Loading...
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