
6) copies of th
minary Plans
minary Cost Es
ng
ttend the proj
cuss the overa
nal design. Att
of the Project
meeting to the
ort/Type Sele
g, any changes
of the documen
on Memorandu
he Draft and Fi
ndum
awings
robable Cost
our Report
Report
minary Repor
ths, shoulder w
gned access ro
(including per
cal Assistance
d HBP funding
r the 30% plan
ver San Joaqu
way)
zed preliminar
recent project
dex informatio
he Draft and Fi
stimate
ect Type Selec
all project, the
tendees at the
Delivery Team
e COUNTY.
ection Memo
s to the Prelim
nt. The meeti
um.
inal Project Ty
rt/Type Select
widths, roadw
oads, bridge a
rmanent and t
will be requir
.
n set using Aut
uin River Bri
ry estimate of
t bid summari
on, and the Cal
inal Alignmen
ction Meeting
e preferred alt
e Type Selectio
m, and Caltran
orandum
minary Report
ng minutes fr
ype Selection
tion Memoran
way alignment
nd slope prot
temporary co
red to docume
toCAD Civil 3D
idge Replacem
f the construct
es, the curren
ltrans Enginee
nt Study
at the COUNT
ternatives and
on Meeting wi
ns Local Assist
t/Type Selecti
om the Type S
Report includ
ndum, CONSUL
and profile, ty
tection locatio
nstruction eas
ent approval o
D 2017:
ment Es
1
2
2
5
tion costs. Un
nt Caltrans Con
ering Service
TY’S offices. T
d critical proje
ill be the COUN
tance. CONSU
on Memorand
Selection Mee
ding:
LTANT will pr
ypical section
n, and limits, p
sements), and
of the roadway
stimated No.
Sheet
Sheets
Sheets
Sheets
nit constructio
ntract Cost Da
Center site.
The Type
ct
NTY’s
ULTANT
dum will
ting will
repare
s,
proposed
d Area of
y cross-
of Sheets
n costs
ata book,
ATTACHMENT A
P
T
T
e
E
e
T
T
R
U
i
P
S
T
PHASE 2
Task 2. 1
The COUNTY w
environmenta
Environmenta
environmenta
2.1.1
Based on t
a probable
impacts to
AutoCAD C
2.1.2
CONSULTA
answering
informatio
potential c
clearance
Task 2. 2
CONSULTA
the County
Task 2. 3
Right of Way E
Uniform Reloc
mplementing
Procedure Sec
State of Califor
Task 2. 4
CONSULTA
CONSULTA
general pl
Deliverab
CAD Files i
60% PLAN
Environme
will be respon
l documentati
al Protection A
l clearance by
Probable
the preferred
e project impa
o be used by th
Civil 3D forma
Support fo
ANT will coor
g questions re
on, providing
construction s
phase of work
Assistance
ANT will assis
y to submit to
Right-of-W
Engineering, A
cation Assistan
regulation, 49
ctions 1263.01
rnia, Departm
Draft Foun
ANT will prep
ANT will prov
an as a base m
bles:
Draft F
Log of
n AutoCAD Ci
NS, SPECIFIC
ental Cleara
nsible for cond
ion in accorda
Act (NEPA). CO
y providing the
Project Impa
alternative id
act exhibit sho
he COUNTY in
at.
or Environme
rdinate with t
garding the pr
potential cons
schedules, and
k.
e with Permi
st the County i
o permitting an
Way Enginee
Appraisal, and
nce and Real P
9 CFR Part 24;
10 to 1263.620
ent of Transp
ndation Repo
pare the draft
vide boring log
map.
Foundation Re
Test Borings
vil 3D (2017)
CATIONS, A
ance (BY CO
ducting all env
ance with the C
ONSULTANT w
e following tas
act Exhibit
dentified and t
owing the anti
n preparing th
ental Cleara
he COUNTY an
roposed proje
struction tech
d generally ass
it Applicatio
in preparing d
nd regulatory
ering, Apprai
Acquisition se
Property Acqu
; California Go
0 and 1255.01
ortation, Righ
ort
report to pres
gs using the st
eport
(LOTB)
AND ESTIMAT
OUNTY)
vironmental te
California Env
will coordinat
sks:
the APE bound
icipated exten
e project perm
nce
nd provide su
ect alternative
niques that m
sisting the CO
ns
draft permit ap
agencies..
isal, and Acq
ervices will be
uisition Policie
overnment Co
10 to 1255.06
ht of Way Man
sent the design
tandard Caltra
TE (PS&E)
echnical studie
vironmental Q
te and general
dary, CONSUL
nts of the temp
mits. The exhi
upport for the
es, providing p
may be employ
UNTY as requ
pplications by
quisition (BY
e provided by
es Act of 1970
de Section 72
0; Housing an
nual, as applica
n recommend
ans Log of Tes
es and prepar
Quality Act (CE
lly assist the C
TANT will pro
porary and pe
ibit will be pro
project enviro
project-specifi
yed by the con
uired to suppo
y performing i
Y COUNTY)
y the COUNTY
0, (42 USC 460
67 et seq.; Cal
nd Community
able.
dations for the
st Borings (LO
ring the appro
EQA) and the N
COUNTY to sup
ovide the COU
rmanent proje
ovided in 201
onmental pha
ic technical
ntractor, provi
ort the environ
impact calcula
in accordance
01 et seq.) and
lifornia Code o
y Developmen
e bridge found
OTB) sheets an
priate
National
pport the
UNTY with
ect
7
ase by
iding
nmental
ations for
e with the
d
of Civil
nt Title 25;
dation.
nd use the
ATTACHMENT A
T
T
i
t
a
r
w
P
t
o
e
s
C
w
b
C
w
p
a
Task 2. 5
This task inclu
ncluding the p
the proposed c
any right of wa
required for th
work and prep
Preparation of
true scale. Coo
original coord
electronically
software. The
CONSULTANT
working days p
by 34” sheets,
CONSULTANT
where approp
plans and data
approval.
2.5.1
Upon appr
specificati
CONSULTA
scope of w
address co
60% Plans
udes project de
preparation of
construction b
ay acquisition
he project. CO
pare estimates
f plans will be
ordinate syste
inates/bearin
for inclusion i
se requiremen
T will prepare
prior to the sc
or other size a
T will sign all r
riate indicate
a required to b
60% PS&E
roval of the Ty
ions, and estim
ANT will prep
work is based o
omments from
North
Title Sh
Typica
Project
Plan an
Final C
Road C
Utility
Slope P
Signing
Staged
Utility
Draina
Genera
Deck C
Found
Abutm
Abutm
Bearin
Pier La
s, Specificati
evelopment th
f 60% PS&E. C
based upon th
n, temporary c
ONSULTANT w
s and specifica
completed w
ems of the digi
ngs used in the
into the Projec
nts apply to b
and submit di
cheduled Cons
approved by C
eports, plans,
his/her profe
be submitted t
ype Selection
mate to the CO
pare a complet
on the approx
m COUNTY, reg
Fork Road ov
heet with Loca
al Sections
t Control
nd Profile (Ro
Contours
Construction D
Relocation Pl
Protection Pla
g and Striping
d Construction
Details
age Details
al Plan
Contours
ation Plan
ment Layout
ment Details
ng Assembly D
ayout
ions, and Est
hrough the de
CONSULTANT
he bridge type
onstruction ea
will also design
ations associa
with AutoCAD C
ital data for co
e survey data p
ct shall be cap
oth final elect
igital copies an
structability R
COUNTY, and
specifications
essional engin
to appropriate
Memorandum
OUNTY. This s
te set of const
ximate sheet c
gulatory agen
ver San Joaqu
ation Map
adway)
Details
an
an
g Plan
n Plans
Details
timate
sign of the rep
T to prepare p
selection app
asements, util
n the realignm
ted with the a
Civil 3D 2017.
onsultant-prep
provided by C
pable of being
tronic and har
nd hard copie
Review Meetin
engineer’s est
s, and estimat
eer’s registrat
e irrigation dis
m, CONSULTAN
submittal repr
truction plans
ount listed be
cies, Caltrans,
uin River Bri
placement str
lans, specifica
proved by the
lity relocation
ment of access
access road re
. Drawing elem
pared plans an
COUNTY. Any
opened by Mi
rd copies of pla
es of PS&E for
ngs. CONSULT
timates and sp
tes and engine
tion number.
strict or appli
NT will prepar
resents a comp
in accordance
elow. Sheets w
, etc.
idge Replacem
ructure and ap
ations and cos
COUNTY. The
ns and other ac
roads necessi
alignment.
ments in the d
nd drawings s
text documen
icrosoft Word
ans and other
COUNTY revi
TANT shall pre
pecifications o
eering data fur
CONSULTANT
cable agency
re and submit
plete set of “u
e with the COU
will include ne
ment Es
1
1
1
2
1
2
2
1
1
2
1
1
2
1
1
1
1
1
1
pproach roadw
st estimates (P
e plans shall id
ccommodatio
itated by the b
digital CAD da
shall be based
nts submitted
d 2010 word-p
r design inform
ew no later th
epare all plans
on 8 ½” x 11”
rnished to COU
T will provide
for review and
t the draft plan
unchecked” pla
UNTY’s standa
ecessary detai
stimated No.
Sheet
Sheet
Sheet
Sheets
Sheet
Sheets
Sheets
Sheet
Sheet
Sheets
Sheet
Sheet
Sheets
Sheet
Sheet
Sheet
Sheet
Sheet
Sheet
way
PS&E) of
dentify
ns
bridge
ata shall be
d on the
processing
mation.
han 20
s on 22”
pages.
UNTY and
e COUNTY
d
ns,
ans. The
ards. This
ls to
of Sheets
ATTACHMENT A
2.5.1.
CONS
config
unche
perfor
2.5.1.
CONS
AASH
2015
new/e
2.5.1.
CONS
detail
estima
recent
2.5.1.
CONS
releva
modif
perfor
specia
make
docum
Pier De
Typica
Girder
Additio
Bridge
Bridge
Joint S
Approa
Log of
Total S
.1 Bridge D
ULTANT will p
guration agree
ecked set of br
rmed in gener
California D
Chapter 11
Caltrans LA
Caltrans 20
Caltrans Br
AASHTO LR
Caltrans Se
.2 Approa
ULTANT will p
TO “A Policy o
Caltrans Stand
existing roadw
.3 Enginee
ULTANT will p
ed quantities
ate of probabl
t and relevant
.4 Contrac
ULTANT will p
ant County sta
fy such standa
rmed for the b
al or suppleme
recommenda
ments as they
etails
al Section
Layout
onal Reinforce
e Utility Detail
e Drainage Det
eal Details
ach Slab Detai
Test Borings
Sheet Count
Design
prepare struc
ed upon durin
ridge construc
ral accordance
Department o
1: Design Stan
APM Chapter 1
015 Standard
ridge Design &
RFD Bridge De
eismic Design
ch Roadway
prepare the ap
on Geometric
dard Specifica
way conforma
er’s Estimate
provide cost e
in accordance
le constructio
t Caltrans Cost
ct Specificati
prepare speci
andards to the
ards and provi
bridge replace
ental conditio
tions to COUN
apply to the p
ement
s
tails
ils
tural calculati
g the Prelimin
ction documen
e with the follo
f Transportat
ndards
12: Plans, Spe
Plans & Speci
& Detailing Ma
esign Specifica
Criteria, Vers
y Design
pproach roadw
Design of High
ations and Sta
ance details, as
of Probable
estimates at th
e with Caltran
n cost (“Marg
t Data, CONSU
ions/Specia
fications in ac
e extent that su
ide additional
ement. In add
ns for the con
NTY on the for
project.
ions and bridg
nary Design ta
nts to be subm
owing:
ion (Caltrans)
ecifications, an
fications
anuals
ations with In
ion 1.7
way design in
hways and Str
ndard Plans.
s required.
Constructio
he 60% PS&E
s standard sp
inal Estimate”
ULTANTS cost
l Provisions
ccordance with
uch standards
specifications
ition to the te
nstruction con
rm and conten
ge plans for th
ask. This subm
mitted to the C
) Local Assista
nd Estimates
nterims and Ca
n general confo
reets," the 201
Final grading
on Cost
design submi
ecifications an
”) for the proj
t data, as well
th 2015 Caltra
s apply to the
s as necessary
chnical specif
ntract. CONSUL
nt of the Front
1
1
2
2
1
1
1
2
3
38
he replacemen
mittal will rep
COUNTY. The
ance Procedur
altrans Adden
ormance with
15 Caltrans Hi
will be develo
ttal. CONSUL
nd payment it
ect will be pre
as the COUNT
ans standard s
work in quest
y to completel
fications, CON
LTANT will re
t-End Specifica
Sheet
Sheet
Sheets
Sheets
Sheet
Sheet
Sheet
Sheets
Sheets
8 Sheets
nt bridge type
resent comple
bridge design
res Manual (LA
nda
h COUNTY Stan
ighway Design
oped as well a
TANT will pre
tems. The eng
epared using t
TY’s cost data.
special provisi
tion. CONSULT
ly specify wor
SULTANT wil
eview, commen
ations and bid
and
ete,
n will be
APM)
ndards,
n Manual,
as
epare
gineer’s
the most
ions and
TANT will
rk to be
l prepare
nt and/or
d
ATTACHMENT A
P
T
C
p
e
T
T
D
PHASE 3
Task 3. 1
CONSULTANT
proposed proj
environmenta
Task 3. 2
This submittal
3.2.1
The 60% P
completed
special pro
communic
will be dis
the two en
3.2.2
CONSULTA
PS&E.
3.2.3
CONSULTA
utility relo
submittal
work is ba
comments
Deliverables:
Up to s
Up to s
Up to s
Up to s
One (1
1 CD w
Copy o
Copy o
Draft P
FINAL PLA
Permitting
T will provide a
ect and provid
l phase. It is a
90% PS&E
l represents a
Bridge Ind
PS&E will be s
d. An indepen
ovisions for th
cate issues un
scussed with a
ngineers.
Response
ANT will prov
Update Br
ANT will revis
ocation plans w
will represen
ased on the ap
s from COUNT
North
Title Sh
Typica
Project
six (6) full-size
six (6) half-siz
six (6) sets of a
six (6) copies o
1) set of all dra
with electronic
of Special Prov
of Cost Estimat
Permit Applica
ANS, SPECIF
g Support
assistance to C
ding project-s
assumed that
complete set
dependent C
sufficiently com
ndent engineer
he bridge. The
covered durin
and resolved b
e to Commen
vide written re
ridge and Ro
se preliminary
which will be
t the final con
pproximate sh
TY, regulatory
Fork Road ov
heet with Loca
al Sections
t Control
e sets of 60%
ze set of 60% p
annotated Tec
of Cost Estima
aft (unchecked
c copy in PDF f
visions in Wor
te in Excel for
ations
FICATIONS,
COUNTY durin
specific techni
COUNTY will
of “checked” p
Check
mpleted by CO
r who was not
e checker will
ng the prepara
by the designe
nts
esponses to In
oadway PS&
y designs as n
completed by
ntract docume
eet count liste
agencies, Calt
ver San Joaqu
ation Map
plans (22 x 34
plans (11 x 17
chnical Specia
ate
d) Design Calc
format of all 6
rd format
rmat
AND ESTIM
ng the permitt
cal informatio
pay for all fee
plans that has
ONSULTANT s
t involved in t
provide a list
ation of the ind
er and checker
ndependent Ch
&E
ecessary after
y others but in
nts that will b
ed below. She
trans, etc.
uin River Bri
4)
7)
al Provisions
culations
60% submitta
MATE (PS&E)
ting process b
on to clarify th
es required for
s been through
so that an inde
the design will
t of comments
dependent ch
r. The final de
heck commen
r COUNTY’S R
ncluded in the
be issued for b
eets will includ
idge Replacem
l items
by answering q
he project scop
r the permits.
h our QC check
ependent brid
l review the p
s and a set of “
heck. Issues ra
esign will refle
nts and COUNT
Review. These
plan set for in
bid and constr
de necessary d
ment Es
1
1
1
questions rega
pe identified i
klist.
dge design che
lans, calculati
“red-marked”
aised by the ch
ect agreement
TY comments
plans will inc
nformation on
uction. This s
details to addr
stimated No.
Sheet
Sheet
Sheet
arding the
in the
eck can be
ions, and
plans that
hecker
t between
to 60%
clude the
nly. This
scope of
ress
of Sheets
ATTACHMENT A
T
Deliv
Task 3. 3
CONSULTA
COUNTY a
Deliv
Plan an
Final C
Road C
Utility
Slope P
Signing
Staged
Utility
Draina
Genera
Deck C
Found
Abutm
Abutm
Bearin
Pier La
Pier De
Typica
Girder
Additio
Bridge
Bridge
Joint S
Approa
Log of
Total S
erables:
Up to six (6
1 CD with e
Up to six (6
Up to six (6
Up to six (6
One (1) set
One (1) set
1 CD with e
Copy of Spe
Copy of Co
Up to two (
Final Hydr
ANT will prep
and the Design
erables:
Up to six (6
nd Profile (Ro
Contours
Construction D
Relocation Pl
Protection Pla
g and Striping
d Construction
Details
age Details
al Plan
Contours
ation Plan
ment Layout
ment Details
ng Assembly D
ayout
etails
al Section
Layout
onal Reinforce
e Utility Detail
e Drainage Det
eal Details
ach Slab Detai
Test Borings
Sheet Count
6) full-size set
electronic cop
6) half-size set
6) sets of ann
6) copies of Co
t of Bridge Des
t of checked B
electronic cop
ecial Provision
st Estimate in
(2) copies of t
raulics and S
pare and subm
n Team.
6) copies of th
adway)
Details
an
an
g Plan
n Plans
Details
ement
s
tails
ils
ts of 90% Plan
py of plans in A
t of 90% Plan
otated Techni
ost Estimate
sign Calculatio
ridge Design C
py in PDF form
ns in Word for
n Excel format
he Drainage R
Scour Report
mit a Final Hyd
he Final Hydra
ns (22 x 34)
AutoCAD Civil
ns (11 x 17)
ical Special Pr
ons
Calculations
mat of all 90%
rmat
Report
t
draulics and Sc
aulics and Scou
3D 2017 form
rovisions
submittal item
cour Report in
ur Report
2
1
2
2
1
1
2
1
1
2
1
1
1
1
1
1
1
1
2
2
1
1
1
2
3
38
mat
ms
ncorporating c
Sheets
Sheet
Sheets
Sheets
Sheet
Sheet
Sheets
Sheet
Sheet
Sheets
Sheet
Sheet
Sheet
Sheet
Sheet
Sheet
Sheet
Sheet
Sheets
Sheets
Sheet
Sheet
Sheet
Sheets
Sheets
8 Sheets
comments fro
om the
ATTACHMENT A
T
T
F
s
T
F
a
w
q
P
T
T
p
C
Task 3. 4
CONSULTA
The repor
report pre
(LOTB) sh
CONSULTA
the comm
Deliverab
Task 3. 5
Following revi
submitted to t
Deliverab
Task 3. 6
Following revi
approval, an o
will be submit
quantity calcu
Deliverab
PHASE 4
Task 4. 1
The COUNTY w
project coordi
COUNTY as req
Final Foun
ANT will prep
rt will be finali
eparation. CON
heets and use t
ANT will prep
ents made by
bles:
Final F
Log of
100% PS&
iews by the CO
he COUNTY fo
bles:
One (1
One (1
One (1
Copy o
Copy o
Final PS&E
iews by the Di
riginal set of s
tted to the COU
lations to the
bles:
One (1
One (1
One (1
One (1
Copy o
Copy o
ASSISTAN
Assistance
will advertise
nator will be t
quested durin
ndation Repo
pare the final r
ized based on
NSULTANT wi
the general pl
pare a final Fou
the Counties
Foundation Re
Test Borings
E:
OUNTY and Ca
or the Director
1) signed full-s
1) set of signed
1) CD with elec
of Final Specifi
of Cost Estimat
E:
irector, any ag
stamped and s
UNTY for its u
COUNTY for u
1) signed full-s
1) set of signed
1) CD with elec
1) CD with elec
of Final Specifi
of Cost Estimat
NCE DURING
e During Bid
the project fo
the designated
ng bidding. As
ort
report to pres
the review co
ill provide bor
an as a base m
undation Rep
and other age
eport
(LOTB)
altrans, any ag
r's final review
size (22 x 34)
d Final Specifi
ctronic copy in
ications in Wo
te in Excel for
greed-upon re
signed plans, t
use in soliciting
use in adminis
size (22 x 34)
d Final Specifi
ctronic copy o
ctronic copy in
ications in Wo
te in Excel for
G BIDDING A
ding
r bidding and
d person to re
s part of this T
ent the design
omments from
ring logs using
map.
ort based on a
encies on the d
greed-upon re
w.
set of Final Pl
cations
n PDF format
ord format
rmat
evisions shall b
two copies of t
g construction
stering the con
set of Final Pl
cations
of plans in Aut
n PDF format
ord format
rmat
AND CONS
distribute the
eceive contrac
Task, CONSULT
n recommenda
m the agencies
g the standard
any design up
draft Foundati
evisions shall b
ans
of all 100% su
be made to the
the bidding do
n bids. The CO
ntract.
ans on mylar
toCAD Civil 3D
of all Final sub
STRUCTION S
e plans to pros
ctor inquiries.
TANT shall:
ations for the
and any upda
d Caltrans Log
dates between
ion Report.
be made to th
ubmittal items
e 100% PS&E
ocuments and
ONSULTANT s
D 2017 format
bmittal items
SUPPORT
spective bidde
The CONSUL
bridge founda
ates after the d
g of Test Borin
n 60% and 90
e 90% PS&E a
s
. After receip
d an engineer’
shall provide t
t
ers. The COUN
TANT will ass
ation.
draft
ngs
0% and
and
t of final
s estimate
the
NTY’s
sist the
ATTACHMENT A
T
T
s
Su
su
ad
bi
Pr
no
in
co
an
Pr
pr
A
be
Task 4. 2
The CONSULT
services. Engi
4.2.1
CONSULTA
and constr
constructi
4.2.2
CONSULTA
materials
constructe
within two
4.2.3
CONSULTA
(RFI’s) and
4.2.4
CONSULTA
following
Pi
R
St
B
D
D
ubmit to the C
ubmitted no la
ddenda items
id opening.
repare addend
o additional c
nitiated by the
over letter. Ad
nd/or signed i
rovide timely
rocess.
ssist COUNTY
etween CONSU
Construct
ANT will be av
neering suppo
Attend Pre
ANT will atten
ruction questi
ion meeting.
Assistance
ANT will assis
submittals, cla
ed in accordan
o weeks of rec
Technical
ANT will prov
d Constructio
Attend Fie
ANT will atten
operations:
ile Concrete P
einforcement
tem and Soffit
id-Well Dry R
eck Concrete
eck Crack Inte
COUNTY for re
ater than ten (
shall be furni
dum drawings
ost to the COU
e COUNTY. Ad
ddenda shall b
in accordance
assistance wi
Y in evaluating
ULTANT’s eng
tion Support
vailable to ass
ort services du
e-Constructi
nd the project
ions critical to
e with Contr
st the COUNTY
arifying draw
nce with the p
ceipt by CONS
l Support for
vide advice an
n Change Ord
eld Visits
nd up to seven
Pour (1 Visit)
Placement Pr
t Pour (1 Visit)
Run (1 Visit)
Placement (1
ensity Survey
eview and app
(10) working d
shed to COUN
s and other do
UNTY unless s
ddenda shall b
be stamped by
e with the Calif
ith responding
g the bids rece
gineer’s estim
sist the COUNT
uring construc
on Conferen
t pre-construc
o the proper co
actor Submi
Y during const
ings, and gene
plans and spec
ULTANT unle
Contractor
d technical su
ers (CO’s).
n (7) field visit
rior to Closing
)
Visit)
(1 Visit)
proval any add
days prior to s
NTY. No adden
ocuments as r
uch addendum
e prepared in
y the seal with
fornia Busines
g to inquiries f
eived to identi
ate and the lo
TY during con
ction include t
nce
tion meeting a
onstruction of
ittals
truction by ch
erally assisting
cifications. Sho
ess a longer tim
RFI’s and Ch
upport to the C
ts during cons
g Stem Forms f
denda deemed
scheduled bid
ndum will be i
equired to cla
m is as a resul
n a format that
Consultant an
ss and Profess
from potentia
fy and explain
ow bid.
nstruction and
the following:
and prepare a
f the project to
hecking contra
g the COUNTY
op drawing su
me period has
hange Order
COUNTY for co
struction. Fiel
for Box Girder
d necessary. A
d opening. An
issued in the 7
arify scope of w
lt of change of
t would only r
nd subconsult
sions Code.
al bidders duri
n significant d
d provide engi
:
a check list of p
o be discussed
actor shop dra
Y to ensure tha
ubmittal revie
s been specifie
rs
ontractor Req
d visits are an
r (1 Visit)
Addenda, if an
electronic cop
72-hour perio
work to be bid
f scope of wor
require additio
tant’s license n
ing the advert
ifferences, if a
ineering suppo
pertinent item
d at the pre-
awings, review
at the project
ews will be com
ed in the Speci
quests for Info
nticipated for t
y, shall be
py of
d prior to
d upon, at
rk
on of a
numbers
tising
any,
ort
ms of work
wing
is
mpleted
ifications.
rmation
the
ATTACHMENT A
W
I
p
Pu
4.2.5
CONSULTA
WORK PERFO
n addition to t
performed by
Provid
Attend
Loan o
may b
Act as
Review
a time
Provid
Provid
or late
Provid
Provid
variou
Hire e
Prepa
Enviro
Prepa
constr
Provid
requir
Subm
Pay al
Provid
Comb
provis
prepa
Adver
unchlist Inspe
As-Builts
ANT will revie
ORMED BY T
those services
the COUNTY.
de a COUNTY
d and particip
or provide cop
be available or
s the coordina
w questions s
ely manner.
de a topograp
de the COUNT
er.
de examples o
de letters to u
us utilities and
environmenta
are and submit
onmental Qua
are all legal de
ruction easem
de property ap
red for the Pro
it applications
ll fees for requ
de COUNTY St
ine the CONSU
sions Sections
ared book title
rtise the proje
ection (1 Visit)
ew and sign as
THE COUNT
s already iden
representativ
pate in meetin
pies of as-buil
r deemed nece
tor between a
ubmitted to th
hic survey of t
TY’s standard t
of acceptable d
tility compani
d CONSULTAN
l consultant(s
t the appropri
ality Act (CEQA
scriptions and
ments.
ppraisal and a
oject.
s to obtain all
uired agency r
tandard Speci
ULTANT’s pro
s 1 through 9 t
ed “Specificatio
ct, hold the bi
)
s-builts after c
TY
ntified to be pr
ve
gs with the CO
lt plans, bridge
essary.
any utilities an
he COUNTY by
the project sit
title sheet, leg
drafting forma
ies identified b
NT.
) to prepare a
iate environm
A) and the Nat
d drawings re
acquisition ser
required perm
reviews and p
al Provisions t
oject technical
to create a com
ons” which inc
id opening, pr
completion of
rovided by the
ONSULTANT a
e reports and
nd/or agencie
y the CONSUL
te in AutoCAD
gend, and title
at and reprodu
by CONSULTA
any required t
mental docume
tional Environ
quired for righ
rvices for righ
mits from all a
ermits.
to be edited a
l special provi
mplete set of s
cludes the not
ocess the bids
f construction.
e COUNTY, the
and other agen
other reports
s and the CON
LTANT and ren
D Civil 3D, vers
block for plan
ucible standar
ANT to be in c
technical studi
entation in acc
nmental Prote
ht-of-way acq
ht-of-way and
affected agenc
as appropriate
isions with the
special provisi
tice to bidders
s received, and
.
e following ad
ncies as requi
s or document
NSULTANT.
nder decisions
sion 2013 or la
ns in AutoCAD
rds.
onflict and co
ies.
cordance with
ection Act (NE
quisition and/
temporary co
cies.
e by the CONSU
e COUNTY’s “B
ions to includ
s, agreement,
d award the co
ditional servic
red.
ts to CONSULT
s pertaining th
ater.
D Civil 3D, vers
ordinate betw
h the California
EPA).
or temporary
onstruction ea
ULTANT.
Boilerplate” sp
e in the COUN
proposal, etc.
onstruction co
ces will be
TANT, as
hereto in
sion 2013
ween
a
asements
pecial
NTY-
ontract.
ATTACHMENT A
Arran
adden
Distrib
Provid
Provid
o
o
o
o
o
o
Perfor
Provid
Provid
Prepa
Provid
Review
Review
nge and pay fo
nda thereto.
bute any requ
de all bidders’
de constructio
Conduction
Issuing the
Authorizin
Authorizin
Authorizin
Accepting t
rm primary co
de all contract
de all contract
are as-built pla
de translation
w and return
w and return
r the reprodu
uired addenda
’ RFCs to the C
on contract ad
n the pre-cons
e Notice to Pro
g and making
g and issuing
g supplement
the Project an
onstruction ov
tor submittals
tor RFIs and p
ans
n services if ne
comments on
comments on
ction costs inc
a to bidders.
