94
County of Sonoma Agenda Item Summary Report Clerk of the Board 575 Administration Drive Santa Rosa, CA 95403 Agenda Item Number: (This Section for use by Clerk of the Board Only.) To: Board of Supervisors Board Agenda Date: October 24, 2017 Vote Requirement: Majority Department or Agency Name(s): Transportation & Public Works Staff Name and Phone Number: Johannes Hoevertsz: 707-565-2231 Supervisorial District(s): Fourth Title: Contract with TRC Solutions for design of the Franz Creek Bridge Replacement Project Recommended Actions: Authorize the Chair to execute a contract with TRC Solutions for engineering design services for the Franz Creek Bridge Replacement Project for a not to exceed amount of $630,177.82 and a term end date of December 31, 2022. Executive Summary: Following a Request for Proposals, Transportation & Public Works selected TRC Solutions as the most suitable consultant to provide design services for a new bridge on Franz Valley School Road over Franz Creek. Services include: civil engineering and design, geotechnical engineering, traffic studies, hydraulics and hydrology, environmental studies, public outreach, and construction support services. The Department requests the Board of Supervisors authorize the Chair to execute a Professional Services Agreement between the County of Sonoma and TRC Solutions for $630,177.82 for a 5 year term. Discussion: Transportation & Public Works maintains 328 bridges in Sonoma County. In addition to routine maintenance and repair, the Department is currently managing 15, federally funded, bridge retrofit or replacement projects. These projects are at various stages of design and construction with the average lifespan from the execution of a design contract to a new bridge being opened, taking five to seven years. The current Franz Valley School Road Bridge over Franz Creek is a one lane, steel and concrete structure that was built in 1946. The current bridge has reached the end of its design lifespan and Caltrans has determined the bridge needs to be replaced with a new structure. The new bridge will be a two lane structure that meets current roadway, bridge and seismic standards. Transportation and Public Works issued a Request for Proposals in August 2016. Five consultants responded and the top two were interviewed by a panel of Transportation and Public Works and Permit Sonoma Staff, with TRC Solutions identified as the preferred consultant. Following this selection the Revision No. 20151201-1

County of Sonoma Agenda Item Summary Report - Granicus

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: County of Sonoma Agenda Item Summary Report - Granicus

County of Sonoma Agenda Item

Summary Report

Clerk of the Board 575 Administration Drive Santa Rosa CA 95403

Agenda Item Number (This Section for use by Clerk of the Board Only)

To Board of Supervisors

Board Agenda Date October 24 2017 Vote Requirement Majority

Department or Agency Name(s) Transportation amp Public Works

Staff Name and Phone Number

Johannes Hoevertsz 707-565-2231

Supervisorial District(s)

Fourth

Title Contract with TRC Solutions for design of the Franz Creek Bridge Replacement Project

Recommended Actions

Authorize the Chair to execute a contract with TRC Solutions for engineering design services for the Franz Creek Bridge Replacement Project for a not to exceed amount of $63017782 and a term end date of December 31 2022

Executive Summary

Following a Request for Proposals Transportation amp Public Works selected TRC Solutions as the most suitable consultant to provide design services for a new bridge on Franz Valley School Road over Franz Creek Services include civil engineering and design geotechnical engineering traffic studies hydraulics and hydrology environmental studies public outreach and construction support services The Department requests the Board of Supervisors authorize the Chair to execute a Professional Services Agreement between the County of Sonoma and TRC Solutions for $63017782 for a 5 year term

Discussion

Transportation amp Public Works maintains 328 bridges in Sonoma County In addition to routine maintenance and repair the Department is currently managing 15 federally funded bridge retrofit or replacement projects These projects are at various stages of design and construction with the average lifespan from the execution of a design contract to a new bridge being opened taking five to seven years

The current Franz Valley School Road Bridge over Franz Creek is a one lane steel and concrete structure that was built in 1946 The current bridge has reached the end of its design lifespan and Caltrans has determined the bridge needs to be replaced with a new structure The new bridge will be a two lane structure that meets current roadway bridge and seismic standards

Transportation and Public Works issued a Request for Proposals in August 2016 Five consultants responded and the top two were interviewed by a panel of Transportation and Public Works and Permit Sonoma Staff with TRC Solutions identified as the preferred consultant Following this selection the

Revision No 20151201-1

Department entered into extensive cost negotiations with TRC Solutions and began preparing compliance paperwork for Caltrans With this process now complete the department is ready to execute the contract with TRC Solutions and proceed with preliminary design and environmental work

While currently safe for use the old Franz Valley School Road Bridge has been assessed by Caltrans as in need of replacement due to the aging concrete of its abutments and footings and the age of the steel in the bridge deck Failure to replace the structure would eventually lead to Franz Valley School Road being closed as the bridge would eventually have to be closed to all traffic To proceed with timely replacement of this old structure staff recommend that the Board Authorize the Chair to execute this contract on behalf of the County of Sonoma

Federal funds have already been approved to reimburse the design costs of this project and staff anticipate design and environmental work beginning this Fall

Prior Board Actions

None

Strategic Plan Alignment Goal 3 Invest in the Future

This project will invest in the future by upgrading public infrastructure to current standards and provide the community with a new bridge that has a significant operational lifespan

Fiscal Summary

Expenditures FY 17-18 Adopted

FY 18-19 Projected

FY 19-20 Projected

Budgeted Expenses $63017782

Additional Appropriation Requested

Total Expenditures $63017782

Funding Sources

General FundWA GF

StateFederal $63017782

FeesOther

Use of Fund Balance

Contingencies

Total Sources $63017782

Narrative Explanation of Fiscal Impacts

Appropriation are budgeted in the Roads Capital Improvement Budget This project is funded with grants from the federal bridge program

Revision No 20151201-1

Staffing Impacts

Position Title (Payroll Classification)

Monthly Salary Range

(A ndash I Step)

Additions (Number)

Deletions (Number)

Narrative Explanation of Staffing Impacts (If Required)

Attachments

Professional Services Agreement with TRC Solutions

Related Items ldquoOn Filerdquo with the Clerk of the Board

Request for Proposals for Design Services

Revision No 20151201-1

Standard Professional Services Agreement (ldquoPSArdquo) Federal Funds

AGREEMENT FOR [CONSULTINGPROFESSIONAL] SERVICES

This agreement (Agreement) dated as of 20 (ldquoEffective Daterdquo) is by and between the County of Sonoma a political subdivision of the State of California (hereinafter County) and TRC Engineers Inc (hereinafter Consultant)

R E C I T A L S

WHEREAS Consultant represents that it is a duly qualified and licensed civil engineer experienced in the preparation of and related services and

WHEREAS in the judgment of the Department of Transportation amp Public Works it is necessary and desirable to employ the services of Consultant for Design Services related to replacement of the Franz Creek Bridge

NOW THEREFORE in consideration of the foregoing recitals and the mutual covenants contained herein the parties hereto agree as follows

A G R E E M E N T

l Scope of Services

11 Consultants Specified Services

Consultant shall perform the services described in Exhibit ldquoArdquo attached hereto and incorporated herein by this reference (hereinafter Scope of Work) and within the times or by the dates provided for in Exhibit ldquoArdquo and pursuant to Article 7 Prosecution of Work In the event of a conflict between the body of this Agreement and Exhibit ldquoArdquo the provisions in the body of this Agreement shall control Without limiting the foregoing Consultant expressly agrees to comply with all Disadvantaged Business Enterprise (ldquoDBErdquo) requirements imposed on this Agreement as more specifically described in Section 134 below and Exhibit ldquoCrdquo hereto

12 Cooperation With County

Consultant shall cooperate with County and County staff in the performance of all work hereunder

13 Performance Standard

Consultant shall perform all work hereunder in a manner consistent with the level of competency and standard of care normally observed by a person practicing in Consultants profession County has relied upon the professional ability and training of Consultant as a material inducement to enter into this Agreement Consultant hereby agrees to provide all services under this Agreement in accordance with generally accepted professional practices and standards of care as well as the requirements of applicable federal state and local laws it being understood that acceptance of

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 1 October 2017

Contractorrsquos work by County shall not operate as a waiver or release If County determines that any of Consultants work is not in accordance with such level of competency and standard of care County in its sole discretion shall have the right to do any or all of the following (a) require Consultant to meet with County to review the quality of the work and resolve matters of concern (b) require Consultant to repeat the work at no additional charge until it is satisfactory (c) terminate this Agreement pursuant to the provisions of Article 4 or (d) pursue any and all other remedies at law or in equity

14 Assigned Personnel

141 Consultant shall assign only competent personnel to perform work hereunder In the event that at any time County in its sole discretion desires the removal of any person or persons assigned by Consultant to perform work hereunder Consultant shall remove such person or persons immediately upon receiving written notice from County

142 Any and all persons identified in this Agreement or any exhibit hereto as the project manager project team or other professional performing work hereunder are deemed by County to be key personnel whose services were a material inducement to County to enter into this Agreement and without whose services County would not have entered into this Agreement Consultant shall not remove replace substitute or otherwise change any key personnel without the prior written consent of County

143 In the event that any of Consultantrsquos personnel assigned to perform services under this Agreement become unavailable due to resignation sickness or other factors outside of Consultantrsquos control Consultant shall be responsible for timely provision of adequately qualified replacements

15 Consultantrsquos Reports or Meetings

151 Consultant shall submit progress reports at least once a month The report should be sufficiently detailed for the Contract Administrator to determine if Consultant is performing to expectations or is on schedule to provide communication of interim findings and to sufficiently address any difficulties or special problems encountered so remedies can be developed

152 Consultantrsquos Project Manager shall meet with Countyrsquos Contract Administrator as needed to discuss progress on the contract

2 Allowable Costs and Payments

21 Method of payment

The contract will be based on actual cost plus a fixed fee County will reimburse Consultant for actual costs (including labor costs employee benefits travel equipment rental costs overhead and other direct costs) incurred by Consultant in performance of the work Consultant will not be reimbursed for actual costs that exceed the estimated wage rates employee benefits travel equipment rental overhead and other estimated costs set forth in the approved Consultantrsquos Cost Proposal attached hereto as Attachment A unless additional reimbursement is provided for by contract amendment In no event will Consultant be reimbursed for overhead costs at a rate that

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 2 October 2017

exceeds Countyrsquos 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 The maximum total cost as specified in Paragraph ldquo28rdquo shall not be exceeded unless authorized by contract amendment

22 Fixed Fee

In addition to the allowable incurred costs County will pay Consultant a fixed fee of $3950567 The fixed fee is nonadjustable for the term of the contract except in the event of a significant change in the scope of work and such adjustment is made by contract amendment

23 Transportation amp Subsistence

Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the approved Cost Proposal

24 Milestone Costs

When milestone cost estimates are included in the approved Cost Proposal Consultant shall obtain prior written approval for a revised milestone cost estimate from the Contract Administrator before exceeding such cost estimate

25 Progress Payments

Progress payments will be made monthly in arrears based on services provided and allowable incurred costs A pro rata portion of Consultantrsquos fixed fee will be included in the monthly progress payments If Consultant fails to submit the required deliverable items according to the schedule set forth in the Statement of Work County shall have the right to delay payment or terminate this Contract in accordance with the provisions of Article VI Termination

26 Payment

No payment will be made prior to approval of any work nor for any work performed prior to approval of this contract

27 Invoices

Consultant will be reimbursed as promptly as fiscal procedures will permit upon receipt by Countyrsquos Contract Administrator of itemized invoices in triplicate Invoices shall be submitted no later than 45 calendar days after the performance of work for which Consultant is billing Invoices shall detail the work performed on each milestone and each project as applicable Invoices shall follow the format stipulated for the approved Cost Proposal and shall reference this contract number and project title Final invoice must contain the final cost and all credits due County including any equipment purchased under the provisions of Article 1313 Equipment Purchase of this contract The final invoice should be submitted within 60 calendar days after completion of Consultantrsquos work Invoices shall be mailed to Countyrsquos Contract Administrator at the following address

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 3 October 2017

Olesya Tribukait 2300 County Center Drive Suite B-100 Santa Rosa CA 95403

(707) 565-2231 olesyatribukaitsonoma-Countyorg

28 Contract Value

The total amount payable by County including the fixed fee shall not exceed $63017782

29 Salary Increases

Salary increases will be reimbursable if the new salary is within the salary range identified in the approved Cost Proposal and is approved by Countyrsquos Contract 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

210 Invoicing

Consultant shall submit its bills in arrears on a monthly basis in a form approved by Countys Auditor and the Head of the County Department receiving the services The bills shall show or include (i) the task(s) performed (ii) the time in quarter hours devoted to the task(s) (iii) the hourly rate or rates of the persons performing the task(s) and (iv) copies of receipts for reimbursable materialsexpenses if any Expenses not expressly authorized by the Agreement shall not be reimbursed including a copy of all invoices paid to sub-contractors for work required included in the prime consultantrsquos invoice Consultant shall submit the Subcontractor Payment Declaration with each invoice

Unless otherwise noted in this agreement payments shall be made within the normal course of County business after presentation of an invoice in a form approved by the County for services performed Payments shall be made only upon the satisfactory completion of the services as determined by the County

211 Taxes

Pursuant to California Revenue and Taxation code (RampTC) Section 18662 the County shall withhold seven percent of the income paid to Consultant for services performed within the State of California under this agreement for payment and reporting to the California Franchise Tax Board if Consultant does not qualify as (1) a corporation with its principal place of business in California (2) an LLC or Partnership with a permanent place of business in California (3) a corporationLLC or Partnership qualified to do business in California by the Secretary of State or (4) an individual with a permanent residence in the State of California

If Consultant does not qualify County requires that a completed and signed Form 587 be provided by the Consultant in order for payments to be made If consultant is qualified then the County requires a completed Form 590 Forms 587 and 590 remain valid for the duration of the Agreement provided there is no material change in facts By signing either form the contractor agrees to promptly notify the County of any changes in the facts Forms should be sent to the County pursuant to Article 12 To reduce the amount withheld Consultant has the option to

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 4 October 2017

provide County with either a full or partial waiver from the State of California

3 Term of Agreement

31 Term

This contract shall go into effect on Effective Date contingent upon approval by County and Consultant shall commence work after notification to proceed by Countyrsquos Contract Administrator The contract shall end on 12312022 unless extended by contract amendment

32 Contract Execution

Consultant is advised that any recommendation for contract award is not binding on County until the contract is fully executed and approved by County

4 Termination

41 Notice Period

County reserves the right to terminate this contract upon thirty (30) calendar days written notice to Consultant with the reasons for termination stated in the notice

42 Grounds for Termination

County may terminate this contract with Consultant should Consultant fail to perform the covenants herein contained at the time and in the manner herein provided In the event of such termination County may proceed with the work in any manner deemed proper by County If County terminates this contract with Consultant County shall pay Consultant the sum due to Consultant under this contract prior to termination unless the cost of completion to County exceeds the funds remaining in the contract In which case the overage shall be deducted from any sum due Consultant under this contract and the balance if any shall be paid to Consultant upon demand

43 Liability

The maximum amount for which the Government shall be liable if this contract is terminated is $63017782 dollars

44 Authority to Terminate

The Board of Supervisors has the authority to terminate this A greement on behalf of the County In addition the Purchasing Agent or Department Head in consultation with County Counsel shall have the authority to terminate this Agreement on behalf of the County

5 Indemnification

Consultant agrees to accept responsibility for loss or damage to any person or entity including County and to defend indemnify hold harmless and release County its officers agents and employees from and against any actions claims damages liabilities disabilities or expenses that may be asserted by any person or entity including Consultant that arise out of pertain to or relate to the negligence recklessness or willful misconduct of Consultant or its agents employees contractors subcontractors or invitees C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 5 October 2017

hereunder whether or not there is concurrent negligence on Countys part but to the extent required by law excluding liability due to Countys conduct This indemnification obligation is not limited in any way by any limitation on the amount or type of damages or compensation payable to or for Consultant or its agents employees contractors subcontractors or invitees under workers compensation acts disability benefits acts or other employee benefit acts This indemnity provision survives the Agreement

6 Insurance

With respect to performance of work under this Agreement Consultant shall maintain and shall require all of its subcontractors consultants and other agents to maintain insurance as described in Exhibit B which is attached hereto and incorporated herein by this reference

7 Prosecution of Work

The execution of this Agreement shall constitute Consultantrsquos authority to proceed immediately with the performance of this Agreement Performance of the services hereunder shall be completed within the time required herein provided however that if the performance is delayed by earthquake flood high water or other Act of God or by strike lockout or similar labor disturbances the time for Consultantrsquos performance of this Agreement shall be extended by a number of days equal to the number of days Consultant has been delayed

8 Extra or Changed Work

Extra or changed work or other changes to the Agreement may be authorized only by written amendment to this Agreement signed by both parties Minor changes which do not increase the amount paid under the Agreement and which do not significantly change the scope of work or significantly lengthen time schedules may be executed by the Department Head in a form approved by County Counsel The Board of SupervisorsPurchasing Agent must authorize all other extra or changed work The parties expressly recognize that pursuant to Sonoma County Code Section 1-11 County personnel are without authorization to order extra or changed work or waive Agreement requirements Failure of Consultant to secure such written authorization for extra or changed work shall constitute a waiver of any and all right to adjustment in the Agreement price or Agreement time due to such unauthorized work and thereafter Consultant shall be entitled to no compensation whatsoever for the performance of such work Consultant further expressly waives any and all right or remedy by way of restitution and quantum meruit for any and all extra work performed without such express and prior written authorization of the County

9 Representations of Consultant

91 Standard of Care

County has relied upon the professional ability and training of Consultant as a material inducement to enter into this Agreement Consultant hereby agrees that all its work will be performed and that its operations shall be conducted in accordance with generally accepted and applicable professional practices and standards as well as the requirements of applicable federal state and local laws it being understood that acceptance of Consultants work by County shall not operate as a waiver or release

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 6 October 2017

92 Status of Consultant

The parties intend that Consultant in performing the services specified herein shall act as an independent contractor and shall control the work and the manner in which it is performed Consultant is not to be considered an agent or employee of County and is not entitled to participate in any pension plan workerrsquos compensation plan insurance bonus or similar benefits County provides its employees In the event County exercises its right to terminate this Agreement pursuant to Article 4 above Consultant expressly agrees that it shall have no recourse or right of appeal under rules regulations ordinances or laws applicable to employees

93 No Suspension or Debarment

Consultantrsquos signature affixed herein shall constitute a certification under penalty of perjury under the laws of the State of California that Consultant has complied with Title 2 CFR Part 180 ldquoOMB Guidelines to Agencies on Government wide Debarment and Suspension (nonprocurement)rdquo which certifies that heshe or any person associated therewith in the capacity of owner partner director officer or manager is not currently under suspension debarment voluntary exclusion or determination of ineligibility by any federal agency has not been suspended debarred voluntarily excluded or determined ineligible by any federal agency within the past three (3) years does not have a proposed debarment pending and has not been indicted convicted or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years Any exceptions to this certification must be disclosed to County

Exceptions will not necessarily result in denial of recommendation for award but will be considered in determining Consultant responsibility Disclosures must indicate to whom exceptions apply initiating agency and dates of action

Exceptions to the Federal Government Excluded Parties List System maintained by the General Services Administration are to be determined by the Federal highway Administration

94 Taxes

Consultant agrees to file federal and state tax returns and pay all applicable taxes on amounts paid pursuant to this Agreement and shall be solely liable and responsible to pay such taxes and other obligations including but not limited to state and federal income and FICA taxes Consultant agrees to indemnify and hold County harmless from any liability which it may incur to the United States or to the State of California as a consequence of Consultants failure to pay when due all such taxes and obligations In case County is audited for compliance regarding any withholding or other applicable taxes Consultant agrees to furnish County with proof of payment of taxes on these earnings

95 Records Maintenance

Consultant shall keep and maintain full and complete documentation and accounting records concerning all services performed that are compensable under this Agreement and shall make such documents and records available to County for inspection at any reasonable time Consultant shall maintain such records for a period of four (4) years following completion of work hereunder

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 7 October 2017

96 Conflict of Interest

961 Consultant shall disclose any financial business or other relationship with County that may have an impact upon the outcome of this contract or any ensuing County construction project 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

962 Consultant hereby certifies that it does not now have nor shall it acquire any financial or business interest that would conflict with the performance of services under this contract

963 Consultant hereby certifies that neither Consultant nor any firm affiliated with Consultant will bid on any construction contract or on any contract to provide construction inspection for any construction project resulting from this contract An affiliated firm is one which is subject to the control of the same persons through joint-ownership or otherwise

964 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 contract 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

97 Statutory Compliance

Contractor agrees to comply with all applicable federal state and local laws regulations statutes and policies applicable to the services provided under this Agreement as they exist now and as they are changed amended or modified during the term of this Agreement Without limiting the generality of the foregoing Consultant expressly agrees on behalf of itself and on behalf of all its agents employees subconsultants and subcontractors to comply with the federal contract requirements set forth in Section 13 herein

98 Living Wage Ordinance

Consultant agrees to comply with all applicable federal state and local laws regulations statutes and policies including but not limited to the County of Sonoma Living Wage Ordinance applicable to the services provided under this Agreement as they exist now and as they are changed amended or modified during the term of this Agreement Without limiting the generality of the foregoing Consultant expressly acknowledges and agrees that this Agreement is subject to the provisions of Article XXVI of Chapter 2 of the Sonoma County Code requiring payment of a living wage to covered employees Noncompliance during the term of the Agreement will be considered a material breach and may result in termination of the Agreement or pursuit of other legal or administrative remedies

99 Nondiscrimination

Without limiting any other provision hereunder Consultant shall comply with all applicable federal state and local laws rules and regulations in regard to nondiscrimination in

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 8 October 2017

employment because of race color ancestry national origin religion sex marital status age medical condition pregnancy disability sexual orientation or other prohibited basis including without limitation the Countyrsquos Non-Discrimination Policy All nondiscrimination rules or regulations required by law to be included in this Agreement are incorporated herein by this reference

910 Statement of Compliance

9101 Consultantrsquos signature affixed herein and dated shall constitute a certification under penalty of perjury under the laws of the State of California that Consultant has unless exempt complied with the nondiscrimination program requirements of Government Code Section 12990 and Title 2 California Administrative Code Section 8103

9102 During the performance of this Contract Consultant and its subconsultants shall not unlawfully discriminate harass or allow harassment against any employee or applicant for employment because of sex race color ancestry religious creed national origin physical disability (including HIV and AIDS) mental disability medical condition (eg cancer) age (over 40) marital status and denial of family care leave Consultant and subconsultants shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment Consultant and subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov Code sect12990 (a-f) et seq) and the applicable regulations promulgated there under (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 this Contract by reference and made a part hereof as if set forth in full Consultant and its subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement

9103 The Consultant shall comply with regulations relative to Title VI (nondiscrimination in federally-assisted programs of the Department of Transportation ndash 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

9104 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 215 of the US DOTrsquos Regulations including employment practices when the Agreement covers a program whose goal is employment

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 9 October 2017

911 AIDS Discrimination

Consultant agrees to comply with the provisions of Chapter 19 Article II of the Sonoma County Code prohibiting discrimination in housing employment and services because of AIDS or HIV infection during the term of this Agreement and any extensions of the term

912 Assignment of Rights

Consultant assigns to County all rights throughout the world in perpetuity in the nature of copyright trademark patent right to ideas in and to all versions of the plans and specifications if any now or later prepared by Consultant in connection with this Agreement Consultant agrees to take such actions as are necessary to protect the rights assigned to County in this Agreement and to refrain from taking any action which would impair those rights Consultants responsibilities under this provision include but are not limited to placing proper notice of copyright on all versions of the plans and specifications as County may direct and refraining from disclosing any versions of the plans and specifications to any third party without first obtaining written permission of County

Consultant shall not use or permit another to use the plans and specifications in connection with this or any other project without first obtaining written permission of County

913 Ownership and Disclosure of Work Product

All reports original drawings graphics plans studies and other data or documents (ldquodocumentsrdquo) in whatever form or format assembled or prepared by Consultant or Consultantrsquos subcontractors consultants and other agents in connection with this Agreement shall be the property of County County shall be entitled to immediate possession of such documents upon completion of the work pursuant to this Agreement Upon expiration or termination of this Agreement Consultant shall promptly deliver to County all such documents which have not already been provided to County in such form or format as County deems appropriate Such documents shall be and will remain the property of County without restriction or limitation Consultant may retain copies of the above- described documents but agrees not to disclose or discuss any information gathered discovered or generated in any way through this Agreement without the express written permission of County

914 Authority

The undersigned hereby represents and warrants that he or she has authority to execute and deliver this Agreement on behalf of Consultant

10 Demand for Assurance

Each party to this Agreement undertakes the obligation that the others expectation of receiving due performance will not be impaired When reasonable grounds for insecurity arise with respect to the performance of either party the other may in writing demand adequate assurance of due performance and until such assurance is received may if commercially reasonable suspend any performance for which the agreed return has not been received Commercially reasonable includes not only the conduct of a party with respect to performance under this Agreement but also conduct with respect to other agreements with parties to this Agreement or others After receipt of a justified demand failure to provide

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 10 October 2017

within a reasonable time but not exceeding thirty (30) days such assurance of due performance as is adequate under the circumstances of the particular case is a repudiation of this Agreement Acceptance of any improper delivery service or payment does not prejudice the aggrieved partys right to demand adequate assurance of future performance Nothing in this Article limits Countyrsquos right to terminate this Agreement pursuant to Article 4

11 Assignment and Delegation

Neither party hereto shall assign delegate sublet or transfer any interest in or duty under this Agreement without the prior written consent of the other and no such transfer shall be of any force or effect whatsoever unless and until the other party shall have so consented

12 Method and Place of Giving Notice Submitting Bills and Making Payments

All notices bills and payments shall be made in writing and shall be given by personal delivery or by US Mail or courier service Notices bills and payments shall be addressed as follows

To County

Sonoma County Department of Transportation and Public Works Attn Olesya Tribukait 2300 County Center Drive Suite B-100 Santa Rosa CA 95403 (707) 565-2231 olesyatribukaitsonoma-Countyorg

To Consultant

TRC Engineers Inc Attn Mark Imbriani 10680 White Rock Road Suite 100 Rancho Cordova CA 95670 (916) 366-0632 mimbrianitrcsolutionscom

When a notice bill or payment is given by a generally recognized overnight courier service the notice bill or payment shall be deemed received on the next business day When a copy of a notice bill or payment is sent by facsimile or email the notice bill or payment shall be deemed received upon transmission as long as (1) the original copy of the notice bill or payment is promptly deposited in the US mail and postmarked on the date of the facsimile or email (for a payment on or before the due date) (2) the sender has a written confirmation of the facsimile transmission or email and (3) the facsimile or email is transmitted before 5 pm (recipientrsquos time) In all other instances notices bills and payments shall be effective upon receipt by the recipient Changes may be made in the names and addresses of the person to whom notices are to be given by giving notice pursuant to this paragraph

13 Federal Requirements

131 Contract Assurance

The consultant sub recipient or subcontractor shall not discriminate on the basis of race color

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 11 October 2017

national origin or sex in the performance of this contract The consultant shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted agreements Failure by the consultant to carry out these requirements is a material breach of this agreement which may result in the termination of this agreement or such other remedy as the recipient deems appropriate which may include but is not limited to (1) Withholding monthly progress payments (2) Assessing sanction (3) Liquidated damages andor (4) Disqualifying the contractor from future bidding as non-responsible

132 Prompt Progress Payments to Subcontractors

Attention is directed to Section 71085 of the California Business and Professions Code which requires a prime contractor or subcontractor to pay any subcontractor not later than ten (10) days of receipt of each progress payment unless otherwise agreed to in writing In addition federal regulations (Title 49 Code of Federal Regulations Part 2629) require a prime contractor or subcontractor to pay a subcontractor no later than thirty (30) days of receipt of each payment unless any delay or postponement of payment among the parties takes place only for good cause and with the prior written approval of County Section 71085 of the California Business and Professions Code also contains enforcement actions and penalties The requirements apply to both Disadvantaged Business Entities (ldquoDBErdquo) and non-DBE subcontractors Consultant shall include the foregoing progress payment requirements in every subcontract entered into by Consultant in the performance of its obligations under this Agreement

133 Prompt Payment of Withheld Funds to Subcontractors

No retainage will be held by the County from progress payments due the prime consultant Any retainage held by the prime consultant or subconsultants from progress payments due subconsultants shall be promptly paid in full to subconsultants within 30 days after the subconsultantrsquos work is satisfactorily completed Federal law (49 CFR2629) requires that any delay or postponement of payment over the 30 days may take place only for good cause and with the Agencyrsquos prior written approval Any violation of this provision shall subject the violating prime consultant or subconsultant to the penalties sanctions and other remedies specified in Section 71085 of the Business and Professions Code These requirements shall not be construed to limit or impair any contractual administrative or judicial remedies otherwise available to the prime consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the prime consultant deficient subconsultant performance or noncompliance by a subconsultant This provision applies to both DBE and non-DBE prime consultant and subconsultants

134 Disadvantaged Business Enterprise (DBE) Participation

1341 This contract is subject to 49 CFR Part 26 entitled ldquoParticipation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programsrdquo Consultants who obtain DBE participation on this contract will assist Caltrans in meeting its federally mandated statewide overall DBE goal

1342 The goal for DBE participation for this contract is 11 Participation by DBE consultant or subconsultants shall be in accordance with information contained in the Consultant Proposal DBE Commitment (Exhibit 10-O1) or in the Consultant Contract DBE Information (Exhibit 10-O2) attached hereto and incorporated as part

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 12 October 2017

of the Contract If a DBE subconsultant is unable to perform Consultant must make a good faith effort to replace himher with another DBE subconsultant if the goal is not otherwise met

1343 DBEs and other small businesses as defined in 49 CFR Part 26 are encouraged to participate in the performance of contracts financed in whole or in part with federal funds Consultant or subconsultant shall not discriminate on the basis of race color national origin or sex in the performance of this contract Consultant shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of US DOT-assisted agreements Failure by Consultant to carry out these requirements is a material breach of this contract which may result in the termination of this contract or such other remedy as County deems appropriate

1344 Any subcontract entered into as a result of this contract shall contain all of the provisions of this section

1345 A DBE firm may be terminated only with prior written approval from County and only for the reasons specified in 49 CFR 2653(f) Prior to requesting County consent for the termination Consultant must meet the procedural requirements specified in 49 CFR 2653(f)

1346 A DBE performs a Commercially Useful Function (CUF) when it is responsible for execution of the work of the contract 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 ordering 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 contract is commensurate with the work it is actually performing and other relevant factors

1347 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

1348 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

1349 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

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 13 October 2017

the date of work performed by their own forces along with the corresponding dollar value of the work

13410 Upon completion of the Contract a summary of these records shall be prepared and submitted on the form entitled ldquoFinal Report-Utilization of Disadvantaged Business Enterprise (DBE) First-Tier Subconsultantsrdquo CEM-2402F [Exhibit 17-F of the LAPM] certified correct by Consultant or Consultantrsquos 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 form is submitted The amount will be returned to Consultant when a satisfactory ldquoFinal Report-Utilization of Disadvantaged Business Enterprises (DBE) First-Tier Subconsultantsrdquo is submitted to the Contract Administrator

13411 If a DBE subconsultant is decertified during the life of the contract the decertified subconsultant shall notify Consultant in writing with the date of decertification If a subconsultant becomes a certified DBE during the life of the Contract the subconsultant shall notify Consultant in writing with the date of certification Any changes should be reported to Countyrsquos Contract Administrator within 30 days

135 Prevailing Wage

1351 Consultant shall comply with the State of Californiarsquos General Prevailing Wage Rate requirements in accordance with California Labor Code Section 1770 and all Federal State and local laws and ordinances applicable to the work

1352 Any subcontract entered into as a result of this contract if for more than $25000 for public works construction or more than $15000 for the alteration demolition repair or maintenance of public works shall contain all of the provisions of this Article

1353 When prevailing wages apply to the services described in the scope of work transportation and subsistence costs shall be reimbursed at the minimum rates set by the Department of Industrial Relations (DIR) as outlined in the applicable Prevailing Wage Determination See httpwwwdircagov

Note The Federal ldquoPayment of Predetermined Minimum Wagerdquo applies only to federal-aid construction contracts

136 Text Messaging While Driving

In accordance with Executive Order 13513 Federal Leadership on Reducing Text Messaging While Driving and Department of Transportation Order 390210 Text Messaging While Driving text messaging while driving is prohibited in the performance of any duties included in this agreement for both consultant and any sub-consultants hired for performance of duties under this Agreement Consultant shall include a provision prohibiting texting while driving in all sub-consultant agreements entered into related to the performance of its obligations under this Agreement

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 14 October 2017

Definitions The following definitions are to be used in conjunction with this section ldquoDrivingrdquo

1) Means operating a motor vehicle on a roadway including while temporarily stationary because of traffic a traffic light stop sign or otherwise

2) It does not include being in your vehicle (with or without the motor running) in a location off the roadway where it is safe and legal to remain stationary

ldquoText Messagingrdquo means reading from or entering data into any handheld or other electronic device including for the purpose of short message service texting e-mailing instant messaging obtaining navigational information or engaging in any other form of electronic data retrieval or electronic data communication

137 Buy America

Furnish Steel and iron materials to be incorporated into the work with certificates of compliance Steel and iron materials must be produced in the US except

1) Foreign pig iron and processed pelletized and reduced iron ore may be used in the domestic production of the steel and iron materials [60 Fed Reg 15478(3241995)]

2) If the total combine cost of the materials does not exceed the great of 01 percent of the total bid or $2500 materials produced outside the U S may be used

Production includes

1) Processing steel and iron materials including smelting or other processes that alter the physical form or shape (such as rolling extruding machining bending grinding and drilling0 or chemical composition

2) Coating application including epoxy coating galvanizing and painting that protects or enhances the value of steel and iron materials

138 Prohibition of Expending Local Agency State or Federal funds for Lobbying

1381 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 Consultant to any person for influencing or attempting to influence an officer or employee of any state or federal agency a Member of the State Legislature or United States Congress an officer or employee of the Legislature or Congress or any employee of a Member of the Legislature or Congress in connection with the awarding of any state or federal contract the making of any state or federal grant the making of any state or federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any state or federal contract grant loan or cooperative agreement

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 15 October 2017

2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with this federal contract grant loan or cooperative agreement Consultant shall complete and submit Standard Form-LLL ldquoDisclosure Form to Report Lobbyingrdquo in accordance with its instructions

1382 This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352 Title 31 US Code Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10000 and not more than $100000 for each such failure

1383 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 $100000 and that all such sub recipients shall certify and disclose accordingly

139 Cost Principals and Administrative Requirements

1391 Consultant agrees that the Contract Cost Principles and Procedures 48 CFR Federal Acquisition Regulations System Chapter 1 Part 31000 et seq shall be used to determine the cost allowability of individual items

1392 Consultant also agrees to comply with federal procedures in accordance with 49 CFR Part 18 Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments

1393 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 31000 et seq are subject to repayment by Consultant to County

1310 Retention of RecordsAudit

For the purpose of determining compliance with Public Contract Code 10115 et seq and Title 21 California Code of Regulations Chapter 21 Section 2500 et seq when applicable and other matters connected with the performance of the contract pursuant to Government Code 85467 Consultant subconsultants and County shall maintain and make available for inspection all books documents papers accounting records and other evidence pertaining to the performance of the contract including but not limited to the costs of administering the contract All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract The state State Auditor County FHWA or any duly authorized representative of the Federal Government shall have access to any books records and documents of Consultant and itrsquos certified public accountants (CPA) work papers that are pertinent to the contract and indirect cost rates (ICR) for audit examinations excerpts and transactions and copies thereof shall be furnished if requested

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 16 October 2017

1311 Audit Review Procedures

13111 Any dispute concerning a question of fact arising under an interim or post audit of this contract that is not disposed of by agreement shall be reviewed by Countyrsquos Chief Financial Officer

13112 Not later than 30 days after issuance of the final audit report Consultant may request a review by Countyrsquos Chief Financial Officer of unresolved audit issues The request for review will be submitted in writing

13113 Neither the pendency of a dispute nor its consideration by County will excuse Consultant from full and timely performance in accordance with the terms of this contract

13114 Consultant and subconsultant contracts including cost proposals and 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 CPA ICR audit work paper review If selected for audit or review the contract cost proposal and ICR and related work papers 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 work paper review it is Consultantrsquos responsibility to ensure federal state or local government officials are allowed full access to the CPArsquos work papers including making copies as necessary The contract cost proposal and ICR shall be adjusted by Consultant and approved by County contract manager to conform to the audit or review recommendations Consultant agrees that individual terms of costs identified in the audit report shall be incorporated into the contract by this reference if directed by County at its sole discretion Refusal by Consultant to incorporate audit or review recommendations or to ensure that the federal state or local governments have access to CPA work papers will be considered a breach of contract terms and cause for termination of the contract and disallowance of prior reimbursed costs

1312 Subcontracting

13121 Nothing contained in this contract or otherwise shall create any contractual relation between County and any subconsultant(s) and no subcontract shall relieve Consultant of its responsibilities and obligations hereunder Consultant agrees to be as fully responsible to 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 Consultant CONSULTANTrsquos obligation to pay its subconsultant(s) is an independent obligation from Countyrsquos obligation to make payments to the Consultant

13122 Consultant shall perform the work contemplated with resources available within its own organization and no portion of the work pertinent to this contract shall be subcontracted without written authorization by Countyrsquos Contract Administrator except that which is expressly identified in the approved Cost Proposal

13123 Consultant shall pay its subconsultants within ten (10) calendar days from receipt of each payment made to Consultant by County

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 17 October 2017

13124 All subcontracts entered into as a result of this contract shall contain all the provisions stipulated in this contract to be applicable to subconsultants

13125 Any substitution of subconsultant(s) must be approved in writing by Countyrsquos Contract Administrator prior to the start of work by the subconsultant(s)

1313 Equipment Purchase

13131 Prior authorization in writing by Countyrsquos Contract Administrator shall be required before Consultant enters into any unbudgeted purchase order or subcontract exceeding $5000 for supplies equipment or Consultant services Consultant shall provide an evaluation of the necessity or desirability of incurring such costs

13132 For purchase of any item service or consulting work not covered in Consultantrsquos Cost Proposal and exceeding $5000 prior authorization by Countyrsquos Contract Administrator three competitive quotations must be submitted with the request or the absence of bidding must be adequately justified

13133 Any equipment purchased as a result of this contract is subject to the following ldquoConsultant 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 $5000 or more If the purchased equipment needs replacement and is sold or traded in County shall receive a proper refund or credit at the conclusion of the contract or if the contract is terminated Consultant may either keep the equipment and credit County in an amount equal to its fair market value or sell such equipment at the best price obtainable at a public or private sale in accordance with established County procedures and credit County in an amount equal to the sales price If Consultant elects to keep the equipment fair market value shall be determined at Consultant expense on the basis of a competent independent appraisal of such equipment Appraisals shall be obtained from an appraiser mutually agreeable to by County and Consultant if it is determined to sell the equipment the terms and conditions of such sale must be approved in advance by Countyrdquo 49 CFR Part 18 requires a credit to Federal funds when participating equipment with a fair market value greater than $5000 is credited to the project

14 Miscellaneous Provisions

141 No Waiver of Breach

The waiver by County of any breach of any term or promise contained in this Agreement shall not be deemed to be a waiver of such term or provision or any subsequent breach of the same or any other term or promise contained in this Agreement

142 Construction

To the fullest extent allowed by law the provisions of this Agreement shall be construed and given effect in a manner that avoids any violation of statute ordinance regulation or law The parties covenant and agree that in the event that any provision of this Agreement is held by a court of competent jurisdiction to be invalid void or unenforceable the remainder of the provisions hereof shall remain in full force and effect and shall in no way be affected impaired or invalidated

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 18 October 2017

thereby Consultant and County acknowledge that they have each contributed to the making of this Agreement and that in the event of a dispute over the interpretation of this Agreement the language of the Agreement will not be construed against one party in favor of the other Consultant and County acknowledge that they have each had an adequate opportunity to consult with counsel in the negotiation and preparation of this Agreement

143 Consent

Wherever in this Agreement the consent or approval of one party is required to an act of the other party such consent or approval shall not be unreasonably withheld or delayed

144 No Third Party Beneficiaries

Nothing contained in this Agreement shall be construed to create and the parties do not intend to create any rights in third parties

145 Applicable Law and Forum

This Agreement shall be construed and interpreted according to the substantive law of California regardless of the law of conflicts to the contrary in any jurisdiction Any action to enforce the terms of this Agreement or for the breach thereof shall be brought and tried in Santa Rosa or the forum nearest to the city of Santa Rosa in the County of Sonoma

146 Captions

The captions in this Agreement are solely for convenience of reference They are not a part of this Agreement and shall have no effect on its construction or interpretation

147 Merger

This writing is intended both as the final expression of the Agreement between the parties hereto with respect to the included terms and as a complete and exclusive statement of the terms of the Agreement pursuant to Code of Civil Procedure Section 1856 No modification of this Agreement shall be effective unless and until such modification is evidenced by a writing signed by both parties

148 Survival of Terms

All express representations waivers indemnifications and limitations of liability included in this Agreement will survive its completion or termination for any reason

149 Time of Essence

Time is and shall be of the essence of this Agreement and every provision hereof

1410 Rebates Kickback or Other Unlawful Consideration

Consultant warrants that this contract was not obtained or secured through rebates kickbacks or other unlawful consideration either promised or paid to any County employee For breach or violation of this warranty County shall have the right in its discretion to terminate the contract

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 19 October 2017

without liability to pay only for the value of the work actually performed or to deduct from the contract price or otherwise recover the full amount of such rebate kickback or other unlawful consideration

1411 Funding Requirements

14111 It is mutually understood between the parties that this contract 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 contract were executed after that determination was made

14112 This contract is valid and enforceable only if sufficient funds are made available to County for the purpose of this contract In addition this contract is subject to any additional restrictions limitations conditions or any statute enacted by the Congress State Legislature or County Board of Supervisors that may affect the provisions terms or funding of this contract in any manner

14113 It is mutually agreed that if sufficient funds are not appropriated this contract may be amended to reflect any reduction in funds

14114 County has the option to void the contract under the 30-day termination clause pursuant to Article 4 or by mutual agreement to amend the contract to reflect any reduction of funds

1412 Evaluation of Consultant

Consultantrsquos performance will be evaluated by County A copy of the evaluation will be sent to Consultant for comments The evaluation together with the comments shall be retained as part of the contract record

1413 Claims Filed by Countyrsquos Construction Contractor

14131 If claims are filed by Countyrsquos construction contractor relating to work performed by Consultantrsquos personnel and additional information or assistance from Consultantrsquos personnel is required in order to evaluate or defend against such claims Consultant agrees to make its personnel available for consultation with Countyrsquos construction contract administration and legal staff and for testimony if necessary at depositions and at trial or arbitration proceedings

14132 Consultantrsquos personnel that County considers essential to assist in defending against construction contractor claims will be made available on reasonable notice from County Consultation or testimony will be reimbursed at the same rates including travel costs that are being paid for Consultantrsquos personnel services under this contract

14133 Services of Consultantrsquos personnel in connection with Countyrsquos construction contractor claims will be performed pursuant to a written contract amendment if necessary extending the termination date of this contract in order to resolve the construction claims

14134 Any subcontract in excess of $25000 entered into as a result of this contract shall contain

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 20 October 2017

all of the provisions of this Article

1414 National Labor Relations Board Certification

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

1415 Retention of Funds

14151 Any subcontract entered into as a result of this Contract shall contain all of the provisions of this section

14152 The County shall hold retainage from the prime consultant and shall make prompt and regular incremental acceptances of portions as determined by the County of the contract work and pay retainage to the prime consultant based on these acceptances The prime consultant or subconsultant shall return all monies withheld in retention from a subconsultant within thirty (30) days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency Federal law (49 CFR 2629) requires that any delay or postponement of payment over thirty (30) days may take place only for good cause and with the agencyrsquos prior written approval Any violation of this provision shall subject the violating prime consultant or subconsultant to the penalties sanctions and other remedies specified in Section 71085 of the Business and Professions Code These requirements shall not be construed to limit or impair any contractual administrative or judicial remedies otherwise available to the prime consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the prime Consultant deficient subconsultant performance or noncompliance by a subconsultant This provision applies to both DBE and non-DBE prime consultant and subconsultants

1416 Contingent Fee

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

1417 Inspection of Work

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

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 21 October 2017

1418 Safety

14181 Consultant shall comply with OSHA regulations applicable to Consultant regarding necessary safety equipment or procedures Consultant shall comply with safety instructions issued by County Safety Officer and other County representatives Consultant personnel shall wear hard hats and safety vests at all times while working on the construction project site

14182 Pursuant to the authority contained in Section 591 of the Vehicle Code County has determined that such areas are within the limits of the project and are open to public traffic Consultant shall comply with all of the requirements set forth in Divisions 11 12 13 14 and 15 of the Vehicle Code Consultant shall take all reasonably necessary precautions for safe operation of its vehicles and the protection of the traveling public from injury and damage from such vehicles

14183 Any subcontract entered into as a result of this contract shall contain all of the provisions of this Article

IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the Effective Date

SIGNATURES FOLLOW ON NEXT PAGE

THIS SPACE LEFT INTENTIONALLY BLANK

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 22 October 2017

CONSULTANT

By

Name

Title

Date

COUNTY COUNTY OF SONOMA

CERTIFICATES OF INSURANCE ON FILE AND APPROVED AS TO SUBSTANCE FOR COUNTY

By

Department Head

Date

APPROVED AS TO FORM FOR COUNTY

By

County Counsel

Date

By

or Purchasing Agent

Date

By

Chair Board of Supervisors

Date

ATTEST

Clerk of the Board of Supervisors

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 23 October 2017

Sonoma County Project No C14007

Bridge No 20C0326 EXHIBIT A Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

SCOPE OF WORK

The Franz Creek Bridge (Bridge No 20C-0326) located on Franz Valley School Road crosses

Franz Creek approximately 1500 feet east of the intersection with Franz Valley Road The nearest

population center is the City of Calistoga approximately 55 miles east of the bridge Franz Valley

Road is classified as a rural local road and has an ADT of 350 (2010) projected to increase to 420

by 2032 The road provides ruralagricultural access between State Route 128 and Franz Valley

Road The existing bridge a 32 foot long by 23 foot wide single span steel girder structure with an

unknown foundation type (BIR Item 113 = U) was determined by Caltrans to be scour critical and

structurally deficient with a sufficiency rating of 226 and as such the bridge has been approved for

replacement TRCrsquos goal will be to develop the simplest and most cost-effective structure that will

provide the County with a long life minimal maintenance and minimize impacts on local users

Within this Scope of Work TRCrsquos team is referred to as ldquothe consultantrdquo This is in reference to

the entire consultant team consisting of

Firm Areas of Expertise TRC Engineering Inc (Prime Consultant)

Civil and structural Design

Environmental Engineering

Shannon and Wilson Inc Shannon and Wilson ndash Geotechnical Engineering

WRECO Hydraulic amp Water Resources Engineering

Cinquini amp Passarino Inc Surveying amp Right-of-Way

Anchor QEA Noise

Tom Origer amp Associates Cultural Resources

National Analytical Laboratories Inc Certified Asbestos Consultant

TRC as the prime consultant will be responsible to the County for seeing that the tasks listed

herein are completed by the appropriate team members

Task 1 Project Management

11 Project Kickoff

The consultant will meet with the County at a pre-design kickoff meeting to review the

scope of work project requirements and design criteria obtain additional material and

information and discuss the Countys scheduling and review process While meeting with

the County we shall conduct a visual on-site field investigation to identify existing

conditions and confirm initial design assumptions

The consultant understands that the field review has already been held and the field review

forms including a PES form have been signed by Caltrans The consultant will familiarize

ourselves with those forms and follow the findings therein to develop the design

Franz Creek Bridge Scope 1 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

12 ProjectStaff Management

The consultant shall be responsible for project management activities throughout the life of

the contract The scope of project management includes

bull Managing the project schedule and budget

bull Setting up and facilitating client meetings

bull Interagency meetings public meetings

bull Field reviews

bull Other project related meetings

bull Managing sub-consultant staff

13 Meetings

The consultant shall prepare meeting agendas meeting notes identify action items and how

they are accounted for and sign in sheets for all meetings and manage the consultant team

involved in the project (ldquoproject teamrdquo) Managing the project team includes preparing

contract paperwork memos letters and e-mails making phone calls and maintaining

project files

Meetings will include at a minimum a project kick off meeting a meeting after the 35

65 and the 95 submittal to discuss comments with the County Two (2) meetings are

assumed in the Preliminary phase of the project and four (4) meetings are assumed in the

Final Design PSampE phase of the project These meetings will be held at the County office

Outside of the in-person meetings conference calls will be held with the County to discuss

progress throughout the project (10 total)

14 Work Progress Form

On a monthly basis the consultant shall submit a Work Progress Form provided by the

County This summarizes accomplishments in the previous month anticipated work for the

next month and key decisions that need to be made to keep the project on schedule Invoices

shall show the original budget any reallocated budgets amount spent to-date amount spent

this period budget remaining and percentage spent to date for each task

Task 2 - Preliminary Engineering

This task will consist of investigatory studies preliminary design and other work necessary to

bring the project to 35 design and to provide a final Type Selection Report

Task 2A- Alignment Engineering

2A1 Assess Available Information

The consultant shall assess available information on the project Such information may

include existing drawings studies and reports or preliminary engineering performed by

others The County will provide any such information in their possession

2A2 Alignment Alternatives Analysis

The Consultant shall recommend the alignment of the new bridge and the extent of the

roadway approaches in close collaboration with the County The assumed roadway width is

31rsquo which includes 2- 10rsquo lanes a 3rsquo outside shoulder and an 8rsquo inside shoulder around

Franz Creek Bridge Scope 2 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

the curve approaching the bridge structure

The consultant shall analyze two alignment alternatives and propose the most feasible

alternative based on the site constraints public input AASHTO and Caltrans geometric

standards and drainage patterns (so that the adjacent properties are not adversely impacted

by the new improvements) The 45 mph alternative and the Stage Construction alternative

on the same alignment will not be analyzed in detail but should be mentioned in the

alternative analysis memo as to why they were rejected Alignment alternatives to be

analyzed shall provide a 30 mph design speed with a 4 maximum superelevation (or the

maximum superelevation allowed per the CT HDM safe comfortable speed chart) located

upstream of the existing bridge Even though the 30mph meets the minimum design speed

for the roadway the second alternative shall provide a 25 mph design speed with similar

superelevation criteria as noted above The alternative alignments are shown in Exhibit 1

located in Attachment B The consultant will examine the two alignment alternatives with

the goal to optimize material balance bridge length right-of-way acquisitions and sight

distance Typical sections layout profile and superelevation diagrams will be created for

each alternative Engineering cost estimates will be developed in a Caltrans 7-page

estimate format for the two alignment alternatives being studied It is understood that the

existing structure will remain in place to carry traffic during construction A preferred

alignment will be submitted for County review and approval The results of the

alternatives analysis will be summarized in an Alignment Alternatives Analysis memo

Task 2A Deliverables

bull Preliminary Alignment Alternatives (two alternatives)

bull Construction cost estimates (7-page Caltrans format) for each alternative

bull Alignment Alternatives Analysis memo

Task 2A County Decision Point

bull Approve Preliminary Alignment

Task 2B- Preliminary Structure Engineering and 35 Design

2B1 Bridge Type Selection Report Preparation (DraftFinal)

The consultant shall work closely with County staff to develop the appropriate bridge

replacement design Key issues to consider include (in no particular order)

bull New bridge alignment vs existing bridge alignment

bull Project detour

bull Public input

bull Flood water elevations

bull Site geology and seismicity

bull Environmental issues

bull Maintenance of traffic

bull Available ROW

bull Construction access

bull Unique project design criteria

bull Noise impacts (concerns about the neighbors so close and bioacoustics)

Franz Creek Bridge Scope 3 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Overall cost

bull Constructability

Two structure types will be considered

Cast in Place Prestressed concrete slab

Precast prestressed concrete slab units

Consultant shall prepare a Type Selection Report that will document the structure

types and configurations considered with estimated costs and recommendations for the

final structure type The Type Selection Report shall be prepared for approval by the

County and Caltrans Local Assistance following the guidelines established in the Caltrans

Memo to Designers The proposed replacement bridge shall be presented on general plan

drawings and documented in a report The Type Selection Report will appear in the same

format used by Caltrans Engineering Services Division These documents will be

submitted to the County and the County will submit to Caltrans for review and approval

before beginning final design

2B2 Prepare 35 Design Plans

Upon receipt of comments on the Type Selection Report the consultant will incorporate

them into the preferred alternative This structure configuration will then be developed and

a Bridge General Plan drafted and submitted to the County for approval

With approval of the General Plan and the Countys preferred alignment alternative the

consultant will develop the remaining 35 design plans as shown on the Plan List as listed

in Attachment A and described in Task 8

2B3 General Plan Cost Estimate

The consultant will prepare the necessary General Plan Cost Estimate for the bridge The

General Plan Estimate will be prepared in accordance with Caltrans Bridge Design Aids

Manual Chapter 11 The General Plan Estimates will appear in the same format used by

Caltrans Division of Structures The Caltrans 7-page preliminary estimate will be

generated for the other civil portions of the project in order to generate the total

construction cost estimate

Task 2B Deliverables

bull Preliminary (35) design drawings and reports

bull Bridge Type Selection Report (DraftFinal)

bull Construction Cost Estimates

bull AutoCAD dwg files of preliminary design drawings

Task 2B County Decision Point

bull Select Bridge Type

bull Provide 35 PSampE Review Comments

Task 2C - Utility Coordination

Consultant shall lead the utility coordination efforts Tasks include

bull Obtaining a County provided list of current utility contacts

bull Creating and mailing Utility Letters on the Countyrsquos letterhead

Franz Creek Bridge Scope 4 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Mapping existing utilities

bull Identifying potential conflicts

bull Working with utility companies during their design of relocations

bull Identifying possible easements

bull It is assumed that relocation costs for the various utility facilities will be borne by the utility

companies

Unless specifically stated herein it is assumed that all new or relocated facilities will be designed

and constructed by the owners of the utilities Attention is directed to Attachment A for the

anticipated plan sheets to be completed in this task

2C1 ndash Utility Letters

The consultant will prepare signature ready Utility A letters and submit copies hard copy and on

computer disk to the County Project Manager for transmittal to utility owners within the project

limits on County letterhead Response information received from each owner will be provided

back to the consultant When design is approximately 65 complete the consultant will prepare

Utility B letters and submit copies hard copy and on computer disk to the County Project Manager

for transmittal to recipients on County letterhead At the Utility B letter stage any potential

conflicts will be noted specifically in each B letter in order to begin discussions with the utility

companies for relocation efforts Utilities in conflict will be identified and utility companies will

be asked to prepare relocation plans Consultant will prepare Utility Plans designating the facilities

that are located within the project corridor along with their new locations Refer to Task 2C3 for

the creation of the Utility Relocation Plans

County will forward to the consultant a copy of utility B letters sent and of all correspondence

received For utilities owned or maintained by County the County project manager will forward

the Utility B letters to the appropriate County staff member and send a copy of the transmittal to

the consultant The consultant will then correspond directly with the identified County staff

member Utility C letters will be prepared by the consultant and likewise sent to the County for

distribution upon submittal of the 95 PSampE The C letters shall note the construction start date

and final coordination for relocation of the utilities shall commence

2C2 ndash Utility Company Coordination

Ongoing coordination with utility agencies for relocation of the facilities will be required so that

the facilities are relocated prior to construction If the utilities will be relocated during

construction the Special Provisions will be written to alert the contractor of the potential Utility

work and coordination

2C3 ndash Develop Utility Relocation Plans

Utility Relocation Plans will be prepared Based on information received from the A letter

responses the consultant will prepare base mapping of the existing utilities and will show these

Franz Creek Bridge Scope 5 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

utilities on the plan sheets As the design progresses all utilities that are in conflict with the

proposed construction will be clearly delineated and the responsible party to relocate the facility

will be clearly denoted on the plans

2C4 ndash Utility Relocation Cost Estimates

Consultant will work with the Utility agencies to receive their estimate of the cost of utility

relocation construction required for the Project The utility estimates will include estimates for new

utility easements if required

Task 2C Deliverables

bull Utility A B and C Letters

bull Conflict Resolution Plans

bull Coordination of utility relocations required for construction with the affected utility companies

Task 3 ndash SurveyingMappingROW Engineering

The Survey consultant shall be responsible for data collection mapping and surveying necessary

for preliminary engineering design cost estimates right-of-way impacts and the level of

environmental clearance All surveying and mapping shall comply with the provisions of the

Professional Land Surveyors Act Sections 8700 to 8805 Business and Professions Code the

provisions of the California Coordinate System Sections 8801 through 8819 of the Public

Resources Code and any other applicable code in the State of California The scope of

comprehensive base mapping and surveying includes but is not limited to Control Surveys Aerial

Photogrammetry Limited Design Level Topographic Surveys Right-of-Way Retracement and a

Record of Survey

The goals of this task are to establish project controls acquire site topography data for bridge and

road design and develop stream cross section data necessary for hydraulic analysis including an

ordinary water mark Also to resolve existing Right of Way (ROW) and determine additional ROW

needs for the following

bull Stormwater treatment

bull Staging areas and storage for excess materials generated by construction of the bridge

bull Prepare legal descriptions

bull Plats and closure calculations for permanent acquisitions and temporary construction

easements

Control

Survey vertical control shall be NAVD 88 Survey horizontal control shall be California

Coordinate System of 1983 Zone 2 Epoch 20100 Where more than one datum is required by

multiple agencies the Survey consultant shall prepare the necessary conversion tables to enable the

transformation from one datum to another

Terrain and vegetation will make getting a good GPS signal difficult The Survey consultant will

use static base stations to establish California Coordinate System and NAVD 88 elevations based

on ties to nearby CORS stations

Franz Creek Bridge Scope 6 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

31 - Topographic Survey

The topographic survey will be at a drawing scale of 1 inch = 20 feet with a one foot

contour interval The topographic survey will include the following existing road facilities

and will extend a minimum of 20 feet beyond the edge of pavement

Topographic survey coverage area shall include at minimum Franz Valley School Road

from 400 feet north of the bridge to 600 feet south of the existing bridge (as measured

along the centerline of the road)

Mapping shall include the proposed bridge alignment by surveying approximately 200

feet (as measured along the creek) upstream of the existing bridge and 100 feet

downstream measured from the edges of the existing bridge

Topographic survey shall include all necessary work to produce a topographic map and an

electronic surface model compatible with Civil3D including features such as but not

limited to pavement utility markings on the pavement all utility facilities driveways trees

four (4) inches and larger diameter at breast height headwalls bridge retaining wall or

decorative walls vineyard rows structures drainage facilities pavement delineation and any

other pertinent information that could apply to the project during design

32 - Right of Way (ROW)

The consultant shall perform the following ROW survey tasks

321 ndash Boundary Surveys

bull Perform boundary research to locate the existing ROW data

bull Perform boundary surveys to search for locate and tie existing monumentation

bull Perform a resolution of the existing road ROW

bull Determine additional ROW needs

bull Prepare an acquisition map

bull Complete a Record of Survey showing the existing ROW and the project

centerline(s) The Record of Survey shall show at least two permanent monuments

that will survive the construction of the project

33 ndash Title Reports

This proposal assumes the consultant will procure between 2 and 4 title reports

34 ndash Legal Descriptions

After the 65 submittal the Consultant will establish the Right of Way boundaries and will

submit the boundaries for permanent right of way acquisition and temporary construction

easements to the County

The Consultant will prepare approximately 2 to 4 legal descriptions for permanent ROW

acquisition and 2 to 4 legal descriptions for temporary construction easement acquisition

Consultant shall prepare ROW Data sheets per the guidelines in the Caltrans Right of Way

Manual

35 ndash Creek Cross Sections for Hydraulic Analysis

This will include surveying creek cross sections Creek cross sections shall be taken at the

upstream and downstream faces of the existing bridge and the proposed location of the new

Franz Creek Bridge Scope 7 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bridge Sections will also be taken at 200 foot intervals downstream of the existing

bridge up to 800 feet from the bridge and upstream at 100 foot intervals for 300 feet A

cross section will also be taken below and just above the stream confluence 200 feet

upstream of the proposed bridge

36ndash Survey Control Sheet

The consultant will prepare a Survey Control Sheet to be included in the Plans that

conforms to the standards of Sonoma County This sheet will include the survey

monuments and controls for the project

Task 3 Deliverables

bull Topographic survey map and electronic surface model compatible with Civil3D

bull Acquisition map

bull Record of Survey

bull Legal descriptions plats and closure calculations for ROW acquisition

bull AutoCAD dwg file of the topographic survey containing the survey points a n d stream

cross section survey Map (1rdquo = 30rsquo)

bull Survey Control Sheet

Task 4 - Geotechnical Engineering

Shannon amp Wilson shall prepare a geotechnical report for the site as required for the completion of

design construction documents and permit applications The geotechnical report shall include an

evaluation of the effects of any slope erosion or periodic land movements during extreme storm and

seismic events hydrological and soils data tied to the channel scour scour analysis and seismic

parameters and recommendations for the bridge foundation design

Shannon amp Wilsonrsquos subsurface exploration shall include drilling test borings at key locations

obtaining soil and rock samples for observation and laboratory testing and measuring the depth to

and variation in embankment groundwater levels The coordination of boring locations must be

discussed with the County prior to beginning boring

In general this task shall include the following

41 - Preliminary Foundation Memo (PFM)

As part of preliminary engineering phase for bridge-type selection Shannon amp Wilson will

prepare a preliminary foundation memo (PFM) This memo will be based on such

subsurface data that is available preliminary planning studies Caltrans bridge inspection

records published geologic mapping aerial photographs and survey and topographic data

Shannon amp Wilson will use a Caltrans ARS online default shear wave velocity and assume

a Class D soil type when the preliminary ARS curve is developed

The PFM will include the following

Project location and vicinity map

Summary of site geology and subsurface conditions based on review of available

record documents published geologic data and geologic reconnaissance

Seismic data and evaluation using current Caltrans seismic design criteria including

design ARS curve using Caltrans ARS Online tool

Franz Creek Bridge Scope 8 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Approach roadway considerations

Preliminary foundation alternatives eg CIDH piling driven piles spread footing

foundations etc

Preliminary foundation recommendations with conditions and constraints on likely

foundation types and

Preliminary construction considerations

Task 41 Deliverables

Final PFM ndash 1 hard copy 1 electronic copy

42 - Planning amp Permitting

Shannon amp Wilson will obtain a Sonoma County Encroachment Permit and Sonoma

County Permit and Resource Management Department (PRMD) drilling permit Shannon amp

Wilson assumes that the County will waive any encroachment permit fees and bond

requirements Shannon amp Wilson will pay for the fees associated with obtaining the

PRMD drilling permit The exploration locations are within at most three parcels for

permitting purposes Prior to commencement of subsurface explorations Shannon amp

Wilson will notify Underground Service Alert for underground utility locations

The County will obtain rights of entry to private residences and provide copies of the rights-

of-entry documents to Shannon amp Wilson

Assumptions include

bull Apply for and obtain Sonoma County Permit and Resource Management

Department (PRMD) drilling permit

bull Apply for and obtain a Sonoma County encroachment permit (we expect the permit

not to require fees or bonds)

bull Schedule field exploration

bull Field stake boring locations coordinate utility clearance with Underground Service

Alert

43 - Traffic Control

As part of the encroachment permit process Shannon amp Wilson will prepare a traffic control

plan to be approved by the County for traffic control Flagmen and portable orange traffic

warning signs and cones shall be used to control traffic whenever drilling operations

present a potential obstruction to traffic We expect traffic control is required based on the

roadway geometry limited sight distance and anticipated field exploration locations A

subconsultant managed under the Consultants (geotechnical) contract will provide traffic

control during drilling

44 - Geologic Reconnaissance and Field Exploration

bull Research published documents including geologic maps of the site and vicinity

bull Perform an engineering geologic reconnaissance of the channel and areas

surrounding the existing and proposed bridge alignments

Shannon amp Wilsonrsquos reconnaissance will be directed toward identifying and mapping

bedrock types bedding orientation fracturing faulting and other bedrock characteristics

as appropriate Work will include

Franz Creek Bridge Scope 9 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Geotechnical Investigations

bull Attend a kick off meeting among representatives of the County and consultant

(may be available by phone)

bull Shannon amp Wilson shall perform borings to collect subsurface information required

for foundation design This shall include locating borings at the project site marking

out field test locations with paint or other acceptable means for Underground

Service Alert notification and for utility location logging earth materials

groundwater depth and the depth of refusal or solid rock if either are encountered

Each boring site shall be located using a measuring tape and transit level

For the bridge foundation design study we will include a maximum of two borings to 80

foot depth for bridge foundation supports We assume exploration is for one proposed

roadway alignment that includes a single-span bridge founded on Caltrans Standard driven

pile or CIDH piles at the abutments Shannon amp Wilson expects to drill the borings during

dry field conditions with a truck-mounted drill rig using auger andor mud-rotary drilling

methods through soil and then diamond-bit core drilling where we encounter boulders

andor rock We will collect subgrade soil samples from auger cuttings at the abutment

borings We will recover soil samples at 3-5 foot (typical) intervals using Standard

Penetration Test equipment and other split-spoon samplers as necessary

A representative from Shannon amp Wilson will log the soil rock and groundwater

encountered in the borings Shannon amp Wilson will backfill the borings in accordance with

County permit requirements Shannon amp Wilson expects that drill cuttings removal is

required and cuttings cannot be spread on site and will include disposal costs in the fee

estimate for this work

Shannon amp Wilson will attempt to drill along existing roadway shoulders at the proposed

west abutment but may partially encroach into the travelled way For the east abutment

rights of entry to the private property on the east side of the creek (to be obtained by the

County) are needed in order to perform a boring at the proposed abutment locations If right

of entry is not approved then a boring would be completed in the roadway on the east side

of the creek that may result in being 100 feet away from the proposed abutment location

45 - Laboratory Testing

Selected soil and rock samples obtained from the consultantrsquos borings will be subjected to

laboratory testing at a certified geotechnical laboratory to assess their pertinent

geotechnical engineering characteristics Tests to be performed include moisture contentdry

density classification strength corrosivity R-value (for pavement design) any other tests

recommended as appropriate by the Geotechnical Engineer We will perform two R-value

tests to evaluate subgrade materials for new pavement section recommendations Laboratory

tests will be in accordance with ASTM andor Caltrans Standards Shannon amp Wilson will

use point load index testing if rock cores are recovered If sound hard rock core pieces of

sufficient length are recovered we will perform compressive strength tests if practical In

addition consultant shall also be responsible for providing the following basic soil

characteristics and bearing capacity The environmental consultant (TRC) shall also be

responsible for testing hazardous materials when pertinent

A quantity estimate of laboratory tests required is as follows

Franz Creek Bridge Scope 10 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull 17 - Moisture Content - Unit Dry Weight (ASTM-D2216 ndash ASTM-D4767)

bull 5 - Sieve Analysis (ASTM-D6913)

bull 5 - Plasticity Index (ASTM-D4318)

bull 1 - Resistance Value (CTM-301)

bull 5 - Point Load Index (ASTM-D5731)

bull 2 - Unconfined Compression Rock (ASTM D7012)

Samples will be collected using Standard Penetration Test equipment or other split-spoon

samplers using a calibrated automatic drop hammer

46 - Engineering and Geologic Analyses

Shannon amp Wilson shall characterize the creek channel and surrounding terrain within the

vicinity of the proposed and existing bridge alignments in terms of regional and local

geological and seismic conditions including geologic hazards (primarily creek bank

stability and channel scour) Shannon amp Wilson shall analyze the field and laboratory data

and conduct engineering and geologic analyses to provide conclusions and

recommendations regarding the bridge foundation design criteria Shannon amp Wilson will

also identify foundation alternatives based on their experience with similar projects and the

results of the investigation The field geology and boring log data-will be presented on a

geologic map and subsurface profile sheet The geologic subsurface profile will be along

the proposed bridge alignment Laboratory test data will be presented on the boring logs

alongside the samples tested

Shannon amp Wilson will determine the appropriate seismic design parameters and prepare an

ARS design curve using Caltrans ARS online and perform pile analysis for the pile design

using AASHTO LRFD Bridge Design Specifications with Caltrans amendments as

appropriate

The consultant will develop geotechnical criteria for design including the following

Axial pile and bearing capacity

Lateral pile capacity

Foundation design criteria for potential foundation type including drivability and

axial analyses (as appropriate) for Cast-in-Drilled-Hole (CIDH) Cast-in-Steel-Shell

(CISS) or driven pile design

Liquefaction

Settlement

Slope Stability

Site seismicity including deterministicprobabilistic procedures consistent with

current Caltrans Seismic Design Criteria to determine the site ARS

Lateral earth pressures and coefficient of friction to resist sliding

Soil corrosivity

Scour analysis and bank stability analysis

New flexible pavement design

Site preparation and grading including excavation characteristics suitability of

excavated soils within the roadway for re-use as fill and the treatment of existing

fill as appropriate

Lpile parameters for the structural engineers lateral pile analysis

Franz Creek Bridge Scope 11 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The County recommends avoiding pile driving given the year round water at this

site Additionally addressing bioacoustic effects on fish are expected to be avoided

unless that is the only foundation design given site constraints (See Supplemental

Service 69)

Anticipated geotechnical construction considerations if applicable

47 ndash Prepare Draft Geotechnical Report

The consultant shall summarize the results of the investigation testing and analysis in a

draft report The draft report shall include recommendations for foundation type elevation

and allowable loading of proposed foundation elements discuss groundwater and other

subsurface conditions encountered affecting foundation design construction and service

and include a Log of Test Boring drawing suitable for inclusion with the project plans

Seismic criteria for use in structure design will also be reported (peak ground acceleration soil profile

type ARS curve etc) in accordance with Caltrans practice including an evaluation of the potential

geohazards such as seismically induced liquefaction settlement and ground instability The

Foundation Report will include geotechnical design criteria for the approach roadway sections

The Draft Foundation Report will include

bull Summary of geotechnical services

bull Vicinity map

bull Site plan

bull Site description

bull Project description

bull Field exploration descriptions

bull Laboratory testing results

bull Site geology and subsurface conditions

bull Seismic data and evaluation

bull Scour considerations (based on Hydraulics Report prepared by others)

bull Corrosion evaluation

bull Foundation recommendations

bull Approach roadway subgrade and new pavement section recommendations

bull Construction considerations

bull Caltrans ARS curve

bull Log of Test Borings (LOTB) drawing and

The draft report shall be submitted for the 65 PSampE

48 ndash Prepare Final Geotechnical Report

After the County has commented on the draft report and all outstanding questions answered

the Foundation Report shall be finalized

Task 4 Deliverables

bull Preliminary Foundation Memo

bull Draft Foundation Report

bull Final Foundation Report

bull Site-specific ARS Curves

bull Log of Test Borings for PSampE

Franz Creek Bridge Scope 12 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Geotechnical Assumptions

bull The exploration program indicated is for bridge foundation design and additional exploration may be required to adequately define construction conditions

bull The project does not require a Site Specific Seismic Hazard Analysis that includes time-

history analysis

bull ARS Curves will be developed using Caltrans ARS online and the USGS Seismic Hazard

Website for Deaggregation of seismic hazards

bull The County will provide all necessary rights-of-entry

bull Topographic surveys will be provided by others with maximum 1-ft contour interval for the

project site

bull Shannon amp Wilson will prepare a traffic control plan and submit an encroachment permit

bull Hazardous materials assessment and evaluation is not included in our scope of services

Task 5 Hydrology and Hydraulics

The consultant shall complete the Design Hydrology and Hydraulics Report Location Hydraulic

Study Floodplain Evaluation Report Summary Floodplain Encroachment Report as needed and

to establish the 100-year flood level at the bridge

51 - Data Collection and Site Review

WRECO will review available data including previous studies provided by the County

Sonoma County Water Agency (SCWA) and the Project Team Key information to review

will be the available hydrologic and hydraulic data for Franz Creek topographic survey

available cross-sections County and Caltrans Bridge Inspection Reports as-built data

published geological and seismological studies and maintenance records for the Project

site WRECO will also conduct a field reconnaissance to assess the existing conditions in

the vicinity of the Project site

52 - Hydraulics Analyses

The consultant will develop hydraulic analysis models to incorporate information obtained

from its assessment of available information and the creek cross section data from the

topographic survey

The consultant shall evaluate the 50 year and 100 year drainage flows and overtopping

event for existing and proposed conditions of the new bridge and approach roadways

Modeling shall include the 50- and 100-year recurrence events Flow results shall be used

for the existing bridge geometry and calibrated against published data gauge data field

observations of high water marks and any available anecdotal data

The hydraulic model of choice will be the US Army Corps of Engineersrsquo HEC-RAS

model WRECO will coordinate with the Project Team to obtain the survey data of river

channel topography and bathymetry

53 - Documentation

The consultant shall prepare studies and reports that document their findings The reports

will describe methodology used summarize model output include creek cross sections in

plan and profile view and will delineate the 100-year water level for existing and proposed

conditions through the project reach as well as scour analysis

Franz Creek Bridge Scope 13 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The reports shall be prepared in accordance with the format and guidelines presented in the

ldquoChecklist for Drainage Studies and Reportsrdquo Local Assistance Procedures Manual

(LAPM) Exhibit 11-E The draft report shall be submitted for the 35 PSampE After the

County has commented on the draft report and all outstanding questions answered the report

shall be finalized

54 Scour Analysis

WRECO will perform a bridge scour analysis to determine the scour potential per the

methodology specified in the Federal Highway Administrationrsquos (FHWA) HEC-18 HEC-

20 and HEC-23 manuals WRECO will make recommendations on the need for scour

countermeasures for the proposed bridge per the HEC-23 and California Bank and Shore

Protection Manual

55 - Design Hydrology and Hydraulics Reports and Studies

Task 551 Design Hydrology and Hydraulics Study

WRECO will prepare a Design Hydraulics Study (DHS) which will summarize the results

from the hydraulic and bridge scour analyses and recommendations for bridge scour

countermeasures The report will also include all of the detailed hydraulic model output

Task 552 Location Hydraulic Study

Based on WRECOrsquos preliminary qualitative hydrologic hydraulic and geomorphic

assessments no floodplain encroachments or impacts are anticipated as a result of the

Project Therefore WRECO will prepare a Floodplain Evaluation Report Technical

Memorandum including the Technical Information for a Location Hydraulic Study and the

Floodplain Evaluation Report Summary form to document the investigation and summarize

the results

56 - Dry Weather Flow and Bypass

WRECO will determine the magnitude of the dry weather flow volume during the

construction period and will work with the Project Team to develop the design concept for

the flow bypass system during construction

Task 5 Deliverables

bull Design Hydraulics Study

o Draft Design Hydrology and Hydraulics Study (PDF and 2 hard copies)

o Final Design Hydrology and Hydraulics Study (PDF and 5 hard copies)

bull Location Hydraulic Study

o Draft Location Hydraulic Study (PDF and 2 hard copies)

o Final Location Hydraulic Study (PDF and 5 hard copies)

bull Scour Analysis

Franz Creek Bridge Scope 14 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 6 Environmental

The County has in-house environmental specialists from PRMD who will lead the environmental

clearance effort (CEQANEPA and environmental permits) including setting up and facilitating

interagency meetings The consultant shall work closely with PRMD s t a f f to support their

work in obtaining environmental clearance and identifing environmental constraints and

opportunities to minimize costs and time delays This will include providing engineering

information and documentation in a timely manner

Listed below is an outline of the anticipated environmental studies to be prepared by the consultant

necessary to satisfy portions of the environmental documents (NEPACEQA) including three

additional subtasks 64 65 and 66 that were included in the Caltrans District 4 correspondence to

Sonoma County (letter dated January 15 2016)

Task 601 Project Management

Consultantrsquos Environmental Project Manager will be responsible for a variety of general

project management tasks throughout the process of coordinating preparation of technical

studies preparing the environmental documentation and coordinating with the County and

Caltrans Local Assistance staff This also includes coordinating the day-to-day

environmental activities with the Consultant Project Manager and design team and

monitoring the scope budget and scheduling of the environmental aspects of the project

Task 602 Meetings

Consultantrsquos Environmental staff will attend the kick-off meeting and up to four (4) Project

Development Team (PDT) meetings via conference call and (1) agency meeting

Task 603 Environmental Engineering Support

The consultant shall provide preliminary engineering services or site assessments needed

for the following tasks

6031 - Assist the County with preparation of the bridge project NEPACEQA documents

The Consultant shall assist in the preparation of the Area of Potential EffectsImpact Map

(APEI) and Biological Study Area (BSA) Maps of the enveloped alternatives for use in the

environmental studies Consultant will provide a base map to the Consultant (Tom Origer

amp Associates) that will finalize the (APEI) Maps and then will submit the APEI Maps for

County review The County will markup the base map and then the Consultant will prepare

the final maps based on those markups The County will submit to Caltrans for approval

The Consultant shall assist in preparation of the project description and determining NEPA

and CEQA boundaries

6032 - Identify issues that must be addressed in the design

Consultant shall assist during the preparation of the environmental documentation for

supporting documents and calculations as the studies require

6033 ndash Prepare Equipment Staging Technical Memo

The consultant will prepare an Equipment Staging Technical Memorandum The memo

Franz Creek Bridge Scope 15 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

will describe the proposed staging areas to be utilized during the construction of the Project

identify potential impacts to the surrounding environment traffic patterns and nearby

residents and describe how these potential impacts will be minimized

It is assumed that the County will assist the Consultant by providing the necessary traffic

data (existing and proposed ADT) to supplement the information required in the Land

Use memo

6034 ndash Prepare Right-of-Way Technical Memo

The consultant will prepare a Right-of-Way Technical Memorandum This memo will

describe the Right-of-Way needs of the project which parcels will be impacted what is on

the parcels the land use detail rights of entry and describe how the project will impact the

existing land use

NEPA STUDIES 61 - Initial Site Assessment (ISA)

The Consultant shall prepare an ISA that will attempt to identify potential or known

hazardous materials hazardous waste and contamination in the project area as well as those

responsible The ISA will also include a preliminary screening level study of roadway

striping paint and existing bridge construction materials A certified asbestos consultant

will also review the site and take samples of potential existing asbestos containing building

materials (including bridge concrete samples) as necessary The existing bridge and

alignment alternatives will be evaluated and reported on in the Initial Site Assessment (ISA)

report The certified asbestos consultant report will be appended to the ISA This report will

follow American Society for Testing and Materials (ASTM) Standard E1527-05

A Phase I Initial Site Assessment (ISA) will be prepared The ISA will be prepared in

accordance with the scope and limitations of the American Society of Testing and Materials

Practice E 1527-13 Standard Practice for Environmental Site Assessments Phase I

Environmental Site Assessment Process (ASTM E 1527-13)

62 - Visual Impact Assessment (VIA)

The consultant shall prepare a Moderate Level VIA and is required to follow the Guidelines

for the Visual Impact Assessment of Highway Projects (FHWA-HEP-15-029) written by

the Federal Highway Administration

The PES indicates that a Visual Resources Technical Memorandum should be prepared to

address visual issues and that a VIA may not be required The analysis will be supported by

a set of realistic computer-generated visual simulations to illustrate existing and post-project

visual conditions as seen from key public viewpoints Four visual simulations will be

prepared Visual simulations showing one existing (before) view and one simulation (after)

image from each of two viewpoints is included The simulations will be produced using

high resolution digital photographs and advanced computer modelingrendering techniques

The visual simulations will be based on engineering design data including digital (CAD)

plan and elevation drawings The visual impact assessment will be based on review of

ground level and aerial photographs topographicGIS data pertinent public policies

regarding visual quality project engineering drawings and other descriptive project data

63 - Cultural Resources

Franz Creek Bridge Scope 16 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The consultant (Tom Origer amp Associates) shall prepare the Section 106 of the Historic

Preservation Act reports APE map Historical Property Survey Report (HPSR) Historical

Resources Evaluation Report (HRER) to include a re- evaluation of the bridge for eligibility

for the National Register of Historic Places and an Archeological Survey Report (ASR)

The consultant will also complete a California Department of Parks and Recreation

Form 523 (DPR Form 523) for the existing bridge evaluating the bridges potential for

eligibility on the California Register of Historic Resources

Prior to beginning the Cultural Resources Studies the Consultant (Tom Origer amp

Associates) will create the APE map The APE map will be reviewed and approved by the

County and Caltrans prior to beginning any of the Cultural Resources Studies The County

will submit the APE Map and Project Description to Caltrans for Review and Approval

Based on the list of studies required for the Franz Creek Bridge Replacement project the

following scope of work complies with Section 106 of the National Historic Preservation

Act and the California Environmental Quality Act Based on information contained in the

Caltrans memorandum dated January 26 2016 the following scope of work is proposed

631 ndash Historic Resources Evaluation Report (HRER)

An HRER will be prepared that evaluates elements of the built environment that are within

the APE and are older than 50 years Buildings and structures older than 50 years will be

evaluated for eligibility for the National Register of Historic Places and the California

Register of Historic Resources

To evaluate resources an historic context(s) will be developed that will identify themes

events and people that were important to the area and its development The historic context

will draw upon historical documents existing histories and reports and interviews with

knowledgeable individuals The Consultant (Tom Origer amp Associates) will also consult

with local historical societies and other interested parties The results of these evaluations

will be presented in the HRER along with the appropriate resource documentation (DPR

523 forms)

632 ndash Archaeological Survey Report (ASR)

The archaeological APE will be surveyed in its entirety including areas of direct effect

staging areas and the locations of any temporary easements As part of this task the Native

American Heritage Commission and local Native American groups will be consulted

regarding the project Upon completion of the survey a technical report (ASR) will be

prepared that presents the results of the archaeological survey Resource documentation

(DPR 523 forms) will be completed if archaeological sites are identified No formal

evaluation of archaeological sites is included in this scope

633 ndash Historic Properties Survey Report (HPSR)

The Consultant (Tom Origer amp Associates) will prepare a new HPSR that will include the

results of all studies completed for this project and will discuss potential project effects on

historic properties found within the APE

64 - Natural Environment Study and Biological Assessment (By County) The County shall prepare an NES and BA (if needed) per the Caltrans guidance in the

Franz Creek Bridge Scope 17 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Standard Environmental Reference

As part of the NES and based on the potential for federally listed species to occur within

the project area the County will prepare an EFH in accordance with the most recent

Caltrans guidance to evaluate project effects to federally listed species and critical habitat

as well as identify appropriate avoidance and minimization measures If it is determined that

the project may adversely affect federally listed species Caltrans will use the EFH to

facilitate Section 7 consultation with the National Marine Fisheries Service (NMFS)

It is also assumed that the County will conduct a tree survey for the trees that are to be

removed The Consultant will submit a tree removal plan which is included in the

removal sheets of the Plans but the County will determine the species of the tree

designated for removal

65 ndash Farmlands (By County)

The County will prepare a Farmlands Technical Memorandum and if needed the AD 1006

form will be prepared and submitted

66 - Prepackaged Agency Permits (By County) During the preparation of the 65 PSampE the County will prepare the following permit packages to the respective regulatory agencies Refer to Task 87 for a description of the engineering support task for the permit process

bull CDFW 1602 Streambed Alteration Agreement requires an approved CEQA

document

bull USACE Section 404 Requires a USFWS approved Biological Opinion

bull CRWQCB Section 401 Water Quality Certification requires approval before

applying for other permits

CEQA Studies 67 - Noise

A noise study shall be prepared that addresses potential noise impacts of the proposed project It is

anticipated that road noise and construction noise will be evaluated Drilling is the preferred

method of construction The noise standards as provided in the Noise Element of the Sonoma

County General Plan 2020 shall be used to guide the analysis Given the anticipated construction

methods a bioacoustics analysis is not likely to be required and is therefore excluded from this

task but is included as a supplemental service Task 69 herein

68 - Water Quality Assessment Report (WQAR)

The consultant will assist and provide PRMD with storm flows and drainage pattern information

(existing and proposed) for inclusion in the WQAR The consultant shall prepare a WQAR per the

Caltrans guidance in the Standard Environmental Reference

WRECO will provide the existing physical and regulatory environment information for the water

quality and identify the design criteria applicable to the Project to comply with the County standards

post-construction BMPs requirements and other water quality requirements WRECO will also

review the applicable water quality regulatory requirements for the Project site

Franz Creek Bridge Scope 18 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 6 Deliverables

bull APE Map

bull Project Description

bull Equipment Staging Technical Memo

bull Right of Way Technical Memo

bull Phase I ISA

bull VIA Memo

bull Cultural ReportsHPSR HRER ASR

bull DPR Form 523

bull WQAR (DraftReviseFinal)

bull Noise Study

Task 7 ndash Public Outreach

71 ndash Public Outreach Meetings

The County will lead the Public Outreach efforts for this project with support from the Consultant

at the following meetings

Property Owner Meetings

The County will prepare a database of potential stakeholders and property owners (Refer to Task

72) It is anticipated that this project will require (1) meeting directly with the individual property

owners affected by the project Since there are only two property owners that are affected it is

anticipated that both meetings will occur during the same day The meeting will be held either on-

site or at the County offices Consultant will attend this meeting with the property owners to

explain the project answer questions take meeting notes and prepare a summarization of the

meeting notes

Sonoma County Board of Supervisor Meetings

The team will work with the County and attend two (1) One Board of Supervisor meeting related to

the project and take meeting notes as needed This will occur during the Environmental Process

72 ndash Database (By County)

The County will develop and maintain a stakeholder database which can be used to

efficiently distribute project information

Task 7 Deliverables

bull One (1) County Board of Supervisorrsquos meeting attend and prepare summaries

bull Two (2) Property Owner Meetings on the same day attend and prepare summaries

Task 8 ndash 65 PSampE

Task 8 represents the beginning of Final Design phase of the project The consultant staff will meet

with the County at a final-design kick-off meeting to discuss the Final Engineering Scope of Work

project requirements design criteria and the Countyrsquos most current scheduling and review

requirements An agenda and outline will be prepared and distributed before the meeting and

minutes will be prepared and distributed after the meeting

Franz Creek Bridge Scope 19 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

81 - BridgeStructural Design Development

The consultant shall perform structural design investigations analysis computations and

prepare detailed structure plans for the proposed replacement bridge in accordance with the

latest Caltrans bridge design techniques including a Foundation Report and a Design

Hydraulic Study Standard construction materials shall be used in the design of the proposed

bridge replacement wherever possible Where specialized non-standard

constructionbuilding materials are required the consultant shall first obtain approval from

the County prior to incorporating them into the design

The consultant shall confirm and verify the design criteria and loading conditions then

verify the structural adequacy of the selected bridge type

Permanent transient and extreme event load cases shall be considered per Caltrans BDS and

AASHTO LRFD Manuals Global analyses shall consider soil-structure interaction

Project plans prepared by the consultant shall include a set of plans at the 65 level All

identified and affected existing utilities shall be accurately indicated on the plans Plans at

65 should be of sufficient level to start ROW acquisition

Contract drawings will be developed using AutoCAD 2015 or newer at the Consultantrsquos

sole discretion

82 - Bridge Approach Roadways

The consultant shall perform roadway design in accordance with the latest version of the

AASHTO Green Book and the County design standards Design shall include details for

traffic control plans in accordance with the Caltrans Manual of Uniform Traffic Control

Devices

Re-alignment at the bridge approaches may be necessary depending on the project

alternative that is selected

The consultant will design the approach roadways and prepare the contract drawings for

these The pavement section roadside drainage and roadside barriers are included in the

design of the bridge approach roadways

The consultant will prepare approach design plans Plans will be coordinated and integrated

with the structure plans for the 65 PSampE package Design will incorporate County

Standard Plans standards per Caltrans Local Assistance Procedures Highway Design and

Traffic Manuals 2015 Caltrans Standard Plans or newer and the current AASHTO Green

Book Standards used will be those in effect as of the date of Notice to Proceed New

standards or modifications to standards which occur during the course of work may require

redesign of particular project features In this case County agrees to compensate the

consultant for extra work which is required to meet the new or modified standards

821 - Roadway Civil Design

The consultant will proceed with final civil design of the project based on the approved

preliminary engineering design concept and the consultantrsquos prior experience with County

project plan preparation Attention is directed to Attachment A for the anticipated plan

Franz Creek Bridge Scope 20 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

sheets to be completed in this task

The Title sheet will include the appropriate County and federal funding project

identification This plan sheet will include a sheet schedule a vicinity map the project

legend general notes and the project control points

The Typical Section Sheet will include the roadway structural section as designed based on

a County supplied Traffic Index (TI) and the R-value recommendations of our geotechnical

subconsultant based on approach soil borings Design will conform to County standards

Standard details will be included to reconstruct raised medians and concrete barriers

Typical sections will be produced for Franz Valley School Road

The total alignment length is approximately 600 The Layout Sheets will be produced at a

horizontal scale of 1 = 20 The plan view will delineate the general roadway

improvements and pavement dimensions Profile and superelevation sheets will be

prepared at a horizontal scale of 1 = 20 and a vertical scale of 1rdquo = 4rsquo The profile grade

will be refined from that shown in the preliminary engineering report Geometric

information tied to the project control points will be shown to sufficiently describe both

the profile and horizontal alignments Spot elevations will be shown at conforms

Construction Detail Sheets shall be created to identify specific details for the project

including but not limited to removal sheets (including a tree removal plan) driveway

conforms and any other details needed to clarify the Plans

It is assumed that existing road surface drainage will be allowed to runoff and infiltrate It

is envisioned that a system will be required to capture predevelopment runoff volumes in

order to satisfy the water balance calculator A system will be designed and shown on the

drainage plan It should be noted that this project is not in an MS4 boundary but roadside

ditches may need to have a treated system before outfalling into the creek

Contour Grading sheets will not be prepared this information will be shown on the Erosion

Control Plan and Details sheets

822 ndash Traffic Design

Permanent Signing and Striping Plan

A Pavement Delineation and Signing Plan will be prepared utilizing the County standards

MUTCD standards and Caltrans standard details This plan will generally match the

existing striping layout The Consultant staff will work closely with the County Traffic

Engineer to incorporate applicable requirements To this end conceptual plan sheets will

be produced for the Traffic Control System and Construction Area Signs plan sheets These

sheets will be transmitted to the County Traffic Engineer and the County project manager

and a meeting held to discuss the design concept prior to the first formal project submittal

Franz Creek Bridge Scope 21 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Subsequent submittals will follow the schedule outlined for the overall project submittals

Existing as well as new sign locations will be shown Sign panels will be shown for new

non-standard signs Standard signs will only be designated by the appropriate Caltrans sign

number

Stage Construction and Traffic Handling Plan

The consultant will prepare combined Traffic Handling and Staged Construction sheets

The plan will generally maintain one travel lane in each direction on the existing bridge

during the construction of the structure No practical detour exists and therefore the road is

assumed to have at least one lane of traffic open at all times Occasional one lane two-way

traffic control will be accomplished through the use of flaggers Brief closures (a few days

to a week) of the approaches will be employed during tie-in operations and construction of

approach pavement The public will be notified of these closures well in advance and

appropriate signage placed at the ends of the approaching roadways

The Caltrans Traffic Manual Sign Specifications and Standard Plans will be used as

applicable Temporary signing and striping portable delineators temporary crash cushion

arrays and temporary railing (Type K) as necessary will be shown on this plan No

temporary signal work for pedestrian or vehicular traffic is currently included within this

scope of work Attention is directed to Attachment A for the anticipated plan sheets to be

completed in this task

83 Channel Protection Design (WRECO)

The use of rock slope protection for scour and slope protection is anticipated at this site

Design will be based on the results of our scour analysis Attention is directed to

Attachment A for the anticipated plan sheets to be completed in this task Slope protection

installations will be designed at the channel banks specifically at the abutment faces up to

the right-of-way upstream and downstream of the bridge and along the roadway approaches

adjacent to the creek The design of the slope protection will include details for toe

trenches cutoff walls and intermediate shear keys as necessary Additionally layout and

elevation information will be shown and tied to the project coordinate system

84 ndash Stormwater Pollution Prevention Plan

The project specifications will require the Contractor to prepare a SWPPP for the project so

it is assumed that Temporary Water Pollution Control sheets will not be necessary and are

expressly excluded from this scope of work Stormwater BMPs will be required by the

Regional Board thus informal temporary water pollution control design sheets will be

produced in order to estimate the BMPrsquos that may be required during construction for

estimating purposes The cost of anticipated BMPrsquos will be included in the 65

Construction Cost Estimate

Franz Creek Bridge Scope 22 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

85 ndash Erosion Control Plans

This task will include parameters to stabilize the soil and will include a revegetation plan

for the site after construction

86 ndash Engineering Support to Permitting Process

During the 65 PSampE preparation the consultant will provide the County and our

subconsultants engineering support as the permitting documents are drawn up This support

will be in the form of preparing exhibits calculating areas and quantities of impacts as

required by the permit documents

87 ndash Cost Estimate and Specifications

The Consultant will prepare an itemized engineers estimate at the 65 stage for the

roadway items Bridge items will be based on a General Plan Estimate method The format

will be consistent with the Caltrans Ready-to-List Guide and a BEES listing will be

included Unit prices shall be applied to each contract item resulting in the Engineerrsquos

Estimate of Probable Construction Cost (Estimate) Prices used shall be based on the latest

available data from the COUNTY and Caltrans reflecting the location of the project and the

quantity of each item

The consultant will develop project specifications and special provisions from the most

current Caltrans and County standards

At the 65 stage a bid item list will be prepared and will be submitted with the Plans and

Estimate Special Provisions will not be prepared until the 95 stage as standard special

provisions change frequently

88 - Contract Drawings

Contract drawings for the bridge and roadway approaches are shown in Attachment A

All drawings will be prepared per the most current Caltrans FHWA and County standards

89 - Quality Control and Quality Assurance

A Quality Control (QC) and Quality Assurance (QA) program will be implemented on the project to capture any design or drafting errors

The consultant shall employ a QC program that consists of checking and back-checking the design calculations and contract plans

QA entails ensuring that all QC procedures have been followed and that all critical issues have been addressed and resolved

The 65 PSampE will be submitted after QAQC has been completed

Task 8 Deliverables

bull 65 Plans and Estimate

bull 65 Design Calculations

Franz Creek Bridge Scope 23 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 8 County Decision Points

bull Provide 65 Plans and Estimate review comments

bull The County requires a 30 day review period for the 65 PSampE submittal

Task 9 - 95 PSampE

PSampE shall be 95 complete Major subtasks for this phase of the work are

91 ndash Address County Comments

Incorporate County 65 review comments into the design and bidding documents if any

Consultant shall provide written responses to County comments on the 65 plans After

receiving County concurrence on responses Consultant will proceed with the preparation of

the 95 plans Plan revisions will include addressing 65 comments and design changes to

address mitigation measures and concerns expressed by the County

92 ndash Complete Design and Bid Documents

Complete the design documents and bidding documents to 95 level

93 - Independent Design Check

Perform an independent design check The independent design check of the bridge will be

performed by individual(s) that werent involved in the originating of the design calculations

Where possible the independent checker shall use alternative methods of design and

analysis than used by the designer

The independent check is complete when the independent checker finishes their

calculations compares results with those of the designer and all discrepancies between the

independent check and the original design are reconciled

The 95 PSampE will be submitted when the independent design check is complete The

design of the bridge and approaches is essentially complete at this time

94 ndash Cost Estimate and Specifications

The Consultant will prepare an itemized engineers estimate at the 95 stage Work includes

updating the quantities and project cost estimate including calculating updated quantities for

the changes related to work performed hereunder Two independent sets of quantity

calculations shall be performed by individuals experienced in this work for the bridge design

Work also includes updating the bid item list to correspond to Caltrans current standards

Prices will be updated to current expected values

Plans shall be cross checked with the specifications and the engineerrsquos estimate The

specifications shall then be compiled using the bid item list to collect and edit the applicable

Caltrans Standard Special Provisions (SSPs) and prepare required special provisions in

coordination with the roadway designers CONSULTANT shall utilize the County boiler

plate documents including the notice to bidders proposal bond forms and agreement

Franz Creek Bridge Scope 24 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Specifications will be updated and finalized with comments from the County after the 95

submittal

95 ndashPerform 95 QCQA

The QCQA procedures described in Task 8 will be implemented during this task as well this

time with an emphasis on coordination between structure roadway traffic and utility

documents and the elimination of conflicts between them

Task 9 Deliverables

bull 65 Response to Comments

bull 95 PSampE

bull 95 Design Calculations

bull Independent Design Check

Task 9 County Decision Point

bull Provide 95 PSampE review comments

bull The County may hire a bridge consultant to perform a constructability review

bull The County requires a 30 day review period including the constructability review for the

95 PSampE Submittal

Task 10 - Final (100) PSampE

This phase begins after the 95 PSampE is submitted and County has responded with comments

The consultant shall not prepare the deliverables for this task until receiving written authorization

from the County

The objective in this task is to provide the design and construction documents the County will use

to advertise for bids and administer the construction contract PSampE shall be 100 complete

Major sub tasks for this phase of the work include

101 - Address County Comments

Incorporate County 95 review comments if any into the design and bidding documents

Consultant shall provide written responses to County comments on the 95 plans After

receiving County concurrence on responses Consultant will proceed with the preparation of

the 100 plans Plan revisions will include addressing 95 comments and design changes

to address mitigation measures and concerns expressed by the County

102 ndash Finalize Documents

Complete the design documents and bidding documents to 100 level this includes

updating the Plans Specifications and Engineerrsquos Cost Estimate

Sign and seal the design and bidding documents and prepare for reproduction

103 ndash Prepare Final Deliverables

Prepare one (1) copy and one (1) electronic copy of design calculations and design check

calculations and ten (10) sets of PSampE bidding documents to the County

Franz Creek Bridge Scope 25 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

104 ndash Federal Funding Assistance

Assist the County in securing federal bridge funding through Caltrans if needed

Task 10 Deliverables

bull 95 Response to Comments

bull (1) Set of reproducible final design plans (printed in black ink on mylar)

bull (10) Sets of hardcopy final design plans (11rdquox 17rdquo)

bull (10) Copies of Specifications (seven bound two loose-leaf bound and one printer ready)

bull (10) Copies of Engineerrsquos Estimate

bull (1) Copy of design check calculations

bull (1) Copy of design check quantities

bull (2) Copies of Resident Engineer pending file

bull (2) Copies of the Geotechnical Report including the Bridge Foundation Report

bull (2) Copies of hydraulic studies and reports

bull (1) Flash drive with electronic versions of all Task 10 deliverables itemized above in

DWG MS Excel or MS Word format Print ready PDF files of same will be provided

Design plans will be provided in AutoCAD and PDF formats

Task 10 County Decision Point

bull Provide written authorization to proceed

Task 11 - Pre-Construction Engineering Services

The consultant shall remain available to provide assistance during bidding and award This work

may include clarification of contract documents in response to contractor inquiries preparing

addenda and evaluating bids Pre-construction engineering services shall be included in this

proposal

111 ndash Pre-Bid Meeting

The consultant Project Manager and Project Engineer will attend the pre-bid meeting to

assist the County in responding to questions regarding intent of PSampE documents

112 ndash Respond to Bidder Inquiries

The consultant will provide the County written responses to technical inquiries by bidders

for County distribution

113 ndash Prepare Addenda

The consultant will prepare addenda documents for distribution by the County should any

changes to the bid documents be required during the bid phase

114 ndash Assist in Evaluating Bids

The consultant will assist the County in evaluating Contractor bids

SUPPLEMENTAL SERVICES TRC and our subconsultants are prepared to perform other tasks as required by the County and the

Project as Supplemental Services A more detailed scope and fee will be developed for these

Franz Creek Bridge Scope 26 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

supplemental services at the time they are deemed necessary No work will be performed on the

Supplemental services without written authorization from the County

Some supplemental services that may be necessary include the following

2C5 ndash Utility Potholing

If utility conflicts are discovered during the design process positively locating the utilities in the

field will be required Consultant with the approval of the County can obtain a price quote from a

utility potholing sub-consultant to perform the work The Consultantrsquos surveyor will survey the

potholed location of the utilities and provide the information in AutoCAD to the designer The

utility drawings will be updated with the correct information If this task is required a refined scope

and fee will be prepared to include the total number of potholes needed the sub-consultant to

perform the work the surveyor to pick up the locations and the engineering design and support to

complete this task

49 ndash Geotechnical Retaining Wall Investigation and Analysis Optional borings for retaining wall foundations and roadway approaches will include one 50 foot

deep boring at each of two potential retaining wall locations Bulk soil samples for pavement

section subgrade analysis will be obtained from the bridge abutment borings previously indicated

If Retaining Walls are required both the draft and final foundation memoreports will be updated

accordingly

69 ndash Noise ndash Bioacoustic Analysis A bioacoustics analysis is excluded from the Noise Study noted in Task 67 The County per task

64 will perform the EFH However if the County requires assistance the Consultant can perform a

bioacoustics analysis if required

Task 7A -Public Outreach led by the Consultant

In this task it is assumed that the County prefers the Consultant to lead the public outreach effort

The goal of the subtasks listed below are to assist the County with informing the public about the

importance of the bridge replacement project identify the communitiesrsquo key issues and concerns

and provide information to the community on project status and design options for the proposed

bridge We will incorporate input from the public into the decision making process for design

aesthetics and location of the new bridge

7A1 - Facilitate Public Meetings

The consultant shall work closely with County staff to develop meeting agendas

presentations and meeting materials for one public outreach meeting and attend two of the

Sonoma County Board of Supervisorrsquos meetings The consultant shall coordinate and

facilitate the public meeting and keep notes that can be shared with the public after review

by County staff

Public Outreach Meetings ndash The County will prepare a database of potential stakeholders

Franz Creek Bridge Scope 27 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

and property owners (Refer to Task 72 of the Scope) It is anticipated that this project will

require (1) meeting directly with the individual property owners affected by the project

Since there are two property owners that are affected it is assumed that both meetings will

occur during the same day The meeting(s) will be held either on-site or at the County

offices The Consultant County and Public Outreach Staff will attend this meeting with

the property owner to explain the project answer questions take meeting notes and prepare

a summarization of the meeting notes

Sonoma County Board of Supervisor Meetings

The team will work with the County and attend one (1) One Board of Supervisor meeting

related to the project and take meeting notes as needed This will occur during the

Environmental Process

7A2 - Distribute Informational Materials to the Community

The consultant will work with County staff to develop and distribute

informationeducational materials as needed to the community to keep all stakeholders

informed of progress on the project

Informational Materials - Fact sheet and FAQrsquos will take 2-3 weeks to prepare review and

finalize with County and project team input Updates will take 1-2 days each

The consultant will develop information for posting on the County project website to

announce public meetings and show progress in project development We will also prepare

a project fact sheet and FAQs to communicate project information The factsheet and FAQs

will each be an 85 x 11 full color handout for use at public meetings and optimized for

posting on the project website Both will be updated twice during the project

ndash

7A3 - Media Relations

Assist the Countyrsquos public information officer with news releases media advisories or other

interactions with the media as needed

This task will be ongoing throughout the project with County and project team input News

releases and media advisories will take approximately 5 days each to prepare review and

distribute In an attempt to maintain positive coverage of the project the Consultant will

assist the Countyrsquos public information officer with news releases media advisories or other

interactions with the media as needed

Task 7A Deliverables

bull One (1) County Board of Supervisorrsquos meeting attend and prepare summary

bull Two (2) Property Owner Meetings attend and prepare summaries

bull Public Information Materials - initial fact sheet FAQ agendas presentation materials

(one PPT updated for the public meeting) exhibits sign in sheets comment cards

Task 810 ndash Retaining Wall Design

Along the southeast side of Franz Valley School Road at the bridge an approximate 70rsquo long

retaining wall may be required This wall will be a Caltrans Standard Plan type designed per the

corresponding Caltrans Standard plan or a pre-engineered wall type designed by the wall

Franz Creek Bridge Scope 28 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

manufacturer The wall height is unknown at this time

Task 12 - Construction Support Services

Up to 100 hours of construction support services is included in this scope Key members of the

Consultant design team will remain available to perform construction support services provided

they are still employed by Consultant

If additional services are required such services will be negotiated with the County at a future date

Common construction support services are described below

121 - Pre-construction Meeting

Key members of the consultant design team shall be available to attend the preconstruction meeting

with the successful construction contractor

122 - Consultant Site Visits

Key members of the consultant design team shall remain available to review shop drawings and

check falsework structural calculations review material submittals and Request for Information

(RFI) and visit the project site during construction if required Any observed defects or

deficiencies in the work shall immediately be brought to the attention of the Countys Resident

Engineer

Attachments

Attachment A ndash Plan Sheet List

Attachment B ndash Exhibits

Attachment C - Fee

Franz Creek Bridge Scope 29 2017-09-07

Details

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

PLAN SHEET LIST DISCIPLINE DESCRIPTION NUMBER OF

SHEETS

SUBMITTED WITH

C Title Sheet 1 35

C Typical Sections 3 35

C Survey Control Sheet 1 65

C Layout Plan (2 per alternative) 4 35

C Profile amp Superelevation

(2 per alternative)

4 35 (profile only)

C Removal Plans 2 65

C Construction Details 2 65

C Contour Grading 0 65

C Traffic HandlingStaged Construction Plans 6 65

C Pavement Delineation amp Signing Plan 2 65

C Drainage Plans amp Details (Stormwater Treatment) 2 65

C Rock Slope Protection Channel Work Plan and 3 65

C Water Pollution Control Plan and Details 2

C Erosion Control Plan amp Details 2 65

C Utility Plans 2 65

S General Plan 1 35

S Deck Contours 1 65

S Foundation Plan 1 35

S Abutment Layout 2 65

S Abutment Details 2 65

S Typical Section 1 35

S Slab Details 1 65

S Tubular Bicycle Railing 1 65

G Log of Test Borings 2 65

TOTAL 46

to be shown on Erosion Control Plan and Details sheets Will be used for estimating only (not part of plan set)

Summary by Discipline

C = Civil 34

S = Structural 10

G = Geotechnical 2

TOTAL 46 Franz Creek Bridge Scope 30 2017-09-07

Attachment A

EXHIBIT 10-H TRC ENGINEERS INC COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

MImbriani Project Manager - Key Personnel 162 $9300 $15066 Manager 0 $000 $0

TLambert Bridge Project Engineer - Key Personnel 220 $6721 $14786 JConklin Roadway Project Engineer - Key Personnel 361 $6601 $23797

Environmental Principal 0 $7788 $0 PChoi Environmental Manager (B3) - Key Personne 141 $6240 $8798 C Pinkerton Bridge Senior Engineer 84 $5332 $4479 G Armstrong Roadway Senior Engineer 114 $5724 $6525 B SchoppeA Bedal Engineer II 636 $4100 $26076 K NegoroN Hernande Engineer I 778 $3300 $25674 G Imbsen Eng CADD Supervisor 93 $5148 $4788 A Cardoza Eng CADD Technician 298 $3415 $10177 J Hull Eng Desktop Publisher 56 $3000 $1680 MaechlerHawthorne Eng AdmAssistant 44 $3000 $1320 W Broeking Environmental PlannerScientist II 0 $3894 $0 G Drosky Environmental PlannerScientist I 126 $2785 $3509

Senior ScientistBiologist (A1) 0 $5492 $0 E Biolsi Technical EditorFinancial Analyst 14 $3605 $505 J Hanzel-Durbin SeniorEngineer (B3) 7 $4710 $330 D Rathnayake SeniorEnvironmental Mgr (A3) 4 $8080 $323 -- 0 $000 $0

Escalation Factor 30 $4101

Total Direct Labor Costs 3138 $15193320 INDIRECT COSTS

Rate Total Fringe Benefits 4962 General Overhead 11040 Cost of Facilities Capital 000

Overhead 16002 $24312350 Total Indirect Costs $24312350

OTHER DIRECT COSTS Quantity Per Unit Total

Airfare (round trips) 0 $0000 $000 Mileage 2900 $0535 $155150 Lodging 0 $150000 $000 Per Diem 4 $46000 $18400 Car rental 0 $0000 $000 Miscellaneous Travel 0 $0000 $000 Mail 50 $054 $2675 Overnight mail 10 $1500 $15000 Copies (85x11) 500 $012 $6000 Copies (11x17) 1000 $200 $200000 Prints (22x34) 162 $300 $48600 Mylars (22x34) 81 $1200 $97200 Environmental EDR Report 1 $35000 $35000 Miscellaneous 50 $500 $2500 Visual Assessment Study 10 $000 $000

Total Other Costs $580525

FEE (Profit) 10 $3950567

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Shannon amp Wilson (inc Woodward Drilling DBE) 2 WRECO (DBE) 3 4 5 Cinquini and Passarino 6 NAL 7 Origer 8 Anchor QEA 9 Anchor QEA (Optional)

10 Shannon amp Wilson (Optional)

Basic $5916619 $5488634

$4531371 $176323

$1710917 $1157155

$18981019

TOTAL COST $63017781

EXHIBIT 10-H TRC ENGINEERS INC COST PROPOSAL - Optional SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

MImbriani Project Manager - Key Personnel 0 $9300 $0 Manager 0 $000 $0

TLambert Bridge Project Engineer - Key Personnel 40 $6721 $2688 JConklin Roadway Project Engineer - Key Personnel 33 $6601 $2178

Environmental Principal 0 $7788 $0 PChoi Environmental Manager (B3) - Key Personnel 0 $6240 $0 C Pinkerton Bridge Senior Engineer 36 $5332 $1920 G Armstrong Roadway Senior Engineer 16 $5724 $916 B SchoppeA Bedal Engineer II 222 $4100 $9102 K NegoroN Hernande Engineer I 216 $3300 $7128 G Imbsen Eng CADD Supervisor 14 $5148 $721 A Cardoza Eng CADD Technician 78 $3415 $2664 J Hull Eng Desktop Publisher 0 $3000 $0 MaechlerHawthorne Eng AdmAssistant 2 $3000 $60 W Broeking Environmental PlannerScientist II 0 $3894 $0 G Drosky Environmental PlannerScientist I 0 $2785 $0

Senior ScientistBiologist (A1) 0 $5492 $0 E Biolsi Technical EditorFinancial Analyst 0 $3605 $0 J Hanzel-Durbin SeniorEngineer (B3) 0 $4710 $0 D Rathnayake SeniorEnvironmental Mgr (A3) 0 $8080 $0 -- 0 $000 $0

Escalation Factor 30 $827

Total Direct Labor Costs 657 $2820328 INDIRECT COSTS

Rate Total Fringe Benefits 4962 General Overhead 11040 Cost of Facilities Capital 000

Overhead 16002 $4513089 Total Indirect Costs $4513089

OTHER DIRECT COSTS Quantity Per Unit Total

Airfare (round trips) 0 $0000 $0 Mileage 500 $0535 $268 Lodging 0 $150000 $0 Per Diem 2 $46000 $92 Car rental 0 $0000 $0 Miscellaneous Travel 0 $0000 $0 Mail 10 $054 $5 Overnight mail 0 $1500 $0 Copies (85x11) 100 $012 $12 Copies (11x17) 100 $200 $200 Prints (22x34) 5 $300 $15 Mylars (22x34) 5 $1200 $60 Environmental EDR Report 0 $35000 $0 Miscellaneous 50 $500 $25

Total Other Costs $67685

FEE (Profit) 10 $733342

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Shannon amp Wilson (inc Woodward Drilling DBE) 2 WRECO (DBE) 3 Circlepoint (Optional) 4 0 5 Cinquini and Passarino 6 NAL 7 Origer 8 Anchor QEA 9 Anchor QEA (Optional)

10 Shannon amp Wilson (Optional)

Optional Basic

$2652981

$84440 $2654490

$5391912

TOTAL COST $13526355

TRC ENGINEERS 080416 Project

BASIC SERVICES - DESIGN FEE ESTIMATE WORKSHEET Increase

Sub administration

Current Date

Expenses Description

Amount DBE

358

717

1075

205

Total DBE including Supplemental)

205

$18981019

$580525

$63017781

$4531371

Subconsultants

Expenses

Total

$18981019

$1710917

$5391912

Total $76544136

$43456237Labor

Car rental

Proposal Date

$0

$184

$0

Sonoma County

Replacement of the Franz Creek Bridge

Bridge No 20C0326 County No C14007

Travel Name

NAL $176323

Basic Services

$5916619Shannon amp Wilson (inc Woodward Drilling DBE)

Miscellaneous Travel

Cinquini and Passarino

Subconsultants (Labor + ODC)

Anchor QEA

Airfare (round trips)

Mileage

Lodging

Per Diem

Total Basic Services

$0

Origer

$0

$1177

Other Direct Costs

Subconsultants Admin Costs

Travel Subtotal

Total Supplemental Services

$1736

$4070

$0

Shannon amp Wilson (Optional)

Optional Services

Total

ODC Subtotal

$5805

$4070

$2654490

$1157155

$84440

P2016-33

WRECO (DBE)

00

03-Oct-17

00

$5488634 Total Fee Estimate (wescalation)

Environmental Mileage $375

1280

Total Basic + Supplemental Fee Estimate Basic Services $63017781

Optional Services $8066759

Subconsultants Optional $5391912 $2652981

Anchor QEA (Optional)

Expenses $67685Circlepoint (Optional)

1032017

2017_10_03_Franz Creek Fee_RevisedTotals with Expenses

BASIC SERVICES ESCALATION CALCULATION

Employee Actual

Employe e Rate

Hours on Project

of Project

Weighted Portion of

Rate Project Manager - Key Personnel 9300$ 162 516 $480 Manager -$ 0 000 $000 Bridge Project Engineer - Key Pers 6721$ 220 701 $471 Roadway Project Engineer - Key P 6601$ 361 1149 $758 Environmental Principal 7788$ 0 000 $000 Environmental Manager (B3) - Key 6240$ 141 449 $280 Bridge Senior Engineer 5332$ 84 268 $143 Roadway Senior Engineer 5724$ 114 363 $208 Engineer II 4100$ 636 2027 $831 Engineer I 3300$ 778 2480 $818 Eng CADD Supervisor 5148$ 93 296 $153 Eng CADD Technician 3415$ 298 950 $324 Eng Desktop Publisher 3000$ 56 178 $054 Eng AdmAssistant 3000$ 44 140 $042 Environmental PlannerScientist II 3894$ 0 000 $000 Environmental PlannerScientist I 2785$ 126 402 $112 Senior ScientistBiologist (A1) 5492$ 0 000 $000 Technical EditorFinancial Analyst 3605$ 14 045 $016 SeniorEngineer (B3) 4710$ 7 022 $011 SeniorEnvironmental Mgr (A3) 8080$ 4 013 $010

-$ 0 000 $000 3138 10000 $4712 TRC ave rate March 2017

Year Est hours spent per

year

Est spent per

year

Unescalated Ave Rate Escalation Escalated

Ave Rate

Total Unescalated

Labor

Total Escalated

Labor

Escalated Labor by

Year Sept 2017 to December 2017 Design 500 1594 $4712 Jan 2018 to December 2018 Design 1322 4214 $4712 20 $4806 $62290 $63536 $1246 Jan 2019 to December 2019 Design 1322 4214 $4712 20 $4902 $62290 $64806 $2517 Jan 2020 to December 2020 Const 50 159 $4712 20 $5000 $2356 $2500 $144 Jan 2021 to December 2021 Const 50 159 $4712 20 $5100 $2356 $2550 $194

3244 103 $129292 $133392 $4101

Difference between Unescalated Labor and Escalated Labor

TRC ENGINEERS FEE ESTIMATE WORKSHEET Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

Travel From Rancho Cordova To Santa Rosa CA (110 mi) of people 2 of days 2 of nights 0 of trips 14

Rate Airfare (round trips) x trips x people = $000 Mileage $0535 x 220 miles x 10 trips = $117700 Lodging $15000 x 0 nights x 2 people = $000 Per Diem $4600 x 2 days x 2 people = $18400 Car rental x days x people = $000 Miscellaneous Travel x units x units = $000 Environmental Mileage $0535 700 $37450 Total Travel $173550

ODCs Rate

Mail $0535 50 $1500 10

$012 500 $200 1000 $300 162

$1200 81 $35000 1

$500 5 1

x pieces = Overnight mail x pieces = Copies (85x11) x copies = Copies (11x17) x prints = Prints (22x34) x prints = Mylars (22x34) x prints = Environmental EDR Report x = Miscellaneous x units = Visual Assessment Study Total ODCs

Total Travel and ODCs

$2675 $15000

$6000 $200000

$48600 $97200 $35000

$2500 $000

$406975

$580525

2017_10_03_Franz Creek Fee_RevisedExpenses Worksheet 1032017

080416

412017

ProjectSonoma County TRC Design Proposal Date P2016-33Replacement of the Franz Creek Bridge DESIGN FEE ESTIMATE WORKSHEET Start Date

Bridge No 20C0326 County No C14007 End Date

LABOR

Task Description anager - Key Personn

Project

Manager ngineer - Key Personn

Bridge Project

ngineer - Key Personn

Roadway Project

Principal

Environmental

ager (B3) - Key Perso

Environmental Bridge Senior

Engineer Engineer

Roadway Senior

II

Engineer Engineer

I

Eng CADD

Supervisor Technician

Eng CADD

Publisher

Eng Desktop

Assistant

Eng Adm

PlannerScientist II

Environmental

PlannerScientist I

Environmental

Biologist (A1)

Senior Scientist

Financial Analyst

Technical Editor

Engineer (B3)

Senior

nvironmental Mgr (A3

Senior Total

Hours

Total

$

MImbriani TLambert JConklin PChoi C Pinkerton G Armstrong B SchoppeA Bedal NegoroN Hernande G Imbsen A Cardoza J Hull MaechlerHawthorne W Broeking G Drosky E Biolsi J Hanzel-Durbin D Rathnayake --

Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Task 1 Project Management Task 11 Project kickoff Meeting 8 8 8 4 28 $1930 Task 12 ProjectStaff Management 40 24 30 16 16 126 $8497 Task 13 Meetings 58 32 68 20 178 $12633 Task 14 Work Progress Form 24 12 24 24 84 $5343 Task 2 Preliminary Engineering Task 2A Alignment Engineering Task 2A1 Assess Available Information 4 4 10 8 26 $1156 Task 2A2 Alignment Alternatives Analysis 16 32 40 2 90 $3748 Task 2B Preliminary Structure Engineering and 35 Design Task 2B1 Bridge Type Selection Report Preparation (DraftFinal) 4 4 28 12 3 12 4 4 71 $2830 Task 2B2 Prepare 35 Design Plans 4 1 4 1 32 36 8 28 114 $4473 Task 2B3 General Plan Cost Estimate 2 1 4 1 4 24 2 38 $1487 Task 2C Utility Coordination Task 2C1 Utility Letters Task 2C11 Prepare A Letters and Plans 05 8 4 4 4 205 $924 Task 2C12 Compile Utility information into Utility Drawing 8 8 16 32 $1314 Task 2C13 Prepare B Letters and Plans 05 8 6 8 6 285 $1206 Task 2C14 Utilities begin Relocation Design Task 2C15 Prepare C Letters and Plans 05 8 8 8 8 325 $1356 Task 2C16 Utilities begin Relocation Construction 2 2 $60 Task 2C2 Utility Company Coordination 12 80 24 116 $6163 Task 2C3 Develop Utility Relocation Plans 1 16 30 47 $1712 Task 2C4 Utility Relocation Cost Estimates 1 16 4 21 $854 Task 3 SurveyingMappingROW Engineering Task 31 Topographic Survey Task 32 Right-of-Way (ROW) Task 321 Boundary Surveys Task 322 Appraisal Mapping - Task Deleted Task 33 Title Reports Task 34 Legal Descriptions 2 4 16 22 $824 Task 35 Creek Cross Sections for Hydraulic Analysis Task 36 Survey Control Sheet Task 4 Geotechnical Engineering Task 41 Preliminary Foundation Memo (PFM) Task 42 Planning amp Permitting Task 43 Traffic Control Task 44 Geologic Reconnaissance Task 45 Laboratory Testing Task 46 Engineering and Geologic Analyses Task 47 Prepare Draft Geotechnical Report 4 8 12 $597 Task 48 Prepare Final Geotechnical Report 2 6 8 $380 Task 5 Hydrology and Hydraulics Task 51 Data Collection and Site Review 4 4 8 $433 Task 52 Hydraulics Analyses 8 8 16 $856 Task 53 Documentation Task 54 Scour Analyses Task 55 Design Hydrology and Hydraulics Reports and Studies Task 551 Design Hydrology and Hydraulics Report Task 5511 Draft Design Hydrology and Hydraulics Report 4 1 4 9 $499 Task 5512 Final Design Hydrology and Hydraulics Report 2 1 4 7 $364 Task 552 Location Hydraulic Study Task 5521 Draft Location Hydraulic Study 4 1 4 9 $499 Task 5522 Final Location Hydraulic Study 2 1 4 7 $364 Task 56 Dry Weather Flow and Bypass Task 6 Environmental Task 601 Environmental Project Management 60 60 $3744 Task 602 Environmental Conf CallsCoordinationMeetings 24 30 54 $3456 Task 603 Environmental Engineering Support 24 24 24 72 $3360 Task 6031 Assist the County with preparation of NEPACEQA documents 4 4 $269 Task 6032 Identify issues that must be addressed in the design 2 8 4 2 24 40 $1750 Task 6033 Prepare Equipment Staging Technical Memo 2 1 4 8 4 19 $874 Task 6034 Prepare Right of Way Technical Memo 1 8 9 $394 Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA 1 3 50 4 2 60 $1996 Task 612 Revised ISA 1 1 10 2 1 15 $582 Task 613 Final ISA 1 8 1 1 11 $413 Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations 1 4 40 24 40 8 117 $4597 Task 622 Revised VIA and Visual Simulations 1 2 10 4 17 $614 Task 623 Final VIA and Visual Simulations 2 8 2 12 $420 Task 63 Cultural Resources (Includes Developing APE map) 1 2 3 $191 Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER 1 6 7 $440 Task 6312 Revised HRER 1 4 5 $316 Task 6313 Final HRER 2 2 $125 Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR 1 4 5 $316

2017_10_03_Franz Creek Fee_RevisedTRC Design 1032017

Task 6322 Revised ASR 1 2 3 $191 Task 6323 Final ASR 2 2 $125 Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR 1 4 5 $316 Task 6332 Revised HPSR 1 2 3 $191 Task 6333 Final HPSR 2 2 $125 Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise 1 1 $66 Task 672 Revise Noise 1 1 $66 Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR 1 8 9 $565 Task 682 Revise WQAR 1 1 $66 Task 683 Final WQAR Task 7 Public Outreach Task 71 Public Outreach Meetings (2 meetings1 day) 8 8 $528 Task 72 Sonoma County Board of Supervisor Meetings (1 total) 8 8 16 $1272 Task 8 65 PSampE Task 81 BridgeStructural Design Development 20 8 140 24 112 4 4 312 $12811 Task 82 Bridge Approach Roadways Task 821 Roadway Civil Design 8 16 50 74 $2834 Task 822 Traffic Design 4 16 20 $692 Task 83 Channel Protection Design Task 84 Stormwater Pollution Prevention Plan 4 8 12 $428 Task 85 Erosion Control Plans 4 8 12 $428 Task 86 Engineering Support to the Permit Process 1 4 12 8 4 29 $1156 Task 87 Cost Estimate amp Specifications 2 4 18 36 60 $2274 Task 88 Contract Drawings - Prepare Submittal 4 4 8 2 2 8 2 2 32 $1372 Task 89 QCQA 8 8 4 20 $1404 Task 9 95 PSampE Task 91 Address County Comments 2 4 18 8 4 36 $1470 Task 92 Complete Design and Bid Documents 4 8 4 24 48 12 72 4 4 180 $6895 Task 93 Independent Design Check 8 8 24 120 160 $5908 Task 94 Cost Estimate amp Specifications 40 36 8 56 76 216 $10295 Task 95 Perform 95 QCQA 16 8 24 $2016 Task 10 Final -100 PSampE Task 101 Address County Comments 2 4 4 24 2 36 $1364 Task 102 Finalize Documents 2 4 2 16 48 4 24 2 2 104 $3891 Task 103 Prepare Final Deliverables 1 2 2 8 16 2 2 33 $1282 Task 104 Federal Funding Assistance 8 8 $528 Task 11 Pre-Construction Engineering Services Task 111 Pre-Bid Meeting 4 4 8 $533 Task 112 Respond to Bidder Inquiries 4 4 4 8 8 28 $1338 Task 113 Prepare Addenda 2 4 4 4 14 $776 Task 114 Assist in Evaluating Bids 4 4 $269 Supp Supplemental Services Task 2C5 Utility Potholing 4 8 16 16 44 $1906 Task 49 Geotechnical Retaining Wall Investigation and Analysis 4 8 12 $592 Task 69 Noise - Bioacoustic Analysis 1 1 $66 Task 7A Public Outreach led by the Consultant Task 7A1 Facilitate Public Meetings Task 7A2 Distribute Informational Materials to the Community Task 7A3 Media Relations Task 810 Retaining Wall Design 24 8 24 8 168 184 12 72 500 $19915 Task 12 Construction Support Services Task 121 Pre-Construction Meeting 4 4 8 $533 Task 122 Construction Site Visits 12 12 12 30 16 2 6 2 92 $4364

Hrs 162 Hrs Hrs 220 Hrs 361 Hrs Hrs 141 Hrs 84 Hrs 114 Hrs 636 Hrs 778 Hrs 93 Hrs 298 Hrs 56 Hrs 44 Hrs Hrs 126 Hrs Hrs 14 Hrs 7 Hrs 4 Hrs 3138 $147832 Rate 930 Rate Rate 672 Rate 660 Rate 779 Rate 624 Rate 533 Rate 572 Rate 410 Rate 330 Rate 515 Rate 342 Rate 300 Rate 300 Rate 389 Rate 279 Rate 549 Rate 361 Rate 471 Rate 808 Rate

FeeClassification 15066 14786 23797 8798 4479 6525 26076 25674 4788 10177 1680 1320 3509 505 330 323 3138 $147832 of Total HoursClassification 5 7 11 4 3 4 20 25 3 9 2 1 4 0 0 0 100

2017_10_03_Franz Creek Fee_RevisedTRC Design 1032017

Attachment to TRC Engineers Inc Exhibit 10‐K

Sonoma County ‐ Replacement of the Franz Creek Bridge 20C0326

Contract Value Basic

Firm Name Person(s) e‐mail Nal Paula Lee paulanal1com $176323

Anchor QEA Nick Duffort Katie Chamberlin

nduffortanchorqeacom kchamberlinanchorqeacom $1157155

Cinquini Jim Dickey jdickeycinquinipassarinocom $4531371 Origer Janine Origer janineorigercom $1710917 Shannon and Wilson Martin Mcllroy MWMshanwilcom $5916619 Wreco Han Bin Liang hanbin_liangwrecocom $5488634 TOTAL SUBCONSULTANTS $18981019

Attachment B

Shannon amp Wilson (inc Woodward Drilling DBE) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee

Bob Mitchell Scott Gaulke Debanik Chaudri Martin McIlroy Ben Aldridge Robert Leaf Sandy Cotrell Lori Nelson

Function

Vice President 1 - Key Personnel Vice President 4 Sr Associate 2 Associate 3 - Key Personnel Professional III 5 Professional II 6 Sr Tech Services 7 Sr Office Services 8 Escalation Factor

Hours

8 0

16 51 0

96 14 8

Hourly Rate

6289 6695 6439 6130 3064 2719 3380 3695

Total

$50312 $000

$103024 $312630

$000 $261024 $47326 $29560 $24116

$803876 $24116

Total Direct Labor Costs 193 $827992 INDIRECT COSTS

Rate Total Fringe Benefits 8640 General Overhead 10387 Cost of Facilities Capital 000

Overhead 19027 $1575421 Total Indirect Costs $1575421

OTHER DIRECT COSTS Item Description Seismic Timer NOA Testing (1 CARB 435 and 1 TEM) Survey Equipment Environmental Data Report County PRMD Permit and Inspection fees County Encroachment Permit (No Fee and No Bond) Mileage Traffic Control (DBE - Traffic Pros) Per Diem (Preliminary and Design Phases) Overnight Mail Laboratory Testing Geotechnical

Quantity 0

1

3 1

540 2 3 1 1

Per Unit $500000 $655000 $100000 $400000 $325000

$0000 $0535

$3250000 $200000 $25000

$3340000

Total $0 $0

$100 $0

$975 $0

$289 $6500 $600 $25

$3340

$0 $0

$11829

FEE (Profit) 10 $240341

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Geotechnical Drilling (Woodward Drilling -- DBE) 2 Certified Asbestos Consultant

$20900

$2090000

TOTAL COST $5916619

Sonoma County Shannon amp Wilson (inc Woodward Drillin Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Vice President

4 Vice President

2 Sr Associate

3 - Key Personnel Associate

5 Professional III Professional II

6 Sr Tech Services

7 Sr Office Services

8 Total Hours

Total $

Hours Bob Mitchell

Hours Scott Gaulke

Hours Debanik Chaudri

Hours Martin McIlroy

Hours Ben Aldridge

Hours Robert Leaf

Hours Sandy Cotrell

Hours Lori Nelson

Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 41 Preliminary Foundation Memo (PFM) 1 4 8 12 2 2 29 $1279 Task 42 Planning amp Permitting 12 12 $326 Task 43 Traffic Control Task 44 Geologic Reconnaissance 1 2 40 43 $1273 Task 45 Laboratory Testing 2 2 4 8 $357 Task 46 Engineering and Geologic Analyses 1 6 8 16 31 $1375 Task 47 Prepare Draft Geotechnical Report 2 4 23 6 10 2 47 $2368 Task 48 Prepare Final Geotechnical Report 1 2 8 6 2 4 23 $1061 Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services Task 121 Pre-Construction Meeting Task 122 Construction Site Visits

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 16 51 96 14 8 193 $803876 6289 6695 6439 6130 3064 2719 3380 3695

503 - 1030 3126 - 2610 473 296 - 193 $8039 4 8 26 50 7 4 100

1032017

2017_10_03_Franz Creek Fee_RevisedSub 1

Shannon amp Wilson (inc Woodward Drilling DBE) COST PROPOSAL - OPTIONAL SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Bob Mitchell Vice President 1 - Key Personnel 2 6289 $12578 Scott Gaulke Vice President 4 0 6695 $000 Debanik Chaudri Sr Associate 2 2 6439 $12878 Martin McIlroy Associate 3 - Key Personnel 8 6130 $49040 Ben Aldridge Professional III 5 33 3064 $101120 Robert Leaf Professional II 6 24 2719 $65256 Sandy Cotrell Sr Tech Services 7 3 3380 $10141 Lori Nelson Sr Office Services 8 3 3695 $11085 $262099

Escalation Factor $7829 $7829

Total Direct Labor Costs 75 $269927 INDIRECT COSTS

Rate Total Fringe Benefits 8640 General Overhead 10387 Cost of Facilities Capital 000

Overhead 19027 $513590 Total Indirect Costs $513590

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Seismic Timer $500000 $000 NOA Testing (1 CARB 435 and 1 TEM) $655000 $000 Survey Equipment 1 $100000 $10000 Environmental Data Report $400000 $000 County PRMD Permit and Inspection fees 1 $325000 $32500 County Encroachment Permit (No Fee and No Bond) $0000 $000 Mileage 230 $0535 $12321 Traffic Control (DBE - Traffic Pros) 2 $3250000 $650000 Per Diem (Preliminary and Design Phases) 2 $200000 $40000 Overnight Mail 0 $25000 $000 Laboratory Testing Geotechnical 1 $1260000 $126000 Laboratory Testing Analytical (DBE - Sparger Technology) $1750000 $000

$8708

FEE (Profit) 10 $78352

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Geotechnical Drilling (Woodward Drilling -- DBE) $9218 2 Certified Asbestos Consultant (NAL - DBE)