CONSULTANT
dministration a
struction conf
oceed to the co
progress pay
contract chan
tal fund payme
nd issuing the
versight, inspe
s and grant fin
publish respon
ecessary to fac
n reports withi
n PS&E within
curred by the
in a timely m
and oversight
ference
ontractor
yments
nge orders
ents
Notice of Com
ection, and tes
nal approval th
nses thereto.
cilitate meetin
in ten (10) bu
twenty (20) b
printing of th
manner and pu
t. Services sha
mpletion
sting.
hereto.
ngs with memb
usiness days of
business days
he final contrac
ublish respons
all include, bu
bers of the pu
f receipt from
of receipt fro
ct documents
es thereto.
t may not be l
ublic.
CONSULTAN
m CONSULTA
and any
limited to:
T.
ANT.
ATTACHMENT A
A
I
t
ASSUMPTIO
n addition to t
this proposal.
1. Roa
or o
brid
2. Assu
Roa
requ
3. Stre
4. As e
plan
of n
miti
5. Util
utili
6. Deg
tran
with
7. No C
and
8. Fres
9. CON
Fou
loca
10. Tra
rig d
11. The
site
12. It is
COU
inco
13. Dur
ove
ove
awa
NS
the assumptio
adway approa
other pedestri
dge will be rep
umes major m
ad and North F
uired and are
eet lighting wi
environmenta
ns, bat boxes,
notes provided
igations will b
ity design and
ity conduits w
gradation estim
nsport models
h the Fresno C
Conditional Le
d no insurable
sno County en
NSULTANT ha
undation Repo
ations.
ffic control (la
days with eigh
e County will a
meetings wit
s assumed that
UNTY shall pro
orporation int
ring construct
rsight. Should
rsight aspect
ard of the proj
ons previously
ches will cons
an or bicycle f
placed with an
modifications w
Fork Road. Min
included in th
ill not be prov
al mitigation m
etc.)is not incl
d by the COUN
be included in
d or relocation
will not be mou
mates will be s
s are available
County Plannin
etter of Map R
structures wi
ncroachment p
as assumed the
orts: near site b
ane closure) w
ht (8) days of t
arrange unlim
th agency staff
t the COUNTY
ovide CONSUL
to the project b
ion of the proj
d the COUNTY
during the con
ject for additio
y discussed, th
sist of two 12-
facilities will b
n approximate
will not be req
nor modificat
his scope of w
vided. If street
measures have
luded in this s
NTY or by inclu
the design.
n will be perfo
unted to the p
straight-line e
e. Past, existin
ng Departmen
Revision or Let
ill be impacted
permit will be
e COUNTY wil
bench mark e
will be require
traffic control
ited access to
f.
Y will coordina
LTANT with A
base files.
ject, the COUN
Y require servi
nstruction pha
onal cost not i
he following a
foot travel lan
be included in
ely 43 ft. wide
quired to the e
ions such as r
ork.
lighting is req
e not yet been
scope. When m
usion of COUN
ormed by the u
roposed repla
extrapolation u
ng and potenti
nt.
tter of Map Re
d by the bridg
e provided at n
ll provide the
levations; any
d for geotechn
l.
the project ar
ate with any n
AutoCAD files o
NTY will provi
ices from the C
ase, such addi
included in thi
dditional assu
nes and 8-foot
n the project. B
bridge with a
existing traffic
relocation of lo
quired, additio
determined, d
mitigations can
NTY provided
utility compan
acement bridg
using best ava
al future grav
evision (CLOM
ge replacemen
no cost.
following item
y necessary pe
nical explorat
rea for purpos
ecessary utilit
of the final rig
ide primary co
CONSULTANT
itional service
is proposal.
umptions wer
t shoulders. N
Basic services
a shoulder wid
c signals at the
oop detectors
onal budget w
design of mitig
n be incorpor
specification l
nies. It is curr
ge.
ailable data if
vel operations
MR/LOMR) is a
nts.
ms to assist in
ermits; and rig
tion and is esti
ses of field inv
ties to determ
ght-of-way and
ontract admin
T on the contr
es will be requ
e made in gen
No multipurpo
scope assume
dth of 8-feet.
e intersection
and pull boxe
will be necessa
gations (i.e. pl
ated by simpl
language, such
rently assumed
no numeric se
will be invest
assumed to be
completion o
ght of entry to
imated to be n
vestigations an
mine utility eas
d easement ex
nistration and
ract administr
uested at the ti
nerating
ose trail,
es the
of Friant
es will be
ary.
lanting
e addition
h
d that
ediment
tigated
e required
of the
o drilling
nine (9)
nd any on-
sements.
xhibits for
ation and
ime of
ATTACHMENT A
O
U
n
p
l
c
b
O
P
E
E
y
O
I
a
O
I
n
M
d
O
U
r
t
D
O
U
p
a
OPTIONAL T
Under this task
new bridge an
public access.
ocations off of
column piers.
be necessary.
OPTIONAL T
Previous hydr
Engineers stud
Engineers ana
year peak disc
OPTIONAL T
f a variance fr
and staff repor
OPTIONAL T
f additional m
necessary by t
Meetings unde
distribution to
OPTIONAL T
Under this task
roost habitat i
task assumes t
Department of
OPTIONAL T
Under this task
potential acces
accessibility st
TASK 1 - EXT
k, the bridge d
nd incorporate
This task inclu
f the bridge. T
If additional w
TASK 2 - HYD
ologic studies
dy, the 2002 C
lysis. Based o
charges, and w
TASK 3 - CV
rom the CVFPB
rts for the CVF
TASK 4 – AD
meetings beyon
the County, thi
er this task wi
o meeting atte
TASK 5 – INC
k, CONSULTA
nto the projec
the COUNTY w
f Fish & Wildli
TASK 6 – CE
k, CONSULTA
ssibility issues
tandards appl
SCOPE O
TEND SAN J
design will be
e aesthetic enh
udes the addit
The proposed b
width is requir
DROLOGY
s for San Joaqu
Corps of Engin
on the previou
will develop hy
VFPB VARIAN
B design criter
FPB hearing fo
DDITIONAL M
nd the total nu
is optional tas
ll be called at
ndees when r
CORPORATI
NT will prepa
ct plans. Detai
will perform a
ife to prepare
RTIFIED ACC
NT will obtain
s in the drawi
icable to the p
OF WORK
Ma
OAQUIN PA
modified to e
hancements in
tion of an arch
bridge under
red beyond 55
uin River and F
neers and Recl
us studies, we
ydrographs fo
NCE
ria is required
or the varianc
MEETING AT
umber of mee
sk accommoda
the County’s d
requested by t
ON OF BAT
re an addition
ls will be deve
ll required tec
the mitigation
CESS SPECIA
n a Certified A
ngs and prepa
project.
K – OPTIO
ay 31, 2018
ARKWAY TRA
xtend the 12 f
nto the bridge
hitectural deta
this task will b
5 ft., a budget
Friant Dam w
lamation Boar
will make rec
r each of these
d, meet and co
e.
TTENDANCE
tings included
ates for additi
discretion. Co
the County.
T HABITAT
nal two detail
eloped based u
chnical studie
n plan.
ALIST CERTI
Access Speciali
are a post-con
ONAL SERV
AIL OVER B
ft. wide San Jo
architecture t
ails sheet and
be a maximum
modification i
will be reviewe
rd comprehen
commendation
e recurrence i
oordinate with
d in the Basic S
ional project m
nsultant will p
sheets for the
upon the COU
s and perform
FICATION
ist (CASp) to p
nstruction lett
VICES
BRIDGE
oaquin River P
to match the p
details to con
m of 55 ft. wid
in addition to
ed, including th
nsive study, an
ns regarding t
intervals.
h the CVFPB S
Services scop
meetings on a
prepare meeti
e incorporatio
UNTY provided
m all coordinat
perform plan r
ter certifying t
Parkway Trail
planned River
nform to existi
de supported o
this optional
he 1998 Corps
nd the 2005 M
the 50-, 100-, a
taff to develop
e are deemed
per meeting b
ing minutes fo
n of day and n
d mitigation p
tion with the
review to iden
the project me
over the
r Vista
ing trail
on 2
task will
s of
BK
and 200-
p exhibits
basis.
or
night
plan. This
ntify
eets
ATTACHMENT A
T
U
a
a
a
b
T
U
p
l
O
U
s
M
b
T
T
C
w
r
t
o
T
d
B
p
a
m
A
S
Task 6.1 CAS
Under this task
areas that pos
adjustments to
access issues a
by the County.
Task 6.2 CAS
Under this task
project meets
etter signed b
OPTIONAL T
Under this task
study is to per
Map Revision
below Friant D
Task 7.1 Con
Task 7.1.1 Da
CONSULTANT
workmaps, fro
review the effe
topographic da
overbank cond
The effective F
different hydra
Base (100-yea
placed at diffe
additional effo
mapping (Task
Assumptions:
This s
form.
Althou
develo
Schedule Note
The F
Sp Review of
k, CONSULTA
e potential acc
o the 30% PS&
are infeasible.
.
Sp Post Const
k, CONSULTA
accessibility s
by the CONSUL
TASK 7 – FEM
k, CONSULTA
rform hydrauli
(LOMR) subm
Dam.
ditional Lette
ata Collectio
T will request t
om the FEMA E
ective FEMA F
ata, and other
ditions and ev
FEMA mappin
aulic model w
ar) Flood Eleva
rent locations
ort compared t
k 3), and other
scope/fee assu
If the digital m
ugh topograph
oped for this p
e:
EMA Engineer
30% PS&E
NT’s CASp wil
cessibility issu
&E when feasi
Findings will
truction Cert
NT’s CASp wil
standards app
LTANT’s CASp
MA CLOMR/
NT will prepa
ic modeling an
mittals for the N
er of Map Re
on and Revie
the effective F
Engineering L
Flood Insuranc
r relevant data
valuate hydrau
g for the San J
was used on ea
ations are not
s on each side
to a typical CL
r components
umes that the
model is not a
hic surveying
project by oth
ring Library ty
ll perform a pl
ues, and provi
ble and identi
be document
tification Lett
ll perform a po
plicable to the
p.
/LOMR PREP
re CLOMR/LO
nd prepare FE
North Fork Ro
evision (CLO
ew
FEMA study ba
Library. In add
ce Study (FIS)
a. A field reco
ulic model par
Joaquin River
ach side of the
consistent ac
of the county
LOMR in terms
s of the CLOMR
effective hydr
available, a cha
is not include
ers will be inc
ypically takes
lan review of t
ide recommen
ify areas wher
ed in the proj
ter
ost-constructi
project. Findi
PARATION
OMR Documen
EMA Condition
oad Bridge rep
MR)
ackup data, inc
dition to the F
, hydrology st
nnaissance vi
rameters, brid
within the stu
Fresno-Made
ross the coun
line. These m
s of the hydra
R submittal (T
raulic model u
ange to the sc
ed in this scop
corporated int
4 to 6 weeks
the draft 30%
nded correctiv
re adjustment
ect Type Selec
ion site review
ngs of the site
ntation for FEM
nal Letter of M
placement pro
cluding hydra
FEMA backup d
tudies, aerial p
sit will be per
dges, and other
udy reach is at
era county line
nty line and the
mapping/mode
aulic model de
Task 4), includ
used for the FI
cope of work m
e of work, the
to the Task 2 h
to provide the
% PS&E, provid
ve actions. CO
ts to the plans
ction Report f
w to confirm t
e review will b
MA approval.
Map Revision (
oject over the
aulic model file
data, CONSUL
photography,
rformed to exa
r structures.
typical becaus
e. As shown in
e lettered mod
eling irregular
evelopment (T
ding the floodw
IS is available
may be require
e updated topo
hydraulic mod
e Flood Insura
de markups id
NSULTANT w
to resolve po
for review and
that the as-con
be documente
The purpose
(CLOMR) and
San Joaquin R
es and floodpl
LTANT will ob
best available
amine river an
se it appears t
n Figure 2, the
del cross secti
rities may requ
Task 2), floodp
way analysis.
from FEMA in
ed.
ographic surv
deling.
ance Study ba
dentifying
will make
otential
d approval
nstructed
d in a
of this
Letter of
River
lain
tain and
e
nd
that a
e mapped
ions are
uire
plain
n digital
ey data
ckup data.
ATTACHMENT A
T
U
R
T
s
w
m
b
T
M
D
A
T
T
w
p
A
D
T
C
o
r
p
Task 7.1.2 Hy
Up to four hyd
Revision (CLO
1. Duplic
2. Corre
3. Existi
have o
LOMR
4. Propo
The Corrected
study, the 10%
will be run. Fo
modeling itera
backchecked.
The modeling
Mapping Partn
Deliverables:
HEC-R
Assumptions:
Propo
The ch
should
develo
not re
Task 7.1.3 Flo
The 1% and 0.
workmap will
per FEMA regu
Annotated DFI
Deliverables:
Flood
Annot
Task 7.1.4 Flo
CONSULTANT
output, comple
responses (if a
performed for
ydraulic Mod
draulic models
MR) submitta
cate Effective
cted Effective
ng (Pre-Proje
occurred since
R.
osed (Post-Pro
d Effective and
%, 2%, 1%, and
or Proposed C
ation assumed
will also be ch
ners and appli
RAS model inp
osed bridge pl
hallenges rela
d be resolved
oped for both
ecommended a
oodplain Ma
.2% annual ch
be developed
ulations, will a
IRM panels sh
plain workma
tated FIRM pa
oodplain Ma
T will prepare
eted FEMA ap
applicable), an
r the Corrected
deling
s will be used
al:
Model – Copy
Model – To in
ct) Conditions
e the time of t
oject) Conditio
d Existing Cond
d 0.2% annua
onditions, the
d. The hydrau
hecked that it
icable Nationa
put/output an
ans will be pr
ated to having
during the Co
sides of count
and is beyond
pping
hance exceeda
d. The floodpla
also include to
howing the rev
aps and GIS flo
anels
pping
a CLOMR appl
pplication form
nd annotated D
d Effective, Ex
for San Joaqui
y of FEMA’s Eff
ncorporate im
s Model – Inco
he effective m
ons Model – In
ditions model
l chance excee
e proposed bri
lic models wil
is consistent w
al Flood Insura
nd digital files
ovided by CSE
a different hy
orrected Effect
ty line. Movin
d this scope of
nce (100- and
ain workmap,
opographic co
vised floodpla
oodplain layer
lication packa
ms, CLOMR rep
DFIRM panel(
xisting Conditi
in River per F
ffective Model,
mproved topog
orporates any
model—change
ncorporates th
s will likely be
edance (10-, 5
idge will be in
ll be reviewed
with FEMA’s G
ance Program
EG as well as p
ydraulic mode
tive model sta
ng forward wit
work.
d 500-year) flo
which will be
ntours, stream
ins and Base F
rs
age, which will
port, floodplai
s) showing th
ons, and Prop
EMA regulatio
, rerun on CLO
graphic data an
physical chan
es that have n
he proposed b
e equivalent.
50-, 100-, and
ncorporated in
d and commen
Guidelines and
m (NFIP) regula
proposed grad
el on each side
age, where a si
th two separa
oodplain limit
e certified by a
m centerline, a
Flood Elevatio
l include copie
in workmap(s
he revised floo
posed Conditio
ons for a Cond
OMR requesto
nd any necess
nges in the cha
not been reflec
bridge and any
Per FEMA reg
500-year recu
nto the HEC-R
nts will be add
d Specification
ations.
ding in LandXM
e of the Fresno
ingle, combin
ate county mo
ts will be delin
a registered p
and effective F
ons (BFEs) wi
es of the hydr
s), CHECK-RAS
odplains. Floo
ons models.
ditional Letter
or’s computer
sary model cor
annel or flood
cted in a previ
y other project
gulations for a
urrence interv
RAS model with
dressed and
ns for Flood H
ML format.
o-Madera coun
ed model will
dels for the CL
neated and a fl
rofessional en
FEMA floodpla
ll also be prep
raulic model in
S comments a
odway analyse
r of Map
rrections
plain that
ious
t features.
a detailed
val) events
h one
Hazard
nty line
be
LOMR is
floodplain
ngineer
ain limits.
pared.
nput and
and
es will be
ATTACHMENT A
D
A
I
T
C
r
w
c
P
f
p
D
A
T
o
Deliverables:
CLOM
Assumptions:
The C
copies
mportant Not
FEMA
the CL
The F
the co
Task 7.1.5 Pro
CONSULTANT
regarding the
website will be
counties. CON
Public notice a
for the public n
prepared.
Deliverables:
List of
Assumed CLOM
The anticipate
on the workloa
Data c
Librar
Hydra
timing
Count
FEMA
MR application
LOMR applica
s of the CLOM
tes:
A requires that
LOMR applicat
EMA review fe
ost estimate.
oject Coordi
T will participa
CLOMR applic
e used to elect
NSULTANT wil
and/or individ
notice and/or
f affected parc
MR Schedule:
ed CLOMR sch
ad of the local
collection and
ry data reques
aulic modeling
g)
ty CLOMR revi
A CLOMR revie
n package
ation will be su
R application
t documentati
tion. ESA doc
ee for a CLOM
ination/Mee
ate in up to thr
cation, includi
tronically sub
ll respond to F
dual property
r notification l
cels and a tem
edule is listed
l agency and F
review; hydr
st)
g and CLOMR
iew – 1 to 2 m
ew – 4 to 6 mo
ubmitted and
will be create
ion of complia
umentation w
MR is subject to
tings and CL
ree conferenc
ing addressing
mit the CLOM
FEMA commen
owner notific
etter to be sen
mplate for the p
d below. Note
FEMA reviewe
ology review –
application pr
months
onths on avera
processed thr
ed.
ance with the E
will be provide
o change; the c
LOMR Applic
e calls and coo
g written com
MR application
nts on the CLO
cation may be
nt out by the c
public notice a
that review ti
er.
– 2 months (p
reparation – 3
age; note that
rough the FEM
Endangered S
ed by CSEG or
current fee fo
cation Follow
ordinate with
mments on the
n to FEMA afte
OMR applicati
required by F
community. A
and/or notific
imes are roug
primarily the t
3 to 4 months
this can vary
MA Online LOM
Species Act (ES
the County.
r an online su
w-up
h Fresno Count
submittal. FE
er it has been a
ion.
FEMA. A temp
A list of affecte
cation
h estimates th
time required
(timing may b
significantly
MC website. N
SA) be submit
ubmittal is incl
ty and Madera
EMA’s Online L
approved by b
plate will be pr
ed parcels will
hat may chang
for FEMA Eng
be longer due
No hard
tted with
luded in
a County
LOMC
both
repared
l also be
ge based
gineering
to design
ATTACHMENT A
T
T
C
o
s
a
D
A
T
C
w
a
t
P
f
p
D
A
T
Task 7.2 Lette
Task 7.2.1 Let
CONSULTANT
output, comple
showing the re
as-built condit
Deliverables:
LOMR
Assumptions:
As-bu
The L
copies
The F
the co
Task 7.2.2 LO
CONSULTANT
written comm
application to
the LOMR app
Public notice a
for the public n
prepared.
Deliverables:
List of
Assumed LOM
The anticipate
LOMR
Count
FEMA
er of Map Re
tter of Map R
T will prepare
eted FEMA ap
evised floodpl
tions.
R application p
uilt plans will b
OMR applicat
s of the LOMR
EMA review fe
ost estimate.
OMR Applica
T will coordina
ents on the su
FEMA after it
lication.
and/or individ
notice and/or
f affected parc
MR Schedule:
ed LOMR sched
R application p
ty LOMR revie
A LOMR review
evision (LOM
Revision (LOM
a LOMR applic
pplication form
lains. The pro
package
be provided by
ion will be sub
R application w
ee for a LOMR
tion Follow-u
ate with Fresn
ubmittal. FEM
has been app
dual property
r notification l
cels and a tem
dule is listed b
preparation –
ew – 1 month
w – 6 months o
R)
MR) Submitta
cation packag
ms, LOMR repo
oposed conditi
y CSEG or the
bmitted and p
will be created
R is subject to
up
no County and
MA’s Online LO
proved by both
owner notific
etter to be sen
mplate for the p
below.
1 to 2 months
on average; no
al
ge, which will i
ort, floodplain
ions modeling
County.
processed thro
d.
change; the cu
Madera Coun
OMC website w
h counties. CO
cation will be r
nt out by the c
public notice a
s
ote that this ca
include copies
n workmap(s)
g and mapping
ough the FEMA
urrent fee for
nty regarding t
will be used to
ONSULTANT w
required by FE
community. A
and/or notific
an vary signifi
s of the hydra
, and annotate
g will be revis
A Online LOM
an online sub
the LOMR, inc
o electronically
will respond to
EMA. A templ
A list of affecte
cation letter
ficantly
ulic model inp
ed DFIRM pan
ed, as needed
MC website. No
bmittal is inclu
cluding addres
y submit the L
o FEMA comm
late will be pr
ed parcels will
put and
nel(s)
, to reflect
o hard
uded in
ssing
LOMR
ments on
repared
l also be
ATTACHMENT A
Certified Small Business #41279
www.cseg.com
Page 3
ProPosal to Provide ProFessioNal eNgiNeeriNg services
For North Fork road over saN joaquiN river
bridge rePlacemeNt Project
Organizational Chart
Cornerstone Structural
Engineering Group
Principal-in-Charge/
Project Director
Todd M. Goolkasian, SE
Cornerstone Staff
County of Fresno
Department of Public Works and Planning
Mohammad Alimi, Ph.D., P.E.
North Fork Road over San Joaquin River
Bridge Replacement
Quality Control Manager
Thomas L. Swayze, SE
LSA
PERMITTING
Project Manager
Shawn M. Cullers, SE
Senior Bridge Engineer
Mark A. Weaver, SE
Avila & Associates
(DBE)
HYDROLOGY &HYDRAULICS
Provost & Pritchard
CIVIL ENGINEERING& UTILITY COORDINATION
Parikh Consultants
(DBE)
GEOTECHNICAL
Quality Control Engineer
N. Bobby Nermeno, PE
ATTACHMENT B
Certified Small Business #41279
www.cseg.com
Page 4
ProPosal to Provide ProFessioNal eNgiNeeriNg services
For North Fork road over saN joaquiN river
bridge rePlacemeNt Project
Todd M. Goolkasian, SE
Principal-in-Charge/Project DirectorMr. Goolkasian will be responsible for client and project oversight including scheduling, budgeting, staffing, design, structural calculations, final contract documents and other areas as needed.
Shawn M. Cullers, SE
Project ManagerMr. Cullers will be responsible for all client contact, project scheduling, implementation of overall design strategy and day-to-day management of project design and subconsultants. He will also be responsible for the oversight and review of the technical preparation of structural calculations, computer analysis, preliminary drawings, final contract documents, quantities, estimates, and special provisions.
Mark A. Weaver, SE
Senior Bridge EngineerMr. Weaver will serve as Bridge Engineer, he will be primarily responsible for assisting the project manager with the implementation of the project strategy and supervision of technical staff. His responsibilities will include execution of the project plan; structural design and analysis; and production of contract documents.
Thomas Swayze, SE
Quality Control ManagerMr. Swayze will serve as Quality Control Manager responsible for complete independent check of all plans and details at the preliminary design phase and prior to the submittal of final plans, specifications, and estimates. He will also provide a verification check of computer modeling assumptions, validity of results, and structural calculations.
N. Bobby Zermeno, PE
Quality Control EngineerMr. Zermeno will be responsible for assisting the quality control manager with the implementation of the engineering quality control plan by providing an independent check of all plans and details at the preliminary design phase and prior to the submittal of final plans, specifications, and estimates, as well as reviewing structural designs and analysis.
Project Delivery Team
Cornerstone has assembled the following key personnel to serve Fresno County’s North Fork Road over San Joaquin River Bridge Replacement Project.
SubconSultantS
Provost & Pritchard
General Civil and Utility CoordinationProvost & Pritchard will be in charge of roadway design as well as utility coordination by collecting existing and planned utility information.
Parikh Consultants (DBE)
Geotechnical Engineering Parikh Consultants will provide a foundation study and field exploration of the bridge site. A preliminary foundation report will be prepared based on the soil sample results from a certified laboratory.
Avila & Associates (DBE)
Hydraulics & HydrologyAvila & Associates will be in charge of completing a hydraulic analysis as well as reviewing maintenance records fordegradation to estimate local scour. An existing conditions HEC-RAS model will be set up.
LSA
PermittingLSA will be in charge of preparing draft permit application and researching which permits will need to be obtained.
ATTACHMENT B
IDTask NameDuration StartFinish Predecessors1CONTRACT AWARD0 daysTue 1/29/19Tue 1/29/192CONTRACT NTP1 dayTue 2/5/19Tue 2/5/191FS+1 wk3Kick-Off/Scoping Meeting1 dayWed 2/13/19Wed 2/13/192FS+1 wk4PHASE 1 - PRELIMINARY DESIGN351 daysWed 2/13/19Wed 6/17/2051.1 Surveys and Base Mapping (BY COUNTY)10 wksThu 2/14/19Wed 4/24/19361.2 Conceptual Area of Potential Effect (APE) Boundary10 wksThu 2/14/19Wed 4/24/19371.3 Draft Hydraulics and Scour Report55 daysThu 2/21/19Wed 5/8/1981.3.1 Research and Data Collection3 wksThu 2/21/19Wed 3/13/193FS+1 wk91.3.2 Hydraulic Analysis4 wksThu 3/14/19Wed 4/10/198101.3.3 Scour and Bank Protection2 wksThu 4/11/19Wed 4/24/199111.3.4 Location Hydraulic Study2 wksThu 4/25/19Wed 5/8/1910121.4 Geotechnical Engineering60 daysWed 2/13/19Tue 5/7/19131.4.1 Field Exploration1 wkWed 2/13/19Tue 2/19/192FS+1 wk141.4.2 Laboratory Testing4 wksWed 2/20/19Tue 3/19/1913151.4.3 Preliminary Foundation Report8 wksWed 3/13/19Tue 5/7/1914FS-1 wk161.5 Alignment Study (30% Roadway Plans)3 monsThu 4/25/19Wed 7/17/195171.6 Utility Coordination (BY COUNTY)12 monsThu 7/18/19Wed 6/17/2016181.7 Type Selection Memorandum/Preliminary Report (30% PS&E)86 daysThu 7/4/19Thu 10/31/19191.7.1 Draft Project Type Selection Report/Preliminary Report60 daysThu 7/4/19Wed 9/25/19201.7.1.1 General Layout3 monsThu 7/4/19Wed 9/25/1916FS-2 wks21County Review3 wksThu 9/26/19Wed 10/16/1920,7,12,16221.7.2 Type Selection Meeting/30% Constructability Review Meeting1 dayThu 10/17/19Thu 10/17/1921231.7.3 Final Type Selection Report/Preliminary Report2 wksFri 10/18/19Thu 10/31/192224PHASE 2 - 60% PLANS, SPECIFICATIONS, AND ESTIMATE (PS&E)480 daysFri 11/1/19Thu 9/2/21252.1 Environmental Clearance (BY COUNTY)480 daysFri 11/1/19Thu 9/2/21262.1.1 Assistance with APE Boundary4 wksFri 11/1/19Thu 11/28/1923272.1.2 Support for Environmental Clearance24 monsFri 11/1/19Thu 9/2/2123282.2 Permit Applications4 wksMon 8/24/20Fri 9/18/2037292.3 Right-of-Way Engineering, Appraisal, and Acquisition (BY COUNTY)18 monsFri 11/1/19Thu 3/18/2123302.4 60% Plans, Specifications, and Estimate206 daysFri 11/8/19Fri 8/21/20312.4.1 60% PS&E206 daysFri 11/8/19Fri 8/21/20322.4.1.1 Bridge Design8 monsFri 11/8/19Thu 6/18/2023FS+1 wk332.4.1.2 Approach Roadway Design8 monsFri 11/8/19Thu 6/18/2023FS+1 wk342.4.1.3 Engineer's Estimate of Probable Construction Cost6 wksFri 6/5/20Thu 7/16/2032FS-2 wks,33FS-2 wks352.4.1.4 Contract Specifications/Special Provisions8 wksFri 6/5/20Thu 7/30/2032FS-2 wks,33FS-2 wks36County Review3 wksFri 7/31/20Thu 8/20/2032,33,34,353760% Constructability Review Meeting1 dayFri 8/21/20Fri 8/21/203638PHASE 3 - FINAL PLANS, SPECIFICATIONS, AND ESTIMATE (PS&E)346 daysMon 9/21/20Mon 1/17/22393.1 Permitting Support15 monsMon 9/21/20Fri 11/12/2128403.2 90% PS&E56 daysFri 3/26/21Fri 6/11/21413.2.1 Bridge Independent Check4 wksFri 3/26/21Thu 4/22/2129FS+1 wk,37FS+1 wk423.2.2 Response to Comments2 wksFri 4/23/21Thu 5/6/2141433.2.3 Update Bridge and Roadway PS&E2 wksFri 5/7/21Thu 5/20/214244County Review3 wksFri 5/21/21Thu 6/10/21434590% Constructability Review Meeting1 dayFri 6/11/21Fri 6/11/2144463.3 Final Hydraulics and Scour Report4 wksMon 11/15/21Fri 12/10/2140,25,39473.4 Final Foundation Report4 wksMon 11/15/21Fri 12/10/2140,25,39483.5 100% PS&E4 wksMon 11/15/21Fri 12/10/2125,40,3949County Review2 wksMon 12/13/21Fri 12/24/214850100% Constructability Review Meeting1 dayMon 12/27/21Mon 12/27/2149513.6 Final PS&E2 wksTue 1/4/22Mon 1/17/2250FS+1 wk52Historic Low Flow Period Per USBR Flow Data67 daysMon 8/1/22Tue 11/1/2253NMFS In Stream Work Window99 daysWed 6/15/22Mon 10/31/2254CVFPB Flood Season (Nov 1 through July 15)185 daysTue 11/1/22Mon 7/17/2355Historic Low Flow Period Per USBR Flow Data67 daysTue 8/1/23Wed 11/1/2356NMFS In Stream Work Window99 days?Thu 6/15/23Tue 10/31/2357PHASE 4 - ASSISTANCE DURING BIDDING AND CONSTRUCTION SUPPORT501 daysTue 2/15/22Tue 1/16/24584.1 Assistance During Bidding4 monsTue 2/15/22Mon 6/6/2251FS+4 wks594.2 Construction Support421 daysTue 6/7/22Tue 1/16/24604.2.1 Attend Pre-Construction Conference1 dayWed 6/15/22Wed 6/15/2265FS+1 wk614.2.2 Assistance with Contractor Submittals18 monsWed 8/3/22Tue 12/19/2367SS624.2.3 Technical Support for Contractor RFI's and Change Orders18 monsWed 8/3/22Tue 12/19/2367SS634.2.4 Attend Field Visits18 monsWed 8/3/22Tue 12/19/2367SS644.2.5 As-Builts4 wksWed 12/20/23Tue 1/16/2461,62,6365NTP FOR CONSTRUCTION1 dayTue 6/7/22Tue 6/7/225866Mobilization2 monsWed 6/8/22Tue 8/2/226567Construction18 monsWed 8/3/22Tue 12/19/2366,52SS1/29CONTRACT NTPKick-Off/Scoping Meeting1.1 Surveys and Base Mapping (BY COUNTY)1.2 Conceptual Area of Potential Effect (APE) Boundary1.3.1 Research and Data Collection1.3.2 Hydraulic Analysis1.3.3 Scour and Bank Protection1.3.4 Location Hydraulic Study1.4.1 Field Exploration1.4.2 Laboratory Testing1.4.3 Preliminary Foundation Report1.5 Alignment Study (30% Roadway Plans)1.6 Utility Coordination (BY COUNTY)1.7.1.1 General LayoutCounty Review1.7.2 Type Selection Meeting/30% Constructability Review Meeting1.7.3 Final Type Selection Report/Preliminary Report2.1.1 Assistance with APE Boundary2.1.2 Support for Environmental Clearance2.2 Permit Applications2.3 Right-of-Way Engineering, Appraisal, and Acquisition (BY COUNTY)2.4.1.1 Bridge Design2.4.1.2 Approach Roadway Design2.4.1.3 Engineer's Estimate of Probable Construction Cost2.4.1.4 Contract Specifications/Special ProvisionsCounty Review60% Constructability Review Meeting3.1 Permitting Support3.2.1 Bridge Independent Check3.2.2 Response to Comments3.2.3 Update Bridge and Roadway PS&ECounty Review90% Constructability Review Meeting3.3 Final Hydraulics and Scour Report3.4 Final Foundation Report3.5 100% PS&ECounty Review100% Constructability Review Meeting3.6 Final PS&EHistoric Low Flow Period Per USBR Flow DataNMFS In Stream Work WindowCVFPB Flood Season (Nov 1 through July 15)Historic Low Flow Period Per USBR Flow DataNMFS In Stream Work Window4.1 Assistance During Bidding4.2.1 Attend Pre-Construction Conference4.2.2 Assistance with Contractor Submittals4.2.3 Technical Support for Contractor RFI's and Change Orders4.2.4 Attend Field Visits4.2.5 As-BuiltsNTP FOR CONSTRUCTIONMobilizationConstructionDJFMAMJJASONDJFMAMJJASONDJFMAMJJASONDJFMAMJJASONDJFMAMJJASONDJFMAMJJASONDJFMAMJJASONDJFMAMJJASONDJFMAMJJA201820192020202120222023202420252026TaskSplitMilestoneSummaryProject SummaryInactive TaskInactive MilestoneInactive SummaryManual TaskDuration-onlyManual Summary RollupManual SummaryStart-onlyFinish-onlyExternal TasksExternal MilestoneDeadlineProgressManual ProgressNORTH FORK ROAD OVER SAN JOAQUIN RIVERBRIDGE REPLACEMENT PROJECT DELIVERY SCHEDULEOctober 16, 2018Page 1ATTACHMENT CProject Schedule
SERVICES PROVIDED BY THE DEPARTMENT
The County will provide the services and materials listed below in support of the
Consultant’s professional services. The County does not give warranty, expressed or
implied, regarding the accuracy of studies and reports. The Consultant will be responsible
for the evaluation of all information supplied by the County.