$921800

TOTAL COST $2654490

Sonoma County Shannon amp Wilson (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Vice President

4 Vice President

2 Sr Associate Associate

3 Professional III

5 Professional II

6 Sr Tech Services

7 Sr Office Services

8 Total Hours

Total $

Hours Bob Mitchell

Hours Scott Gaulke

Hours Debanik Chaudri

Hours Martin McIlroy

Hours Ben Aldridge

Hours Robert Leaf

Hours Sandy Cotrell

Hours Lori Nelson

Hours 0 $0

Task 2 Preliminary Engineering 0 $0 Task 3 SurveyingMappingROW Engineering 0 $0 Task 4 Geotechnical Engineering 0 $0 Task 41 Preliminary Foundation Memo (PFM) 0 $0 Task 42 Planning amp Permitting 10 10 $277 Task 43 Traffic Control 0 $0 Task 44 Geologic Reconnaissance 2 28 30 $982 Task 45 Laboratory Testing 0 $0 Task 46 Engineering and Geologic Analyses 1 1 4 5 12 23 $861 Task 47 Prepare Draft Geotechnical Report 1 2 2 1 6 $222 Task 48 Prepare Final Geotechnical Report 1 1 1 1 2 6 $298 Task 5 Hydrology and Hydraulics 0 $0 Task 6 Environmental 0 $0 Task 7 Public Outreach 0 $0 Task 8 65 PSampE 0 $0 Task 9 95 PSampE 0 $0 Task 10 Final -100 PSampE 0 $0 Task 11 Pre-Construction Engineering Services 0 $0 Task 12 Construction Support Services 0 $0

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

2 0 2 8 33 24 3 3 0 75 $264045 6289 6695 6502 6190 3064 2773 3380 3713

126 - 130 495 1011 666 101 111 - 75 $2640 3 0 3 11 44 32 4 4 0 100

Attachment C

WRECO (DBE) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours Hourly Rate Total

H Liang A Ochoa TBD TBD TBD TBD TBD

Principal Engineer - Key Personnel Supervising Engineer Senior Engineer Associate Engineer Staff Engineer Senior Technician Clerical Tech Editor

16 4

68 188 128 28 6

9351 7731 6487 4327 3361 2942 2500

$1496 $309

$4411 $8135 $4302 $824 $150

INDIRECT COSTS Total Direct Labor Costs 438 $1962716

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS

Rate 7195 4010 2810 14015

Total

$2750746 $2750746

Item Description Travel and Per Diem Reproductions Overnight Delivery

Quantity 632 50 4

Per Unit $0535

$50000 $50000

Total $33825

$250000 $20000

$303825

FEE (Profit) 10 $471346

$000

TOTAL COST $5488634

Sonoma County WRECO (DBE) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description ngineer - Key Person Principal

Engineer Supervising

Engineer Senior

Engineer Associate

Engineer Staff

Technician Senior

Tech Editor Clerical Total

Hours Total

$

Hours H Liang

Hours A Ochoa

Hours TBD

Hours TBD

Hours TBD

Hours TBD

Hours TBD

Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 51 Data Collection and Site Review 1 8 8 17 $959 Task 52 Hydraulics Analyses 1 4 8 16 2 31 $1296 Task 53 Documentation 1 8 12 8 29 $1401 Task 54 Scour Analyses 1 4 8 8 21 $968 Task 55 Design Hydrology and Hydraulics Reports and Studies Task 551 Design Hydrology and Hydraulics Report Task 5511 Draft Design Hydrology and Hydraulics Report 2 4 8 16 1 31 $1355 Task 5512 Final Design Hydrology and Hydraulics Report 1 2 6 8 1 18 $777 Task 552 Location Hydraulic Study Task 5521 Draft Location Hydraulic Study 1 4 10 4 1 20 $945 Task 5522 Final Location Hydraulic Study 1 2 4 2 1 10 $489 Task 56 Dry Weather Flow and Bypass 1 4 12 4 2 23 $1066 Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER Task 6312 Revised HRER Task 6313 Final HRER Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR Task 6322 Revised ASR Task 6323 Final ASR Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise Task 672 Revise Noise Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR 05 2 4 24 20 1 515 $2197 Task 682 Revise WQAR 05 1 1 12 8 05 23 $990 Task 683 Final WQAR 1 1 4 4 05 105 $462 Task 7 Public Outreach Task 8 65 PSampE Task 81 BridgeStructural Design Development Task 82 Bridge Approach Roadways Task 821 Roadway Civil Design Task 822 Traffic Design Task 83 Channel Protection Design 1 8 24 12 12 57 $2407 Task 84 Stormwater Pollution Prevention Plan Task 85 Erosion Control Plans Task 86 Engineering Support to the Permit Process Task 87 Cost Estimate amp Specifications 05 2 8 4 145 $657 Task 88 Contract Drawings - Prepare Submittal Task 89 QCQA Task 9 95 PSampE Task 91 Address County Comments 05 1 4 55 $285 Task 92 Complete Design and Bid Documents 1 4 16 8 8 37 $1550 Task 93 Independent Design Check Task 94 Cost Estimate amp Specifications 05 2 6 2 105 $503 Task 95 Perform 95 QCQA Task 10 Final -100 PSampE Task 101 Address County Comments 1 1 2 4 $245 Task 102 Finalize Documents 05 4 12 4 4 245 $1078 Task 103 Prepare Final Deliverables Task 104 Federal Funding Assistance Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

16 4 68 188 128 28 6 438 $19627 $9351 $7731 $6487 $4327 $3361 $2942 $2500

1496 309 4411 8135 4302 824 150 - - 438 $19627 4 1 16 43 29 6 1 100

Notes

1032017

2017_10_03_Franz Creek Fee_RevisedSub 2

Attachment D

Circlepoint (Optional) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Germano Title Project Mgr 12 6250 $75000 Pham Title Sr Associate 56 3466 $194096 Morales Title Coordinator 59 2765 $163135 Seward Title Sr Art Director 6 5300 $31800 Nelson Title Sr Web Designer 0 3724 $000 Krager Title Sr Graphic Design 8 3628 $29024 Sonne Title WebGraphic Design 32 3300 $105600

Escalation Factor $188

Total Direct Labor Costs 173 $617503 INDIRECT COSTS

Rate Total Fringe Benefits 5932 General Overhead 12840 Cost of Facilities Capital 000

Overhead 18772 $1159177 Total Indirect Costs $1159177

OTHER DIRECT COSTS Item Description Quantity Per Unit Total

Mileage 1296 $0535 $69300 Reproduction 1 $350000 $350000 Display Ads 1 $100000 $100000 Exhibit Boards 12 $12000 $144000 Room Rentals 1 $33333 $33333 Online Survey 1 $2000 $2000

$698633

FEE (Profit) 10 $177668

TOTAL COST $2652981

Sonoma County Circlepoint (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Title

Project Mgr Title

Sr Associate Title

Coordinator Title

Sr Art Director Title

Sr Web Designer Title

Sr Graphic Design Title

WebGraphic Design Total Hours

Total $

Hours Germano

Hours Pham

Hours Morales

Hours Seward

Hours Nelson

Hours Krager

Hours Sonne

Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 71 Public Outreach Meetings (2 meetings1 day) 5 20 24 4 4 20 77 $2686 Task 72 Sonoma County Board of Supervisor Meetings (1 total) 6 6 $208

4 15 20 2 4 12 57 $1970 3 15 15 33 $1122

Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

12 56 59 6 8 32 173 $5987 625 347 277 530 372 363 330

75000 194096 163135 31800 29024 105600 - - 173 $5987 7 32 34 3 5 18 100

Notes

56

1032017

2017_10_03_Franz Creek Fee_RevisedSub 3

Attachment E

Cinquini and Passarino COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

0 Principal Professional Land Surveyor 1 - Key Personn 26 6500 $1690 0 Professional Land Surveyor 2 88 5250 $4620 0 Staff Surveyor 3 24 3200 $768 0 Cad Technician 4 56 3100 $1736 0 1 Person Crew 5 0 3975 $0 0 2 Person Crew 6 78 7250 $5655 0 3 Person Crew 7 0 10531 $0 0 Office Manager 8 0 3245 $0 0 Admin Staff 9 0 2448 $0 0 Staff Surveyor 10 0 000 $0

Total Direct Labor Costs 272 $1446900 INDIRECT COSTS

Rate Total Fringe Benefits 7249 General Overhead 8897 Cost of Facilities Capital 000

Overhead 16146 $2336165 Total Indirect Costs $2336165

OTHER DIRECT COSTS Item Description Quantity Per Unit Total

1 Title Reports 4 $750000 $3000 2 Record of Survey 1 $700000 $700

$3700

FEE (Profit) 10 $378306

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 2

$000

TOTAL COST $4531371

Sonoma County Cinquini and Passarino Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel l Professional Land S

2 fessional Land Surve

3 Staff Surveyor

4 Cad Technician

5 1 Person Crew

6 2 Person Crew 3 Person Crew

7 Office Manager

8 Admin Staff

9 Staff Surveyor

10 ncipal Prof Land Surve

11 Total Hours

Total $

Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 31 Topographic Survey 6 16 40 30 92 $4645 Task 32 Right-of-Way (ROW) 8 32 8 24 72 $4196 Task 321 Boundary Surveys Task 322 Appraisal Mapping - Task Deleted Task 33 Title Reports 4 4 $210 Task 34 Legal Descriptions 10 24 16 50 $2422 Task 35 Creek Cross Sections for Hydraulic Analysis 6 8 24 38 $2303 Task 36 Survey Control Sheet 2 6 8 16 $693 Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

26 88 24 56 78 272 $14469 650 525 320 310 398 725 1053 325 245 1690 4620 768 1736 - 5655 - - - - - 272 $14469

10 32 9 21 29 100

1032017

2017_10_03_Franz Creek Fee_RevisedSub 5

Attachment F

NAL COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

De Arcos Senior Envir Consultant 1 8000 $80 Lee Envir Consultant - Key Personnel 8 7500 $600 Scott Technician I 3 6000 $180 Hall Office Support 4 3000 $120

0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0

Total Direct Labor Costs 16 $98000 INDIRECT COSTS

Rate Total Fringe Benefits 1500 General Overhead 2000 Cost of Facilities Capital 009

Overhead 3509 $34388 Total Indirect Costs $34388

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Mileage (one field visit and two project meetings in Santa Rosa) 256 $0535 $137 Data Collection (up to five intersections) 10 $17000 $170

$307

FEE (Profit) 10 $13239

$000

TOTAL COST $176323

Sonoma County NAL Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task Description Envir Consultant Senior Envir Consultant -

Key Personnel Technician I Office Support Total Hours

Total $

De Arcos Lee Scott HallHours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours

Task 1 Project Management Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 61 Initial Site Assessment (ISA) 5 3 8 $555 Task 611 Draft ISA 1 3 4 $170 Task 612 Revised ISA 2 05 25 $165 Task 613 Final ISA 1 05 15 $90 Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

1 8 3 4

- - - - - - - - -

16 800 750 600 300

16 $98080 600 180 120 6 50 19 25 100

Notes

1032017

2017_10_03_Franz Creek Fee_RevisedSub 6

Attachment G

Origer COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours Hourly Rate Total

Janine Origer Vicki Beard

Principal Investgator 1 - Key Personnel Architectural Historian 2 Staff

60 122

0

2800 2800 1800

$1680 $3416

$0

Total Direct Labor Costs INDIRECT COSTS

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS Item Description mileage Northwest Inform Hourly access fee Copies per page fee for paper or digital copies Historical societ Research fees

182

Quantity 40

1

Rate 9000 11300

005 20305

Per Unit $0535

$100000 $0150

$100000

Total

$1034743

Total $21 $100

$0 $0

$509600

$1034743

$121

FEE (Profit) 10 $154434

TOTAL COST $1710917

Sonoma County Origer Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Principal InvestgatorA

2 rchitectural Historian Staff Total

Hours Total

$

Hours Janine Origer

Hours Vicki Beard

Hours Hours Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) 12 102 114 $3192 Task 631 Historic Resources Evaluation Report (HRER) 16 16 $448 Task 6311 Draft HRER 4 4 $112 Task 6312 Revised HRER Task 6313 Final HRER 32 32 $896 Task 632 Archaeological Survey Report (ASR) 4 4 $112 Task 6321 Draft ASR 2 2 $56 Task 6322 Revised ASR Task 6323 Final ASR 6 6 $168 Task 633 Historic Properties Survey Report (HPSR) 2 2 $56 Task 6331 Draft HPSR 2 2 $56 Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise Task 672 Revise Noise Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR Task 682 Revise WQAR Task 683 Final WQAR Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

60 122 182 280 280 180 1680 3416 - - - - - - - 182 $5096

33 67 100 Notes

2017_10_03_Franz Creek Fee_RevisedSub 7

1032017

Attachment H

Anchor QEA COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Josh Burnam Managing Partner 8 $9010 $721 Katie Chamberlin Project Manager - Key Personnel 6 $5600 $336 Nick Duffort Senior PlannerBiologist - Key Personnel 66 $3800 $2508 Jordan Theyel Editor 14 $2480 $347

0 0 $000 $0 0 0 $000 $0

Total Direct Labor Costs 94 $391200 INDIRECT COSTS

Rate Total Fringe Benefits 9354 General Overhead 7297 Cost of Facilities Capital 018

Overhead 16669 $652091 Total Indirect Costs $652091

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Hotel $200000 $0 Travel 178 $0535 $95

$95

FEE (Profit) 10 $104329

TOTAL COST $1157155

Sonoma County Anchor QEA Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Managing Partner t Manager - Key PernnerBiologist - Key Editor Total Hours

Total $

Hours Josh Burnam

Hours Katie Chamberlin

Hours Nick Duffort

Hours Jordan Theyel

Hours Hours Hours Hours Hours

Task 11 Project kickoff Meeting Task 12 ProjectStaff Management Task 13 Meetings Task 14 Work Progress Form Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER Task 6312 Revised HRER Task 6313 Final HRER Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR Task 6322 Revised ASR Task 6323 Final ASR Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise 20 20 $760 Task 671 Draft Noise 6 4 34 10 54 $2305 Task 672 Revise Noise Task 673 Final Noise 2 2 12 4 20 $847 Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR Task 682 Revise WQAR Task 683 Final WQAR Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 6 66 14 94 $9010 $5600 $3800 $2480

721 336 2508 347 - - - - - 94 $3912 9 6 70 15 100

Notes

2017_10_03_Franz Creek Fee_RevisedSub 8

1032017

Anchor QEA (Optional) COST PROPOSAL - OPTIONAL SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours

Josh Burnam Managing Partner 0 Katie Chamberlin Project Manager - Key Personnel 0 Nick Duffort Senior PlannerBiologist - Key Personne 8 Jordan Theyel Editor 0

0 0 0 0

Total Direct Labor Costs 8 INDIRECT COSTS

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS Item Description Quantity Hotel Travel

Hourly Rate

90 $5599 $3598 $2403 $000 $000

Rate 9354 7297 018 16669

Per Unit $235000

$0535

Total

$0 $0

$288 $0 $0 $0

Total

$47980

Total $0 $0

$28784

$47980

$0

FEE (Profit) 10 $7676

TOTAL COST $84440

Sonoma County Anchor QEA (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Managing Partner t Manager - Key PernnerBiologist - Key Editor Total Hours

Total $

Hours Josh Burnam

Hours Katie Chamberlin

Hours Nick Duffort

Hours Jordan Theyel

Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 67 Noise Task 671 Draft Noise 8 8 $288 Task 672 Revise Noise Task 673 Final Noise Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 8 9005 5599 3598 2403

- - 288 - - - - - - 8 $288 100 100

Notes

2017_10_03_Franz Creek Fee_RevisedSub 8-Optional

1032017

EXHIBIT B- Insurance Requirements

With respect to performance of work under this Agreement Consultant shall maintain and shall require all of its subcontractors consultants and other agents to maintain insurance as described below unless such insurance has been expressly waived by the attachment of a Waiver of Insurance Requirements Any requirement for insurance to be maintained after completion of the work shall survive this Agreement

County reserves the right to review any and all of the required insurance policies andor endorsements but has no obligation to do so Failure to demand evidence of full compliance with the insurance requirements set forth in this Agreement or failure to identify any insurance deficiency shall not relieve Consultant from nor be construed or deemed a waiver of its obligation to maintain the required insurance at all times during the performance of this Agreement

1 Workers Compensation and Employers Liability Insurance a Required if Consultant has employees as defined by the Labor Code of the State of

California b Workers Compensation insurance with statutory limits as required by the Labor Code of

the State of California c Employers Liability with minimum limits of $1000000 per Accident $1000000 Disease

per employee $1000000 Disease per policy d Required Evidence of Insurance Certificate of Insurance

If Consultant currently has no employees as defined by the Labor Code of the State of California Consultant agrees to obtain the above-specified Workers Compensation and Employers Liability insurance should employees be engaged during the term of this Agreement or any extensions of the term

2 General Liability Insurance a Commercial General Liability Insurance on a standard occurrence form no less broad than

Insurance Services Office (ISO) form CG 00 01 b Minimum Limits $1000000 per Occurrence $2000000 General Aggregate $2000000

ProductsCompleted Operations Aggregate The required limits may be provided by a combination of General Liability Insurance and Commercial Excess or Commercial Umbrella Liability Insurance If Consultant maintains higher limits than the specified minimum limits County requires and shall be entitled to coverage for the higher limits maintained by Consultant

c Any deductible or self-insured retention shall be shown on the Certificate of Insurance If the deductible or self-insured retention exceeds $25000 it must be approved in advance by County Consultant is responsible for any deductible or self-insured retention and shall fund it upon Countyrsquos written request regardless of whether Consultant has a claim against the insurance or is named as a party in any action involving the County

d The County of Sonoma its Officers Agents and Employees shall be endorsed as additional insureds for liability arising out of operations by or on behalf of the Consultant in the performance of this Agreement

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 1 of 3 STPLZ-5920(149)

e The insurance provided to the additional insureds shall be primary to and non-contributory with any insurance or self-insurance program maintained by them

f The policy definition of ldquoinsured contractrdquo shall include assumptions of liability arising out of both ongoing operations and the products-completed operations hazard (broad form contractual liability coverage including the ldquofrdquo definition of insured contract in ISO form CG 00 01 or equivalent)

g The policy shall cover inter-insured suits between the additional insureds and Consultant and include a ldquoseparation of insuredsrdquo or ldquoseverabilityrdquo clause which treats each insured separately

h Required Evidence of Insurance i Copy of the additional insured endorsement or policy language granting additional

insured status and ii Certificate of Insurance

3 Automobile Liability Insurance a Minimum Limit $1000000 combined single limit per accident The required limits may

be provided by a combination of Automobile Liability Insurance and Commercial Excess or Commercial Umbrella Liability Insurance

b Insurance shall cover all owned autos If Consultant currently owns no autos Consultant agrees to obtain such insurance should any autos be acquired during the term of this Agreement or any extensions of the term

c Insurance shall cover hired and non-owned autos d Required Evidence of Insurance Certificate of Insurance

4 Professional LiabilityErrors and Omissions Insurance a Minimum Limits $1000000 per claim or per occurrence $1000000 annual aggregate b Any deductible or self-insured retention shall be shown on the Certificate of Insurance If

the deductible or self-insured retention exceeds $25000 it must be approved in advance by County

c If the insurance is on a Claims-Made basis the retroactive date shall be no later than the commencement of the work

d Coverage applicable to the work performed under this Agreement shall be continued for two (2) years after completion of the work Such continuation coverage may be provided by one of the following (1) renewal of the existing policy (2) an extended reporting period endorsement or (3) replacement insurance with a retroactive date no later than the commencement of the work under this Agreement

e Required Evidence of Insurance Certificate of Insurance

5 Standards for Insurance Companies Insurers other than the California State Compensation Insurance Fund shall have an AM Bests rating of at least AVII

6 Documentation a The Certificate of Insurance must include the following reference Franz Valley School

Road over Franz Creek Bridge Replacement (C14007)

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 2 of 3 STPLZ-5920(149)

b All required Evidence of Insurance shall be submitted prior to the execution of this Agreement Consultant agrees to maintain current Evidence of Insurance on file with County for the entire term of this Agreement and any additional periods if specified in Sections 1 ndash 4 above

c The name and address for Additional Insured endorsements and Certificates of Insurance is The County of Sonoma its Officers Agents and Employees Attn Olesya Tribukait 2300 County Center Drive Suite B100 Santa Rosa CA 95403

d Required Evidence of Insurance shall be submitted for any renewal or replacement of a policy that already exists at least ten (10) days before expiration or other termination of the existing policy

e Consultant shall provide immediate written notice if (1) any of the required insurance policies is terminated (2) the limits of any of the required policies are reduced or (3) the deductible or self-insured retention is increased

f Upon written request certified copies of required insurance policies must be provided within thirty (30) days

7 Policy Obligations Consultants indemnity and other obligations shall not be limited by the foregoing insurance requirements

8 Material Breach If Consultant fails to maintain insurance which is required pursuant to this Agreement it shall be deemed a material breach of this Agreement County at its sole option may terminate this Agreement and obtain damages from Consultant resulting from said breach Alternatively County may purchase the required insurance and without further notice to Consultant County may deduct from sums due to Consultant any premium costs advanced by County for such insurance These remedies shall be in addition to any other remedies available to County

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 3 of 3 STPLZ-5920(149)

ATTACHMENT B DATE (MMDDYYYY)

CERTIFICATE OF LIABILITY INSURANCE 03182017

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER

Suite 370 3780 Mansell Road

Greyling Insurance Brokerage

Alpharetta GA 30022

1-770-552-4225 CONTACT NAME Jerry Noyola PHONE (AC No Ext) 770-552-4225

FAX (AC No) 866-550-4082

ADDRESS E-MAIL jerrynoyolagreylingcom

INSURER(S) AFFORDING COVERAGE NAIC

INSURER A NATIONAL UNION FIRE INS CO OF PITTS 19445

INSURED

Rancho Cordova CA 95670 Suite 100 10680 White Rock Road TRC Companies Inc TRC Engineers Inc

INSURER B XL SPECIALTY INS CO 37885

INSURER C NEW HAMPSHIRE INS CO 23841

INSURER D STEADFAST INS CO 26387

INSURER E

INSURER F

COVERAGES CERTIFICATE NUMBER 49364000 REVISION NUMBER

CERTIFICATE HOLDER

AUTHORIZED REPRESENTATIVE

CANCELLATION

LOCJECT PROshy

POLICY

GENL AGGREGATE LIMIT APPLIES PER

OCCURCLAIMS-MADE

COMMERCIAL GENERAL LIABILITY

PREMISES (Ea occurrence) $ DAMAGE TO RENTED EACH OCCURRENCE $

MED EXP (Any one person) $

PERSONAL amp ADV INJURY $

GENERAL AGGREGATE $

PRODUCTS - COMPOP AGG $

$RETENTIONDED

CLAIMS-MADE

OCCUR

$

AGGREGATE $

EACH OCCURRENCE $UMBRELLA LIAB

EXCESS LIAB

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES (ACORD 101 Additional Remarks Schedule may be attached if more space is required)

INSR LTR TYPE OF INSURANCE POLICY NUMBER

POLICY EFF (MMDDYYYY)

POLICY EXP (MMDDYYYY) LIMITS

PER STATUTE

OTHshyER

EL EACH ACCIDENT

EL DISEASE - EA EMPLOYEE

EL DISEASE - POLICY LIMIT

$

$

$

ANY PROPRIETORPARTNEREXECUTIVE

If yes describe under DESCRIPTION OF OPERATIONS below

(Mandatory in NH) OFFICERMEMBER EXCLUDED

WORKERS COMPENSATION AND EMPLOYERS LIABILITY Y N

AUTOMOBILE LIABILITY

ANY AUTO ALL OWNED SCHEDULED

HIRED AUTOS NON-OWNED

AUTOS AUTOS

AUTOS

COMBINED SINGLE LIMIT

BODILY INJURY (Per person)

BODILY INJURY (Per accident)

PROPERTY DAMAGE $

$

$

$

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSD ADDL

WVD SUBR

N A

$

$

(Ea accident)

(Per accident)

OTHER

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

1000000

Department of Transporation and Public Works County of Sonoma

Including Pollution Liability

Contractual Liability

Professional Liability

X

X

040117

040117

040118 040118

D

1000000

Suite B-100 2300 County Center Drive

500000

X

non-contributory where required by written contract contract The above referenced liability policies with the exception of professional liability are primary amp liability policies with the exception of workers compensation amp professional liability where required by written The County of Sonoma its officers agents amp employees are named as Additional Insureds on the above referenced

10000

Re As contracted with Sonoma County Transportation amp Public Works

040118

040118

040118

N 1000000

2000000

X

X

9000000

Santa Rosa CA 95403

X

X

9000000

1000000

USA

040117

040117

1000000

040118A

B

X

2000000

X

0401175341999

040118X

5000000

5000000

Martha Cheever

X

25000

Aggregate

Per ClaimPEC019684301

US00075712LI17A

040117 040117

4773667 (AOS)

22298274 (AOS)

4773668 (MA)

22298275 (CA)

1000000

X

A

C

A

A

copy 1988-2014 ACORD CORPORATION All rights reserved ACORD 25 (201401) The ACORD name and logo are registered marks of ACORD JNoyola 49364000

Exhibit C

DISADVANTAGED BUSINESS ENTERPRISES (DBE)

THIS PROJECT IS SUBJECT TO TITLE 49 CFR 2613(B)

The consultant sub recipient or subcontractor shall not discriminate on the basis of race color

national origin or sex in the performance of this contract The consultant shall carry out

applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted

agreements Failure by the consultant to carry out these requirements is a material breach of this

agreement which may result in the termination of this agreement or such other remedy as the

recipient deems appropriate which may include but is not limited to (1) Withholding monthly progress payments (2) Assessing sanction (3) Liquidated damages andor (4) Disqualifying

the contractor from future bidding as non-responsible

Consultant must take necessary and reasonable steps to ensure that DBEs have opportunity to

participate in the agreement (49 CFR 26)

To ensure equal participation of DBEs provided in 49 CFR 265 the Department shows a goal

for DBEs Consultant must make work available to DBEs and select work parts consistent with

available DBE subcontractors and suppliers

Consultant must meet the DBE goal shown in Section 1342 of Agreement or demonstrate that

adequate good faith efforts have been made to meet this goal It is the consultantrsquos responsibility

to verify that the DBE firm is certified as DBE at date of proposal opening For a list of DBEs

certified by the California Unified Certification Program go to

httpwwwdotcagovhqbepfind_certifiedhtm

All DBE participation will count toward the Departments federally mandated statewide overall

DBE goal

Credit for materials or supplies you purchase from DBEs counts towards the goal in the

following manner

1 100 percent counts if the materials or supplies are obtained from a DBE manufacturer

2 60 percent counts if the materials or supplies are obtained from a DBE regular dealer

3 Only fees commissions and charges for assistance in the procurement and delivery of

materials or supplies count if obtained from a DBE that is neither a manufacturer or

regular dealer 49 CFR 2655 defines manufacturer and regular dealer

You receive credit towards the goal if you employ a DBE trucking company that performs a

commercially useful function as defined in 49 CFR 2655(d)(1) through (4) and (6)

DBE GOAL The Disadvantaged Business Enterprise (DBE) goal for this project is 11

DBE COMMITMENT SUBMITTAL Submit DBE information on the Caltrans Bidder ndash DBE Commitment form included as within this Agreement The form must be completed and returned with the agreement Submit written confirmation from each DBE stating that it is participating in the contract Include confirmation with the DBE Commitment form A copy of a DBEs quote will serve as written confirmation that the DBE is participating in the contract

It is the consultantrsquos responsibility to verify that the firm is certified as of the date of submittal Listings of DBEs certified by the CUCP are available at httpwwwdotcagovhqbeq Click the ldquoFind a Certified Firmrdquo link

GOOD FAITH EFFORTS SUBMITTAL If you have not met the DBE goal complete and submit the Good Faith Efforts Documentation form with the proposal showing that you made adequate good faith efforts to meet the goal Only good faith efforts directed towards obtaining participation by DBEs will be considered If your DBE Commitment form shows that you have met the DBE goal or if you are required to submit the DBE Commitment form you must also submit good faith efforts documentation Good faith efforts documentation must include the following information and supporting documents as necessary

1 Items of work the consultant has made available to DBE firms Identify those items of

work you might otherwise perform with its own forces and those items that have been

broken down into economically feasible units to facilitate DBE participation For each

item listed show the dollar value and percentage of the total contract It is your

responsibility to demonstrate that sufficient work to meet the goal was made available to

DBE firms

2 Names of certified DBEs and dates on which they were solicited to bid on the project

Include the items of work offered Describe the methods used for following up initial

solicitations to determine with certainty if the DBEs were interested and the dates of the

follow-up Attach supporting documents such as copies of letters memos facsimiles

sent telephone logs telephone billing statements and other evidence of solicitation You

are reminded to solicit certified DBEs through all reasonable and available means and

provide sufficient time to allow DBEs to respond

3 Name of selected firm and its status as a DBE for each item of work made available

Include name address and telephone number of each DBE that provided a quote and

their price quote If the firm selected for the item is not a DBE provide the reasons for

the selection

4 Name and date of each publication in which you requested DBE participation for the

project Attach copies of the published advertisements

5 Names of agencies and dates on which they were contacted to provide assistance in

contacting recruiting and using DBE firms If the agencies were contacted in writing

provide copies of supporting documents

6 List of efforts made to provide interested DBEs with adequate information about the

plans specifications and requirements of the contract to assist them in responding to a

solicitation If you have provided information identify the name of the DBE assisted the

nature of the information provided and date of contact Provide copies of supporting

documents as appropriate

7 List of efforts made to assist interested DBEs in obtaining bonding lines of credit

insurance necessary equipment supplies and materials excluding supplies and

equipment that the DBE subcontractor purchases or leases from the prime consultant or

its affiliate If such assistance is provided by you identify the name of the DBE assisted

nature of the assistance offered and date assistance was provided Provide copies of

supporting documents as appropriate

8 Any additional data to support demonstration of good faith efforts

SUBCONTRACTOR AND DBE RECORDS

The Consultant shall maintain records showing the name and business address of each first-tier

subcontractor The records shall also show the name and business address of every DBE

subcontractor DBE vendor of materials and DBE trucking company regardless of tier The

records shall show the date of payment and the total dollar figure paid to all of these 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

Upon completion of the Agreement a summary of these records shall be prepared on Final

Report-Utilization of Disadvantaged Business Enterprise (DBE) First Tier Subcontractors

Form CEM-2402(F) and certified correct by the Consultant or the Consultants authorized

representative and shall be furnished to the County Engineer The form shall be furnished to the

Engineer within 90 days from the date of contract acceptance

Prior to the fifteenth of each month the Consultant shall submit documentation to the Engineer

showing the amount paid to DBE trucking companies The Consultant shall also obtain and

submit documentation to the Engineer showing the amount paid by DBE trucking companies to

all firms including owner-operators for the leasing of trucks If the DBE who leases trucks

from a non-DBE the Consultant may count only for the fee or commission the DBE receives as

a result of the lease arrangement

The Consultant shall also obtain and submit documentation to the Engineer showing the truck

number owners name California Highway Patrol CA number and if applicable the DBE

certification number of the owner of the truck for all trucks used during that month This

documentation shall be submitted on Monthly DBE Trucking Verification Form CEM- 2404

(F)

DBE CERTIFICATION STATUS

If a DBE subcontractor is decertified during the life of the project the decertified subcontractor

shall notify the Consultant in writing with the date of decertification If a subcontractor becomes

a certified DBE during the life of the project the subcontractor shall notify the Consultant in

writing with the date of certification The Consultant shall furnish the written documentation to

the Engineer

Upon completion of the contract Disadvantaged Business Enterprise (DBE) Certification Status

Change Form CEM-2403 (F) indicating the DBEs existing certification status shall be signed

and certified correct by the Consultant The certified form shall be furnished to the Engineer

within 90 days from the date of contract acceptance

PERFORMANCE OF DBE SUBCONTRACTORS AND SUPPLIERS

The DBEs listed by the Consultant in response to the provisions in Section 2-102B Submission

of DBE Information and Section 3 Award and Execution of Contract of these special

provisions which are determined by the Department to be certified DBEs shall perform the

work and supply the materials for which they are listed unless the Consultant has received prior

written authorization to perform the work with other forces or to obtain the materials from other

sources

Authorization to use other forces or sources of materials may be requested for the following

reasons

A The listed DBE after having had a reasonable opportunity to do so fails or

refuses to execute a written contract when such written contract based upon the

general terms conditions plans and specifications for the project or on the terms of

such subcontractors or suppliers written bid is presented by the Consultant

B The listed DBE becomes bankrupt or insolvent

C The Listed DBE fails or refuses to perform the subcontract or furnish the listed

materials

D The Consultant stipulated that a bond was a condition of executing a subcontract

and the listed DBE subcontractor fails or refuses to meet the bond requirements of

the Consultant

E The work performed by the listed subcontractor is substantially unsatisfactory and

is not in substantial conformance with the plans and specifications or the

subcontractor is substantially delaying or disrupting the progress of the work

F It would be in the best interest of the County

The Consultant shall not be entitled to any payment for such work or material unless it is

performed or supplied by the listed DBE or by other forces (including those of the

Consultant) pursuant to prior written authorization of the Engineer

Local Assistance Procedures Manual ATTACHMENT P Exhibit 10-01 middot Consultant Proposal DBE Commitment

EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT

1 Local Agency County Of Sonoma 2 Contract DBE Goal 11 ~~~~~~~~~~~~~

3 Project Description Consulting Engineering Services for Replacement of the Franz Creek Bridge

4 Project Location Franz Valley School Road Sonoma County CA

5 Consultants Name TRC Engineers Inc 6 Prime Certified DBE O

7 Description of Work Service or Materials Supplied

Geotechnical - Driller

Traffic Control

HydrologyHydraulicsScour

8 DBE Certification

Number

37877

42433

30066

Local Agency to Complete this Section

17 Local Agency Contracl Number C14007

18 Federal-Aid Project Number BRL0-5920(149)

19 Proposed Contract Execution Date

Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate

~~ 2oy-a1 Agency Representatives Signature

Angela Silvestri 22 Local Agency Representatives Name

Department Analyst DBELO 24 Local Agency Representatives Title

1 ZtJ 12 21 Date

707-565-2758 23 Phone

9 DBE Contact Information

Woodward Drilling

Traffic Control Pros

WRECO

11 TOTAL CLAIMED DBE PARTICIPATION

10 DBE

393

170

717

128

IMPORTANT Identify all DBE firms being claimed for credit regardless of tier Written confirmation of each listed DBE is required

~

~ cfZV(A_---fl0617 12 Preparers SiJ(r-i~ture 13 Date

Mark lmbriani 916-366-0632 14 Preparers Name 15 Phone

Vice President 16 Preparers Title

DISTRIBUTION Original - Included with consultants proposal to local agency

ADA Notice For individuals with sensory disabilities this document is available in alternate formats For information call (916) 654-641 O or TDD (916) 654shy3880 or write Records and Forms Management 1120 N Street MS-89 Sacramento CA 95814

Page 1 of2 July 23 2015

Local Assistance Procedures Manual Exhibit 10-O1 Consultant Proposal DBE Commitment

INSTRUCTIONS ndash CONSULTANT PROPOSAL 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 Consultantrsquos Name - Enter the consultantrsquos firm name 6 Prime Certified DBE - Check box if prime contractor is a certified DBE 7 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 consultantrsquos 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 8 DBE Certification Number - Enter the DBErsquos Certification Identification Number All DBEs must be certified on the date bids are opened 9 DBE Contact Information - Enter the name address and phone number of all DBE subcontracted consultants Also enter the prime consultantrsquos name and phone number if the prime is a DBE 10 DBE - Percent participation of work to be performed or service provided by a DBE Include the prime consultant if the prime is a DBE See LAPM Chapter 9 for how to count fullpartial participation 11 Total Claimed DBE Participation - Enter the total DBE participation claimed If the total claimed is less than item ldquoContract DBE Goalrdquo an adequately documented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM) 12 Preparerrsquos Signature - The person completing the DBE commitment form on behalf of the consultantrsquos firm must sign their name 13 Date - Enter the date the DBE commitment form is signed by the consultantrsquos preparer 14 Preparerrsquos Name - Enter the name of the person preparing and signing the consultantrsquos DBE commitment form 15 Phone - Enter the area code and phone number of the person signing the consultantrsquos DBE commitment form 16 Preparerrsquos Title - Enter the positiontitle of the person signing the consultantrsquos DBE commitment form

LOCAL AGENCY SECTION

17 Local Agency Contract Number - Enter the Local Agency contract number or identifier 18 Federal-Aid Project Number - Enter the Federal-Aid Project Number 19 Proposed Contract Execution Date - Enter the proposed contract execution date 20 Local Agency Representativersquos 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 21 Date - Enter the date the DBE commitment form is signed by the Local Agency Representative 22 Local Agency Representativersquos Name - Enter the name of the Local Agency Representative certifying the consultantrsquos DBE commitment form 23 Phone - Enter the area code and phone number of the person signing the consultantrsquos DBE commitment form 24 Local Agency Representative Title - Enter the positiontitle of the Local Agency Representative certifying the consultantrsquos DBE commitment form

Page 2 of 2 July 23 2015

--------

Local Assistance Procedures Manual Exhibit 10-02 Consultant Contract DBE Commitment

E XHIBIT 10-02 CONSULTANT CONTRACT DBE COMMITMENT

1 Local Agency County of Sonoma 2 Contract DBE Goal 11 -------------------~ ------------~

3 Project Description Consulting Engineering Services for Replacement of the Franz Creek Bridge

4 Project Location Franz Valley School Road Sonoma County CA

5 Consultants Name TRC Engineers Inc 6 Prime Certified DBE D 7 Total Contract Award Amount

8 Total Dollar Amount for ALL Subconsultants $258 148 9 Total Number of ALL Subconsultants 9

10 Description of Work Service or Materials Supplied

11 DBE Certification

Number

Geotechnical- Driller 37877

HydrologyHydraulicsScourGeotechnical 30066

Local Agency to Complete this Section

20 Local Agency Contract ~h1mhormiddot

21 Federal-Aid Project Number

22 Contract Execution n

Local Agency certifies that all DBE certifications are valid and infonnation on this fonn is complete and accurate

23 Local Agency Representatives Signature 24 Date

25 Local Agency Representatives Name 26 Phone

27 Local Agency Representatives Title

13 DBE 12 DBE Contact lnfonnation Dollar

Amount

Woodward Drilling 550 River Road FOO Vista CA 94571 $26274707-374-4300

NRECO 1243 Alpine Roa d 108 Walnut Creek CA 94 596 $54886925-941 -0017

$81 160 14 TOTAL CLAIMED DBE PARTICIPATION

116

IMPORTANT Identify all DBE inns being claimed for credit regardless of tier Written confirmation of each listed DBE is required

PMd~A-- 102616 15 Preparers S~ature 16 Date

Mark A lmbriani 916-366-0632 17 Preparers Name 18 Phone

Vice President 19 Preparers Title

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

ADA Notice For individuals with sensory disabilities this document is available in alternate fonmats For infonmation call (916) 654-6410 or TDD (916) 654shy3880 or write Records and Fonms Management 1120 N Street MS-89 Sacramento CA 95814

Page 1 of2 July 23 2015

Local Assistance Procedures Manual Exhibit 10-02 Consultant Contract DBE Commitment

INSTRUCTIONS - CONSUL TANT CONTRACT DBE COMMITMENT

CONSUL TANT 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 Consultants Name - Enter the consultants 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 consultants 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 ofDBE firms 11 DBE Certification Number - Enter the DBEs 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 consultants name and phone number ifthe 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 fullpartial 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) Ifthe 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 Preparers Signature - The person completing the DBE commitment form on behalf of the consultants firm must sign their name 16 Date - Enter the date the DBE commitment form is signed by the consultants preparer 17 Preparers Name - Enter the name of the person preparing and signing the consultants DBE commitment form 18 Phone - Enter the area code and phone number of the person signing the consultants DBE commitment form 19 Preparers Title - Enter the positiontitle of the person signing the consultants 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 Representatives 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 Representatives Name - Enter the name of the Local Agency Representative certifying the consultants DBE commitment form 26 Phone - Enter the area code and phone number of the person signing the consultants DBE commitment form 27 Local Agency Representative Title - Enter the positiontitle of the Local Agency Representative certifying the consultants DBE commitment form

Page 2 of2 July 23 2015

  • 10 24 17 TPW Roads TRCAgreeFranzCreekBridgeC14007_Att1 Agreepdf
    • Standard Professional Services Agreement (ldquoPSArdquo)
    • Federal Funds
      • l Scope of Services
        • 11 Consultants Specified Services
        • 12 Cooperation With County
        • 13 Performance Standard
        • 14 Assigned Personnel
        • 15 Consultantrsquos Reports or Meetings
          • 2 Allowable Costs and Payments
            • 21 Method of payment
            • 22 Fixed Fee
            • 23 Transportation amp Subsistence
            • 24 Milestone Costs
            • 25 Progress Payments
            • 26 Payment
            • 27 Invoices
            • 28 Contract Value
            • 29 Salary Increases
            • 210 Invoicing
            • 211 Taxes
              • 3 Term of Agreement
                • 31 Term
                • 32 Contract Execution
                  • 4 Termination
                    • 41 Notice Period
                    • 42 Grounds for Termination
                    • 43 Liability
                    • 44 Authority to Terminate
                      • 5 Indemnification
                      • 6 Insurance
                      • 7 Prosecution of Work
                      • 8 Extra or Changed Work
                      • 9 Representations of Consultant
                        • 91 Standard of Care
                        • 92 Status of Consultant
                        • 93 No Suspension or Debarment
                        • 94 Taxes
                        • 95 Records Maintenance
                        • 96 Conflict of Interest
                        • 97 Statutory Compliance
                        • 98 Living Wage Ordinance
                        • 99 Nondiscrimination
                        • 910 Statement of Compliance
                        • 911 AIDS Discrimination
                        • 912 Assignment of Rights
                        • 913 Ownership and Disclosure of Work Product
                        • 914 Authority
                          • 10 Demand for Assurance
                          • 11 Assignment and Delegation
                          • 12 Method and Place of Giving Notice Submitting Bills and Making Payments
                          • 13 Federal Requirements
                            • 131 Contract Assurance
                            • 132 Prompt Progress Payments to Subcontractors
                            • 134 Disadvantaged Business Enterprise (DBE) Participation
                            • 135 Prevailing Wage
                            • 136 Text Messaging While Driving
                            • 137 Buy America
                            • 138 Prohibition of Expending Local Agency State or Federal funds for Lobbying
                            • 139 Cost Principals and Administrative Requirements
                            • 1310 Retention of RecordsAudit
                            • 1311 Audit Review Procedures
                            • 1312 Subcontracting
                            • 1313 Equipment Purchase
                              • 14 Miscellaneous Provisions
                                • 141 No Waiver of Breach
                                • 142 Construction
                                • 143 Consent
                                • 144 No Third Party Beneficiaries
                                • 145 Applicable Law and Forum
                                • 146 Captions
                                • 147 Merger
                                • 148 Survival of Terms
                                • 149 Time of Essence
                                • 1410 Rebates Kickback or Other Unlawful Consideration
                                • 1411 Funding Requirements
                                • 1412 Evaluation of Consultant
                                • 1413 Claims Filed by Countyrsquos Construction Contractor
                                • 1414 National Labor Relations Board Certification
                                • 1415 Retention of Funds
                                • 1416 Contingent Fee
                                • 1417 Inspection of Work
                                • 1418 Safety
                                    • 03 Exhibit A - Scope of Workpdf
                                      • Attachment H - Anchor QEA Cost Proposalpdf
                                        • 2017_08_22_Franz Creek Fee_Revised
                                        • 2017_08_22_Franz Scope Final
                                          • SCOPE OF WORK
                                            • Task 1 Project Management
                                            • Task 2 - Preliminary Engineering
                                            • Task 3 ndash SurveyingMappingROW Engineering
                                            • Task 4 - Geotechnical Engineering
                                            • Task 5 Hydrology and Hydraulics
                                            • Task 6 Environmental
                                            • Task 7 ndash Public Outreach
                                            • Task 8 ndash 65 PSampE
                                            • Task 9 - 95 PSampE
                                            • Task 10 - Final (100) PSampE
                                            • Task 11 - Pre-Construction Engineering Services
                                            • SUPPLEMENTAL SERVICES
                                            • 2C5 ndash Utility Potholing
                                            • 49 ndash Geotechnical Retaining Wall Investigation and Analysis
                                            • 69 ndash Noise ndash Bioacoustic Analysis
                                            • Task 7A -Public Outreach led by the Consultant
                                            • Task 810 ndash Retaining Wall Design
                                            • Task 12 - Construction Support Services
                                                • Att B -Exhibit 1-Interview
                                                    • 04 Exhibit B - Sonoma County Insurance Requirementspdf
                                                      • Exhibit B
                                                        • Sonoma County Insurance Requirements
                                                        • Contractor Required Insurance
                                                          • A Workers Compensation Insurance amp Employers Liability Insurance
                                                          • B General Liability Insurance
                                                          • C Automobile Liability Insurance
                                                          • D Contractors Pollution Liability Insurance
                                                          • E Professional LiabilityErrors and Omissions Insurance
                                                          • F Increase of Minimum Limits
                                                          • G Standards for Insurance Companies
                                                          • H Documentation
                                                          • I Policy Obligations
                                                          • J Subcontractors ndash Required Insurance
                                                            • a Minimum Limit $1000000 per claim or per occurrence
                                                              • ADPA99Ftmp
                                                                • 1 Workers Compensation and Employers Liability Insurance
                                                                • 2 General Liability Insurance
                                                                • 3 Automobile Liability Insurance
                                                                • 4 Professional LiabilityErrors and Omissions Insurance
                                                                • 5 Standards for Insurance Companies
                                                                • 6 Documentation
                                                                • 7 Policy Obligations
                                                                • 8 Material Breach
                                                                      1. Page 2 of 2_3
Page 2: County of Sonoma Agenda Item Summary Report - Granicus

Department entered into extensive cost negotiations with TRC Solutions and began preparing compliance paperwork for Caltrans With this process now complete the department is ready to execute the contract with TRC Solutions and proceed with preliminary design and environmental work

While currently safe for use the old Franz Valley School Road Bridge has been assessed by Caltrans as in need of replacement due to the aging concrete of its abutments and footings and the age of the steel in the bridge deck Failure to replace the structure would eventually lead to Franz Valley School Road being closed as the bridge would eventually have to be closed to all traffic To proceed with timely replacement of this old structure staff recommend that the Board Authorize the Chair to execute this contract on behalf of the County of Sonoma

Federal funds have already been approved to reimburse the design costs of this project and staff anticipate design and environmental work beginning this Fall

Prior Board Actions

None

Strategic Plan Alignment Goal 3 Invest in the Future

This project will invest in the future by upgrading public infrastructure to current standards and provide the community with a new bridge that has a significant operational lifespan

Fiscal Summary

Expenditures FY 17-18 Adopted

FY 18-19 Projected

FY 19-20 Projected

Budgeted Expenses $63017782

Additional Appropriation Requested

Total Expenditures $63017782

Funding Sources

General FundWA GF

StateFederal $63017782

FeesOther

Use of Fund Balance

Contingencies

Total Sources $63017782

Narrative Explanation of Fiscal Impacts

Appropriation are budgeted in the Roads Capital Improvement Budget This project is funded with grants from the federal bridge program

Revision No 20151201-1

Staffing Impacts

Position Title (Payroll Classification)

Monthly Salary Range

(A ndash I Step)

Additions (Number)

Deletions (Number)

Narrative Explanation of Staffing Impacts (If Required)

Attachments

Professional Services Agreement with TRC Solutions

Related Items ldquoOn Filerdquo with the Clerk of the Board

Request for Proposals for Design Services

Revision No 20151201-1

Standard Professional Services Agreement (ldquoPSArdquo) Federal Funds

AGREEMENT FOR [CONSULTINGPROFESSIONAL] SERVICES

This agreement (Agreement) dated as of 20 (ldquoEffective Daterdquo) is by and between the County of Sonoma a political subdivision of the State of California (hereinafter County) and TRC Engineers Inc (hereinafter Consultant)

R E C I T A L S

WHEREAS Consultant represents that it is a duly qualified and licensed civil engineer experienced in the preparation of and related services and

WHEREAS in the judgment of the Department of Transportation amp Public Works it is necessary and desirable to employ the services of Consultant for Design Services related to replacement of the Franz Creek Bridge

NOW THEREFORE in consideration of the foregoing recitals and the mutual covenants contained herein the parties hereto agree as follows

A G R E E M E N T

l Scope of Services

11 Consultants Specified Services

Consultant shall perform the services described in Exhibit ldquoArdquo attached hereto and incorporated herein by this reference (hereinafter Scope of Work) and within the times or by the dates provided for in Exhibit ldquoArdquo and pursuant to Article 7 Prosecution of Work In the event of a conflict between the body of this Agreement and Exhibit ldquoArdquo the provisions in the body of this Agreement shall control Without limiting the foregoing Consultant expressly agrees to comply with all Disadvantaged Business Enterprise (ldquoDBErdquo) requirements imposed on this Agreement as more specifically described in Section 134 below and Exhibit ldquoCrdquo hereto

12 Cooperation With County

Consultant shall cooperate with County and County staff in the performance of all work hereunder

13 Performance Standard

Consultant shall perform all work hereunder in a manner consistent with the level of competency and standard of care normally observed by a person practicing in Consultants profession County has relied upon the professional ability and training of Consultant as a material inducement to enter into this Agreement Consultant hereby agrees to provide all services under this Agreement in accordance with generally accepted professional practices and standards of care as well as the requirements of applicable federal state and local laws it being understood that acceptance of

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 1 October 2017

Contractorrsquos work by County shall not operate as a waiver or release If County determines that any of Consultants work is not in accordance with such level of competency and standard of care County in its sole discretion shall have the right to do any or all of the following (a) require Consultant to meet with County to review the quality of the work and resolve matters of concern (b) require Consultant to repeat the work at no additional charge until it is satisfactory (c) terminate this Agreement pursuant to the provisions of Article 4 or (d) pursue any and all other remedies at law or in equity

14 Assigned Personnel

141 Consultant shall assign only competent personnel to perform work hereunder In the event that at any time County in its sole discretion desires the removal of any person or persons assigned by Consultant to perform work hereunder Consultant shall remove such person or persons immediately upon receiving written notice from County

142 Any and all persons identified in this Agreement or any exhibit hereto as the project manager project team or other professional performing work hereunder are deemed by County to be key personnel whose services were a material inducement to County to enter into this Agreement and without whose services County would not have entered into this Agreement Consultant shall not remove replace substitute or otherwise change any key personnel without the prior written consent of County

143 In the event that any of Consultantrsquos personnel assigned to perform services under this Agreement become unavailable due to resignation sickness or other factors outside of Consultantrsquos control Consultant shall be responsible for timely provision of adequately qualified replacements

15 Consultantrsquos Reports or Meetings

151 Consultant shall submit progress reports at least once a month The report should be sufficiently detailed for the Contract Administrator to determine if Consultant is performing to expectations or is on schedule to provide communication of interim findings and to sufficiently address any difficulties or special problems encountered so remedies can be developed

152 Consultantrsquos Project Manager shall meet with Countyrsquos Contract Administrator as needed to discuss progress on the contract

2 Allowable Costs and Payments

21 Method of payment

The contract will be based on actual cost plus a fixed fee County will reimburse Consultant for actual costs (including labor costs employee benefits travel equipment rental costs overhead and other direct costs) incurred by Consultant in performance of the work Consultant will not be reimbursed for actual costs that exceed the estimated wage rates employee benefits travel equipment rental overhead and other estimated costs set forth in the approved Consultantrsquos Cost Proposal attached hereto as Attachment A unless additional reimbursement is provided for by contract amendment In no event will Consultant be reimbursed for overhead costs at a rate that

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 2 October 2017

exceeds Countyrsquos 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 The maximum total cost as specified in Paragraph ldquo28rdquo shall not be exceeded unless authorized by contract amendment

22 Fixed Fee

In addition to the allowable incurred costs County will pay Consultant a fixed fee of $3950567 The fixed fee is nonadjustable for the term of the contract except in the event of a significant change in the scope of work and such adjustment is made by contract amendment

23 Transportation amp Subsistence

Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the approved Cost Proposal

24 Milestone Costs

When milestone cost estimates are included in the approved Cost Proposal Consultant shall obtain prior written approval for a revised milestone cost estimate from the Contract Administrator before exceeding such cost estimate

25 Progress Payments

Progress payments will be made monthly in arrears based on services provided and allowable incurred costs A pro rata portion of Consultantrsquos fixed fee will be included in the monthly progress payments If Consultant fails to submit the required deliverable items according to the schedule set forth in the Statement of Work County shall have the right to delay payment or terminate this Contract in accordance with the provisions of Article VI Termination

26 Payment

No payment will be made prior to approval of any work nor for any work performed prior to approval of this contract

27 Invoices

Consultant will be reimbursed as promptly as fiscal procedures will permit upon receipt by Countyrsquos Contract Administrator of itemized invoices in triplicate Invoices shall be submitted no later than 45 calendar days after the performance of work for which Consultant is billing Invoices shall detail the work performed on each milestone and each project as applicable Invoices shall follow the format stipulated for the approved Cost Proposal and shall reference this contract number and project title Final invoice must contain the final cost and all credits due County including any equipment purchased under the provisions of Article 1313 Equipment Purchase of this contract The final invoice should be submitted within 60 calendar days after completion of Consultantrsquos work Invoices shall be mailed to Countyrsquos Contract Administrator at the following address

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 3 October 2017

Olesya Tribukait 2300 County Center Drive Suite B-100 Santa Rosa CA 95403

(707) 565-2231 olesyatribukaitsonoma-Countyorg

28 Contract Value

The total amount payable by County including the fixed fee shall not exceed $63017782

29 Salary Increases

Salary increases will be reimbursable if the new salary is within the salary range identified in the approved Cost Proposal and is approved by Countyrsquos Contract 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

210 Invoicing

Consultant shall submit its bills in arrears on a monthly basis in a form approved by Countys Auditor and the Head of the County Department receiving the services The bills shall show or include (i) the task(s) performed (ii) the time in quarter hours devoted to the task(s) (iii) the hourly rate or rates of the persons performing the task(s) and (iv) copies of receipts for reimbursable materialsexpenses if any Expenses not expressly authorized by the Agreement shall not be reimbursed including a copy of all invoices paid to sub-contractors for work required included in the prime consultantrsquos invoice Consultant shall submit the Subcontractor Payment Declaration with each invoice

Unless otherwise noted in this agreement payments shall be made within the normal course of County business after presentation of an invoice in a form approved by the County for services performed Payments shall be made only upon the satisfactory completion of the services as determined by the County

211 Taxes

Pursuant to California Revenue and Taxation code (RampTC) Section 18662 the County shall withhold seven percent of the income paid to Consultant for services performed within the State of California under this agreement for payment and reporting to the California Franchise Tax Board if Consultant does not qualify as (1) a corporation with its principal place of business in California (2) an LLC or Partnership with a permanent place of business in California (3) a corporationLLC or Partnership qualified to do business in California by the Secretary of State or (4) an individual with a permanent residence in the State of California

If Consultant does not qualify County requires that a completed and signed Form 587 be provided by the Consultant in order for payments to be made If consultant is qualified then the County requires a completed Form 590 Forms 587 and 590 remain valid for the duration of the Agreement provided there is no material change in facts By signing either form the contractor agrees to promptly notify the County of any changes in the facts Forms should be sent to the County pursuant to Article 12 To reduce the amount withheld Consultant has the option to

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 4 October 2017

provide County with either a full or partial waiver from the State of California

3 Term of Agreement

31 Term

This contract shall go into effect on Effective Date contingent upon approval by County and Consultant shall commence work after notification to proceed by Countyrsquos Contract Administrator The contract shall end on 12312022 unless extended by contract amendment

32 Contract Execution

Consultant is advised that any recommendation for contract award is not binding on County until the contract is fully executed and approved by County

4 Termination

41 Notice Period

County reserves the right to terminate this contract upon thirty (30) calendar days written notice to Consultant with the reasons for termination stated in the notice

42 Grounds for Termination

County may terminate this contract with Consultant should Consultant fail to perform the covenants herein contained at the time and in the manner herein provided In the event of such termination County may proceed with the work in any manner deemed proper by County If County terminates this contract with Consultant County shall pay Consultant the sum due to Consultant under this contract prior to termination unless the cost of completion to County exceeds the funds remaining in the contract In which case the overage shall be deducted from any sum due Consultant under this contract and the balance if any shall be paid to Consultant upon demand

43 Liability

The maximum amount for which the Government shall be liable if this contract is terminated is $63017782 dollars

44 Authority to Terminate

The Board of Supervisors has the authority to terminate this A greement on behalf of the County In addition the Purchasing Agent or Department Head in consultation with County Counsel shall have the authority to terminate this Agreement on behalf of the County

5 Indemnification

Consultant agrees to accept responsibility for loss or damage to any person or entity including County and to defend indemnify hold harmless and release County its officers agents and employees from and against any actions claims damages liabilities disabilities or expenses that may be asserted by any person or entity including Consultant that arise out of pertain to or relate to the negligence recklessness or willful misconduct of Consultant or its agents employees contractors subcontractors or invitees C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 5 October 2017

hereunder whether or not there is concurrent negligence on Countys part but to the extent required by law excluding liability due to Countys conduct This indemnification obligation is not limited in any way by any limitation on the amount or type of damages or compensation payable to or for Consultant or its agents employees contractors subcontractors or invitees under workers compensation acts disability benefits acts or other employee benefit acts This indemnity provision survives the Agreement

6 Insurance

With respect to performance of work under this Agreement Consultant shall maintain and shall require all of its subcontractors consultants and other agents to maintain insurance as described in Exhibit B which is attached hereto and incorporated herein by this reference

7 Prosecution of Work

The execution of this Agreement shall constitute Consultantrsquos authority to proceed immediately with the performance of this Agreement Performance of the services hereunder shall be completed within the time required herein provided however that if the performance is delayed by earthquake flood high water or other Act of God or by strike lockout or similar labor disturbances the time for Consultantrsquos performance of this Agreement shall be extended by a number of days equal to the number of days Consultant has been delayed

8 Extra or Changed Work

Extra or changed work or other changes to the Agreement may be authorized only by written amendment to this Agreement signed by both parties Minor changes which do not increase the amount paid under the Agreement and which do not significantly change the scope of work or significantly lengthen time schedules may be executed by the Department Head in a form approved by County Counsel The Board of SupervisorsPurchasing Agent must authorize all other extra or changed work The parties expressly recognize that pursuant to Sonoma County Code Section 1-11 County personnel are without authorization to order extra or changed work or waive Agreement requirements Failure of Consultant to secure such written authorization for extra or changed work shall constitute a waiver of any and all right to adjustment in the Agreement price or Agreement time due to such unauthorized work and thereafter Consultant shall be entitled to no compensation whatsoever for the performance of such work Consultant further expressly waives any and all right or remedy by way of restitution and quantum meruit for any and all extra work performed without such express and prior written authorization of the County

9 Representations of Consultant

91 Standard of Care

County has relied upon the professional ability and training of Consultant as a material inducement to enter into this Agreement Consultant hereby agrees that all its work will be performed and that its operations shall be conducted in accordance with generally accepted and applicable professional practices and standards as well as the requirements of applicable federal state and local laws it being understood that acceptance of Consultants work by County shall not operate as a waiver or release

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 6 October 2017

92 Status of Consultant

The parties intend that Consultant in performing the services specified herein shall act as an independent contractor and shall control the work and the manner in which it is performed Consultant is not to be considered an agent or employee of County and is not entitled to participate in any pension plan workerrsquos compensation plan insurance bonus or similar benefits County provides its employees In the event County exercises its right to terminate this Agreement pursuant to Article 4 above Consultant expressly agrees that it shall have no recourse or right of appeal under rules regulations ordinances or laws applicable to employees

93 No Suspension or Debarment

Consultantrsquos signature affixed herein shall constitute a certification under penalty of perjury under the laws of the State of California that Consultant has complied with Title 2 CFR Part 180 ldquoOMB Guidelines to Agencies on Government wide Debarment and Suspension (nonprocurement)rdquo which certifies that heshe or any person associated therewith in the capacity of owner partner director officer or manager is not currently under suspension debarment voluntary exclusion or determination of ineligibility by any federal agency has not been suspended debarred voluntarily excluded or determined ineligible by any federal agency within the past three (3) years does not have a proposed debarment pending and has not been indicted convicted or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years Any exceptions to this certification must be disclosed to County

Exceptions will not necessarily result in denial of recommendation for award but will be considered in determining Consultant responsibility Disclosures must indicate to whom exceptions apply initiating agency and dates of action

Exceptions to the Federal Government Excluded Parties List System maintained by the General Services Administration are to be determined by the Federal highway Administration

94 Taxes

Consultant agrees to file federal and state tax returns and pay all applicable taxes on amounts paid pursuant to this Agreement and shall be solely liable and responsible to pay such taxes and other obligations including but not limited to state and federal income and FICA taxes Consultant agrees to indemnify and hold County harmless from any liability which it may incur to the United States or to the State of California as a consequence of Consultants failure to pay when due all such taxes and obligations In case County is audited for compliance regarding any withholding or other applicable taxes Consultant agrees to furnish County with proof of payment of taxes on these earnings

95 Records Maintenance

Consultant shall keep and maintain full and complete documentation and accounting records concerning all services performed that are compensable under this Agreement and shall make such documents and records available to County for inspection at any reasonable time Consultant shall maintain such records for a period of four (4) years following completion of work hereunder

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 7 October 2017

96 Conflict of Interest

961 Consultant shall disclose any financial business or other relationship with County that may have an impact upon the outcome of this contract or any ensuing County construction project 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

962 Consultant hereby certifies that it does not now have nor shall it acquire any financial or business interest that would conflict with the performance of services under this contract

963 Consultant hereby certifies that neither Consultant nor any firm affiliated with Consultant will bid on any construction contract or on any contract to provide construction inspection for any construction project resulting from this contract An affiliated firm is one which is subject to the control of the same persons through joint-ownership or otherwise

964 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 contract 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

97 Statutory Compliance

Contractor agrees to comply with all applicable federal state and local laws regulations statutes and policies applicable to the services provided under this Agreement as they exist now and as they are changed amended or modified during the term of this Agreement Without limiting the generality of the foregoing Consultant expressly agrees on behalf of itself and on behalf of all its agents employees subconsultants and subcontractors to comply with the federal contract requirements set forth in Section 13 herein

98 Living Wage Ordinance

Consultant agrees to comply with all applicable federal state and local laws regulations statutes and policies including but not limited to the County of Sonoma Living Wage Ordinance applicable to the services provided under this Agreement as they exist now and as they are changed amended or modified during the term of this Agreement Without limiting the generality of the foregoing Consultant expressly acknowledges and agrees that this Agreement is subject to the provisions of Article XXVI of Chapter 2 of the Sonoma County Code requiring payment of a living wage to covered employees Noncompliance during the term of the Agreement will be considered a material breach and may result in termination of the Agreement or pursuit of other legal or administrative remedies

99 Nondiscrimination

Without limiting any other provision hereunder Consultant shall comply with all applicable federal state and local laws rules and regulations in regard to nondiscrimination in

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 8 October 2017

employment because of race color ancestry national origin religion sex marital status age medical condition pregnancy disability sexual orientation or other prohibited basis including without limitation the Countyrsquos Non-Discrimination Policy All nondiscrimination rules or regulations required by law to be included in this Agreement are incorporated herein by this reference

910 Statement of Compliance

9101 Consultantrsquos signature affixed herein and dated shall constitute a certification under penalty of perjury under the laws of the State of California that Consultant has unless exempt complied with the nondiscrimination program requirements of Government Code Section 12990 and Title 2 California Administrative Code Section 8103

9102 During the performance of this Contract Consultant and its subconsultants shall not unlawfully discriminate harass or allow harassment against any employee or applicant for employment because of sex race color ancestry religious creed national origin physical disability (including HIV and AIDS) mental disability medical condition (eg cancer) age (over 40) marital status and denial of family care leave Consultant and subconsultants shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment Consultant and subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov Code sect12990 (a-f) et seq) and the applicable regulations promulgated there under (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 this Contract by reference and made a part hereof as if set forth in full Consultant and its subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement

9103 The Consultant shall comply with regulations relative to Title VI (nondiscrimination in federally-assisted programs of the Department of Transportation ndash 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

9104 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 215 of the US DOTrsquos Regulations including employment practices when the Agreement covers a program whose goal is employment

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 9 October 2017

911 AIDS Discrimination

Consultant agrees to comply with the provisions of Chapter 19 Article II of the Sonoma County Code prohibiting discrimination in housing employment and services because of AIDS or HIV infection during the term of this Agreement and any extensions of the term

912 Assignment of Rights

Consultant assigns to County all rights throughout the world in perpetuity in the nature of copyright trademark patent right to ideas in and to all versions of the plans and specifications if any now or later prepared by Consultant in connection with this Agreement Consultant agrees to take such actions as are necessary to protect the rights assigned to County in this Agreement and to refrain from taking any action which would impair those rights Consultants responsibilities under this provision include but are not limited to placing proper notice of copyright on all versions of the plans and specifications as County may direct and refraining from disclosing any versions of the plans and specifications to any third party without first obtaining written permission of County

Consultant shall not use or permit another to use the plans and specifications in connection with this or any other project without first obtaining written permission of County

913 Ownership and Disclosure of Work Product

All reports original drawings graphics plans studies and other data or documents (ldquodocumentsrdquo) in whatever form or format assembled or prepared by Consultant or Consultantrsquos subcontractors consultants and other agents in connection with this Agreement shall be the property of County County shall be entitled to immediate possession of such documents upon completion of the work pursuant to this Agreement Upon expiration or termination of this Agreement Consultant shall promptly deliver to County all such documents which have not already been provided to County in such form or format as County deems appropriate Such documents shall be and will remain the property of County without restriction or limitation Consultant may retain copies of the above- described documents but agrees not to disclose or discuss any information gathered discovered or generated in any way through this Agreement without the express written permission of County

914 Authority

The undersigned hereby represents and warrants that he or she has authority to execute and deliver this Agreement on behalf of Consultant

10 Demand for Assurance

Each party to this Agreement undertakes the obligation that the others expectation of receiving due performance will not be impaired When reasonable grounds for insecurity arise with respect to the performance of either party the other may in writing demand adequate assurance of due performance and until such assurance is received may if commercially reasonable suspend any performance for which the agreed return has not been received Commercially reasonable includes not only the conduct of a party with respect to performance under this Agreement but also conduct with respect to other agreements with parties to this Agreement or others After receipt of a justified demand failure to provide

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 10 October 2017

within a reasonable time but not exceeding thirty (30) days such assurance of due performance as is adequate under the circumstances of the particular case is a repudiation of this Agreement Acceptance of any improper delivery service or payment does not prejudice the aggrieved partys right to demand adequate assurance of future performance Nothing in this Article limits Countyrsquos right to terminate this Agreement pursuant to Article 4

11 Assignment and Delegation

Neither party hereto shall assign delegate sublet or transfer any interest in or duty under this Agreement without the prior written consent of the other and no such transfer shall be of any force or effect whatsoever unless and until the other party shall have so consented

12 Method and Place of Giving Notice Submitting Bills and Making Payments

All notices bills and payments shall be made in writing and shall be given by personal delivery or by US Mail or courier service Notices bills and payments shall be addressed as follows

To County

Sonoma County Department of Transportation and Public Works Attn Olesya Tribukait 2300 County Center Drive Suite B-100 Santa Rosa CA 95403 (707) 565-2231 olesyatribukaitsonoma-Countyorg

To Consultant

TRC Engineers Inc Attn Mark Imbriani 10680 White Rock Road Suite 100 Rancho Cordova CA 95670 (916) 366-0632 mimbrianitrcsolutionscom

When a notice bill or payment is given by a generally recognized overnight courier service the notice bill or payment shall be deemed received on the next business day When a copy of a notice bill or payment is sent by facsimile or email the notice bill or payment shall be deemed received upon transmission as long as (1) the original copy of the notice bill or payment is promptly deposited in the US mail and postmarked on the date of the facsimile or email (for a payment on or before the due date) (2) the sender has a written confirmation of the facsimile transmission or email and (3) the facsimile or email is transmitted before 5 pm (recipientrsquos time) In all other instances notices bills and payments shall be effective upon receipt by the recipient Changes may be made in the names and addresses of the person to whom notices are to be given by giving notice pursuant to this paragraph

13 Federal Requirements

131 Contract Assurance

The consultant sub recipient or subcontractor shall not discriminate on the basis of race color

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 11 October 2017

national origin or sex in the performance of this contract The consultant shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted agreements Failure by the consultant to carry out these requirements is a material breach of this agreement which may result in the termination of this agreement or such other remedy as the recipient deems appropriate which may include but is not limited to (1) Withholding monthly progress payments (2) Assessing sanction (3) Liquidated damages andor (4) Disqualifying the contractor from future bidding as non-responsible

132 Prompt Progress Payments to Subcontractors

Attention is directed to Section 71085 of the California Business and Professions Code which requires a prime contractor or subcontractor to pay any subcontractor not later than ten (10) days of receipt of each progress payment unless otherwise agreed to in writing In addition federal regulations (Title 49 Code of Federal Regulations Part 2629) require a prime contractor or subcontractor to pay a subcontractor no later than thirty (30) days of receipt of each payment unless any delay or postponement of payment among the parties takes place only for good cause and with the prior written approval of County Section 71085 of the California Business and Professions Code also contains enforcement actions and penalties The requirements apply to both Disadvantaged Business Entities (ldquoDBErdquo) and non-DBE subcontractors Consultant shall include the foregoing progress payment requirements in every subcontract entered into by Consultant in the performance of its obligations under this Agreement

133 Prompt Payment of Withheld Funds to Subcontractors

No retainage will be held by the County from progress payments due the prime consultant Any retainage held by the prime consultant or subconsultants from progress payments due subconsultants shall be promptly paid in full to subconsultants within 30 days after the subconsultantrsquos work is satisfactorily completed Federal law (49 CFR2629) requires that any delay or postponement of payment over the 30 days may take place only for good cause and with the Agencyrsquos prior written approval Any violation of this provision shall subject the violating prime consultant or subconsultant to the penalties sanctions and other remedies specified in Section 71085 of the Business and Professions Code These requirements shall not be construed to limit or impair any contractual administrative or judicial remedies otherwise available to the prime consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the prime consultant deficient subconsultant performance or noncompliance by a subconsultant This provision applies to both DBE and non-DBE prime consultant and subconsultants

134 Disadvantaged Business Enterprise (DBE) Participation

1341 This contract is subject to 49 CFR Part 26 entitled ldquoParticipation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programsrdquo Consultants who obtain DBE participation on this contract will assist Caltrans in meeting its federally mandated statewide overall DBE goal

1342 The goal for DBE participation for this contract is 11 Participation by DBE consultant or subconsultants shall be in accordance with information contained in the Consultant Proposal DBE Commitment (Exhibit 10-O1) or in the Consultant Contract DBE Information (Exhibit 10-O2) attached hereto and incorporated as part

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 12 October 2017

of the Contract If a DBE subconsultant is unable to perform Consultant must make a good faith effort to replace himher with another DBE subconsultant if the goal is not otherwise met

1343 DBEs and other small businesses as defined in 49 CFR Part 26 are encouraged to participate in the performance of contracts financed in whole or in part with federal funds Consultant or subconsultant shall not discriminate on the basis of race color national origin or sex in the performance of this contract Consultant shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of US DOT-assisted agreements Failure by Consultant to carry out these requirements is a material breach of this contract which may result in the termination of this contract or such other remedy as County deems appropriate

1344 Any subcontract entered into as a result of this contract shall contain all of the provisions of this section

1345 A DBE firm may be terminated only with prior written approval from County and only for the reasons specified in 49 CFR 2653(f) Prior to requesting County consent for the termination Consultant must meet the procedural requirements specified in 49 CFR 2653(f)

1346 A DBE performs a Commercially Useful Function (CUF) when it is responsible for execution of the work of the contract 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 ordering 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 contract is commensurate with the work it is actually performing and other relevant factors

1347 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

1348 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

1349 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

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 13 October 2017

the date of work performed by their own forces along with the corresponding dollar value of the work

13410 Upon completion of the Contract a summary of these records shall be prepared and submitted on the form entitled ldquoFinal Report-Utilization of Disadvantaged Business Enterprise (DBE) First-Tier Subconsultantsrdquo CEM-2402F [Exhibit 17-F of the LAPM] certified correct by Consultant or Consultantrsquos 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 form is submitted The amount will be returned to Consultant when a satisfactory ldquoFinal Report-Utilization of Disadvantaged Business Enterprises (DBE) First-Tier Subconsultantsrdquo is submitted to the Contract Administrator

13411 If a DBE subconsultant is decertified during the life of the contract the decertified subconsultant shall notify Consultant in writing with the date of decertification If a subconsultant becomes a certified DBE during the life of the Contract the subconsultant shall notify Consultant in writing with the date of certification Any changes should be reported to Countyrsquos Contract Administrator within 30 days

135 Prevailing Wage

1351 Consultant shall comply with the State of Californiarsquos General Prevailing Wage Rate requirements in accordance with California Labor Code Section 1770 and all Federal State and local laws and ordinances applicable to the work

1352 Any subcontract entered into as a result of this contract if for more than $25000 for public works construction or more than $15000 for the alteration demolition repair or maintenance of public works shall contain all of the provisions of this Article

1353 When prevailing wages apply to the services described in the scope of work transportation and subsistence costs shall be reimbursed at the minimum rates set by the Department of Industrial Relations (DIR) as outlined in the applicable Prevailing Wage Determination See httpwwwdircagov

Note The Federal ldquoPayment of Predetermined Minimum Wagerdquo applies only to federal-aid construction contracts

136 Text Messaging While Driving

In accordance with Executive Order 13513 Federal Leadership on Reducing Text Messaging While Driving and Department of Transportation Order 390210 Text Messaging While Driving text messaging while driving is prohibited in the performance of any duties included in this agreement for both consultant and any sub-consultants hired for performance of duties under this Agreement Consultant shall include a provision prohibiting texting while driving in all sub-consultant agreements entered into related to the performance of its obligations under this Agreement

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 14 October 2017

Definitions The following definitions are to be used in conjunction with this section ldquoDrivingrdquo

1) Means operating a motor vehicle on a roadway including while temporarily stationary because of traffic a traffic light stop sign or otherwise

2) It does not include being in your vehicle (with or without the motor running) in a location off the roadway where it is safe and legal to remain stationary

ldquoText Messagingrdquo means reading from or entering data into any handheld or other electronic device including for the purpose of short message service texting e-mailing instant messaging obtaining navigational information or engaging in any other form of electronic data retrieval or electronic data communication

137 Buy America

Furnish Steel and iron materials to be incorporated into the work with certificates of compliance Steel and iron materials must be produced in the US except

1) Foreign pig iron and processed pelletized and reduced iron ore may be used in the domestic production of the steel and iron materials [60 Fed Reg 15478(3241995)]

2) If the total combine cost of the materials does not exceed the great of 01 percent of the total bid or $2500 materials produced outside the U S may be used

Production includes

1) Processing steel and iron materials including smelting or other processes that alter the physical form or shape (such as rolling extruding machining bending grinding and drilling0 or chemical composition

2) Coating application including epoxy coating galvanizing and painting that protects or enhances the value of steel and iron materials

138 Prohibition of Expending Local Agency State or Federal funds for Lobbying

1381 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 Consultant to any person for influencing or attempting to influence an officer or employee of any state or federal agency a Member of the State Legislature or United States Congress an officer or employee of the Legislature or Congress or any employee of a Member of the Legislature or Congress in connection with the awarding of any state or federal contract the making of any state or federal grant the making of any state or federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any state or federal contract grant loan or cooperative agreement

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 15 October 2017

2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with this federal contract grant loan or cooperative agreement Consultant shall complete and submit Standard Form-LLL ldquoDisclosure Form to Report Lobbyingrdquo in accordance with its instructions

1382 This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352 Title 31 US Code Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10000 and not more than $100000 for each such failure

1383 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 $100000 and that all such sub recipients shall certify and disclose accordingly

139 Cost Principals and Administrative Requirements

1391 Consultant agrees that the Contract Cost Principles and Procedures 48 CFR Federal Acquisition Regulations System Chapter 1 Part 31000 et seq shall be used to determine the cost allowability of individual items

1392 Consultant also agrees to comply with federal procedures in accordance with 49 CFR Part 18 Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments

1393 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 31000 et seq are subject to repayment by Consultant to County

1310 Retention of RecordsAudit

For the purpose of determining compliance with Public Contract Code 10115 et seq and Title 21 California Code of Regulations Chapter 21 Section 2500 et seq when applicable and other matters connected with the performance of the contract pursuant to Government Code 85467 Consultant subconsultants and County shall maintain and make available for inspection all books documents papers accounting records and other evidence pertaining to the performance of the contract including but not limited to the costs of administering the contract All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract The state State Auditor County FHWA or any duly authorized representative of the Federal Government shall have access to any books records and documents of Consultant and itrsquos certified public accountants (CPA) work papers that are pertinent to the contract and indirect cost rates (ICR) for audit examinations excerpts and transactions and copies thereof shall be furnished if requested

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 16 October 2017

1311 Audit Review Procedures

13111 Any dispute concerning a question of fact arising under an interim or post audit of this contract that is not disposed of by agreement shall be reviewed by Countyrsquos Chief Financial Officer

13112 Not later than 30 days after issuance of the final audit report Consultant may request a review by Countyrsquos Chief Financial Officer of unresolved audit issues The request for review will be submitted in writing

13113 Neither the pendency of a dispute nor its consideration by County will excuse Consultant from full and timely performance in accordance with the terms of this contract

13114 Consultant and subconsultant contracts including cost proposals and 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 CPA ICR audit work paper review If selected for audit or review the contract cost proposal and ICR and related work papers 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 work paper review it is Consultantrsquos responsibility to ensure federal state or local government officials are allowed full access to the CPArsquos work papers including making copies as necessary The contract cost proposal and ICR shall be adjusted by Consultant and approved by County contract manager to conform to the audit or review recommendations Consultant agrees that individual terms of costs identified in the audit report shall be incorporated into the contract by this reference if directed by County at its sole discretion Refusal by Consultant to incorporate audit or review recommendations or to ensure that the federal state or local governments have access to CPA work papers will be considered a breach of contract terms and cause for termination of the contract and disallowance of prior reimbursed costs

1312 Subcontracting

13121 Nothing contained in this contract or otherwise shall create any contractual relation between County and any subconsultant(s) and no subcontract shall relieve Consultant of its responsibilities and obligations hereunder Consultant agrees to be as fully responsible to 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 Consultant CONSULTANTrsquos obligation to pay its subconsultant(s) is an independent obligation from Countyrsquos obligation to make payments to the Consultant

13122 Consultant shall perform the work contemplated with resources available within its own organization and no portion of the work pertinent to this contract shall be subcontracted without written authorization by Countyrsquos Contract Administrator except that which is expressly identified in the approved Cost Proposal

13123 Consultant shall pay its subconsultants within ten (10) calendar days from receipt of each payment made to Consultant by County

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 17 October 2017

13124 All subcontracts entered into as a result of this contract shall contain all the provisions stipulated in this contract to be applicable to subconsultants

13125 Any substitution of subconsultant(s) must be approved in writing by Countyrsquos Contract Administrator prior to the start of work by the subconsultant(s)

1313 Equipment Purchase

13131 Prior authorization in writing by Countyrsquos Contract Administrator shall be required before Consultant enters into any unbudgeted purchase order or subcontract exceeding $5000 for supplies equipment or Consultant services Consultant shall provide an evaluation of the necessity or desirability of incurring such costs

13132 For purchase of any item service or consulting work not covered in Consultantrsquos Cost Proposal and exceeding $5000 prior authorization by Countyrsquos Contract Administrator three competitive quotations must be submitted with the request or the absence of bidding must be adequately justified

13133 Any equipment purchased as a result of this contract is subject to the following ldquoConsultant 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 $5000 or more If the purchased equipment needs replacement and is sold or traded in County shall receive a proper refund or credit at the conclusion of the contract or if the contract is terminated Consultant may either keep the equipment and credit County in an amount equal to its fair market value or sell such equipment at the best price obtainable at a public or private sale in accordance with established County procedures and credit County in an amount equal to the sales price If Consultant elects to keep the equipment fair market value shall be determined at Consultant expense on the basis of a competent independent appraisal of such equipment Appraisals shall be obtained from an appraiser mutually agreeable to by County and Consultant if it is determined to sell the equipment the terms and conditions of such sale must be approved in advance by Countyrdquo 49 CFR Part 18 requires a credit to Federal funds when participating equipment with a fair market value greater than $5000 is credited to the project

14 Miscellaneous Provisions

141 No Waiver of Breach

The waiver by County of any breach of any term or promise contained in this Agreement shall not be deemed to be a waiver of such term or provision or any subsequent breach of the same or any other term or promise contained in this Agreement

142 Construction

To the fullest extent allowed by law the provisions of this Agreement shall be construed and given effect in a manner that avoids any violation of statute ordinance regulation or law The parties covenant and agree that in the event that any provision of this Agreement is held by a court of competent jurisdiction to be invalid void or unenforceable the remainder of the provisions hereof shall remain in full force and effect and shall in no way be affected impaired or invalidated

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 18 October 2017

thereby Consultant and County acknowledge that they have each contributed to the making of this Agreement and that in the event of a dispute over the interpretation of this Agreement the language of the Agreement will not be construed against one party in favor of the other Consultant and County acknowledge that they have each had an adequate opportunity to consult with counsel in the negotiation and preparation of this Agreement

143 Consent

Wherever in this Agreement the consent or approval of one party is required to an act of the other party such consent or approval shall not be unreasonably withheld or delayed

144 No Third Party Beneficiaries

Nothing contained in this Agreement shall be construed to create and the parties do not intend to create any rights in third parties

145 Applicable Law and Forum

This Agreement shall be construed and interpreted according to the substantive law of California regardless of the law of conflicts to the contrary in any jurisdiction Any action to enforce the terms of this Agreement or for the breach thereof shall be brought and tried in Santa Rosa or the forum nearest to the city of Santa Rosa in the County of Sonoma

146 Captions

The captions in this Agreement are solely for convenience of reference They are not a part of this Agreement and shall have no effect on its construction or interpretation

147 Merger

This writing is intended both as the final expression of the Agreement between the parties hereto with respect to the included terms and as a complete and exclusive statement of the terms of the Agreement pursuant to Code of Civil Procedure Section 1856 No modification of this Agreement shall be effective unless and until such modification is evidenced by a writing signed by both parties

148 Survival of Terms

All express representations waivers indemnifications and limitations of liability included in this Agreement will survive its completion or termination for any reason

149 Time of Essence

Time is and shall be of the essence of this Agreement and every provision hereof

1410 Rebates Kickback or Other Unlawful Consideration

Consultant warrants that this contract was not obtained or secured through rebates kickbacks or other unlawful consideration either promised or paid to any County employee For breach or violation of this warranty County shall have the right in its discretion to terminate the contract

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 19 October 2017

without liability to pay only for the value of the work actually performed or to deduct from the contract price or otherwise recover the full amount of such rebate kickback or other unlawful consideration

1411 Funding Requirements

14111 It is mutually understood between the parties that this contract 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 contract were executed after that determination was made

14112 This contract is valid and enforceable only if sufficient funds are made available to County for the purpose of this contract In addition this contract is subject to any additional restrictions limitations conditions or any statute enacted by the Congress State Legislature or County Board of Supervisors that may affect the provisions terms or funding of this contract in any manner

14113 It is mutually agreed that if sufficient funds are not appropriated this contract may be amended to reflect any reduction in funds

14114 County has the option to void the contract under the 30-day termination clause pursuant to Article 4 or by mutual agreement to amend the contract to reflect any reduction of funds

1412 Evaluation of Consultant

Consultantrsquos performance will be evaluated by County A copy of the evaluation will be sent to Consultant for comments The evaluation together with the comments shall be retained as part of the contract record

1413 Claims Filed by Countyrsquos Construction Contractor

14131 If claims are filed by Countyrsquos construction contractor relating to work performed by Consultantrsquos personnel and additional information or assistance from Consultantrsquos personnel is required in order to evaluate or defend against such claims Consultant agrees to make its personnel available for consultation with Countyrsquos construction contract administration and legal staff and for testimony if necessary at depositions and at trial or arbitration proceedings

14132 Consultantrsquos personnel that County considers essential to assist in defending against construction contractor claims will be made available on reasonable notice from County Consultation or testimony will be reimbursed at the same rates including travel costs that are being paid for Consultantrsquos personnel services under this contract

14133 Services of Consultantrsquos personnel in connection with Countyrsquos construction contractor claims will be performed pursuant to a written contract amendment if necessary extending the termination date of this contract in order to resolve the construction claims

14134 Any subcontract in excess of $25000 entered into as a result of this contract shall contain

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 20 October 2017

all of the provisions of this Article

1414 National Labor Relations Board Certification

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

1415 Retention of Funds

14151 Any subcontract entered into as a result of this Contract shall contain all of the provisions of this section

14152 The County shall hold retainage from the prime consultant and shall make prompt and regular incremental acceptances of portions as determined by the County of the contract work and pay retainage to the prime consultant based on these acceptances The prime consultant or subconsultant shall return all monies withheld in retention from a subconsultant within thirty (30) days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency Federal law (49 CFR 2629) requires that any delay or postponement of payment over thirty (30) days may take place only for good cause and with the agencyrsquos prior written approval Any violation of this provision shall subject the violating prime consultant or subconsultant to the penalties sanctions and other remedies specified in Section 71085 of the Business and Professions Code These requirements shall not be construed to limit or impair any contractual administrative or judicial remedies otherwise available to the prime consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the prime Consultant deficient subconsultant performance or noncompliance by a subconsultant This provision applies to both DBE and non-DBE prime consultant and subconsultants

1416 Contingent Fee

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

1417 Inspection of Work

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

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 21 October 2017

1418 Safety

14181 Consultant shall comply with OSHA regulations applicable to Consultant regarding necessary safety equipment or procedures Consultant shall comply with safety instructions issued by County Safety Officer and other County representatives Consultant personnel shall wear hard hats and safety vests at all times while working on the construction project site

14182 Pursuant to the authority contained in Section 591 of the Vehicle Code County has determined that such areas are within the limits of the project and are open to public traffic Consultant shall comply with all of the requirements set forth in Divisions 11 12 13 14 and 15 of the Vehicle Code Consultant shall take all reasonably necessary precautions for safe operation of its vehicles and the protection of the traveling public from injury and damage from such vehicles

14183 Any subcontract entered into as a result of this contract shall contain all of the provisions of this Article

IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the Effective Date

SIGNATURES FOLLOW ON NEXT PAGE

THIS SPACE LEFT INTENTIONALLY BLANK

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 22 October 2017

CONSULTANT

By

Name

Title

Date

COUNTY COUNTY OF SONOMA

CERTIFICATES OF INSURANCE ON FILE AND APPROVED AS TO SUBSTANCE FOR COUNTY

By

Department Head

Date

APPROVED AS TO FORM FOR COUNTY

By

County Counsel

Date

By

or Purchasing Agent

Date

By

Chair Board of Supervisors

Date

ATTEST

Clerk of the Board of Supervisors

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 23 October 2017

Sonoma County Project No C14007

Bridge No 20C0326 EXHIBIT A Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

SCOPE OF WORK

The Franz Creek Bridge (Bridge No 20C-0326) located on Franz Valley School Road crosses

Franz Creek approximately 1500 feet east of the intersection with Franz Valley Road The nearest

population center is the City of Calistoga approximately 55 miles east of the bridge Franz Valley

Road is classified as a rural local road and has an ADT of 350 (2010) projected to increase to 420

by 2032 The road provides ruralagricultural access between State Route 128 and Franz Valley

Road The existing bridge a 32 foot long by 23 foot wide single span steel girder structure with an

unknown foundation type (BIR Item 113 = U) was determined by Caltrans to be scour critical and

structurally deficient with a sufficiency rating of 226 and as such the bridge has been approved for

replacement TRCrsquos goal will be to develop the simplest and most cost-effective structure that will

provide the County with a long life minimal maintenance and minimize impacts on local users

Within this Scope of Work TRCrsquos team is referred to as ldquothe consultantrdquo This is in reference to

the entire consultant team consisting of

Firm Areas of Expertise TRC Engineering Inc (Prime Consultant)

Civil and structural Design

Environmental Engineering

Shannon and Wilson Inc Shannon and Wilson ndash Geotechnical Engineering

WRECO Hydraulic amp Water Resources Engineering

Cinquini amp Passarino Inc Surveying amp Right-of-Way

Anchor QEA Noise

Tom Origer amp Associates Cultural Resources

National Analytical Laboratories Inc Certified Asbestos Consultant

TRC as the prime consultant will be responsible to the County for seeing that the tasks listed

herein are completed by the appropriate team members

Task 1 Project Management

11 Project Kickoff

The consultant will meet with the County at a pre-design kickoff meeting to review the

scope of work project requirements and design criteria obtain additional material and

information and discuss the Countys scheduling and review process While meeting with

the County we shall conduct a visual on-site field investigation to identify existing

conditions and confirm initial design assumptions

The consultant understands that the field review has already been held and the field review

forms including a PES form have been signed by Caltrans The consultant will familiarize

ourselves with those forms and follow the findings therein to develop the design

Franz Creek Bridge Scope 1 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

12 ProjectStaff Management

The consultant shall be responsible for project management activities throughout the life of

the contract The scope of project management includes

bull Managing the project schedule and budget

bull Setting up and facilitating client meetings

bull Interagency meetings public meetings

bull Field reviews

bull Other project related meetings

bull Managing sub-consultant staff

13 Meetings

The consultant shall prepare meeting agendas meeting notes identify action items and how

they are accounted for and sign in sheets for all meetings and manage the consultant team

involved in the project (ldquoproject teamrdquo) Managing the project team includes preparing

contract paperwork memos letters and e-mails making phone calls and maintaining

project files

Meetings will include at a minimum a project kick off meeting a meeting after the 35

65 and the 95 submittal to discuss comments with the County Two (2) meetings are

assumed in the Preliminary phase of the project and four (4) meetings are assumed in the

Final Design PSampE phase of the project These meetings will be held at the County office

Outside of the in-person meetings conference calls will be held with the County to discuss

progress throughout the project (10 total)

14 Work Progress Form

On a monthly basis the consultant shall submit a Work Progress Form provided by the

County This summarizes accomplishments in the previous month anticipated work for the

next month and key decisions that need to be made to keep the project on schedule Invoices

shall show the original budget any reallocated budgets amount spent to-date amount spent

this period budget remaining and percentage spent to date for each task

Task 2 - Preliminary Engineering

This task will consist of investigatory studies preliminary design and other work necessary to

bring the project to 35 design and to provide a final Type Selection Report

Task 2A- Alignment Engineering

2A1 Assess Available Information

The consultant shall assess available information on the project Such information may

include existing drawings studies and reports or preliminary engineering performed by

others The County will provide any such information in their possession

2A2 Alignment Alternatives Analysis

The Consultant shall recommend the alignment of the new bridge and the extent of the

roadway approaches in close collaboration with the County The assumed roadway width is

31rsquo which includes 2- 10rsquo lanes a 3rsquo outside shoulder and an 8rsquo inside shoulder around

Franz Creek Bridge Scope 2 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

the curve approaching the bridge structure

The consultant shall analyze two alignment alternatives and propose the most feasible

alternative based on the site constraints public input AASHTO and Caltrans geometric

standards and drainage patterns (so that the adjacent properties are not adversely impacted

by the new improvements) The 45 mph alternative and the Stage Construction alternative

on the same alignment will not be analyzed in detail but should be mentioned in the

alternative analysis memo as to why they were rejected Alignment alternatives to be

analyzed shall provide a 30 mph design speed with a 4 maximum superelevation (or the

maximum superelevation allowed per the CT HDM safe comfortable speed chart) located

upstream of the existing bridge Even though the 30mph meets the minimum design speed

for the roadway the second alternative shall provide a 25 mph design speed with similar

superelevation criteria as noted above The alternative alignments are shown in Exhibit 1

located in Attachment B The consultant will examine the two alignment alternatives with

the goal to optimize material balance bridge length right-of-way acquisitions and sight

distance Typical sections layout profile and superelevation diagrams will be created for

each alternative Engineering cost estimates will be developed in a Caltrans 7-page

estimate format for the two alignment alternatives being studied It is understood that the

existing structure will remain in place to carry traffic during construction A preferred

alignment will be submitted for County review and approval The results of the

alternatives analysis will be summarized in an Alignment Alternatives Analysis memo

Task 2A Deliverables

bull Preliminary Alignment Alternatives (two alternatives)

bull Construction cost estimates (7-page Caltrans format) for each alternative

bull Alignment Alternatives Analysis memo

Task 2A County Decision Point

bull Approve Preliminary Alignment

Task 2B- Preliminary Structure Engineering and 35 Design

2B1 Bridge Type Selection Report Preparation (DraftFinal)

The consultant shall work closely with County staff to develop the appropriate bridge

replacement design Key issues to consider include (in no particular order)

bull New bridge alignment vs existing bridge alignment

bull Project detour

bull Public input

bull Flood water elevations

bull Site geology and seismicity

bull Environmental issues

bull Maintenance of traffic

bull Available ROW

bull Construction access

bull Unique project design criteria

bull Noise impacts (concerns about the neighbors so close and bioacoustics)

Franz Creek Bridge Scope 3 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Overall cost

bull Constructability

Two structure types will be considered

Cast in Place Prestressed concrete slab

Precast prestressed concrete slab units

Consultant shall prepare a Type Selection Report that will document the structure

types and configurations considered with estimated costs and recommendations for the

final structure type The Type Selection Report shall be prepared for approval by the

County and Caltrans Local Assistance following the guidelines established in the Caltrans

Memo to Designers The proposed replacement bridge shall be presented on general plan

drawings and documented in a report The Type Selection Report will appear in the same

format used by Caltrans Engineering Services Division These documents will be

submitted to the County and the County will submit to Caltrans for review and approval

before beginning final design

2B2 Prepare 35 Design Plans

Upon receipt of comments on the Type Selection Report the consultant will incorporate

them into the preferred alternative This structure configuration will then be developed and

a Bridge General Plan drafted and submitted to the County for approval

With approval of the General Plan and the Countys preferred alignment alternative the

consultant will develop the remaining 35 design plans as shown on the Plan List as listed

in Attachment A and described in Task 8

2B3 General Plan Cost Estimate

The consultant will prepare the necessary General Plan Cost Estimate for the bridge The

General Plan Estimate will be prepared in accordance with Caltrans Bridge Design Aids

Manual Chapter 11 The General Plan Estimates will appear in the same format used by

Caltrans Division of Structures The Caltrans 7-page preliminary estimate will be

generated for the other civil portions of the project in order to generate the total

construction cost estimate

Task 2B Deliverables

bull Preliminary (35) design drawings and reports

bull Bridge Type Selection Report (DraftFinal)

bull Construction Cost Estimates

bull AutoCAD dwg files of preliminary design drawings

Task 2B County Decision Point

bull Select Bridge Type

bull Provide 35 PSampE Review Comments

Task 2C - Utility Coordination

Consultant shall lead the utility coordination efforts Tasks include

bull Obtaining a County provided list of current utility contacts

bull Creating and mailing Utility Letters on the Countyrsquos letterhead

Franz Creek Bridge Scope 4 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Mapping existing utilities

bull Identifying potential conflicts

bull Working with utility companies during their design of relocations

bull Identifying possible easements

bull It is assumed that relocation costs for the various utility facilities will be borne by the utility

companies

Unless specifically stated herein it is assumed that all new or relocated facilities will be designed

and constructed by the owners of the utilities Attention is directed to Attachment A for the

anticipated plan sheets to be completed in this task

2C1 ndash Utility Letters

The consultant will prepare signature ready Utility A letters and submit copies hard copy and on

computer disk to the County Project Manager for transmittal to utility owners within the project

limits on County letterhead Response information received from each owner will be provided

back to the consultant When design is approximately 65 complete the consultant will prepare

Utility B letters and submit copies hard copy and on computer disk to the County Project Manager

for transmittal to recipients on County letterhead At the Utility B letter stage any potential

conflicts will be noted specifically in each B letter in order to begin discussions with the utility

companies for relocation efforts Utilities in conflict will be identified and utility companies will

be asked to prepare relocation plans Consultant will prepare Utility Plans designating the facilities

that are located within the project corridor along with their new locations Refer to Task 2C3 for

the creation of the Utility Relocation Plans

County will forward to the consultant a copy of utility B letters sent and of all correspondence

received For utilities owned or maintained by County the County project manager will forward

the Utility B letters to the appropriate County staff member and send a copy of the transmittal to

the consultant The consultant will then correspond directly with the identified County staff

member Utility C letters will be prepared by the consultant and likewise sent to the County for

distribution upon submittal of the 95 PSampE The C letters shall note the construction start date

and final coordination for relocation of the utilities shall commence

2C2 ndash Utility Company Coordination

Ongoing coordination with utility agencies for relocation of the facilities will be required so that

the facilities are relocated prior to construction If the utilities will be relocated during

construction the Special Provisions will be written to alert the contractor of the potential Utility

work and coordination

2C3 ndash Develop Utility Relocation Plans

Utility Relocation Plans will be prepared Based on information received from the A letter

responses the consultant will prepare base mapping of the existing utilities and will show these

Franz Creek Bridge Scope 5 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

utilities on the plan sheets As the design progresses all utilities that are in conflict with the

proposed construction will be clearly delineated and the responsible party to relocate the facility

will be clearly denoted on the plans

2C4 ndash Utility Relocation Cost Estimates

Consultant will work with the Utility agencies to receive their estimate of the cost of utility

relocation construction required for the Project The utility estimates will include estimates for new

utility easements if required

Task 2C Deliverables

bull Utility A B and C Letters

bull Conflict Resolution Plans

bull Coordination of utility relocations required for construction with the affected utility companies

Task 3 ndash SurveyingMappingROW Engineering

The Survey consultant shall be responsible for data collection mapping and surveying necessary

for preliminary engineering design cost estimates right-of-way impacts and the level of

environmental clearance All surveying and mapping shall comply with the provisions of the

Professional Land Surveyors Act Sections 8700 to 8805 Business and Professions Code the

provisions of the California Coordinate System Sections 8801 through 8819 of the Public

Resources Code and any other applicable code in the State of California The scope of

comprehensive base mapping and surveying includes but is not limited to Control Surveys Aerial

Photogrammetry Limited Design Level Topographic Surveys Right-of-Way Retracement and a

Record of Survey

The goals of this task are to establish project controls acquire site topography data for bridge and

road design and develop stream cross section data necessary for hydraulic analysis including an

ordinary water mark Also to resolve existing Right of Way (ROW) and determine additional ROW

needs for the following

bull Stormwater treatment

bull Staging areas and storage for excess materials generated by construction of the bridge

bull Prepare legal descriptions

bull Plats and closure calculations for permanent acquisitions and temporary construction

easements

Control

Survey vertical control shall be NAVD 88 Survey horizontal control shall be California

Coordinate System of 1983 Zone 2 Epoch 20100 Where more than one datum is required by

multiple agencies the Survey consultant shall prepare the necessary conversion tables to enable the

transformation from one datum to another

Terrain and vegetation will make getting a good GPS signal difficult The Survey consultant will

use static base stations to establish California Coordinate System and NAVD 88 elevations based

on ties to nearby CORS stations

Franz Creek Bridge Scope 6 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

31 - Topographic Survey

The topographic survey will be at a drawing scale of 1 inch = 20 feet with a one foot

contour interval The topographic survey will include the following existing road facilities

and will extend a minimum of 20 feet beyond the edge of pavement

Topographic survey coverage area shall include at minimum Franz Valley School Road

from 400 feet north of the bridge to 600 feet south of the existing bridge (as measured

along the centerline of the road)

Mapping shall include the proposed bridge alignment by surveying approximately 200

feet (as measured along the creek) upstream of the existing bridge and 100 feet

downstream measured from the edges of the existing bridge

Topographic survey shall include all necessary work to produce a topographic map and an

electronic surface model compatible with Civil3D including features such as but not

limited to pavement utility markings on the pavement all utility facilities driveways trees

four (4) inches and larger diameter at breast height headwalls bridge retaining wall or

decorative walls vineyard rows structures drainage facilities pavement delineation and any

other pertinent information that could apply to the project during design

32 - Right of Way (ROW)

The consultant shall perform the following ROW survey tasks

321 ndash Boundary Surveys

bull Perform boundary research to locate the existing ROW data

bull Perform boundary surveys to search for locate and tie existing monumentation

bull Perform a resolution of the existing road ROW

bull Determine additional ROW needs

bull Prepare an acquisition map

bull Complete a Record of Survey showing the existing ROW and the project

centerline(s) The Record of Survey shall show at least two permanent monuments

that will survive the construction of the project

33 ndash Title Reports

This proposal assumes the consultant will procure between 2 and 4 title reports

34 ndash Legal Descriptions

After the 65 submittal the Consultant will establish the Right of Way boundaries and will

submit the boundaries for permanent right of way acquisition and temporary construction

easements to the County

The Consultant will prepare approximately 2 to 4 legal descriptions for permanent ROW

acquisition and 2 to 4 legal descriptions for temporary construction easement acquisition

Consultant shall prepare ROW Data sheets per the guidelines in the Caltrans Right of Way

Manual

35 ndash Creek Cross Sections for Hydraulic Analysis

This will include surveying creek cross sections Creek cross sections shall be taken at the

upstream and downstream faces of the existing bridge and the proposed location of the new

Franz Creek Bridge Scope 7 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bridge Sections will also be taken at 200 foot intervals downstream of the existing

bridge up to 800 feet from the bridge and upstream at 100 foot intervals for 300 feet A

cross section will also be taken below and just above the stream confluence 200 feet

upstream of the proposed bridge

36ndash Survey Control Sheet

The consultant will prepare a Survey Control Sheet to be included in the Plans that

conforms to the standards of Sonoma County This sheet will include the survey

monuments and controls for the project

Task 3 Deliverables

bull Topographic survey map and electronic surface model compatible with Civil3D

bull Acquisition map

bull Record of Survey

bull Legal descriptions plats and closure calculations for ROW acquisition

bull AutoCAD dwg file of the topographic survey containing the survey points a n d stream

cross section survey Map (1rdquo = 30rsquo)

bull Survey Control Sheet

Task 4 - Geotechnical Engineering

Shannon amp Wilson shall prepare a geotechnical report for the site as required for the completion of

design construction documents and permit applications The geotechnical report shall include an

evaluation of the effects of any slope erosion or periodic land movements during extreme storm and

seismic events hydrological and soils data tied to the channel scour scour analysis and seismic

parameters and recommendations for the bridge foundation design

Shannon amp Wilsonrsquos subsurface exploration shall include drilling test borings at key locations

obtaining soil and rock samples for observation and laboratory testing and measuring the depth to

and variation in embankment groundwater levels The coordination of boring locations must be

discussed with the County prior to beginning boring

In general this task shall include the following

41 - Preliminary Foundation Memo (PFM)

As part of preliminary engineering phase for bridge-type selection Shannon amp Wilson will

prepare a preliminary foundation memo (PFM) This memo will be based on such

subsurface data that is available preliminary planning studies Caltrans bridge inspection

records published geologic mapping aerial photographs and survey and topographic data

Shannon amp Wilson will use a Caltrans ARS online default shear wave velocity and assume

a Class D soil type when the preliminary ARS curve is developed

The PFM will include the following

Project location and vicinity map

Summary of site geology and subsurface conditions based on review of available

record documents published geologic data and geologic reconnaissance

Seismic data and evaluation using current Caltrans seismic design criteria including

design ARS curve using Caltrans ARS Online tool

Franz Creek Bridge Scope 8 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Approach roadway considerations

Preliminary foundation alternatives eg CIDH piling driven piles spread footing

foundations etc

Preliminary foundation recommendations with conditions and constraints on likely

foundation types and

Preliminary construction considerations

Task 41 Deliverables

Final PFM ndash 1 hard copy 1 electronic copy

42 - Planning amp Permitting

Shannon amp Wilson will obtain a Sonoma County Encroachment Permit and Sonoma

County Permit and Resource Management Department (PRMD) drilling permit Shannon amp

Wilson assumes that the County will waive any encroachment permit fees and bond

requirements Shannon amp Wilson will pay for the fees associated with obtaining the

PRMD drilling permit The exploration locations are within at most three parcels for

permitting purposes Prior to commencement of subsurface explorations Shannon amp

Wilson will notify Underground Service Alert for underground utility locations

The County will obtain rights of entry to private residences and provide copies of the rights-

of-entry documents to Shannon amp Wilson

Assumptions include

bull Apply for and obtain Sonoma County Permit and Resource Management

Department (PRMD) drilling permit

bull Apply for and obtain a Sonoma County encroachment permit (we expect the permit

not to require fees or bonds)

bull Schedule field exploration

bull Field stake boring locations coordinate utility clearance with Underground Service

Alert

43 - Traffic Control

As part of the encroachment permit process Shannon amp Wilson will prepare a traffic control

plan to be approved by the County for traffic control Flagmen and portable orange traffic

warning signs and cones shall be used to control traffic whenever drilling operations

present a potential obstruction to traffic We expect traffic control is required based on the

roadway geometry limited sight distance and anticipated field exploration locations A

subconsultant managed under the Consultants (geotechnical) contract will provide traffic

control during drilling

44 - Geologic Reconnaissance and Field Exploration

bull Research published documents including geologic maps of the site and vicinity

bull Perform an engineering geologic reconnaissance of the channel and areas

surrounding the existing and proposed bridge alignments

Shannon amp Wilsonrsquos reconnaissance will be directed toward identifying and mapping

bedrock types bedding orientation fracturing faulting and other bedrock characteristics

as appropriate Work will include

Franz Creek Bridge Scope 9 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Geotechnical Investigations

bull Attend a kick off meeting among representatives of the County and consultant

(may be available by phone)

bull Shannon amp Wilson shall perform borings to collect subsurface information required

for foundation design This shall include locating borings at the project site marking

out field test locations with paint or other acceptable means for Underground

Service Alert notification and for utility location logging earth materials

groundwater depth and the depth of refusal or solid rock if either are encountered

Each boring site shall be located using a measuring tape and transit level

For the bridge foundation design study we will include a maximum of two borings to 80

foot depth for bridge foundation supports We assume exploration is for one proposed

roadway alignment that includes a single-span bridge founded on Caltrans Standard driven

pile or CIDH piles at the abutments Shannon amp Wilson expects to drill the borings during

dry field conditions with a truck-mounted drill rig using auger andor mud-rotary drilling

methods through soil and then diamond-bit core drilling where we encounter boulders

andor rock We will collect subgrade soil samples from auger cuttings at the abutment

borings We will recover soil samples at 3-5 foot (typical) intervals using Standard

Penetration Test equipment and other split-spoon samplers as necessary

A representative from Shannon amp Wilson will log the soil rock and groundwater

encountered in the borings Shannon amp Wilson will backfill the borings in accordance with

County permit requirements Shannon amp Wilson expects that drill cuttings removal is

required and cuttings cannot be spread on site and will include disposal costs in the fee

estimate for this work

Shannon amp Wilson will attempt to drill along existing roadway shoulders at the proposed

west abutment but may partially encroach into the travelled way For the east abutment

rights of entry to the private property on the east side of the creek (to be obtained by the

County) are needed in order to perform a boring at the proposed abutment locations If right

of entry is not approved then a boring would be completed in the roadway on the east side

of the creek that may result in being 100 feet away from the proposed abutment location

45 - Laboratory Testing

Selected soil and rock samples obtained from the consultantrsquos borings will be subjected to

laboratory testing at a certified geotechnical laboratory to assess their pertinent

geotechnical engineering characteristics Tests to be performed include moisture contentdry

density classification strength corrosivity R-value (for pavement design) any other tests

recommended as appropriate by the Geotechnical Engineer We will perform two R-value

tests to evaluate subgrade materials for new pavement section recommendations Laboratory

tests will be in accordance with ASTM andor Caltrans Standards Shannon amp Wilson will

use point load index testing if rock cores are recovered If sound hard rock core pieces of

sufficient length are recovered we will perform compressive strength tests if practical In

addition consultant shall also be responsible for providing the following basic soil

characteristics and bearing capacity The environmental consultant (TRC) shall also be

responsible for testing hazardous materials when pertinent

A quantity estimate of laboratory tests required is as follows

Franz Creek Bridge Scope 10 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull 17 - Moisture Content - Unit Dry Weight (ASTM-D2216 ndash ASTM-D4767)

bull 5 - Sieve Analysis (ASTM-D6913)

bull 5 - Plasticity Index (ASTM-D4318)

bull 1 - Resistance Value (CTM-301)

bull 5 - Point Load Index (ASTM-D5731)

bull 2 - Unconfined Compression Rock (ASTM D7012)

Samples will be collected using Standard Penetration Test equipment or other split-spoon

samplers using a calibrated automatic drop hammer

46 - Engineering and Geologic Analyses

Shannon amp Wilson shall characterize the creek channel and surrounding terrain within the

vicinity of the proposed and existing bridge alignments in terms of regional and local

geological and seismic conditions including geologic hazards (primarily creek bank

stability and channel scour) Shannon amp Wilson shall analyze the field and laboratory data

and conduct engineering and geologic analyses to provide conclusions and

recommendations regarding the bridge foundation design criteria Shannon amp Wilson will

also identify foundation alternatives based on their experience with similar projects and the

results of the investigation The field geology and boring log data-will be presented on a

geologic map and subsurface profile sheet The geologic subsurface profile will be along

the proposed bridge alignment Laboratory test data will be presented on the boring logs

alongside the samples tested

Shannon amp Wilson will determine the appropriate seismic design parameters and prepare an

ARS design curve using Caltrans ARS online and perform pile analysis for the pile design

using AASHTO LRFD Bridge Design Specifications with Caltrans amendments as

appropriate

The consultant will develop geotechnical criteria for design including the following

Axial pile and bearing capacity

Lateral pile capacity

Foundation design criteria for potential foundation type including drivability and

axial analyses (as appropriate) for Cast-in-Drilled-Hole (CIDH) Cast-in-Steel-Shell

(CISS) or driven pile design

Liquefaction

Settlement

Slope Stability

Site seismicity including deterministicprobabilistic procedures consistent with

current Caltrans Seismic Design Criteria to determine the site ARS

Lateral earth pressures and coefficient of friction to resist sliding

Soil corrosivity

Scour analysis and bank stability analysis

New flexible pavement design

Site preparation and grading including excavation characteristics suitability of

excavated soils within the roadway for re-use as fill and the treatment of existing

fill as appropriate

Lpile parameters for the structural engineers lateral pile analysis

Franz Creek Bridge Scope 11 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The County recommends avoiding pile driving given the year round water at this

site Additionally addressing bioacoustic effects on fish are expected to be avoided

unless that is the only foundation design given site constraints (See Supplemental

Service 69)

Anticipated geotechnical construction considerations if applicable

47 ndash Prepare Draft Geotechnical Report

The consultant shall summarize the results of the investigation testing and analysis in a

draft report The draft report shall include recommendations for foundation type elevation

and allowable loading of proposed foundation elements discuss groundwater and other

subsurface conditions encountered affecting foundation design construction and service

and include a Log of Test Boring drawing suitable for inclusion with the project plans

Seismic criteria for use in structure design will also be reported (peak ground acceleration soil profile

type ARS curve etc) in accordance with Caltrans practice including an evaluation of the potential

geohazards such as seismically induced liquefaction settlement and ground instability The

Foundation Report will include geotechnical design criteria for the approach roadway sections

The Draft Foundation Report will include

bull Summary of geotechnical services

bull Vicinity map

bull Site plan

bull Site description

bull Project description

bull Field exploration descriptions

bull Laboratory testing results

bull Site geology and subsurface conditions

bull Seismic data and evaluation

bull Scour considerations (based on Hydraulics Report prepared by others)

bull Corrosion evaluation

bull Foundation recommendations

bull Approach roadway subgrade and new pavement section recommendations

bull Construction considerations

bull Caltrans ARS curve

bull Log of Test Borings (LOTB) drawing and

The draft report shall be submitted for the 65 PSampE

48 ndash Prepare Final Geotechnical Report

After the County has commented on the draft report and all outstanding questions answered

the Foundation Report shall be finalized

Task 4 Deliverables

bull Preliminary Foundation Memo

bull Draft Foundation Report

bull Final Foundation Report

bull Site-specific ARS Curves

bull Log of Test Borings for PSampE

Franz Creek Bridge Scope 12 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Geotechnical Assumptions

bull The exploration program indicated is for bridge foundation design and additional exploration may be required to adequately define construction conditions

bull The project does not require a Site Specific Seismic Hazard Analysis that includes time-

history analysis

bull ARS Curves will be developed using Caltrans ARS online and the USGS Seismic Hazard

Website for Deaggregation of seismic hazards

bull The County will provide all necessary rights-of-entry

bull Topographic surveys will be provided by others with maximum 1-ft contour interval for the

project site

bull Shannon amp Wilson will prepare a traffic control plan and submit an encroachment permit

bull Hazardous materials assessment and evaluation is not included in our scope of services

Task 5 Hydrology and Hydraulics

The consultant shall complete the Design Hydrology and Hydraulics Report Location Hydraulic

Study Floodplain Evaluation Report Summary Floodplain Encroachment Report as needed and

to establish the 100-year flood level at the bridge

51 - Data Collection and Site Review

WRECO will review available data including previous studies provided by the County

Sonoma County Water Agency (SCWA) and the Project Team Key information to review

will be the available hydrologic and hydraulic data for Franz Creek topographic survey

available cross-sections County and Caltrans Bridge Inspection Reports as-built data

published geological and seismological studies and maintenance records for the Project

site WRECO will also conduct a field reconnaissance to assess the existing conditions in

the vicinity of the Project site

52 - Hydraulics Analyses

The consultant will develop hydraulic analysis models to incorporate information obtained

from its assessment of available information and the creek cross section data from the

topographic survey

The consultant shall evaluate the 50 year and 100 year drainage flows and overtopping

event for existing and proposed conditions of the new bridge and approach roadways

Modeling shall include the 50- and 100-year recurrence events Flow results shall be used

for the existing bridge geometry and calibrated against published data gauge data field

observations of high water marks and any available anecdotal data

The hydraulic model of choice will be the US Army Corps of Engineersrsquo HEC-RAS

model WRECO will coordinate with the Project Team to obtain the survey data of river

channel topography and bathymetry

53 - Documentation

The consultant shall prepare studies and reports that document their findings The reports

will describe methodology used summarize model output include creek cross sections in

plan and profile view and will delineate the 100-year water level for existing and proposed

conditions through the project reach as well as scour analysis

Franz Creek Bridge Scope 13 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The reports shall be prepared in accordance with the format and guidelines presented in the

ldquoChecklist for Drainage Studies and Reportsrdquo Local Assistance Procedures Manual

(LAPM) Exhibit 11-E The draft report shall be submitted for the 35 PSampE After the

County has commented on the draft report and all outstanding questions answered the report

shall be finalized

54 Scour Analysis

WRECO will perform a bridge scour analysis to determine the scour potential per the

methodology specified in the Federal Highway Administrationrsquos (FHWA) HEC-18 HEC-

20 and HEC-23 manuals WRECO will make recommendations on the need for scour

countermeasures for the proposed bridge per the HEC-23 and California Bank and Shore

Protection Manual

55 - Design Hydrology and Hydraulics Reports and Studies

Task 551 Design Hydrology and Hydraulics Study

WRECO will prepare a Design Hydraulics Study (DHS) which will summarize the results

from the hydraulic and bridge scour analyses and recommendations for bridge scour

countermeasures The report will also include all of the detailed hydraulic model output

Task 552 Location Hydraulic Study

Based on WRECOrsquos preliminary qualitative hydrologic hydraulic and geomorphic

assessments no floodplain encroachments or impacts are anticipated as a result of the

Project Therefore WRECO will prepare a Floodplain Evaluation Report Technical

Memorandum including the Technical Information for a Location Hydraulic Study and the

Floodplain Evaluation Report Summary form to document the investigation and summarize

the results

56 - Dry Weather Flow and Bypass

WRECO will determine the magnitude of the dry weather flow volume during the

construction period and will work with the Project Team to develop the design concept for

the flow bypass system during construction

Task 5 Deliverables

bull Design Hydraulics Study

o Draft Design Hydrology and Hydraulics Study (PDF and 2 hard copies)

o Final Design Hydrology and Hydraulics Study (PDF and 5 hard copies)

bull Location Hydraulic Study

o Draft Location Hydraulic Study (PDF and 2 hard copies)

o Final Location Hydraulic Study (PDF and 5 hard copies)

bull Scour Analysis

Franz Creek Bridge Scope 14 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 6 Environmental

The County has in-house environmental specialists from PRMD who will lead the environmental

clearance effort (CEQANEPA and environmental permits) including setting up and facilitating

interagency meetings The consultant shall work closely with PRMD s t a f f to support their

work in obtaining environmental clearance and identifing environmental constraints and

opportunities to minimize costs and time delays This will include providing engineering

information and documentation in a timely manner

Listed below is an outline of the anticipated environmental studies to be prepared by the consultant

necessary to satisfy portions of the environmental documents (NEPACEQA) including three

additional subtasks 64 65 and 66 that were included in the Caltrans District 4 correspondence to

Sonoma County (letter dated January 15 2016)

Task 601 Project Management

Consultantrsquos Environmental Project Manager will be responsible for a variety of general

project management tasks throughout the process of coordinating preparation of technical

studies preparing the environmental documentation and coordinating with the County and

Caltrans Local Assistance staff This also includes coordinating the day-to-day

environmental activities with the Consultant Project Manager and design team and

monitoring the scope budget and scheduling of the environmental aspects of the project

Task 602 Meetings

Consultantrsquos Environmental staff will attend the kick-off meeting and up to four (4) Project

Development Team (PDT) meetings via conference call and (1) agency meeting

Task 603 Environmental Engineering Support

The consultant shall provide preliminary engineering services or site assessments needed

for the following tasks

6031 - Assist the County with preparation of the bridge project NEPACEQA documents

The Consultant shall assist in the preparation of the Area of Potential EffectsImpact Map

(APEI) and Biological Study Area (BSA) Maps of the enveloped alternatives for use in the

environmental studies Consultant will provide a base map to the Consultant (Tom Origer

amp Associates) that will finalize the (APEI) Maps and then will submit the APEI Maps for

County review The County will markup the base map and then the Consultant will prepare

the final maps based on those markups The County will submit to Caltrans for approval

The Consultant shall assist in preparation of the project description and determining NEPA

and CEQA boundaries

6032 - Identify issues that must be addressed in the design

Consultant shall assist during the preparation of the environmental documentation for

supporting documents and calculations as the studies require

6033 ndash Prepare Equipment Staging Technical Memo

The consultant will prepare an Equipment Staging Technical Memorandum The memo

Franz Creek Bridge Scope 15 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

will describe the proposed staging areas to be utilized during the construction of the Project

identify potential impacts to the surrounding environment traffic patterns and nearby

residents and describe how these potential impacts will be minimized

It is assumed that the County will assist the Consultant by providing the necessary traffic

data (existing and proposed ADT) to supplement the information required in the Land

Use memo

6034 ndash Prepare Right-of-Way Technical Memo

The consultant will prepare a Right-of-Way Technical Memorandum This memo will

describe the Right-of-Way needs of the project which parcels will be impacted what is on

the parcels the land use detail rights of entry and describe how the project will impact the

existing land use

NEPA STUDIES 61 - Initial Site Assessment (ISA)

The Consultant shall prepare an ISA that will attempt to identify potential or known

hazardous materials hazardous waste and contamination in the project area as well as those

responsible The ISA will also include a preliminary screening level study of roadway

striping paint and existing bridge construction materials A certified asbestos consultant

will also review the site and take samples of potential existing asbestos containing building

materials (including bridge concrete samples) as necessary The existing bridge and

alignment alternatives will be evaluated and reported on in the Initial Site Assessment (ISA)

report The certified asbestos consultant report will be appended to the ISA This report will

follow American Society for Testing and Materials (ASTM) Standard E1527-05

A Phase I Initial Site Assessment (ISA) will be prepared The ISA will be prepared in

accordance with the scope and limitations of the American Society of Testing and Materials

Practice E 1527-13 Standard Practice for Environmental Site Assessments Phase I

Environmental Site Assessment Process (ASTM E 1527-13)

62 - Visual Impact Assessment (VIA)

The consultant shall prepare a Moderate Level VIA and is required to follow the Guidelines

for the Visual Impact Assessment of Highway Projects (FHWA-HEP-15-029) written by

the Federal Highway Administration

The PES indicates that a Visual Resources Technical Memorandum should be prepared to

address visual issues and that a VIA may not be required The analysis will be supported by

a set of realistic computer-generated visual simulations to illustrate existing and post-project

visual conditions as seen from key public viewpoints Four visual simulations will be

prepared Visual simulations showing one existing (before) view and one simulation (after)

image from each of two viewpoints is included The simulations will be produced using

high resolution digital photographs and advanced computer modelingrendering techniques

The visual simulations will be based on engineering design data including digital (CAD)

plan and elevation drawings The visual impact assessment will be based on review of

ground level and aerial photographs topographicGIS data pertinent public policies

regarding visual quality project engineering drawings and other descriptive project data

63 - Cultural Resources

Franz Creek Bridge Scope 16 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The consultant (Tom Origer amp Associates) shall prepare the Section 106 of the Historic

Preservation Act reports APE map Historical Property Survey Report (HPSR) Historical

Resources Evaluation Report (HRER) to include a re- evaluation of the bridge for eligibility

for the National Register of Historic Places and an Archeological Survey Report (ASR)

The consultant will also complete a California Department of Parks and Recreation

Form 523 (DPR Form 523) for the existing bridge evaluating the bridges potential for

eligibility on the California Register of Historic Resources

Prior to beginning the Cultural Resources Studies the Consultant (Tom Origer amp

Associates) will create the APE map The APE map will be reviewed and approved by the

County and Caltrans prior to beginning any of the Cultural Resources Studies The County

will submit the APE Map and Project Description to Caltrans for Review and Approval

Based on the list of studies required for the Franz Creek Bridge Replacement project the

following scope of work complies with Section 106 of the National Historic Preservation

Act and the California Environmental Quality Act Based on information contained in the

Caltrans memorandum dated January 26 2016 the following scope of work is proposed

631 ndash Historic Resources Evaluation Report (HRER)

An HRER will be prepared that evaluates elements of the built environment that are within

the APE and are older than 50 years Buildings and structures older than 50 years will be

evaluated for eligibility for the National Register of Historic Places and the California

Register of Historic Resources

To evaluate resources an historic context(s) will be developed that will identify themes

events and people that were important to the area and its development The historic context

will draw upon historical documents existing histories and reports and interviews with

knowledgeable individuals The Consultant (Tom Origer amp Associates) will also consult

with local historical societies and other interested parties The results of these evaluations

will be presented in the HRER along with the appropriate resource documentation (DPR

523 forms)

632 ndash Archaeological Survey Report (ASR)

The archaeological APE will be surveyed in its entirety including areas of direct effect

staging areas and the locations of any temporary easements As part of this task the Native

American Heritage Commission and local Native American groups will be consulted

regarding the project Upon completion of the survey a technical report (ASR) will be

prepared that presents the results of the archaeological survey Resource documentation

(DPR 523 forms) will be completed if archaeological sites are identified No formal

evaluation of archaeological sites is included in this scope

633 ndash Historic Properties Survey Report (HPSR)

The Consultant (Tom Origer amp Associates) will prepare a new HPSR that will include the

results of all studies completed for this project and will discuss potential project effects on

historic properties found within the APE

64 - Natural Environment Study and Biological Assessment (By County) The County shall prepare an NES and BA (if needed) per the Caltrans guidance in the

Franz Creek Bridge Scope 17 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Standard Environmental Reference

As part of the NES and based on the potential for federally listed species to occur within

the project area the County will prepare an EFH in accordance with the most recent

Caltrans guidance to evaluate project effects to federally listed species and critical habitat

as well as identify appropriate avoidance and minimization measures If it is determined that

the project may adversely affect federally listed species Caltrans will use the EFH to

facilitate Section 7 consultation with the National Marine Fisheries Service (NMFS)

It is also assumed that the County will conduct a tree survey for the trees that are to be

removed The Consultant will submit a tree removal plan which is included in the

removal sheets of the Plans but the County will determine the species of the tree

designated for removal

65 ndash Farmlands (By County)

The County will prepare a Farmlands Technical Memorandum and if needed the AD 1006

form will be prepared and submitted

66 - Prepackaged Agency Permits (By County) During the preparation of the 65 PSampE the County will prepare the following permit packages to the respective regulatory agencies Refer to Task 87 for a description of the engineering support task for the permit process

bull CDFW 1602 Streambed Alteration Agreement requires an approved CEQA

document

bull USACE Section 404 Requires a USFWS approved Biological Opinion

bull CRWQCB Section 401 Water Quality Certification requires approval before

applying for other permits

CEQA Studies 67 - Noise

A noise study shall be prepared that addresses potential noise impacts of the proposed project It is

anticipated that road noise and construction noise will be evaluated Drilling is the preferred

method of construction The noise standards as provided in the Noise Element of the Sonoma

County General Plan 2020 shall be used to guide the analysis Given the anticipated construction

methods a bioacoustics analysis is not likely to be required and is therefore excluded from this

task but is included as a supplemental service Task 69 herein

68 - Water Quality Assessment Report (WQAR)

The consultant will assist and provide PRMD with storm flows and drainage pattern information

(existing and proposed) for inclusion in the WQAR The consultant shall prepare a WQAR per the

Caltrans guidance in the Standard Environmental Reference

WRECO will provide the existing physical and regulatory environment information for the water

quality and identify the design criteria applicable to the Project to comply with the County standards

post-construction BMPs requirements and other water quality requirements WRECO will also

review the applicable water quality regulatory requirements for the Project site

Franz Creek Bridge Scope 18 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 6 Deliverables

bull APE Map

bull Project Description

bull Equipment Staging Technical Memo

bull Right of Way Technical Memo

bull Phase I ISA

bull VIA Memo

bull Cultural ReportsHPSR HRER ASR

bull DPR Form 523

bull WQAR (DraftReviseFinal)

bull Noise Study

Task 7 ndash Public Outreach

71 ndash Public Outreach Meetings

The County will lead the Public Outreach efforts for this project with support from the Consultant

at the following meetings

Property Owner Meetings

The County will prepare a database of potential stakeholders and property owners (Refer to Task

72) It is anticipated that this project will require (1) meeting directly with the individual property

owners affected by the project Since there are only two property owners that are affected it is

anticipated that both meetings will occur during the same day The meeting will be held either on-

site or at the County offices Consultant will attend this meeting with the property owners to

explain the project answer questions take meeting notes and prepare a summarization of the

meeting notes

Sonoma County Board of Supervisor Meetings

The team will work with the County and attend two (1) One Board of Supervisor meeting related to

the project and take meeting notes as needed This will occur during the Environmental Process

72 ndash Database (By County)

The County will develop and maintain a stakeholder database which can be used to

efficiently distribute project information

Task 7 Deliverables

bull One (1) County Board of Supervisorrsquos meeting attend and prepare summaries

bull Two (2) Property Owner Meetings on the same day attend and prepare summaries

Task 8 ndash 65 PSampE

Task 8 represents the beginning of Final Design phase of the project The consultant staff will meet

with the County at a final-design kick-off meeting to discuss the Final Engineering Scope of Work

project requirements design criteria and the Countyrsquos most current scheduling and review

requirements An agenda and outline will be prepared and distributed before the meeting and

minutes will be prepared and distributed after the meeting

Franz Creek Bridge Scope 19 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

81 - BridgeStructural Design Development

The consultant shall perform structural design investigations analysis computations and

prepare detailed structure plans for the proposed replacement bridge in accordance with the

latest Caltrans bridge design techniques including a Foundation Report and a Design

Hydraulic Study Standard construction materials shall be used in the design of the proposed

bridge replacement wherever possible Where specialized non-standard

constructionbuilding materials are required the consultant shall first obtain approval from

the County prior to incorporating them into the design

The consultant shall confirm and verify the design criteria and loading conditions then

verify the structural adequacy of the selected bridge type

Permanent transient and extreme event load cases shall be considered per Caltrans BDS and

AASHTO LRFD Manuals Global analyses shall consider soil-structure interaction

Project plans prepared by the consultant shall include a set of plans at the 65 level All

identified and affected existing utilities shall be accurately indicated on the plans Plans at

65 should be of sufficient level to start ROW acquisition

Contract drawings will be developed using AutoCAD 2015 or newer at the Consultantrsquos

sole discretion

82 - Bridge Approach Roadways

The consultant shall perform roadway design in accordance with the latest version of the

AASHTO Green Book and the County design standards Design shall include details for

traffic control plans in accordance with the Caltrans Manual of Uniform Traffic Control

Devices

Re-alignment at the bridge approaches may be necessary depending on the project

alternative that is selected

The consultant will design the approach roadways and prepare the contract drawings for

these The pavement section roadside drainage and roadside barriers are included in the

design of the bridge approach roadways

The consultant will prepare approach design plans Plans will be coordinated and integrated

with the structure plans for the 65 PSampE package Design will incorporate County

Standard Plans standards per Caltrans Local Assistance Procedures Highway Design and

Traffic Manuals 2015 Caltrans Standard Plans or newer and the current AASHTO Green

Book Standards used will be those in effect as of the date of Notice to Proceed New

standards or modifications to standards which occur during the course of work may require

redesign of particular project features In this case County agrees to compensate the

consultant for extra work which is required to meet the new or modified standards

821 - Roadway Civil Design

The consultant will proceed with final civil design of the project based on the approved

preliminary engineering design concept and the consultantrsquos prior experience with County

project plan preparation Attention is directed to Attachment A for the anticipated plan

Franz Creek Bridge Scope 20 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

sheets to be completed in this task

The Title sheet will include the appropriate County and federal funding project

identification This plan sheet will include a sheet schedule a vicinity map the project

legend general notes and the project control points

The Typical Section Sheet will include the roadway structural section as designed based on

a County supplied Traffic Index (TI) and the R-value recommendations of our geotechnical

subconsultant based on approach soil borings Design will conform to County standards

Standard details will be included to reconstruct raised medians and concrete barriers

Typical sections will be produced for Franz Valley School Road

The total alignment length is approximately 600 The Layout Sheets will be produced at a

horizontal scale of 1 = 20 The plan view will delineate the general roadway

improvements and pavement dimensions Profile and superelevation sheets will be

prepared at a horizontal scale of 1 = 20 and a vertical scale of 1rdquo = 4rsquo The profile grade

will be refined from that shown in the preliminary engineering report Geometric

information tied to the project control points will be shown to sufficiently describe both

the profile and horizontal alignments Spot elevations will be shown at conforms

Construction Detail Sheets shall be created to identify specific details for the project

including but not limited to removal sheets (including a tree removal plan) driveway

conforms and any other details needed to clarify the Plans

It is assumed that existing road surface drainage will be allowed to runoff and infiltrate It

is envisioned that a system will be required to capture predevelopment runoff volumes in

order to satisfy the water balance calculator A system will be designed and shown on the

drainage plan It should be noted that this project is not in an MS4 boundary but roadside

ditches may need to have a treated system before outfalling into the creek

Contour Grading sheets will not be prepared this information will be shown on the Erosion

Control Plan and Details sheets

822 ndash Traffic Design

Permanent Signing and Striping Plan

A Pavement Delineation and Signing Plan will be prepared utilizing the County standards

MUTCD standards and Caltrans standard details This plan will generally match the

existing striping layout The Consultant staff will work closely with the County Traffic