A. Loan or provide copies of as-built plans, bridge reports and any other reports or
documents to Consultant as may be available or deemed necessary.
B. Examine documents submitted to County by Consultant and timely render decisions
pertaining thereto.
C. Provide topographic survey of the project site.
D. With proactive and ongoing assistance from the Consultant as described previously,
prepare the appropriate environmental documentation in accordance with the
California Environmental Quality Act and the National Environmental Protection
Act.
E. Provide letters to utility companies identified by Consultant to be in conflict and
coordinate between various utilities and Consultant.
F. Prepare all legal descriptions and associated right-of-way contract exhibit drawings
required for right-of-way acquisition and/or temporary construction easements.
G. Prepare and submit CEQA and NEPA applications.
H. Hire environmental consultant(s) to prepare any required technical studies.
I. Provide property appraisal and acquisition services for right-of-way and easements
required for the Project. It is anticipated that right-of-way acquisition may take up
to 18 months after receipt of Caltrans approval to proceed therewith.
J. Submit applications, assisted by the Consultant as described previously, to obtain all
required permits from all affected agencies.
K. Pay all fees for required agency reviews and permits.
L. Arrange for and pay for the reproduction costs of printing the final bidding and
construction documents.
M. Combine Consultant's technical specifications with County's Special Provisions
Sections 1 through 9, Notice to Bidders calling for bids, the Proposal and Agreement
Sections, to create a complete set of documents for advertising.
N. Advertise, process bids, and award construction contract.
O. Distribute any required addenda.
P. Provide construction contract administration services, which services shall include,
but may not be limited to:
Conduct the pre-construction conference.
Issuing the Notice to Proceed to contractor.
Authorizing and making progress payments.
Authorizing and issuing contract change orders.
Authorizing supplemental fund payments.
Accepting the Project and issuing the Notice of Completion.
Q. Provide a County representative.
ATTACHMENT D
R. Attend and participate in meetings with the Consultant and other agencies as
required.
S. Provide construction inspection and testing.
ATTACHMENT D
CORNERSTONE STRUCTURAL ENGINEERING COST PROPOSAL
NORTH FORK ROAD BRIDGE OVER SAN JOAQUIN RIVER
ATTACHMENT E
CSEG BASIC SERVICES MEETING
ATTENDANCE
PROJECT
MANAGEMENT
PHASE 1 ‐
PRELIM. DESIGN
PHASE 2 ‐ 60%
PS&E
PHASE 3 ‐ FINAL
PS&E
PHASE 4 ‐
BID/CON ASSIST REIMBURSABLES TOTALS
5,316.92CSEG Direct Labor Costs $ 11,201.08$ 48,215.97$ 57,112.58$ 33,476.27$ 18,015.66$ $ 173,338.48
Allowance for Salary Increase $ 498.86 $ 1,050.95 $ 4,523.89 $ 5,358.62 $ 3,140.93 $ 1,690.33 $ 16,263.59
5,815.78subtotal $ 12,252.03$ 52,739.86$ 62,471.20$ 36,617.20$ 19,705.99$ $ 189,602.07
9,973.49Indirect Cost Rate (171.49%) $ 21,011.00$ 90,443.59$ 107,131.86$ 62,794.84$ 33,793.80$ $ 325,148.58
subtotal $ 15,789.27 $ 33,263.03 $ 143,183.45 $ 169,603.07 $ 99,412.04 $ 53,499.79 $ 514,750.65
3,326.30Fixed Fee (Profit) (Based on 10% of estimated costs) $ 1,578.93 $ 14,318.35$ 16,960.31$ $ 9,941.20 $ 5,349.98 $ 51,475.07
566,225.72
4,806.00
571,031.72
subtotal $ 17,368.20 $ 36,589.33 $ 157,501.80 $ 186,563.37 $ 109,353.24 $ 58,849.77 $
Reimbursables $ ‐ $ ‐ $ ‐ $ ‐ $ ‐ $ ‐ $
Total $ 17,368.20 $ 36,589.33 $ 157,501.80 $ 186,563.37 $ 109,353.24 $ 58,849.77 $
Rounded Estimate $ 17,368.00 $ 36,589.00 $ 157,502.00 $ 186,563.00 $ 109,353.00 $ 58,850.00 $ 571,031.00
‐$
‐$
‐ $
‐$
‐ $
‐$
‐ $
4,806.00 $
4,806.00 $
4,806.00 $
SUBCONSULTANT BASIC SERVICES ‐
8,849.94 10,746.03$ 39,624.66$ 61,343.00$ 36,233.83$ $ 167,238.43
151,167.00
$
9,646.97 $ 794.00 $
‐ $ 70,346.00 $ ‐ $ 63,936.79 $ 10,343.12 $
‐ $ 41,733.41 $ 12,697.27 $ ‐ $57,400.03 254.00 $
‐ $‐ $‐ $‐ $‐ ‐$
‐ $
‐ $
‐ $
‐ $ ‐ $‐ $‐ $
6,541.09 $
2,715.35 $
‐ $
‐ $‐ $‐ ‐$
8,849.94
PROVOST & PRITCHARD $
PARIKH $
AVILA $
RRM $
YAMABE & HORN $
SUBTOTAL SUBCONSULTANTS $ 10,746.03$ 145,294.86$ 84,383.39$ 45,490.27$ $ 375,805.469,646.97 $ 71,394.00 $
SUBTOTAL CSEG $ 17,368.20 $ 36,589.33 $ 157,501.80 $ 186,563.37 $ 109,353.24 $ 58,849.77 $ 571,031.72 4,806.00 $
TOTAL 26,218.14$ 47,335.36$ 302,796.66$ 270,946.76$ 154,843.51$ 68,496.74$ 76,200.00$ 946,837.18$
946,837.00Rounded Estimate $ 26,218.00 $ 47,335.00 $ 302,797.00 $ 270,947.00 $ 154,843.00 $ 68,497.00 $ 76,200.00 $
OPTIONAL SERVICES OPT TASK 1 OPT TASK 2 OPT TASK 3 OPT TASK 4 OPT TASK 5 OPT TASK 6 OPT TASK 7 TOTALS
CSEG Direct Labor Costs $6,445.40 $ 12,369.38 3,777.90 $
1,247.94
387.26 $
83.46 $
470.72 $
604.74 $
7,050.14 $ 13,617.32
585.59 $
88.34 $
673.93 $
1,155.72 $ 23,352.34
354.46 $
4,132.36 $
7,086.58 $
36,969.661,829.65 $ 11,218.94 $
182.97 $ 3,696.97 1,121.89 $
Allowance for Salary Increase $
subtotal $
Indirect Cost Rate (171.49%) $
subtotal $
Fixed Fee (Profit) (Based on 10% of estimated costs) $
subtotal $
735.32 $
68.99 $
804.31 $
1,379.31 $
2,183.62 $
218.36 $
2,401.98 $
807.24 $ 12,090.29 $
1,277.96 $ 19,140.43 $
127.80 $ 1,914.04 $
1,405.75 $ 21,054.47 $ 40,666.63
‐ $‐ $ 156,979.00
‐ $‐ $‐
197,645.63
Subconsultant Costs $ 33,667.00 $
Reimbursables $ ‐ $
Total $ 36,068.98 $
Rounded Estimate $ 36,069.00 $
145.97 $
‐ $
145.97 $
250.32 $
396.29 $
39.63 $
435.92 $
5,331.00 $
‐ $
5,766.92 $
5,767.00 $
291.94 $
47.95 $
339.89 $
582.88 $
922.77 $
92.28 $
1,015.04 $
5,436.00 $
‐ $
6,451.04 $
6,451.00 $
1,405.75 $ 21,054.47 $
1,406.00 $ 21,054.00 $ 197,646.00
2,012.62 $ 12,340.84 $
3,698.00 $ 108,847.00 $
‐ $ ‐$
5,710.62 $ 121,187.84 $
5,711.00 $ 121,188.00 $
$ 1,144,483.00
FEE SUMMARY - BASIC SERVICESProvost & Pritchard Parikh Avila & AssociatesRRMYamabe & HornCivilGeotechnical & Material TestingHydraulicsArchitectureCASpDESIGN SERVICES571,032$ 167,239$ 151,167$ 57,400$ -$ -$ 946,837$ MEETING ATTENDANCE17,368$ 8,850$ -$ -$ - -$ 26,218$ 3%3%PROJECT MANAGEMENT36,589$ 10,746$ -$ -$ - -$ 47,336$ 5%5%PHASE 1 - PRELIMINARY DESIGN157,502$ 39,625$ 63,936$ 41,733$ - -$ 302,796$ 32%35%PHASE 2 - 60% PLANS, SPECIFICATIONS, AND ESTIMATE (PS&E)186,563$ 61,343$ 10,343$ 12,697$ - -$ 270,947$ 29%63%PHASE 3 - FINAL PLANS, SPECIFICATIONS, AND ESTIMATE (PS&E)109,353$ 36,234$ 6,541$ 2,715$ - -$ 154,844$ 16%80%PHASE 4 - ASSISTANCE DURING BIDDING AND CONSTRUCTION58,850$ 9,646$ -$ -$ - -$ 68,496$ 7%87%REIMBURSABLES4,806$ 794$ 70,346$ 254$ - -$ 76,200$ N/AN/ATOTAL DESIGN FEE FOR BASIC SERVICES946,837$ % DBE22%Total Fee as % of Construction10%Cornerstone Fee as % of Construction6%ESTIMATED CONSTRUCTION COSTCONSTRUCT BRIDGE5,687,500$ NOTES:BRIDGE REMOVAL252,000$ SLOPE PROTECTION80,000$ 1. Please refer to the Scope of Work for a description of the task items and assumptions.CHANNEL WORK150,000$ 2. Cost Estimation Worksheets are provided to facilitate estimation of total cost including salary increases for each major phase listed above.APPROACH ROADWAY650,000$ 3. Cornerstone may transfer labor hours and budget between subtasks and staff within each phase provided total budget for that phase is not exceeded.MOBILIZATION681,950$ SUBTOTAL CONSTRUCTION COST7,501,450$ CONTIGENCY 1,875,363$ TOTAL ESTIMATED CON COST9,376,813$ Cornerstone Structural Engineering GroupCUMULATIVE PERCENTTOTAL FEEPERCENT OF TOTAL FEEEXHIBIT BOctober 16, 2018County of FresnoNorth Fork over San Joaquin River Bridge Replacement ProjectCost ProposalATTACHMENT E
ATTACHMENT ET. Goolkasian*S. Cullers*M. Weaver*T. Swayze*N. Zermeno*TotalTotalProvost & PritchardParikhAvila & AssociatesRRMYamabe & HornTotal FeePrincipalEngineering ManagerSenior EngineerStaff Engineer Structure DesignerPrincipalProject Engineer Structure DesignerHoursDollarsCivilGeotechnical & Material TestingHydraulicsArchitectureCASp 226.13Rate $$163.68$136.12$110.26$96.49$222.52$130.95$110.26MEETING ATTENDANCE 8 24 34 50 - - - - 116 17,368 8,850 - - - - 26,2180.1Project Meetings - - - - - - - - - - - - - - --0.1.1Kick-off Meeting 2 4 4 8 - - - - 18 2,534 587 - - - - 3,1210.1.2Site Investigation Meeting 2 2 4 - - - - 8 1,324 587 - - - - 1,9110.1.3PDT Meetings 4 8 16 30 - - - - 58 7,700 5,280 - - - - 12,9800.1.4Public Outreach Meetings - 4 4 - - - - - 8 1,199 1,1990.1.5Constructability Review Meetings - 6 6 12 - - - - 24 3,122 1,760 - - - -4,882 1,490 636 - - - -2,126Allowance for Salary Increases**PROJECT MANAGEMENT 40 38 85 60 - - - - 22336,58910,746 - - --47,3350.2Project Coordination - - - - - - - - - - - - - - --0.2.1 - 8 16 - - - - - 24 3,487 - - - - -3,4870.2.2 8 16 24 60 - - - - 10814,310 9,973 - - - -24,2830.3 8 - - - - - - - 8 1,809 - - - - -1,8090.3.1 - 6 15 - - - - - 21 3,024 - - - - -3,0240.3.2 - 8 30 - - - - - 38 5,393 - - - - -5,3930.4 24 - - - - - - - 24 5,427 - - - - -5,427Caltrans Programming and Local AssistanceRegulatory Agency and Stakeholder CoordinationMonthly Progress Invoices & Project Delivery ScheduleMonthly Progress InvoicesProject Delivery ScheduleQuality Control/Quality Assurance (QC/QAAllowance for Salary Increases** 3,139 773 - - - -3,912 57 135 269 380 316 - - - 1,157 157,502 39,625 63,937 41,733 - - 302,7971.1Surveys and Base Mapping (BY COUNTY) - - - - - - - - - - 1,127 - - - -1,1271.2 1 2 4 8 16 - - - 31 3,524 1,293 - - - -4,8171.3 - - - - - - - - - - - - - - --1.3.1 - 1 2 - - - - - 3 436 - - 3,232 - -3,6681.3.2 - - 1 - - - - - 1 136 - - 2,755 - -2,8911.3.3 - 4 8 - - - - - 12 1,744 - - 10,096 - -11,8401.3.4 2 8 16 - - - - - 26 3,940 - - 7,943 - - 11,8831.3.5 - 2 4 - - - - - 6 872 - - 3,603 - - 4,4751.3.6 1 4 2 - - - - - 7 1,153 - - 7,409 - - 8,5621.3.7 - 2 8 - - - - - 10 1,416 - - 5,107 - - 6,5231.4 - - - - - - - - - - - - - - --1.4.1 - 2 4 - - - - - 6 872 - 8,117 - - -8,9891.4.2 - - - - - - - - - - - 12,865 - - -12,8651.4.3 - - - - - - - - - - - 9,379 - - - 9,3791.4.4 - - - - - - - - - - - 12,159 - - - 12,1591.4.5 - 4 8 16 - - - - 28 3,508 856 20,155 - - - 24,5191.5 2 2 4 - - - - - 8 1,324 11,978 - - - - 13,3021.6 1 2 4 8 - - - - 15 1,980 2,441 - - - - 4,4211.7 - - - - - - - - - - - - - - - -1.7.1 8 20 40 80 - - - - 148 19,348 2,004 - - - - 21,3521.7.1.1 40 70 120 180 300 - - - 710 85,631 - - - - - 85,6311.7.2 - 2 2 4 - - - - 8 1,041 587 - - - - 1,6281.7.3 2 8 40 80 - - - - 130 16,027 2,004 - - - - 18,0311.8 - 2 2 4 - - - - 8 1,041 14,484 - - - - 15,525Conceptual Area of Potential Affect (APE) BoundaryDraft Hydraulics and Scour ReportResearch and Data CollectionEstimate Hydrology1D Hydraulic AnalysisScour and Bank ProtectionLocation Hydraulic Study2D Hydraulic AnalysisCVFPB Falsework AnalysisGeotechnical EngineeringResearch and Data CollectionField ExplorationLaboratory TestingEngineering Analysis/EvaluationPreliminary Foundation ReportAlignment Study Utility Coordination (BY COUNTY)Preliminary Report/Type Selection MemorandumDraft Preliminary Report/Type Selection MemorandumStructure General Plan AlternativesType Selection MeetingFinal Preliminary Report/Type Selection Memorandum30% PS&EAllowance for Salary Increases** 13,510 2,850 1,262 1,588 - - 19,211 62 126 250 434 560 - - - 1,432 186,563 61,343 10,343 12,697 - - 270,9472.1Environmental Clearance (BY COUNTY) - - - - - - - - - - - - - - - -2.1.1 - 1 2 4 - - - - 7 877 856 - - - - 1,7332.1.2 8 20 40 60 - - - - 128 17,143 - - - - - 17,1432.2 - 8 16 - - - - - 24 3,487 - - 12,214 - - 15,7012.3 - 2 4 - - - - - 6 872 - - - - - 8722.4 - 1 2 4 - - - - 7 877 - 10,139 - - - 11,0162.5 - - - - - - - - - - - - - - - -2.5.1 - - - - - - - - - - 42,692 - - - - 42,6922.5.1.1 40 60 120 270 560 - - - 1,050 119,005 - - - - - 119,0052.5.1.2 2 2 4 16 - - - - 24 3,088 6,944 - - - - 10,0332.5.1.3 4 16 30 80 - - - - 130 16,428 1,478 - - - - 17,9062.5.1.4 8 16 32 - - - - - 56 8,784 4,959 - - - - 13,743Probable Project Impact ExhibitSupport for Environmental ClearanceAssistance with Permit ApplicationsRight-of-Way Engineering, Appraisal, and Acquisition (BY COUNTY)Draft Foundation Report60% Plans, Specifications, and Estimate60% PS&EBridge DesignApproach Roadway DesignEngineer's Estimate of Probable Construction CostContract Specifications/Special ProvisionsAllowance for Salary Increases** 16,003 4,414 204 483 - - 21,104 6 23 46 92 - 80 160 360 767 109,353 36,234 6,541 2,715 - - 154,8443.1Permitting Support 2 4 8 - - - - - 14 2,196 - - - - - 2,1963.2 - - - - - - - - - - - - - - - -3.2.1 - 1 2 4 - 80 160 360 607 79,323 - - - - - 79,3233.2.2 2 4 8 16 - - - - 30 3,960 2,548 - - - - 6,5083.2.3 2 4 8 24 - - - - 38 4,842 19,379 - - - - 24,2213.3 - 1 2 4 - - - - 7 877 - - 2,612 - - 3,4893.4 - 1 2 4 - - - - 7 877 - 6,412 - - - 7,2893.5 - 8 16 40 - - - - 64 7,898 5,837 - - - - 13,7353.6 - - - - - - - - - - 5,863 - - - - 5,86390% PS&EBridge Independent CheckResponse to CommentsUpdate Bridge and Roadway PS&EFinal Hydraulics and Scour ReportFinal Foundation Report100% PS&EFinal PS&EAllowance for Salary Increases** 9,380 2,607 129 103 - - 12,219 22 58 114 216 - - - - 410 58,850 9,647 - - - - 68,4974.1Assistance During Bidding 4 8 16 24 - - - - 52 7,038 2,591 - - - - 9,6294.2 - - - - - - - - - - - - - - - -4.2.1 - 2 2 - - - - - 4 600 587 - - - - 1,1874.2.2 16 40 80 160 - - - - 296 38,696 1,717 - - - - 40,4134.2.3 - - - - - - - - - - 1,717 - - - - 1,7174.2.4 2 8 16 32 - - - - 58 7,468 1,173 - - - - 8,6414.2.5 - - - - - - - - - - 1,168 - - - - 1,168Construction SupportAttend Pre-Construction ConferenceAssistance with Contractor SubmittalsTechnical Support for Contractor RFI's and Change OrdersAttend Field VisitsAs-BuiltsAllowance for Salary Increases** 5,048 694 - - - - 5,742 4,806 794 70,346 254 - - 76,200 - 294 491 254 - - 1,039 - 49,750 - - - 49,750Travel/MileageEquipment Rental and SuppliesPermit Fees, Plan sheets, Test Holes, etc. 4,806 500 20,105 - - - 25,411TOTALS 571,032 167,238 151,167 57,400 -- 946,837$ 946,837SEE SCOPE OF WORK FOR ASSUMPTIONS* Indicates Key Staff** Total Allowance for Salary Increases prorated over all phaseCSEGProvost & PritchardParikhAvila & AssociatesRRMYamabe & Horn 15,878 8,214 - - - - 33,451 9,973 - - - - 143,992 36,774 62,675 40,145 - - 170,56056,929 10,139 12,214 - - 99,973 33,627 6,412 2,612 - -53,8028,953 - - - - 517,656 154,471 79,226 54,971 - - 566,226 166,444 80,821 57,146 - -Labor Allowance for Salary Increases48,569 11,973 1,595 2,175 - -CSEGProvost & PritchardParikhAvila & AssociatesRRMYamabe & Horn 1,490 636 - - - - 3,139 773 - - - - 13,510 2,850 1,262 1,588 - - 16,003 4,414 204 483 - - 9,3802,607 129 103.35 - - 5,048693.97 - - - -48,56911,973 1,595 2,175 - -Phase 3Phase 4TotalSalary Increases Prorated to all PhasesPHASEMeeting AttendanceProject ManagementPhase 1Phase 2Phase 3Phase 4TotalPhase 2EXHIBIT BCounty of FresnoNorth Fork over San Joaquin River Bridge Replacement Project - Basic Services Cost Estimation WorksheetOctober 16, 2018Design TeamQC/QA TeamLabor Budget W/O Salary IncreasesTotal Labor Budget W/Salary Increases = Total Budget per 10-H minus box (n)Cornerstone Structural Engineering GroupTASKTOTAL FEE FOR BASIC SERVICESREIMBURSABLESPHASE 1 - PRELIMINARY DESIGNPHASE 2 - 60% PLANS, SPECIFICATIONS, AND ESTIMATE (PS&E)PHASE 3 - FINAL PLANS, SPECIFICATIONS, AND ESTIMATE (PS&E)PHASE 4 - ASSISTANCE DURING BIDDING AND CONSTRUCTIONPHASEMeeting AttendanceProject ManagementPhase 1
FEE SUMMARY - OPTIONAL SERVICESProvost & Pritchard Parikh Avila & AssociatesRRMYamabe & HornCivilGeotechnical & Material TestingHydraulicsArchitectureCASpDESIGN SERVICES40,667$ 10,313$ -$ 119,614$ 23,354$ 3,698$ 197,646$ OPTIONAL TASK 1 - EXTEND TRAIL OVER BRIDGE2,402$ 10,313$ -$ -$ 23,354 -$ 36,069$ OPTIONAL TASK 2 - HYDROLOGY436$ -$ -$ 5,331$ - -$ 5,767$ OPTIONAL TASK 3 - CVFPB VARIANCE1,015$ -$ -$ 5,436$ - -$ 6,451$ OPTIONAL TASK 4 - ADDITIONAL MEETING ATTENDANCE (PER MEETING)1,406$ -$ -$ -$ - -$ 1,406$ OPTIONAL TASK 5 - INCORPORATION OF BAT HABITAT21,054$ -$ -$ -$ - -$ 21,054$ OPTIONAL TASK 6 - CERTIFIED ACCESS SPECIALIST CERTIFICATION2,013$ -$ -$ -$ - 3,698$ 5,711$ OPTIONAL TASK 7 - FEMA CLOMR/LOMR PREPARATION12,341$ -$ -$ 108,847$ - -$ 121,188$ TOTAL DESIGN FEE FOR OPTIONAL SERVICES197,646$ % DBE61%NOTES:1. Please refer to the Scope of Work for a description of the task items and assumptions.2. Cost Estimation Worksheets are provided to facilitate estimation of total cost including salary increases for each major phase listed above.3. Cornerstone may transfer labor hours and budget between subtasks and staff within each optional task provided total budget for that optional task is not exceeded.Cornerstone Structural Engineering GroupTOTAL FEEEXHIBIT BCounty of FresnoNorth Fork over San Joaquin River Bridge Replacement ProjectCost ProposalOctober 16, 2018ATTACHMENT E
T. Goolkasian* S. Cullers* M. Weaver*T. Swayze* N. Zermeno*TotalTotal Provost & Pritchard Parikh Avila & Associates RRMYamabe & HornTotal FeePrincipalEngineering ManagerSenior Engineer Staff Engineer Structure Designer Principal Project Engineer Structure Designer HoursDollarsCivilGeotechnical & Material TestingHydraulics ArchitectureCASpRate226.13$ $163.68$136.12$110.26$96.49$222.52$130.95$110.26OPTIONAL TASK 1 - EXTEND TRAIL OVER BRIDGE2 4 8 - - - - - 14 2,402 10,313 - - 23,354 - 36,069 Extend Trail over Bridge2 4 8 - - - - - 14 2,196 9,571 - - 22,154 - 33,921 Other Direct Costs- - - - - 1,200 1,200 Allowance for Salary Increases206 742 - 948 - 1 2 - - - - - 3 436 - - 5,331 - - 5,767 Hydrology- 1 2 - - - - - 3 436 - - 457 - - 893 Other Direct Costs Including Subconsultants4,855 4,855 Allowance for Salary Increases- 19 19 - 2 4 - - - - - 6 1,015 - - 5,436 - - 6,451 CVFPB Variance- 2 4 - - - - - 6 872 - - 5,125 - - 5,997 Other Direct Costs Including Subconsultants109 109 Allowance for Salary Increases143 202 345 1 2 2 3 - - - - 8 1,406 - - - - - 1,406 Additional Meeting Attendance (Per Meeting)1 2 2 3 - - - - 8 1,157 - - - - 1,157 Allowance for Salary Increases249 249 2 4 8 40 80 8 24 - 166 21,054 - - - - - 21,054 Incorporation of Bat Habitat2 4 8 40 80 8 24 - 166 19,248 - - - - 19,248 Allowance for Salary Increases1,806 1,806 - 3 6 4 - - - - 13 2,013 - - - - 3,698 5,711 6.1CASp Certification- - - - - - - - - - - - - 3,361 3,361 6.1.1CASp Review of 30% PS&E- 1 2 4 - - - - 7 877 - - - 877 6.1.2CASp Post Construction Certification Letter- 2 4 - - - - - 6 872 - - - 872 Other Direct Costs22 22 Allowance for Salary Increases264 315 579 - 34 42 - - - - - 76 12,341 - - 108,847 - - 121,188 7.1Conditional Letter of Map Revision (CLOMR)- - - - - - - - - - - 19,442 - - 19,442 7.1.1Data Collection and Review1 2 3 436 436 7.1.2Hydraulic Modeling1 2 3 436 436 7.1.3Floodplain Mapping- - - - - 7.1.4Conditional Letter of Map Revision (CLOMR) Submittal6 10 16 2,343 2,343 7.1.5Project Coordination/Meetings and CLOMR Application Follow-up16 16 32 4,797 4,797 7.2Letter of Map Revision (LOMR)- - - - 8,852 8,852 7.2.1Letter of Map Revision (LOMR) Submittal2 4 6 872 872 7.2.2LOMR Application Follow-up8 8 16 2,398 2,398 Other Direct Costs Including Subconsultants79,437 79,437 Allowance for Salary Increases1,059 1,116 2,175 40,667$ 10,313$ -$ 119,614$ 23,354$ 3,698$ 197,646$ SEE SCOPE OF WORK FOR ASSUMPTIONS* Indicates Key StaffOPTIONAL TASK 3 - CVFPB VARIANCEOPTIONAL TASK 2 - HYDROLOGYEXHIBIT BCounty of FresnoNorth Fork over San Joaquin River Bridge Replacement Project - Optional Services Cost Estimation WorksheetOctober 16, 2018OPTIONAL TASKCornerstone Structural Engineering GroupDesign TeamQC/QA TeamOPTIONAL TASK 4 - ADDITIONAL MEETING ATTENDANCE (PER MEETING)OPTIONAL TASK 5 - INCORPORATION OF BAT HABITATOPTIONAL TASK 7 - FEMA CLOMR/LOMR PREPARATIONOPTIONAL TASK 6 - CERTIFIED ACCESS SPECIALIST CERTIFICATIONATTACHMENT E
Basic Services
ATTACHMENT E
EXHIBIT B
Page 1 of 3
Consultant
Project No. Contract No. Date 10/16/2018
Project Name:
DIRECT LABOR
Range Total
65.00 - 80.00 14,765.40$
45.00 - 60.00 22,143.24$
40.00 - 55.00 36,372.84$
35.00 - 45.00 45,485.44$
30.00 - 40.00 28,303.56$
65.00 - 80.00 5,960.80$
40.00 - 50.00 7,016.00$
35.00 - 45.00 13,291.20$
TOTAL Hours:
LABOR COSTS
a) Subtotal Direct Labor Costs
b) Anticipated Salary Increases
c) Total Direct Labor Costs [(a) + (b)] 189,602.07$
INDIRECT COSTS
d) Fringe Benefits %81.21%e) Total Fringe Benefits [(c) x (d)]153,975.84$
f) Overhead%31.26%g) Overhead [(c) x (f)]59,269.61$
h) General and Administrative%59.02%i) Gen & Admin [(c) x (h)]111,903.14$
j) Total Indirect Costs [(e) + (g) + (i)]325,148.59$
FIXED FEE (Profit)k) TOTAL FIXED FEE [(c) + (j)] x fixed fee 10%]51,475.07$
l) CONSULTANT'S OTHER DIRECT COSTS (ODC) - ITEMIZE (Add additional pages if necessary)
Unit Total
-$
-$
-$
24x36 Bond 4,806.00$
-$
m) SUBCONSULTANTS' COSTS (Add additional pages if necessary)
167,238.74$
151,166.50$
57,400.00$
Subconsultant 4: RRM -$
-$
m) TOTAL SUBCONSULTANTS' COSTS 375,805.24$
n) TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(l)+(m)]380,611.24$
TOTAL COST [(c) + (j) + (k) + (n)]946,836.97$
NOTES:
·
·
·
173,338.48$
16,263.59$
Equipment Rental and Supplies
The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual accounting
period and established by a cognizant agency or accepted by Caltrans.