Engineer to incorporate applicable requirements To this end conceptual plan sheets will

be produced for the Traffic Control System and Construction Area Signs plan sheets These

sheets will be transmitted to the County Traffic Engineer and the County project manager

and a meeting held to discuss the design concept prior to the first formal project submittal

Franz Creek Bridge Scope 21 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Subsequent submittals will follow the schedule outlined for the overall project submittals

Existing as well as new sign locations will be shown Sign panels will be shown for new

non-standard signs Standard signs will only be designated by the appropriate Caltrans sign

number

Stage Construction and Traffic Handling Plan

The consultant will prepare combined Traffic Handling and Staged Construction sheets

The plan will generally maintain one travel lane in each direction on the existing bridge

during the construction of the structure No practical detour exists and therefore the road is

assumed to have at least one lane of traffic open at all times Occasional one lane two-way

traffic control will be accomplished through the use of flaggers Brief closures (a few days

to a week) of the approaches will be employed during tie-in operations and construction of

approach pavement The public will be notified of these closures well in advance and

appropriate signage placed at the ends of the approaching roadways

The Caltrans Traffic Manual Sign Specifications and Standard Plans will be used as

applicable Temporary signing and striping portable delineators temporary crash cushion

arrays and temporary railing (Type K) as necessary will be shown on this plan No

temporary signal work for pedestrian or vehicular traffic is currently included within this

scope of work Attention is directed to Attachment A for the anticipated plan sheets to be

completed in this task

83 Channel Protection Design (WRECO)

The use of rock slope protection for scour and slope protection is anticipated at this site

Design will be based on the results of our scour analysis Attention is directed to

Attachment A for the anticipated plan sheets to be completed in this task Slope protection

installations will be designed at the channel banks specifically at the abutment faces up to

the right-of-way upstream and downstream of the bridge and along the roadway approaches

adjacent to the creek The design of the slope protection will include details for toe

trenches cutoff walls and intermediate shear keys as necessary Additionally layout and

elevation information will be shown and tied to the project coordinate system

84 ndash Stormwater Pollution Prevention Plan

The project specifications will require the Contractor to prepare a SWPPP for the project so

it is assumed that Temporary Water Pollution Control sheets will not be necessary and are

expressly excluded from this scope of work Stormwater BMPs will be required by the

Regional Board thus informal temporary water pollution control design sheets will be

produced in order to estimate the BMPrsquos that may be required during construction for

estimating purposes The cost of anticipated BMPrsquos will be included in the 65

Construction Cost Estimate

Franz Creek Bridge Scope 22 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

85 ndash Erosion Control Plans

This task will include parameters to stabilize the soil and will include a revegetation plan

for the site after construction

86 ndash Engineering Support to Permitting Process

During the 65 PSampE preparation the consultant will provide the County and our

subconsultants engineering support as the permitting documents are drawn up This support

will be in the form of preparing exhibits calculating areas and quantities of impacts as

required by the permit documents

87 ndash Cost Estimate and Specifications

The Consultant will prepare an itemized engineers estimate at the 65 stage for the

roadway items Bridge items will be based on a General Plan Estimate method The format

will be consistent with the Caltrans Ready-to-List Guide and a BEES listing will be

included Unit prices shall be applied to each contract item resulting in the Engineerrsquos

Estimate of Probable Construction Cost (Estimate) Prices used shall be based on the latest

available data from the COUNTY and Caltrans reflecting the location of the project and the

quantity of each item

The consultant will develop project specifications and special provisions from the most

current Caltrans and County standards

At the 65 stage a bid item list will be prepared and will be submitted with the Plans and

Estimate Special Provisions will not be prepared until the 95 stage as standard special

provisions change frequently

88 - Contract Drawings

Contract drawings for the bridge and roadway approaches are shown in Attachment A

All drawings will be prepared per the most current Caltrans FHWA and County standards

89 - Quality Control and Quality Assurance

A Quality Control (QC) and Quality Assurance (QA) program will be implemented on the project to capture any design or drafting errors

The consultant shall employ a QC program that consists of checking and back-checking the design calculations and contract plans

QA entails ensuring that all QC procedures have been followed and that all critical issues have been addressed and resolved

The 65 PSampE will be submitted after QAQC has been completed

Task 8 Deliverables

bull 65 Plans and Estimate

bull 65 Design Calculations

Franz Creek Bridge Scope 23 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 8 County Decision Points

bull Provide 65 Plans and Estimate review comments

bull The County requires a 30 day review period for the 65 PSampE submittal

Task 9 - 95 PSampE

PSampE shall be 95 complete Major subtasks for this phase of the work are

91 ndash Address County Comments

Incorporate County 65 review comments into the design and bidding documents if any

Consultant shall provide written responses to County comments on the 65 plans After

receiving County concurrence on responses Consultant will proceed with the preparation of

the 95 plans Plan revisions will include addressing 65 comments and design changes to

address mitigation measures and concerns expressed by the County

92 ndash Complete Design and Bid Documents

Complete the design documents and bidding documents to 95 level

93 - Independent Design Check

Perform an independent design check The independent design check of the bridge will be

performed by individual(s) that werent involved in the originating of the design calculations

Where possible the independent checker shall use alternative methods of design and

analysis than used by the designer

The independent check is complete when the independent checker finishes their

calculations compares results with those of the designer and all discrepancies between the

independent check and the original design are reconciled

The 95 PSampE will be submitted when the independent design check is complete The

design of the bridge and approaches is essentially complete at this time

94 ndash Cost Estimate and Specifications

The Consultant will prepare an itemized engineers estimate at the 95 stage Work includes

updating the quantities and project cost estimate including calculating updated quantities for

the changes related to work performed hereunder Two independent sets of quantity

calculations shall be performed by individuals experienced in this work for the bridge design

Work also includes updating the bid item list to correspond to Caltrans current standards

Prices will be updated to current expected values

Plans shall be cross checked with the specifications and the engineerrsquos estimate The

specifications shall then be compiled using the bid item list to collect and edit the applicable

Caltrans Standard Special Provisions (SSPs) and prepare required special provisions in

coordination with the roadway designers CONSULTANT shall utilize the County boiler

plate documents including the notice to bidders proposal bond forms and agreement

Franz Creek Bridge Scope 24 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Specifications will be updated and finalized with comments from the County after the 95

submittal

95 ndashPerform 95 QCQA

The QCQA procedures described in Task 8 will be implemented during this task as well this

time with an emphasis on coordination between structure roadway traffic and utility

documents and the elimination of conflicts between them

Task 9 Deliverables

bull 65 Response to Comments

bull 95 PSampE

bull 95 Design Calculations

bull Independent Design Check

Task 9 County Decision Point

bull Provide 95 PSampE review comments

bull The County may hire a bridge consultant to perform a constructability review

bull The County requires a 30 day review period including the constructability review for the

95 PSampE Submittal

Task 10 - Final (100) PSampE

This phase begins after the 95 PSampE is submitted and County has responded with comments

The consultant shall not prepare the deliverables for this task until receiving written authorization

from the County

The objective in this task is to provide the design and construction documents the County will use

to advertise for bids and administer the construction contract PSampE shall be 100 complete

Major sub tasks for this phase of the work include

101 - Address County Comments

Incorporate County 95 review comments if any into the design and bidding documents

Consultant shall provide written responses to County comments on the 95 plans After

receiving County concurrence on responses Consultant will proceed with the preparation of

the 100 plans Plan revisions will include addressing 95 comments and design changes

to address mitigation measures and concerns expressed by the County

102 ndash Finalize Documents

Complete the design documents and bidding documents to 100 level this includes

updating the Plans Specifications and Engineerrsquos Cost Estimate

Sign and seal the design and bidding documents and prepare for reproduction

103 ndash Prepare Final Deliverables

Prepare one (1) copy and one (1) electronic copy of design calculations and design check

calculations and ten (10) sets of PSampE bidding documents to the County

Franz Creek Bridge Scope 25 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

104 ndash Federal Funding Assistance

Assist the County in securing federal bridge funding through Caltrans if needed

Task 10 Deliverables

bull 95 Response to Comments

bull (1) Set of reproducible final design plans (printed in black ink on mylar)

bull (10) Sets of hardcopy final design plans (11rdquox 17rdquo)

bull (10) Copies of Specifications (seven bound two loose-leaf bound and one printer ready)

bull (10) Copies of Engineerrsquos Estimate

bull (1) Copy of design check calculations

bull (1) Copy of design check quantities

bull (2) Copies of Resident Engineer pending file

bull (2) Copies of the Geotechnical Report including the Bridge Foundation Report

bull (2) Copies of hydraulic studies and reports

bull (1) Flash drive with electronic versions of all Task 10 deliverables itemized above in

DWG MS Excel or MS Word format Print ready PDF files of same will be provided

Design plans will be provided in AutoCAD and PDF formats

Task 10 County Decision Point

bull Provide written authorization to proceed

Task 11 - Pre-Construction Engineering Services

The consultant shall remain available to provide assistance during bidding and award This work

may include clarification of contract documents in response to contractor inquiries preparing

addenda and evaluating bids Pre-construction engineering services shall be included in this

proposal

111 ndash Pre-Bid Meeting

The consultant Project Manager and Project Engineer will attend the pre-bid meeting to

assist the County in responding to questions regarding intent of PSampE documents

112 ndash Respond to Bidder Inquiries

The consultant will provide the County written responses to technical inquiries by bidders

for County distribution

113 ndash Prepare Addenda

The consultant will prepare addenda documents for distribution by the County should any

changes to the bid documents be required during the bid phase

114 ndash Assist in Evaluating Bids

The consultant will assist the County in evaluating Contractor bids

SUPPLEMENTAL SERVICES TRC and our subconsultants are prepared to perform other tasks as required by the County and the

Project as Supplemental Services A more detailed scope and fee will be developed for these

Franz Creek Bridge Scope 26 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

supplemental services at the time they are deemed necessary No work will be performed on the

Supplemental services without written authorization from the County

Some supplemental services that may be necessary include the following

2C5 ndash Utility Potholing

If utility conflicts are discovered during the design process positively locating the utilities in the

field will be required Consultant with the approval of the County can obtain a price quote from a

utility potholing sub-consultant to perform the work The Consultantrsquos surveyor will survey the

potholed location of the utilities and provide the information in AutoCAD to the designer The

utility drawings will be updated with the correct information If this task is required a refined scope

and fee will be prepared to include the total number of potholes needed the sub-consultant to

perform the work the surveyor to pick up the locations and the engineering design and support to

complete this task

49 ndash Geotechnical Retaining Wall Investigation and Analysis Optional borings for retaining wall foundations and roadway approaches will include one 50 foot

deep boring at each of two potential retaining wall locations Bulk soil samples for pavement

section subgrade analysis will be obtained from the bridge abutment borings previously indicated

If Retaining Walls are required both the draft and final foundation memoreports will be updated

accordingly

69 ndash Noise ndash Bioacoustic Analysis A bioacoustics analysis is excluded from the Noise Study noted in Task 67 The County per task

64 will perform the EFH However if the County requires assistance the Consultant can perform a

bioacoustics analysis if required

Task 7A -Public Outreach led by the Consultant

In this task it is assumed that the County prefers the Consultant to lead the public outreach effort

The goal of the subtasks listed below are to assist the County with informing the public about the

importance of the bridge replacement project identify the communitiesrsquo key issues and concerns

and provide information to the community on project status and design options for the proposed

bridge We will incorporate input from the public into the decision making process for design

aesthetics and location of the new bridge

7A1 - Facilitate Public Meetings

The consultant shall work closely with County staff to develop meeting agendas

presentations and meeting materials for one public outreach meeting and attend two of the

Sonoma County Board of Supervisorrsquos meetings The consultant shall coordinate and

facilitate the public meeting and keep notes that can be shared with the public after review

by County staff

Public Outreach Meetings ndash The County will prepare a database of potential stakeholders

Franz Creek Bridge Scope 27 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

and property owners (Refer to Task 72 of the Scope) It is anticipated that this project will

require (1) meeting directly with the individual property owners affected by the project

Since there are two property owners that are affected it is assumed that both meetings will

occur during the same day The meeting(s) will be held either on-site or at the County

offices The Consultant County and Public Outreach Staff will attend this meeting with

the property owner to explain the project answer questions take meeting notes and prepare

a summarization of the meeting notes

Sonoma County Board of Supervisor Meetings

The team will work with the County and attend one (1) One Board of Supervisor meeting

related to the project and take meeting notes as needed This will occur during the

Environmental Process

7A2 - Distribute Informational Materials to the Community

The consultant will work with County staff to develop and distribute

informationeducational materials as needed to the community to keep all stakeholders

informed of progress on the project

Informational Materials - Fact sheet and FAQrsquos will take 2-3 weeks to prepare review and

finalize with County and project team input Updates will take 1-2 days each

The consultant will develop information for posting on the County project website to

announce public meetings and show progress in project development We will also prepare

a project fact sheet and FAQs to communicate project information The factsheet and FAQs

will each be an 85 x 11 full color handout for use at public meetings and optimized for

posting on the project website Both will be updated twice during the project

ndash

7A3 - Media Relations

Assist the Countyrsquos public information officer with news releases media advisories or other

interactions with the media as needed

This task will be ongoing throughout the project with County and project team input News

releases and media advisories will take approximately 5 days each to prepare review and

distribute In an attempt to maintain positive coverage of the project the Consultant will

assist the Countyrsquos public information officer with news releases media advisories or other

interactions with the media as needed

Task 7A Deliverables

bull One (1) County Board of Supervisorrsquos meeting attend and prepare summary

bull Two (2) Property Owner Meetings attend and prepare summaries

bull Public Information Materials - initial fact sheet FAQ agendas presentation materials

(one PPT updated for the public meeting) exhibits sign in sheets comment cards

Task 810 ndash Retaining Wall Design

Along the southeast side of Franz Valley School Road at the bridge an approximate 70rsquo long

retaining wall may be required This wall will be a Caltrans Standard Plan type designed per the

corresponding Caltrans Standard plan or a pre-engineered wall type designed by the wall

Franz Creek Bridge Scope 28 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

manufacturer The wall height is unknown at this time

Task 12 - Construction Support Services

Up to 100 hours of construction support services is included in this scope Key members of the

Consultant design team will remain available to perform construction support services provided

they are still employed by Consultant

If additional services are required such services will be negotiated with the County at a future date

Common construction support services are described below

121 - Pre-construction Meeting

Key members of the consultant design team shall be available to attend the preconstruction meeting

with the successful construction contractor

122 - Consultant Site Visits

Key members of the consultant design team shall remain available to review shop drawings and

check falsework structural calculations review material submittals and Request for Information

(RFI) and visit the project site during construction if required Any observed defects or

deficiencies in the work shall immediately be brought to the attention of the Countys Resident

Engineer

Attachments

Attachment A ndash Plan Sheet List

Attachment B ndash Exhibits

Attachment C - Fee

Franz Creek Bridge Scope 29 2017-09-07

Details

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

PLAN SHEET LIST DISCIPLINE DESCRIPTION NUMBER OF

SHEETS

SUBMITTED WITH

C Title Sheet 1 35

C Typical Sections 3 35

C Survey Control Sheet 1 65

C Layout Plan (2 per alternative) 4 35

C Profile amp Superelevation

(2 per alternative)

4 35 (profile only)

C Removal Plans 2 65

C Construction Details 2 65

C Contour Grading 0 65

C Traffic HandlingStaged Construction Plans 6 65

C Pavement Delineation amp Signing Plan 2 65

C Drainage Plans amp Details (Stormwater Treatment) 2 65

C Rock Slope Protection Channel Work Plan and 3 65

C Water Pollution Control Plan and Details 2

C Erosion Control Plan amp Details 2 65

C Utility Plans 2 65

S General Plan 1 35

S Deck Contours 1 65

S Foundation Plan 1 35

S Abutment Layout 2 65

S Abutment Details 2 65

S Typical Section 1 35

S Slab Details 1 65

S Tubular Bicycle Railing 1 65

G Log of Test Borings 2 65

TOTAL 46

to be shown on Erosion Control Plan and Details sheets Will be used for estimating only (not part of plan set)

Summary by Discipline

C = Civil 34

S = Structural 10

G = Geotechnical 2

TOTAL 46 Franz Creek Bridge Scope 30 2017-09-07

Attachment A

EXHIBIT 10-H TRC ENGINEERS INC COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

MImbriani Project Manager - Key Personnel 162 $9300 $15066 Manager 0 $000 $0

TLambert Bridge Project Engineer - Key Personnel 220 $6721 $14786 JConklin Roadway Project Engineer - Key Personnel 361 $6601 $23797

Environmental Principal 0 $7788 $0 PChoi Environmental Manager (B3) - Key Personne 141 $6240 $8798 C Pinkerton Bridge Senior Engineer 84 $5332 $4479 G Armstrong Roadway Senior Engineer 114 $5724 $6525 B SchoppeA Bedal Engineer II 636 $4100 $26076 K NegoroN Hernande Engineer I 778 $3300 $25674 G Imbsen Eng CADD Supervisor 93 $5148 $4788 A Cardoza Eng CADD Technician 298 $3415 $10177 J Hull Eng Desktop Publisher 56 $3000 $1680 MaechlerHawthorne Eng AdmAssistant 44 $3000 $1320 W Broeking Environmental PlannerScientist II 0 $3894 $0 G Drosky Environmental PlannerScientist I 126 $2785 $3509

Senior ScientistBiologist (A1) 0 $5492 $0 E Biolsi Technical EditorFinancial Analyst 14 $3605 $505 J Hanzel-Durbin SeniorEngineer (B3) 7 $4710 $330 D Rathnayake SeniorEnvironmental Mgr (A3) 4 $8080 $323 -- 0 $000 $0

Escalation Factor 30 $4101

Total Direct Labor Costs 3138 $15193320 INDIRECT COSTS

Rate Total Fringe Benefits 4962 General Overhead 11040 Cost of Facilities Capital 000

Overhead 16002 $24312350 Total Indirect Costs $24312350

OTHER DIRECT COSTS Quantity Per Unit Total

Airfare (round trips) 0 $0000 $000 Mileage 2900 $0535 $155150 Lodging 0 $150000 $000 Per Diem 4 $46000 $18400 Car rental 0 $0000 $000 Miscellaneous Travel 0 $0000 $000 Mail 50 $054 $2675 Overnight mail 10 $1500 $15000 Copies (85x11) 500 $012 $6000 Copies (11x17) 1000 $200 $200000 Prints (22x34) 162 $300 $48600 Mylars (22x34) 81 $1200 $97200 Environmental EDR Report 1 $35000 $35000 Miscellaneous 50 $500 $2500 Visual Assessment Study 10 $000 $000

Total Other Costs $580525

FEE (Profit) 10 $3950567

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Shannon amp Wilson (inc Woodward Drilling DBE) 2 WRECO (DBE) 3 4 5 Cinquini and Passarino 6 NAL 7 Origer 8 Anchor QEA 9 Anchor QEA (Optional)

10 Shannon amp Wilson (Optional)

Basic $5916619 $5488634

$4531371 $176323

$1710917 $1157155

$18981019

TOTAL COST $63017781

EXHIBIT 10-H TRC ENGINEERS INC COST PROPOSAL - Optional SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

MImbriani Project Manager - Key Personnel 0 $9300 $0 Manager 0 $000 $0

TLambert Bridge Project Engineer - Key Personnel 40 $6721 $2688 JConklin Roadway Project Engineer - Key Personnel 33 $6601 $2178

Environmental Principal 0 $7788 $0 PChoi Environmental Manager (B3) - Key Personnel 0 $6240 $0 C Pinkerton Bridge Senior Engineer 36 $5332 $1920 G Armstrong Roadway Senior Engineer 16 $5724 $916 B SchoppeA Bedal Engineer II 222 $4100 $9102 K NegoroN Hernande Engineer I 216 $3300 $7128 G Imbsen Eng CADD Supervisor 14 $5148 $721 A Cardoza Eng CADD Technician 78 $3415 $2664 J Hull Eng Desktop Publisher 0 $3000 $0 MaechlerHawthorne Eng AdmAssistant 2 $3000 $60 W Broeking Environmental PlannerScientist II 0 $3894 $0 G Drosky Environmental PlannerScientist I 0 $2785 $0

Senior ScientistBiologist (A1) 0 $5492 $0 E Biolsi Technical EditorFinancial Analyst 0 $3605 $0 J Hanzel-Durbin SeniorEngineer (B3) 0 $4710 $0 D Rathnayake SeniorEnvironmental Mgr (A3) 0 $8080 $0 -- 0 $000 $0

Escalation Factor 30 $827

Total Direct Labor Costs 657 $2820328 INDIRECT COSTS

Rate Total Fringe Benefits 4962 General Overhead 11040 Cost of Facilities Capital 000

Overhead 16002 $4513089 Total Indirect Costs $4513089

OTHER DIRECT COSTS Quantity Per Unit Total

Airfare (round trips) 0 $0000 $0 Mileage 500 $0535 $268 Lodging 0 $150000 $0 Per Diem 2 $46000 $92 Car rental 0 $0000 $0 Miscellaneous Travel 0 $0000 $0 Mail 10 $054 $5 Overnight mail 0 $1500 $0 Copies (85x11) 100 $012 $12 Copies (11x17) 100 $200 $200 Prints (22x34) 5 $300 $15 Mylars (22x34) 5 $1200 $60 Environmental EDR Report 0 $35000 $0 Miscellaneous 50 $500 $25

Total Other Costs $67685

FEE (Profit) 10 $733342

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Shannon amp Wilson (inc Woodward Drilling DBE) 2 WRECO (DBE) 3 Circlepoint (Optional) 4 0 5 Cinquini and Passarino 6 NAL 7 Origer 8 Anchor QEA 9 Anchor QEA (Optional)

10 Shannon amp Wilson (Optional)

Optional Basic

$2652981

$84440 $2654490

$5391912

TOTAL COST $13526355

TRC ENGINEERS 080416 Project

BASIC SERVICES - DESIGN FEE ESTIMATE WORKSHEET Increase

Sub administration

Current Date

Expenses Description

Amount DBE

358

717

1075

205

Total DBE including Supplemental)

205

$18981019

$580525

$63017781

$4531371

Subconsultants

Expenses

Total

$18981019

$1710917

$5391912

Total $76544136

$43456237Labor

Car rental

Proposal Date

$0

$184

$0

Sonoma County

Replacement of the Franz Creek Bridge

Bridge No 20C0326 County No C14007

Travel Name

NAL $176323

Basic Services

$5916619Shannon amp Wilson (inc Woodward Drilling DBE)

Miscellaneous Travel

Cinquini and Passarino

Subconsultants (Labor + ODC)

Anchor QEA

Airfare (round trips)

Mileage

Lodging

Per Diem

Total Basic Services

$0

Origer

$0

$1177

Other Direct Costs

Subconsultants Admin Costs

Travel Subtotal

Total Supplemental Services

$1736

$4070

$0

Shannon amp Wilson (Optional)

Optional Services

Total

ODC Subtotal

$5805

$4070

$2654490

$1157155

$84440

P2016-33

WRECO (DBE)

00

03-Oct-17

00

$5488634 Total Fee Estimate (wescalation)

Environmental Mileage $375

1280

Total Basic + Supplemental Fee Estimate Basic Services $63017781

Optional Services $8066759

Subconsultants Optional $5391912 $2652981

Anchor QEA (Optional)

Expenses $67685Circlepoint (Optional)

1032017

2017_10_03_Franz Creek Fee_RevisedTotals with Expenses

BASIC SERVICES ESCALATION CALCULATION

Employee Actual

Employe e Rate

Hours on Project

of Project

Weighted Portion of

Rate Project Manager - Key Personnel 9300$ 162 516 $480 Manager -$ 0 000 $000 Bridge Project Engineer - Key Pers 6721$ 220 701 $471 Roadway Project Engineer - Key P 6601$ 361 1149 $758 Environmental Principal 7788$ 0 000 $000 Environmental Manager (B3) - Key 6240$ 141 449 $280 Bridge Senior Engineer 5332$ 84 268 $143 Roadway Senior Engineer 5724$ 114 363 $208 Engineer II 4100$ 636 2027 $831 Engineer I 3300$ 778 2480 $818 Eng CADD Supervisor 5148$ 93 296 $153 Eng CADD Technician 3415$ 298 950 $324 Eng Desktop Publisher 3000$ 56 178 $054 Eng AdmAssistant 3000$ 44 140 $042 Environmental PlannerScientist II 3894$ 0 000 $000 Environmental PlannerScientist I 2785$ 126 402 $112 Senior ScientistBiologist (A1) 5492$ 0 000 $000 Technical EditorFinancial Analyst 3605$ 14 045 $016 SeniorEngineer (B3) 4710$ 7 022 $011 SeniorEnvironmental Mgr (A3) 8080$ 4 013 $010

-$ 0 000 $000 3138 10000 $4712 TRC ave rate March 2017

Year Est hours spent per

year

Est spent per

year

Unescalated Ave Rate Escalation Escalated

Ave Rate

Total Unescalated

Labor

Total Escalated

Labor

Escalated Labor by

Year Sept 2017 to December 2017 Design 500 1594 $4712 Jan 2018 to December 2018 Design 1322 4214 $4712 20 $4806 $62290 $63536 $1246 Jan 2019 to December 2019 Design 1322 4214 $4712 20 $4902 $62290 $64806 $2517 Jan 2020 to December 2020 Const 50 159 $4712 20 $5000 $2356 $2500 $144 Jan 2021 to December 2021 Const 50 159 $4712 20 $5100 $2356 $2550 $194

3244 103 $129292 $133392 $4101

Difference between Unescalated Labor and Escalated Labor

TRC ENGINEERS FEE ESTIMATE WORKSHEET Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

Travel From Rancho Cordova To Santa Rosa CA (110 mi) of people 2 of days 2 of nights 0 of trips 14

Rate Airfare (round trips) x trips x people = $000 Mileage $0535 x 220 miles x 10 trips = $117700 Lodging $15000 x 0 nights x 2 people = $000 Per Diem $4600 x 2 days x 2 people = $18400 Car rental x days x people = $000 Miscellaneous Travel x units x units = $000 Environmental Mileage $0535 700 $37450 Total Travel $173550

ODCs Rate

Mail $0535 50 $1500 10

$012 500 $200 1000 $300 162

$1200 81 $35000 1

$500 5 1

x pieces = Overnight mail x pieces = Copies (85x11) x copies = Copies (11x17) x prints = Prints (22x34) x prints = Mylars (22x34) x prints = Environmental EDR Report x = Miscellaneous x units = Visual Assessment Study Total ODCs

Total Travel and ODCs

$2675 $15000

$6000 $200000

$48600 $97200 $35000

$2500 $000

$406975

$580525

2017_10_03_Franz Creek Fee_RevisedExpenses Worksheet 1032017

080416

412017

ProjectSonoma County TRC Design Proposal Date P2016-33Replacement of the Franz Creek Bridge DESIGN FEE ESTIMATE WORKSHEET Start Date

Bridge No 20C0326 County No C14007 End Date

LABOR

Task Description anager - Key Personn

Project

Manager ngineer - Key Personn

Bridge Project

ngineer - Key Personn

Roadway Project

Principal

Environmental

ager (B3) - Key Perso

Environmental Bridge Senior

Engineer Engineer

Roadway Senior

II

Engineer Engineer

I

Eng CADD

Supervisor Technician

Eng CADD

Publisher

Eng Desktop

Assistant

Eng Adm

PlannerScientist II

Environmental

PlannerScientist I

Environmental

Biologist (A1)

Senior Scientist

Financial Analyst

Technical Editor

Engineer (B3)

Senior

nvironmental Mgr (A3

Senior Total

Hours

Total

$

MImbriani TLambert JConklin PChoi C Pinkerton G Armstrong B SchoppeA Bedal NegoroN Hernande G Imbsen A Cardoza J Hull MaechlerHawthorne W Broeking G Drosky E Biolsi J Hanzel-Durbin D Rathnayake --

Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Task 1 Project Management Task 11 Project kickoff Meeting 8 8 8 4 28 $1930 Task 12 ProjectStaff Management 40 24 30 16 16 126 $8497 Task 13 Meetings 58 32 68 20 178 $12633 Task 14 Work Progress Form 24 12 24 24 84 $5343 Task 2 Preliminary Engineering Task 2A Alignment Engineering Task 2A1 Assess Available Information 4 4 10 8 26 $1156 Task 2A2 Alignment Alternatives Analysis 16 32 40 2 90 $3748 Task 2B Preliminary Structure Engineering and 35 Design Task 2B1 Bridge Type Selection Report Preparation (DraftFinal) 4 4 28 12 3 12 4 4 71 $2830 Task 2B2 Prepare 35 Design Plans 4 1 4 1 32 36 8 28 114 $4473 Task 2B3 General Plan Cost Estimate 2 1 4 1 4 24 2 38 $1487 Task 2C Utility Coordination Task 2C1 Utility Letters Task 2C11 Prepare A Letters and Plans 05 8 4 4 4 205 $924 Task 2C12 Compile Utility information into Utility Drawing 8 8 16 32 $1314 Task 2C13 Prepare B Letters and Plans 05 8 6 8 6 285 $1206 Task 2C14 Utilities begin Relocation Design Task 2C15 Prepare C Letters and Plans 05 8 8 8 8 325 $1356 Task 2C16 Utilities begin Relocation Construction 2 2 $60 Task 2C2 Utility Company Coordination 12 80 24 116 $6163 Task 2C3 Develop Utility Relocation Plans 1 16 30 47 $1712 Task 2C4 Utility Relocation Cost Estimates 1 16 4 21 $854 Task 3 SurveyingMappingROW Engineering Task 31 Topographic Survey Task 32 Right-of-Way (ROW) Task 321 Boundary Surveys Task 322 Appraisal Mapping - Task Deleted Task 33 Title Reports Task 34 Legal Descriptions 2 4 16 22 $824 Task 35 Creek Cross Sections for Hydraulic Analysis Task 36 Survey Control Sheet Task 4 Geotechnical Engineering Task 41 Preliminary Foundation Memo (PFM) Task 42 Planning amp Permitting Task 43 Traffic Control Task 44 Geologic Reconnaissance Task 45 Laboratory Testing Task 46 Engineering and Geologic Analyses Task 47 Prepare Draft Geotechnical Report 4 8 12 $597 Task 48 Prepare Final Geotechnical Report 2 6 8 $380 Task 5 Hydrology and Hydraulics Task 51 Data Collection and Site Review 4 4 8 $433 Task 52 Hydraulics Analyses 8 8 16 $856 Task 53 Documentation Task 54 Scour Analyses Task 55 Design Hydrology and Hydraulics Reports and Studies Task 551 Design Hydrology and Hydraulics Report Task 5511 Draft Design Hydrology and Hydraulics Report 4 1 4 9 $499 Task 5512 Final Design Hydrology and Hydraulics Report 2 1 4 7 $364 Task 552 Location Hydraulic Study Task 5521 Draft Location Hydraulic Study 4 1 4 9 $499 Task 5522 Final Location Hydraulic Study 2 1 4 7 $364 Task 56 Dry Weather Flow and Bypass Task 6 Environmental Task 601 Environmental Project Management 60 60 $3744 Task 602 Environmental Conf CallsCoordinationMeetings 24 30 54 $3456 Task 603 Environmental Engineering Support 24 24 24 72 $3360 Task 6031 Assist the County with preparation of NEPACEQA documents 4 4 $269 Task 6032 Identify issues that must be addressed in the design 2 8 4 2 24 40 $1750 Task 6033 Prepare Equipment Staging Technical Memo 2 1 4 8 4 19 $874 Task 6034 Prepare Right of Way Technical Memo 1 8 9 $394 Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA 1 3 50 4 2 60 $1996 Task 612 Revised ISA 1 1 10 2 1 15 $582 Task 613 Final ISA 1 8 1 1 11 $413 Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations 1 4 40 24 40 8 117 $4597 Task 622 Revised VIA and Visual Simulations 1 2 10 4 17 $614 Task 623 Final VIA and Visual Simulations 2 8 2 12 $420 Task 63 Cultural Resources (Includes Developing APE map) 1 2 3 $191 Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER 1 6 7 $440 Task 6312 Revised HRER 1 4 5 $316 Task 6313 Final HRER 2 2 $125 Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR 1 4 5 $316

2017_10_03_Franz Creek Fee_RevisedTRC Design 1032017

Task 6322 Revised ASR 1 2 3 $191 Task 6323 Final ASR 2 2 $125 Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR 1 4 5 $316 Task 6332 Revised HPSR 1 2 3 $191 Task 6333 Final HPSR 2 2 $125 Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise 1 1 $66 Task 672 Revise Noise 1 1 $66 Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR 1 8 9 $565 Task 682 Revise WQAR 1 1 $66 Task 683 Final WQAR Task 7 Public Outreach Task 71 Public Outreach Meetings (2 meetings1 day) 8 8 $528 Task 72 Sonoma County Board of Supervisor Meetings (1 total) 8 8 16 $1272 Task 8 65 PSampE Task 81 BridgeStructural Design Development 20 8 140 24 112 4 4 312 $12811 Task 82 Bridge Approach Roadways Task 821 Roadway Civil Design 8 16 50 74 $2834 Task 822 Traffic Design 4 16 20 $692 Task 83 Channel Protection Design Task 84 Stormwater Pollution Prevention Plan 4 8 12 $428 Task 85 Erosion Control Plans 4 8 12 $428 Task 86 Engineering Support to the Permit Process 1 4 12 8 4 29 $1156 Task 87 Cost Estimate amp Specifications 2 4 18 36 60 $2274 Task 88 Contract Drawings - Prepare Submittal 4 4 8 2 2 8 2 2 32 $1372 Task 89 QCQA 8 8 4 20 $1404 Task 9 95 PSampE Task 91 Address County Comments 2 4 18 8 4 36 $1470 Task 92 Complete Design and Bid Documents 4 8 4 24 48 12 72 4 4 180 $6895 Task 93 Independent Design Check 8 8 24 120 160 $5908 Task 94 Cost Estimate amp Specifications 40 36 8 56 76 216 $10295 Task 95 Perform 95 QCQA 16 8 24 $2016 Task 10 Final -100 PSampE Task 101 Address County Comments 2 4 4 24 2 36 $1364 Task 102 Finalize Documents 2 4 2 16 48 4 24 2 2 104 $3891 Task 103 Prepare Final Deliverables 1 2 2 8 16 2 2 33 $1282 Task 104 Federal Funding Assistance 8 8 $528 Task 11 Pre-Construction Engineering Services Task 111 Pre-Bid Meeting 4 4 8 $533 Task 112 Respond to Bidder Inquiries 4 4 4 8 8 28 $1338 Task 113 Prepare Addenda 2 4 4 4 14 $776 Task 114 Assist in Evaluating Bids 4 4 $269 Supp Supplemental Services Task 2C5 Utility Potholing 4 8 16 16 44 $1906 Task 49 Geotechnical Retaining Wall Investigation and Analysis 4 8 12 $592 Task 69 Noise - Bioacoustic Analysis 1 1 $66 Task 7A Public Outreach led by the Consultant Task 7A1 Facilitate Public Meetings Task 7A2 Distribute Informational Materials to the Community Task 7A3 Media Relations Task 810 Retaining Wall Design 24 8 24 8 168 184 12 72 500 $19915 Task 12 Construction Support Services Task 121 Pre-Construction Meeting 4 4 8 $533 Task 122 Construction Site Visits 12 12 12 30 16 2 6 2 92 $4364

Hrs 162 Hrs Hrs 220 Hrs 361 Hrs Hrs 141 Hrs 84 Hrs 114 Hrs 636 Hrs 778 Hrs 93 Hrs 298 Hrs 56 Hrs 44 Hrs Hrs 126 Hrs Hrs 14 Hrs 7 Hrs 4 Hrs 3138 $147832 Rate 930 Rate Rate 672 Rate 660 Rate 779 Rate 624 Rate 533 Rate 572 Rate 410 Rate 330 Rate 515 Rate 342 Rate 300 Rate 300 Rate 389 Rate 279 Rate 549 Rate 361 Rate 471 Rate 808 Rate

FeeClassification 15066 14786 23797 8798 4479 6525 26076 25674 4788 10177 1680 1320 3509 505 330 323 3138 $147832 of Total HoursClassification 5 7 11 4 3 4 20 25 3 9 2 1 4 0 0 0 100

2017_10_03_Franz Creek Fee_RevisedTRC Design 1032017

Attachment to TRC Engineers Inc Exhibit 10‐K

Sonoma County ‐ Replacement of the Franz Creek Bridge 20C0326

Contract Value Basic

Firm Name Person(s) e‐mail Nal Paula Lee paulanal1com $176323

Anchor QEA Nick Duffort Katie Chamberlin

nduffortanchorqeacom kchamberlinanchorqeacom $1157155

Cinquini Jim Dickey jdickeycinquinipassarinocom $4531371 Origer Janine Origer janineorigercom $1710917 Shannon and Wilson Martin Mcllroy MWMshanwilcom $5916619 Wreco Han Bin Liang hanbin_liangwrecocom $5488634 TOTAL SUBCONSULTANTS $18981019

Attachment B

Shannon amp Wilson (inc Woodward Drilling DBE) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee

Bob Mitchell Scott Gaulke Debanik Chaudri Martin McIlroy Ben Aldridge Robert Leaf Sandy Cotrell Lori Nelson

Function

Vice President 1 - Key Personnel Vice President 4 Sr Associate 2 Associate 3 - Key Personnel Professional III 5 Professional II 6 Sr Tech Services 7 Sr Office Services 8 Escalation Factor

Hours

8 0

16 51 0

96 14 8

Hourly Rate

6289 6695 6439 6130 3064 2719 3380 3695

Total

$50312 $000

$103024 $312630

$000 $261024 $47326 $29560 $24116

$803876 $24116

Total Direct Labor Costs 193 $827992 INDIRECT COSTS

Rate Total Fringe Benefits 8640 General Overhead 10387 Cost of Facilities Capital 000

Overhead 19027 $1575421 Total Indirect Costs $1575421

OTHER DIRECT COSTS Item Description Seismic Timer NOA Testing (1 CARB 435 and 1 TEM) Survey Equipment Environmental Data Report County PRMD Permit and Inspection fees County Encroachment Permit (No Fee and No Bond) Mileage Traffic Control (DBE - Traffic Pros) Per Diem (Preliminary and Design Phases) Overnight Mail Laboratory Testing Geotechnical

Quantity 0

1

3 1

540 2 3 1 1

Per Unit $500000 $655000 $100000 $400000 $325000

$0000 $0535

$3250000 $200000 $25000

$3340000

Total $0 $0

$100 $0

$975 $0

$289 $6500 $600 $25

$3340

$0 $0

$11829

FEE (Profit) 10 $240341

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Geotechnical Drilling (Woodward Drilling -- DBE) 2 Certified Asbestos Consultant

$20900

$2090000

TOTAL COST $5916619

Sonoma County Shannon amp Wilson (inc Woodward Drillin Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Vice President

4 Vice President

2 Sr Associate

3 - Key Personnel Associate

5 Professional III Professional II

6 Sr Tech Services

7 Sr Office Services

8 Total Hours

Total $

Hours Bob Mitchell

Hours Scott Gaulke

Hours Debanik Chaudri

Hours Martin McIlroy

Hours Ben Aldridge

Hours Robert Leaf

Hours Sandy Cotrell

Hours Lori Nelson

Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 41 Preliminary Foundation Memo (PFM) 1 4 8 12 2 2 29 $1279 Task 42 Planning amp Permitting 12 12 $326 Task 43 Traffic Control Task 44 Geologic Reconnaissance 1 2 40 43 $1273 Task 45 Laboratory Testing 2 2 4 8 $357 Task 46 Engineering and Geologic Analyses 1 6 8 16 31 $1375 Task 47 Prepare Draft Geotechnical Report 2 4 23 6 10 2 47 $2368 Task 48 Prepare Final Geotechnical Report 1 2 8 6 2 4 23 $1061 Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services Task 121 Pre-Construction Meeting Task 122 Construction Site Visits

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 16 51 96 14 8 193 $803876 6289 6695 6439 6130 3064 2719 3380 3695

503 - 1030 3126 - 2610 473 296 - 193 $8039 4 8 26 50 7 4 100

1032017

2017_10_03_Franz Creek Fee_RevisedSub 1

Shannon amp Wilson (inc Woodward Drilling DBE) COST PROPOSAL - OPTIONAL SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Bob Mitchell Vice President 1 - Key Personnel 2 6289 $12578 Scott Gaulke Vice President 4 0 6695 $000 Debanik Chaudri Sr Associate 2 2 6439 $12878 Martin McIlroy Associate 3 - Key Personnel 8 6130 $49040 Ben Aldridge Professional III 5 33 3064 $101120 Robert Leaf Professional II 6 24 2719 $65256 Sandy Cotrell Sr Tech Services 7 3 3380 $10141 Lori Nelson Sr Office Services 8 3 3695 $11085 $262099

Escalation Factor $7829 $7829

Total Direct Labor Costs 75 $269927 INDIRECT COSTS

Rate Total Fringe Benefits 8640 General Overhead 10387 Cost of Facilities Capital 000

Overhead 19027 $513590 Total Indirect Costs $513590

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Seismic Timer $500000 $000 NOA Testing (1 CARB 435 and 1 TEM) $655000 $000 Survey Equipment 1 $100000 $10000 Environmental Data Report $400000 $000 County PRMD Permit and Inspection fees 1 $325000 $32500 County Encroachment Permit (No Fee and No Bond) $0000 $000 Mileage 230 $0535 $12321 Traffic Control (DBE - Traffic Pros) 2 $3250000 $650000 Per Diem (Preliminary and Design Phases) 2 $200000 $40000 Overnight Mail 0 $25000 $000 Laboratory Testing Geotechnical 1 $1260000 $126000 Laboratory Testing Analytical (DBE - Sparger Technology) $1750000 $000

$8708

FEE (Profit) 10 $78352

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Geotechnical Drilling (Woodward Drilling -- DBE) $9218 2 Certified Asbestos Consultant (NAL - DBE)

$921800

TOTAL COST $2654490

Sonoma County Shannon amp Wilson (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Vice President

4 Vice President

2 Sr Associate Associate

3 Professional III

5 Professional II

6 Sr Tech Services

7 Sr Office Services

8 Total Hours

Total $

Hours Bob Mitchell

Hours Scott Gaulke

Hours Debanik Chaudri

Hours Martin McIlroy

Hours Ben Aldridge

Hours Robert Leaf

Hours Sandy Cotrell

Hours Lori Nelson

Hours 0 $0

Task 2 Preliminary Engineering 0 $0 Task 3 SurveyingMappingROW Engineering 0 $0 Task 4 Geotechnical Engineering 0 $0 Task 41 Preliminary Foundation Memo (PFM) 0 $0 Task 42 Planning amp Permitting 10 10 $277 Task 43 Traffic Control 0 $0 Task 44 Geologic Reconnaissance 2 28 30 $982 Task 45 Laboratory Testing 0 $0 Task 46 Engineering and Geologic Analyses 1 1 4 5 12 23 $861 Task 47 Prepare Draft Geotechnical Report 1 2 2 1 6 $222 Task 48 Prepare Final Geotechnical Report 1 1 1 1 2 6 $298 Task 5 Hydrology and Hydraulics 0 $0 Task 6 Environmental 0 $0 Task 7 Public Outreach 0 $0 Task 8 65 PSampE 0 $0 Task 9 95 PSampE 0 $0 Task 10 Final -100 PSampE 0 $0 Task 11 Pre-Construction Engineering Services 0 $0 Task 12 Construction Support Services 0 $0

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

2 0 2 8 33 24 3 3 0 75 $264045 6289 6695 6502 6190 3064 2773 3380 3713

126 - 130 495 1011 666 101 111 - 75 $2640 3 0 3 11 44 32 4 4 0 100

Attachment C

WRECO (DBE) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours Hourly Rate Total

H Liang A Ochoa TBD TBD TBD TBD TBD

Principal Engineer - Key Personnel Supervising Engineer Senior Engineer Associate Engineer Staff Engineer Senior Technician Clerical Tech Editor

16 4

68 188 128 28 6

9351 7731 6487 4327 3361 2942 2500

$1496 $309

$4411 $8135 $4302 $824 $150

INDIRECT COSTS Total Direct Labor Costs 438 $1962716

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS

Rate 7195 4010 2810 14015

Total

$2750746 $2750746

Item Description Travel and Per Diem Reproductions Overnight Delivery

Quantity 632 50 4

Per Unit $0535

$50000 $50000

Total $33825

$250000 $20000

$303825

FEE (Profit) 10 $471346

$000

TOTAL COST $5488634

Sonoma County WRECO (DBE) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description ngineer - Key Person Principal

Engineer Supervising

Engineer Senior

Engineer Associate

Engineer Staff

Technician Senior

Tech Editor Clerical Total

Hours Total

$

Hours H Liang

Hours A Ochoa

Hours TBD

Hours TBD

Hours TBD

Hours TBD

Hours TBD

Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 51 Data Collection and Site Review 1 8 8 17 $959 Task 52 Hydraulics Analyses 1 4 8 16 2 31 $1296 Task 53 Documentation 1 8 12 8 29 $1401 Task 54 Scour Analyses 1 4 8 8 21 $968 Task 55 Design Hydrology and Hydraulics Reports and Studies Task 551 Design Hydrology and Hydraulics Report Task 5511 Draft Design Hydrology and Hydraulics Report 2 4 8 16 1 31 $1355 Task 5512 Final Design Hydrology and Hydraulics Report 1 2 6 8 1 18 $777 Task 552 Location Hydraulic Study Task 5521 Draft Location Hydraulic Study 1 4 10 4 1 20 $945 Task 5522 Final Location Hydraulic Study 1 2 4 2 1 10 $489 Task 56 Dry Weather Flow and Bypass 1 4 12 4 2 23 $1066 Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER Task 6312 Revised HRER Task 6313 Final HRER Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR Task 6322 Revised ASR Task 6323 Final ASR Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise Task 672 Revise Noise Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR 05 2 4 24 20 1 515 $2197 Task 682 Revise WQAR 05 1 1 12 8 05 23 $990 Task 683 Final WQAR 1 1 4 4 05 105 $462 Task 7 Public Outreach Task 8 65 PSampE Task 81 BridgeStructural Design Development Task 82 Bridge Approach Roadways Task 821 Roadway Civil Design Task 822 Traffic Design Task 83 Channel Protection Design 1 8 24 12 12 57 $2407 Task 84 Stormwater Pollution Prevention Plan Task 85 Erosion Control Plans Task 86 Engineering Support to the Permit Process Task 87 Cost Estimate amp Specifications 05 2 8 4 145 $657 Task 88 Contract Drawings - Prepare Submittal Task 89 QCQA Task 9 95 PSampE Task 91 Address County Comments 05 1 4 55 $285 Task 92 Complete Design and Bid Documents 1 4 16 8 8 37 $1550 Task 93 Independent Design Check Task 94 Cost Estimate amp Specifications 05 2 6 2 105 $503 Task 95 Perform 95 QCQA Task 10 Final -100 PSampE Task 101 Address County Comments 1 1 2 4 $245 Task 102 Finalize Documents 05 4 12 4 4 245 $1078 Task 103 Prepare Final Deliverables Task 104 Federal Funding Assistance Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

16 4 68 188 128 28 6 438 $19627 $9351 $7731 $6487 $4327 $3361 $2942 $2500

1496 309 4411 8135 4302 824 150 - - 438 $19627 4 1 16 43 29 6 1 100

Notes

1032017

2017_10_03_Franz Creek Fee_RevisedSub 2

Attachment D

Circlepoint (Optional) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Germano Title Project Mgr 12 6250 $75000 Pham Title Sr Associate 56 3466 $194096 Morales Title Coordinator 59 2765 $163135 Seward Title Sr Art Director 6 5300 $31800 Nelson Title Sr Web Designer 0 3724 $000 Krager Title Sr Graphic Design 8 3628 $29024 Sonne Title WebGraphic Design 32 3300 $105600

Escalation Factor $188

Total Direct Labor Costs 173 $617503 INDIRECT COSTS

Rate Total Fringe Benefits 5932 General Overhead 12840 Cost of Facilities Capital 000

Overhead 18772 $1159177 Total Indirect Costs $1159177

OTHER DIRECT COSTS Item Description Quantity Per Unit Total

Mileage 1296 $0535 $69300 Reproduction 1 $350000 $350000 Display Ads 1 $100000 $100000 Exhibit Boards 12 $12000 $144000 Room Rentals 1 $33333 $33333 Online Survey 1 $2000 $2000

$698633

FEE (Profit) 10 $177668

TOTAL COST $2652981

Sonoma County Circlepoint (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Title

Project Mgr Title

Sr Associate Title

Coordinator Title

Sr Art Director Title

Sr Web Designer Title

Sr Graphic Design Title

WebGraphic Design Total Hours

Total $

Hours Germano

Hours Pham

Hours Morales

Hours Seward

Hours Nelson

Hours Krager

Hours Sonne

Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 71 Public Outreach Meetings (2 meetings1 day) 5 20 24 4 4 20 77 $2686 Task 72 Sonoma County Board of Supervisor Meetings (1 total) 6 6 $208

4 15 20 2 4 12 57 $1970 3 15 15 33 $1122

Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

12 56 59 6 8 32 173 $5987 625 347 277 530 372 363 330

75000 194096 163135 31800 29024 105600 - - 173 $5987 7 32 34 3 5 18 100

Notes

56

1032017

2017_10_03_Franz Creek Fee_RevisedSub 3

Attachment E

Cinquini and Passarino COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

0 Principal Professional Land Surveyor 1 - Key Personn 26 6500 $1690 0 Professional Land Surveyor 2 88 5250 $4620 0 Staff Surveyor 3 24 3200 $768 0 Cad Technician 4 56 3100 $1736 0 1 Person Crew 5 0 3975 $0 0 2 Person Crew 6 78 7250 $5655 0 3 Person Crew 7 0 10531 $0 0 Office Manager 8 0 3245 $0 0 Admin Staff 9 0 2448 $0 0 Staff Surveyor 10 0 000 $0

Total Direct Labor Costs 272 $1446900 INDIRECT COSTS

Rate Total Fringe Benefits 7249 General Overhead 8897 Cost of Facilities Capital 000

Overhead 16146 $2336165 Total Indirect Costs $2336165

OTHER DIRECT COSTS Item Description Quantity Per Unit Total

1 Title Reports 4 $750000 $3000 2 Record of Survey 1 $700000 $700

$3700

FEE (Profit) 10 $378306

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 2

$000

TOTAL COST $4531371

Sonoma County Cinquini and Passarino Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel l Professional Land S

2 fessional Land Surve

3 Staff Surveyor

4 Cad Technician

5 1 Person Crew

6 2 Person Crew 3 Person Crew

7 Office Manager

8 Admin Staff

9 Staff Surveyor

10 ncipal Prof Land Surve

11 Total Hours

Total $

Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 31 Topographic Survey 6 16 40 30 92 $4645 Task 32 Right-of-Way (ROW) 8 32 8 24 72 $4196 Task 321 Boundary Surveys Task 322 Appraisal Mapping - Task Deleted Task 33 Title Reports 4 4 $210 Task 34 Legal Descriptions 10 24 16 50 $2422 Task 35 Creek Cross Sections for Hydraulic Analysis 6 8 24 38 $2303 Task 36 Survey Control Sheet 2 6 8 16 $693 Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

26 88 24 56 78 272 $14469 650 525 320 310 398 725 1053 325 245 1690 4620 768 1736 - 5655 - - - - - 272 $14469

10 32 9 21 29 100

1032017

2017_10_03_Franz Creek Fee_RevisedSub 5

Attachment F

NAL COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

De Arcos Senior Envir Consultant 1 8000 $80 Lee Envir Consultant - Key Personnel 8 7500 $600 Scott Technician I 3 6000 $180 Hall Office Support 4 3000 $120

0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0

Total Direct Labor Costs 16 $98000 INDIRECT COSTS

Rate Total Fringe Benefits 1500 General Overhead 2000 Cost of Facilities Capital 009

Overhead 3509 $34388 Total Indirect Costs $34388

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Mileage (one field visit and two project meetings in Santa Rosa) 256 $0535 $137 Data Collection (up to five intersections) 10 $17000 $170

$307

FEE (Profit) 10 $13239

$000

TOTAL COST $176323

Sonoma County NAL Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task Description Envir Consultant Senior Envir Consultant -

Key Personnel Technician I Office Support Total Hours

Total $

De Arcos Lee Scott HallHours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours

Task 1 Project Management Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 61 Initial Site Assessment (ISA) 5 3 8 $555 Task 611 Draft ISA 1 3 4 $170 Task 612 Revised ISA 2 05 25 $165 Task 613 Final ISA 1 05 15 $90 Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

1 8 3 4

- - - - - - - - -

16 800 750 600 300

16 $98080 600 180 120 6 50 19 25 100

Notes

1032017

2017_10_03_Franz Creek Fee_RevisedSub 6

Attachment G

Origer COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours Hourly Rate Total

Janine Origer Vicki Beard

Principal Investgator 1 - Key Personnel Architectural Historian 2 Staff

60 122

0

2800 2800 1800

$1680 $3416

$0

Total Direct Labor Costs INDIRECT COSTS

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS Item Description mileage Northwest Inform Hourly access fee Copies per page fee for paper or digital copies Historical societ Research fees

182

Quantity 40

1

Rate 9000 11300

005 20305

Per Unit $0535

$100000 $0150

$100000

Total

$1034743

Total $21 $100

$0 $0

$509600

$1034743

$121

FEE (Profit) 10 $154434

TOTAL COST $1710917

Sonoma County Origer Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Principal InvestgatorA

2 rchitectural Historian Staff Total

Hours Total

$

Hours Janine Origer

Hours Vicki Beard

Hours Hours Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) 12 102 114 $3192 Task 631 Historic Resources Evaluation Report (HRER) 16 16 $448 Task 6311 Draft HRER 4 4 $112 Task 6312 Revised HRER Task 6313 Final HRER 32 32 $896 Task 632 Archaeological Survey Report (ASR) 4 4 $112 Task 6321 Draft ASR 2 2 $56 Task 6322 Revised ASR Task 6323 Final ASR 6 6 $168 Task 633 Historic Properties Survey Report (HPSR) 2 2 $56 Task 6331 Draft HPSR 2 2 $56 Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise Task 672 Revise Noise Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR Task 682 Revise WQAR Task 683 Final WQAR Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

60 122 182 280 280 180 1680 3416 - - - - - - - 182 $5096

33 67 100 Notes

2017_10_03_Franz Creek Fee_RevisedSub 7

1032017

Attachment H

Anchor QEA COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Josh Burnam Managing Partner 8 $9010 $721 Katie Chamberlin Project Manager - Key Personnel 6 $5600 $336 Nick Duffort Senior PlannerBiologist - Key Personnel 66 $3800 $2508 Jordan Theyel Editor 14 $2480 $347

0 0 $000 $0 0 0 $000 $0

Total Direct Labor Costs 94 $391200 INDIRECT COSTS

Rate Total Fringe Benefits 9354 General Overhead 7297 Cost of Facilities Capital 018

Overhead 16669 $652091 Total Indirect Costs $652091

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Hotel $200000 $0 Travel 178 $0535 $95

$95

FEE (Profit) 10 $104329

TOTAL COST $1157155

Sonoma County Anchor QEA Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Managing Partner t Manager - Key PernnerBiologist - Key Editor Total Hours

Total $

Hours Josh Burnam

Hours Katie Chamberlin

Hours Nick Duffort

Hours Jordan Theyel

Hours Hours Hours Hours Hours

Task 11 Project kickoff Meeting Task 12 ProjectStaff Management Task 13 Meetings Task 14 Work Progress Form Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER Task 6312 Revised HRER Task 6313 Final HRER Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR Task 6322 Revised ASR Task 6323 Final ASR Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise 20 20 $760 Task 671 Draft Noise 6 4 34 10 54 $2305 Task 672 Revise Noise Task 673 Final Noise 2 2 12 4 20 $847 Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR Task 682 Revise WQAR Task 683 Final WQAR Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 6 66 14 94 $9010 $5600 $3800 $2480

721 336 2508 347 - - - - - 94 $3912 9 6 70 15 100

Notes

2017_10_03_Franz Creek Fee_RevisedSub 8

1032017

Anchor QEA (Optional) COST PROPOSAL - OPTIONAL SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours

Josh Burnam Managing Partner 0 Katie Chamberlin Project Manager - Key Personnel 0 Nick Duffort Senior PlannerBiologist - Key Personne 8 Jordan Theyel Editor 0

0 0 0 0

Total Direct Labor Costs 8 INDIRECT COSTS

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS Item Description Quantity Hotel Travel

Hourly Rate

90 $5599 $3598 $2403 $000 $000

Rate 9354 7297 018 16669

Per Unit $235000

$0535

Total

$0 $0

$288 $0 $0 $0

Total

$47980

Total $0 $0

$28784

$47980

$0

FEE (Profit) 10 $7676

TOTAL COST $84440

Sonoma County Anchor QEA (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Managing Partner t Manager - Key PernnerBiologist - Key Editor Total Hours

Total $

Hours Josh Burnam

Hours Katie Chamberlin

Hours Nick Duffort

Hours Jordan Theyel

Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 67 Noise Task 671 Draft Noise 8 8 $288 Task 672 Revise Noise Task 673 Final Noise Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 8 9005 5599 3598 2403

- - 288 - - - - - - 8 $288 100 100

Notes

2017_10_03_Franz Creek Fee_RevisedSub 8-Optional

1032017

EXHIBIT B- Insurance Requirements

With respect to performance of work under this Agreement Consultant shall maintain and shall require all of its subcontractors consultants and other agents to maintain insurance as described below unless such insurance has been expressly waived by the attachment of a Waiver of Insurance Requirements Any requirement for insurance to be maintained after completion of the work shall survive this Agreement

County reserves the right to review any and all of the required insurance policies andor endorsements but has no obligation to do so Failure to demand evidence of full compliance with the insurance requirements set forth in this Agreement or failure to identify any insurance deficiency shall not relieve Consultant from nor be construed or deemed a waiver of its obligation to maintain the required insurance at all times during the performance of this Agreement

1 Workers Compensation and Employers Liability Insurance a Required if Consultant has employees as defined by the Labor Code of the State of

California b Workers Compensation insurance with statutory limits as required by the Labor Code of

the State of California c Employers Liability with minimum limits of $1000000 per Accident $1000000 Disease

per employee $1000000 Disease per policy d Required Evidence of Insurance Certificate of Insurance

If Consultant currently has no employees as defined by the Labor Code of the State of California Consultant agrees to obtain the above-specified Workers Compensation and Employers Liability insurance should employees be engaged during the term of this Agreement or any extensions of the term

2 General Liability Insurance a Commercial General Liability Insurance on a standard occurrence form no less broad than

Insurance Services Office (ISO) form CG 00 01 b Minimum Limits $1000000 per Occurrence $2000000 General Aggregate $2000000

ProductsCompleted Operations Aggregate The required limits may be provided by a combination of General Liability Insurance and Commercial Excess or Commercial Umbrella Liability Insurance If Consultant maintains higher limits than the specified minimum limits County requires and shall be entitled to coverage for the higher limits maintained by Consultant

c Any deductible or self-insured retention shall be shown on the Certificate of Insurance If the deductible or self-insured retention exceeds $25000 it must be approved in advance by County Consultant is responsible for any deductible or self-insured retention and shall fund it upon Countyrsquos written request regardless of whether Consultant has a claim against the insurance or is named as a party in any action involving the County

d The County of Sonoma its Officers Agents and Employees shall be endorsed as additional insureds for liability arising out of operations by or on behalf of the Consultant in the performance of this Agreement

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 1 of 3 STPLZ-5920(149)

e The insurance provided to the additional insureds shall be primary to and non-contributory with any insurance or self-insurance program maintained by them

f The policy definition of ldquoinsured contractrdquo shall include assumptions of liability arising out of both ongoing operations and the products-completed operations hazard (broad form contractual liability coverage including the ldquofrdquo definition of insured contract in ISO form CG 00 01 or equivalent)

g The policy shall cover inter-insured suits between the additional insureds and Consultant and include a ldquoseparation of insuredsrdquo or ldquoseverabilityrdquo clause which treats each insured separately

h Required Evidence of Insurance i Copy of the additional insured endorsement or policy language granting additional

insured status and ii Certificate of Insurance

3 Automobile Liability Insurance a Minimum Limit $1000000 combined single limit per accident The required limits may

be provided by a combination of Automobile Liability Insurance and Commercial Excess or Commercial Umbrella Liability Insurance

b Insurance shall cover all owned autos If Consultant currently owns no autos Consultant agrees to obtain such insurance should any autos be acquired during the term of this Agreement or any extensions of the term

c Insurance shall cover hired and non-owned autos d Required Evidence of Insurance Certificate of Insurance

4 Professional LiabilityErrors and Omissions Insurance a Minimum Limits $1000000 per claim or per occurrence $1000000 annual aggregate b Any deductible or self-insured retention shall be shown on the Certificate of Insurance If

the deductible or self-insured retention exceeds $25000 it must be approved in advance by County

c If the insurance is on a Claims-Made basis the retroactive date shall be no later than the commencement of the work

d Coverage applicable to the work performed under this Agreement shall be continued for two (2) years after completion of the work Such continuation coverage may be provided by one of the following (1) renewal of the existing policy (2) an extended reporting period endorsement or (3) replacement insurance with a retroactive date no later than the commencement of the work under this Agreement

e Required Evidence of Insurance Certificate of Insurance

5 Standards for Insurance Companies Insurers other than the California State Compensation Insurance Fund shall have an AM Bests rating of at least AVII

6 Documentation a The Certificate of Insurance must include the following reference Franz Valley School

Road over Franz Creek Bridge Replacement (C14007)

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 2 of 3 STPLZ-5920(149)

b All required Evidence of Insurance shall be submitted prior to the execution of this Agreement Consultant agrees to maintain current Evidence of Insurance on file with County for the entire term of this Agreement and any additional periods if specified in Sections 1 ndash 4 above

c The name and address for Additional Insured endorsements and Certificates of Insurance is The County of Sonoma its Officers Agents and Employees Attn Olesya Tribukait 2300 County Center Drive Suite B100 Santa Rosa CA 95403

d Required Evidence of Insurance shall be submitted for any renewal or replacement of a policy that already exists at least ten (10) days before expiration or other termination of the existing policy

e Consultant shall provide immediate written notice if (1) any of the required insurance policies is terminated (2) the limits of any of the required policies are reduced or (3) the deductible or self-insured retention is increased

f Upon written request certified copies of required insurance policies must be provided within thirty (30) days

7 Policy Obligations Consultants indemnity and other obligations shall not be limited by the foregoing insurance requirements

8 Material Breach If Consultant fails to maintain insurance which is required pursuant to this Agreement it shall be deemed a material breach of this Agreement County at its sole option may terminate this Agreement and obtain damages from Consultant resulting from said breach Alternatively County may purchase the required insurance and without further notice to Consultant County may deduct from sums due to Consultant any premium costs advanced by County for such insurance These remedies shall be in addition to any other remedies available to County

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 3 of 3 STPLZ-5920(149)

ATTACHMENT B DATE (MMDDYYYY)

CERTIFICATE OF LIABILITY INSURANCE 03182017

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER

Suite 370 3780 Mansell Road

Greyling Insurance Brokerage

Alpharetta GA 30022

1-770-552-4225 CONTACT NAME Jerry Noyola PHONE (AC No Ext) 770-552-4225

FAX (AC No) 866-550-4082

ADDRESS E-MAIL jerrynoyolagreylingcom

INSURER(S) AFFORDING COVERAGE NAIC

INSURER A NATIONAL UNION FIRE INS CO OF PITTS 19445

INSURED

Rancho Cordova CA 95670 Suite 100 10680 White Rock Road TRC Companies Inc TRC Engineers Inc

INSURER B XL SPECIALTY INS CO 37885

INSURER C NEW HAMPSHIRE INS CO 23841

INSURER D STEADFAST INS CO 26387

INSURER E

INSURER F

COVERAGES CERTIFICATE NUMBER 49364000 REVISION NUMBER

CERTIFICATE HOLDER

AUTHORIZED REPRESENTATIVE

CANCELLATION

LOCJECT PROshy

POLICY

GENL AGGREGATE LIMIT APPLIES PER

OCCURCLAIMS-MADE

COMMERCIAL GENERAL LIABILITY

PREMISES (Ea occurrence) $ DAMAGE TO RENTED EACH OCCURRENCE $

MED EXP (Any one person) $

PERSONAL amp ADV INJURY $

GENERAL AGGREGATE $

PRODUCTS - COMPOP AGG $

$RETENTIONDED

CLAIMS-MADE

OCCUR

$

AGGREGATE $

EACH OCCURRENCE $UMBRELLA LIAB

EXCESS LIAB

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES (ACORD 101 Additional Remarks Schedule may be attached if more space is required)

INSR LTR TYPE OF INSURANCE POLICY NUMBER

POLICY EFF (MMDDYYYY)

POLICY EXP (MMDDYYYY) LIMITS

PER STATUTE

OTHshyER

EL EACH ACCIDENT

EL DISEASE - EA EMPLOYEE

EL DISEASE - POLICY LIMIT

$

$

$

ANY PROPRIETORPARTNEREXECUTIVE

If yes describe under DESCRIPTION OF OPERATIONS below

(Mandatory in NH) OFFICERMEMBER EXCLUDED

WORKERS COMPENSATION AND EMPLOYERS LIABILITY Y N

AUTOMOBILE LIABILITY

ANY AUTO ALL OWNED SCHEDULED

HIRED AUTOS NON-OWNED

AUTOS AUTOS

AUTOS

COMBINED SINGLE LIMIT

BODILY INJURY (Per person)

BODILY INJURY (Per accident)

PROPERTY DAMAGE $

$

$

$

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSD ADDL

WVD SUBR

N A

$

$

(Ea accident)

(Per accident)

OTHER

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

1000000

Department of Transporation and Public Works County of Sonoma

Including Pollution Liability

Contractual Liability

Professional Liability

X

X

040117

040117

040118 040118

D

1000000

Suite B-100 2300 County Center Drive

500000

X

non-contributory where required by written contract contract The above referenced liability policies with the exception of professional liability are primary amp liability policies with the exception of workers compensation amp professional liability where required by written The County of Sonoma its officers agents amp employees are named as Additional Insureds on the above referenced

10000

Re As contracted with Sonoma County Transportation amp Public Works

040118

040118

040118

N 1000000

2000000

X

X

9000000

Santa Rosa CA 95403

X

X

9000000

1000000

USA

040117

040117

1000000

040118A

B

X

2000000

X

0401175341999

040118X

5000000

5000000

Martha Cheever

X

25000

Aggregate

Per ClaimPEC019684301

US00075712LI17A

040117 040117

4773667 (AOS)

22298274 (AOS)

4773668 (MA)

22298275 (CA)

1000000

X

A

C

A

A

copy 1988-2014 ACORD CORPORATION All rights reserved ACORD 25 (201401) The ACORD name and logo are registered marks of ACORD JNoyola 49364000

Exhibit C

DISADVANTAGED BUSINESS ENTERPRISES (DBE)

THIS PROJECT IS SUBJECT TO TITLE 49 CFR 2613(B)

The consultant sub recipient or subcontractor shall not discriminate on the basis of race color

national origin or sex in the performance of this contract The consultant shall carry out

applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted

agreements Failure by the consultant to carry out these requirements is a material breach of this

agreement which may result in the termination of this agreement or such other remedy as the

recipient deems appropriate which may include but is not limited to (1) Withholding monthly progress payments (2) Assessing sanction (3) Liquidated damages andor (4) Disqualifying

the contractor from future bidding as non-responsible

Consultant must take necessary and reasonable steps to ensure that DBEs have opportunity to

participate in the agreement (49 CFR 26)

To ensure equal participation of DBEs provided in 49 CFR 265 the Department shows a goal

for DBEs Consultant must make work available to DBEs and select work parts consistent with

available DBE subcontractors and suppliers

Consultant must meet the DBE goal shown in Section 1342 of Agreement or demonstrate that

adequate good faith efforts have been made to meet this goal It is the consultantrsquos responsibility

to verify that the DBE firm is certified as DBE at date of proposal opening For a list of DBEs

certified by the California Unified Certification Program go to

httpwwwdotcagovhqbepfind_certifiedhtm

All DBE participation will count toward the Departments federally mandated statewide overall

DBE goal

Credit for materials or supplies you purchase from DBEs counts towards the goal in the

following manner

1 100 percent counts if the materials or supplies are obtained from a DBE manufacturer

2 60 percent counts if the materials or supplies are obtained from a DBE regular dealer

3 Only fees commissions and charges for assistance in the procurement and delivery of

materials or supplies count if obtained from a DBE that is neither a manufacturer or

regular dealer 49 CFR 2655 defines manufacturer and regular dealer

You receive credit towards the goal if you employ a DBE trucking company that performs a

commercially useful function as defined in 49 CFR 2655(d)(1) through (4) and (6)

DBE GOAL The Disadvantaged Business Enterprise (DBE) goal for this project is 11

DBE COMMITMENT SUBMITTAL Submit DBE information on the Caltrans Bidder ndash DBE Commitment form included as within this Agreement The form must be completed and returned with the agreement Submit written confirmation from each DBE stating that it is participating in the contract Include confirmation with the DBE Commitment form A copy of a DBEs quote will serve as written confirmation that the DBE is participating in the contract

It is the consultantrsquos responsibility to verify that the firm is certified as of the date of submittal Listings of DBEs certified by the CUCP are available at httpwwwdotcagovhqbeq Click the ldquoFind a Certified Firmrdquo link

GOOD FAITH EFFORTS SUBMITTAL If you have not met the DBE goal complete and submit the Good Faith Efforts Documentation form with the proposal showing that you made adequate good faith efforts to meet the goal Only good faith efforts directed towards obtaining participation by DBEs will be considered If your DBE Commitment form shows that you have met the DBE goal or if you are required to submit the DBE Commitment form you must also submit good faith efforts documentation Good faith efforts documentation must include the following information and supporting documents as necessary

1 Items of work the consultant has made available to DBE firms Identify those items of

work you might otherwise perform with its own forces and those items that have been

broken down into economically feasible units to facilitate DBE participation For each

item listed show the dollar value and percentage of the total contract It is your

responsibility to demonstrate that sufficient work to meet the goal was made available to

DBE firms

2 Names of certified DBEs and dates on which they were solicited to bid on the project

Include the items of work offered Describe the methods used for following up initial

solicitations to determine with certainty if the DBEs were interested and the dates of the

follow-up Attach supporting documents such as copies of letters memos facsimiles

sent telephone logs telephone billing statements and other evidence of solicitation You

are reminded to solicit certified DBEs through all reasonable and available means and

provide sufficient time to allow DBEs to respond

3 Name of selected firm and its status as a DBE for each item of work made available

Include name address and telephone number of each DBE that provided a quote and

their price quote If the firm selected for the item is not a DBE provide the reasons for

the selection

4 Name and date of each publication in which you requested DBE participation for the

project Attach copies of the published advertisements

5 Names of agencies and dates on which they were contacted to provide assistance in

contacting recruiting and using DBE firms If the agencies were contacted in writing

provide copies of supporting documents

6 List of efforts made to provide interested DBEs with adequate information about the

plans specifications and requirements of the contract to assist them in responding to a

solicitation If you have provided information identify the name of the DBE assisted the

nature of the information provided and date of contact Provide copies of supporting

documents as appropriate

7 List of efforts made to assist interested DBEs in obtaining bonding lines of credit

insurance necessary equipment supplies and materials excluding supplies and

equipment that the DBE subcontractor purchases or leases from the prime consultant or

its affiliate If such assistance is provided by you identify the name of the DBE assisted

nature of the assistance offered and date assistance was provided Provide copies of

supporting documents as appropriate

8 Any additional data to support demonstration of good faith efforts

SUBCONTRACTOR AND DBE RECORDS

The Consultant shall maintain records showing the name and business address of each first-tier

subcontractor The records shall also show the name and business address of every DBE

subcontractor DBE vendor of materials and DBE trucking company regardless of tier The

records shall show the date of payment and the total dollar figure paid to all of these 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

Upon completion of the Agreement a summary of these records shall be prepared on Final

Report-Utilization of Disadvantaged Business Enterprise (DBE) First Tier Subcontractors

Form CEM-2402(F) and certified correct by the Consultant or the Consultants authorized

representative and shall be furnished to the County Engineer The form shall be furnished to the

Engineer within 90 days from the date of contract acceptance

Prior to the fifteenth of each month the Consultant shall submit documentation to the Engineer

showing the amount paid to DBE trucking companies The Consultant shall also obtain and

submit documentation to the Engineer showing the amount paid by DBE trucking companies to

all firms including owner-operators for the leasing of trucks If the DBE who leases trucks

from a non-DBE the Consultant may count only for the fee or commission the DBE receives as

a result of the lease arrangement

The Consultant shall also obtain and submit documentation to the Engineer showing the truck

number owners name California Highway Patrol CA number and if applicable the DBE

certification number of the owner of the truck for all trucks used during that month This

documentation shall be submitted on Monthly DBE Trucking Verification Form CEM- 2404

(F)

DBE CERTIFICATION STATUS

If a DBE subcontractor is decertified during the life of the project the decertified subcontractor

shall notify the Consultant in writing with the date of decertification If a subcontractor becomes

a certified DBE during the life of the project the subcontractor shall notify the Consultant in

writing with the date of certification The Consultant shall furnish the written documentation to

the Engineer

Upon completion of the contract Disadvantaged Business Enterprise (DBE) Certification Status

Change Form CEM-2403 (F) indicating the DBEs existing certification status shall be signed

and certified correct by the Consultant The certified form shall be furnished to the Engineer

within 90 days from the date of contract acceptance

PERFORMANCE OF DBE SUBCONTRACTORS AND SUPPLIERS

The DBEs listed by the Consultant in response to the provisions in Section 2-102B Submission

of DBE Information and Section 3 Award and Execution of Contract of these special

provisions which are determined by the Department to be certified DBEs shall perform the

work and supply the materials for which they are listed unless the Consultant has received prior

written authorization to perform the work with other forces or to obtain the materials from other

sources

Authorization to use other forces or sources of materials may be requested for the following

reasons

A The listed DBE after having had a reasonable opportunity to do so fails or

refuses to execute a written contract when such written contract based upon the

general terms conditions plans and specifications for the project or on the terms of

such subcontractors or suppliers written bid is presented by the Consultant

B The listed DBE becomes bankrupt or insolvent

C The Listed DBE fails or refuses to perform the subcontract or furnish the listed

materials

D The Consultant stipulated that a bond was a condition of executing a subcontract

and the listed DBE subcontractor fails or refuses to meet the bond requirements of

the Consultant

E The work performed by the listed subcontractor is substantially unsatisfactory and

is not in substantial conformance with the plans and specifications or the

subcontractor is substantially delaying or disrupting the progress of the work

F It would be in the best interest of the County

The Consultant shall not be entitled to any payment for such work or material unless it is

performed or supplied by the listed DBE or by other forces (including those of the

Consultant) pursuant to prior written authorization of the Engineer

Local Assistance Procedures Manual ATTACHMENT P Exhibit 10-01 middot Consultant Proposal DBE Commitment

EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT

1 Local Agency County Of Sonoma 2 Contract DBE Goal 11 ~~~~~~~~~~~~~

3 Project Description Consulting Engineering Services for Replacement of the Franz Creek Bridge

4 Project Location Franz Valley School Road Sonoma County CA

5 Consultants Name TRC Engineers Inc 6 Prime Certified DBE O

7 Description of Work Service or Materials Supplied

Geotechnical - Driller

Traffic Control

HydrologyHydraulicsScour

8 DBE Certification

Number

37877

42433

30066

Local Agency to Complete this Section

17 Local Agency Contracl Number C14007

18 Federal-Aid Project Number BRL0-5920(149)

19 Proposed Contract Execution Date

Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate

~~ 2oy-a1 Agency Representatives Signature

Angela Silvestri 22 Local Agency Representatives Name

Department Analyst DBELO 24 Local Agency Representatives Title

1 ZtJ 12 21 Date

707-565-2758 23 Phone

9 DBE Contact Information

Woodward Drilling

Traffic Control Pros

WRECO

11 TOTAL CLAIMED DBE PARTICIPATION

10 DBE

393

170

717

128

IMPORTANT Identify all DBE firms being claimed for credit regardless of tier Written confirmation of each listed DBE is required

~

~ cfZV(A_---fl0617 12 Preparers SiJ(r-i~ture 13 Date

Mark lmbriani 916-366-0632 14 Preparers Name 15 Phone

Vice President 16 Preparers Title

DISTRIBUTION Original - Included with consultants proposal to local agency

ADA Notice For individuals with sensory disabilities this document is available in alternate formats For information call (916) 654-641 O or TDD (916) 654shy3880 or write Records and Forms Management 1120 N Street MS-89 Sacramento CA 95814

Page 1 of2 July 23 2015

Local Assistance Procedures Manual Exhibit 10-O1 Consultant Proposal DBE Commitment

INSTRUCTIONS ndash CONSULTANT PROPOSAL 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 Consultantrsquos Name - Enter the consultantrsquos firm name 6 Prime Certified DBE - Check box if prime contractor is a certified DBE 7 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 consultantrsquos 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 8 DBE Certification Number - Enter the DBErsquos Certification Identification Number All DBEs must be certified on the date bids are opened 9 DBE Contact Information - Enter the name address and phone number of all DBE subcontracted consultants Also enter the prime consultantrsquos name and phone number if the prime is a DBE 10 DBE - Percent participation of work to be performed or service provided by a DBE Include the prime consultant if the prime is a DBE See LAPM Chapter 9 for how to count fullpartial participation 11 Total Claimed DBE Participation - Enter the total DBE participation claimed If the total claimed is less than item ldquoContract DBE Goalrdquo an adequately documented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM) 12 Preparerrsquos Signature - The person completing the DBE commitment form on behalf of the consultantrsquos firm must sign their name 13 Date - Enter the date the DBE commitment form is signed by the consultantrsquos preparer 14 Preparerrsquos Name - Enter the name of the person preparing and signing the consultantrsquos DBE commitment form 15 Phone - Enter the area code and phone number of the person signing the consultantrsquos DBE commitment form 16 Preparerrsquos Title - Enter the positiontitle of the person signing the consultantrsquos DBE commitment form

LOCAL AGENCY SECTION

17 Local Agency Contract Number - Enter the Local Agency contract number or identifier 18 Federal-Aid Project Number - Enter the Federal-Aid Project Number 19 Proposed Contract Execution Date - Enter the proposed contract execution date 20 Local Agency Representativersquos 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 21 Date - Enter the date the DBE commitment form is signed by the Local Agency Representative 22 Local Agency Representativersquos Name - Enter the name of the Local Agency Representative certifying the consultantrsquos DBE commitment form 23 Phone - Enter the area code and phone number of the person signing the consultantrsquos DBE commitment form 24 Local Agency Representative Title - Enter the positiontitle of the Local Agency Representative certifying the consultantrsquos DBE commitment form

Page 2 of 2 July 23 2015

--------

Local Assistance Procedures Manual Exhibit 10-02 Consultant Contract DBE Commitment

E XHIBIT 10-02 CONSULTANT CONTRACT DBE COMMITMENT

1 Local Agency County of Sonoma 2 Contract DBE Goal 11 -------------------~ ------------~

3 Project Description Consulting Engineering Services for Replacement of the Franz Creek Bridge

4 Project Location Franz Valley School Road Sonoma County CA

5 Consultants Name TRC Engineers Inc 6 Prime Certified DBE D 7 Total Contract Award Amount

8 Total Dollar Amount for ALL Subconsultants $258 148 9 Total Number of ALL Subconsultants 9

10 Description of Work Service or Materials Supplied

11 DBE Certification

Number

Geotechnical- Driller 37877

HydrologyHydraulicsScourGeotechnical 30066

Local Agency to Complete this Section

20 Local Agency Contract ~h1mhormiddot

21 Federal-Aid Project Number

22 Contract Execution n

Local Agency certifies that all DBE certifications are valid and infonnation on this fonn is complete and accurate

23 Local Agency Representatives Signature 24 Date

25 Local Agency Representatives Name 26 Phone

27 Local Agency Representatives Title

13 DBE 12 DBE Contact lnfonnation Dollar

Amount

Woodward Drilling 550 River Road FOO Vista CA 94571 $26274707-374-4300

NRECO 1243 Alpine Roa d 108 Walnut Creek CA 94 596 $54886925-941 -0017

$81 160 14 TOTAL CLAIMED DBE PARTICIPATION

116

IMPORTANT Identify all DBE inns being claimed for credit regardless of tier Written confirmation of each listed DBE is required

PMd~A-- 102616 15 Preparers S~ature 16 Date

Mark A lmbriani 916-366-0632 17 Preparers Name 18 Phone

Vice President 19 Preparers Title

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

ADA Notice For individuals with sensory disabilities this document is available in alternate fonmats For infonmation call (916) 654-6410 or TDD (916) 654shy3880 or write Records and Fonms Management 1120 N Street MS-89 Sacramento CA 95814

Page 1 of2 July 23 2015

Local Assistance Procedures Manual Exhibit 10-02 Consultant Contract DBE Commitment

INSTRUCTIONS - CONSUL TANT CONTRACT DBE COMMITMENT

CONSUL TANT 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 Consultants Name - Enter the consultants 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 consultants 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 ofDBE firms 11 DBE Certification Number - Enter the DBEs 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 consultants name and phone number ifthe 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 fullpartial 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) Ifthe 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 Preparers Signature - The person completing the DBE commitment form on behalf of the consultants firm must sign their name 16 Date - Enter the date the DBE commitment form is signed by the consultants preparer 17 Preparers Name - Enter the name of the person preparing and signing the consultants DBE commitment form 18 Phone - Enter the area code and phone number of the person signing the consultants DBE commitment form 19 Preparers Title - Enter the positiontitle of the person signing the consultants 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 Representatives 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 Representatives Name - Enter the name of the Local Agency Representative certifying the consultants DBE commitment form 26 Phone - Enter the area code and phone number of the person signing the consultants DBE commitment form 27 Local Agency Representative Title - Enter the positiontitle of the Local Agency Representative certifying the consultants DBE commitment form

Page 2 of2 July 23 2015

  • 10 24 17 TPW Roads TRCAgreeFranzCreekBridgeC14007_Att1 Agreepdf
    • Standard Professional Services Agreement (ldquoPSArdquo)
    • Federal Funds
      • l Scope of Services
        • 11 Consultants Specified Services
        • 12 Cooperation With County
        • 13 Performance Standard
        • 14 Assigned Personnel
        • 15 Consultantrsquos Reports or Meetings
          • 2 Allowable Costs and Payments
            • 21 Method of payment
            • 22 Fixed Fee
            • 23 Transportation amp Subsistence
            • 24 Milestone Costs
            • 25 Progress Payments
            • 26 Payment
            • 27 Invoices
            • 28 Contract Value
            • 29 Salary Increases
            • 210 Invoicing
            • 211 Taxes
              • 3 Term of Agreement
                • 31 Term
                • 32 Contract Execution
                  • 4 Termination
                    • 41 Notice Period
                    • 42 Grounds for Termination
                    • 43 Liability
                    • 44 Authority to Terminate
                      • 5 Indemnification
                      • 6 Insurance
                      • 7 Prosecution of Work
                      • 8 Extra or Changed Work
                      • 9 Representations of Consultant
                        • 91 Standard of Care
                        • 92 Status of Consultant
                        • 93 No Suspension or Debarment
                        • 94 Taxes
                        • 95 Records Maintenance
                        • 96 Conflict of Interest
                        • 97 Statutory Compliance
                        • 98 Living Wage Ordinance
                        • 99 Nondiscrimination
                        • 910 Statement of Compliance
                        • 911 AIDS Discrimination
                        • 912 Assignment of Rights
                        • 913 Ownership and Disclosure of Work Product
                        • 914 Authority
                          • 10 Demand for Assurance
                          • 11 Assignment and Delegation
                          • 12 Method and Place of Giving Notice Submitting Bills and Making Payments
                          • 13 Federal Requirements
                            • 131 Contract Assurance
                            • 132 Prompt Progress Payments to Subcontractors
                            • 134 Disadvantaged Business Enterprise (DBE) Participation
                            • 135 Prevailing Wage
                            • 136 Text Messaging While Driving
                            • 137 Buy America
                            • 138 Prohibition of Expending Local Agency State or Federal funds for Lobbying
                            • 139 Cost Principals and Administrative Requirements
                            • 1310 Retention of RecordsAudit
                            • 1311 Audit Review Procedures
                            • 1312 Subcontracting
                            • 1313 Equipment Purchase
                              • 14 Miscellaneous Provisions
                                • 141 No Waiver of Breach
                                • 142 Construction
                                • 143 Consent
                                • 144 No Third Party Beneficiaries
                                • 145 Applicable Law and Forum
                                • 146 Captions
                                • 147 Merger
                                • 148 Survival of Terms
                                • 149 Time of Essence
                                • 1410 Rebates Kickback or Other Unlawful Consideration
                                • 1411 Funding Requirements
                                • 1412 Evaluation of Consultant
                                • 1413 Claims Filed by Countyrsquos Construction Contractor
                                • 1414 National Labor Relations Board Certification
                                • 1415 Retention of Funds
                                • 1416 Contingent Fee
                                • 1417 Inspection of Work
                                • 1418 Safety
                                    • 03 Exhibit A - Scope of Workpdf
                                      • Attachment H - Anchor QEA Cost Proposalpdf
                                        • 2017_08_22_Franz Creek Fee_Revised
                                        • 2017_08_22_Franz Scope Final
                                          • SCOPE OF WORK
                                            • Task 1 Project Management
                                            • Task 2 - Preliminary Engineering
                                            • Task 3 ndash SurveyingMappingROW Engineering
                                            • Task 4 - Geotechnical Engineering
                                            • Task 5 Hydrology and Hydraulics
                                            • Task 6 Environmental
                                            • Task 7 ndash Public Outreach
                                            • Task 8 ndash 65 PSampE
                                            • Task 9 - 95 PSampE
                                            • Task 10 - Final (100) PSampE
                                            • Task 11 - Pre-Construction Engineering Services
                                            • SUPPLEMENTAL SERVICES
                                            • 2C5 ndash Utility Potholing
                                            • 49 ndash Geotechnical Retaining Wall Investigation and Analysis
                                            • 69 ndash Noise ndash Bioacoustic Analysis
                                            • Task 7A -Public Outreach led by the Consultant
                                            • Task 810 ndash Retaining Wall Design
                                            • Task 12 - Construction Support Services
                                                • Att B -Exhibit 1-Interview
                                                    • 04 Exhibit B - Sonoma County Insurance Requirementspdf
                                                      • Exhibit B
                                                        • Sonoma County Insurance Requirements
                                                        • Contractor Required Insurance
                                                          • A Workers Compensation Insurance amp Employers Liability Insurance
                                                          • B General Liability Insurance
                                                          • C Automobile Liability Insurance
                                                          • D Contractors Pollution Liability Insurance
                                                          • E Professional LiabilityErrors and Omissions Insurance
                                                          • F Increase of Minimum Limits
                                                          • G Standards for Insurance Companies
                                                          • H Documentation
                                                          • I Policy Obligations
                                                          • J Subcontractors ndash Required Insurance
                                                            • a Minimum Limit $1000000 per claim or per occurrence
                                                              • ADPA99Ftmp
                                                                • 1 Workers Compensation and Employers Liability Insurance
                                                                • 2 General Liability Insurance
                                                                • 3 Automobile Liability Insurance
                                                                • 4 Professional LiabilityErrors and Omissions Insurance
                                                                • 5 Standards for Insurance Companies
                                                                • 6 Documentation
                                                                • 7 Policy Obligations
                                                                • 8 Material Breach
                                                                      1. Page 2 of 2_3
Page 3: County of Sonoma Agenda Item Summary Report - Granicus

Staffing Impacts

Position Title (Payroll Classification)

Monthly Salary Range

(A ndash I Step)

Additions (Number)

Deletions (Number)

Narrative Explanation of Staffing Impacts (If Required)

Attachments

Professional Services Agreement with TRC Solutions

Related Items ldquoOn Filerdquo with the Clerk of the Board

Request for Proposals for Design Services

Revision No 20151201-1

Standard Professional Services Agreement (ldquoPSArdquo) Federal Funds

AGREEMENT FOR [CONSULTINGPROFESSIONAL] SERVICES

This agreement (Agreement) dated as of 20 (ldquoEffective Daterdquo) is by and between the County of Sonoma a political subdivision of the State of California (hereinafter County) and TRC Engineers Inc (hereinafter Consultant)

R E C I T A L S

WHEREAS Consultant represents that it is a duly qualified and licensed civil engineer experienced in the preparation of and related services and

WHEREAS in the judgment of the Department of Transportation amp Public Works it is necessary and desirable to employ the services of Consultant for Design Services related to replacement of the Franz Creek Bridge

NOW THEREFORE in consideration of the foregoing recitals and the mutual covenants contained herein the parties hereto agree as follows

A G R E E M E N T

l Scope of Services

11 Consultants Specified Services

Consultant shall perform the services described in Exhibit ldquoArdquo attached hereto and incorporated herein by this reference (hereinafter Scope of Work) and within the times or by the dates provided for in Exhibit ldquoArdquo and pursuant to Article 7 Prosecution of Work In the event of a conflict between the body of this Agreement and Exhibit ldquoArdquo the provisions in the body of this Agreement shall control Without limiting the foregoing Consultant expressly agrees to comply with all Disadvantaged Business Enterprise (ldquoDBErdquo) requirements imposed on this Agreement as more specifically described in Section 134 below and Exhibit ldquoCrdquo hereto

12 Cooperation With County

Consultant shall cooperate with County and County staff in the performance of all work hereunder

13 Performance Standard

Consultant shall perform all work hereunder in a manner consistent with the level of competency and standard of care normally observed by a person practicing in Consultants profession County has relied upon the professional ability and training of Consultant as a material inducement to enter into this Agreement Consultant hereby agrees to provide all services under this Agreement in accordance with generally accepted professional practices and standards of care as well as the requirements of applicable federal state and local laws it being understood that acceptance of

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 1 October 2017

Contractorrsquos work by County shall not operate as a waiver or release If County determines that any of Consultants work is not in accordance with such level of competency and standard of care County in its sole discretion shall have the right to do any or all of the following (a) require Consultant to meet with County to review the quality of the work and resolve matters of concern (b) require Consultant to repeat the work at no additional charge until it is satisfactory (c) terminate this Agreement pursuant to the provisions of Article 4 or (d) pursue any and all other remedies at law or in equity

14 Assigned Personnel

141 Consultant shall assign only competent personnel to perform work hereunder In the event that at any time County in its sole discretion desires the removal of any person or persons assigned by Consultant to perform work hereunder Consultant shall remove such person or persons immediately upon receiving written notice from County

142 Any and all persons identified in this Agreement or any exhibit hereto as the project manager project team or other professional performing work hereunder are deemed by County to be key personnel whose services were a material inducement to County to enter into this Agreement and without whose services County would not have entered into this Agreement Consultant shall not remove replace substitute or otherwise change any key personnel without the prior written consent of County

143 In the event that any of Consultantrsquos personnel assigned to perform services under this Agreement become unavailable due to resignation sickness or other factors outside of Consultantrsquos control Consultant shall be responsible for timely provision of adequately qualified replacements

15 Consultantrsquos Reports or Meetings

151 Consultant shall submit progress reports at least once a month The report should be sufficiently detailed for the Contract Administrator to determine if Consultant is performing to expectations or is on schedule to provide communication of interim findings and to sufficiently address any difficulties or special problems encountered so remedies can be developed

152 Consultantrsquos Project Manager shall meet with Countyrsquos Contract Administrator as needed to discuss progress on the contract

2 Allowable Costs and Payments

21 Method of payment

The contract will be based on actual cost plus a fixed fee County will reimburse Consultant for actual costs (including labor costs employee benefits travel equipment rental costs overhead and other direct costs) incurred by Consultant in performance of the work Consultant will not be reimbursed for actual costs that exceed the estimated wage rates employee benefits travel equipment rental overhead and other estimated costs set forth in the approved Consultantrsquos Cost Proposal attached hereto as Attachment A unless additional reimbursement is provided for by contract amendment In no event will Consultant be reimbursed for overhead costs at a rate that

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 2 October 2017

exceeds Countyrsquos 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 The maximum total cost as specified in Paragraph ldquo28rdquo shall not be exceeded unless authorized by contract amendment

22 Fixed Fee

In addition to the allowable incurred costs County will pay Consultant a fixed fee of $3950567 The fixed fee is nonadjustable for the term of the contract except in the event of a significant change in the scope of work and such adjustment is made by contract amendment

23 Transportation amp Subsistence

Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the approved Cost Proposal

24 Milestone Costs

When milestone cost estimates are included in the approved Cost Proposal Consultant shall obtain prior written approval for a revised milestone cost estimate from the Contract Administrator before exceeding such cost estimate

25 Progress Payments

Progress payments will be made monthly in arrears based on services provided and allowable incurred costs A pro rata portion of Consultantrsquos fixed fee will be included in the monthly progress payments If Consultant fails to submit the required deliverable items according to the schedule set forth in the Statement of Work County shall have the right to delay payment or terminate this Contract in accordance with the provisions of Article VI Termination

26 Payment

No payment will be made prior to approval of any work nor for any work performed prior to approval of this contract

27 Invoices

Consultant will be reimbursed as promptly as fiscal procedures will permit upon receipt by Countyrsquos Contract Administrator of itemized invoices in triplicate Invoices shall be submitted no later than 45 calendar days after the performance of work for which Consultant is billing Invoices shall detail the work performed on each milestone and each project as applicable Invoices shall follow the format stipulated for the approved Cost Proposal and shall reference this contract number and project title Final invoice must contain the final cost and all credits due County including any equipment purchased under the provisions of Article 1313 Equipment Purchase of this contract The final invoice should be submitted within 60 calendar days after completion of Consultantrsquos work Invoices shall be mailed to Countyrsquos Contract Administrator at the following address

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 3 October 2017

Olesya Tribukait 2300 County Center Drive Suite B-100 Santa Rosa CA 95403

(707) 565-2231 olesyatribukaitsonoma-Countyorg

28 Contract Value

The total amount payable by County including the fixed fee shall not exceed $63017782

29 Salary Increases

Salary increases will be reimbursable if the new salary is within the salary range identified in the approved Cost Proposal and is approved by Countyrsquos Contract 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

210 Invoicing

Consultant shall submit its bills in arrears on a monthly basis in a form approved by Countys Auditor and the Head of the County Department receiving the services The bills shall show or include (i) the task(s) performed (ii) the time in quarter hours devoted to the task(s) (iii) the hourly rate or rates of the persons performing the task(s) and (iv) copies of receipts for reimbursable materialsexpenses if any Expenses not expressly authorized by the Agreement shall not be reimbursed including a copy of all invoices paid to sub-contractors for work required included in the prime consultantrsquos invoice Consultant shall submit the Subcontractor Payment Declaration with each invoice

Unless otherwise noted in this agreement payments shall be made within the normal course of County business after presentation of an invoice in a form approved by the County for services performed Payments shall be made only upon the satisfactory completion of the services as determined by the County

211 Taxes

Pursuant to California Revenue and Taxation code (RampTC) Section 18662 the County shall withhold seven percent of the income paid to Consultant for services performed within the State of California under this agreement for payment and reporting to the California Franchise Tax Board if Consultant does not qualify as (1) a corporation with its principal place of business in California (2) an LLC or Partnership with a permanent place of business in California (3) a corporationLLC or Partnership qualified to do business in California by the Secretary of State or (4) an individual with a permanent residence in the State of California

If Consultant does not qualify County requires that a completed and signed Form 587 be provided by the Consultant in order for payments to be made If consultant is qualified then the County requires a completed Form 590 Forms 587 and 590 remain valid for the duration of the Agreement provided there is no material change in facts By signing either form the contractor agrees to promptly notify the County of any changes in the facts Forms should be sent to the County pursuant to Article 12 To reduce the amount withheld Consultant has the option to

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 4 October 2017

provide County with either a full or partial waiver from the State of California

3 Term of Agreement

31 Term

This contract shall go into effect on Effective Date contingent upon approval by County and Consultant shall commence work after notification to proceed by Countyrsquos Contract Administrator The contract shall end on 12312022 unless extended by contract amendment

32 Contract Execution

Consultant is advised that any recommendation for contract award is not binding on County until the contract is fully executed and approved by County

4 Termination

41 Notice Period

County reserves the right to terminate this contract upon thirty (30) calendar days written notice to Consultant with the reasons for termination stated in the notice

42 Grounds for Termination

County may terminate this contract with Consultant should Consultant fail to perform the covenants herein contained at the time and in the manner herein provided In the event of such termination County may proceed with the work in any manner deemed proper by County If County terminates this contract with Consultant County shall pay Consultant the sum due to Consultant under this contract prior to termination unless the cost of completion to County exceeds the funds remaining in the contract In which case the overage shall be deducted from any sum due Consultant under this contract and the balance if any shall be paid to Consultant upon demand

43 Liability

The maximum amount for which the Government shall be liable if this contract is terminated is $63017782 dollars

44 Authority to Terminate

The Board of Supervisors has the authority to terminate this A greement on behalf of the County In addition the Purchasing Agent or Department Head in consultation with County Counsel shall have the authority to terminate this Agreement on behalf of the County

5 Indemnification

Consultant agrees to accept responsibility for loss or damage to any person or entity including County and to defend indemnify hold harmless and release County its officers agents and employees from and against any actions claims damages liabilities disabilities or expenses that may be asserted by any person or entity including Consultant that arise out of pertain to or relate to the negligence recklessness or willful misconduct of Consultant or its agents employees contractors subcontractors or invitees C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 5 October 2017

hereunder whether or not there is concurrent negligence on Countys part but to the extent required by law excluding liability due to Countys conduct This indemnification obligation is not limited in any way by any limitation on the amount or type of damages or compensation payable to or for Consultant or its agents employees contractors subcontractors or invitees under workers compensation acts disability benefits acts or other employee benefit acts This indemnity provision survives the Agreement

6 Insurance

With respect to performance of work under this Agreement Consultant shall maintain and shall require all of its subcontractors consultants and other agents to maintain insurance as described in Exhibit B which is attached hereto and incorporated herein by this reference

7 Prosecution of Work

The execution of this Agreement shall constitute Consultantrsquos authority to proceed immediately with the performance of this Agreement Performance of the services hereunder shall be completed within the time required herein provided however that if the performance is delayed by earthquake flood high water or other Act of God or by strike lockout or similar labor disturbances the time for Consultantrsquos performance of this Agreement shall be extended by a number of days equal to the number of days Consultant has been delayed

8 Extra or Changed Work

Extra or changed work or other changes to the Agreement may be authorized only by written amendment to this Agreement signed by both parties Minor changes which do not increase the amount paid under the Agreement and which do not significantly change the scope of work or significantly lengthen time schedules may be executed by the Department Head in a form approved by County Counsel The Board of SupervisorsPurchasing Agent must authorize all other extra or changed work The parties expressly recognize that pursuant to Sonoma County Code Section 1-11 County personnel are without authorization to order extra or changed work or waive Agreement requirements Failure of Consultant to secure such written authorization for extra or changed work shall constitute a waiver of any and all right to adjustment in the Agreement price or Agreement time due to such unauthorized work and thereafter Consultant shall be entitled to no compensation whatsoever for the performance of such work Consultant further expressly waives any and all right or remedy by way of restitution and quantum meruit for any and all extra work performed without such express and prior written authorization of the County

9 Representations of Consultant

91 Standard of Care

County has relied upon the professional ability and training of Consultant as a material inducement to enter into this Agreement Consultant hereby agrees that all its work will be performed and that its operations shall be conducted in accordance with generally accepted and applicable professional practices and standards as well as the requirements of applicable federal state and local laws it being understood that acceptance of Consultants work by County shall not operate as a waiver or release

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 6 October 2017

92 Status of Consultant

The parties intend that Consultant in performing the services specified herein shall act as an independent contractor and shall control the work and the manner in which it is performed Consultant is not to be considered an agent or employee of County and is not entitled to participate in any pension plan workerrsquos compensation plan insurance bonus or similar benefits County provides its employees In the event County exercises its right to terminate this Agreement pursuant to Article 4 above Consultant expressly agrees that it shall have no recourse or right of appeal under rules regulations ordinances or laws applicable to employees

93 No Suspension or Debarment

Consultantrsquos signature affixed herein shall constitute a certification under penalty of perjury under the laws of the State of California that Consultant has complied with Title 2 CFR Part 180 ldquoOMB Guidelines to Agencies on Government wide Debarment and Suspension (nonprocurement)rdquo which certifies that heshe or any person associated therewith in the capacity of owner partner director officer or manager is not currently under suspension debarment voluntary exclusion or determination of ineligibility by any federal agency has not been suspended debarred voluntarily excluded or determined ineligible by any federal agency within the past three (3) years does not have a proposed debarment pending and has not been indicted convicted or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years Any exceptions to this certification must be disclosed to County

Exceptions will not necessarily result in denial of recommendation for award but will be considered in determining Consultant responsibility Disclosures must indicate to whom exceptions apply initiating agency and dates of action

Exceptions to the Federal Government Excluded Parties List System maintained by the General Services Administration are to be determined by the Federal highway Administration

94 Taxes

Consultant agrees to file federal and state tax returns and pay all applicable taxes on amounts paid pursuant to this Agreement and shall be solely liable and responsible to pay such taxes and other obligations including but not limited to state and federal income and FICA taxes Consultant agrees to indemnify and hold County harmless from any liability which it may incur to the United States or to the State of California as a consequence of Consultants failure to pay when due all such taxes and obligations In case County is audited for compliance regarding any withholding or other applicable taxes Consultant agrees to furnish County with proof of payment of taxes on these earnings

95 Records Maintenance

Consultant shall keep and maintain full and complete documentation and accounting records concerning all services performed that are compensable under this Agreement and shall make such documents and records available to County for inspection at any reasonable time Consultant shall maintain such records for a period of four (4) years following completion of work hereunder

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 7 October 2017

96 Conflict of Interest

961 Consultant shall disclose any financial business or other relationship with County that may have an impact upon the outcome of this contract or any ensuing County construction project 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

962 Consultant hereby certifies that it does not now have nor shall it acquire any financial or business interest that would conflict with the performance of services under this contract

963 Consultant hereby certifies that neither Consultant nor any firm affiliated with Consultant will bid on any construction contract or on any contract to provide construction inspection for any construction project resulting from this contract An affiliated firm is one which is subject to the control of the same persons through joint-ownership or otherwise

964 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 contract 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

97 Statutory Compliance

Contractor agrees to comply with all applicable federal state and local laws regulations statutes and policies applicable to the services provided under this Agreement as they exist now and as they are changed amended or modified during the term of this Agreement Without limiting the generality of the foregoing Consultant expressly agrees on behalf of itself and on behalf of all its agents employees subconsultants and subcontractors to comply with the federal contract requirements set forth in Section 13 herein

98 Living Wage Ordinance

Consultant agrees to comply with all applicable federal state and local laws regulations statutes and policies including but not limited to the County of Sonoma Living Wage Ordinance applicable to the services provided under this Agreement as they exist now and as they are changed amended or modified during the term of this Agreement Without limiting the generality of the foregoing Consultant expressly acknowledges and agrees that this Agreement is subject to the provisions of Article XXVI of Chapter 2 of the Sonoma County Code requiring payment of a living wage to covered employees Noncompliance during the term of the Agreement will be considered a material breach and may result in termination of the Agreement or pursuit of other legal or administrative remedies

99 Nondiscrimination

Without limiting any other provision hereunder Consultant shall comply with all applicable federal state and local laws rules and regulations in regard to nondiscrimination in

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 8 October 2017

employment because of race color ancestry national origin religion sex marital status age medical condition pregnancy disability sexual orientation or other prohibited basis including without limitation the Countyrsquos Non-Discrimination Policy All nondiscrimination rules or regulations required by law to be included in this Agreement are incorporated herein by this reference

910 Statement of Compliance

9101 Consultantrsquos signature affixed herein and dated shall constitute a certification under penalty of perjury under the laws of the State of California that Consultant has unless exempt complied with the nondiscrimination program requirements of Government Code Section 12990 and Title 2 California Administrative Code Section 8103

9102 During the performance of this Contract Consultant and its subconsultants shall not unlawfully discriminate harass or allow harassment against any employee or applicant for employment because of sex race color ancestry religious creed national origin physical disability (including HIV and AIDS) mental disability medical condition (eg cancer) age (over 40) marital status and denial of family care leave Consultant and subconsultants shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment Consultant and subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov Code sect12990 (a-f) et seq) and the applicable regulations promulgated there under (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 this Contract by reference and made a part hereof as if set forth in full Consultant and its subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement

9103 The Consultant shall comply with regulations relative to Title VI (nondiscrimination in federally-assisted programs of the Department of Transportation ndash 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

9104 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 215 of the US DOTrsquos Regulations including employment practices when the Agreement covers a program whose goal is employment

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 9 October 2017

911 AIDS Discrimination

Consultant agrees to comply with the provisions of Chapter 19 Article II of the Sonoma County Code prohibiting discrimination in housing employment and services because of AIDS or HIV infection during the term of this Agreement and any extensions of the term

912 Assignment of Rights

Consultant assigns to County all rights throughout the world in perpetuity in the nature of copyright trademark patent right to ideas in and to all versions of the plans and specifications if any now or later prepared by Consultant in connection with this Agreement Consultant agrees to take such actions as are necessary to protect the rights assigned to County in this Agreement and to refrain from taking any action which would impair those rights Consultants responsibilities under this provision include but are not limited to placing proper notice of copyright on all versions of the plans and specifications as County may direct and refraining from disclosing any versions of the plans and specifications to any third party without first obtaining written permission of County

Consultant shall not use or permit another to use the plans and specifications in connection with this or any other project without first obtaining written permission of County

913 Ownership and Disclosure of Work Product

All reports original drawings graphics plans studies and other data or documents (ldquodocumentsrdquo) in whatever form or format assembled or prepared by Consultant or Consultantrsquos subcontractors consultants and other agents in connection with this Agreement shall be the property of County County shall be entitled to immediate possession of such documents upon completion of the work pursuant to this Agreement Upon expiration or termination of this Agreement Consultant shall promptly deliver to County all such documents which have not already been provided to County in such form or format as County deems appropriate Such documents shall be and will remain the property of County without restriction or limitation Consultant may retain copies of the above- described documents but agrees not to disclose or discuss any information gathered discovered or generated in any way through this Agreement without the express written permission of County

914 Authority

The undersigned hereby represents and warrants that he or she has authority to execute and deliver this Agreement on behalf of Consultant

10 Demand for Assurance

Each party to this Agreement undertakes the obligation that the others expectation of receiving due performance will not be impaired When reasonable grounds for insecurity arise with respect to the performance of either party the other may in writing demand adequate assurance of due performance and until such assurance is received may if commercially reasonable suspend any performance for which the agreed return has not been received Commercially reasonable includes not only the conduct of a party with respect to performance under this Agreement but also conduct with respect to other agreements with parties to this Agreement or others After receipt of a justified demand failure to provide

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 10 October 2017

within a reasonable time but not exceeding thirty (30) days such assurance of due performance as is adequate under the circumstances of the particular case is a repudiation of this Agreement Acceptance of any improper delivery service or payment does not prejudice the aggrieved partys right to demand adequate assurance of future performance Nothing in this Article limits Countyrsquos right to terminate this Agreement pursuant to Article 4

11 Assignment and Delegation

Neither party hereto shall assign delegate sublet or transfer any interest in or duty under this Agreement without the prior written consent of the other and no such transfer shall be of any force or effect whatsoever unless and until the other party shall have so consented

12 Method and Place of Giving Notice Submitting Bills and Making Payments

All notices bills and payments shall be made in writing and shall be given by personal delivery or by US Mail or courier service Notices bills and payments shall be addressed as follows

To County

Sonoma County Department of Transportation and Public Works Attn Olesya Tribukait 2300 County Center Drive Suite B-100 Santa Rosa CA 95403 (707) 565-2231 olesyatribukaitsonoma-Countyorg

To Consultant

TRC Engineers Inc Attn Mark Imbriani 10680 White Rock Road Suite 100 Rancho Cordova CA 95670 (916) 366-0632 mimbrianitrcsolutionscom

When a notice bill or payment is given by a generally recognized overnight courier service the notice bill or payment shall be deemed received on the next business day When a copy of a notice bill or payment is sent by facsimile or email the notice bill or payment shall be deemed received upon transmission as long as (1) the original copy of the notice bill or payment is promptly deposited in the US mail and postmarked on the date of the facsimile or email (for a payment on or before the due date) (2) the sender has a written confirmation of the facsimile transmission or email and (3) the facsimile or email is transmitted before 5 pm (recipientrsquos time) In all other instances notices bills and payments shall be effective upon receipt by the recipient Changes may be made in the names and addresses of the person to whom notices are to be given by giving notice pursuant to this paragraph

13 Federal Requirements

131 Contract Assurance

The consultant sub recipient or subcontractor shall not discriminate on the basis of race color

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 11 October 2017

national origin or sex in the performance of this contract The consultant shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted agreements Failure by the consultant to carry out these requirements is a material breach of this agreement which may result in the termination of this agreement or such other remedy as the recipient deems appropriate which may include but is not limited to (1) Withholding monthly progress payments (2) Assessing sanction (3) Liquidated damages andor (4) Disqualifying the contractor from future bidding as non-responsible

132 Prompt Progress Payments to Subcontractors

Attention is directed to Section 71085 of the California Business and Professions Code which requires a prime contractor or subcontractor to pay any subcontractor not later than ten (10) days of receipt of each progress payment unless otherwise agreed to in writing In addition federal regulations (Title 49 Code of Federal Regulations Part 2629) require a prime contractor or subcontractor to pay a subcontractor no later than thirty (30) days of receipt of each payment unless any delay or postponement of payment among the parties takes place only for good cause and with the prior written approval of County Section 71085 of the California Business and Professions Code also contains enforcement actions and penalties The requirements apply to both Disadvantaged Business Entities (ldquoDBErdquo) and non-DBE subcontractors Consultant shall include the foregoing progress payment requirements in every subcontract entered into by Consultant in the performance of its obligations under this Agreement

133 Prompt Payment of Withheld Funds to Subcontractors

No retainage will be held by the County from progress payments due the prime consultant Any retainage held by the prime consultant or subconsultants from progress payments due subconsultants shall be promptly paid in full to subconsultants within 30 days after the subconsultantrsquos work is satisfactorily completed Federal law (49 CFR2629) requires that any delay or postponement of payment over the 30 days may take place only for good cause and with the Agencyrsquos prior written approval Any violation of this provision shall subject the violating prime consultant or subconsultant to the penalties sanctions and other remedies specified in Section 71085 of the Business and Professions Code These requirements shall not be construed to limit or impair any contractual administrative or judicial remedies otherwise available to the prime consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the prime consultant deficient subconsultant performance or noncompliance by a subconsultant This provision applies to both DBE and non-DBE prime consultant and subconsultants

134 Disadvantaged Business Enterprise (DBE) Participation

1341 This contract is subject to 49 CFR Part 26 entitled ldquoParticipation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programsrdquo Consultants who obtain DBE participation on this contract will assist Caltrans in meeting its federally mandated statewide overall DBE goal

1342 The goal for DBE participation for this contract is 11 Participation by DBE consultant or subconsultants shall be in accordance with information contained in the Consultant Proposal DBE Commitment (Exhibit 10-O1) or in the Consultant Contract DBE Information (Exhibit 10-O2) attached hereto and incorporated as part

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 12 October 2017

of the Contract If a DBE subconsultant is unable to perform Consultant must make a good faith effort to replace himher with another DBE subconsultant if the goal is not otherwise met

1343 DBEs and other small businesses as defined in 49 CFR Part 26 are encouraged to participate in the performance of contracts financed in whole or in part with federal funds Consultant or subconsultant shall not discriminate on the basis of race color national origin or sex in the performance of this contract Consultant shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of US DOT-assisted agreements Failure by Consultant to carry out these requirements is a material breach of this contract which may result in the termination of this contract or such other remedy as County deems appropriate

1344 Any subcontract entered into as a result of this contract shall contain all of the provisions of this section

1345 A DBE firm may be terminated only with prior written approval from County and only for the reasons specified in 49 CFR 2653(f) Prior to requesting County consent for the termination Consultant must meet the procedural requirements specified in 49 CFR 2653(f)

1346 A DBE performs a Commercially Useful Function (CUF) when it is responsible for execution of the work of the contract 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 ordering 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 contract is commensurate with the work it is actually performing and other relevant factors

1347 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

1348 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

1349 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

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 13 October 2017

the date of work performed by their own forces along with the corresponding dollar value of the work

13410 Upon completion of the Contract a summary of these records shall be prepared and submitted on the form entitled ldquoFinal Report-Utilization of Disadvantaged Business Enterprise (DBE) First-Tier Subconsultantsrdquo CEM-2402F [Exhibit 17-F of the LAPM] certified correct by Consultant or Consultantrsquos 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 form is submitted The amount will be returned to Consultant when a satisfactory ldquoFinal Report-Utilization of Disadvantaged Business Enterprises (DBE) First-Tier Subconsultantsrdquo is submitted to the Contract Administrator

13411 If a DBE subconsultant is decertified during the life of the contract the decertified subconsultant shall notify Consultant in writing with the date of decertification If a subconsultant becomes a certified DBE during the life of the Contract the subconsultant shall notify Consultant in writing with the date of certification Any changes should be reported to Countyrsquos Contract Administrator within 30 days

135 Prevailing Wage

1351 Consultant shall comply with the State of Californiarsquos General Prevailing Wage Rate requirements in accordance with California Labor Code Section 1770 and all Federal State and local laws and ordinances applicable to the work

1352 Any subcontract entered into as a result of this contract if for more than $25000 for public works construction or more than $15000 for the alteration demolition repair or maintenance of public works shall contain all of the provisions of this Article

1353 When prevailing wages apply to the services described in the scope of work transportation and subsistence costs shall be reimbursed at the minimum rates set by the Department of Industrial Relations (DIR) as outlined in the applicable Prevailing Wage Determination See httpwwwdircagov

Note The Federal ldquoPayment of Predetermined Minimum Wagerdquo applies only to federal-aid construction contracts

136 Text Messaging While Driving

In accordance with Executive Order 13513 Federal Leadership on Reducing Text Messaging While Driving and Department of Transportation Order 390210 Text Messaging While Driving text messaging while driving is prohibited in the performance of any duties included in this agreement for both consultant and any sub-consultants hired for performance of duties under this Agreement Consultant shall include a provision prohibiting texting while driving in all sub-consultant agreements entered into related to the performance of its obligations under this Agreement

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 14 October 2017

Definitions The following definitions are to be used in conjunction with this section ldquoDrivingrdquo

1) Means operating a motor vehicle on a roadway including while temporarily stationary because of traffic a traffic light stop sign or otherwise

2) It does not include being in your vehicle (with or without the motor running) in a location off the roadway where it is safe and legal to remain stationary

ldquoText Messagingrdquo means reading from or entering data into any handheld or other electronic device including for the purpose of short message service texting e-mailing instant messaging obtaining navigational information or engaging in any other form of electronic data retrieval or electronic data communication

137 Buy America

Furnish Steel and iron materials to be incorporated into the work with certificates of compliance Steel and iron materials must be produced in the US except

1) Foreign pig iron and processed pelletized and reduced iron ore may be used in the domestic production of the steel and iron materials [60 Fed Reg 15478(3241995)]

2) If the total combine cost of the materials does not exceed the great of 01 percent of the total bid or $2500 materials produced outside the U S may be used

Production includes

1) Processing steel and iron materials including smelting or other processes that alter the physical form or shape (such as rolling extruding machining bending grinding and drilling0 or chemical composition

2) Coating application including epoxy coating galvanizing and painting that protects or enhances the value of steel and iron materials

138 Prohibition of Expending Local Agency State or Federal funds for Lobbying

1381 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 Consultant to any person for influencing or attempting to influence an officer or employee of any state or federal agency a Member of the State Legislature or United States Congress an officer or employee of the Legislature or Congress or any employee of a Member of the Legislature or Congress in connection with the awarding of any state or federal contract the making of any state or federal grant the making of any state or federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any state or federal contract grant loan or cooperative agreement

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 15 October 2017

2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with this federal contract grant loan or cooperative agreement Consultant shall complete and submit Standard Form-LLL ldquoDisclosure Form to Report Lobbyingrdquo in accordance with its instructions

1382 This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352 Title 31 US Code Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10000 and not more than $100000 for each such failure

1383 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 $100000 and that all such sub recipients shall certify and disclose accordingly

139 Cost Principals and Administrative Requirements

1391 Consultant agrees that the Contract Cost Principles and Procedures 48 CFR Federal Acquisition Regulations System Chapter 1 Part 31000 et seq shall be used to determine the cost allowability of individual items

1392 Consultant also agrees to comply with federal procedures in accordance with 49 CFR Part 18 Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments

1393 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 31000 et seq are subject to repayment by Consultant to County

1310 Retention of RecordsAudit

For the purpose of determining compliance with Public Contract Code 10115 et seq and Title 21 California Code of Regulations Chapter 21 Section 2500 et seq when applicable and other matters connected with the performance of the contract pursuant to Government Code 85467 Consultant subconsultants and County shall maintain and make available for inspection all books documents papers accounting records and other evidence pertaining to the performance of the contract including but not limited to the costs of administering the contract All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract The state State Auditor County FHWA or any duly authorized representative of the Federal Government shall have access to any books records and documents of Consultant and itrsquos certified public accountants (CPA) work papers that are pertinent to the contract and indirect cost rates (ICR) for audit examinations excerpts and transactions and copies thereof shall be furnished if requested

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 16 October 2017

1311 Audit Review Procedures

13111 Any dispute concerning a question of fact arising under an interim or post audit of this contract that is not disposed of by agreement shall be reviewed by Countyrsquos Chief Financial Officer

13112 Not later than 30 days after issuance of the final audit report Consultant may request a review by Countyrsquos Chief Financial Officer of unresolved audit issues The request for review will be submitted in writing

13113 Neither the pendency of a dispute nor its consideration by County will excuse Consultant from full and timely performance in accordance with the terms of this contract

13114 Consultant and subconsultant contracts including cost proposals and 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 CPA ICR audit work paper review If selected for audit or review the contract cost proposal and ICR and related work papers 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 work paper review it is Consultantrsquos responsibility to ensure federal state or local government officials are allowed full access to the CPArsquos work papers including making copies as necessary The contract cost proposal and ICR shall be adjusted by Consultant and approved by County contract manager to conform to the audit or review recommendations Consultant agrees that individual terms of costs identified in the audit report shall be incorporated into the contract by this reference if directed by County at its sole discretion Refusal by Consultant to incorporate audit or review recommendations or to ensure that the federal state or local governments have access to CPA work papers will be considered a breach of contract terms and cause for termination of the contract and disallowance of prior reimbursed costs

1312 Subcontracting

13121 Nothing contained in this contract or otherwise shall create any contractual relation between County and any subconsultant(s) and no subcontract shall relieve Consultant of its responsibilities and obligations hereunder Consultant agrees to be as fully responsible to 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 Consultant CONSULTANTrsquos obligation to pay its subconsultant(s) is an independent obligation from Countyrsquos obligation to make payments to the Consultant

13122 Consultant shall perform the work contemplated with resources available within its own organization and no portion of the work pertinent to this contract shall be subcontracted without written authorization by Countyrsquos Contract Administrator except that which is expressly identified in the approved Cost Proposal

13123 Consultant shall pay its subconsultants within ten (10) calendar days from receipt of each payment made to Consultant by County

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 17 October 2017

13124 All subcontracts entered into as a result of this contract shall contain all the provisions stipulated in this contract to be applicable to subconsultants

13125 Any substitution of subconsultant(s) must be approved in writing by Countyrsquos Contract Administrator prior to the start of work by the subconsultant(s)

1313 Equipment Purchase

13131 Prior authorization in writing by Countyrsquos Contract Administrator shall be required before Consultant enters into any unbudgeted purchase order or subcontract exceeding $5000 for supplies equipment or Consultant services Consultant shall provide an evaluation of the necessity or desirability of incurring such costs

13132 For purchase of any item service or consulting work not covered in Consultantrsquos Cost Proposal and exceeding $5000 prior authorization by Countyrsquos Contract Administrator three competitive quotations must be submitted with the request or the absence of bidding must be adequately justified

13133 Any equipment purchased as a result of this contract is subject to the following ldquoConsultant 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 $5000 or more If the purchased equipment needs replacement and is sold or traded in County shall receive a proper refund or credit at the conclusion of the contract or if the contract is terminated Consultant may either keep the equipment and credit County in an amount equal to its fair market value or sell such equipment at the best price obtainable at a public or private sale in accordance with established County procedures and credit County in an amount equal to the sales price If Consultant elects to keep the equipment fair market value shall be determined at Consultant expense on the basis of a competent independent appraisal of such equipment Appraisals shall be obtained from an appraiser mutually agreeable to by County and Consultant if it is determined to sell the equipment the terms and conditions of such sale must be approved in advance by Countyrdquo 49 CFR Part 18 requires a credit to Federal funds when participating equipment with a fair market value greater than $5000 is credited to the project

14 Miscellaneous Provisions

141 No Waiver of Breach

The waiver by County of any breach of any term or promise contained in this Agreement shall not be deemed to be a waiver of such term or provision or any subsequent breach of the same or any other term or promise contained in this Agreement

142 Construction

To the fullest extent allowed by law the provisions of this Agreement shall be construed and given effect in a manner that avoids any violation of statute ordinance regulation or law The parties covenant and agree that in the event that any provision of this Agreement is held by a court of competent jurisdiction to be invalid void or unenforceable the remainder of the provisions hereof shall remain in full force and effect and shall in no way be affected impaired or invalidated

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 18 October 2017

thereby Consultant and County acknowledge that they have each contributed to the making of this Agreement and that in the event of a dispute over the interpretation of this Agreement the language of the Agreement will not be construed against one party in favor of the other Consultant and County acknowledge that they have each had an adequate opportunity to consult with counsel in the negotiation and preparation of this Agreement

143 Consent

Wherever in this Agreement the consent or approval of one party is required to an act of the other party such consent or approval shall not be unreasonably withheld or delayed

144 No Third Party Beneficiaries

Nothing contained in this Agreement shall be construed to create and the parties do not intend to create any rights in third parties

145 Applicable Law and Forum

This Agreement shall be construed and interpreted according to the substantive law of California regardless of the law of conflicts to the contrary in any jurisdiction Any action to enforce the terms of this Agreement or for the breach thereof shall be brought and tried in Santa Rosa or the forum nearest to the city of Santa Rosa in the County of Sonoma

146 Captions

The captions in this Agreement are solely for convenience of reference They are not a part of this Agreement and shall have no effect on its construction or interpretation

147 Merger

This writing is intended both as the final expression of the Agreement between the parties hereto with respect to the included terms and as a complete and exclusive statement of the terms of the Agreement pursuant to Code of Civil Procedure Section 1856 No modification of this Agreement shall be effective unless and until such modification is evidenced by a writing signed by both parties

148 Survival of Terms

All express representations waivers indemnifications and limitations of liability included in this Agreement will survive its completion or termination for any reason

149 Time of Essence

Time is and shall be of the essence of this Agreement and every provision hereof

1410 Rebates Kickback or Other Unlawful Consideration

Consultant warrants that this contract was not obtained or secured through rebates kickbacks or other unlawful consideration either promised or paid to any County employee For breach or violation of this warranty County shall have the right in its discretion to terminate the contract

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 19 October 2017

without liability to pay only for the value of the work actually performed or to deduct from the contract price or otherwise recover the full amount of such rebate kickback or other unlawful consideration

1411 Funding Requirements

14111 It is mutually understood between the parties that this contract 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 contract were executed after that determination was made

14112 This contract is valid and enforceable only if sufficient funds are made available to County for the purpose of this contract In addition this contract is subject to any additional restrictions limitations conditions or any statute enacted by the Congress State Legislature or County Board of Supervisors that may affect the provisions terms or funding of this contract in any manner

14113 It is mutually agreed that if sufficient funds are not appropriated this contract may be amended to reflect any reduction in funds

14114 County has the option to void the contract under the 30-day termination clause pursuant to Article 4 or by mutual agreement to amend the contract to reflect any reduction of funds

1412 Evaluation of Consultant

Consultantrsquos performance will be evaluated by County A copy of the evaluation will be sent to Consultant for comments The evaluation together with the comments shall be retained as part of the contract record

1413 Claims Filed by Countyrsquos Construction Contractor

14131 If claims are filed by Countyrsquos construction contractor relating to work performed by Consultantrsquos personnel and additional information or assistance from Consultantrsquos personnel is required in order to evaluate or defend against such claims Consultant agrees to make its personnel available for consultation with Countyrsquos construction contract administration and legal staff and for testimony if necessary at depositions and at trial or arbitration proceedings

14132 Consultantrsquos personnel that County considers essential to assist in defending against construction contractor claims will be made available on reasonable notice from County Consultation or testimony will be reimbursed at the same rates including travel costs that are being paid for Consultantrsquos personnel services under this contract

14133 Services of Consultantrsquos personnel in connection with Countyrsquos construction contractor claims will be performed pursuant to a written contract amendment if necessary extending the termination date of this contract in order to resolve the construction claims

14134 Any subcontract in excess of $25000 entered into as a result of this contract shall contain

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 20 October 2017

all of the provisions of this Article

1414 National Labor Relations Board Certification

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

1415 Retention of Funds

14151 Any subcontract entered into as a result of this Contract shall contain all of the provisions of this section

14152 The County shall hold retainage from the prime consultant and shall make prompt and regular incremental acceptances of portions as determined by the County of the contract work and pay retainage to the prime consultant based on these acceptances The prime consultant or subconsultant shall return all monies withheld in retention from a subconsultant within thirty (30) days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency Federal law (49 CFR 2629) requires that any delay or postponement of payment over thirty (30) days may take place only for good cause and with the agencyrsquos prior written approval Any violation of this provision shall subject the violating prime consultant or subconsultant to the penalties sanctions and other remedies specified in Section 71085 of the Business and Professions Code These requirements shall not be construed to limit or impair any contractual administrative or judicial remedies otherwise available to the prime consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the prime Consultant deficient subconsultant performance or noncompliance by a subconsultant This provision applies to both DBE and non-DBE prime consultant and subconsultants

1416 Contingent Fee

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

1417 Inspection of Work

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

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 21 October 2017

1418 Safety

14181 Consultant shall comply with OSHA regulations applicable to Consultant regarding necessary safety equipment or procedures Consultant shall comply with safety instructions issued by County Safety Officer and other County representatives Consultant personnel shall wear hard hats and safety vests at all times while working on the construction project site

14182 Pursuant to the authority contained in Section 591 of the Vehicle Code County has determined that such areas are within the limits of the project and are open to public traffic Consultant shall comply with all of the requirements set forth in Divisions 11 12 13 14 and 15 of the Vehicle Code Consultant shall take all reasonably necessary precautions for safe operation of its vehicles and the protection of the traveling public from injury and damage from such vehicles

14183 Any subcontract entered into as a result of this contract shall contain all of the provisions of this Article

IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the Effective Date

SIGNATURES FOLLOW ON NEXT PAGE

THIS SPACE LEFT INTENTIONALLY BLANK

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 22 October 2017

CONSULTANT

By

Name

Title

Date

COUNTY COUNTY OF SONOMA

CERTIFICATES OF INSURANCE ON FILE AND APPROVED AS TO SUBSTANCE FOR COUNTY

By

Department Head

Date

APPROVED AS TO FORM FOR COUNTY

By

County Counsel

Date

By

or Purchasing Agent

Date

By

Chair Board of Supervisors

Date

ATTEST

Clerk of the Board of Supervisors

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 23 October 2017

Sonoma County Project No C14007

Bridge No 20C0326 EXHIBIT A Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

SCOPE OF WORK

The Franz Creek Bridge (Bridge No 20C-0326) located on Franz Valley School Road crosses

Franz Creek approximately 1500 feet east of the intersection with Franz Valley Road The nearest

population center is the City of Calistoga approximately 55 miles east of the bridge Franz Valley

Road is classified as a rural local road and has an ADT of 350 (2010) projected to increase to 420

by 2032 The road provides ruralagricultural access between State Route 128 and Franz Valley

Road The existing bridge a 32 foot long by 23 foot wide single span steel girder structure with an

unknown foundation type (BIR Item 113 = U) was determined by Caltrans to be scour critical and

structurally deficient with a sufficiency rating of 226 and as such the bridge has been approved for

replacement TRCrsquos goal will be to develop the simplest and most cost-effective structure that will

provide the County with a long life minimal maintenance and minimize impacts on local users

Within this Scope of Work TRCrsquos team is referred to as ldquothe consultantrdquo This is in reference to

the entire consultant team consisting of

Firm Areas of Expertise TRC Engineering Inc (Prime Consultant)

Civil and structural Design

Environmental Engineering

Shannon and Wilson Inc Shannon and Wilson ndash Geotechnical Engineering

WRECO Hydraulic amp Water Resources Engineering

Cinquini amp Passarino Inc Surveying amp Right-of-Way

Anchor QEA Noise

Tom Origer amp Associates Cultural Resources

National Analytical Laboratories Inc Certified Asbestos Consultant

TRC as the prime consultant will be responsible to the County for seeing that the tasks listed

herein are completed by the appropriate team members

Task 1 Project Management

11 Project Kickoff

The consultant will meet with the County at a pre-design kickoff meeting to review the

scope of work project requirements and design criteria obtain additional material and

information and discuss the Countys scheduling and review process While meeting with

the County we shall conduct a visual on-site field investigation to identify existing

conditions and confirm initial design assumptions

The consultant understands that the field review has already been held and the field review

forms including a PES form have been signed by Caltrans The consultant will familiarize

ourselves with those forms and follow the findings therein to develop the design

Franz Creek Bridge Scope 1 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

12 ProjectStaff Management

The consultant shall be responsible for project management activities throughout the life of

the contract The scope of project management includes

bull Managing the project schedule and budget

bull Setting up and facilitating client meetings

bull Interagency meetings public meetings

bull Field reviews

bull Other project related meetings

bull Managing sub-consultant staff

13 Meetings

The consultant shall prepare meeting agendas meeting notes identify action items and how

they are accounted for and sign in sheets for all meetings and manage the consultant team

involved in the project (ldquoproject teamrdquo) Managing the project team includes preparing

contract paperwork memos letters and e-mails making phone calls and maintaining

project files

Meetings will include at a minimum a project kick off meeting a meeting after the 35

65 and the 95 submittal to discuss comments with the County Two (2) meetings are

assumed in the Preliminary phase of the project and four (4) meetings are assumed in the

Final Design PSampE phase of the project These meetings will be held at the County office

Outside of the in-person meetings conference calls will be held with the County to discuss

progress throughout the project (10 total)

14 Work Progress Form

On a monthly basis the consultant shall submit a Work Progress Form provided by the

County This summarizes accomplishments in the previous month anticipated work for the

next month and key decisions that need to be made to keep the project on schedule Invoices

shall show the original budget any reallocated budgets amount spent to-date amount spent

this period budget remaining and percentage spent to date for each task

Task 2 - Preliminary Engineering

This task will consist of investigatory studies preliminary design and other work necessary to

bring the project to 35 design and to provide a final Type Selection Report

Task 2A- Alignment Engineering

2A1 Assess Available Information

The consultant shall assess available information on the project Such information may

include existing drawings studies and reports or preliminary engineering performed by

others The County will provide any such information in their possession

2A2 Alignment Alternatives Analysis

The Consultant shall recommend the alignment of the new bridge and the extent of the

roadway approaches in close collaboration with the County The assumed roadway width is

31rsquo which includes 2- 10rsquo lanes a 3rsquo outside shoulder and an 8rsquo inside shoulder around