Anticipated salary increases calculation (page 2) must accompany.
Subconsultant 1: Provost & Pritchard
Subconsultant 2: Parikh
4105
9.00$
Permit Fees
36.92$
798
1232
Principal T. Swayze*74.51$
Project Engineer N. Zermeno*43.85$ 160
Plan Sheets 534
Test
Mileage Costs
Staff Engineer
Actual Hourly Rate
Actual Cost-Plus-Fixed Fee or lump sum (Firm Fixed Price) contracts
BASIC SERVICES
Note: Mark-ups are Not Allowed X Prime Consultant Subconsultant 2nd Tier Subconsultant
Senior Engineer M. Weaver*45.58$
Staff Engineer
80
Structure Designer 876 32.31$
North Fork over San Joaquin River Bridge Replacement Project
Subconsultant 3: Avila & Associates
Subconsultant 5: Yamabe & Horn
Key personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two asterisks (**). All costs
must comply ith the Federal cost principles. Subconsultants will provide their own cost proposals.
Exhibit 10-H1 Cost Proposal
Cornerstone Structural Engineering Group
Classification/Title Quantity Unit Cost
Principal T. Goolkasian*75.72$
Engineering Manager S. Cullers*54.81$
195
404
Classification/Title Name Hours
36.92$ 360
ATTACHMENT E
EXHIBIT B
Page 2 of 3
Consultant Cornerstone Structural Engineering Group
Project No. Contract No. Date 10/16/2018
Project Name: North Fork over San Joaquin River Bridge Replacement Project
1. Calculate average hourly rate for 1st year of the contract (Direct Labor Subtotal divided by total hours)
Avg Hourly
Rate
/=$42.23
2. Calculate hourly rate for all years (Increase the Average hourly rate for a year by proposed escalation %)
Proposed
Escalation
Year 1 +5%=$44.34 Year 2 Avg Hourly Rate
Year 2 +5%=$46.55 Year 3 Avg Hourly Rate
Year 3 +5%=$48.88 Year 4 Avg Hourly Rate
Year 4 +5%=$51.33 Year 5 Avg Hourly Rate
3. Calculate estimated hours per year (Multiply estimate % each year by total hours)
Total Hours
per Cost
Proposal
Total Hours per
Year
Year 1 *4105 =821 Estimated Hours Year 1
Year 2 *4105 =821 Estimated Hours Year 2
Year 3 *4105 =1232 Estimated Hours Year 3
Year 4 *4105 =821 Estimated Hours Year 4
Year 5 *4105 =411 Estimated Hours Year 5
Total =4105
4. Calculate Total Costs including Escalation (multiply average hourly rate by the number of hours)
Estimated
hours
(calculated
above)
Year 1 *821 =Estimated Cost Year 1
Year 2 *821 =Estimated Cost Year 2
Year 3 *1232 =Estimated Cost Year 3
Year 4 *821 =Estimated Cost Year 4
Year 5 *411 =Estimated Cost Year 5
Total Direct Labor Cost with Escalation =
Direct Labor Subtotal before escalation =
=Transfer to Page 1
NOTES:
·
·
·
·
173,338.48$
breakdown of the labor to be performed each year.
An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable.
(i.e. $250,000 x 2% x 5yrs= $25,000 is not an acceptable methodology.)
Exhibit 10-H1 Cost Proposal
Direct Labor
Subtotal per Cost
Proposal
Total Hours per Cost
Proposal 4 Year Contract Duration
189,602.07$
100%
Avg Hourly Rate
(calculated above)Cost per Year
Actual Cost-Plus-Fixed Fee or Lump Sum (Firm Fixed Price) Contracts
(CALCULATIONS FOR ANTICIPATED SALARY INCREASES)
Estimated %
Completed Each
Year
20%
Year 1 Avg Hourly Rate
$46.55 57,331.70$
$48.88 40,132.19$
173,338.48$ 4,105
Avg Hourly Rate
$42.23
10%
$44.34
$46.55
$48.88
20%
30%
20%
$42.23 34,667.70$
$44.34
BASIC SERVICES
Estimated total of Direct Labor Salary Increase
This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.
Calculations for anticipated salary escalation must be provided
16,263.59$
$51.33 21,069.40$
36,401.08$
ATTACHMENT E
EXHIBIT B
Page 3 of 3
Certification of Direct Costs:
Prime Consultant or Subconsultant Certifying:
Name: Todd M. Goolkasian Title: President
Signature: Date of Certification (mm/dd/yyyy):10/16/2018
Email: tgoolkasian@cseg.com Phone Number: 559-320-3200
Address: 986 W. Alluvial Ave., Suite 201, Fresno, CA 93711
List Services the consultant is providing under the proposed contract:
BASIC SERVICES
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in
Local governments are responsible for applying only cognizant agency approved or Caltrans accepted Indirect Cost Rate(s).
*An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level no lower than a Vice President or a
Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the cost proposal for the
contract.
See Scope of Services
2. Terms and conditions of the contract
3. Title 23 United States Code Section 112 - Letting of Contracts
4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures
5. 23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of Engineering and Design Related
Service
6. 48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable)
Exhibit 10-H
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are actual,
1. Generally Accepted Accounting Principles (GAAP)
ATTACHMENT E
ATTACHMENT E
ATTACHMENT E
ATTACHMENT E
EXHIBIT B
Page 1 of 3
Consultant
Project No. Contract No. Date 6/14/2018
Project Name:
DIRECT LABOR
Range Total
90-100 4,714.56$
70-90 3,417.12$
60-70 3,708.00$
45-55 6,332.82$
35-45 2,713.96$
40-55 4,688.00$
Laboratory Technician 30-55 2,044.80$
35-50 1,189.76$
TOTAL Hours:
LABOR COSTS
a) Subtotal Direct Labor Costs
b) Anticipated Salary Increases
c) Total Direct Labor Costs [(a) + (b)] 29,389.81$
INDIRECT COSTS
d) Fringe Benefits %42.27%e) Total Fringe Benefits [(c) x (d)] 12,423.07$
f) Overhead%107.73%g) Overhead [(c) x (f)]31,661.64$
h) General and Administrative%0.00%i) Gen & Admin [(c) x (h)]-$
j) Total Indirect Costs [(e) + (g) + (i)]44,084.71$
FIXED FEE (Profit)k) TOTAL FIXED FEE [(c) + (j)] x fixed fee 10%]7,347.45$
l) CONSULTANT'S OTHER DIRECT COSTS (ODC) - ITEMIZE (Add additional pages if necessary)
Unit Total
Miles 490.50$
Each 500.00$
Day 2,655.00$
Each 3,200.00$
Day 29,250.00$
Foot 2,950.00$
Each 500.00$
Each 1,000.00$
55-Gal Drum 13,000.00$
Day 16,800.00$
m) SUBCONSULTANTS' COSTS (Add additional pages if necessary)
-$
-$
-$
Subconsultant 4:-$
-$
m) TOTAL SUBCONSULTANTS' COSTS -$
n) TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(l)+(m)]70,346$
TOTAL COST [(c) + (j) + (k) + (n)]151,167$
NOTES:
·
·
·
37.18$ 32
Subconsultant 3:
Subconsultant 5:
Key personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two asterisks (**). All costs
must comply ith the Federal cost principles. Subconsultants will provide their own cost proposals.
Exhibit 10-H1 Cost Proposal
PARIKH CONSULTANTS, INC.
Classification/Title Quantity Unit Cost
Project Manager G. Parikh 98.22$
Sen. Proj. Engineer (QA-QC)Y. David Wang 71.19$
48
48
Classification/Title Name Hours Actual Hourly Rate
Actual Cost-Plus-Fixed Fee or lump sum (Firm Fixed Price) contracts
GEOTECHNICAL STUDIES
Note: Mark-ups are Not Allowed Prime Consultant X Subconsultant 2nd Tier Subconsultant
Sen. Proj. Engineer 61.80$
Project Engineer
100
Sen. Staff Engineer 76 35.71$
North Fork over San Joaquin River Bridge Replacement Project
295.00$
800.00$
2,400.00$
Per Diem
45.89$
60
138
Field Engineer 46.88$
34.08$ 60
9
Drilling Mob-Demob 4
Traffic Control/Lane Closure 7
Travel Mileage 900 0.55$
Engineering Draftsperson
Deck Concrete Patch 1
28,809.02$
580.79$
Permit Fees 1 500.00$
The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual accounting
period and established by a cognizant agency or accepted by Caltrans.
Anticipated salary increases calculation (page 2) must accompany.
Subconsultant 1:
Subconsultant 2:
562
1,000.00$
Cutting Disposal 40 325.00$
Drilling Costs 9 3,250.00$
Grouting 590 5.00$
Concrete Coring (Bridge Deck) 1 500.00$
ATTACHMENT E
EXHIBIT B
Page 2 of 3
Consultant PARIKH CONSULTANTS, INC.
Project No. Contract No. Date 6/14/2018
Project Name: North Fork over San Joaquin River Bridge Replacement Project
1. Calculate average hourly rate for 1st year of the contract (Direct Labor Subtotal divided by total hours)
Avg Hourly
Rate
/=$51.26
2. Calculate hourly rate for all years (Increase the Average hourly rate for a year by proposed escalation %)
Proposed
Escalation
Year 1 + 4%=$53.31 Year 2 Avg Hourly Rate
Year 2 + 4%=$55.44 Year 3 Avg Hourly Rate
Year 3 + 4%=$57.66 Year 4 Avg Hourly Rate
Year 4 + 4%=$59.97 Year 5 Avg Hourly Rate
3. Calculate estimated hours per year (Multiply estimate % each year by total hours)
Total Hours
per Cost
Proposal
Total Hours per
Year
Year 1 * 562 =337 Estimated Hours Year 1
Year 2 * 562 =169 Estimated Hours Year 2
Year 3 * 562 =56 Estimated Hours Year 3
Year 4 * 562 =0 Estimated Hours Year 4
Year 5 * 562 =0 Estimated Hours Year 5
Total =562
4. Calculate Total Costs including Escalation (multiply average hourly rate by the number of hours)
Estimated
hours
(calculated
above)
Year 1 * 337 =Estimated Cost Year 1
Year 2 * 169 =Estimated Cost Year 2
Year 3 * 56 =Estimated Cost Year 3
Year 4 * 0 =Estimated Cost Year 4
Year 5 * 0 =Estimated Cost Year 5
Total Direct Labor Cost with Escalation =
Direct Labor Subtotal before escalation =
=Transfer to Page 1
NOTES:
GEOTECHNICAL STUDIES
Estimated total of Direct Labor Salary Increase
This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.
Calculations for anticipated salary escalation must be provided
580.79$
$59.97 -$
8,988.41$
$55.44 3,115.98$
$57.66 -$
28,809.02$ 562
Avg Hourly Rate
$51.26
0%
$53.31
$55.44
$57.66
30%
10%
0%
$51.26 17,285.41$
$53.31
Actual Cost-Plus-Fixed Fee or Lump Sum (Firm Fixed Price) Contracts
(CALCULATIONS FOR ANTICIPATED SALARY INCREASES)
Estimated % Completed
Each Year
60%
Year 1 Avg Hourly Rate
28,809.02$
breakdown of the labor to be performed each year.
An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable.
(i $2 0 000 2% $2 000 i bl h d l )
Exhibit 10-H1 Cost Proposal
Direct Labor
Subtotal per Cost
Proposal
Total Hours per Cost
Proposal 4 Year Contract Duration
29,389.81$
100%
Avg Hourly Rate
(calculated above)Cost per Year
ATTACHMENT E
EXHIBIT B
Page 3 of 3
Certification of Direct Costs:
Prime Consultant or Subconsultant Certifying:
Name: Gary Parikh Title: Sen. Principal
Signature: Date of Certification (mm/dd/yyyy):6/14/2018
Email: gparikh@parikhnet.com Phone Number: 408-452-9000
Address: 2360 Qume Drive, San Jose, Ca 95131
List Services the consultant is providing under the proposed contract:
GEOTECHNICAL STUDIES
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in
Local governments are responsible for applying only cognizant agency approved or Caltrans accepted Indirect Cost Rate(s).
*An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level no lower than a Vice President or a
Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the cost proposal for the
contract.
See Scope of Services-- Geotechnical Engineering Services
2. Terms and conditions of the contract
3. Title 23 United States Code Section 112 - Letting of Contracts
4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures
5. 23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of Engineering and Design Related
Service
6. 48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable)
Exhibit 10-H
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are actual,
1. Generally Accepted Accounting Principles (GAAP)
ATTACHMENT E
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
Consultant:X Subconsultant
Project No. Contract No.Date:10/16/2018
Direct Labor
Hours Actual Hourly Rate Total
90 $87.96 $7,916.40
192 $62.73 $12,044.16
0 $45.00 $0.00
26 $60.35 $1,569.10
56 $35.00 $1,960.00
364.0 $23,489.66
LABOR COSTS
a) Subtotal Direct Labor Costs $23,489.66
b) Anticipated Salary Increases $926.73
c)TOTAL DIRECT LABOR COSTS [(a)+($24,416.39
INDIRECT COSTS
d) Fringe Benefits (Rate):39.69% e) Total Fringe Benefits [(c) × $9,690.87
f) Overhead (Rate):16.76% g) Overhead [(c) × (f)] $4,092.19
h)56.32% i) Gen & Admin [(c) × (h)] $13,751.31
j)$27,534.36
FIXED FEE k)10%$5,195.08
CONSULTANT'S OTHER DIRECT COSTS (ODC) - ITEMIZE (Add additional pages if necessary)
l)Unit Unit Cost Total
miles $0.55 $253.97
$250.00 $0.00
$0.00 $0.00
$0.00 $0.00
$253.97
SUBCONSULTANT'S COSTS (add additional pages if necessary)
m)
$0.00
$254
$57,400
NOTES:
l) TOTAL OTHER DIRECT COSTS
• The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's
annual accounting period and established by a cognized agency or accepted by Caltrans.
Subconsultant 3:
• Anticipated salary increases calculation (page 2) must accompany.
TOTAL COST [(c) + (j) + (k) + (n)]
m) TOTAL 2nd TIER SUBCONSULTANT'S COSTS
0
Subconsultant 2:
0
Subconsultant 1:
• Key Personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked
)[( )
(m)]
Tier Subconsultant 4:
Subconsultant Costs (attach
detailed cost proposal in same
Permit Fees (itemize), Plan
Sheets (each), Test Holes (each),
TOTAL INDIRECT COSTS [(e) +(g) + (i)]
0
Equipment Rental and Supplies
(GPS unit per day)
466
Travel/Mileage Costs (supported
by Consultant actual cost
Description
TOTAL FIXED PROFIT
[(c) + (j)] × Fixed Fee
Quantity
Total
General and Administrative (Rate
Prime Consultant
Cathy Avila*
Name
Holly Callahan
Rachel Spadafore
Kerry Wilcox
Junior Engineer
Technical Editor
GIS Lead
Note: Mark-ups are Not Allowed
(DESIGN, ENGINEERING, AND ENVIRONMENTAL STUDIES)
ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS
EXHIBIT 10-H COST PROPOSAL Page 1 of 3
Avila & Associates (DBE)
Principal
Classification/Title
Hydraulic Engineer Todd Remington
2nd Tier Subconsultant
ATTACHMENT E
January 2018
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
1. Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal div 10/16/2018
Avg Hourly 5 Year Contract
Rate Duration
$23,489.66 $64.53 Year 1 Avg Hourly Rate
Avg Hourly Rate
Year
1 $64.53 + = $66.47 Year 2 Avg Hourly Rate
Year
2 $66.47 + = $68.46 Year 3 Avg Hourly Rate
Year
3 $68.46 + = $70.52 Year 4 Avg Hourly Rate
Year
4 $70.52 + = $72.63 Year 5 Avg Hourly Rate
Total Hours
per Year
Year
1 10.00% * = 36.4 Estimated Hours Year 1
Year
2 60.00% * = 218.4 Estimated Hours Year 2
Year
3 20.00% * = 72.8 Estimated Hours Year 3
Year
4 10.00% * = 36.4 Estimated Hours Year 4
Year
5 0.00% * = 0.0 Estimated Hours Year 5
Total 100% = 364.0
Year
1 $64.53 *=$2,348.97 Estimated Hours Year 1
Year
2 $66.47 *=$14,516.61 Estimated Hours Year 2
Year
3 $68.46 *=$4,984.04 Estimated Hours Year 3
Year
4 $70.52 *=$2,566.78 Estimated Hours Year 4
Year
5 $72.63 *=$0.00 Estimated Hours Year 5
=$24,416.39
=$23,489.66
= $926.73 Transfer to Page 1
NOTES:
This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the % increase,
the # of years of the contract, and a breakdown of the labor to be performed each year.
An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable.
(i.e. $250,000 x 2% x 5 yrs = $25,000 is not an acceptable methodology)
This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.
January 2018
Completed Each Year
(calculated above)
Estimated total of Direct Labor Salary
Estimated hours
Direct Labor Subtotal before Escalation
Total Direct Labor Cost with Escalation
ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS
0.0
364
(CALCULATIONS FOR ANTICIPATED SALARY INCREASES)
36.4
EXHIBIT 10-H COST PROPOSAL Page 2 of 3
72.8
218.4
36.4
364.0
(calculated above)
per Cost Proposal
Direct Labor Subtotal
3.00%
3.00%
3.00%
Proposed Escalation
Total Hours
3. Calculate estimated hours per year (Multiply estimate % each year by total hours)
364.0
364.0
364.0
364.0
per Cost Proposal
Total Hours
2. Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by pr
Cost per
Year
Avg Hourly Rate
4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the num
3.00%
Total
Estimated %
per Cost Proposal
ATTACHMENT E
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
Certification of Direct Costs:
Prime Consultant or Subconsultant Certifying:
Name:Title*:
Signature:10/16/2018
Email:Phone Number:
Address:
List services the consultant is providing under the proposed contract:
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the
cost proposal(s) in this contract are actual, reasonable, allowable, and allocable to the contract in
accordance with the contract terms and the following requirements:
2. Terms and conditions of the contract
3. Title 23 United States Code Section 112 - Letting of Contracts
EXHIBIT 10-H1 COST PROPOSAL Page 3 of 3
4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures
President
6. 48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable)
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must
be retained in the project files and be in compliance with applicable federal and state requirements.
Costs that are noncompliant with the federal and state requirements are not eligible for reimbursement.
Local governments are responsible for applying only cognizant agency approved or Caltrans accepted
Indirect Cost Rate(s).
5. 23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of
1. Generally Accepted Accounting Principles (GAAP)
Catherine M.C. Avila
Engineering and Design Related Service
712 Bancroft Road #333, Walnut Creek, CA 94598
cavila@avilaassociates.
Date of Certification (mm/dd/yyyy):
*An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level
no lower than a Vice President or a Chief Financial Officer, or equivalent, who has authority to represent
the financial information utilized to establish the cost proposal for the contract.
925-673-0549
1
1. Hydraulics, Scour and Permitting Assistance
ATTACHMENT E
Optional Task 1
Extend Trail over Bridge
ATTACHMENT E
EXHIBIT B
Page 1 of 3
Consultant
Project No. Contract No. Date 10/16/2018
Project Name:
DIRECT LABOR
Hours Range Total
2 65.00 - 80.00 151.44$
4 45.00 - 60.00 219.24$
8 40.00 - 55.00 364.64$
0 35.00 - 45.00 -$
0 30.00 - 40.00 -$
0 65.00 - 80.00 -$
0 40.00 - 50.00 -$
0 35.00 - 45.00 -$
TOTAL Hours: 14
LABOR COSTS
a) Subtotal Direct Labor Costs
b) Anticipated Salary Increases
c) Total Direct Labor Costs [(a) + (b)] 804.31$
INDIRECT COSTS
d) Fringe Benefits %81.21%e) Total Fringe Benefits [(c) x (d)]653.18$
f) Overhead%31.26%g) Overhead [(c) x (f)]251.43$
h) General and Administrative%59.02%i) Gen & Admin [(c) x (h)]474.70$
j) Total Indirect Costs [(e) + (g) + (i)]1,379.31$
FIXED FEE (Profit)k) TOTAL FIXED FEE [(c) + (j)] x fixed fee 10%]218.36$
l) CONSULTANT'S OTHER DIRECT COSTS (ODC) - ITEMIZE (Add additional pages if necessary)
Quantity Unit Total
-$
-$
-$
-$
-$
m) SUBCONSULTANTS' COSTS (Add additional pages if necessary)
10,313.00$
-$
-$
Subconsultant 4: RRM 23,354.00$
-$
m) TOTAL SUBCONSULTANTS' COSTS 33,667.00$
n) TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(l)+(m)]33,667.00$
TOTAL COST [(c) + (j) + (k) + (n)]36,068.99$
NOTES:
·
·
· Anticipated salary increases calculation (page 2) must accompany.
Subconsultant 1: Provost & Pritchard
Subconsultant 2: Parikh
Subconsultant 3: Avila & Associates
Subconsultant 5: Yamabe & Horn
Key personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two asterisks (**). All costs
must comply ith the Federal cost principles. Subconsultants will provide their own cost proposals.
The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual accounting
period and established by a cognizant agency or accepted by Caltrans.
Plan Sheets
Test
Equipment Rental and Supplies
Permit Fees
735.32$
68.99$
Classification/Title Unit Cost
Mileage Costs
Staff Engineer 36.92$
Principal T. Swayze*74.51$
Project Engineer N. Zermeno*43.85$
Staff Engineer 36.92$
Structure Designer 32.31$
Engineering Manager S. Cullers*54.81$
Senior Engineer M. Weaver*45.58$
Classification/Title Name Actual Hourly Rate
Principal T. Goolkasian*75.72$
Exhibit 10-H1 Cost Proposal
Actual Cost-Plus-Fixed Fee or lump sum (Firm Fixed Price) contracts
OPTIONAL TASK 1 - EXTEND TRAIL OVER BRIDGE
Note: Mark-ups are Not Allowed X Prime Consultant Subconsultant 2nd Tier Subconsultant
Cornerstone Structural Engineering Group
North Fork over San Joaquin River Bridge Replacement Project
ATTACHMENT E
EXHIBIT B
Page 2 of 3
Consultant Cornerstone Structural Engineering Group
Project No. Contract No. Date 10/16/2018
Project Name: North Fork over San Joaquin River Bridge Replacement Project
1. Calculate average hourly rate for 1st year of the contract (Direct Labor Subtotal divided by total hours)
Avg Hourly
Rate
/$52.52
2. Calculate hourly rate for all years (Increase the Average hourly rate for a year by proposed escalation %)
Proposed
Escalation
Year 1 +5%$55.15 Year 2 Avg Hourly Rate
Year 2 +5%$57.91 Year 3 Avg Hourly Rate
Year 3 +5%$60.80 Year 4 Avg Hourly Rate
Year 4 +5%$63.84 Year 5 Avg Hourly Rate
3. Calculate estimated hours per year (Multiply estimate % each year by total hours)
Total Hours
per Cost
Proposal
Total Hours per
Year
Year 1 *14 3 Estimated Hours Year 1
Year 2 *14 3 Estimated Hours Year 2
Year 3 *14 4 Estimated Hours Year 3
Year 4 *14 3 Estimated Hours Year 4
Year 5 *14 1 Estimated Hours Year 5
Total 14
4. Calculate Total Costs including Escalation (multiply average hourly rate by the number of hours)
Estimated
hours
(calculated
above)
Year 1 *3 Estimated Cost Year 1
Year 2 *3 Estimated Cost Year 2
Year 3 *4 Estimated Cost Year 3
Year 4 *3 Estimated Cost Year 4
Year 5 *1 Estimated Cost Year 5
Total Direct Labor Cost with Escalation
Direct Labor Subtotal before escalation
Transfer to Page 1
NOTES:
·
·
·
·
breakdown of the labor to be performed each year.
An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable.
(i.e. $250,000 x 2% x 5yrs= $25,000 is not an acceptable methodology.)This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.
Calculations for anticipated salary escalation must be provided
$63.84 89.38$
804.31$
735.32$
Estimated total of Direct Labor Salary Increase 68.99$
$55.15 154.42$
$57.91 243.21$
$60.80 170.24$
20%
10%
100%
Avg Hourly Rate
(calculated above)Cost per Year
$52.52 147.06$
$57.91
$60.80
Estimated %
Completed Each
Year
20%
20%
30%
735.32$ 14 Year 1 Avg Hourly Rate
Avg Hourly Rate
$52.52
$55.15
Exhibit 10-H1 Cost Proposal
Actual Cost-Plus-Fixed Fee or Lump Sum (Firm Fixed Price) Contracts
(CALCULATIONS FOR ANTICIPATED SALARY INCREASES)
Direct Labor
Subtotal per Cost
Proposal
Total Hours per Cost
Proposal 4 Year Contract Duration
OPTIONAL TASK 1 - EXTEND TRAIL OVER BRIDGE
ATTACHMENT E
EXHIBIT B
Page 3 of 3
Certification of Direct Costs:
Prime Consultant or Subconsultant Certifying:
Name: Todd M. Goolkasian Title: President
Signature: Date of Certification (mm/dd/yyyy):10/16/2018
Email: tgoolkasian@cseg.com Phone Number: 559-320-3200
Address: 986 W. Alluvial Ave., Suite 201, Fresno, CA 93711
List Services the consultant is providing under the proposed contract:
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in
Local governments are responsible for applying only cognizant agency approved or Caltrans accepted Indirect Cost Rate(s).
*An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level no lower than a Vice President or a
Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the cost proposal for the
contract.