Franz Creek Bridge Scope 2 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

the curve approaching the bridge structure

The consultant shall analyze two alignment alternatives and propose the most feasible

alternative based on the site constraints public input AASHTO and Caltrans geometric

standards and drainage patterns (so that the adjacent properties are not adversely impacted

by the new improvements) The 45 mph alternative and the Stage Construction alternative

on the same alignment will not be analyzed in detail but should be mentioned in the

alternative analysis memo as to why they were rejected Alignment alternatives to be

analyzed shall provide a 30 mph design speed with a 4 maximum superelevation (or the

maximum superelevation allowed per the CT HDM safe comfortable speed chart) located

upstream of the existing bridge Even though the 30mph meets the minimum design speed

for the roadway the second alternative shall provide a 25 mph design speed with similar

superelevation criteria as noted above The alternative alignments are shown in Exhibit 1

located in Attachment B The consultant will examine the two alignment alternatives with

the goal to optimize material balance bridge length right-of-way acquisitions and sight

distance Typical sections layout profile and superelevation diagrams will be created for

each alternative Engineering cost estimates will be developed in a Caltrans 7-page

estimate format for the two alignment alternatives being studied It is understood that the

existing structure will remain in place to carry traffic during construction A preferred

alignment will be submitted for County review and approval The results of the

alternatives analysis will be summarized in an Alignment Alternatives Analysis memo

Task 2A Deliverables

bull Preliminary Alignment Alternatives (two alternatives)

bull Construction cost estimates (7-page Caltrans format) for each alternative

bull Alignment Alternatives Analysis memo

Task 2A County Decision Point

bull Approve Preliminary Alignment

Task 2B- Preliminary Structure Engineering and 35 Design

2B1 Bridge Type Selection Report Preparation (DraftFinal)

The consultant shall work closely with County staff to develop the appropriate bridge

replacement design Key issues to consider include (in no particular order)

bull New bridge alignment vs existing bridge alignment

bull Project detour

bull Public input

bull Flood water elevations

bull Site geology and seismicity

bull Environmental issues

bull Maintenance of traffic

bull Available ROW

bull Construction access

bull Unique project design criteria

bull Noise impacts (concerns about the neighbors so close and bioacoustics)

Franz Creek Bridge Scope 3 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Overall cost

bull Constructability

Two structure types will be considered

Cast in Place Prestressed concrete slab

Precast prestressed concrete slab units

Consultant shall prepare a Type Selection Report that will document the structure

types and configurations considered with estimated costs and recommendations for the

final structure type The Type Selection Report shall be prepared for approval by the

County and Caltrans Local Assistance following the guidelines established in the Caltrans

Memo to Designers The proposed replacement bridge shall be presented on general plan

drawings and documented in a report The Type Selection Report will appear in the same

format used by Caltrans Engineering Services Division These documents will be

submitted to the County and the County will submit to Caltrans for review and approval

before beginning final design

2B2 Prepare 35 Design Plans

Upon receipt of comments on the Type Selection Report the consultant will incorporate

them into the preferred alternative This structure configuration will then be developed and

a Bridge General Plan drafted and submitted to the County for approval

With approval of the General Plan and the Countys preferred alignment alternative the

consultant will develop the remaining 35 design plans as shown on the Plan List as listed

in Attachment A and described in Task 8

2B3 General Plan Cost Estimate

The consultant will prepare the necessary General Plan Cost Estimate for the bridge The

General Plan Estimate will be prepared in accordance with Caltrans Bridge Design Aids

Manual Chapter 11 The General Plan Estimates will appear in the same format used by

Caltrans Division of Structures The Caltrans 7-page preliminary estimate will be

generated for the other civil portions of the project in order to generate the total

construction cost estimate

Task 2B Deliverables

bull Preliminary (35) design drawings and reports

bull Bridge Type Selection Report (DraftFinal)

bull Construction Cost Estimates

bull AutoCAD dwg files of preliminary design drawings

Task 2B County Decision Point

bull Select Bridge Type

bull Provide 35 PSampE Review Comments

Task 2C - Utility Coordination

Consultant shall lead the utility coordination efforts Tasks include

bull Obtaining a County provided list of current utility contacts

bull Creating and mailing Utility Letters on the Countyrsquos letterhead

Franz Creek Bridge Scope 4 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Mapping existing utilities

bull Identifying potential conflicts

bull Working with utility companies during their design of relocations

bull Identifying possible easements

bull It is assumed that relocation costs for the various utility facilities will be borne by the utility

companies

Unless specifically stated herein it is assumed that all new or relocated facilities will be designed

and constructed by the owners of the utilities Attention is directed to Attachment A for the

anticipated plan sheets to be completed in this task

2C1 ndash Utility Letters

The consultant will prepare signature ready Utility A letters and submit copies hard copy and on

computer disk to the County Project Manager for transmittal to utility owners within the project

limits on County letterhead Response information received from each owner will be provided

back to the consultant When design is approximately 65 complete the consultant will prepare

Utility B letters and submit copies hard copy and on computer disk to the County Project Manager

for transmittal to recipients on County letterhead At the Utility B letter stage any potential

conflicts will be noted specifically in each B letter in order to begin discussions with the utility

companies for relocation efforts Utilities in conflict will be identified and utility companies will

be asked to prepare relocation plans Consultant will prepare Utility Plans designating the facilities

that are located within the project corridor along with their new locations Refer to Task 2C3 for

the creation of the Utility Relocation Plans

County will forward to the consultant a copy of utility B letters sent and of all correspondence

received For utilities owned or maintained by County the County project manager will forward

the Utility B letters to the appropriate County staff member and send a copy of the transmittal to

the consultant The consultant will then correspond directly with the identified County staff

member Utility C letters will be prepared by the consultant and likewise sent to the County for

distribution upon submittal of the 95 PSampE The C letters shall note the construction start date

and final coordination for relocation of the utilities shall commence

2C2 ndash Utility Company Coordination

Ongoing coordination with utility agencies for relocation of the facilities will be required so that

the facilities are relocated prior to construction If the utilities will be relocated during

construction the Special Provisions will be written to alert the contractor of the potential Utility

work and coordination

2C3 ndash Develop Utility Relocation Plans

Utility Relocation Plans will be prepared Based on information received from the A letter

responses the consultant will prepare base mapping of the existing utilities and will show these

Franz Creek Bridge Scope 5 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

utilities on the plan sheets As the design progresses all utilities that are in conflict with the

proposed construction will be clearly delineated and the responsible party to relocate the facility

will be clearly denoted on the plans

2C4 ndash Utility Relocation Cost Estimates

Consultant will work with the Utility agencies to receive their estimate of the cost of utility

relocation construction required for the Project The utility estimates will include estimates for new

utility easements if required

Task 2C Deliverables

bull Utility A B and C Letters

bull Conflict Resolution Plans

bull Coordination of utility relocations required for construction with the affected utility companies

Task 3 ndash SurveyingMappingROW Engineering

The Survey consultant shall be responsible for data collection mapping and surveying necessary

for preliminary engineering design cost estimates right-of-way impacts and the level of

environmental clearance All surveying and mapping shall comply with the provisions of the

Professional Land Surveyors Act Sections 8700 to 8805 Business and Professions Code the

provisions of the California Coordinate System Sections 8801 through 8819 of the Public

Resources Code and any other applicable code in the State of California The scope of

comprehensive base mapping and surveying includes but is not limited to Control Surveys Aerial

Photogrammetry Limited Design Level Topographic Surveys Right-of-Way Retracement and a

Record of Survey

The goals of this task are to establish project controls acquire site topography data for bridge and

road design and develop stream cross section data necessary for hydraulic analysis including an

ordinary water mark Also to resolve existing Right of Way (ROW) and determine additional ROW

needs for the following

bull Stormwater treatment

bull Staging areas and storage for excess materials generated by construction of the bridge

bull Prepare legal descriptions

bull Plats and closure calculations for permanent acquisitions and temporary construction

easements

Control

Survey vertical control shall be NAVD 88 Survey horizontal control shall be California

Coordinate System of 1983 Zone 2 Epoch 20100 Where more than one datum is required by

multiple agencies the Survey consultant shall prepare the necessary conversion tables to enable the

transformation from one datum to another

Terrain and vegetation will make getting a good GPS signal difficult The Survey consultant will

use static base stations to establish California Coordinate System and NAVD 88 elevations based

on ties to nearby CORS stations

Franz Creek Bridge Scope 6 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

31 - Topographic Survey

The topographic survey will be at a drawing scale of 1 inch = 20 feet with a one foot

contour interval The topographic survey will include the following existing road facilities

and will extend a minimum of 20 feet beyond the edge of pavement

Topographic survey coverage area shall include at minimum Franz Valley School Road

from 400 feet north of the bridge to 600 feet south of the existing bridge (as measured

along the centerline of the road)

Mapping shall include the proposed bridge alignment by surveying approximately 200

feet (as measured along the creek) upstream of the existing bridge and 100 feet

downstream measured from the edges of the existing bridge

Topographic survey shall include all necessary work to produce a topographic map and an

electronic surface model compatible with Civil3D including features such as but not

limited to pavement utility markings on the pavement all utility facilities driveways trees

four (4) inches and larger diameter at breast height headwalls bridge retaining wall or

decorative walls vineyard rows structures drainage facilities pavement delineation and any

other pertinent information that could apply to the project during design

32 - Right of Way (ROW)

The consultant shall perform the following ROW survey tasks

321 ndash Boundary Surveys

bull Perform boundary research to locate the existing ROW data

bull Perform boundary surveys to search for locate and tie existing monumentation

bull Perform a resolution of the existing road ROW

bull Determine additional ROW needs

bull Prepare an acquisition map

bull Complete a Record of Survey showing the existing ROW and the project

centerline(s) The Record of Survey shall show at least two permanent monuments

that will survive the construction of the project

33 ndash Title Reports

This proposal assumes the consultant will procure between 2 and 4 title reports

34 ndash Legal Descriptions

After the 65 submittal the Consultant will establish the Right of Way boundaries and will

submit the boundaries for permanent right of way acquisition and temporary construction

easements to the County

The Consultant will prepare approximately 2 to 4 legal descriptions for permanent ROW

acquisition and 2 to 4 legal descriptions for temporary construction easement acquisition

Consultant shall prepare ROW Data sheets per the guidelines in the Caltrans Right of Way

Manual

35 ndash Creek Cross Sections for Hydraulic Analysis

This will include surveying creek cross sections Creek cross sections shall be taken at the

upstream and downstream faces of the existing bridge and the proposed location of the new

Franz Creek Bridge Scope 7 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bridge Sections will also be taken at 200 foot intervals downstream of the existing

bridge up to 800 feet from the bridge and upstream at 100 foot intervals for 300 feet A

cross section will also be taken below and just above the stream confluence 200 feet

upstream of the proposed bridge

36ndash Survey Control Sheet

The consultant will prepare a Survey Control Sheet to be included in the Plans that

conforms to the standards of Sonoma County This sheet will include the survey

monuments and controls for the project

Task 3 Deliverables

bull Topographic survey map and electronic surface model compatible with Civil3D

bull Acquisition map

bull Record of Survey

bull Legal descriptions plats and closure calculations for ROW acquisition

bull AutoCAD dwg file of the topographic survey containing the survey points a n d stream

cross section survey Map (1rdquo = 30rsquo)

bull Survey Control Sheet

Task 4 - Geotechnical Engineering

Shannon amp Wilson shall prepare a geotechnical report for the site as required for the completion of

design construction documents and permit applications The geotechnical report shall include an

evaluation of the effects of any slope erosion or periodic land movements during extreme storm and

seismic events hydrological and soils data tied to the channel scour scour analysis and seismic

parameters and recommendations for the bridge foundation design

Shannon amp Wilsonrsquos subsurface exploration shall include drilling test borings at key locations

obtaining soil and rock samples for observation and laboratory testing and measuring the depth to

and variation in embankment groundwater levels The coordination of boring locations must be

discussed with the County prior to beginning boring

In general this task shall include the following

41 - Preliminary Foundation Memo (PFM)

As part of preliminary engineering phase for bridge-type selection Shannon amp Wilson will

prepare a preliminary foundation memo (PFM) This memo will be based on such

subsurface data that is available preliminary planning studies Caltrans bridge inspection

records published geologic mapping aerial photographs and survey and topographic data

Shannon amp Wilson will use a Caltrans ARS online default shear wave velocity and assume

a Class D soil type when the preliminary ARS curve is developed

The PFM will include the following

Project location and vicinity map

Summary of site geology and subsurface conditions based on review of available

record documents published geologic data and geologic reconnaissance

Seismic data and evaluation using current Caltrans seismic design criteria including

design ARS curve using Caltrans ARS Online tool

Franz Creek Bridge Scope 8 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Approach roadway considerations

Preliminary foundation alternatives eg CIDH piling driven piles spread footing

foundations etc

Preliminary foundation recommendations with conditions and constraints on likely

foundation types and

Preliminary construction considerations

Task 41 Deliverables

Final PFM ndash 1 hard copy 1 electronic copy

42 - Planning amp Permitting

Shannon amp Wilson will obtain a Sonoma County Encroachment Permit and Sonoma

County Permit and Resource Management Department (PRMD) drilling permit Shannon amp

Wilson assumes that the County will waive any encroachment permit fees and bond

requirements Shannon amp Wilson will pay for the fees associated with obtaining the

PRMD drilling permit The exploration locations are within at most three parcels for

permitting purposes Prior to commencement of subsurface explorations Shannon amp

Wilson will notify Underground Service Alert for underground utility locations

The County will obtain rights of entry to private residences and provide copies of the rights-

of-entry documents to Shannon amp Wilson

Assumptions include

bull Apply for and obtain Sonoma County Permit and Resource Management

Department (PRMD) drilling permit

bull Apply for and obtain a Sonoma County encroachment permit (we expect the permit

not to require fees or bonds)

bull Schedule field exploration

bull Field stake boring locations coordinate utility clearance with Underground Service

Alert

43 - Traffic Control

As part of the encroachment permit process Shannon amp Wilson will prepare a traffic control

plan to be approved by the County for traffic control Flagmen and portable orange traffic

warning signs and cones shall be used to control traffic whenever drilling operations

present a potential obstruction to traffic We expect traffic control is required based on the

roadway geometry limited sight distance and anticipated field exploration locations A

subconsultant managed under the Consultants (geotechnical) contract will provide traffic

control during drilling

44 - Geologic Reconnaissance and Field Exploration

bull Research published documents including geologic maps of the site and vicinity

bull Perform an engineering geologic reconnaissance of the channel and areas

surrounding the existing and proposed bridge alignments

Shannon amp Wilsonrsquos reconnaissance will be directed toward identifying and mapping

bedrock types bedding orientation fracturing faulting and other bedrock characteristics

as appropriate Work will include

Franz Creek Bridge Scope 9 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Geotechnical Investigations

bull Attend a kick off meeting among representatives of the County and consultant

(may be available by phone)

bull Shannon amp Wilson shall perform borings to collect subsurface information required

for foundation design This shall include locating borings at the project site marking

out field test locations with paint or other acceptable means for Underground

Service Alert notification and for utility location logging earth materials

groundwater depth and the depth of refusal or solid rock if either are encountered

Each boring site shall be located using a measuring tape and transit level

For the bridge foundation design study we will include a maximum of two borings to 80

foot depth for bridge foundation supports We assume exploration is for one proposed

roadway alignment that includes a single-span bridge founded on Caltrans Standard driven

pile or CIDH piles at the abutments Shannon amp Wilson expects to drill the borings during

dry field conditions with a truck-mounted drill rig using auger andor mud-rotary drilling

methods through soil and then diamond-bit core drilling where we encounter boulders

andor rock We will collect subgrade soil samples from auger cuttings at the abutment

borings We will recover soil samples at 3-5 foot (typical) intervals using Standard

Penetration Test equipment and other split-spoon samplers as necessary

A representative from Shannon amp Wilson will log the soil rock and groundwater

encountered in the borings Shannon amp Wilson will backfill the borings in accordance with

County permit requirements Shannon amp Wilson expects that drill cuttings removal is

required and cuttings cannot be spread on site and will include disposal costs in the fee

estimate for this work

Shannon amp Wilson will attempt to drill along existing roadway shoulders at the proposed

west abutment but may partially encroach into the travelled way For the east abutment

rights of entry to the private property on the east side of the creek (to be obtained by the

County) are needed in order to perform a boring at the proposed abutment locations If right

of entry is not approved then a boring would be completed in the roadway on the east side

of the creek that may result in being 100 feet away from the proposed abutment location

45 - Laboratory Testing

Selected soil and rock samples obtained from the consultantrsquos borings will be subjected to

laboratory testing at a certified geotechnical laboratory to assess their pertinent

geotechnical engineering characteristics Tests to be performed include moisture contentdry

density classification strength corrosivity R-value (for pavement design) any other tests

recommended as appropriate by the Geotechnical Engineer We will perform two R-value

tests to evaluate subgrade materials for new pavement section recommendations Laboratory

tests will be in accordance with ASTM andor Caltrans Standards Shannon amp Wilson will

use point load index testing if rock cores are recovered If sound hard rock core pieces of

sufficient length are recovered we will perform compressive strength tests if practical In

addition consultant shall also be responsible for providing the following basic soil

characteristics and bearing capacity The environmental consultant (TRC) shall also be

responsible for testing hazardous materials when pertinent

A quantity estimate of laboratory tests required is as follows

Franz Creek Bridge Scope 10 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull 17 - Moisture Content - Unit Dry Weight (ASTM-D2216 ndash ASTM-D4767)

bull 5 - Sieve Analysis (ASTM-D6913)

bull 5 - Plasticity Index (ASTM-D4318)

bull 1 - Resistance Value (CTM-301)

bull 5 - Point Load Index (ASTM-D5731)

bull 2 - Unconfined Compression Rock (ASTM D7012)

Samples will be collected using Standard Penetration Test equipment or other split-spoon

samplers using a calibrated automatic drop hammer

46 - Engineering and Geologic Analyses

Shannon amp Wilson shall characterize the creek channel and surrounding terrain within the

vicinity of the proposed and existing bridge alignments in terms of regional and local

geological and seismic conditions including geologic hazards (primarily creek bank

stability and channel scour) Shannon amp Wilson shall analyze the field and laboratory data

and conduct engineering and geologic analyses to provide conclusions and

recommendations regarding the bridge foundation design criteria Shannon amp Wilson will

also identify foundation alternatives based on their experience with similar projects and the

results of the investigation The field geology and boring log data-will be presented on a

geologic map and subsurface profile sheet The geologic subsurface profile will be along

the proposed bridge alignment Laboratory test data will be presented on the boring logs

alongside the samples tested

Shannon amp Wilson will determine the appropriate seismic design parameters and prepare an

ARS design curve using Caltrans ARS online and perform pile analysis for the pile design

using AASHTO LRFD Bridge Design Specifications with Caltrans amendments as

appropriate

The consultant will develop geotechnical criteria for design including the following

Axial pile and bearing capacity

Lateral pile capacity

Foundation design criteria for potential foundation type including drivability and

axial analyses (as appropriate) for Cast-in-Drilled-Hole (CIDH) Cast-in-Steel-Shell

(CISS) or driven pile design

Liquefaction

Settlement

Slope Stability

Site seismicity including deterministicprobabilistic procedures consistent with

current Caltrans Seismic Design Criteria to determine the site ARS

Lateral earth pressures and coefficient of friction to resist sliding

Soil corrosivity

Scour analysis and bank stability analysis

New flexible pavement design

Site preparation and grading including excavation characteristics suitability of

excavated soils within the roadway for re-use as fill and the treatment of existing

fill as appropriate

Lpile parameters for the structural engineers lateral pile analysis

Franz Creek Bridge Scope 11 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The County recommends avoiding pile driving given the year round water at this

site Additionally addressing bioacoustic effects on fish are expected to be avoided

unless that is the only foundation design given site constraints (See Supplemental

Service 69)

Anticipated geotechnical construction considerations if applicable

47 ndash Prepare Draft Geotechnical Report

The consultant shall summarize the results of the investigation testing and analysis in a

draft report The draft report shall include recommendations for foundation type elevation

and allowable loading of proposed foundation elements discuss groundwater and other

subsurface conditions encountered affecting foundation design construction and service

and include a Log of Test Boring drawing suitable for inclusion with the project plans

Seismic criteria for use in structure design will also be reported (peak ground acceleration soil profile

type ARS curve etc) in accordance with Caltrans practice including an evaluation of the potential

geohazards such as seismically induced liquefaction settlement and ground instability The

Foundation Report will include geotechnical design criteria for the approach roadway sections

The Draft Foundation Report will include

bull Summary of geotechnical services

bull Vicinity map

bull Site plan

bull Site description

bull Project description

bull Field exploration descriptions

bull Laboratory testing results

bull Site geology and subsurface conditions

bull Seismic data and evaluation

bull Scour considerations (based on Hydraulics Report prepared by others)

bull Corrosion evaluation

bull Foundation recommendations

bull Approach roadway subgrade and new pavement section recommendations

bull Construction considerations

bull Caltrans ARS curve

bull Log of Test Borings (LOTB) drawing and

The draft report shall be submitted for the 65 PSampE

48 ndash Prepare Final Geotechnical Report

After the County has commented on the draft report and all outstanding questions answered

the Foundation Report shall be finalized

Task 4 Deliverables

bull Preliminary Foundation Memo

bull Draft Foundation Report

bull Final Foundation Report

bull Site-specific ARS Curves

bull Log of Test Borings for PSampE

Franz Creek Bridge Scope 12 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Geotechnical Assumptions

bull The exploration program indicated is for bridge foundation design and additional exploration may be required to adequately define construction conditions

bull The project does not require a Site Specific Seismic Hazard Analysis that includes time-

history analysis

bull ARS Curves will be developed using Caltrans ARS online and the USGS Seismic Hazard

Website for Deaggregation of seismic hazards

bull The County will provide all necessary rights-of-entry

bull Topographic surveys will be provided by others with maximum 1-ft contour interval for the

project site

bull Shannon amp Wilson will prepare a traffic control plan and submit an encroachment permit

bull Hazardous materials assessment and evaluation is not included in our scope of services

Task 5 Hydrology and Hydraulics

The consultant shall complete the Design Hydrology and Hydraulics Report Location Hydraulic

Study Floodplain Evaluation Report Summary Floodplain Encroachment Report as needed and

to establish the 100-year flood level at the bridge

51 - Data Collection and Site Review

WRECO will review available data including previous studies provided by the County

Sonoma County Water Agency (SCWA) and the Project Team Key information to review

will be the available hydrologic and hydraulic data for Franz Creek topographic survey

available cross-sections County and Caltrans Bridge Inspection Reports as-built data

published geological and seismological studies and maintenance records for the Project

site WRECO will also conduct a field reconnaissance to assess the existing conditions in

the vicinity of the Project site

52 - Hydraulics Analyses

The consultant will develop hydraulic analysis models to incorporate information obtained

from its assessment of available information and the creek cross section data from the

topographic survey

The consultant shall evaluate the 50 year and 100 year drainage flows and overtopping

event for existing and proposed conditions of the new bridge and approach roadways

Modeling shall include the 50- and 100-year recurrence events Flow results shall be used

for the existing bridge geometry and calibrated against published data gauge data field

observations of high water marks and any available anecdotal data

The hydraulic model of choice will be the US Army Corps of Engineersrsquo HEC-RAS

model WRECO will coordinate with the Project Team to obtain the survey data of river

channel topography and bathymetry

53 - Documentation

The consultant shall prepare studies and reports that document their findings The reports

will describe methodology used summarize model output include creek cross sections in

plan and profile view and will delineate the 100-year water level for existing and proposed

conditions through the project reach as well as scour analysis

Franz Creek Bridge Scope 13 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The reports shall be prepared in accordance with the format and guidelines presented in the

ldquoChecklist for Drainage Studies and Reportsrdquo Local Assistance Procedures Manual

(LAPM) Exhibit 11-E The draft report shall be submitted for the 35 PSampE After the

County has commented on the draft report and all outstanding questions answered the report

shall be finalized

54 Scour Analysis

WRECO will perform a bridge scour analysis to determine the scour potential per the

methodology specified in the Federal Highway Administrationrsquos (FHWA) HEC-18 HEC-

20 and HEC-23 manuals WRECO will make recommendations on the need for scour

countermeasures for the proposed bridge per the HEC-23 and California Bank and Shore

Protection Manual

55 - Design Hydrology and Hydraulics Reports and Studies

Task 551 Design Hydrology and Hydraulics Study

WRECO will prepare a Design Hydraulics Study (DHS) which will summarize the results

from the hydraulic and bridge scour analyses and recommendations for bridge scour

countermeasures The report will also include all of the detailed hydraulic model output

Task 552 Location Hydraulic Study

Based on WRECOrsquos preliminary qualitative hydrologic hydraulic and geomorphic

assessments no floodplain encroachments or impacts are anticipated as a result of the

Project Therefore WRECO will prepare a Floodplain Evaluation Report Technical

Memorandum including the Technical Information for a Location Hydraulic Study and the

Floodplain Evaluation Report Summary form to document the investigation and summarize

the results

56 - Dry Weather Flow and Bypass

WRECO will determine the magnitude of the dry weather flow volume during the

construction period and will work with the Project Team to develop the design concept for

the flow bypass system during construction

Task 5 Deliverables

bull Design Hydraulics Study

o Draft Design Hydrology and Hydraulics Study (PDF and 2 hard copies)

o Final Design Hydrology and Hydraulics Study (PDF and 5 hard copies)

bull Location Hydraulic Study

o Draft Location Hydraulic Study (PDF and 2 hard copies)

o Final Location Hydraulic Study (PDF and 5 hard copies)

bull Scour Analysis

Franz Creek Bridge Scope 14 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 6 Environmental

The County has in-house environmental specialists from PRMD who will lead the environmental

clearance effort (CEQANEPA and environmental permits) including setting up and facilitating

interagency meetings The consultant shall work closely with PRMD s t a f f to support their

work in obtaining environmental clearance and identifing environmental constraints and

opportunities to minimize costs and time delays This will include providing engineering

information and documentation in a timely manner

Listed below is an outline of the anticipated environmental studies to be prepared by the consultant

necessary to satisfy portions of the environmental documents (NEPACEQA) including three

additional subtasks 64 65 and 66 that were included in the Caltrans District 4 correspondence to

Sonoma County (letter dated January 15 2016)

Task 601 Project Management

Consultantrsquos Environmental Project Manager will be responsible for a variety of general

project management tasks throughout the process of coordinating preparation of technical

studies preparing the environmental documentation and coordinating with the County and

Caltrans Local Assistance staff This also includes coordinating the day-to-day

environmental activities with the Consultant Project Manager and design team and

monitoring the scope budget and scheduling of the environmental aspects of the project

Task 602 Meetings

Consultantrsquos Environmental staff will attend the kick-off meeting and up to four (4) Project

Development Team (PDT) meetings via conference call and (1) agency meeting

Task 603 Environmental Engineering Support

The consultant shall provide preliminary engineering services or site assessments needed

for the following tasks

6031 - Assist the County with preparation of the bridge project NEPACEQA documents

The Consultant shall assist in the preparation of the Area of Potential EffectsImpact Map

(APEI) and Biological Study Area (BSA) Maps of the enveloped alternatives for use in the

environmental studies Consultant will provide a base map to the Consultant (Tom Origer

amp Associates) that will finalize the (APEI) Maps and then will submit the APEI Maps for

County review The County will markup the base map and then the Consultant will prepare

the final maps based on those markups The County will submit to Caltrans for approval

The Consultant shall assist in preparation of the project description and determining NEPA

and CEQA boundaries

6032 - Identify issues that must be addressed in the design

Consultant shall assist during the preparation of the environmental documentation for

supporting documents and calculations as the studies require

6033 ndash Prepare Equipment Staging Technical Memo

The consultant will prepare an Equipment Staging Technical Memorandum The memo

Franz Creek Bridge Scope 15 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

will describe the proposed staging areas to be utilized during the construction of the Project

identify potential impacts to the surrounding environment traffic patterns and nearby

residents and describe how these potential impacts will be minimized

It is assumed that the County will assist the Consultant by providing the necessary traffic

data (existing and proposed ADT) to supplement the information required in the Land

Use memo

6034 ndash Prepare Right-of-Way Technical Memo

The consultant will prepare a Right-of-Way Technical Memorandum This memo will

describe the Right-of-Way needs of the project which parcels will be impacted what is on

the parcels the land use detail rights of entry and describe how the project will impact the

existing land use

NEPA STUDIES 61 - Initial Site Assessment (ISA)

The Consultant shall prepare an ISA that will attempt to identify potential or known

hazardous materials hazardous waste and contamination in the project area as well as those

responsible The ISA will also include a preliminary screening level study of roadway

striping paint and existing bridge construction materials A certified asbestos consultant

will also review the site and take samples of potential existing asbestos containing building

materials (including bridge concrete samples) as necessary The existing bridge and

alignment alternatives will be evaluated and reported on in the Initial Site Assessment (ISA)

report The certified asbestos consultant report will be appended to the ISA This report will

follow American Society for Testing and Materials (ASTM) Standard E1527-05

A Phase I Initial Site Assessment (ISA) will be prepared The ISA will be prepared in

accordance with the scope and limitations of the American Society of Testing and Materials

Practice E 1527-13 Standard Practice for Environmental Site Assessments Phase I

Environmental Site Assessment Process (ASTM E 1527-13)

62 - Visual Impact Assessment (VIA)

The consultant shall prepare a Moderate Level VIA and is required to follow the Guidelines

for the Visual Impact Assessment of Highway Projects (FHWA-HEP-15-029) written by

the Federal Highway Administration

The PES indicates that a Visual Resources Technical Memorandum should be prepared to

address visual issues and that a VIA may not be required The analysis will be supported by

a set of realistic computer-generated visual simulations to illustrate existing and post-project

visual conditions as seen from key public viewpoints Four visual simulations will be

prepared Visual simulations showing one existing (before) view and one simulation (after)

image from each of two viewpoints is included The simulations will be produced using

high resolution digital photographs and advanced computer modelingrendering techniques

The visual simulations will be based on engineering design data including digital (CAD)

plan and elevation drawings The visual impact assessment will be based on review of

ground level and aerial photographs topographicGIS data pertinent public policies

regarding visual quality project engineering drawings and other descriptive project data

63 - Cultural Resources

Franz Creek Bridge Scope 16 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The consultant (Tom Origer amp Associates) shall prepare the Section 106 of the Historic

Preservation Act reports APE map Historical Property Survey Report (HPSR) Historical

Resources Evaluation Report (HRER) to include a re- evaluation of the bridge for eligibility

for the National Register of Historic Places and an Archeological Survey Report (ASR)

The consultant will also complete a California Department of Parks and Recreation

Form 523 (DPR Form 523) for the existing bridge evaluating the bridges potential for

eligibility on the California Register of Historic Resources

Prior to beginning the Cultural Resources Studies the Consultant (Tom Origer amp

Associates) will create the APE map The APE map will be reviewed and approved by the

County and Caltrans prior to beginning any of the Cultural Resources Studies The County

will submit the APE Map and Project Description to Caltrans for Review and Approval

Based on the list of studies required for the Franz Creek Bridge Replacement project the

following scope of work complies with Section 106 of the National Historic Preservation

Act and the California Environmental Quality Act Based on information contained in the

Caltrans memorandum dated January 26 2016 the following scope of work is proposed

631 ndash Historic Resources Evaluation Report (HRER)

An HRER will be prepared that evaluates elements of the built environment that are within

the APE and are older than 50 years Buildings and structures older than 50 years will be

evaluated for eligibility for the National Register of Historic Places and the California

Register of Historic Resources

To evaluate resources an historic context(s) will be developed that will identify themes

events and people that were important to the area and its development The historic context

will draw upon historical documents existing histories and reports and interviews with

knowledgeable individuals The Consultant (Tom Origer amp Associates) will also consult

with local historical societies and other interested parties The results of these evaluations

will be presented in the HRER along with the appropriate resource documentation (DPR

523 forms)

632 ndash Archaeological Survey Report (ASR)

The archaeological APE will be surveyed in its entirety including areas of direct effect

staging areas and the locations of any temporary easements As part of this task the Native

American Heritage Commission and local Native American groups will be consulted

regarding the project Upon completion of the survey a technical report (ASR) will be

prepared that presents the results of the archaeological survey Resource documentation

(DPR 523 forms) will be completed if archaeological sites are identified No formal

evaluation of archaeological sites is included in this scope

633 ndash Historic Properties Survey Report (HPSR)

The Consultant (Tom Origer amp Associates) will prepare a new HPSR that will include the

results of all studies completed for this project and will discuss potential project effects on

historic properties found within the APE

64 - Natural Environment Study and Biological Assessment (By County) The County shall prepare an NES and BA (if needed) per the Caltrans guidance in the

Franz Creek Bridge Scope 17 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Standard Environmental Reference

As part of the NES and based on the potential for federally listed species to occur within

the project area the County will prepare an EFH in accordance with the most recent

Caltrans guidance to evaluate project effects to federally listed species and critical habitat

as well as identify appropriate avoidance and minimization measures If it is determined that

the project may adversely affect federally listed species Caltrans will use the EFH to

facilitate Section 7 consultation with the National Marine Fisheries Service (NMFS)

It is also assumed that the County will conduct a tree survey for the trees that are to be

removed The Consultant will submit a tree removal plan which is included in the

removal sheets of the Plans but the County will determine the species of the tree

designated for removal

65 ndash Farmlands (By County)

The County will prepare a Farmlands Technical Memorandum and if needed the AD 1006

form will be prepared and submitted

66 - Prepackaged Agency Permits (By County) During the preparation of the 65 PSampE the County will prepare the following permit packages to the respective regulatory agencies Refer to Task 87 for a description of the engineering support task for the permit process

bull CDFW 1602 Streambed Alteration Agreement requires an approved CEQA

document

bull USACE Section 404 Requires a USFWS approved Biological Opinion

bull CRWQCB Section 401 Water Quality Certification requires approval before

applying for other permits

CEQA Studies 67 - Noise

A noise study shall be prepared that addresses potential noise impacts of the proposed project It is

anticipated that road noise and construction noise will be evaluated Drilling is the preferred

method of construction The noise standards as provided in the Noise Element of the Sonoma

County General Plan 2020 shall be used to guide the analysis Given the anticipated construction

methods a bioacoustics analysis is not likely to be required and is therefore excluded from this

task but is included as a supplemental service Task 69 herein

68 - Water Quality Assessment Report (WQAR)

The consultant will assist and provide PRMD with storm flows and drainage pattern information

(existing and proposed) for inclusion in the WQAR The consultant shall prepare a WQAR per the

Caltrans guidance in the Standard Environmental Reference

WRECO will provide the existing physical and regulatory environment information for the water

quality and identify the design criteria applicable to the Project to comply with the County standards

post-construction BMPs requirements and other water quality requirements WRECO will also

review the applicable water quality regulatory requirements for the Project site

Franz Creek Bridge Scope 18 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 6 Deliverables

bull APE Map

bull Project Description

bull Equipment Staging Technical Memo

bull Right of Way Technical Memo

bull Phase I ISA

bull VIA Memo

bull Cultural ReportsHPSR HRER ASR

bull DPR Form 523

bull WQAR (DraftReviseFinal)

bull Noise Study

Task 7 ndash Public Outreach

71 ndash Public Outreach Meetings

The County will lead the Public Outreach efforts for this project with support from the Consultant

at the following meetings

Property Owner Meetings

The County will prepare a database of potential stakeholders and property owners (Refer to Task

72) It is anticipated that this project will require (1) meeting directly with the individual property

owners affected by the project Since there are only two property owners that are affected it is

anticipated that both meetings will occur during the same day The meeting will be held either on-

site or at the County offices Consultant will attend this meeting with the property owners to

explain the project answer questions take meeting notes and prepare a summarization of the

meeting notes

Sonoma County Board of Supervisor Meetings

The team will work with the County and attend two (1) One Board of Supervisor meeting related to

the project and take meeting notes as needed This will occur during the Environmental Process

72 ndash Database (By County)

The County will develop and maintain a stakeholder database which can be used to

efficiently distribute project information

Task 7 Deliverables

bull One (1) County Board of Supervisorrsquos meeting attend and prepare summaries

bull Two (2) Property Owner Meetings on the same day attend and prepare summaries

Task 8 ndash 65 PSampE

Task 8 represents the beginning of Final Design phase of the project The consultant staff will meet

with the County at a final-design kick-off meeting to discuss the Final Engineering Scope of Work

project requirements design criteria and the Countyrsquos most current scheduling and review

requirements An agenda and outline will be prepared and distributed before the meeting and

minutes will be prepared and distributed after the meeting

Franz Creek Bridge Scope 19 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

81 - BridgeStructural Design Development

The consultant shall perform structural design investigations analysis computations and

prepare detailed structure plans for the proposed replacement bridge in accordance with the

latest Caltrans bridge design techniques including a Foundation Report and a Design

Hydraulic Study Standard construction materials shall be used in the design of the proposed

bridge replacement wherever possible Where specialized non-standard

constructionbuilding materials are required the consultant shall first obtain approval from

the County prior to incorporating them into the design

The consultant shall confirm and verify the design criteria and loading conditions then

verify the structural adequacy of the selected bridge type

Permanent transient and extreme event load cases shall be considered per Caltrans BDS and

AASHTO LRFD Manuals Global analyses shall consider soil-structure interaction

Project plans prepared by the consultant shall include a set of plans at the 65 level All

identified and affected existing utilities shall be accurately indicated on the plans Plans at

65 should be of sufficient level to start ROW acquisition

Contract drawings will be developed using AutoCAD 2015 or newer at the Consultantrsquos

sole discretion

82 - Bridge Approach Roadways

The consultant shall perform roadway design in accordance with the latest version of the

AASHTO Green Book and the County design standards Design shall include details for

traffic control plans in accordance with the Caltrans Manual of Uniform Traffic Control

Devices

Re-alignment at the bridge approaches may be necessary depending on the project

alternative that is selected

The consultant will design the approach roadways and prepare the contract drawings for

these The pavement section roadside drainage and roadside barriers are included in the

design of the bridge approach roadways

The consultant will prepare approach design plans Plans will be coordinated and integrated

with the structure plans for the 65 PSampE package Design will incorporate County

Standard Plans standards per Caltrans Local Assistance Procedures Highway Design and

Traffic Manuals 2015 Caltrans Standard Plans or newer and the current AASHTO Green

Book Standards used will be those in effect as of the date of Notice to Proceed New

standards or modifications to standards which occur during the course of work may require

redesign of particular project features In this case County agrees to compensate the

consultant for extra work which is required to meet the new or modified standards

821 - Roadway Civil Design

The consultant will proceed with final civil design of the project based on the approved

preliminary engineering design concept and the consultantrsquos prior experience with County

project plan preparation Attention is directed to Attachment A for the anticipated plan

Franz Creek Bridge Scope 20 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

sheets to be completed in this task

The Title sheet will include the appropriate County and federal funding project

identification This plan sheet will include a sheet schedule a vicinity map the project

legend general notes and the project control points

The Typical Section Sheet will include the roadway structural section as designed based on

a County supplied Traffic Index (TI) and the R-value recommendations of our geotechnical

subconsultant based on approach soil borings Design will conform to County standards

Standard details will be included to reconstruct raised medians and concrete barriers

Typical sections will be produced for Franz Valley School Road

The total alignment length is approximately 600 The Layout Sheets will be produced at a

horizontal scale of 1 = 20 The plan view will delineate the general roadway

improvements and pavement dimensions Profile and superelevation sheets will be

prepared at a horizontal scale of 1 = 20 and a vertical scale of 1rdquo = 4rsquo The profile grade

will be refined from that shown in the preliminary engineering report Geometric

information tied to the project control points will be shown to sufficiently describe both

the profile and horizontal alignments Spot elevations will be shown at conforms

Construction Detail Sheets shall be created to identify specific details for the project

including but not limited to removal sheets (including a tree removal plan) driveway

conforms and any other details needed to clarify the Plans

It is assumed that existing road surface drainage will be allowed to runoff and infiltrate It

is envisioned that a system will be required to capture predevelopment runoff volumes in

order to satisfy the water balance calculator A system will be designed and shown on the

drainage plan It should be noted that this project is not in an MS4 boundary but roadside

ditches may need to have a treated system before outfalling into the creek

Contour Grading sheets will not be prepared this information will be shown on the Erosion

Control Plan and Details sheets

822 ndash Traffic Design

Permanent Signing and Striping Plan

A Pavement Delineation and Signing Plan will be prepared utilizing the County standards

MUTCD standards and Caltrans standard details This plan will generally match the

existing striping layout The Consultant staff will work closely with the County Traffic

Engineer to incorporate applicable requirements To this end conceptual plan sheets will

be produced for the Traffic Control System and Construction Area Signs plan sheets These

sheets will be transmitted to the County Traffic Engineer and the County project manager

and a meeting held to discuss the design concept prior to the first formal project submittal

Franz Creek Bridge Scope 21 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Subsequent submittals will follow the schedule outlined for the overall project submittals

Existing as well as new sign locations will be shown Sign panels will be shown for new

non-standard signs Standard signs will only be designated by the appropriate Caltrans sign

number

Stage Construction and Traffic Handling Plan

The consultant will prepare combined Traffic Handling and Staged Construction sheets

The plan will generally maintain one travel lane in each direction on the existing bridge

during the construction of the structure No practical detour exists and therefore the road is

assumed to have at least one lane of traffic open at all times Occasional one lane two-way

traffic control will be accomplished through the use of flaggers Brief closures (a few days

to a week) of the approaches will be employed during tie-in operations and construction of

approach pavement The public will be notified of these closures well in advance and

appropriate signage placed at the ends of the approaching roadways

The Caltrans Traffic Manual Sign Specifications and Standard Plans will be used as

applicable Temporary signing and striping portable delineators temporary crash cushion

arrays and temporary railing (Type K) as necessary will be shown on this plan No

temporary signal work for pedestrian or vehicular traffic is currently included within this

scope of work Attention is directed to Attachment A for the anticipated plan sheets to be

completed in this task

83 Channel Protection Design (WRECO)

The use of rock slope protection for scour and slope protection is anticipated at this site

Design will be based on the results of our scour analysis Attention is directed to

Attachment A for the anticipated plan sheets to be completed in this task Slope protection

installations will be designed at the channel banks specifically at the abutment faces up to

the right-of-way upstream and downstream of the bridge and along the roadway approaches

adjacent to the creek The design of the slope protection will include details for toe

trenches cutoff walls and intermediate shear keys as necessary Additionally layout and

elevation information will be shown and tied to the project coordinate system

84 ndash Stormwater Pollution Prevention Plan

The project specifications will require the Contractor to prepare a SWPPP for the project so

it is assumed that Temporary Water Pollution Control sheets will not be necessary and are

expressly excluded from this scope of work Stormwater BMPs will be required by the

Regional Board thus informal temporary water pollution control design sheets will be

produced in order to estimate the BMPrsquos that may be required during construction for

estimating purposes The cost of anticipated BMPrsquos will be included in the 65

Construction Cost Estimate

Franz Creek Bridge Scope 22 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

85 ndash Erosion Control Plans

This task will include parameters to stabilize the soil and will include a revegetation plan

for the site after construction

86 ndash Engineering Support to Permitting Process

During the 65 PSampE preparation the consultant will provide the County and our

subconsultants engineering support as the permitting documents are drawn up This support

will be in the form of preparing exhibits calculating areas and quantities of impacts as

required by the permit documents

87 ndash Cost Estimate and Specifications

The Consultant will prepare an itemized engineers estimate at the 65 stage for the

roadway items Bridge items will be based on a General Plan Estimate method The format

will be consistent with the Caltrans Ready-to-List Guide and a BEES listing will be

included Unit prices shall be applied to each contract item resulting in the Engineerrsquos

Estimate of Probable Construction Cost (Estimate) Prices used shall be based on the latest

available data from the COUNTY and Caltrans reflecting the location of the project and the

quantity of each item

The consultant will develop project specifications and special provisions from the most

current Caltrans and County standards

At the 65 stage a bid item list will be prepared and will be submitted with the Plans and

Estimate Special Provisions will not be prepared until the 95 stage as standard special

provisions change frequently

88 - Contract Drawings

Contract drawings for the bridge and roadway approaches are shown in Attachment A

All drawings will be prepared per the most current Caltrans FHWA and County standards

89 - Quality Control and Quality Assurance

A Quality Control (QC) and Quality Assurance (QA) program will be implemented on the project to capture any design or drafting errors

The consultant shall employ a QC program that consists of checking and back-checking the design calculations and contract plans

QA entails ensuring that all QC procedures have been followed and that all critical issues have been addressed and resolved

The 65 PSampE will be submitted after QAQC has been completed

Task 8 Deliverables

bull 65 Plans and Estimate

bull 65 Design Calculations

Franz Creek Bridge Scope 23 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 8 County Decision Points

bull Provide 65 Plans and Estimate review comments

bull The County requires a 30 day review period for the 65 PSampE submittal

Task 9 - 95 PSampE

PSampE shall be 95 complete Major subtasks for this phase of the work are

91 ndash Address County Comments

Incorporate County 65 review comments into the design and bidding documents if any

Consultant shall provide written responses to County comments on the 65 plans After

receiving County concurrence on responses Consultant will proceed with the preparation of

the 95 plans Plan revisions will include addressing 65 comments and design changes to

address mitigation measures and concerns expressed by the County

92 ndash Complete Design and Bid Documents

Complete the design documents and bidding documents to 95 level

93 - Independent Design Check

Perform an independent design check The independent design check of the bridge will be

performed by individual(s) that werent involved in the originating of the design calculations

Where possible the independent checker shall use alternative methods of design and

analysis than used by the designer

The independent check is complete when the independent checker finishes their

calculations compares results with those of the designer and all discrepancies between the

independent check and the original design are reconciled

The 95 PSampE will be submitted when the independent design check is complete The

design of the bridge and approaches is essentially complete at this time

94 ndash Cost Estimate and Specifications

The Consultant will prepare an itemized engineers estimate at the 95 stage Work includes

updating the quantities and project cost estimate including calculating updated quantities for

the changes related to work performed hereunder Two independent sets of quantity

calculations shall be performed by individuals experienced in this work for the bridge design

Work also includes updating the bid item list to correspond to Caltrans current standards

Prices will be updated to current expected values

Plans shall be cross checked with the specifications and the engineerrsquos estimate The

specifications shall then be compiled using the bid item list to collect and edit the applicable

Caltrans Standard Special Provisions (SSPs) and prepare required special provisions in

coordination with the roadway designers CONSULTANT shall utilize the County boiler

plate documents including the notice to bidders proposal bond forms and agreement

Franz Creek Bridge Scope 24 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Specifications will be updated and finalized with comments from the County after the 95

submittal

95 ndashPerform 95 QCQA

The QCQA procedures described in Task 8 will be implemented during this task as well this

time with an emphasis on coordination between structure roadway traffic and utility

documents and the elimination of conflicts between them

Task 9 Deliverables

bull 65 Response to Comments

bull 95 PSampE

bull 95 Design Calculations

bull Independent Design Check

Task 9 County Decision Point

bull Provide 95 PSampE review comments

bull The County may hire a bridge consultant to perform a constructability review

bull The County requires a 30 day review period including the constructability review for the

95 PSampE Submittal

Task 10 - Final (100) PSampE

This phase begins after the 95 PSampE is submitted and County has responded with comments

The consultant shall not prepare the deliverables for this task until receiving written authorization

from the County

The objective in this task is to provide the design and construction documents the County will use

to advertise for bids and administer the construction contract PSampE shall be 100 complete

Major sub tasks for this phase of the work include

101 - Address County Comments

Incorporate County 95 review comments if any into the design and bidding documents

Consultant shall provide written responses to County comments on the 95 plans After

receiving County concurrence on responses Consultant will proceed with the preparation of

the 100 plans Plan revisions will include addressing 95 comments and design changes

to address mitigation measures and concerns expressed by the County

102 ndash Finalize Documents

Complete the design documents and bidding documents to 100 level this includes

updating the Plans Specifications and Engineerrsquos Cost Estimate

Sign and seal the design and bidding documents and prepare for reproduction

103 ndash Prepare Final Deliverables

Prepare one (1) copy and one (1) electronic copy of design calculations and design check

calculations and ten (10) sets of PSampE bidding documents to the County

Franz Creek Bridge Scope 25 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

104 ndash Federal Funding Assistance

Assist the County in securing federal bridge funding through Caltrans if needed

Task 10 Deliverables

bull 95 Response to Comments

bull (1) Set of reproducible final design plans (printed in black ink on mylar)

bull (10) Sets of hardcopy final design plans (11rdquox 17rdquo)

bull (10) Copies of Specifications (seven bound two loose-leaf bound and one printer ready)

bull (10) Copies of Engineerrsquos Estimate

bull (1) Copy of design check calculations

bull (1) Copy of design check quantities

bull (2) Copies of Resident Engineer pending file

bull (2) Copies of the Geotechnical Report including the Bridge Foundation Report

bull (2) Copies of hydraulic studies and reports

bull (1) Flash drive with electronic versions of all Task 10 deliverables itemized above in

DWG MS Excel or MS Word format Print ready PDF files of same will be provided

Design plans will be provided in AutoCAD and PDF formats

Task 10 County Decision Point

bull Provide written authorization to proceed

Task 11 - Pre-Construction Engineering Services

The consultant shall remain available to provide assistance during bidding and award This work

may include clarification of contract documents in response to contractor inquiries preparing

addenda and evaluating bids Pre-construction engineering services shall be included in this

proposal

111 ndash Pre-Bid Meeting

The consultant Project Manager and Project Engineer will attend the pre-bid meeting to

assist the County in responding to questions regarding intent of PSampE documents

112 ndash Respond to Bidder Inquiries

The consultant will provide the County written responses to technical inquiries by bidders

for County distribution

113 ndash Prepare Addenda

The consultant will prepare addenda documents for distribution by the County should any

changes to the bid documents be required during the bid phase

114 ndash Assist in Evaluating Bids

The consultant will assist the County in evaluating Contractor bids

SUPPLEMENTAL SERVICES TRC and our subconsultants are prepared to perform other tasks as required by the County and the

Project as Supplemental Services A more detailed scope and fee will be developed for these

Franz Creek Bridge Scope 26 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

supplemental services at the time they are deemed necessary No work will be performed on the

Supplemental services without written authorization from the County

Some supplemental services that may be necessary include the following

2C5 ndash Utility Potholing

If utility conflicts are discovered during the design process positively locating the utilities in the

field will be required Consultant with the approval of the County can obtain a price quote from a

utility potholing sub-consultant to perform the work The Consultantrsquos surveyor will survey the

potholed location of the utilities and provide the information in AutoCAD to the designer The

utility drawings will be updated with the correct information If this task is required a refined scope

and fee will be prepared to include the total number of potholes needed the sub-consultant to

perform the work the surveyor to pick up the locations and the engineering design and support to

complete this task

49 ndash Geotechnical Retaining Wall Investigation and Analysis Optional borings for retaining wall foundations and roadway approaches will include one 50 foot

deep boring at each of two potential retaining wall locations Bulk soil samples for pavement

section subgrade analysis will be obtained from the bridge abutment borings previously indicated

If Retaining Walls are required both the draft and final foundation memoreports will be updated

accordingly

69 ndash Noise ndash Bioacoustic Analysis A bioacoustics analysis is excluded from the Noise Study noted in Task 67 The County per task

64 will perform the EFH However if the County requires assistance the Consultant can perform a

bioacoustics analysis if required

Task 7A -Public Outreach led by the Consultant

In this task it is assumed that the County prefers the Consultant to lead the public outreach effort

The goal of the subtasks listed below are to assist the County with informing the public about the

importance of the bridge replacement project identify the communitiesrsquo key issues and concerns

and provide information to the community on project status and design options for the proposed

bridge We will incorporate input from the public into the decision making process for design

aesthetics and location of the new bridge

7A1 - Facilitate Public Meetings

The consultant shall work closely with County staff to develop meeting agendas

presentations and meeting materials for one public outreach meeting and attend two of the

Sonoma County Board of Supervisorrsquos meetings The consultant shall coordinate and

facilitate the public meeting and keep notes that can be shared with the public after review

by County staff

Public Outreach Meetings ndash The County will prepare a database of potential stakeholders

Franz Creek Bridge Scope 27 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

and property owners (Refer to Task 72 of the Scope) It is anticipated that this project will

require (1) meeting directly with the individual property owners affected by the project

Since there are two property owners that are affected it is assumed that both meetings will

occur during the same day The meeting(s) will be held either on-site or at the County

offices The Consultant County and Public Outreach Staff will attend this meeting with

the property owner to explain the project answer questions take meeting notes and prepare

a summarization of the meeting notes

Sonoma County Board of Supervisor Meetings

The team will work with the County and attend one (1) One Board of Supervisor meeting

related to the project and take meeting notes as needed This will occur during the

Environmental Process

7A2 - Distribute Informational Materials to the Community

The consultant will work with County staff to develop and distribute

informationeducational materials as needed to the community to keep all stakeholders

informed of progress on the project

Informational Materials - Fact sheet and FAQrsquos will take 2-3 weeks to prepare review and

finalize with County and project team input Updates will take 1-2 days each

The consultant will develop information for posting on the County project website to

announce public meetings and show progress in project development We will also prepare

a project fact sheet and FAQs to communicate project information The factsheet and FAQs

will each be an 85 x 11 full color handout for use at public meetings and optimized for

posting on the project website Both will be updated twice during the project

ndash

7A3 - Media Relations

Assist the Countyrsquos public information officer with news releases media advisories or other

interactions with the media as needed

This task will be ongoing throughout the project with County and project team input News

releases and media advisories will take approximately 5 days each to prepare review and

distribute In an attempt to maintain positive coverage of the project the Consultant will

assist the Countyrsquos public information officer with news releases media advisories or other

interactions with the media as needed

Task 7A Deliverables

bull One (1) County Board of Supervisorrsquos meeting attend and prepare summary

bull Two (2) Property Owner Meetings attend and prepare summaries

bull Public Information Materials - initial fact sheet FAQ agendas presentation materials

(one PPT updated for the public meeting) exhibits sign in sheets comment cards

Task 810 ndash Retaining Wall Design

Along the southeast side of Franz Valley School Road at the bridge an approximate 70rsquo long

retaining wall may be required This wall will be a Caltrans Standard Plan type designed per the

corresponding Caltrans Standard plan or a pre-engineered wall type designed by the wall

Franz Creek Bridge Scope 28 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

manufacturer The wall height is unknown at this time

Task 12 - Construction Support Services

Up to 100 hours of construction support services is included in this scope Key members of the

Consultant design team will remain available to perform construction support services provided

they are still employed by Consultant

If additional services are required such services will be negotiated with the County at a future date

Common construction support services are described below

121 - Pre-construction Meeting

Key members of the consultant design team shall be available to attend the preconstruction meeting

with the successful construction contractor

122 - Consultant Site Visits

Key members of the consultant design team shall remain available to review shop drawings and

check falsework structural calculations review material submittals and Request for Information

(RFI) and visit the project site during construction if required Any observed defects or

deficiencies in the work shall immediately be brought to the attention of the Countys Resident

Engineer

Attachments

Attachment A ndash Plan Sheet List

Attachment B ndash Exhibits

Attachment C - Fee

Franz Creek Bridge Scope 29 2017-09-07

Details

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

PLAN SHEET LIST DISCIPLINE DESCRIPTION NUMBER OF

SHEETS

SUBMITTED WITH

C Title Sheet 1 35

C Typical Sections 3 35

C Survey Control Sheet 1 65

C Layout Plan (2 per alternative) 4 35

C Profile amp Superelevation

(2 per alternative)

4 35 (profile only)

C Removal Plans 2 65

C Construction Details 2 65

C Contour Grading 0 65

C Traffic HandlingStaged Construction Plans 6 65

C Pavement Delineation amp Signing Plan 2 65

C Drainage Plans amp Details (Stormwater Treatment) 2 65

C Rock Slope Protection Channel Work Plan and 3 65

C Water Pollution Control Plan and Details 2

C Erosion Control Plan amp Details 2 65

C Utility Plans 2 65

S General Plan 1 35

S Deck Contours 1 65

S Foundation Plan 1 35

S Abutment Layout 2 65

S Abutment Details 2 65

S Typical Section 1 35

S Slab Details 1 65

S Tubular Bicycle Railing 1 65

G Log of Test Borings 2 65

TOTAL 46

to be shown on Erosion Control Plan and Details sheets Will be used for estimating only (not part of plan set)

Summary by Discipline

C = Civil 34

S = Structural 10

G = Geotechnical 2

TOTAL 46 Franz Creek Bridge Scope 30 2017-09-07

Attachment A

EXHIBIT 10-H TRC ENGINEERS INC COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

MImbriani Project Manager - Key Personnel 162 $9300 $15066 Manager 0 $000 $0

TLambert Bridge Project Engineer - Key Personnel 220 $6721 $14786 JConklin Roadway Project Engineer - Key Personnel 361 $6601 $23797

Environmental Principal 0 $7788 $0 PChoi Environmental Manager (B3) - Key Personne 141 $6240 $8798 C Pinkerton Bridge Senior Engineer 84 $5332 $4479 G Armstrong Roadway Senior Engineer 114 $5724 $6525 B SchoppeA Bedal Engineer II 636 $4100 $26076 K NegoroN Hernande Engineer I 778 $3300 $25674 G Imbsen Eng CADD Supervisor 93 $5148 $4788 A Cardoza Eng CADD Technician 298 $3415 $10177 J Hull Eng Desktop Publisher 56 $3000 $1680 MaechlerHawthorne Eng AdmAssistant 44 $3000 $1320 W Broeking Environmental PlannerScientist II 0 $3894 $0 G Drosky Environmental PlannerScientist I 126 $2785 $3509

Senior ScientistBiologist (A1) 0 $5492 $0 E Biolsi Technical EditorFinancial Analyst 14 $3605 $505 J Hanzel-Durbin SeniorEngineer (B3) 7 $4710 $330 D Rathnayake SeniorEnvironmental Mgr (A3) 4 $8080 $323 -- 0 $000 $0

Escalation Factor 30 $4101

Total Direct Labor Costs 3138 $15193320 INDIRECT COSTS

Rate Total Fringe Benefits 4962 General Overhead 11040 Cost of Facilities Capital 000

Overhead 16002 $24312350 Total Indirect Costs $24312350

OTHER DIRECT COSTS Quantity Per Unit Total

Airfare (round trips) 0 $0000 $000 Mileage 2900 $0535 $155150 Lodging 0 $150000 $000 Per Diem 4 $46000 $18400 Car rental 0 $0000 $000 Miscellaneous Travel 0 $0000 $000 Mail 50 $054 $2675 Overnight mail 10 $1500 $15000 Copies (85x11) 500 $012 $6000 Copies (11x17) 1000 $200 $200000 Prints (22x34) 162 $300 $48600 Mylars (22x34) 81 $1200 $97200 Environmental EDR Report 1 $35000 $35000 Miscellaneous 50 $500 $2500 Visual Assessment Study 10 $000 $000

Total Other Costs $580525

FEE (Profit) 10 $3950567

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Shannon amp Wilson (inc Woodward Drilling DBE) 2 WRECO (DBE) 3 4 5 Cinquini and Passarino 6 NAL 7 Origer 8 Anchor QEA 9 Anchor QEA (Optional)

10 Shannon amp Wilson (Optional)

Basic $5916619 $5488634

$4531371 $176323

$1710917 $1157155

$18981019

TOTAL COST $63017781

EXHIBIT 10-H TRC ENGINEERS INC COST PROPOSAL - Optional SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

MImbriani Project Manager - Key Personnel 0 $9300 $0 Manager 0 $000 $0

TLambert Bridge Project Engineer - Key Personnel 40 $6721 $2688 JConklin Roadway Project Engineer - Key Personnel 33 $6601 $2178

Environmental Principal 0 $7788 $0 PChoi Environmental Manager (B3) - Key Personnel 0 $6240 $0 C Pinkerton Bridge Senior Engineer 36 $5332 $1920 G Armstrong Roadway Senior Engineer 16 $5724 $916 B SchoppeA Bedal Engineer II 222 $4100 $9102 K NegoroN Hernande Engineer I 216 $3300 $7128 G Imbsen Eng CADD Supervisor 14 $5148 $721 A Cardoza Eng CADD Technician 78 $3415 $2664 J Hull Eng Desktop Publisher 0 $3000 $0 MaechlerHawthorne Eng AdmAssistant 2 $3000 $60 W Broeking Environmental PlannerScientist II 0 $3894 $0 G Drosky Environmental PlannerScientist I 0 $2785 $0

Senior ScientistBiologist (A1) 0 $5492 $0 E Biolsi Technical EditorFinancial Analyst 0 $3605 $0 J Hanzel-Durbin SeniorEngineer (B3) 0 $4710 $0 D Rathnayake SeniorEnvironmental Mgr (A3) 0 $8080 $0 -- 0 $000 $0

Escalation Factor 30 $827

Total Direct Labor Costs 657 $2820328 INDIRECT COSTS

Rate Total Fringe Benefits 4962 General Overhead 11040 Cost of Facilities Capital 000

Overhead 16002 $4513089 Total Indirect Costs $4513089

OTHER DIRECT COSTS Quantity Per Unit Total

Airfare (round trips) 0 $0000 $0 Mileage 500 $0535 $268 Lodging 0 $150000 $0 Per Diem 2 $46000 $92 Car rental 0 $0000 $0 Miscellaneous Travel 0 $0000 $0 Mail 10 $054 $5 Overnight mail 0 $1500 $0 Copies (85x11) 100 $012 $12 Copies (11x17) 100 $200 $200 Prints (22x34) 5 $300 $15 Mylars (22x34) 5 $1200 $60 Environmental EDR Report 0 $35000 $0 Miscellaneous 50 $500 $25

Total Other Costs $67685

FEE (Profit) 10 $733342

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Shannon amp Wilson (inc Woodward Drilling DBE) 2 WRECO (DBE) 3 Circlepoint (Optional) 4 0 5 Cinquini and Passarino 6 NAL 7 Origer 8 Anchor QEA 9 Anchor QEA (Optional)

10 Shannon amp Wilson (Optional)

Optional Basic

$2652981

$84440 $2654490

$5391912

TOTAL COST $13526355

TRC ENGINEERS 080416 Project

BASIC SERVICES - DESIGN FEE ESTIMATE WORKSHEET Increase

Sub administration

Current Date

Expenses Description

Amount DBE

358

717

1075

205

Total DBE including Supplemental)

205

$18981019

$580525

$63017781

$4531371

Subconsultants

Expenses

Total

$18981019

$1710917

$5391912

Total $76544136

$43456237Labor

Car rental

Proposal Date

$0

$184

$0

Sonoma County

Replacement of the Franz Creek Bridge

Bridge No 20C0326 County No C14007

Travel Name

NAL $176323

Basic Services

$5916619Shannon amp Wilson (inc Woodward Drilling DBE)

Miscellaneous Travel

Cinquini and Passarino

Subconsultants (Labor + ODC)

Anchor QEA

Airfare (round trips)

Mileage

Lodging

Per Diem

Total Basic Services

$0

Origer

$0

$1177

Other Direct Costs

Subconsultants Admin Costs

Travel Subtotal

Total Supplemental Services

$1736

$4070

$0

Shannon amp Wilson (Optional)

Optional Services

Total

ODC Subtotal

$5805

$4070

$2654490

$1157155

$84440

P2016-33

WRECO (DBE)

00

03-Oct-17

00

$5488634 Total Fee Estimate (wescalation)

Environmental Mileage $375

1280

Total Basic + Supplemental Fee Estimate Basic Services $63017781

Optional Services $8066759

Subconsultants Optional $5391912 $2652981

Anchor QEA (Optional)

Expenses $67685Circlepoint (Optional)

1032017

2017_10_03_Franz Creek Fee_RevisedTotals with Expenses

BASIC SERVICES ESCALATION CALCULATION

Employee Actual

Employe e Rate

Hours on Project

of Project

Weighted Portion of

Rate Project Manager - Key Personnel 9300$ 162 516 $480 Manager -$ 0 000 $000 Bridge Project Engineer - Key Pers 6721$ 220 701 $471 Roadway Project Engineer - Key P 6601$ 361 1149 $758 Environmental Principal 7788$ 0 000 $000 Environmental Manager (B3) - Key 6240$ 141 449 $280 Bridge Senior Engineer 5332$ 84 268 $143 Roadway Senior Engineer 5724$ 114 363 $208 Engineer II 4100$ 636 2027 $831 Engineer I 3300$ 778 2480 $818 Eng CADD Supervisor 5148$ 93 296 $153 Eng CADD Technician 3415$ 298 950 $324 Eng Desktop Publisher 3000$ 56 178 $054 Eng AdmAssistant 3000$ 44 140 $042 Environmental PlannerScientist II 3894$ 0 000 $000 Environmental PlannerScientist I 2785$ 126 402 $112 Senior ScientistBiologist (A1) 5492$ 0 000 $000 Technical EditorFinancial Analyst 3605$ 14 045 $016 SeniorEngineer (B3) 4710$ 7 022 $011 SeniorEnvironmental Mgr (A3) 8080$ 4 013 $010

-$ 0 000 $000 3138 10000 $4712 TRC ave rate March 2017

Year Est hours spent per

year

Est spent per

year

Unescalated Ave Rate Escalation Escalated

Ave Rate

Total Unescalated

Labor

Total Escalated

Labor

Escalated Labor by

Year Sept 2017 to December 2017 Design 500 1594 $4712 Jan 2018 to December 2018 Design 1322 4214 $4712 20 $4806 $62290 $63536 $1246 Jan 2019 to December 2019 Design 1322 4214 $4712 20 $4902 $62290 $64806 $2517 Jan 2020 to December 2020 Const 50 159 $4712 20 $5000 $2356 $2500 $144 Jan 2021 to December 2021 Const 50 159 $4712 20 $5100 $2356 $2550 $194

3244 103 $129292 $133392 $4101

Difference between Unescalated Labor and Escalated Labor

TRC ENGINEERS FEE ESTIMATE WORKSHEET Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

Travel From Rancho Cordova To Santa Rosa CA (110 mi) of people 2 of days 2 of nights 0 of trips 14