See Scope of Services
1. Generally Accepted Accounting Principles (GAAP)
2. Terms and conditions of the contract
3. Title 23 United States Code Section 112 - Letting of Contracts
4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures
5. 23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of Engineering and Design Related
Service
6. 48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable)
Exhibit 10-H
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are actual,
OPTIONAL TASK 1 - EXTEND TRAIL OVER BRIDGE
ATTACHMENT E
ATTACHMENT E
ATTACHMENT E
ATTACHMENT E
Page 1 of 3
Consultant
Project No. Contract No. Date 3/5/2018
DIRECT LABOR
Range Total
656.00$
2,860.00$
2,400.00$
1,200.00$
-$
-$
TOTAL Hours:
LABOR COSTS
a) Subtotal Direct Labor Costs
b) Anticipated Salary Increases
c) Total Direct Labor Costs [(a) + (b)] 7,116.00$
INDIRECT COSTS
d) Fringe Benefits %61.34%e) Total Fringe Benefits [(c) x (d)]4,364.95$
f) Overhead%0.00%g) Overhead [(c) x (f)]-$
h) General and Administrative%121.69%i) Gen & Admin [(c) x (h)]8,659.46$
j) Total Indirect Costs [(e) + (g) + (i)]13,024.41$
FIXED FEE (Profit)k) TOTAL FIXED FEE [(c) + (j)] x fixed fee 10%]2,014.04$
l) CONSULTANT'S OTHER DIRECT COSTS (ODC) - ITEMIZE (Add additional pages if necessary)
Unit Total
mile 330.00$
sheet 60.00$
sheet 170.00$
sheet 60.00$
sheet 146.00$
day 206.00$
day 128.00$
sheet 100.00$
N/A N/A
N/A N/A
m) SUBCONSULTANTS' COSTS (Add additional pages if necessary)
m) TOTAL SUBCONSULTANTS' COSTS -$
n) TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(l)+(m)]1,200.00$
TOTAL COST [(c) + (j) + (k) + (n)]23,354.46$
NOTES:
·
·
·
M&IE (GSA per diem rates for Fresno)2 64.00$
170 1.00$
11 x 17 BW prints 300 0.20$
11 x 17 Color prints 146 1.00$
Lodging (GSA per diem rates for Fresno)2 103.00$
7,116.00$
-$
8.5 x 11 BW prints 300 0.20$
The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual accounting
period and established by a cognizant agency or accepted by Caltrans.
Anticipated salary increases calculation (page 2) must accompany.
Subconsultant 1:
Subconsultant 1:
201
1.00$
N/A
N/A
Plan Sheets 22 X 36 = 6SF/Sheet
25.00$
80
48
-$
-$
100
Permit Fees N/A
Test N/A
Mileage Costs 600 0.55$
8.5 x 11 Color prints
Actual Hourly Rate
Actual Cost-Plus-Fixed Fee or lump sum (Firm Fixed Price) contracts
(Design, Engineering and Environmental Studies)
Note: Mark-ups are Not Allowed Prime Consultant Subconsultant 2nd Tier Subconsultant
Associate Designer Rachael Haake 30.00$
Assistant Designer
Subconsultant 1:
Subconsultant 1:
Key personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two asterisks (**). All costs
must comply ith the Federal cost principles. Subconsultants will provide their own cost proposals.
Exhibit 10-H
RRM Design Group
Classification/Title Quantity Unit Cost
Principal-in-Charge Mike Sherrod 82.00$
Project Manager Brian Hannegan 44.00$
8
65
Classification/Title Name Hours
ATTACHMENT E
Page 2 of 3
1. Calculate average hourly rate for 1st year of the contract (Direct Labor Subtotal divided by total hours)
Avg Hourly
Rate
/=$35.40
2. Calculate hourly rate for all years (Increase the Average hourly rate for a year by proposed escalation %)
Proposed
Escalation
Year 1 +5%=$37.17 Year 2 Avg Hourly Rate
Year 2 +5%=$39.03 Year 3 Avg Hourly Rate
Year 3 +5%=$40.98 Year 4 Avg Hourly Rate
Year 4 +5%=$43.03 Year 5 Avg Hourly Rate
3. Calculate estimated hours per year (Multiply estimate % each year by total hours)
Total Hours
per Cost
Proposal
Total Hours per
Year
Year 1 * 201 =201 Estimated Hours Year 1
Year 2 * 201 =0 Estimated Hours Year 2
Year 3 * 201 =0 Estimated Hours Year 3
Year 4 * 201 =0 Estimated Hours Year 4
Year 5 * 201 =0 Estimated Hours Year 5
Total =201
4. Calculate Total Costs including Escalation (multiply average hourly rate by the number of hours)
Estimated
hours
(calculated
above)
Year 1 * 201 =Estimated Cost Year 1
Year 2 *0 =Estimated Cost Year 2
Year 3 *0 =Estimated Cost Year 3
Year 4 *0 =Estimated Cost Year 4
Year 5 *0 =Estimated Cost Year 5
Total Direct Labor Cost with Escalation =
Direct Labor Subtotal before escalation =
=Transfer to Page 1
NOTES:
·
·
·
·
7,116.00$
This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the % increase, the # of years of the contract, and a
breakdown of the labor to be performed each year.
An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable.
(i.e. $250,000 x 2% x 5yrs= $25,000 is not an acceptable methodology.)
Exhibit 10-H
Direct Labor
Subtotal per Cost
Total Hours per Cost
Proposal 4 Year Contract Duration
7,116.00$
100%
Avg Hourly Rate
(calculated above)Cost per Year
Actual Cost-Plus-Fixed Fee or Lump Sum (Firm Fixed Price) Contracts
(CALCULATIONS FOR ANTICIPATED SALARY INCREASES)
Estimated %
Completed Each
Year
100%
Year 1 Avg Hourly Rate
$43.03 -$
-$
$39.03 -$
$40.98 -$
7,116.00$ 201
Avg Hourly Rate
$35.40
0%
$37.17
$39.03
$40.98
0%
0%
0%
$35.40 7,116.00$
$37.17
Estimated total of Direct Labor Salary Increase
This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.
Calculations for anticipated salary escalation must be provided
-$
ATTACHMENT E
Page 3 of 3
Certification of Direct Costs:
Prime Consultant or Subconsultant Certifying:
Name: Mike Sherrod Title: Vice President
Signature: Date of Certification (mm/dd/yyyy):3/14/2018
Email: mssherrod@rrmdesign.com Phone Number: (949) 361-7950
Address: 32332 Camino Capistrano, Ste. 205, San Juan Capistrano, CA 92675
List Services the consultant is providing under the proposed contract:
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in
compliance with applicable federal and state requirements. Costs that are noncompliant with the federal and state requirements are not eligible for
reimbursement.
Local governments are responsible for applying only cognizant agency approved or Caltrans accepted Indirect Cost Rate(s).
*An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level no lower than a Vice President or a
Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the cost proposal for the
contract.
Trail and roadway design, graphic exhibit development, and technical drawings.
2. Terms and conditions of the contract
3. Title 23 United States Code Section 112 - Letting of Contracts
4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures
5. 23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of Engineering and Design Related
6. 48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable)
Exhibit 10-H
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are actual,
reasonable, allowable, and allocable to the contract in accordance with the contract terms and the following requirements:
1. Generally Accepted Accounting Principles (GAAP)
ATTACHMENT E
Optional Task 2
Hydrology
ATTACHMENT E
EXHIBIT B
Page 1 of 3
Consultant
Project No. Contract No. Date 10/16/2018
Project Name:
DIRECT LABOR
Hours Range Total
0 65.00 - 80.00 -$
1 45.00 - 60.00 54.81$
2 40.00 - 55.00 91.16$
0 35.00 - 45.00 -$
0 30.00 - 40.00 -$
0 65.00 - 80.00 -$
0 40.00 - 50.00 -$
0 35.00 - 45.00 -$
TOTAL Hours: 3
LABOR COSTS
a) Subtotal Direct Labor Costs
b) Anticipated Salary Increases
c) Total Direct Labor Costs [(a) + (b)] 145.97$
INDIRECT COSTS
d) Fringe Benefits %81.21%e) Total Fringe Benefits [(c) x (d)]118.54$
f) Overhead%31.26%g) Overhead [(c) x (f)]45.63$
h) General and Administrative%59.02%i) Gen & Admin [(c) x (h)]86.15$
j) Total Indirect Costs [(e) + (g) + (i)]250.32$
FIXED FEE (Profit)k) TOTAL FIXED FEE [(c) + (j)] x fixed fee 10%]39.63$
l) CONSULTANT'S OTHER DIRECT COSTS (ODC) - ITEMIZE (Add additional pages if necessary)
Quantity Unit Total
-$
-$
-$
-$
-$
m) SUBCONSULTANTS' COSTS (Add additional pages if necessary)
-$
-$
5,331.00$
Subconsultant 4: RRM -$
-$
m) TOTAL SUBCONSULTANTS' COSTS 5,331.00$
n) TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(l)+(m)]5,331.00$
TOTAL COST [(c) + (j) + (k) + (n)]5,766.92$
NOTES:
·
·
·
Classification/Title Name Actual Hourly Rate
Principal T. Goolkasian*75.72$
Exhibit 10-H1 Cost Proposal
Actual Cost-Plus-Fixed Fee or lump sum (Firm Fixed Price) contracts
OPTIONAL TASK 2 - HYDROLOGY
Note: Mark-ups are Not Allowed X Prime Consultant Subconsultant 2nd Tier Subconsultant
Cornerstone Structural Engineering Group
North Fork over San Joaquin River Bridge Replacement Project
Staff Engineer 36.92$
Structure Designer 32.31$
Engineering Manager S. Cullers*54.81$
Senior Engineer M. Weaver*45.58$
Staff Engineer 36.92$
145.97$
Principal T. Swayze*74.51$
Project Engineer N. Zermeno*43.85$
Permit Fees
Plan Sheets
Test
-$
Classification/Title Unit Cost
Mileage Costs
Equipment Rental and Supplies
Anticipated salary increases calculation (page 2) must accompany.
Subconsultant 1: Provost & Pritchard
Subconsultant 2: Parikh
Subconsultant 3: Avila & Associates
Subconsultant 5: Yamabe & Horn
Key personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two asterisks (**). All costs
must comply ith the Federal cost principles. Subconsultants will provide their own cost proposals.
The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual accounting
period and established by a cognizant agency or accepted by Caltrans.
ATTACHMENT E
EXHIBIT B
Page 2 of 3
Consultant Cornerstone Structural Engineering Group
Project No. Contract No. Date 10/16/2018
Project Name: North Fork over San Joaquin River Bridge Replacement Project
1. Calculate average hourly rate for 1st year of the contract (Direct Labor Subtotal divided by total hours)
Avg Hourly
Rate
/$48.66
2. Calculate hourly rate for all years (Increase the Average hourly rate for a year by proposed escalation %)
Proposed
Escalation
Year 1 +5%$51.09 Year 2 Avg Hourly Rate
Year 2 +5%$53.64 Year 3 Avg Hourly Rate
Year 3 +5%$56.33 Year 4 Avg Hourly Rate
Year 4 +5%$59.14 Year 5 Avg Hourly Rate
3. Calculate estimated hours per year (Multiply estimate % each year by total hours)
Total Hours
per Cost
Proposal
Total Hours per
Year
Year 1 *3 3 Estimated Hours Year 1
Year 2 *3 0 Estimated Hours Year 2
Year 3 *3 0 Estimated Hours Year 3
Year 4 *3 0 Estimated Hours Year 4
Year 5 *3 0 Estimated Hours Year 5
Total 3
4. Calculate Total Costs including Escalation (multiply average hourly rate by the number of hours)
Estimated
hours
(calculated
above)
Year 1 *3 Estimated Cost Year 1
Year 2 *0 Estimated Cost Year 2
Year 3 *0 Estimated Cost Year 3
Year 4 *0 Estimated Cost Year 4
Year 5 *0 Estimated Cost Year 5
Total Direct Labor Cost with Escalation
Direct Labor Subtotal before escalation
Transfer to Page 1
NOTES:
·
·
·
·
Exhibit 10-H1 Cost Proposal
Actual Cost-Plus-Fixed Fee or Lump Sum (Firm Fixed Price) Contracts
(CALCULATIONS FOR ANTICIPATED SALARY INCREASES)
Direct Labor
Subtotal per Cost
Proposal
Total Hours per Cost
Proposal 4 Year Contract Duration
OPTIONAL TASK 2 - HYDROLOGY
$53.64
$56.33
Estimated %
Completed Each
Year
100%
0%
0%
145.97$ 3 Year 1 Avg Hourly Rate
Avg Hourly Rate
$48.66
$51.09
$51.09 -$
$53.64 -$
$56.33 -$
0%
0%
100%
Avg Hourly Rate
(calculated above)Cost per Year
$48.66 145.97$
breakdown of the labor to be performed each year.
An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable.
(i.e. $250,000 x 2% x 5yrs= $25,000 is not an acceptable methodology.)This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.
Calculations for anticipated salary escalation must be provided
$59.14 -$
145.97$
145.97$
Estimated total of Direct Labor Salary Increase -$
ATTACHMENT E
EXHIBIT B
Page 3 of 3
Certification of Direct Costs:
Prime Consultant or Subconsultant Certifying:
Name: Todd M. Goolkasian Title: President
Signature: Date of Certification (mm/dd/yyyy):10/16/2018
Email: tgoolkasian@cseg.com Phone Number: 559-320-3200
Address: 986 W. Alluvial Ave., Suite 201, Fresno, CA 93711
List Services the consultant is providing under the proposed contract:
Exhibit 10-H
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are actual,
OPTIONAL TASK 2 - HYDROLOGY
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in
Local governments are responsible for applying only cognizant agency approved or Caltrans accepted Indirect Cost Rate(s).
*An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level no lower than a Vice President or a
Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the cost proposal for the
contract.
See Scope of Services
1. Generally Accepted Accounting Principles (GAAP)
2. Terms and conditions of the contract
3. Title 23 United States Code Section 112 - Letting of Contracts
4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures
5. 23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of Engineering and Design Related
Service
6. 48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable)
ATTACHMENT E
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
Consultant:X Subconsultant
Project No. Contract No. Date:10/16/2018
Direct Labor
Hours Actual Hourly Rate Total
0 $87.96 $0.00
2 $62.73 $125.46
0 $45.00 $0.00
0 $60.35 $0.00
2 $35.00 $70.00
4.0 $195.46
LABOR COSTS
a) Subtotal Direct Labor Costs $195.46
b) Anticipated Salary Increases $7.71
c)TOTAL DIRECT LABOR COSTS [(a)+(b)] $203.17
INDIRECT COSTS
d) Fringe Benefits (Rate): 39.69% e) Total Fringe Benefits [(c) × ($80.64
f) Overhead (Rate):16.76% g) Overhead [(c) × (f)] $34.05
h)56.32% i) Gen & Admin [(c) × (h)] $114.43
j)$229.12
FIXED FEE k)10%$43.23
CONSULTANT'S OTHER DIRECT COSTS (ODC) - ITEMIZE (Add additional pages if necessary)
l)Unit Unit Cost Total
miles $0.55 $0.00
$250.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00
SUBCONSULTANT'S COSTS (add additional pages if necessary)
m)$4,855.00
$4,855.00
$4,855
$5,331
NOTES:
January 2018
Local Assistance Procedures Manual EXHIBIT 10-H1
l) TOTAL OTHER DIRECT COSTS
• The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual
accounting period and established by a cognized agency or accepted by Caltrans.
Subconsultant 3:
• Anticipated salary increases calculation (page 2) must accompany.
TOTAL COST [(c) + (j) + (k) + (n)]
m) TOTAL 2nd TIER SUBCONSULTANT'S COSTS
0
Subconsultant 2:
River Focus
0
Subconsultant 1:
• Key Personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two asterisks
n) TOTAL OTHER DIRECT COSTS INCLUDING 2nd TIER SUBCONSULTANTS [(l) + (m)]
Tier Subconsultant 4:
Subconsultant Costs (attach
detailed cost proposal in same
Permit Fees (itemize), Plan Sheets
(each), Test Holes (each), etc.
TOTAL INDIRECT COSTS [(e) +(g) + (i)]
0
Equipment Rental and Supplies
(GPS unit per day)
0
Travel/Mileage Costs (supported
by Consultant actual cost
Description
TOTAL FIXED PROFIT
[(c) + (j)] × Fixed Fee
Quantity
Total
General and Administrative (Rate)
Prime Consultant
Cathy Avila*
Name
Holly Callahan
Rachel Spadafore
Kerry Wilcox
Junior Engineer
Technical Editor
GIS Lead
Note: Mark-ups are Not Allowed
(DESIGN, ENGINEERING, AND ENVIRONMENTAL STUDIES)
ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS
EXHIBIT 10-H COST PROPOSAL Page 1 of 3
Avila & Associates (DBE)
Principal
Classification/Title
Hydraulic Engineer Todd Remington
2nd Tier Subconsultant
ATTACHMENT E
Cost Proposal
1. Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal divid10/16/2018
Avg Hourly 5 Year Contract
Rate Duration
$195.46 $48.87 Year 1 Avg Hourly Rate
Avg Hourly Rate
Year
1 $48.87 + = $50.33 Year 2 Avg Hourly Rate
Year
2 $50.33 + = $51.84 Year 3 Avg Hourly Rate
Year
3 $51.84 + = $53.40 Year 4 Avg Hourly Rate
Year
4 $53.40 + = $55.00 Year 5 Avg Hourly Rate
Total Hours
per Year
Year
1 10.00% * = 0.4 Estimated Hours Year 1
Year
2 60.00% * = 2.4 Estimated Hours Year 2
Year
3 20.00% * = 0.8 Estimated Hours Year 3
Year
4 10.00% * = 0.4 Estimated Hours Year 4
Year
5 0.00% * = 0.0 Estimated Hours Year 5
Total 100% = 4.0
Year
1 $48.87 *=$19.55 Estimated Hours Year 1
Year
2 $50.33 *=$120.79 Estimated Hours Year 2
Year
3 $51.84 *=$41.47 Estimated Hours Year 3
Year
4 $53.40 *=$21.36 Estimated Hours Year 4
Year
5 $55.00 *=$0.00 Estimated Hours Year 5
=$203.17
=$195.46
= $7.71 Transfer to Page 1
NOTES:
This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the % increase,
the # of years of the contract, and a breakdown of the labor to be performed each year.
An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable.
(i.e. $250,000 x 2% x 5 yrs = $25,000 is not an acceptable methodology)
This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.
January 2018
Completed Each Year
(calculated above)
Estimated total of Direct Labor Salary
Estimated hours
Direct Labor Subtotal before Escalation
Total Direct Labor Cost with Escalation
ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS
0.0
4
(CALCULATIONS FOR ANTICIPATED SALARY INCREASES)
0.4
EXHIBIT 10-H COST PROPOSAL Page 2 of 3
0.8
2.4
0.4
4.0
(calculated above)
per Cost Proposal
Direct Labor Subtotal
3.00%
3.00%
3.00%
Proposed Escalation
Total Hours
3. Calculate estimated hours per year (Multiply estimate % each year by total hours)
4.0
4.0
4.0
4.0
per Cost Proposal
Total Hours
2. Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by prop
Cost per
Year
Avg Hourly Rate
4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the numb
3.00%
Total
Estimated %
per Cost Proposal
ATTACHMENT E
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
Certification of Direct Costs:
Prime Consultant or Subconsultant Certifying:
Name:Title*:
Signature:10/16/2018
Email:Phone Number:
Address:
List services the consultant is providing under the proposed contract:
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the
cost proposal(s) in this contract are actual, reasonable, allowable, and allocable to the contract in
accordance with the contract terms and the following requirements:
2. Terms and conditions of the contract
3. Title 23 United States Code Section 112 - Letting of Contracts
EXHIBIT 10-H1 COST PROPOSAL Page 3 of 3
4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures
President
6. 48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable)
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must
be retained in the project files and be in compliance with applicable federal and state requirements.
Costs that are noncompliant with the federal and state requirements are not eligible for reimbursement.
Local governments are responsible for applying only cognizant agency approved or Caltrans accepted
Indirect Cost Rate(s).
5. 23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of
1. Generally Accepted Accounting Principles (GAAP)
Catherine M.C. Avila
Engineering and Design Related Service
712 Bancroft Road #333, Walnut Creek, CA 94598
cavila@avilaassociates.
Date of Certification (mm/dd/yyyy):
*An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level
no lower than a Vice President or a Chief Financial Officer, or equivalent, who has authority to represent
the financial information utilized to establish the cost proposal for the contract.
925-673-0549
1
2. Hydrology
ATTACHMENT E
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
Consultant:Subconsultant
Project No.Contract No.TBD Date:9/11/2018
Direct Labor
Hours Actual Hourly Rate Total
10.0 $64.24 $642.40
16.5 $63.75 $1,051.88
26.5 $1,694.28
LABOR COSTS
a)Subtotal Direct Labor Costs $1,694.28
b)Anticipated Salary Increases
c)TOTAL DIRECT LABOR COSTS [(a)+(b)]$1,694.28
INDIRECT COSTS
d)Fringe Benefits (Rate):63.10%e)Total Fringe Benefits [(c) × (d)]$1,069.09
f)Overhead (Rate):97.40%g)Overhead [(c) × (f)]$1,650.22
h)i)Gen & Admin [(c) × (h)]
j)$2,719.31
FIXED FEE k)10%$441.36
l)CONSULTANT'S OTHER DIRECT COSTS (ODC) - ITEMIZE (Add additional pages if necessary)
Unit Unit Cost Total
m) SUBCONSULTANT'S COSTS (add additional pages if necessary)
$4,855
NOTES:
January 2018
Senior Hydrologist Darren Bertrand
EXHIBIT 10-H COST PROPOSAL Page 1 of 3
ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS
(DESIGN, ENGINEERING, AND ENVIRONMENTAL STUDIES)
Note: Mark-ups are Not Allowed
River Focus, Inc.Prime Consultant 2nd Tier Subconsultant
Classification/Title Name
Project Manager*A. Jake Gusman
Total
General and Administrative (Rate):
TOTAL INDIRECT COSTS [(e) +(g) + (i)]
TOTAL FIXED PROFIT
[(c) + (j)] × Fixed Fee
Description Quantity
• Anticipated salary increases calculation (page 2) must accompany.
Subconsultant 3:
Tier Subconsultant 4:
m) TOTAL 2nd TIER SUBCONSULTANT'S COSTS
n)TOTAL OTHER DIRECT COSTS INCLUDING 2nd TIER SUBCONSULTANTS [(l) + (m)]
TOTAL COST [(c) + (j) + (k) + (n)]
• Key Personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two
asterisks (**). All costs must comply with the Federal Cost Principles. Subconsultants will provide their own cost proposals.
• The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual
accounting period and established by a cognized agency or accepted by Caltrans.
Subconsultant 2:
l) TOTAL OTHER DIRECT COSTS
Subconsultant 1:
X
ATTACHMENT E
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
1. Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal divided by total hours)#REF!
Avg Hourly 5 Year Contract
Rate Duration
$1,694.28 =$63.93 Year 1 Avg Hourly Rate
Avg Hourly Rate
Year 1 $63.93 +=$65.53 Year 2 Avg Hourly Rate
Year 2 $65.53 +=$67.17 Year 3 Avg Hourly Rate
Year 3 $67.17 +=$68.85 Year 4 Avg Hourly Rate
Year 4 $68.85 +=$70.57 Year 5 Avg Hourly Rate
Total Hours
per Year
Year 1 100.00%*=26.5 Estimated Hours Year 1
Year 2 *=Estimated Hours Year 2
Year 3 *=Estimated Hours Year 3
Year 4 *=Estimated Hours Year 4
Year 5 *=Estimated Hours Year 5
Total 100%=26.5
Year 1 $63.93 *=$1,694.28 Estimated Hours Year 1
Year 2 $65.53 *=Estimated Hours Year 2
Year 3 $67.17 *=Estimated Hours Year 3
Year 4 $68.85 *=Estimated Hours Year 4
Year 5 $70.57 *=Estimated Hours Year 5
=$1,694.28
=$1,694.28
=Transfer to Page 1
NOTES:
· This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the % increase,
the # of years of the contract, and a breakdown of the labor to be performed each year.
· An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable.
(i.e. $250,000 x 2% x 5 yrs = $25,000 is not an acceptable methodology)
· This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.
January 2018
EXHIBIT 10-H COST PROPOSAL Page 2 of 3
ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS
(CALCULATIONS FOR ANTICIPATED SALARY INCREASES)
Direct Labor Subtotal Total Hours
per Cost Proposal per Cost Proposal
27
2. Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by proposed escalation %)
Proposed Escalation
2.50%
2.50%
2.50%
2.50%
Total
3. Calculate estimated hours per year (Multiply estimate % each year by total hours)
Estimated %Total Hours
Completed Each Year per Cost Proposal
26.5
26.5
26.5
26.5
26.5
4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the number of hours)
Avg Hourly Rate Estimated hours Cost per Year(calculated above)(calculated above)
Direct Labor Subtotal before Escalation
Estimated total of Direct Labor Salary Increase
26.5
Total Direct Labor Cost with Escalation
ATTACHMENT E
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
Certification of Direct Costs:
Prime Consultant or Subconsultant Certifying:
Name:Title*:
Signature:9/11/2018
Email:Phone Number:
Address:
List services the consultant is providing under the proposed contract:
January 2018
4.48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures
EXHIBIT 10-H1 COST PROPOSAL Page 3 of 3
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost
proposal(s) in this contract are actual, reasonable, allowable, and allocable to the contract in accordance
with the contract terms and the following requirements:
1. Generally Accepted Accounting Principles (GAAP)
2. Terms and conditions of the contract
3.Title 23 United States Code Section 112 - Letting of Contracts
5.23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of
Engineering and Design Related Service
6.48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable)
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be
retained in the project files and be in compliance with applicable federal and state requirements. Costs that
are noncompliant with the federal and state requirements are not eligible for reimbursement.
Local governments are responsible for applying only cognizant agency approved or Caltrans accepted
Indirect Cost Rate(s).
A. Jake Gusman President
Water resources engineering, hydrology, hydraulics, FEMA coordination
Date of Certification (mm/dd/yyyy):
jgusman@riverfocus.com 619-457-3119
931 Madison Ave., La Mesa, CA
*An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level no
lower than a Vice President or a Chief Financial Officer, or equivalent, who has authority to represent the
financial information utilized to establish the cost proposal for the contract.
ATTACHMENT E
Optional Task 3
CVFPB Variance
ATTACHMENT E
EXHIBIT B
Page 1 of 3
Consultant
Project No. Contract No. Date 10/16/2018
Project Name:
DIRECT LABOR
Hours Range Total
0 65.00 - 80.00 -$
2 45.00 - 60.00 109.62$
4 40.00 - 55.00 182.32$
0 35.00 - 45.00 -$
0 30.00 - 40.00 -$
0 65.00 - 80.00 -$
0 40.00 - 50.00 -$
0 35.00 - 45.00 -$
TOTAL Hours: 6
LABOR COSTS
a) Subtotal Direct Labor Costs
b) Anticipated Salary Increases
c) Total Direct Labor Costs [(a) + (b)] 339.89$
INDIRECT COSTS
d) Fringe Benefits %81.21%e) Total Fringe Benefits [(c) x (d)]276.02$
f) Overhead%31.26%g) Overhead [(c) x (f)]106.25$
h) General and Administrative%59.02%i) Gen & Admin [(c) x (h)]200.60$
j) Total Indirect Costs [(e) + (g) + (i)]582.87$
FIXED FEE (Profit)k) TOTAL FIXED FEE [(c) + (j)] x fixed fee 10%]92.28$
l) CONSULTANT'S OTHER DIRECT COSTS (ODC) - ITEMIZE (Add additional pages if necessary)
Quantity Unit Total
-$
-$
-$
-$
-$
m) SUBCONSULTANTS' COSTS (Add additional pages if necessary)
-$
-$
5,436.00$
Subconsultant 4: RRM -$
-$
m) TOTAL SUBCONSULTANTS' COSTS 5,436.00$
n) TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(l)+(m)]5,436.00$
TOTAL COST [(c) + (j) + (k) + (n)]6,451.04$
NOTES:
·
·
·
Classification/Title Name Actual Hourly Rate
Principal T. Goolkasian*75.72$
Exhibit 10-H1 Cost Proposal
Actual Cost-Plus-Fixed Fee or lump sum (Firm Fixed Price) contracts
OPTIONAL TASK 3 - CVFPB VARIANCE
Note: Mark-ups are Not Allowed X Prime Consultant Subconsultant 2nd Tier Subconsultant
Cornerstone Structural Engineering Group
North Fork over San Joaquin River Bridge Replacement Project
Staff Engineer 36.92$
Structure Designer 32.31$
Engineering Manager S. Cullers*54.81$
Senior Engineer M. Weaver*45.58$
Staff Engineer 36.92$
291.94$
Principal T. Swayze*74.51$
Project Engineer N. Zermeno*43.85$
Permit Fees
Plan Sheets
Test
47.95$
Classification/Title Unit Cost
Mileage Costs
Equipment Rental and Supplies
Anticipated salary increases calculation (page 2) must accompany.
Subconsultant 1: Provost & Pritchard
Subconsultant 2: Parikh
Subconsultant 3: Avila & Associates
Subconsultant 5: Yamabe & Horn
Key personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two asterisks (**). All costs
must comply ith the Federal cost principles. Subconsultants will provide their own cost proposals.
The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual accounting
period and established by a cognizant agency or accepted by Caltrans.
ATTACHMENT E
EXHIBIT B
Page 2 of 3
Consultant Cornerstone Structural Engineering Group
Project No. Contract No. Date 10/16/2018
Project Name: North Fork over San Joaquin River Bridge Replacement Project
1. Calculate average hourly rate for 1st year of the contract (Direct Labor Subtotal divided by total hours)
Avg Hourly
Rate
/$48.66
2. Calculate hourly rate for all years (Increase the Average hourly rate for a year by proposed escalation %)
Proposed
Escalation
Year 1 +5%$51.09 Year 2 Avg Hourly Rate
Year 2 +5%$53.64 Year 3 Avg Hourly Rate
Year 3 +5%$56.33 Year 4 Avg Hourly Rate
Year 4 +5%$59.14 Year 5 Avg Hourly Rate
3. Calculate estimated hours per year (Multiply estimate % each year by total hours)
Total Hours
per Cost
Proposal
Total Hours per
Year
Year 1 *6 0 Estimated Hours Year 1
Year 2 *6 0 Estimated Hours Year 2
Year 3 *6 2 Estimated Hours Year 3
Year 4 *6 2 Estimated Hours Year 4
Year 5 *6 2 Estimated Hours Year 5
Total 6
4. Calculate Total Costs including Escalation (multiply average hourly rate by the number of hours)
Estimated
hours
(calculated
above)
Year 1 *0 Estimated Cost Year 1
Year 2 *0 Estimated Cost Year 2
Year 3 *2 Estimated Cost Year 3
Year 4 *2 Estimated Cost Year 4
Year 5 *2 Estimated Cost Year 5
Total Direct Labor Cost with Escalation
Direct Labor Subtotal before escalation
Transfer to Page 1
NOTES:
·
·
·
·
Exhibit 10-H1 Cost Proposal
Actual Cost-Plus-Fixed Fee or Lump Sum (Firm Fixed Price) Contracts
(CALCULATIONS FOR ANTICIPATED SALARY INCREASES)
Direct Labor
Subtotal per Cost
Proposal
Total Hours per Cost
Proposal 4 Year Contract Duration
OPTIONAL TASK 3 - CVFPB VARIANCE
$53.64
$56.33
Estimated %
Completed Each
Year
0%
0%
30%
291.94$ 6 Year 1 Avg Hourly Rate
Avg Hourly Rate
$48.66
$51.09
$51.09 -$
$53.64 96.56$
$56.33 101.39$
30%
40%
100%
Avg Hourly Rate
(calculated above)Cost per Year
$48.66 -$
breakdown of the labor to be performed each year.
An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable.
(i.e. $250,000 x 2% x 5yrs= $25,000 is not an acceptable methodology.)This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.
Calculations for anticipated salary escalation must be provided
$59.14 141.94$
339.89$
291.94$
Estimated total of Direct Labor Salary Increase 47.95$
ATTACHMENT E
EXHIBIT B
Page 3 of 3
Certification of Direct Costs:
Prime Consultant or Subconsultant Certifying:
Name: Todd M. Goolkasian Title: President
Signature: Date of Certification (mm/dd/yyyy):10/16/2018
Email: tgoolkasian@cseg.com Phone Number: 559-320-3200
Address: 986 W. Alluvial Ave., Suite 201, Fresno, CA 93711
List Services the consultant is providing under the proposed contract:
Exhibit 10-H
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are actual,
OPTIONAL TASK 3 - CVFPB VARIANCE
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in
Local governments are responsible for applying only cognizant agency approved or Caltrans accepted Indirect Cost Rate(s).
*An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level no lower than a Vice President or a
Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the cost proposal for the
contract.
See Scope of Services
1. Generally Accepted Accounting Principles (GAAP)
2. Terms and conditions of the contract
3. Title 23 United States Code Section 112 - Letting of Contracts
4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures
5. 23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of Engineering and Design Related
Service
6. 48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable)
ATTACHMENT E
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
Consultant:X Subconsultant
Project No. Contract No. Date:6/20/2018
Direct Labor
Hours Actual Hourly Rate Total
14 $87.96 $1,231.44
2 $62.73 $125.46
0 $45.00 $0.00
8 $60.35 $482.80
10 $35.00 $350.00
34.0 $2,189.70
LABOR COSTS
a) Subtotal Direct Labor Costs $2,189.70
b) Anticipated Salary Increases $86.39
c)TOTAL DIRECT LABOR COSTS [(a)+(b)] $2,276.09
INDIRECT COSTS
d) Fringe Benefits (Rate): 39.69% e) Total Fringe Benefits [(c) × ($903.38
f) Overhead (Rate):16.76% g) Overhead [(c) × (f)] $381.47
h)56.32% i) Gen & Admin [(c) × (h)] $1,281.89
j)$2,566.75
FIXED FEE k)10%$484.28
CONSULTANT'S OTHER DIRECT COSTS (ODC) - ITEMIZE (Add additional pages if necessary)
l)Unit Unit Cost Total
miles $0.55 $109.00
$250.00 $0.00
$0.00 $0.00
$0.00 $0.00
$109.00
SUBCONSULTANT'S COSTS (add additional pages if necessary)
m)
$0.00
$109
$5,436
NOTES:
January 2018
l) TOTAL OTHER DIRECT COSTS
• The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual
accounting period and established by a cognized agency or accepted by Caltrans.
Subconsultant 3:
• Anticipated salary increases calculation (page 2) must accompany.
TOTAL COST [(c) + (j) + (k) + (n)]
m) TOTAL 2nd TIER SUBCONSULTANT'S COSTS
0
Subconsultant 2:
0
Subconsultant 1:
• Key Personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two asterisks
n) TOTAL OTHER DIRECT COSTS INCLUDING 2nd TIER SUBCONSULTANTS [(l) + (m)]
Tier Subconsultant 4:
Subconsultant Costs (attach
detailed cost proposal in same
Permit Fees (itemize), Plan Sheets
(each), Test Holes (each), etc.
TOTAL INDIRECT COSTS [(e) +(g) + (i)]
0
Equipment Rental and Supplies
(GPS unit per day)
200
Travel/Mileage Costs (supported
by Consultant actual cost
Description
TOTAL FIXED PROFIT
[(c) + (j)] × Fixed Fee
Quantity
Total
General and Administrative (Rate)
Prime Consultant
Cathy Avila*
Name
Holly Callahan
Rachel Spadafore
Kerry Wilcox
Junior Engineer
Technical Editor
GIS Lead
Note: Mark-ups are Not Allowed
(DESIGN, ENGINEERING, AND ENVIRONMENTAL STUDIES)
ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS
EXHIBIT 10-H COST PROPOSAL Page 1 of 3
Avila & Associates (DBE)
Principal
Classification/Title
Hydraulic Engineer Todd Remington
2nd Tier Subconsultant
ATTACHMENT E
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
1. Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal divid6/20/2018
Avg Hourly 5 Year Contract
Rate Duration
$2,189.70 $64.40 Year 1 Avg Hourly Rate
Avg Hourly Rate
Year
1 $64.40 + = $66.34 Year 2 Avg Hourly Rate
Year
2 $66.34 + = $68.33 Year 3 Avg Hourly Rate
Year
3 $68.33 + = $70.37 Year 4 Avg Hourly Rate
Year
4 $70.37 + = $72.49 Year 5 Avg Hourly Rate
Total Hours
per Year
Year
1 10.00% * = 3.4 Estimated Hours Year 1
Year
2 60.00% * = 20.4 Estimated Hours Year 2
Year
3 20.00% * = 6.8 Estimated Hours Year 3
Year
4 10.00% * = 3.4 Estimated Hours Year 4
Year
5 0.00% * = 0.0 Estimated Hours Year 5
Total 100% = 34.0
Year
1 $64.40 *=$218.97 Estimated Hours Year 1
Year
2 $66.34 *=$1,353.23 Estimated Hours Year 2
Year
3 $68.33 *=$464.61 Estimated Hours Year 3
Year
4 $70.37 *=$239.27 Estimated Hours Year 4
Year
5 $72.49 *=$0.00 Estimated Hours Year 5
=$2,276.09
=$2,189.70
= $86.39 Transfer to Page 1
NOTES:
This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the % increase,
the # of years of the contract, and a breakdown of the labor to be performed each year.
An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable.
(i.e. $250,000 x 2% x 5 yrs = $25,000 is not an acceptable methodology)
This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.
January 2018
Completed Each Year
(calculated above)
Estimated total of Direct Labor Salary
Estimated hours
Direct Labor Subtotal before Escalation
Total Direct Labor Cost with Escalation
ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS
0.0
34
(CALCULATIONS FOR ANTICIPATED SALARY INCREASES)
3.4
EXHIBIT 10-H COST PROPOSAL Page 2 of 3
6.8
20.4
3.4
34.0
(calculated above)
per Cost Proposal
Direct Labor Subtotal
3.00%
3.00%
3.00%
Proposed Escalation
Total Hours
3. Calculate estimated hours per year (Multiply estimate % each year by total hours)
34.0
34.0
34.0
34.0
per Cost Proposal
Total Hours
2. Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by prop
Cost per
Year
Avg Hourly Rate
4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the numb
3.00%
Total
Estimated %
per Cost Proposal
ATTACHMENT E
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
Certification of Direct Costs:
Prime Consultant or Subconsultant Certifying:
Name:Title*:
Signature:10/16/2018
Email:Phone Number:
Address:
List services the consultant is providing under the proposed contract:
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the
cost proposal(s) in this contract are actual, reasonable, allowable, and allocable to the contract in
accordance with the contract terms and the following requirements:
2. Terms and conditions of the contract
3. Title 23 United States Code Section 112 - Letting of Contracts
EXHIBIT 10-H1 COST PROPOSAL Page 3 of 3
4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures
President
6. 48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable)
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must
be retained in the project files and be in compliance with applicable federal and state requirements.
Costs that are noncompliant with the federal and state requirements are not eligible for reimbursement.
Local governments are responsible for applying only cognizant agency approved or Caltrans accepted
Indirect Cost Rate(s).
5. 23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of
1. Generally Accepted Accounting Principles (GAAP)
Catherine M.C. Avila
Engineering and Design Related Service
712 Bancroft Road #333, Walnut Creek, CA 94598
cavila@avilaassociates.
Date of Certification (mm/dd/yyyy):
*An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level
no lower than a Vice President or a Chief Financial Officer, or equivalent, who has authority to represent
the financial information utilized to establish the cost proposal for the contract.
925-673-0549
1
3. Central Valley Flood Protection Board Variance
ATTACHMENT E
Optional Task 4
Additional Meeting Attendance (Per Meeting)
ATTACHMENT E
EXHIBIT B
Page 1 of 3
Consultant
Project No. Contract No. Date 10/16/2018
Project Name:
DIRECT LABOR
Hours Range Total
1 65.00 - 80.00 75.72$
2 45.00 - 60.00 109.62$
2 40.00 - 55.00 91.16$
3 35.00 - 45.00 110.76$
0 30.00 - 40.00 -$
0 65.00 - 80.00 -$
0 40.00 - 50.00 -$
0 35.00 - 45.00 -$
TOTAL Hours: 8
LABOR COSTS
a) Subtotal Direct Labor Costs
b) Anticipated Salary Increases
c) Total Direct Labor Costs [(a) + (b)] 470.72$
INDIRECT COSTS
d) Fringe Benefits %81.21%e) Total Fringe Benefits [(c) x (d)]382.27$
f) Overhead%31.26%g) Overhead [(c) x (f)]147.15$
h) General and Administrative%59.02%i) Gen & Admin [(c) x (h)]277.82$
j) Total Indirect Costs [(e) + (g) + (i)]807.23$
FIXED FEE (Profit)k) TOTAL FIXED FEE [(c) + (j)] x fixed fee 10%]127.79$
l) CONSULTANT'S OTHER DIRECT COSTS (ODC) - ITEMIZE (Add additional pages if necessary)
Quantity Unit Total
-$
-$
-$
-$
-$
m) SUBCONSULTANTS' COSTS (Add additional pages if necessary)
-$
-$
-$
Subconsultant 4: RRM -$
-$
m) TOTAL SUBCONSULTANTS' COSTS -$
n) TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(l)+(m)]-$
TOTAL COST [(c) + (j) + (k) + (n)]1,405.74$
NOTES:
·
·
·
Classification/Title Name Actual Hourly Rate
Principal T. Goolkasian*75.72$
Exhibit 10-H1 Cost Proposal
Actual Cost-Plus-Fixed Fee or lump sum (Firm Fixed Price) contracts
OPTIONAL TASK 4 - ADDITIONAL MEETING ATTENDANCE (PER MEETING)
Note: Mark-ups are Not Allowed X Prime Consultant Subconsultant 2nd Tier Subconsultant
Cornerstone Structural Engineering Group
North Fork over San Joaquin River Bridge Replacement Project
Staff Engineer 36.92$
Structure Designer 32.31$
Engineering Manager S. Cullers*54.81$
Senior Engineer M. Weaver*45.58$
Staff Engineer 36.92$
387.26$
Principal T. Swayze*74.51$
Project Engineer N. Zermeno*43.85$
Permit Fees
Plan Sheets
Test
83.46$
Classification/Title Unit Cost
Mileage Costs
Equipment Rental and Supplies
Anticipated salary increases calculation (page 2) must accompany.
Subconsultant 1: Provost & Pritchard
Subconsultant 2: Parikh
Subconsultant 3: Avila & Associates
Subconsultant 5: Yamabe & Horn
Key personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two asterisks (**). All costs
must comply ith the Federal cost principles. Subconsultants will provide their own cost proposals.
The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual accounting
period and established by a cognizant agency or accepted by Caltrans.
ATTACHMENT E
EXHIBIT B
Page 2 of 3
Consultant Cornerstone Structural Engineering Group
Project No. Contract No. Date 10/16/2018
Project Name: North Fork over San Joaquin River Bridge Replacement Project
1. Calculate average hourly rate for 1st year of the contract (Direct Labor Subtotal divided by total hours)
Avg Hourly
Rate
/$48.41
2. Calculate hourly rate for all years (Increase the Average hourly rate for a year by proposed escalation %)
Proposed
Escalation
Year 1 +5%$50.83 Year 2 Avg Hourly Rate
Year 2 +5%$53.37 Year 3 Avg Hourly Rate
Year 3 +5%$56.04 Year 4 Avg Hourly Rate
Year 4 +5%$58.84 Year 5 Avg Hourly Rate
3. Calculate estimated hours per year (Multiply estimate % each year by total hours)
Total Hours
per Cost
Proposal
Total Hours per
Year
Year 1 *8 0 Estimated Hours Year 1
Year 2 *8 0 Estimated Hours Year 2
Year 3 *8 0 Estimated Hours Year 3
Year 4 *8 0 Estimated Hours Year 4
Year 5 *8 8 Estimated Hours Year 5
Total 8
4. Calculate Total Costs including Escalation (multiply average hourly rate by the number of hours)
Estimated
hours
(calculated
above)
Year 1 *0 Estimated Cost Year 1
Year 2 *0 Estimated Cost Year 2
Year 3 *0 Estimated Cost Year 3
Year 4 *0 Estimated Cost Year 4
Year 5 *8 Estimated Cost Year 5
Total Direct Labor Cost with Escalation
Direct Labor Subtotal before escalation
Transfer to Page 1
NOTES:
·
·
·
·
Exhibit 10-H1 Cost Proposal
Actual Cost-Plus-Fixed Fee or Lump Sum (Firm Fixed Price) Contracts
(CALCULATIONS FOR ANTICIPATED SALARY INCREASES)
Direct Labor
Subtotal per Cost
Proposal
Total Hours per Cost
Proposal 4 Year Contract Duration
OPTIONAL TASK 4 - ADDITIONAL MEETING ATTENDANCE (PER MEETING)
$53.37
$56.04
Estimated %
Completed Each
Year
0%
0%
0%
387.26$ 8 Year 1 Avg Hourly Rate
Avg Hourly Rate
$48.41
$50.83
$50.83 -$
$53.37 -$
$56.04 -$
0%
100%
100%
Avg Hourly Rate
(calculated above)Cost per Year
$48.41 -$
breakdown of the labor to be performed each year.
An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable.
(i.e. $250,000 x 2% x 5yrs= $25,000 is not an acceptable methodology.)This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.
Calculations for anticipated salary escalation must be provided
$58.84 470.72$
470.72$
387.26$
Estimated total of Direct Labor Salary Increase 83.46$
ATTACHMENT E
EXHIBIT B
Page 3 of 3
Certification of Direct Costs:
Prime Consultant or Subconsultant Certifying:
Name: Todd M. Goolkasian Title: President
Signature: Date of Certification (mm/dd/yyyy):10/16/2018
Email: tgoolkasian@cseg.com Phone Number: 559-320-3200
Address: 986 W. Alluvial Ave., Suite 201, Fresno, CA 93711
List Services the consultant is providing under the proposed contract:
Exhibit 10-H
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are actual,
OPTIONAL TASK 4 - ADDITIONAL MEETING ATTENDANCE (PER MEETING)
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in
Local governments are responsible for applying only cognizant agency approved or Caltrans accepted Indirect Cost Rate(s).
*An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level no lower than a Vice President or a
Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the cost proposal for the
contract.
See Scope of Services
1. Generally Accepted Accounting Principles (GAAP)
2. Terms and conditions of the contract
3. Title 23 United States Code Section 112 - Letting of Contracts
4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures
5. 23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of Engineering and Design Related
Service
6. 48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable)
ATTACHMENT E
Optional Task 5
Incorporation of Bat Habitat
ATTACHMENT E
EXHIBIT B
Page 1 of 3
Consultant
Project No. Contract No. Date 10/16/2018
Project Name:
DIRECT LABOR
Hours Range Total
2 65.00 - 80.00 151.44$
4 45.00 - 60.00 219.24$
8 40.00 - 55.00 364.64$
40 35.00 - 45.00 1,476.80$
80 30.00 - 40.00 2,584.80$
8 65.00 - 80.00 596.08$
24 40.00 - 50.00 1,052.40$
0 35.00 - 45.00 -$
TOTAL Hours: 166
LABOR COSTS
a) Subtotal Direct Labor Costs
b) Anticipated Salary Increases
c) Total Direct Labor Costs [(a) + (b)] 7,050.14$
INDIRECT COSTS
d) Fringe Benefits %81.21%e) Total Fringe Benefits [(c) x (d)]5,725.42$
f) Overhead%31.26%g) Overhead [(c) x (f)]2,203.87$
h) General and Administrative%59.02%i) Gen & Admin [(c) x (h)]4,160.99$
j) Total Indirect Costs [(e) + (g) + (i)]12,090.29$
FIXED FEE (Profit)k) TOTAL FIXED FEE [(c) + (j)] x fixed fee 10%]1,914.04$
l) CONSULTANT'S OTHER DIRECT COSTS (ODC) - ITEMIZE (Add additional pages if necessary)
Quantity Unit Total
-$
-$
-$
-$
-$
m) SUBCONSULTANTS' COSTS (Add additional pages if necessary)
-$
-$
-$
Subconsultant 4: RRM -$
-$
m) TOTAL SUBCONSULTANTS' COSTS -$
n) TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(l)+(m)]-$
TOTAL COST [(c) + (j) + (k) + (n)]21,054.48$
NOTES:
·
·
·
Classification/Title Name Actual Hourly Rate
Principal T. Goolkasian*75.72$
Exhibit 10-H1 Cost Proposal
Actual Cost-Plus-Fixed Fee or lump sum (Firm Fixed Price) contracts
OPTIONAL TASK 5 - INCORPORATION OF BAT HABITAT
Note: Mark-ups are Not Allowed X Prime Consultant Subconsultant 2nd Tier Subconsultant
Cornerstone Structural Engineering Group
North Fork over San Joaquin River Bridge Replacement Project
Staff Engineer 36.92$
Structure Designer 32.31$
Engineering Manager S. Cullers*54.81$
Senior Engineer M. Weaver*45.58$
Staff Engineer 36.92$
6,445.40$
Principal T. Swayze*74.51$
Project Engineer N. Zermeno*43.85$
Permit Fees
Plan Sheets
Test
604.74$
Classification/Title Unit Cost
Mileage Costs
Equipment Rental and Supplies
Anticipated salary increases calculation (page 2) must accompany.
Subconsultant 1: Provost & Pritchard
Subconsultant 2: Parikh
Subconsultant 3: Avila & Associates
Subconsultant 5: Yamabe & Horn
Key personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two asterisks (**). All costs
must comply ith the Federal cost principles. Subconsultants will provide their own cost proposals.
The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual accounting
period and established by a cognizant agency or accepted by Caltrans.
ATTACHMENT E
EXHIBIT B
Page 2 of 3
Consultant Cornerstone Structural Engineering Group
Project No. Contract No. Date 10/16/2018
Project Name: North Fork over San Joaquin River Bridge Replacement Project
1. Calculate average hourly rate for 1st year of the contract (Direct Labor Subtotal divided by total hours)
Avg Hourly
Rate
/$38.83
2. Calculate hourly rate for all years (Increase the Average hourly rate for a year by proposed escalation %)
Proposed
Escalation
Year 1 +5%$40.77 Year 2 Avg Hourly Rate
Year 2 +5%$42.81 Year 3 Avg Hourly Rate
Year 3 +5%$44.95 Year 4 Avg Hourly Rate
Year 4 +5%$47.20 Year 5 Avg Hourly Rate
3. Calculate estimated hours per year (Multiply estimate % each year by total hours)
per Cost
Proposal
Total Hours per
Year
Year 1 *166 33 Estimated Hours Year 1
Year 2 *166 33 Estimated Hours Year 2
Year 3 *166 50 Estimated Hours Year 3
Year 4 *166 33 Estimated Hours Year 4
Year 5 *166 17 Estimated Hours Year 5
Total 166
4. Calculate Total Costs including Escalation (multiply average hourly rate by the number of hours)
Estimated
hours
(calculated
above)
Year 1 *33 Estimated Cost Year 1
Year 2 *33 Estimated Cost Year 2
Year 3 *50 Estimated Cost Year 3
Year 4 *33 Estimated Cost Year 4
Year 5 *17 Estimated Cost Year 5
Total Direct Labor Cost with Escalation
Direct Labor Subtotal before escalation
Transfer to Page 1
NOTES:
·
·
·
·
Exhibit 10-H1 Cost Proposal
Actual Cost-Plus-Fixed Fee or Lump Sum (Firm Fixed Price) Contracts
(CALCULATIONS FOR ANTICIPATED SALARY INCREASES)
Direct Labor
Subtotal per Cost
Proposal
Total Hours per Cost
Proposal 4 Year Contract Duration
OPTIONAL TASK 5 - INCORPORATION OF BAT HABITAT
$42.81
$44.95
Estimated %
Completed Each
Year
20%
20%
30%
6,445.40$ 166 Year 1 Avg Hourly Rate
Avg Hourly Rate
$38.83
$40.77
$40.77 1,353.53$
$42.81 2,131.82$
$44.95 1,492.27$
20%
10%
100%
Avg Hourly Rate
(calculated above)Cost per Year
$38.83 1,289.08$
breakdown of the labor to be performed each year.
An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable.
(i.e. $250,000 x 2% x 5yrs= $25,000 is not an acceptable methodology.)This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.
Calculations for anticipated salary escalation must be provided
$47.20 783.44$
7,050.14$
6,445.40$
Estimated total of Direct Labor Salary Increase 604.74$
ATTACHMENT E
EXHIBIT B
Page 3 of 3
Certification of Direct Costs:
Prime Consultant or Subconsultant Certifying:
Name: Todd M. Goolkasian Title: President
Signature: Date of Certification (mm/dd/yyyy):10/16/2018
Email: tgoolkasian@cseg.com Phone Number: 559-320-3200
Address: 986 W. Alluvial Ave., Suite 201, Fresno, CA 93711
List Services the consultant is providing under the proposed contract:
Exhibit 10-H
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are actual,
OPTIONAL TASK 5 - INCORPORATION OF BAT HABITAT
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in
Local governments are responsible for applying only cognizant agency approved or Caltrans accepted Indirect Cost Rate(s).
*An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level no lower than a Vice President or a
Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the cost proposal for the
contract.
See Scope of Services
1. Generally Accepted Accounting Principles (GAAP)
2. Terms and conditions of the contract
3. Title 23 United States Code Section 112 - Letting of Contracts
4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures
5. 23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of Engineering and Design Related
Service
6. 48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable)
ATTACHMENT E
Optional Task 6
Certified Access Specialist Certification
ATTACHMENT E
EXHIBIT B
Page 1 of 3
Consultant
Project No. Contract No. Date 10/16/2018
Project Name:
DIRECT LABOR
Hours Range Total
0 65.00 - 80.00 -$
3 45.00 - 60.00 164.43$
6 40.00 - 55.00 273.48$
4 35.00 - 45.00 147.68$
0 30.00 - 40.00 -$
0 65.00 - 80.00 -$
0 40.00 - 50.00 -$
0 35.00 - 45.00 -$
TOTAL Hours: 13
LABOR COSTS
a) Subtotal Direct Labor Costs
b) Anticipated Salary Increases
c) Total Direct Labor Costs [(a) + (b)] 673.93$
INDIRECT COSTS
d) Fringe Benefits %81.21%e) Total Fringe Benefits [(c) x (d)]547.30$
f) Overhead%31.26%g) Overhead [(c) x (f)]210.67$
h) General and Administrative%59.02%i) Gen & Admin [(c) x (h)]397.75$
j) Total Indirect Costs [(e) + (g) + (i)]1,155.72$
FIXED FEE (Profit)k) TOTAL FIXED FEE [(c) + (j)] x fixed fee 10%]182.96$
l) CONSULTANT'S OTHER DIRECT COSTS (ODC) - ITEMIZE (Add additional pages if necessary)
Quantity Unit Total
-$
-$
-$
-$
-$
m) SUBCONSULTANTS' COSTS (Add additional pages if necessary)
-$
-$
-$
Subconsultant 4: RRM -$
3,698.00$
m) TOTAL SUBCONSULTANTS' COSTS 3,698.00$
n) TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(l)+(m)]3,698.00$
TOTAL COST [(c) + (j) + (k) + (n)]5,710.61$
NOTES:
·
·
·
Classification/Title Name Actual Hourly Rate
Principal T. Goolkasian*75.72$
Exhibit 10-H1 Cost Proposal
Actual Cost-Plus-Fixed Fee or lump sum (Firm Fixed Price) contracts
OPTIONAL TASK 6 - CERTIFIED ACCESS SPECIALIST CERTIFICATION
Note: Mark-ups are Not Allowed X Prime Consultant Subconsultant 2nd Tier Subconsultant
Cornerstone Structural Engineering Group
North Fork over San Joaquin River Bridge Replacement Project
Staff Engineer 36.92$
Structure Designer 32.31$
Engineering Manager S. Cullers*54.81$
Senior Engineer M. Weaver*45.58$
Staff Engineer 36.92$
585.59$
Principal T. Swayze*74.51$
Project Engineer N. Zermeno*43.85$
Permit Fees
Plan Sheets
Test
88.34$
Classification/Title Unit Cost
Mileage Costs
Equipment Rental and Supplies
Anticipated salary increases calculation (page 2) must accompany.
Subconsultant 1: Provost & Pritchard
Subconsultant 2: Parikh
Subconsultant 3: Avila & Associates
Subconsultant 5: Yamabe & Horn
Key personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two asterisks (**). All costs
must comply ith the Federal cost principles. Subconsultants will provide their own cost proposals.
The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual accounting
period and established by a cognizant agency or accepted by Caltrans.
ATTACHMENT E
EXHIBIT B
Page 2 of 3
Consultant Cornerstone Structural Engineering Group
Project No. Contract No. Date 10/16/2018
Project Name: North Fork over San Joaquin River Bridge Replacement Project
1. Calculate average hourly rate for 1st year of the contract (Direct Labor Subtotal divided by total hours)
Avg Hourly
Rate
/$45.05
2. Calculate hourly rate for all years (Increase the Average hourly rate for a year by proposed escalation %)
Proposed
Escalation
Year 1 +5%$47.30 Year 2 Avg Hourly Rate
Year 2 +5%$49.66 Year 3 Avg Hourly Rate
Year 3 +5%$52.15 Year 4 Avg Hourly Rate
Year 4 +5%$54.75 Year 5 Avg Hourly Rate
3. Calculate estimated hours per year (Multiply estimate % each year by total hours)
Total Hours
per Cost
Proposal
Total Hours per
Year
Year 1 *13 4 Estimated Hours Year 1
Year 2 *13 0 Estimated Hours Year 2
Year 3 *13 0 Estimated Hours Year 3
Year 4 *13 0 Estimated Hours Year 4
Year 5 *13 9 Estimated Hours Year 5
Total 13
4. Calculate Total Costs including Escalation (multiply average hourly rate by the number of hours)
Estimated
hours
(calculated
above)
Year 1 *4 Estimated Cost Year 1
Year 2 *0 Estimated Cost Year 2
Year 3 *0 Estimated Cost Year 3
Year 4 *0 Estimated Cost Year 4
Year 5 *9 Estimated Cost Year 5
Total Direct Labor Cost with Escalation
Direct Labor Subtotal before escalation
Transfer to Page 1
NOTES:
·
·
·
·
Exhibit 10-H1 Cost Proposal
Actual Cost-Plus-Fixed Fee or Lump Sum (Firm Fixed Price) Contracts
(CALCULATIONS FOR ANTICIPATED SALARY INCREASES)
Direct Labor
Subtotal per Cost
Proposal
Total Hours per Cost
Proposal 4 Year Contract Duration
OPTIONAL TASK 6 - CERTIFIED ACCESS SPECIALIST CERTIFICATION
$49.66
$52.15
Estimated %
Completed Each
Year
30%
0%
0%
585.59$ 13 Year 1 Avg Hourly Rate
Avg Hourly Rate
$45.05
$47.30
$47.30 -$
$49.66 -$
$52.15 -$
0%
70%
100%
Avg Hourly Rate
(calculated above)Cost per Year
$45.05 175.68$
breakdown of the labor to be performed each year.
An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable.
(i.e. $250,000 x 2% x 5yrs= $25,000 is not an acceptable methodology.)This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.
Calculations for anticipated salary escalation must be provided
$54.75 498.25$
673.93$
585.59$
Estimated total of Direct Labor Salary Increase 88.34$
ATTACHMENT E
EXHIBIT B
Page 3 of 3
Certification of Direct Costs:
Prime Consultant or Subconsultant Certifying:
Name: Todd M. Goolkasian Title: President
Signature: Date of Certification (mm/dd/yyyy):10/16/2018
Email: tgoolkasian@cseg.com Phone Number: 559-320-3200
Address: 986 W. Alluvial Ave., Suite 201, Fresno, CA 93711
List Services the consultant is providing under the proposed contract:
Exhibit 10-H
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are actual,
OPTIONAL TASK 6 - CERTIFIED ACCESS SPECIALIST CERTIFICATION
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in
Local governments are responsible for applying only cognizant agency approved or Caltrans accepted Indirect Cost Rate(s).
*An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level no lower than a Vice President or a
Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the cost proposal for the
contract.
See Scope of Services
1. Generally Accepted Accounting Principles (GAAP)
2. Terms and conditions of the contract
3. Title 23 United States Code Section 112 - Letting of Contracts
4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures
5. 23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of Engineering and Design Related
Service
6. 48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable)
ATTACHMENT E
EXHIBIT B
Page 1 of 3
Consultant
Project No. Contract No. Date 6/11/2018
Project Name:
DIRECT LABOR
Range Total
65.00 - 80.00 1,300.00$
45.00 - 60.00 -$
40.00 - 55.00 -$
35.00 - 45.00 -$
30.00 - 40.00 -$
65.00 - 80.00 -$
40.00 - 50.00 -$
35.00 - 45.00 -$
TOTAL Hours:
LABOR COSTS
a) Subtotal Direct Labor Costs
b) Anticipated Salary Increases
c) Total Direct Labor Costs [(a) + (b)] 1,421.97$
INDIRECT COSTS
d) Fringe Benefits %35.00%e) Total Fringe Benefits [(c) x (d)]497.69$
f) Overhead%40.00%g) Overhead [(c) x (f)]568.79$
h) General and Administrative%60.00%i) Gen & Admin [(c) x (h)]853.18$
j) Total Indirect Costs [(e) + (g) + (i)]1,919.66$
FIXED FEE (Profit)k) TOTAL FIXED FEE [(c) + (j)] x fixed fee 10%]334.16$
l) CONSULTANT'S OTHER DIRECT COSTS (ODC) - ITEMIZE (Add additional pages if necessary)
Unit Total
Miles 21.80$
-$
-$
-$
-$
m) SUBCONSULTANTS' COSTS (Add additional pages if necessary)
-$
-$
-$
Subconsultant 4:-$
-$
m) TOTAL SUBCONSULTANTS' COSTS -$
n) TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(l)+(m)]21.80$
TOTAL COST [(c) + (j) + (k) + (n)]3,697.60$
NOTES:
·
·
·
1,300.00$
121.97$
Equipment Rental and Supplies
The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual accounting
period and established by a cognizant agency or accepted by Caltrans.
Anticipated salary increases calculation (page 2) must accompany.
Subconsultant 1:
Subconsultant 2:
20
Permit Fees
40.00$
0
0
75.00$
45.00$ 0
Plan Sheets
Test
Mileage Costs 40 0.55$
Actual Hourly Rate
Actual Cost-Plus-Fixed Fee or lump sum (Firm Fixed Price) contracts
BASIC SERVICES
Note: Mark-ups are Not Allowed Prime Consultant X Subconsultant 2nd Tier Subconsultant
45.00$
0
0 30.00$
North Fork over San Joaquin River Bridge Replacement Project
Subconsultant 3:
Subconsultant 5:
Key personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two asterisks (**). All costs
must comply ith the Federal cost principles. Subconsultants will provide their own cost proposals.
Exhibit 10-H1 Cost Proposal
Yamabe & Horn
Classification/Title Quantity Unit Cost
Principal David Horn*65.00$
50.00$
20
0
Classification/Title Name Hours
40.00$ 0
ATTACHMENT E
EXHIBIT B
Page 2 of 3
Consultant Yamabe & Horn
Project No. Contract No. Date 6/11/2018
Project Name: North Fork over San Joaquin River Bridge Replacement Project
1. Calculate average hourly rate for 1st year of the contract (Direct Labor Subtotal divided by total hours)
Avg Hourly
Rate
/=$65.00
2. Calculate hourly rate for all years (Increase the Average hourly rate for a year by proposed escalation %)
Proposed
Escalation
Year 1 + 5%=$68.25 Year 2 Avg Hourly Rate
Year 2 + 5%=$71.66 Year 3 Avg Hourly Rate
Year 3 + 5%=$75.25 Year 4 Avg Hourly Rate
Year 4 + 5%=$79.01 Year 5 Avg Hourly Rate
3. Calculate estimated hours per year (Multiply estimate % each year by total hours)
Total Hours
per Cost
Proposal
Total Hours per
Year
Year 1 *20 =4 Estimated Hours Year 1
Year 2 *20 =4 Estimated Hours Year 2
Year 3 *20 =6 Estimated Hours Year 3
Year 4 *20 =4 Estimated Hours Year 4
Year 5 *20 =2 Estimated Hours Year 5
Total =20
4. Calculate Total Costs including Escalation (multiply average hourly rate by the number of hours)
Estimated
hours
(calculated
above)
Year 1 *4 =Estimated Cost Year 1
Year 2 *4 =Estimated Cost Year 2
Year 3 *6 =Estimated Cost Year 3
Year 4 *4 =Estimated Cost Year 4
Year 5 *2 =Estimated Cost Year 5
Total Direct Labor Cost with Escalation =
Direct Labor Subtotal before escalation =
=Transfer to Page 1
NOTES:
1,300.00$
breakdown of the labor to be performed each year.
An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable.
(i $2 0 000 2% $2 000 i bl h d l )
Exhibit 10-H1 Cost Proposal
Direct Labor
Subtotal per Cost
Proposal
Total Hours per Cost
Proposal 4 Year Contract Duration
1,421.97$
100%
Avg Hourly Rate
(calculated above)Cost per Year
Actual Cost-Plus-Fixed Fee or Lump Sum (Firm Fixed Price) Contracts
(CALCULATIONS FOR ANTICIPATED SALARY INCREASES)
Estimated %
Completed Each
Year
20%
Year 1 Avg Hourly Rate
$71.66 429.98$
$75.25 300.98$
1,300.00$ 20
Avg Hourly Rate
$65.00
10%
$68.25
$71.66
$75.25
20%
30%
20%
$65.00 260.00$
$68.25
BASIC SERVICES
Estimated total of Direct Labor Salary Increase
This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.
Calculations for anticipated salary escalation must be provided
121.97$
$79.01 158.02$
273.00$
ATTACHMENT E
ATTACHMENT E
Optional Task 7
FEMA CLOMR/LOMR Preparation
ATTACHMENT E
EXHIBIT B
Page 1 of 3
Consultant
Project No. Contract No. Date 10/16/2018
Project Name:
DIRECT LABOR
Hours Range Total
0 65.00 - 80.00 -$
34 45.00 - 60.00 1,863.54$
42 40.00 - 55.00 1,914.36$
0 35.00 - 45.00 -$
0 30.00 - 40.00 -$
0 65.00 - 80.00 -$
0 40.00 - 50.00 -$
0 35.00 - 45.00 -$
TOTAL Hours: 76
LABOR COSTS
a) Subtotal Direct Labor Costs
b) Anticipated Salary Increases
c) Total Direct Labor Costs [(a) + (b)] 4,132.36$
INDIRECT COSTS
d) Fringe Benefits %81.21%e) Total Fringe Benefits [(c) x (d)]3,355.89$
f) Overhead%31.26%g) Overhead [(c) x (f)]1,291.78$
h) General and Administrative%59.02%i) Gen & Admin [(c) x (h)]2,438.92$
j) Total Indirect Costs [(e) + (g) + (i)]7,086.59$
FIXED FEE (Profit)k) TOTAL FIXED FEE [(c) + (j)] x fixed fee 10%]1,121.90$
l) CONSULTANT'S OTHER DIRECT COSTS (ODC) - ITEMIZE (Add additional pages if necessary)
Quantity Unit Total
-$
-$
-$
-$
-$
m) SUBCONSULTANTS' COSTS (Add additional pages if necessary)
-$
-$
108,847.00$
Subconsultant 4: RRM -$
-$
m) TOTAL SUBCONSULTANTS' COSTS 108,847.00$
n) TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(l)+(m)]108,847.00$
TOTAL COST [(c) + (j) + (k) + (n)]121,187.85$
NOTES:
·
·
·
Classification/Title Name Actual Hourly Rate
Principal T. Goolkasian*75.72$
Exhibit 10-H1 Cost Proposal
Actual Cost-Plus-Fixed Fee or lump sum (Firm Fixed Price) contracts
OPTIONAL TASK 7 - FEMA CLOMR/LOMR PREPARATION
Note: Mark-ups are Not Allowed X Prime Consultant Subconsultant 2nd Tier Subconsultant
Cornerstone Structural Engineering Group
North Fork over San Joaquin River Bridge Replacement Project
Staff Engineer 36.92$
Structure Designer 32.31$
Engineering Manager S. Cullers*54.81$
Senior Engineer M. Weaver*45.58$
Staff Engineer 36.92$
3,777.90$
Principal T. Swayze*74.51$
Project Engineer N. Zermeno*43.85$
Permit Fees
Plan Sheets
Test
354.46$
Classification/Title Unit Cost
Mileage Costs
Equipment Rental and Supplies
Anticipated salary increases calculation (page 2) must accompany.
Subconsultant 1: Provost & Pritchard
Subconsultant 2: Parikh
Subconsultant 3: Avila & Associates
Subconsultant 5: Yamabe & Horn
Key personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two asterisks (**). All costs
must comply ith the Federal cost principles. Subconsultants will provide their own cost proposals.
The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual accounting
period and established by a cognizant agency or accepted by Caltrans.
ATTACHMENT E
EXHIBIT B
Page 2 of 3
Consultant Cornerstone Structural Engineering Group
Project No. Contract No. Date 10/16/2018
Project Name: North Fork over San Joaquin River Bridge Replacement Project
1. Calculate average hourly rate for 1st year of the contract (Direct Labor Subtotal divided by total hours)
Avg Hourly
Rate
/$49.71
2. Calculate hourly rate for all years (Increase the Average hourly rate for a year by proposed escalation %)
Proposed
Escalation
Year 1 +5%$52.19 Year 2 Avg Hourly Rate
Year 2 +5%$54.80 Year 3 Avg Hourly Rate
Year 3 +5%$57.54 Year 4 Avg Hourly Rate
Year 4 +5%$60.42 Year 5 Avg Hourly Rate
3. Calculate estimated hours per year (Multiply estimate % each year by total hours)
Total Hours
per Cost
Proposal
Total Hours per
Year
Year 1 *76 15 Estimated Hours Year 1
Year 2 *76 15 Estimated Hours Year 2
Year 3 *76 23 Estimated Hours Year 3
Year 4 *76 15 Estimated Hours Year 4
Year 5 *76 8 Estimated Hours Year 5
Total 76
4. Calculate Total Costs including Escalation (multiply average hourly rate by the number of hours)
Estimated
hours
(calculated
above)
Year 1 *15 Estimated Cost Year 1
Year 2 *15 Estimated Cost Year 2
Year 3 *23 Estimated Cost Year 3
Year 4 *15 Estimated Cost Year 4
Year 5 *8 Estimated Cost Year 5
Total Direct Labor Cost with Escalation
Direct Labor Subtotal before escalation
Transfer to Page 1
NOTES:
·
·
·
·
Exhibit 10-H1 Cost Proposal
Actual Cost-Plus-Fixed Fee or Lump Sum (Firm Fixed Price) Contracts
(CALCULATIONS FOR ANTICIPATED SALARY INCREASES)
Direct Labor
Subtotal per Cost
Proposal
Total Hours per Cost
Proposal 4 Year Contract Duration
OPTIONAL TASK 7 - FEMA CLOMR/LOMR PREPARATION
$54.80
$57.54
Estimated %
Completed Each
Year
20%
20%
30%
3,777.90$ 76 Year 1 Avg Hourly Rate
Avg Hourly Rate
$49.71
$52.19
$52.19 793.36$
$54.80 1,249.54$
$57.54 874.68$
20%
10%
100%
Avg Hourly Rate
(calculated above)Cost per Year
$49.71 755.58$
breakdown of the labor to be performed each year.
An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable.
(i.e. $250,000 x 2% x 5yrs= $25,000 is not an acceptable methodology.)This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.
Calculations for anticipated salary escalation must be provided
$60.42 459.21$
4,132.36$
3,777.90$
Estimated total of Direct Labor Salary Increase 354.46$
ATTACHMENT E
EXHIBIT B
Page 3 of 3
Certification of Direct Costs:
Prime Consultant or Subconsultant Certifying:
Name: Todd M. Goolkasian Title: President
Signature: Date of Certification (mm/dd/yyyy):10/16/2018
Email: tgoolkasian@cseg.com Phone Number: 559-320-3200
Address: 986 W. Alluvial Ave., Suite 201, Fresno, CA 93711
List Services the consultant is providing under the proposed contract:
Exhibit 10-H
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are actual,
OPTIONAL TASK 7 - FEMA CLOMR/LOMR PREPARATION
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in
Local governments are responsible for applying only cognizant agency approved or Caltrans accepted Indirect Cost Rate(s).
*An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level no lower than a Vice President or a
Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the cost proposal for the
contract.
See Scope of Services
1. Generally Accepted Accounting Principles (GAAP)
2. Terms and conditions of the contract
3. Title 23 United States Code Section 112 - Letting of Contracts
4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures
5. 23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of Engineering and Design Related
Service
6. 48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable)
ATTACHMENT E
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
Consultant:X Subconsultant
Project No. Contract No. Date:6/20/2018
Direct Labor
Hours Actual Hourly Rate Total
61 $87.96 $5,365.56
0 $62.73 $0.00
60 $45.00 $2,700.00
4 $60.35 $241.40
0 $35.00 $0.00
125.0 $8,306.96
LABOR COSTS
a) Subtotal Direct Labor Costs $8,306.96
b) Anticipated Salary Increases $327.73
c)TOTAL DIRECT LABOR COSTS [(a)+(b)] $8,634.69
INDIRECT COSTS
d) Fringe Benefits (Rate): 39.69% e) Total Fringe Benefits [(c) × ($3,427.11
f) Overhead (Rate):16.76% g) Overhead [(c) × (f)] $1,447.17
h)56.32% i) Gen & Admin [(c) × (h)] $4,863.06
j)$9,737.34
FIXED FEE k)10%$1,837.20
CONSULTANT'S OTHER DIRECT COSTS (ODC) - ITEMIZE (Add additional pages if necessary)
l)Unit Unit Cost Total
miles $0.55 $0.00
$250.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00
SUBCONSULTANT'S COSTS (add additional pages if necessary)
m)$52,266.00
$52,266.00
$52,266
$72,475
NOTES:
January 2018
l) TOTAL OTHER DIRECT COSTS
• The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual
accounting period and established by a cognized agency or accepted by Caltrans.
Subconsultant 3:
• Anticipated salary increases calculation (page 2) must accompany.
TOTAL COST [(c) + (j) + (k) + (n)]
m) TOTAL 2nd TIER SUBCONSULTANT'S COSTS
• Key Personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two asterisks
n) TOTAL OTHER DIRECT COSTS INCLUDING 2nd TIER SUBCONSULTANTS [(l) + (m)]
Tier Subconsultant 4:
Subconsultant Costs (attach
detailed cost proposal in same
Permit Fees (itemize), Plan Sheets
(each), Test Holes (each), etc.
0
Subconsultant 2:
River Focus
0
Subconsultant 1:
0
Equipment Rental and Supplies
(GPS unit per day)
0
Travel/Mileage Costs (supported
by Consultant actual cost
Description
TOTAL FIXED PROFIT
[(c) + (j)] × Fixed Fee
Quantity
Total
General and Administrative (Rate)
TOTAL INDIRECT COSTS [(e) +(g) + (i)]
Junior Engineer
Technical Editor
GIS Lead
Note: Mark-ups are Not Allowed
(DESIGN, ENGINEERING, AND ENVIRONMENTAL STUDIES)
Hydraulic Engineer Todd Remington
Prime Consultant
Cathy Avila*
Name
Holly Callahan
Rachel Spadafore
Kerry Wilcox
ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS
EXHIBIT 10-H COST PROPOSAL Page 1 of 3
Avila & Associates (DBE)
Principal
Classification/Title
2nd Tier Subconsultant
ATTACHMENT E
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
1. Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal divid6/20/2018
Avg Hourly 5 Year Contract
Rate Duration
$8,306.96 $66.46 Year 1 Avg Hourly Rate
Avg Hourly Rate
Year
1 $66.46 + = $68.45 Year 2 Avg Hourly Rate
Year
2 $68.45 + = $70.50 Year 3 Avg Hourly Rate
Year
3 $70.50 + = $72.62 Year 4 Avg Hourly Rate
Year
4 $72.62 + = $74.80 Year 5 Avg Hourly Rate
Total Hours
per Year
Year
1 10.00% * = 12.5 Estimated Hours Year 1
Year
2 60.00% * = 75.0 Estimated Hours Year 2
Year
3 20.00% * = 25.0 Estimated Hours Year 3
Year
4 10.00% * = 12.5 Estimated Hours Year 4
Year
5 0.00% * = 0.0 Estimated Hours Year 5
Total 100% = 125.0
Year
1 $66.46 *=$830.70 Estimated Hours Year 1
Year
2 $68.45 *=$5,133.70 Estimated Hours Year 2
Year
3 $70.50 *=$1,762.57 Estimated Hours Year 3
Year
4 $72.62 *=$907.72 Estimated Hours Year 4
Year
5 $74.80 *=$0.00 Estimated Hours Year 5
=$8,634.69
=$8,306.96
= $327.73 Transfer to Page 1
NOTES:
This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the % increase,
the # of years of the contract, and a breakdown of the labor to be performed each year.
An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable.
(i.e. $250,000 x 2% x 5 yrs = $25,000 is not an acceptable methodology)
This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.
January 2018
Completed Each Year
(calculated above)
Estimated total of Direct Labor Salary
Estimated hours
Direct Labor Subtotal before Escalation
Total Direct Labor Cost with Escalation
ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS
0.0
125
(CALCULATIONS FOR ANTICIPATED SALARY INCREASES)
12.5
EXHIBIT 10-H COST PROPOSAL Page 2 of 3
25.0
75.0
12.5
125.0
(calculated above)
per Cost Proposal
Direct Labor Subtotal
3.00%
3.00%
per Cost Proposal
3.00%
Proposed Escalation
Total Hours
3. Calculate estimated hours per year (Multiply estimate % each year by total hours)
per Cost Proposal
Total Hours
2. Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by prop
Cost per
Year
Avg Hourly Rate
4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the numb
3.00%
Total
Estimated %
125.0
125.0
125.0
125.0
ATTACHMENT E
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
Certification of Direct Costs:
Prime Consultant or Subconsultant Certifying:
Name:Title*:
Signature:10/16/2018
Email:Phone Number:
Address:
List services the consultant is providing under the proposed contract:
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the
cost proposal(s) in this contract are actual, reasonable, allowable, and allocable to the contract in
accordance with the contract terms and the following requirements:
2. Terms and conditions of the contract
3. Title 23 United States Code Section 112 - Letting of Contracts
EXHIBIT 10-H1 COST PROPOSAL Page 3 of 3
4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures
President
6. 48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable)
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must
be retained in the project files and be in compliance with applicable federal and state requirements.
Costs that are noncompliant with the federal and state requirements are not eligible for reimbursement.
Local governments are responsible for applying only cognizant agency approved or Caltrans accepted
Indirect Cost Rate(s).
5. 23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of
1. Generally Accepted Accounting Principles (GAAP)
Catherine M.C. Avila
Engineering and Design Related Service
712 Bancroft Road #333, Walnut Creek, CA 94598
cavila@avilaassociates.
Date of Certification (mm/dd/yyyy):
*An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level
no lower than a Vice President or a Chief Financial Officer, or equivalent, who has authority to represent
the financial information utilized to establish the cost proposal for the contract.
925-673-0549
1
4. CLOMR Preparation
ATTACHMENT E
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
Consultant:X Subconsultant
Project No. Contract No. Date:6/20/2018
Direct Labor
Hours Actual Hourly Rate Total
14 $87.96 $1,231.44
0 $62.73 $0.00
54 $45.00 $2,430.00
2 $60.35 $120.70
0 $35.00 $0.00
70.0 $3,782.14
LABOR COSTS
a) Subtotal Direct Labor Costs $3,782.14
b) Anticipated Salary Increases $149.22
c)TOTAL DIRECT LABOR COSTS [(a)+(b)] $3,931.36
INDIRECT COSTS
d) Fringe Benefits (Rate): 39.69% e) Total Fringe Benefits [(c) × ($1,560.36
f) Overhead (Rate):16.76% g) Overhead [(c) × (f)] $658.90
h)56.32% i) Gen & Admin [(c) × (h)] $2,214.14
j)$4,433.39
FIXED FEE k)10%$836.47
CONSULTANT'S OTHER DIRECT COSTS (ODC) - ITEMIZE (Add additional pages if necessary)
l)Unit Unit Cost Total
miles $0.55 $0.00
$250.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00
SUBCONSULTANT'S COSTS (add additional pages if necessary)
m)$27,171.00
$27,171.00
$27,171
$36,372
NOTES:
January 2018
Local Assistance Procedures Manual EXHIBIT 10-H1
Todd Remington
Rachel Spadafore
Hydraulic Engineer
Holly Callahan
Description
TOTAL COST [(c) + (j) + (k) + (n)]
Total
TOTAL INDIRECT COSTS [(e) +(g) + (i)]
Note: Mark-ups are Not Allowed
General and Administrative (Rate)
0
Travel/Mileage Costs (supported
by Consultant actual cost
0
Permit Fees (itemize), Plan Sheets
(each), Test Holes (each), etc.
Equipment Rental and Supplies
(GPS unit per day)
Quantity
GIS Lead
Technical Editor
Classification/Title
2nd Tier SubconsultantAvila & Associates (DBE)Prime Consultant
TOTAL FIXED PROFIT
[(c) + (j)] × Fixed Fee
0
Subconsultant 3:
n) TOTAL OTHER DIRECT COSTS INCLUDING 2nd TIER SUBCONSULTANTS [(l) + (m)]
• Key Personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two asterisks
• Anticipated salary increases calculation (page 2) must accompany.
• The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual
accounting period and established by a cognized agency or accepted by Caltrans.
Junior Engineer
EXHIBIT 10-H COST PROPOSAL Page 1 of 3
m) TOTAL 2nd TIER SUBCONSULTANT'S COSTS
ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS
Cathy Avila*
Kerry Wilcox
Name
Principal
Subconsultant Costs (attach
detailed cost proposal in same
Subconsultant 1: River Focus
l) TOTAL OTHER DIRECT COSTS
Tier Subconsultant 4:
Subconsultant 2:
0
(DESIGN, ENGINEERING, AND ENVIRONMENTAL STUDIES)
ATTACHMENT E
Cost Proposal
1. Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal divid6/20/2018
Avg Hourly 5 Year Contract
Rate Duration
$3,782.14 $54.03 Year 1 Avg Hourly Rate
Avg Hourly Rate
Year
1 $54.03 + = $55.65 Year 2 Avg Hourly Rate
Year
2 $55.65 + = $57.32 Year 3 Avg Hourly Rate
Year
3 $57.32 + = $59.04 Year 4 Avg Hourly Rate
Year
4 $59.04 + = $60.81 Year 5 Avg Hourly Rate
Total Hours
per Year
Year
1 10.00% * = 7.0 Estimated Hours Year 1
Year
2 60.00% * = 42.0 Estimated Hours Year 2
Year
3 20.00% * = 14.0 Estimated Hours Year 3
Year
4 10.00% * = 7.0 Estimated Hours Year 4
Year
5 0.00% * = 0.0 Estimated Hours Year 5
Total 100% = 70.0
Year
1 $54.03 *=$378.21 Estimated Hours Year 1
Year
2 $55.65 *=$2,337.36 Estimated Hours Year 2
Year
3 $57.32 *=$802.49 Estimated Hours Year 3
Year
4 $59.04 *=$413.28 Estimated Hours Year 4
Year
5 $60.81 *=$0.00 Estimated Hours Year 5
=$3,931.36
=$3,782.14
= $149.22 Transfer to Page 1
NOTES:
This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the % increase,
the # of years of the contract, and a breakdown of the labor to be performed each year.
An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable.
(i.e. $250,000 x 2% x 5 yrs = $25,000 is not an acceptable methodology)
This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.
January 2018
3.00%
(calculated above)
Estimated total of Direct Labor Salary
42.0
Direct Labor Subtotal before Escalation
70
Estimated %
0.0
7.0
Total Direct Labor Cost with Escalation
7.0
14.0
Proposed Escalation
(calculated above)
Total Hours
Estimated hours
4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the numb
Total
70.0
per Cost ProposalCompleted Each Year
per Cost Proposal
70.0
70.0
3. Calculate estimated hours per year (Multiply estimate % each year by total hours)
Total HoursDirect Labor Subtotal
(CALCULATIONS FOR ANTICIPATED SALARY INCREASES)
Cost per
Year
ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS
Avg Hourly Rate
70.0
70.0
per Cost Proposal
2. Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by prop
3.00%
3.00%
EXHIBIT 10-H COST PROPOSAL Page 2 of 3
3.00%
ATTACHMENT E
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
Certification of Direct Costs:
Prime Consultant or Subconsultant Certifying:
Name:Title*:
Signature:10/16/2018
Email:Phone Number:
Address:
List services the consultant is providing under the proposed contract:
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the
cost proposal(s) in this contract are actual, reasonable, allowable, and allocable to the contract in
accordance with the contract terms and the following requirements:
2. Terms and conditions of the contract
3. Title 23 United States Code Section 112 - Letting of Contracts
EXHIBIT 10-H1 COST PROPOSAL Page 3 of 3
4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures
President
6. 48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable)
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must
be retained in the project files and be in compliance with applicable federal and state requirements.
Costs that are noncompliant with the federal and state requirements are not eligible for reimbursement.
Local governments are responsible for applying only cognizant agency approved or Caltrans accepted
Indirect Cost Rate(s).
5. 23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of
1. Generally Accepted Accounting Principles (GAAP)
Catherine M.C. Avila
Engineering and Design Related Service
712 Bancroft Road #333, Walnut Creek, CA 94598
cavila@avilaassociates.
Date of Certification (mm/dd/yyyy):
*An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level
no lower than a Vice President or a Chief Financial Officer, or equivalent, who has authority to represent
the financial information utilized to establish the cost proposal for the contract.
925-673-0549
1
5. LOMR Preparation
ATTACHMENT E
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
Consultant:
Project No.Contract No.TBD Date:9/11/2018
Direct Labor
Hours Actual Hourly Rate Total
82.0 $64.24 $5,267.68
156.0 $63.75 $9,945.00
238.0 $15,212.68
LABOR COSTS
a)Subtotal Direct Labor Costs $15,212.68
b)Anticipated Salary Increases $152.13
c)TOTAL DIRECT LABOR COSTS [(a)+(b)]$15,364.81
INDIRECT COSTS
d)Fringe Benefits (Rate):63.10%e)Total Fringe Benefits [(c) × (d)]$9,695.19
f)Overhead (Rate):97.40%g)Overhead [(c) × (f)]$14,965.32
h)i)Gen & Admin [(c) × (h)]
j)$24,660.51
FIXED FEE k)10%$4,002.53
l)CONSULTANT'S OTHER DIRECT COSTS (ODC) - ITEMIZE (Add additional pages if necessary)
Unit Unit Cost Total
miles $0.545 $10.03
days $18.00 $36.00
nights $110.00 $220.00
flights $200.00 $400.00
days $36.00 $72.00
gallons $40.00 $40.00
meals $10.00 $60.00
Data Request $400.00 $400.00
Submittal $7,000.00 $7,000.00
$8,238.03
m) SUBCONSULTANT'S COSTS (add additional pages if necessary)
$8,238
$52,266
NOTES:
January 2018
Subconsultant 2:
FEMA CLOMR Review Fee 1
l) TOTAL OTHER DIRECT COSTS
Subconsultant 1:
• Anticipated salary increases calculation (page 2) must accompany.
Subconsultant 3:
Tier Subconsultant 4:
m) TOTAL 2nd TIER SUBCONSULTANT'S COSTS
n)TOTAL OTHER DIRECT COSTS INCLUDING 2nd TIER SUBCONSULTANTS [(l) + (m)]
TOTAL COST [(c) + (j) + (k) + (n)]
• Key Personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two
asterisks (**). All costs must comply with the Federal Cost Principles. Subconsultants will provide their own cost proposals.
• The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual
accounting period and established by a cognized agency or accepted by Caltrans.
Car Rental 2
Meals 6
FEMA Data Request 1
Gas 1
Airport Parking 2
Lodging 2
Airfare 2
Mileage 18.4
Total
General and Administrative (Rate):
TOTAL INDIRECT COSTS [(e) +(g) + (i)]
TOTAL FIXED PROFIT
[(c) + (j)] × Fixed Fee
Description Quantity
Senior Hydraulic Modeler Darren Bertrand
EXHIBIT 10-H COST PROPOSAL Page 1 of 3
ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS
(DESIGN, ENGINEERING, AND ENVIRONMENTAL STUDIES)
Note: Mark-ups are Not Allowed
River Focus, Inc.Prime Consultant 2nd Tier Subconsultant
Classification/Title Name
Project Manager*A. Jake Gusman
X
ATTACHMENT E
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
1. Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal divided by total hours)
Avg Hourly 5 Year Contract
Rate Duration
$15,212.68 =$63.92 Year 1 Avg Hourly Rate
Avg Hourly Rate
Year 1 $63.92 +=$65.52 Year 2 Avg Hourly Rate
Year 2 $65.52 +=$67.15 Year 3 Avg Hourly Rate
Year 3 $67.15 +=$68.83 Year 4 Avg Hourly Rate
Year 4 $68.83 +=$70.55 Year 5 Avg Hourly Rate
Total Hours
per Year
Year 1 60.00%*=142.8 Estimated Hours Year 1
Year 2 40.00%*=95.2 Estimated Hours Year 2
Year 3 *=Estimated Hours Year 3
Year 4 *=Estimated Hours Year 4
Year 5 *=Estimated Hours Year 5
Total 100%=238.0
Year 1 $63.92 *=$9,127.61 Estimated Hours Year 1
Year 2 $65.52 *=$6,237.20 Estimated Hours Year 2
Year 3 $67.15 *=Estimated Hours Year 3
Year 4 $68.83 *=Estimated Hours Year 4
Year 5 $70.55 *=Estimated Hours Year 5
=$15,364.81
=$15,212.68
=$152.13 Transfer to Page 1
NOTES:
· This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the % increase,
the # of years of the contract, and a breakdown of the labor to be performed each year.
· An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable.
(i.e. $250,000 x 2% x 5 yrs = $25,000 is not an acceptable methodology)
· This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.
January 2018
Direct Labor Subtotal before Escalation
Estimated total of Direct Labor Salary Increase
142.8
95.2
Total Direct Labor Cost with Escalation
4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the number of hours)
Avg Hourly Rate Estimated hours Cost per Year(calculated above)(calculated above)
Total
3. Calculate estimated hours per year (Multiply estimate % each year by total hours)
Estimated %Total Hours
Completed Each Year per Cost Proposal
238.0
238.0
238.0
238.0
238.0
per Cost Proposal per Cost Proposal
238
2. Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by proposed escalation %)
Proposed Escalation
2.50%
2.50%
2.50%
2.50%
EXHIBIT 10-H COST PROPOSAL Page 2 of 3
ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS
(CALCULATIONS FOR ANTICIPATED SALARY INCREASES)
Direct Labor Subtotal Total Hours
ATTACHMENT E
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
Certification of Direct Costs:
Prime Consultant or Subconsultant Certifying:
Name:Title*:
Signature:9/11/2018
Email:Phone Number:
Address:
List services the consultant is providing under the proposed contract:
January 2018
Water resources engineering, hydrology, hydraulics, FEMA coordination
Date of Certification (mm/dd/yyyy):
jgusman@riverfocus.com 619-457-3119
9314 Madison Ave., La Mesa, CA
*An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level no
lower than a Vice President or a Chief Financial Officer, or equivalent, who has authority to represent the
financial information utilized to establish the cost proposal for the contract.
5.23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of
Engineering and Design Related Service
6.48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable)
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be
retained in the project files and be in compliance with applicable federal and state requirements. Costs that
are noncompliant with the federal and state requirements are not eligible for reimbursement.
Local governments are responsible for applying only cognizant agency approved or Caltrans accepted
Indirect Cost Rate(s).
A. Jake Gusman President
4.48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures
EXHIBIT 10-H1 COST PROPOSAL Page 3 of 3
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost
proposal(s) in this contract are actual, reasonable, allowable, and allocable to the contract in accordance
with the contract terms and the following requirements:
1. Generally Accepted Accounting Principles (GAAP)
2. Terms and conditions of the contract
3.Title 23 United States Code Section 112 - Letting of Contracts
ATTACHMENT E
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
Consultant:Subconsultant
Project No.Contract No.TBD Date:9/11/2018
Direct Labor
Hours Actual Hourly Rate Total
30.0 $64.24 $1,927.20
61.0 $63.75 $3,888.75
91.0 $5,815.95
LABOR COSTS
a)Subtotal Direct Labor Costs $5,815.95
b)Anticipated Salary Increases $525.48
c)TOTAL DIRECT LABOR COSTS [(a)+(b)]$6,341.43
INDIRECT COSTS
d)Fringe Benefits (Rate):63.10%e)Total Fringe Benefits [(c) × (d)]$4,001.44
f)Overhead (Rate):97.40%g)Overhead [(c) × (f)]$6,176.55
h)i)Gen & Admin [(c) × (h)]
j)$10,178.00
FIXED FEE k)10%$1,651.94
l)CONSULTANT'S OTHER DIRECT COSTS (ODC) - ITEMIZE (Add additional pages if necessary)
Unit Unit Cost Total
Total fee $9,000.00 $9,000.00
$9,000.00
m) SUBCONSULTANT'S COSTS (add additional pages if necessary)
$9,000
$27,171
NOTES:
January 2018
Subconsultant 2:
l) TOTAL OTHER DIRECT COSTS
Subconsultant 1:
• Anticipated salary increases calculation (page 2) must accompany.
Subconsultant 3:
Tier Subconsultant 4:
m) TOTAL 2nd TIER SUBCONSULTANT'S COSTS
n)TOTAL OTHER DIRECT COSTS INCLUDING 2nd TIER SUBCONSULTANTS [(l) + (m)]
TOTAL COST [(c) + (j) + (k) + (n)]
• Key Personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two
asterisks (**). All costs must comply with the Federal Cost Principles. Subconsultants will provide their own cost proposals.
• The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual
accounting period and established by a cognized agency or accepted by Caltrans.
LOMR Review Fee
(estimated fee during Year 5)1
Total
General and Administrative (Rate):
TOTAL INDIRECT COSTS [(e) +(g) + (i)]
TOTAL FIXED PROFIT
[(c) + (j)] × Fixed Fee
Description Quantity
Senior Hydrologist Darren Bertrand
EXHIBIT 10-H COST PROPOSAL Page 1 of 3
ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS
(DESIGN, ENGINEERING, AND ENVIRONMENTAL STUDIES)
Note: Mark-ups are Not Allowed
River Focus, Inc.Prime Consultant 2nd Tier Subconsultant
Classification/Title Name
Project Manager*A. Jake Gusman
X
ATTACHMENT E
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
1. Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal divided by total hours)
Avg Hourly 5 Year Contract
Rate Duration
$5,815.95 =$63.91 Year 1 Avg Hourly Rate
Avg Hourly Rate
Year 1 $63.91 +=$65.51 Year 2 Avg Hourly Rate
Year 2 $65.51 +=$67.15 Year 3 Avg Hourly Rate
Year 3 $67.15 +=$68.83 Year 4 Avg Hourly Rate
Year 4 $68.83 +=$70.55 Year 5 Avg Hourly Rate
Total Hours
per Year
Year 1 *=Estimated Hours Year 1
Year 2 *=Estimated Hours Year 2
Year 3 *=Estimated Hours Year 3
Year 4 50.00%*=45.5 Estimated Hours Year 4
Year 5 50.00%*=45.5 Estimated Hours Year 5
Total 100%=91.0
Year 1 $63.91 *=Estimated Hours Year 1
Year 2 $65.51 *=Estimated Hours Year 2
Year 3 $67.15 *=Estimated Hours Year 3
Year 4 $68.83 *=$3,131.57 Estimated Hours Year 4
Year 5 $70.55 *=$3,209.86 Estimated Hours Year 5
=$6,341.43
=$5,815.95
=$525.48 Transfer to Page 1
NOTES:
· This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the % increase,
the # of years of the contract, and a breakdown of the labor to be performed each year.
· An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable.
(i.e. $250,000 x 2% x 5 yrs = $25,000 is not an acceptable methodology)
· This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.
January 2018
Direct Labor Subtotal before Escalation
Estimated total of Direct Labor Salary Increase
45.5
45.5
Total Direct Labor Cost with Escalation
4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the number of hours)
Avg Hourly Rate Estimated hours Cost per Year(calculated above)(calculated above)
Total
3. Calculate estimated hours per year (Multiply estimate % each year by total hours)
Estimated %Total Hours
Completed Each Year per Cost Proposal
91.0
91.0
91.0
91.0
91.0
per Cost Proposal per Cost Proposal
91
2. Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by proposed escalation %)
Proposed Escalation
2.50%
2.50%
2.50%
2.50%
EXHIBIT 10-H COST PROPOSAL Page 2 of 3
ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS
(CALCULATIONS FOR ANTICIPATED SALARY INCREASES)
Direct Labor Subtotal Total Hours
ATTACHMENT E
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
Certification of Direct Costs:
Prime Consultant or Subconsultant Certifying:
Name:Title*:
Signature:9/11/2018
Email:Phone Number:
Address:
List services the consultant is providing under the proposed contract:
January 2018
Water resources engineering, hydrology, hydraulics, FEMA coordination
Date of Certification (mm/dd/yyyy):
jgusman@riverfocus.com 619-457-3119
931 Madison Ave., La Mesa, CA
*An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level no
lower than a Vice President or a Chief Financial Officer, or equivalent, who has authority to represent the
financial information utilized to establish the cost proposal for the contract.
5.23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of
Engineering and Design Related Service
6.48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable)
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be
retained in the project files and be in compliance with applicable federal and state requirements. Costs that
are noncompliant with the federal and state requirements are not eligible for reimbursement.
Local governments are responsible for applying only cognizant agency approved or Caltrans accepted
Indirect Cost Rate(s).
A. Jake Gusman President
4.48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures
EXHIBIT 10-H1 COST PROPOSAL Page 3 of 3
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost
proposal(s) in this contract are actual, reasonable, allowable, and allocable to the contract in accordance
with the contract terms and the following requirements:
1. Generally Accepted Accounting Principles (GAAP)
2. Terms and conditions of the contract
3.Title 23 United States Code Section 112 - Letting of Contracts
ATTACHMENT E
ATTACHMENT E
ATTACHMENT E
ATTACHMENT E
ATTACHMENT E
ATTACHMENT E
ATTACHMENT E
ATTACHMENT E
ATTACHMENT E
ATTACHMENT E
ATTACHMENT E
ATTACHMENT E
ATTACHMENT E
ATTACHMENT E
ATTACHMENT E
Local Assistance Procedures Manual
EXHIBIT 10-I
Notice to Proposers DBE Information
Page 1 of 3
LPP 13-01 January, 2018
EXHIBIT 10-I NOTICE TO PROPOSERS DBE INFORMATION
The Agency has established a DBE goal for this Contract of __7__________%
OR
The Agency has not established a goal for this Contract. However, proposers are encouraged to obtain DBE
participation for this contract.
1.TERMS AS USED IN THIS DOCUMENT
The term “Disadvantaged Business Enterprise” or “DBE” means a for-profit small business concern
owned and controlled by a socially and economically disadvantaged person(s) as defined in Title 49,
Code of Federal Regulations (CFR), Part 26.5.
The term “Agreement” also means “Contract.”
Agency also means the local entity entering into this contract with the Contractor or Consultant.
The term “Small Business” or “SB” is as defined in 49 CFR 26.65.
2.AUTHORITY AND RESPONSIBILITY
A. DBEs and other small businesses are strongly encouraged to participate in the performance of Contracts
financed in whole or in part with federal funds (See 49 CFR 26, “Participation by Disadvantaged
Business Enterprises in Department of Transportation Financial Assistance Programs”). The Consultant
must ensure that DBEs and other small businesses have the opportunity to participate in the performance
of the work that is the subject of this solicitation and should take all necessary and reasonable steps for
this assurance. The proposer must not discriminate on the basis of race, color, national origin, or sex in
the award and performance of subcontracts.
B. Proposers are encouraged to use services offered by financial institutions owned and controlled by DBEs.
3.SUBMISSION OF DBE INFORMATION
If there is a DBE goal on the contract, Exhibit 10-O1 Consultant Proposal DBE Commitment must be
included in the Request for Proposal. In order for a proposer to be considered responsible and responsive, the
proposer must make good faith efforts to meet the goal established for the contract. If the goal is not met, the
proposer must document adequate good faith efforts. All DBE participation will be counted towards the
contract goal; therefore, all DBE participation shall be collected and reported.
Exhibit 10-O2 Consultant Contract DBE Information must be included with the Request for Proposal. Even if
no DBE participation will be reported, the successful proposer must execute and return the form.
4.DBE PARTICIPATION GENERAL INFORMATION
It is the proposer’s responsibility to be fully informed regarding the requirements of 49 CFR, Part 26, and the
Department’s DBE program developed pursuant to the regulations. Particular attention is directed to the
following:
ATTACHMENT F
Local Assistance Procedures Manual
EXHIBIT 10-I
Notice to Proposers DBE Information
Page 2 of 3
LPP 13-01 January, 2018
A. A DBE must be a small business firm defined pursuant to 13 CFR 121 and be certified through the
California Unified Certification Program (CUCP).
B. A certified DBE may participate as a prime consultant, subconsultant, joint venture partner, as a vendor
of material or supplies, or as a trucking company.
C. A DBE proposer not proposing as a joint venture with a non-DBE, will be required to document one or a
combination of the following:
1. The proposer is a DBE and will meet the goal by performing work with its own forces.
2. The proposer will meet the goal through work performed by DBE subconsultants, suppliers or
trucking companies.
3. The proposer, prior to proposing, made adequate good faith efforts to meet the goal.
D. A DBE joint venture partner must be responsible for specific contract items of work or clearly defined
portions thereof. Responsibility means actually performing, managing, and supervising the work with its
own forces. The DBE joint venture partner must share in the capital contribution, control, management,
risks and profits of the joint venture commensurate with its ownership interest.
E. A DBE must perform a commercially useful function pursuant to 49 CFR 26.55, that is, a DBE firm
must be responsible for the execution of a distinct element of the work and must carry out its
responsibility by actually performing, managing and supervising the work.
F. The proposer shall list only one subconsultant for each portion of work as defined in their proposal and all
DBE subconsultants should be listed in the bid/cost proposal list of subconsultants.
G. A prime consultant who is a certified DBE is eligible to claim all of the work in the Contract toward the
DBE participation except that portion of the work to be performed by non-DBE subconsultants.
5.RESOURCES
A. The CUCP database includes the certified DBEs from all certifying agencies participating in the CUCP. If
you believe a firm is certified that cannot be located on the database, please contact the Caltrans Office of
Certification toll free number 1-866-810-6346 for assistance.
B. Access the CUCP database from the Department of Transportation, Office of Business and Economic
Opportunity Web site at: http://www.dot.ca.gov/hq/bep/.
1.Click on the link titled Disadvantaged Business Enterprise;
2. Click on Search for a DBE Firm link;
3. Click on Access to the DBE Query Form located on the first line in the center of the page.
Searches can be performed by one or more criteria. Follow instructions on the screen.
6.MATERIALS OR SUPPLIES PURCHASED FROM DBES COUNT TOWARDS THE DBE GOAL UNDER THE
FOLLOWING CONDITIONS:
A. If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the
materials or supplies. A DBE manufacturer is a firm that operates or maintains a factory, or establishment
that produces on the premises the materials, supplies, articles, or equipment required under the Contract
and of the general character described by the specifications.
ATTACHMENT F
Local Assistance Procedures Manual EXHIBIT 10-I
Notice to Proposers DBE Information
Page 3 of 3
LPP 13-01 January, 2018
B. If the materials or supplies purchased from a DBE regular dealer, count 60 percent of the cost of the
materials or supplies. A DBE regular dealer is a firm that owns, operates or maintains a store, warehouse,
or other establishment in which the materials, supplies, articles or equipment of the general character
described by the specifications and required under the Contract are bought, kept in stock, and regularly
sold or leased to the public in the usual course of business. To be a DBE regular dealer, the firm must be
an established, regular business that engages, as its principal business and under its own name, in the
purchase and sale or lease of the products in question. A person may be a DBE regular dealer in such bulk
items as petroleum products, steel, cement, gravel, stone or asphalt without owning, operating or
maintaining a place of business provided in this section.
C. If the person both owns and operates distribution equipment for the products, any supplementing of
regular dealers’ own distribution equipment shall be, by a long-term lease agreement and not an ad hoc or
Agreement-by-Agreement basis. Packagers, brokers, manufacturers’ representatives, or other persons
who arrange or expedite transactions are not DBE regular dealers within the meaning of this section.
D. Materials or supplies purchased from a DBE, which is neither a manufacturer nor a regular dealer, will be
limited to the entire amount of fees or commissions charged for assistance in the procurement of the
materials and supplies, or fees or transportation charges for the delivery of materials or supplies required
on the job site, provided the fees are reasonable and not excessive as compared with fees charged for
similar services.
ATTACHMENT F
Local Assistance Procedures Manual Exhibit 10-O2
Consultant Contract DBE Commitment
Page 2 of 2
July 23, 2015
INSTRUCTIONS – CONSULTANT CONTRACT DBE COMMITMENT
CONSULTANT SECTION
1.Local Agency - Enter the name of the local or regional agency that is funding the contract.
2. Contract DBE Goal - Enter the contract DBE goal percentage as it appears on the project advertisement.
3.Project Description - Enter the project description as it appears on the project advertisement (Bridge Rehab, Seismic
Rehab, Overlay, Widening, etc).
4.Project Location - Enter the project location as it appears on the project advertisement.
5.Consultant’s Name - Enter the consultant’s firm name.
6.Prime Certified DBE - Check box if prime contractor is a certified DBE.
7. Total Contract Award Amount - Enter the total contract award dollar amount for the prime consultant.
8. Total Dollar Amount for ALL Subconsultants – Enter the total dollar amount for all subcontracted consultants.
SUM = (DBEs + all Non-DBEs). Do not include the prime consultant information in this count.
9.Total number of ALL subconsultants – Enter the total number of all subcontracted consultants. SUM = (DBEs + all
Non-DBEs). Do not include the prime consultant information in this count.
10.Description of Work, Services, or Materials Supplied - Enter description of work, services, or materials to be
provided. Indicate all work to be performed by DBEs including work performed by the prime consultant’s own forces, if
the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be
performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms.
11.DBE Certification Number - Enter the DBE’s Certification Identification Number. All DBEs must be certified on
the date bids are opened.
12.DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted consultants.
Also, enter the prime consultant’s name and phone number, if the prime is a DBE.
13.DBE Dollar Amount - Enter the subcontracted dollar amount of the work to be performed or service to be
provided. Include the prime consultant if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial
participation.
14.Total Claimed DBE Participation - $: Enter the total dollar amounts entered in the “DBE Dollar Amount” column.
%: Enter the total DBE participation claimed (“Total Participation Dollars Claimed” divided by item “Total Contract
Award Amount”). If the total % claimed is less than item “Contract DBE Goal,” an adequately documented Good Faith
Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM).
15.Preparer’s Signature - The person completing the DBE commitment form on behalf of the consultant’s firm must
sign their name.
16.Date - Enter the date the DBE commitment form is signed by the consultant’s preparer.
17.Preparer’s Name - Enter the name of the person preparing and signing the consultant’s DBE commitment form.
18.Phone - Enter the area code and phone number of the person signing the consultant’s DBE commitment form.
19.Preparer’s Title - Enter the position/title of the person signing the consultant’s DBE commitment form.
LOCAL AGENCY SECTION
20. Local Agency Contract Number - Enter the Local Agency contract number or identifier.
21.Federal-Aid Project Number - Enter the Federal-Aid Project Number.
22.Contract Execution Date - Enter the date the contract was executed.
23.Local Agency Representative’s Signature - The person completing this section of the form for the Local Agency
must sign their name to certify that the information in this and the Consultant Section of this form is complete and
accurate.
24.Date - Enter the date the DBE commitment form is signed by the Local Agency Representative.
25.Local Agency Representative’s Name - Enter the name of the Local Agency Representative certifying the
consultant’s DBE commitment form.
26.Phone - Enter the area code and phone number of the person signing the consultant’s DBE commitment form.
27.Local Agency Representative Title - Enter the position/title of the Local Agency Representative certifying the
consultant’s DBE commitment form.
ATTACHMENT F
EXHIBIT 10-S CONSULTANT PERFORMANCE EVALUATION
1. PROJECT DATA 2. CONSULTANT DATA
1a. Project (include title, location, and Activity/CIP No.)2a. Consultant Name and Address
1b. Brief Description of Project (design, study, etc.)2b. Consultant's Manager
1c. Budget Cost for Project: $_____________2c. Phone: (____)___________________
3. AGENCY DEPARTMENT/SECTION RESPONSIBLE
3a. Department (include section and division)3b. Agency Project Manager (name & phone)
4.CONTRACT DATA (Engineering Services)
4a. Contract No.: _____________ Termination date: ______________ Base Fee: $_______________
Agreement date: _____________ Date terminated: ______________ Contingency: $______________
4b. Amendments $___________ / #_____________$_____________ / #_______________
(Total Value) (Initiated by Agency)(Total Value) (Initiated by Agency)
4c. Changes Orders $___________ / #______________$_____________ / #_______________
(Total Value)(Initiated by Agency) (Total Value) (Initiated by Agency)
4d. Total Fee per Agreement (4a. + 4b. + 4c.) $_________________ Total Fee Paid $_________________
(Do not include Contingency Listed in 4a.)
4e. Type of Services 4f. Historical Record of Key Submittal Dates (enter date or n/a if not applicable)
(Design, study, etc.)Preliminary 30%60%90%100%Final
Per Agreement
Delivery Date
Acceptance Date
4j. Reasons for Change Orders: (Indicate total for each reason)
4g. Notice To Proceed ________________ (date)Errors/Omissions $%of Base Fee %
Unforeseen Conditions $%of Base Fee %
4h. Number of Days ________________ (number) Changed Scope $%of Base Fee %
Changed Quantities $%of Base Fee %
4i. Actual Number of Days ____________ (number)Program Task Options $%of Base Fee %
5.OVERALL RATING (Complete Section II on reverse, include comments as appropriate.)
Outstanding Above Average Average Below Average Poor N/A
5a.Plans/Specifications accuracy
5b.Consistency with budget
5c.
5d.Overall Rating
6. AUTHORIZING SIGNATURES
6a. Agency Design Team Leader ___________________________________ Date: _________
6b. Agency Project Manager ___________________________________ Date: _________
6c. Agency Public Works Manager ___________________________________ Date: _________
6d. Consultant Representative ___________________________________ Date: _________
SEE REVERSE SIDE
Responsiveness to Agency Staff
ATTACHMENT G
Section II Specific Ratings
PLANS/SPECIFICATIONS Outstanding Above Avg.Below Poor N/A Responsiveness Outstanding Above Avg.Below Poor N/A
ACCURACY Avg.Avg.To Staff Avg.Avg.
Plans Specifications Timely Responses
clear and concise
Plans/Specs Attitude toward Client and
Coordination review bodies
Plans/Specs Follows directions and
properly formatted Chain of responsibility
Code Requirements Work product delivered
covered on time
Adhered to Agency Timeliness in notifying
Standard Drawings/Specs Agency of major problems
Drawings reflect Resolution of field
existing conditions Problems
As-Built Drawings Consistency with Outstanding Above Avg.Below Poor N/A
budget Avg.Avg.
Quality Design Reasonable Agreement
negotiation
Change Orders due to design Adherence to fee schedule
deficiencies are minimized
Adherence to project
Budget
Section III EXPLANATIONS AND SUPPLEMENTAL INFORMATION
(Attach additional documentation as needed)
Item __________: _______________________________________________________________________
_______________________________________________________________________
Item __________: _______________________________________________________________________
_______________________________________________________________________
Item __________: _______________________________________________________________________
_______________________________________________________________________
Item __________: _______________________________________________________________________
_______________________________________________________________________
Item __________: _______________________________________________________________________
_______________________________________________________________________
Item __________: _______________________________________________________________________
_______________________________________________________________________
*Indicates supporting documentation attached.
Distribution: Local Agency Project Files
ATTACHMENT G
ATTACHMENT H
ATTACHMENT E DEBARMENT AND SUSPENSION CERTIFICATION
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other
person associated therewith in the capacity of owner, partner, director, officer, and manager:
•Is not currently under suspension, debarment, voluntary exclusion, or determination of
ineligibility by any federal agency;
•Has not been suspended, debarred, voluntarily excluded or determined ineligible by any
federal agency within the past 3 years;
•Does not have a proposed debarment pending; and
•Has not been indicted, convicted, or had a civil judgment rendered against it by a court of
competent jurisdiction in any matter involving fraud or official misconduct within the
past 3 years.
If there are any exceptions to this certification, insert the exceptions in the following space.
Exceptions will not necessarily result in denial of award, but will be considered in determining
bidder responsibility. For any exception noted above, indicate below to whom it applies,
initiating agency, and dates of action.
Notes: Providing false information may result in criminal prosecution or administrative
sanctions.
The above certification is part of the Proposal. Signing this Proposal on the signature
portion thereof shall also constitute signature of this Certification.
ATTACHMENT I
ATTACHMENT I
EXHIBIT “A”
PUBLIC WORKS AND PLANNING
Classification Category
Accountant I / II 2
Architect 1
Assistant Director of Public Works & Planning 1
Assistant Director of Planning & Resources 1
Assistant Real Property Agent 1
Associate Real Property Agent 1
Building Inspector I / II 1
Building Plans Engineer 1
Capital Projects Division Manager 1
Chief Building Inspector 1
Chief of Field Surveys 1
Community Development Manager 1
Consultant *
Deputy Director of Public Works 1
Deputy Director of Resources & Administration 1
Development Services Manager 1
Development Services Manager & Capital Projects Manager 1
Director of Public Works and Planning 1
Disposal Site Supervisor 2
Engineer I / II / III 1
Field Survey Supervisor 3
Financial Analyst I / II / III 1
Housing Rehabilitation Specialist I / II 1
Information Technology Analyst I / II / III / IV 2
Landfill Operations Manager 1
Planner I / II / III 1
Principal Accountant 1
Principal Planner 1
Principal Staff Analyst 1
Public Works and Planning Business Manager 1
Public Works Division Engineer 1
Resources Division Manager 1
Road Maintenance Supervisor 1
Road Superintendent 1
Senior Accountant 2
Senior Engineer 1
Senior Engineering Technician 2
Senior Information Technology Analyst 2
Senior Planner 1
ATTACHMENT I
Classification Category
Senior Staff Analyst 1
Senior Systems and Procedures Analyst 2
Staff Analyst I / II / III 1
Supervising Accountant 1
Supervising Building Inspector 1
Supervising Engineer 1
Supervising Water/Wastewater Specialist 1
Systems and Procedures Analyst I / II / III 2
Systems and Procedures Manager 2
Traffic Maintenance Supervisor 2
Water & Natural Resources Manager 1
* Consultants shall be included in the list of designated employees and shall disclose
pursuant to the broadest disclosure category in the code subject to the following
limitation: The Director of Public Works and Planning may determine in writing that a
particular consultant, although a “designated position”, is hired to perform a range of
duties that is limited in scope and thus is not required to fully comply with the
disclosure requirements in this section. Such written determination shall include a
description of the consultant’s duties and, based upon that description, a statement of
the extent of disclosure requirements. The Director of Public Works and Planning’s
determination is a public record and shall be retained for public inspection in the s ame
manner and location as this conflict of interest code.
ATTACHMENT I
EXHIBIT “B”
PUBLIC WORKS AND PLANNING
1. Persons in this category shall disclose all reportable investments, interests in real
property, sources of income (including gifts), and business positions. Financial
interests (other than gifts) are reportable only if located within or subject to the
jurisdiction of Fresno County, or if the business entity is doing business or planning to
do business in the jurisdiction, or has done business within the jurisdiction at any time
during the two years prior to the filing of the statement. Real property shall be deemed
to be within the jurisdiction of the County if the property or any part of it is located
within or not more than two miles outside the boundaries of the County (including its
incorporated cities) or within two miles of any land owned or used by the County.
2. Persons in this category shall disclose all reportable investments in, income from
(including gifts), and business positions with any business entity which, within the last
two years, has contracted or in the future foreseeably may contract with Fresno
County through its Public Works and Planning Department, Solid Waste Commissions
within the jurisdiction, or to any other joint powers agency which Fresno County is a
member to provide services, supplies, materials, machinery, or equipment to the
County.
3. Persons in this category shall disclose all interests in real property within the
jurisdiction of Fresno County. Real Property shall be deemed to be within the
jurisdiction if the property or any part of it is located within or not more than two miles
outside the boundaries of Fresno County (including its incorporated cities) or within
two miles of any land owned or used by the Coun ty.
ATTACHMENT I