Rate Airfare (round trips) x trips x people = $000 Mileage $0535 x 220 miles x 10 trips = $117700 Lodging $15000 x 0 nights x 2 people = $000 Per Diem $4600 x 2 days x 2 people = $18400 Car rental x days x people = $000 Miscellaneous Travel x units x units = $000 Environmental Mileage $0535 700 $37450 Total Travel $173550

ODCs Rate

Mail $0535 50 $1500 10

$012 500 $200 1000 $300 162

$1200 81 $35000 1

$500 5 1

x pieces = Overnight mail x pieces = Copies (85x11) x copies = Copies (11x17) x prints = Prints (22x34) x prints = Mylars (22x34) x prints = Environmental EDR Report x = Miscellaneous x units = Visual Assessment Study Total ODCs

Total Travel and ODCs

$2675 $15000

$6000 $200000

$48600 $97200 $35000

$2500 $000

$406975

$580525

2017_10_03_Franz Creek Fee_RevisedExpenses Worksheet 1032017

080416

412017

ProjectSonoma County TRC Design Proposal Date P2016-33Replacement of the Franz Creek Bridge DESIGN FEE ESTIMATE WORKSHEET Start Date

Bridge No 20C0326 County No C14007 End Date

LABOR

Task Description anager - Key Personn

Project

Manager ngineer - Key Personn

Bridge Project

ngineer - Key Personn

Roadway Project

Principal

Environmental

ager (B3) - Key Perso

Environmental Bridge Senior

Engineer Engineer

Roadway Senior

II

Engineer Engineer

I

Eng CADD

Supervisor Technician

Eng CADD

Publisher

Eng Desktop

Assistant

Eng Adm

PlannerScientist II

Environmental

PlannerScientist I

Environmental

Biologist (A1)

Senior Scientist

Financial Analyst

Technical Editor

Engineer (B3)

Senior

nvironmental Mgr (A3

Senior Total

Hours

Total

$

MImbriani TLambert JConklin PChoi C Pinkerton G Armstrong B SchoppeA Bedal NegoroN Hernande G Imbsen A Cardoza J Hull MaechlerHawthorne W Broeking G Drosky E Biolsi J Hanzel-Durbin D Rathnayake --

Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Task 1 Project Management Task 11 Project kickoff Meeting 8 8 8 4 28 $1930 Task 12 ProjectStaff Management 40 24 30 16 16 126 $8497 Task 13 Meetings 58 32 68 20 178 $12633 Task 14 Work Progress Form 24 12 24 24 84 $5343 Task 2 Preliminary Engineering Task 2A Alignment Engineering Task 2A1 Assess Available Information 4 4 10 8 26 $1156 Task 2A2 Alignment Alternatives Analysis 16 32 40 2 90 $3748 Task 2B Preliminary Structure Engineering and 35 Design Task 2B1 Bridge Type Selection Report Preparation (DraftFinal) 4 4 28 12 3 12 4 4 71 $2830 Task 2B2 Prepare 35 Design Plans 4 1 4 1 32 36 8 28 114 $4473 Task 2B3 General Plan Cost Estimate 2 1 4 1 4 24 2 38 $1487 Task 2C Utility Coordination Task 2C1 Utility Letters Task 2C11 Prepare A Letters and Plans 05 8 4 4 4 205 $924 Task 2C12 Compile Utility information into Utility Drawing 8 8 16 32 $1314 Task 2C13 Prepare B Letters and Plans 05 8 6 8 6 285 $1206 Task 2C14 Utilities begin Relocation Design Task 2C15 Prepare C Letters and Plans 05 8 8 8 8 325 $1356 Task 2C16 Utilities begin Relocation Construction 2 2 $60 Task 2C2 Utility Company Coordination 12 80 24 116 $6163 Task 2C3 Develop Utility Relocation Plans 1 16 30 47 $1712 Task 2C4 Utility Relocation Cost Estimates 1 16 4 21 $854 Task 3 SurveyingMappingROW Engineering Task 31 Topographic Survey Task 32 Right-of-Way (ROW) Task 321 Boundary Surveys Task 322 Appraisal Mapping - Task Deleted Task 33 Title Reports Task 34 Legal Descriptions 2 4 16 22 $824 Task 35 Creek Cross Sections for Hydraulic Analysis Task 36 Survey Control Sheet Task 4 Geotechnical Engineering Task 41 Preliminary Foundation Memo (PFM) Task 42 Planning amp Permitting Task 43 Traffic Control Task 44 Geologic Reconnaissance Task 45 Laboratory Testing Task 46 Engineering and Geologic Analyses Task 47 Prepare Draft Geotechnical Report 4 8 12 $597 Task 48 Prepare Final Geotechnical Report 2 6 8 $380 Task 5 Hydrology and Hydraulics Task 51 Data Collection and Site Review 4 4 8 $433 Task 52 Hydraulics Analyses 8 8 16 $856 Task 53 Documentation Task 54 Scour Analyses Task 55 Design Hydrology and Hydraulics Reports and Studies Task 551 Design Hydrology and Hydraulics Report Task 5511 Draft Design Hydrology and Hydraulics Report 4 1 4 9 $499 Task 5512 Final Design Hydrology and Hydraulics Report 2 1 4 7 $364 Task 552 Location Hydraulic Study Task 5521 Draft Location Hydraulic Study 4 1 4 9 $499 Task 5522 Final Location Hydraulic Study 2 1 4 7 $364 Task 56 Dry Weather Flow and Bypass Task 6 Environmental Task 601 Environmental Project Management 60 60 $3744 Task 602 Environmental Conf CallsCoordinationMeetings 24 30 54 $3456 Task 603 Environmental Engineering Support 24 24 24 72 $3360 Task 6031 Assist the County with preparation of NEPACEQA documents 4 4 $269 Task 6032 Identify issues that must be addressed in the design 2 8 4 2 24 40 $1750 Task 6033 Prepare Equipment Staging Technical Memo 2 1 4 8 4 19 $874 Task 6034 Prepare Right of Way Technical Memo 1 8 9 $394 Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA 1 3 50 4 2 60 $1996 Task 612 Revised ISA 1 1 10 2 1 15 $582 Task 613 Final ISA 1 8 1 1 11 $413 Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations 1 4 40 24 40 8 117 $4597 Task 622 Revised VIA and Visual Simulations 1 2 10 4 17 $614 Task 623 Final VIA and Visual Simulations 2 8 2 12 $420 Task 63 Cultural Resources (Includes Developing APE map) 1 2 3 $191 Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER 1 6 7 $440 Task 6312 Revised HRER 1 4 5 $316 Task 6313 Final HRER 2 2 $125 Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR 1 4 5 $316

2017_10_03_Franz Creek Fee_RevisedTRC Design 1032017

Task 6322 Revised ASR 1 2 3 $191 Task 6323 Final ASR 2 2 $125 Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR 1 4 5 $316 Task 6332 Revised HPSR 1 2 3 $191 Task 6333 Final HPSR 2 2 $125 Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise 1 1 $66 Task 672 Revise Noise 1 1 $66 Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR 1 8 9 $565 Task 682 Revise WQAR 1 1 $66 Task 683 Final WQAR Task 7 Public Outreach Task 71 Public Outreach Meetings (2 meetings1 day) 8 8 $528 Task 72 Sonoma County Board of Supervisor Meetings (1 total) 8 8 16 $1272 Task 8 65 PSampE Task 81 BridgeStructural Design Development 20 8 140 24 112 4 4 312 $12811 Task 82 Bridge Approach Roadways Task 821 Roadway Civil Design 8 16 50 74 $2834 Task 822 Traffic Design 4 16 20 $692 Task 83 Channel Protection Design Task 84 Stormwater Pollution Prevention Plan 4 8 12 $428 Task 85 Erosion Control Plans 4 8 12 $428 Task 86 Engineering Support to the Permit Process 1 4 12 8 4 29 $1156 Task 87 Cost Estimate amp Specifications 2 4 18 36 60 $2274 Task 88 Contract Drawings - Prepare Submittal 4 4 8 2 2 8 2 2 32 $1372 Task 89 QCQA 8 8 4 20 $1404 Task 9 95 PSampE Task 91 Address County Comments 2 4 18 8 4 36 $1470 Task 92 Complete Design and Bid Documents 4 8 4 24 48 12 72 4 4 180 $6895 Task 93 Independent Design Check 8 8 24 120 160 $5908 Task 94 Cost Estimate amp Specifications 40 36 8 56 76 216 $10295 Task 95 Perform 95 QCQA 16 8 24 $2016 Task 10 Final -100 PSampE Task 101 Address County Comments 2 4 4 24 2 36 $1364 Task 102 Finalize Documents 2 4 2 16 48 4 24 2 2 104 $3891 Task 103 Prepare Final Deliverables 1 2 2 8 16 2 2 33 $1282 Task 104 Federal Funding Assistance 8 8 $528 Task 11 Pre-Construction Engineering Services Task 111 Pre-Bid Meeting 4 4 8 $533 Task 112 Respond to Bidder Inquiries 4 4 4 8 8 28 $1338 Task 113 Prepare Addenda 2 4 4 4 14 $776 Task 114 Assist in Evaluating Bids 4 4 $269 Supp Supplemental Services Task 2C5 Utility Potholing 4 8 16 16 44 $1906 Task 49 Geotechnical Retaining Wall Investigation and Analysis 4 8 12 $592 Task 69 Noise - Bioacoustic Analysis 1 1 $66 Task 7A Public Outreach led by the Consultant Task 7A1 Facilitate Public Meetings Task 7A2 Distribute Informational Materials to the Community Task 7A3 Media Relations Task 810 Retaining Wall Design 24 8 24 8 168 184 12 72 500 $19915 Task 12 Construction Support Services Task 121 Pre-Construction Meeting 4 4 8 $533 Task 122 Construction Site Visits 12 12 12 30 16 2 6 2 92 $4364

Hrs 162 Hrs Hrs 220 Hrs 361 Hrs Hrs 141 Hrs 84 Hrs 114 Hrs 636 Hrs 778 Hrs 93 Hrs 298 Hrs 56 Hrs 44 Hrs Hrs 126 Hrs Hrs 14 Hrs 7 Hrs 4 Hrs 3138 $147832 Rate 930 Rate Rate 672 Rate 660 Rate 779 Rate 624 Rate 533 Rate 572 Rate 410 Rate 330 Rate 515 Rate 342 Rate 300 Rate 300 Rate 389 Rate 279 Rate 549 Rate 361 Rate 471 Rate 808 Rate

FeeClassification 15066 14786 23797 8798 4479 6525 26076 25674 4788 10177 1680 1320 3509 505 330 323 3138 $147832 of Total HoursClassification 5 7 11 4 3 4 20 25 3 9 2 1 4 0 0 0 100

2017_10_03_Franz Creek Fee_RevisedTRC Design 1032017

Attachment to TRC Engineers Inc Exhibit 10‐K

Sonoma County ‐ Replacement of the Franz Creek Bridge 20C0326

Contract Value Basic

Firm Name Person(s) e‐mail Nal Paula Lee paulanal1com $176323

Anchor QEA Nick Duffort Katie Chamberlin

nduffortanchorqeacom kchamberlinanchorqeacom $1157155

Cinquini Jim Dickey jdickeycinquinipassarinocom $4531371 Origer Janine Origer janineorigercom $1710917 Shannon and Wilson Martin Mcllroy MWMshanwilcom $5916619 Wreco Han Bin Liang hanbin_liangwrecocom $5488634 TOTAL SUBCONSULTANTS $18981019

Attachment B

Shannon amp Wilson (inc Woodward Drilling DBE) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee

Bob Mitchell Scott Gaulke Debanik Chaudri Martin McIlroy Ben Aldridge Robert Leaf Sandy Cotrell Lori Nelson

Function

Vice President 1 - Key Personnel Vice President 4 Sr Associate 2 Associate 3 - Key Personnel Professional III 5 Professional II 6 Sr Tech Services 7 Sr Office Services 8 Escalation Factor

Hours

8 0

16 51 0

96 14 8

Hourly Rate

6289 6695 6439 6130 3064 2719 3380 3695

Total

$50312 $000

$103024 $312630

$000 $261024 $47326 $29560 $24116

$803876 $24116

Total Direct Labor Costs 193 $827992 INDIRECT COSTS

Rate Total Fringe Benefits 8640 General Overhead 10387 Cost of Facilities Capital 000

Overhead 19027 $1575421 Total Indirect Costs $1575421

OTHER DIRECT COSTS Item Description Seismic Timer NOA Testing (1 CARB 435 and 1 TEM) Survey Equipment Environmental Data Report County PRMD Permit and Inspection fees County Encroachment Permit (No Fee and No Bond) Mileage Traffic Control (DBE - Traffic Pros) Per Diem (Preliminary and Design Phases) Overnight Mail Laboratory Testing Geotechnical

Quantity 0

1

3 1

540 2 3 1 1

Per Unit $500000 $655000 $100000 $400000 $325000

$0000 $0535

$3250000 $200000 $25000

$3340000

Total $0 $0

$100 $0

$975 $0

$289 $6500 $600 $25

$3340

$0 $0

$11829

FEE (Profit) 10 $240341

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Geotechnical Drilling (Woodward Drilling -- DBE) 2 Certified Asbestos Consultant

$20900

$2090000

TOTAL COST $5916619

Sonoma County Shannon amp Wilson (inc Woodward Drillin Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Vice President

4 Vice President

2 Sr Associate

3 - Key Personnel Associate

5 Professional III Professional II

6 Sr Tech Services

7 Sr Office Services

8 Total Hours

Total $

Hours Bob Mitchell

Hours Scott Gaulke

Hours Debanik Chaudri

Hours Martin McIlroy

Hours Ben Aldridge

Hours Robert Leaf

Hours Sandy Cotrell

Hours Lori Nelson

Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 41 Preliminary Foundation Memo (PFM) 1 4 8 12 2 2 29 $1279 Task 42 Planning amp Permitting 12 12 $326 Task 43 Traffic Control Task 44 Geologic Reconnaissance 1 2 40 43 $1273 Task 45 Laboratory Testing 2 2 4 8 $357 Task 46 Engineering and Geologic Analyses 1 6 8 16 31 $1375 Task 47 Prepare Draft Geotechnical Report 2 4 23 6 10 2 47 $2368 Task 48 Prepare Final Geotechnical Report 1 2 8 6 2 4 23 $1061 Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services Task 121 Pre-Construction Meeting Task 122 Construction Site Visits

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 16 51 96 14 8 193 $803876 6289 6695 6439 6130 3064 2719 3380 3695

503 - 1030 3126 - 2610 473 296 - 193 $8039 4 8 26 50 7 4 100

1032017

2017_10_03_Franz Creek Fee_RevisedSub 1

Shannon amp Wilson (inc Woodward Drilling DBE) COST PROPOSAL - OPTIONAL SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Bob Mitchell Vice President 1 - Key Personnel 2 6289 $12578 Scott Gaulke Vice President 4 0 6695 $000 Debanik Chaudri Sr Associate 2 2 6439 $12878 Martin McIlroy Associate 3 - Key Personnel 8 6130 $49040 Ben Aldridge Professional III 5 33 3064 $101120 Robert Leaf Professional II 6 24 2719 $65256 Sandy Cotrell Sr Tech Services 7 3 3380 $10141 Lori Nelson Sr Office Services 8 3 3695 $11085 $262099

Escalation Factor $7829 $7829

Total Direct Labor Costs 75 $269927 INDIRECT COSTS

Rate Total Fringe Benefits 8640 General Overhead 10387 Cost of Facilities Capital 000

Overhead 19027 $513590 Total Indirect Costs $513590

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Seismic Timer $500000 $000 NOA Testing (1 CARB 435 and 1 TEM) $655000 $000 Survey Equipment 1 $100000 $10000 Environmental Data Report $400000 $000 County PRMD Permit and Inspection fees 1 $325000 $32500 County Encroachment Permit (No Fee and No Bond) $0000 $000 Mileage 230 $0535 $12321 Traffic Control (DBE - Traffic Pros) 2 $3250000 $650000 Per Diem (Preliminary and Design Phases) 2 $200000 $40000 Overnight Mail 0 $25000 $000 Laboratory Testing Geotechnical 1 $1260000 $126000 Laboratory Testing Analytical (DBE - Sparger Technology) $1750000 $000

$8708

FEE (Profit) 10 $78352

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Geotechnical Drilling (Woodward Drilling -- DBE) $9218 2 Certified Asbestos Consultant (NAL - DBE)

$921800

TOTAL COST $2654490

Sonoma County Shannon amp Wilson (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Vice President

4 Vice President

2 Sr Associate Associate

3 Professional III

5 Professional II

6 Sr Tech Services

7 Sr Office Services

8 Total Hours

Total $

Hours Bob Mitchell

Hours Scott Gaulke

Hours Debanik Chaudri

Hours Martin McIlroy

Hours Ben Aldridge

Hours Robert Leaf

Hours Sandy Cotrell

Hours Lori Nelson

Hours 0 $0

Task 2 Preliminary Engineering 0 $0 Task 3 SurveyingMappingROW Engineering 0 $0 Task 4 Geotechnical Engineering 0 $0 Task 41 Preliminary Foundation Memo (PFM) 0 $0 Task 42 Planning amp Permitting 10 10 $277 Task 43 Traffic Control 0 $0 Task 44 Geologic Reconnaissance 2 28 30 $982 Task 45 Laboratory Testing 0 $0 Task 46 Engineering and Geologic Analyses 1 1 4 5 12 23 $861 Task 47 Prepare Draft Geotechnical Report 1 2 2 1 6 $222 Task 48 Prepare Final Geotechnical Report 1 1 1 1 2 6 $298 Task 5 Hydrology and Hydraulics 0 $0 Task 6 Environmental 0 $0 Task 7 Public Outreach 0 $0 Task 8 65 PSampE 0 $0 Task 9 95 PSampE 0 $0 Task 10 Final -100 PSampE 0 $0 Task 11 Pre-Construction Engineering Services 0 $0 Task 12 Construction Support Services 0 $0

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

2 0 2 8 33 24 3 3 0 75 $264045 6289 6695 6502 6190 3064 2773 3380 3713

126 - 130 495 1011 666 101 111 - 75 $2640 3 0 3 11 44 32 4 4 0 100

Attachment C

WRECO (DBE) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours Hourly Rate Total

H Liang A Ochoa TBD TBD TBD TBD TBD

Principal Engineer - Key Personnel Supervising Engineer Senior Engineer Associate Engineer Staff Engineer Senior Technician Clerical Tech Editor

16 4

68 188 128 28 6

9351 7731 6487 4327 3361 2942 2500

$1496 $309

$4411 $8135 $4302 $824 $150

INDIRECT COSTS Total Direct Labor Costs 438 $1962716

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS

Rate 7195 4010 2810 14015

Total

$2750746 $2750746

Item Description Travel and Per Diem Reproductions Overnight Delivery

Quantity 632 50 4

Per Unit $0535

$50000 $50000

Total $33825

$250000 $20000

$303825

FEE (Profit) 10 $471346

$000

TOTAL COST $5488634

Sonoma County WRECO (DBE) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description ngineer - Key Person Principal

Engineer Supervising

Engineer Senior

Engineer Associate

Engineer Staff

Technician Senior

Tech Editor Clerical Total

Hours Total

$

Hours H Liang

Hours A Ochoa

Hours TBD

Hours TBD

Hours TBD

Hours TBD

Hours TBD

Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 51 Data Collection and Site Review 1 8 8 17 $959 Task 52 Hydraulics Analyses 1 4 8 16 2 31 $1296 Task 53 Documentation 1 8 12 8 29 $1401 Task 54 Scour Analyses 1 4 8 8 21 $968 Task 55 Design Hydrology and Hydraulics Reports and Studies Task 551 Design Hydrology and Hydraulics Report Task 5511 Draft Design Hydrology and Hydraulics Report 2 4 8 16 1 31 $1355 Task 5512 Final Design Hydrology and Hydraulics Report 1 2 6 8 1 18 $777 Task 552 Location Hydraulic Study Task 5521 Draft Location Hydraulic Study 1 4 10 4 1 20 $945 Task 5522 Final Location Hydraulic Study 1 2 4 2 1 10 $489 Task 56 Dry Weather Flow and Bypass 1 4 12 4 2 23 $1066 Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER Task 6312 Revised HRER Task 6313 Final HRER Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR Task 6322 Revised ASR Task 6323 Final ASR Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise Task 672 Revise Noise Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR 05 2 4 24 20 1 515 $2197 Task 682 Revise WQAR 05 1 1 12 8 05 23 $990 Task 683 Final WQAR 1 1 4 4 05 105 $462 Task 7 Public Outreach Task 8 65 PSampE Task 81 BridgeStructural Design Development Task 82 Bridge Approach Roadways Task 821 Roadway Civil Design Task 822 Traffic Design Task 83 Channel Protection Design 1 8 24 12 12 57 $2407 Task 84 Stormwater Pollution Prevention Plan Task 85 Erosion Control Plans Task 86 Engineering Support to the Permit Process Task 87 Cost Estimate amp Specifications 05 2 8 4 145 $657 Task 88 Contract Drawings - Prepare Submittal Task 89 QCQA Task 9 95 PSampE Task 91 Address County Comments 05 1 4 55 $285 Task 92 Complete Design and Bid Documents 1 4 16 8 8 37 $1550 Task 93 Independent Design Check Task 94 Cost Estimate amp Specifications 05 2 6 2 105 $503 Task 95 Perform 95 QCQA Task 10 Final -100 PSampE Task 101 Address County Comments 1 1 2 4 $245 Task 102 Finalize Documents 05 4 12 4 4 245 $1078 Task 103 Prepare Final Deliverables Task 104 Federal Funding Assistance Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

16 4 68 188 128 28 6 438 $19627 $9351 $7731 $6487 $4327 $3361 $2942 $2500

1496 309 4411 8135 4302 824 150 - - 438 $19627 4 1 16 43 29 6 1 100

Notes

1032017

2017_10_03_Franz Creek Fee_RevisedSub 2

Attachment D

Circlepoint (Optional) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Germano Title Project Mgr 12 6250 $75000 Pham Title Sr Associate 56 3466 $194096 Morales Title Coordinator 59 2765 $163135 Seward Title Sr Art Director 6 5300 $31800 Nelson Title Sr Web Designer 0 3724 $000 Krager Title Sr Graphic Design 8 3628 $29024 Sonne Title WebGraphic Design 32 3300 $105600

Escalation Factor $188

Total Direct Labor Costs 173 $617503 INDIRECT COSTS

Rate Total Fringe Benefits 5932 General Overhead 12840 Cost of Facilities Capital 000

Overhead 18772 $1159177 Total Indirect Costs $1159177

OTHER DIRECT COSTS Item Description Quantity Per Unit Total

Mileage 1296 $0535 $69300 Reproduction 1 $350000 $350000 Display Ads 1 $100000 $100000 Exhibit Boards 12 $12000 $144000 Room Rentals 1 $33333 $33333 Online Survey 1 $2000 $2000

$698633

FEE (Profit) 10 $177668

TOTAL COST $2652981

Sonoma County Circlepoint (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Title

Project Mgr Title

Sr Associate Title

Coordinator Title

Sr Art Director Title

Sr Web Designer Title

Sr Graphic Design Title

WebGraphic Design Total Hours

Total $

Hours Germano

Hours Pham

Hours Morales

Hours Seward

Hours Nelson

Hours Krager

Hours Sonne

Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 71 Public Outreach Meetings (2 meetings1 day) 5 20 24 4 4 20 77 $2686 Task 72 Sonoma County Board of Supervisor Meetings (1 total) 6 6 $208

4 15 20 2 4 12 57 $1970 3 15 15 33 $1122

Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

12 56 59 6 8 32 173 $5987 625 347 277 530 372 363 330

75000 194096 163135 31800 29024 105600 - - 173 $5987 7 32 34 3 5 18 100

Notes

56

1032017

2017_10_03_Franz Creek Fee_RevisedSub 3

Attachment E

Cinquini and Passarino COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

0 Principal Professional Land Surveyor 1 - Key Personn 26 6500 $1690 0 Professional Land Surveyor 2 88 5250 $4620 0 Staff Surveyor 3 24 3200 $768 0 Cad Technician 4 56 3100 $1736 0 1 Person Crew 5 0 3975 $0 0 2 Person Crew 6 78 7250 $5655 0 3 Person Crew 7 0 10531 $0 0 Office Manager 8 0 3245 $0 0 Admin Staff 9 0 2448 $0 0 Staff Surveyor 10 0 000 $0

Total Direct Labor Costs 272 $1446900 INDIRECT COSTS

Rate Total Fringe Benefits 7249 General Overhead 8897 Cost of Facilities Capital 000

Overhead 16146 $2336165 Total Indirect Costs $2336165

OTHER DIRECT COSTS Item Description Quantity Per Unit Total

1 Title Reports 4 $750000 $3000 2 Record of Survey 1 $700000 $700

$3700

FEE (Profit) 10 $378306

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 2

$000

TOTAL COST $4531371

Sonoma County Cinquini and Passarino Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel l Professional Land S

2 fessional Land Surve

3 Staff Surveyor

4 Cad Technician

5 1 Person Crew

6 2 Person Crew 3 Person Crew

7 Office Manager

8 Admin Staff

9 Staff Surveyor

10 ncipal Prof Land Surve

11 Total Hours

Total $

Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 31 Topographic Survey 6 16 40 30 92 $4645 Task 32 Right-of-Way (ROW) 8 32 8 24 72 $4196 Task 321 Boundary Surveys Task 322 Appraisal Mapping - Task Deleted Task 33 Title Reports 4 4 $210 Task 34 Legal Descriptions 10 24 16 50 $2422 Task 35 Creek Cross Sections for Hydraulic Analysis 6 8 24 38 $2303 Task 36 Survey Control Sheet 2 6 8 16 $693 Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

26 88 24 56 78 272 $14469 650 525 320 310 398 725 1053 325 245 1690 4620 768 1736 - 5655 - - - - - 272 $14469

10 32 9 21 29 100

1032017

2017_10_03_Franz Creek Fee_RevisedSub 5

Attachment F

NAL COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

De Arcos Senior Envir Consultant 1 8000 $80 Lee Envir Consultant - Key Personnel 8 7500 $600 Scott Technician I 3 6000 $180 Hall Office Support 4 3000 $120

0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0

Total Direct Labor Costs 16 $98000 INDIRECT COSTS

Rate Total Fringe Benefits 1500 General Overhead 2000 Cost of Facilities Capital 009

Overhead 3509 $34388 Total Indirect Costs $34388

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Mileage (one field visit and two project meetings in Santa Rosa) 256 $0535 $137 Data Collection (up to five intersections) 10 $17000 $170

$307

FEE (Profit) 10 $13239

$000

TOTAL COST $176323

Sonoma County NAL Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task Description Envir Consultant Senior Envir Consultant -

Key Personnel Technician I Office Support Total Hours

Total $

De Arcos Lee Scott HallHours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours

Task 1 Project Management Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 61 Initial Site Assessment (ISA) 5 3 8 $555 Task 611 Draft ISA 1 3 4 $170 Task 612 Revised ISA 2 05 25 $165 Task 613 Final ISA 1 05 15 $90 Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

1 8 3 4

- - - - - - - - -

16 800 750 600 300

16 $98080 600 180 120 6 50 19 25 100

Notes

1032017

2017_10_03_Franz Creek Fee_RevisedSub 6

Attachment G

Origer COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours Hourly Rate Total

Janine Origer Vicki Beard

Principal Investgator 1 - Key Personnel Architectural Historian 2 Staff

60 122

0

2800 2800 1800

$1680 $3416

$0

Total Direct Labor Costs INDIRECT COSTS

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS Item Description mileage Northwest Inform Hourly access fee Copies per page fee for paper or digital copies Historical societ Research fees

182

Quantity 40

1

Rate 9000 11300

005 20305

Per Unit $0535

$100000 $0150

$100000

Total

$1034743

Total $21 $100

$0 $0

$509600

$1034743

$121

FEE (Profit) 10 $154434

TOTAL COST $1710917

Sonoma County Origer Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Principal InvestgatorA

2 rchitectural Historian Staff Total

Hours Total

$

Hours Janine Origer

Hours Vicki Beard

Hours Hours Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) 12 102 114 $3192 Task 631 Historic Resources Evaluation Report (HRER) 16 16 $448 Task 6311 Draft HRER 4 4 $112 Task 6312 Revised HRER Task 6313 Final HRER 32 32 $896 Task 632 Archaeological Survey Report (ASR) 4 4 $112 Task 6321 Draft ASR 2 2 $56 Task 6322 Revised ASR Task 6323 Final ASR 6 6 $168 Task 633 Historic Properties Survey Report (HPSR) 2 2 $56 Task 6331 Draft HPSR 2 2 $56 Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise Task 672 Revise Noise Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR Task 682 Revise WQAR Task 683 Final WQAR Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

60 122 182 280 280 180 1680 3416 - - - - - - - 182 $5096

33 67 100 Notes

2017_10_03_Franz Creek Fee_RevisedSub 7

1032017

Attachment H

Anchor QEA COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Josh Burnam Managing Partner 8 $9010 $721 Katie Chamberlin Project Manager - Key Personnel 6 $5600 $336 Nick Duffort Senior PlannerBiologist - Key Personnel 66 $3800 $2508 Jordan Theyel Editor 14 $2480 $347

0 0 $000 $0 0 0 $000 $0

Total Direct Labor Costs 94 $391200 INDIRECT COSTS

Rate Total Fringe Benefits 9354 General Overhead 7297 Cost of Facilities Capital 018

Overhead 16669 $652091 Total Indirect Costs $652091

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Hotel $200000 $0 Travel 178 $0535 $95

$95

FEE (Profit) 10 $104329

TOTAL COST $1157155

Sonoma County Anchor QEA Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Managing Partner t Manager - Key PernnerBiologist - Key Editor Total Hours

Total $

Hours Josh Burnam

Hours Katie Chamberlin

Hours Nick Duffort

Hours Jordan Theyel

Hours Hours Hours Hours Hours

Task 11 Project kickoff Meeting Task 12 ProjectStaff Management Task 13 Meetings Task 14 Work Progress Form Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER Task 6312 Revised HRER Task 6313 Final HRER Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR Task 6322 Revised ASR Task 6323 Final ASR Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise 20 20 $760 Task 671 Draft Noise 6 4 34 10 54 $2305 Task 672 Revise Noise Task 673 Final Noise 2 2 12 4 20 $847 Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR Task 682 Revise WQAR Task 683 Final WQAR Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 6 66 14 94 $9010 $5600 $3800 $2480

721 336 2508 347 - - - - - 94 $3912 9 6 70 15 100

Notes

2017_10_03_Franz Creek Fee_RevisedSub 8

1032017

Anchor QEA (Optional) COST PROPOSAL - OPTIONAL SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours

Josh Burnam Managing Partner 0 Katie Chamberlin Project Manager - Key Personnel 0 Nick Duffort Senior PlannerBiologist - Key Personne 8 Jordan Theyel Editor 0

0 0 0 0

Total Direct Labor Costs 8 INDIRECT COSTS

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS Item Description Quantity Hotel Travel

Hourly Rate

90 $5599 $3598 $2403 $000 $000

Rate 9354 7297 018 16669

Per Unit $235000

$0535

Total

$0 $0

$288 $0 $0 $0

Total

$47980

Total $0 $0

$28784

$47980

$0

FEE (Profit) 10 $7676

TOTAL COST $84440

Sonoma County Anchor QEA (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Managing Partner t Manager - Key PernnerBiologist - Key Editor Total Hours

Total $

Hours Josh Burnam

Hours Katie Chamberlin

Hours Nick Duffort

Hours Jordan Theyel

Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 67 Noise Task 671 Draft Noise 8 8 $288 Task 672 Revise Noise Task 673 Final Noise Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 8 9005 5599 3598 2403

- - 288 - - - - - - 8 $288 100 100

Notes

2017_10_03_Franz Creek Fee_RevisedSub 8-Optional

1032017

EXHIBIT B- Insurance Requirements

With respect to performance of work under this Agreement Consultant shall maintain and shall require all of its subcontractors consultants and other agents to maintain insurance as described below unless such insurance has been expressly waived by the attachment of a Waiver of Insurance Requirements Any requirement for insurance to be maintained after completion of the work shall survive this Agreement

County reserves the right to review any and all of the required insurance policies andor endorsements but has no obligation to do so Failure to demand evidence of full compliance with the insurance requirements set forth in this Agreement or failure to identify any insurance deficiency shall not relieve Consultant from nor be construed or deemed a waiver of its obligation to maintain the required insurance at all times during the performance of this Agreement

1 Workers Compensation and Employers Liability Insurance a Required if Consultant has employees as defined by the Labor Code of the State of

California b Workers Compensation insurance with statutory limits as required by the Labor Code of

the State of California c Employers Liability with minimum limits of $1000000 per Accident $1000000 Disease

per employee $1000000 Disease per policy d Required Evidence of Insurance Certificate of Insurance

If Consultant currently has no employees as defined by the Labor Code of the State of California Consultant agrees to obtain the above-specified Workers Compensation and Employers Liability insurance should employees be engaged during the term of this Agreement or any extensions of the term

2 General Liability Insurance a Commercial General Liability Insurance on a standard occurrence form no less broad than

Insurance Services Office (ISO) form CG 00 01 b Minimum Limits $1000000 per Occurrence $2000000 General Aggregate $2000000

ProductsCompleted Operations Aggregate The required limits may be provided by a combination of General Liability Insurance and Commercial Excess or Commercial Umbrella Liability Insurance If Consultant maintains higher limits than the specified minimum limits County requires and shall be entitled to coverage for the higher limits maintained by Consultant

c Any deductible or self-insured retention shall be shown on the Certificate of Insurance If the deductible or self-insured retention exceeds $25000 it must be approved in advance by County Consultant is responsible for any deductible or self-insured retention and shall fund it upon Countyrsquos written request regardless of whether Consultant has a claim against the insurance or is named as a party in any action involving the County

d The County of Sonoma its Officers Agents and Employees shall be endorsed as additional insureds for liability arising out of operations by or on behalf of the Consultant in the performance of this Agreement

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 1 of 3 STPLZ-5920(149)

e The insurance provided to the additional insureds shall be primary to and non-contributory with any insurance or self-insurance program maintained by them

f The policy definition of ldquoinsured contractrdquo shall include assumptions of liability arising out of both ongoing operations and the products-completed operations hazard (broad form contractual liability coverage including the ldquofrdquo definition of insured contract in ISO form CG 00 01 or equivalent)

g The policy shall cover inter-insured suits between the additional insureds and Consultant and include a ldquoseparation of insuredsrdquo or ldquoseverabilityrdquo clause which treats each insured separately

h Required Evidence of Insurance i Copy of the additional insured endorsement or policy language granting additional

insured status and ii Certificate of Insurance

3 Automobile Liability Insurance a Minimum Limit $1000000 combined single limit per accident The required limits may

be provided by a combination of Automobile Liability Insurance and Commercial Excess or Commercial Umbrella Liability Insurance

b Insurance shall cover all owned autos If Consultant currently owns no autos Consultant agrees to obtain such insurance should any autos be acquired during the term of this Agreement or any extensions of the term

c Insurance shall cover hired and non-owned autos d Required Evidence of Insurance Certificate of Insurance

4 Professional LiabilityErrors and Omissions Insurance a Minimum Limits $1000000 per claim or per occurrence $1000000 annual aggregate b Any deductible or self-insured retention shall be shown on the Certificate of Insurance If

the deductible or self-insured retention exceeds $25000 it must be approved in advance by County

c If the insurance is on a Claims-Made basis the retroactive date shall be no later than the commencement of the work

d Coverage applicable to the work performed under this Agreement shall be continued for two (2) years after completion of the work Such continuation coverage may be provided by one of the following (1) renewal of the existing policy (2) an extended reporting period endorsement or (3) replacement insurance with a retroactive date no later than the commencement of the work under this Agreement

e Required Evidence of Insurance Certificate of Insurance

5 Standards for Insurance Companies Insurers other than the California State Compensation Insurance Fund shall have an AM Bests rating of at least AVII

6 Documentation a The Certificate of Insurance must include the following reference Franz Valley School

Road over Franz Creek Bridge Replacement (C14007)

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 2 of 3 STPLZ-5920(149)

b All required Evidence of Insurance shall be submitted prior to the execution of this Agreement Consultant agrees to maintain current Evidence of Insurance on file with County for the entire term of this Agreement and any additional periods if specified in Sections 1 ndash 4 above

c The name and address for Additional Insured endorsements and Certificates of Insurance is The County of Sonoma its Officers Agents and Employees Attn Olesya Tribukait 2300 County Center Drive Suite B100 Santa Rosa CA 95403

d Required Evidence of Insurance shall be submitted for any renewal or replacement of a policy that already exists at least ten (10) days before expiration or other termination of the existing policy

e Consultant shall provide immediate written notice if (1) any of the required insurance policies is terminated (2) the limits of any of the required policies are reduced or (3) the deductible or self-insured retention is increased

f Upon written request certified copies of required insurance policies must be provided within thirty (30) days

7 Policy Obligations Consultants indemnity and other obligations shall not be limited by the foregoing insurance requirements

8 Material Breach If Consultant fails to maintain insurance which is required pursuant to this Agreement it shall be deemed a material breach of this Agreement County at its sole option may terminate this Agreement and obtain damages from Consultant resulting from said breach Alternatively County may purchase the required insurance and without further notice to Consultant County may deduct from sums due to Consultant any premium costs advanced by County for such insurance These remedies shall be in addition to any other remedies available to County

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 3 of 3 STPLZ-5920(149)

ATTACHMENT B DATE (MMDDYYYY)

CERTIFICATE OF LIABILITY INSURANCE 03182017

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER

Suite 370 3780 Mansell Road

Greyling Insurance Brokerage

Alpharetta GA 30022

1-770-552-4225 CONTACT NAME Jerry Noyola PHONE (AC No Ext) 770-552-4225

FAX (AC No) 866-550-4082

ADDRESS E-MAIL jerrynoyolagreylingcom

INSURER(S) AFFORDING COVERAGE NAIC

INSURER A NATIONAL UNION FIRE INS CO OF PITTS 19445

INSURED

Rancho Cordova CA 95670 Suite 100 10680 White Rock Road TRC Companies Inc TRC Engineers Inc

INSURER B XL SPECIALTY INS CO 37885

INSURER C NEW HAMPSHIRE INS CO 23841

INSURER D STEADFAST INS CO 26387

INSURER E

INSURER F

COVERAGES CERTIFICATE NUMBER 49364000 REVISION NUMBER

CERTIFICATE HOLDER

AUTHORIZED REPRESENTATIVE

CANCELLATION

LOCJECT PROshy

POLICY

GENL AGGREGATE LIMIT APPLIES PER

OCCURCLAIMS-MADE

COMMERCIAL GENERAL LIABILITY

PREMISES (Ea occurrence) $ DAMAGE TO RENTED EACH OCCURRENCE $

MED EXP (Any one person) $

PERSONAL amp ADV INJURY $

GENERAL AGGREGATE $

PRODUCTS - COMPOP AGG $

$RETENTIONDED

CLAIMS-MADE

OCCUR

$

AGGREGATE $

EACH OCCURRENCE $UMBRELLA LIAB

EXCESS LIAB

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES (ACORD 101 Additional Remarks Schedule may be attached if more space is required)

INSR LTR TYPE OF INSURANCE POLICY NUMBER

POLICY EFF (MMDDYYYY)

POLICY EXP (MMDDYYYY) LIMITS

PER STATUTE

OTHshyER

EL EACH ACCIDENT

EL DISEASE - EA EMPLOYEE

EL DISEASE - POLICY LIMIT

$

$

$

ANY PROPRIETORPARTNEREXECUTIVE

If yes describe under DESCRIPTION OF OPERATIONS below

(Mandatory in NH) OFFICERMEMBER EXCLUDED

WORKERS COMPENSATION AND EMPLOYERS LIABILITY Y N

AUTOMOBILE LIABILITY

ANY AUTO ALL OWNED SCHEDULED

HIRED AUTOS NON-OWNED

AUTOS AUTOS

AUTOS

COMBINED SINGLE LIMIT

BODILY INJURY (Per person)

BODILY INJURY (Per accident)

PROPERTY DAMAGE $

$

$

$

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSD ADDL

WVD SUBR

N A

$

$

(Ea accident)

(Per accident)

OTHER

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

1000000

Department of Transporation and Public Works County of Sonoma

Including Pollution Liability

Contractual Liability

Professional Liability

X

X

040117

040117

040118 040118

D

1000000

Suite B-100 2300 County Center Drive

500000

X

non-contributory where required by written contract contract The above referenced liability policies with the exception of professional liability are primary amp liability policies with the exception of workers compensation amp professional liability where required by written The County of Sonoma its officers agents amp employees are named as Additional Insureds on the above referenced

10000

Re As contracted with Sonoma County Transportation amp Public Works

040118

040118

040118

N 1000000

2000000

X

X

9000000

Santa Rosa CA 95403

X

X

9000000

1000000

USA

040117

040117

1000000

040118A

B

X

2000000

X

0401175341999

040118X

5000000

5000000

Martha Cheever

X

25000

Aggregate

Per ClaimPEC019684301

US00075712LI17A

040117 040117

4773667 (AOS)

22298274 (AOS)

4773668 (MA)

22298275 (CA)

1000000

X

A

C

A

A

copy 1988-2014 ACORD CORPORATION All rights reserved ACORD 25 (201401) The ACORD name and logo are registered marks of ACORD JNoyola 49364000

Exhibit C

DISADVANTAGED BUSINESS ENTERPRISES (DBE)

THIS PROJECT IS SUBJECT TO TITLE 49 CFR 2613(B)

The consultant sub recipient or subcontractor shall not discriminate on the basis of race color

national origin or sex in the performance of this contract The consultant shall carry out

applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted

agreements Failure by the consultant to carry out these requirements is a material breach of this

agreement which may result in the termination of this agreement or such other remedy as the

recipient deems appropriate which may include but is not limited to (1) Withholding monthly progress payments (2) Assessing sanction (3) Liquidated damages andor (4) Disqualifying

the contractor from future bidding as non-responsible

Consultant must take necessary and reasonable steps to ensure that DBEs have opportunity to

participate in the agreement (49 CFR 26)

To ensure equal participation of DBEs provided in 49 CFR 265 the Department shows a goal

for DBEs Consultant must make work available to DBEs and select work parts consistent with

available DBE subcontractors and suppliers

Consultant must meet the DBE goal shown in Section 1342 of Agreement or demonstrate that

adequate good faith efforts have been made to meet this goal It is the consultantrsquos responsibility

to verify that the DBE firm is certified as DBE at date of proposal opening For a list of DBEs

certified by the California Unified Certification Program go to

httpwwwdotcagovhqbepfind_certifiedhtm

All DBE participation will count toward the Departments federally mandated statewide overall

DBE goal

Credit for materials or supplies you purchase from DBEs counts towards the goal in the

following manner

1 100 percent counts if the materials or supplies are obtained from a DBE manufacturer

2 60 percent counts if the materials or supplies are obtained from a DBE regular dealer

3 Only fees commissions and charges for assistance in the procurement and delivery of

materials or supplies count if obtained from a DBE that is neither a manufacturer or

regular dealer 49 CFR 2655 defines manufacturer and regular dealer

You receive credit towards the goal if you employ a DBE trucking company that performs a

commercially useful function as defined in 49 CFR 2655(d)(1) through (4) and (6)

DBE GOAL The Disadvantaged Business Enterprise (DBE) goal for this project is 11

DBE COMMITMENT SUBMITTAL Submit DBE information on the Caltrans Bidder ndash DBE Commitment form included as within this Agreement The form must be completed and returned with the agreement Submit written confirmation from each DBE stating that it is participating in the contract Include confirmation with the DBE Commitment form A copy of a DBEs quote will serve as written confirmation that the DBE is participating in the contract

It is the consultantrsquos responsibility to verify that the firm is certified as of the date of submittal Listings of DBEs certified by the CUCP are available at httpwwwdotcagovhqbeq Click the ldquoFind a Certified Firmrdquo link

GOOD FAITH EFFORTS SUBMITTAL If you have not met the DBE goal complete and submit the Good Faith Efforts Documentation form with the proposal showing that you made adequate good faith efforts to meet the goal Only good faith efforts directed towards obtaining participation by DBEs will be considered If your DBE Commitment form shows that you have met the DBE goal or if you are required to submit the DBE Commitment form you must also submit good faith efforts documentation Good faith efforts documentation must include the following information and supporting documents as necessary

1 Items of work the consultant has made available to DBE firms Identify those items of

work you might otherwise perform with its own forces and those items that have been

broken down into economically feasible units to facilitate DBE participation For each

item listed show the dollar value and percentage of the total contract It is your

responsibility to demonstrate that sufficient work to meet the goal was made available to

DBE firms

2 Names of certified DBEs and dates on which they were solicited to bid on the project

Include the items of work offered Describe the methods used for following up initial

solicitations to determine with certainty if the DBEs were interested and the dates of the

follow-up Attach supporting documents such as copies of letters memos facsimiles

sent telephone logs telephone billing statements and other evidence of solicitation You

are reminded to solicit certified DBEs through all reasonable and available means and

provide sufficient time to allow DBEs to respond

3 Name of selected firm and its status as a DBE for each item of work made available

Include name address and telephone number of each DBE that provided a quote and

their price quote If the firm selected for the item is not a DBE provide the reasons for

the selection

4 Name and date of each publication in which you requested DBE participation for the

project Attach copies of the published advertisements

5 Names of agencies and dates on which they were contacted to provide assistance in

contacting recruiting and using DBE firms If the agencies were contacted in writing

provide copies of supporting documents

6 List of efforts made to provide interested DBEs with adequate information about the

plans specifications and requirements of the contract to assist them in responding to a

solicitation If you have provided information identify the name of the DBE assisted the

nature of the information provided and date of contact Provide copies of supporting

documents as appropriate

7 List of efforts made to assist interested DBEs in obtaining bonding lines of credit

insurance necessary equipment supplies and materials excluding supplies and

equipment that the DBE subcontractor purchases or leases from the prime consultant or

its affiliate If such assistance is provided by you identify the name of the DBE assisted

nature of the assistance offered and date assistance was provided Provide copies of

supporting documents as appropriate

8 Any additional data to support demonstration of good faith efforts

SUBCONTRACTOR AND DBE RECORDS

The Consultant shall maintain records showing the name and business address of each first-tier

subcontractor The records shall also show the name and business address of every DBE

subcontractor DBE vendor of materials and DBE trucking company regardless of tier The

records shall show the date of payment and the total dollar figure paid to all of these 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

Upon completion of the Agreement a summary of these records shall be prepared on Final

Report-Utilization of Disadvantaged Business Enterprise (DBE) First Tier Subcontractors

Form CEM-2402(F) and certified correct by the Consultant or the Consultants authorized

representative and shall be furnished to the County Engineer The form shall be furnished to the

Engineer within 90 days from the date of contract acceptance

Prior to the fifteenth of each month the Consultant shall submit documentation to the Engineer

showing the amount paid to DBE trucking companies The Consultant shall also obtain and

submit documentation to the Engineer showing the amount paid by DBE trucking companies to

all firms including owner-operators for the leasing of trucks If the DBE who leases trucks

from a non-DBE the Consultant may count only for the fee or commission the DBE receives as

a result of the lease arrangement

The Consultant shall also obtain and submit documentation to the Engineer showing the truck

number owners name California Highway Patrol CA number and if applicable the DBE

certification number of the owner of the truck for all trucks used during that month This

documentation shall be submitted on Monthly DBE Trucking Verification Form CEM- 2404

(F)

DBE CERTIFICATION STATUS

If a DBE subcontractor is decertified during the life of the project the decertified subcontractor

shall notify the Consultant in writing with the date of decertification If a subcontractor becomes

a certified DBE during the life of the project the subcontractor shall notify the Consultant in

writing with the date of certification The Consultant shall furnish the written documentation to

the Engineer

Upon completion of the contract Disadvantaged Business Enterprise (DBE) Certification Status

Change Form CEM-2403 (F) indicating the DBEs existing certification status shall be signed

and certified correct by the Consultant The certified form shall be furnished to the Engineer

within 90 days from the date of contract acceptance

PERFORMANCE OF DBE SUBCONTRACTORS AND SUPPLIERS

The DBEs listed by the Consultant in response to the provisions in Section 2-102B Submission

of DBE Information and Section 3 Award and Execution of Contract of these special

provisions which are determined by the Department to be certified DBEs shall perform the

work and supply the materials for which they are listed unless the Consultant has received prior

written authorization to perform the work with other forces or to obtain the materials from other

sources

Authorization to use other forces or sources of materials may be requested for the following

reasons

A The listed DBE after having had a reasonable opportunity to do so fails or

refuses to execute a written contract when such written contract based upon the

general terms conditions plans and specifications for the project or on the terms of

such subcontractors or suppliers written bid is presented by the Consultant

B The listed DBE becomes bankrupt or insolvent

C The Listed DBE fails or refuses to perform the subcontract or furnish the listed

materials

D The Consultant stipulated that a bond was a condition of executing a subcontract

and the listed DBE subcontractor fails or refuses to meet the bond requirements of

the Consultant

E The work performed by the listed subcontractor is substantially unsatisfactory and

is not in substantial conformance with the plans and specifications or the

subcontractor is substantially delaying or disrupting the progress of the work

F It would be in the best interest of the County

The Consultant shall not be entitled to any payment for such work or material unless it is

performed or supplied by the listed DBE or by other forces (including those of the

Consultant) pursuant to prior written authorization of the Engineer

Local Assistance Procedures Manual ATTACHMENT P Exhibit 10-01 middot Consultant Proposal DBE Commitment

EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT

1 Local Agency County Of Sonoma 2 Contract DBE Goal 11 ~~~~~~~~~~~~~

3 Project Description Consulting Engineering Services for Replacement of the Franz Creek Bridge

4 Project Location Franz Valley School Road Sonoma County CA

5 Consultants Name TRC Engineers Inc 6 Prime Certified DBE O

7 Description of Work Service or Materials Supplied

Geotechnical - Driller

Traffic Control

HydrologyHydraulicsScour

8 DBE Certification

Number

37877

42433

30066

Local Agency to Complete this Section

17 Local Agency Contracl Number C14007

18 Federal-Aid Project Number BRL0-5920(149)

19 Proposed Contract Execution Date

Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate

~~ 2oy-a1 Agency Representatives Signature

Angela Silvestri 22 Local Agency Representatives Name

Department Analyst DBELO 24 Local Agency Representatives Title

1 ZtJ 12 21 Date

707-565-2758 23 Phone

9 DBE Contact Information

Woodward Drilling

Traffic Control Pros

WRECO

11 TOTAL CLAIMED DBE PARTICIPATION

10 DBE

393

170

717

128

IMPORTANT Identify all DBE firms being claimed for credit regardless of tier Written confirmation of each listed DBE is required

~

~ cfZV(A_---fl0617 12 Preparers SiJ(r-i~ture 13 Date

Mark lmbriani 916-366-0632 14 Preparers Name 15 Phone

Vice President 16 Preparers Title

DISTRIBUTION Original - Included with consultants proposal to local agency

ADA Notice For individuals with sensory disabilities this document is available in alternate formats For information call (916) 654-641 O or TDD (916) 654shy3880 or write Records and Forms Management 1120 N Street MS-89 Sacramento CA 95814

Page 1 of2 July 23 2015

Local Assistance Procedures Manual Exhibit 10-O1 Consultant Proposal DBE Commitment

INSTRUCTIONS ndash CONSULTANT PROPOSAL 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 Consultantrsquos Name - Enter the consultantrsquos firm name 6 Prime Certified DBE - Check box if prime contractor is a certified DBE 7 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 consultantrsquos 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 8 DBE Certification Number - Enter the DBErsquos Certification Identification Number All DBEs must be certified on the date bids are opened 9 DBE Contact Information - Enter the name address and phone number of all DBE subcontracted consultants Also enter the prime consultantrsquos name and phone number if the prime is a DBE 10 DBE - Percent participation of work to be performed or service provided by a DBE Include the prime consultant if the prime is a DBE See LAPM Chapter 9 for how to count fullpartial participation 11 Total Claimed DBE Participation - Enter the total DBE participation claimed If the total claimed is less than item ldquoContract DBE Goalrdquo an adequately documented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM) 12 Preparerrsquos Signature - The person completing the DBE commitment form on behalf of the consultantrsquos firm must sign their name 13 Date - Enter the date the DBE commitment form is signed by the consultantrsquos preparer 14 Preparerrsquos Name - Enter the name of the person preparing and signing the consultantrsquos DBE commitment form 15 Phone - Enter the area code and phone number of the person signing the consultantrsquos DBE commitment form 16 Preparerrsquos Title - Enter the positiontitle of the person signing the consultantrsquos DBE commitment form

LOCAL AGENCY SECTION

17 Local Agency Contract Number - Enter the Local Agency contract number or identifier 18 Federal-Aid Project Number - Enter the Federal-Aid Project Number 19 Proposed Contract Execution Date - Enter the proposed contract execution date 20 Local Agency Representativersquos 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 21 Date - Enter the date the DBE commitment form is signed by the Local Agency Representative 22 Local Agency Representativersquos Name - Enter the name of the Local Agency Representative certifying the consultantrsquos DBE commitment form 23 Phone - Enter the area code and phone number of the person signing the consultantrsquos DBE commitment form 24 Local Agency Representative Title - Enter the positiontitle of the Local Agency Representative certifying the consultantrsquos DBE commitment form

Page 2 of 2 July 23 2015

--------

Local Assistance Procedures Manual Exhibit 10-02 Consultant Contract DBE Commitment

E XHIBIT 10-02 CONSULTANT CONTRACT DBE COMMITMENT

1 Local Agency County of Sonoma 2 Contract DBE Goal 11 -------------------~ ------------~

3 Project Description Consulting Engineering Services for Replacement of the Franz Creek Bridge

4 Project Location Franz Valley School Road Sonoma County CA

5 Consultants Name TRC Engineers Inc 6 Prime Certified DBE D 7 Total Contract Award Amount

8 Total Dollar Amount for ALL Subconsultants $258 148 9 Total Number of ALL Subconsultants 9

10 Description of Work Service or Materials Supplied

11 DBE Certification

Number

Geotechnical- Driller 37877

HydrologyHydraulicsScourGeotechnical 30066

Local Agency to Complete this Section

20 Local Agency Contract ~h1mhormiddot

21 Federal-Aid Project Number

22 Contract Execution n

Local Agency certifies that all DBE certifications are valid and infonnation on this fonn is complete and accurate

23 Local Agency Representatives Signature 24 Date

25 Local Agency Representatives Name 26 Phone

27 Local Agency Representatives Title

13 DBE 12 DBE Contact lnfonnation Dollar

Amount

Woodward Drilling 550 River Road FOO Vista CA 94571 $26274707-374-4300

NRECO 1243 Alpine Roa d 108 Walnut Creek CA 94 596 $54886925-941 -0017

$81 160 14 TOTAL CLAIMED DBE PARTICIPATION

116

IMPORTANT Identify all DBE inns being claimed for credit regardless of tier Written confirmation of each listed DBE is required

PMd~A-- 102616 15 Preparers S~ature 16 Date

Mark A lmbriani 916-366-0632 17 Preparers Name 18 Phone

Vice President 19 Preparers Title

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

ADA Notice For individuals with sensory disabilities this document is available in alternate fonmats For infonmation call (916) 654-6410 or TDD (916) 654shy3880 or write Records and Fonms Management 1120 N Street MS-89 Sacramento CA 95814

Page 1 of2 July 23 2015

Local Assistance Procedures Manual Exhibit 10-02 Consultant Contract DBE Commitment

INSTRUCTIONS - CONSUL TANT CONTRACT DBE COMMITMENT

CONSUL TANT 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 Consultants Name - Enter the consultants 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 consultants 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 ofDBE firms 11 DBE Certification Number - Enter the DBEs 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 consultants name and phone number ifthe 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 fullpartial 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) Ifthe 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 Preparers Signature - The person completing the DBE commitment form on behalf of the consultants firm must sign their name 16 Date - Enter the date the DBE commitment form is signed by the consultants preparer 17 Preparers Name - Enter the name of the person preparing and signing the consultants DBE commitment form 18 Phone - Enter the area code and phone number of the person signing the consultants DBE commitment form 19 Preparers Title - Enter the positiontitle of the person signing the consultants 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 Representatives 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 Representatives Name - Enter the name of the Local Agency Representative certifying the consultants DBE commitment form 26 Phone - Enter the area code and phone number of the person signing the consultants DBE commitment form 27 Local Agency Representative Title - Enter the positiontitle of the Local Agency Representative certifying the consultants DBE commitment form

Page 2 of2 July 23 2015

  • 10 24 17 TPW Roads TRCAgreeFranzCreekBridgeC14007_Att1 Agreepdf
    • Standard Professional Services Agreement (ldquoPSArdquo)
    • Federal Funds
      • l Scope of Services
        • 11 Consultants Specified Services
        • 12 Cooperation With County
        • 13 Performance Standard
        • 14 Assigned Personnel
        • 15 Consultantrsquos Reports or Meetings
          • 2 Allowable Costs and Payments
            • 21 Method of payment
            • 22 Fixed Fee
            • 23 Transportation amp Subsistence
            • 24 Milestone Costs
            • 25 Progress Payments
            • 26 Payment
            • 27 Invoices
            • 28 Contract Value
            • 29 Salary Increases
            • 210 Invoicing
            • 211 Taxes
              • 3 Term of Agreement
                • 31 Term
                • 32 Contract Execution
                  • 4 Termination
                    • 41 Notice Period
                    • 42 Grounds for Termination
                    • 43 Liability
                    • 44 Authority to Terminate
                      • 5 Indemnification
                      • 6 Insurance
                      • 7 Prosecution of Work
                      • 8 Extra or Changed Work
                      • 9 Representations of Consultant
                        • 91 Standard of Care
                        • 92 Status of Consultant
                        • 93 No Suspension or Debarment
                        • 94 Taxes
                        • 95 Records Maintenance
                        • 96 Conflict of Interest
                        • 97 Statutory Compliance
                        • 98 Living Wage Ordinance
                        • 99 Nondiscrimination
                        • 910 Statement of Compliance
                        • 911 AIDS Discrimination
                        • 912 Assignment of Rights
                        • 913 Ownership and Disclosure of Work Product
                        • 914 Authority
                          • 10 Demand for Assurance
                          • 11 Assignment and Delegation
                          • 12 Method and Place of Giving Notice Submitting Bills and Making Payments
                          • 13 Federal Requirements
                            • 131 Contract Assurance
                            • 132 Prompt Progress Payments to Subcontractors
                            • 134 Disadvantaged Business Enterprise (DBE) Participation
                            • 135 Prevailing Wage
                            • 136 Text Messaging While Driving
                            • 137 Buy America
                            • 138 Prohibition of Expending Local Agency State or Federal funds for Lobbying
                            • 139 Cost Principals and Administrative Requirements
                            • 1310 Retention of RecordsAudit
                            • 1311 Audit Review Procedures
                            • 1312 Subcontracting
                            • 1313 Equipment Purchase
                              • 14 Miscellaneous Provisions
                                • 141 No Waiver of Breach
                                • 142 Construction
                                • 143 Consent
                                • 144 No Third Party Beneficiaries
                                • 145 Applicable Law and Forum
                                • 146 Captions
                                • 147 Merger
                                • 148 Survival of Terms
                                • 149 Time of Essence
                                • 1410 Rebates Kickback or Other Unlawful Consideration
                                • 1411 Funding Requirements
                                • 1412 Evaluation of Consultant
                                • 1413 Claims Filed by Countyrsquos Construction Contractor
                                • 1414 National Labor Relations Board Certification
                                • 1415 Retention of Funds
                                • 1416 Contingent Fee
                                • 1417 Inspection of Work
                                • 1418 Safety
                                    • 03 Exhibit A - Scope of Workpdf
                                      • Attachment H - Anchor QEA Cost Proposalpdf
                                        • 2017_08_22_Franz Creek Fee_Revised
                                        • 2017_08_22_Franz Scope Final
                                          • SCOPE OF WORK
                                            • Task 1 Project Management
                                            • Task 2 - Preliminary Engineering
                                            • Task 3 ndash SurveyingMappingROW Engineering
                                            • Task 4 - Geotechnical Engineering
                                            • Task 5 Hydrology and Hydraulics
                                            • Task 6 Environmental
                                            • Task 7 ndash Public Outreach
                                            • Task 8 ndash 65 PSampE
                                            • Task 9 - 95 PSampE
                                            • Task 10 - Final (100) PSampE
                                            • Task 11 - Pre-Construction Engineering Services
                                            • SUPPLEMENTAL SERVICES
                                            • 2C5 ndash Utility Potholing
                                            • 49 ndash Geotechnical Retaining Wall Investigation and Analysis
                                            • 69 ndash Noise ndash Bioacoustic Analysis
                                            • Task 7A -Public Outreach led by the Consultant
                                            • Task 810 ndash Retaining Wall Design
                                            • Task 12 - Construction Support Services
                                                • Att B -Exhibit 1-Interview
                                                    • 04 Exhibit B - Sonoma County Insurance Requirementspdf
                                                      • Exhibit B
                                                        • Sonoma County Insurance Requirements
                                                        • Contractor Required Insurance
                                                          • A Workers Compensation Insurance amp Employers Liability Insurance
                                                          • B General Liability Insurance
                                                          • C Automobile Liability Insurance
                                                          • D Contractors Pollution Liability Insurance
                                                          • E Professional LiabilityErrors and Omissions Insurance
                                                          • F Increase of Minimum Limits
                                                          • G Standards for Insurance Companies
                                                          • H Documentation
                                                          • I Policy Obligations
                                                          • J Subcontractors ndash Required Insurance
                                                            • a Minimum Limit $1000000 per claim or per occurrence
                                                              • ADPA99Ftmp
                                                                • 1 Workers Compensation and Employers Liability Insurance
                                                                • 2 General Liability Insurance
                                                                • 3 Automobile Liability Insurance
                                                                • 4 Professional LiabilityErrors and Omissions Insurance
                                                                • 5 Standards for Insurance Companies
                                                                • 6 Documentation
                                                                • 7 Policy Obligations
                                                                • 8 Material Breach
                                                                      1. Page 2 of 2_3
Page 4: County of Sonoma Agenda Item Summary Report - Granicus

Standard Professional Services Agreement (ldquoPSArdquo) Federal Funds

AGREEMENT FOR [CONSULTINGPROFESSIONAL] SERVICES

This agreement (Agreement) dated as of 20 (ldquoEffective Daterdquo) is by and between the County of Sonoma a political subdivision of the State of California (hereinafter County) and TRC Engineers Inc (hereinafter Consultant)

R E C I T A L S

WHEREAS Consultant represents that it is a duly qualified and licensed civil engineer experienced in the preparation of and related services and

WHEREAS in the judgment of the Department of Transportation amp Public Works it is necessary and desirable to employ the services of Consultant for Design Services related to replacement of the Franz Creek Bridge

NOW THEREFORE in consideration of the foregoing recitals and the mutual covenants contained herein the parties hereto agree as follows

A G R E E M E N T

l Scope of Services

11 Consultants Specified Services

Consultant shall perform the services described in Exhibit ldquoArdquo attached hereto and incorporated herein by this reference (hereinafter Scope of Work) and within the times or by the dates provided for in Exhibit ldquoArdquo and pursuant to Article 7 Prosecution of Work In the event of a conflict between the body of this Agreement and Exhibit ldquoArdquo the provisions in the body of this Agreement shall control Without limiting the foregoing Consultant expressly agrees to comply with all Disadvantaged Business Enterprise (ldquoDBErdquo) requirements imposed on this Agreement as more specifically described in Section 134 below and Exhibit ldquoCrdquo hereto

12 Cooperation With County

Consultant shall cooperate with County and County staff in the performance of all work hereunder

13 Performance Standard

Consultant shall perform all work hereunder in a manner consistent with the level of competency and standard of care normally observed by a person practicing in Consultants profession County has relied upon the professional ability and training of Consultant as a material inducement to enter into this Agreement Consultant hereby agrees to provide all services under this Agreement in accordance with generally accepted professional practices and standards of care as well as the requirements of applicable federal state and local laws it being understood that acceptance of

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 1 October 2017

Contractorrsquos work by County shall not operate as a waiver or release If County determines that any of Consultants work is not in accordance with such level of competency and standard of care County in its sole discretion shall have the right to do any or all of the following (a) require Consultant to meet with County to review the quality of the work and resolve matters of concern (b) require Consultant to repeat the work at no additional charge until it is satisfactory (c) terminate this Agreement pursuant to the provisions of Article 4 or (d) pursue any and all other remedies at law or in equity

14 Assigned Personnel

141 Consultant shall assign only competent personnel to perform work hereunder In the event that at any time County in its sole discretion desires the removal of any person or persons assigned by Consultant to perform work hereunder Consultant shall remove such person or persons immediately upon receiving written notice from County

142 Any and all persons identified in this Agreement or any exhibit hereto as the project manager project team or other professional performing work hereunder are deemed by County to be key personnel whose services were a material inducement to County to enter into this Agreement and without whose services County would not have entered into this Agreement Consultant shall not remove replace substitute or otherwise change any key personnel without the prior written consent of County

143 In the event that any of Consultantrsquos personnel assigned to perform services under this Agreement become unavailable due to resignation sickness or other factors outside of Consultantrsquos control Consultant shall be responsible for timely provision of adequately qualified replacements

15 Consultantrsquos Reports or Meetings

151 Consultant shall submit progress reports at least once a month The report should be sufficiently detailed for the Contract Administrator to determine if Consultant is performing to expectations or is on schedule to provide communication of interim findings and to sufficiently address any difficulties or special problems encountered so remedies can be developed

152 Consultantrsquos Project Manager shall meet with Countyrsquos Contract Administrator as needed to discuss progress on the contract

2 Allowable Costs and Payments

21 Method of payment

The contract will be based on actual cost plus a fixed fee County will reimburse Consultant for actual costs (including labor costs employee benefits travel equipment rental costs overhead and other direct costs) incurred by Consultant in performance of the work Consultant will not be reimbursed for actual costs that exceed the estimated wage rates employee benefits travel equipment rental overhead and other estimated costs set forth in the approved Consultantrsquos Cost Proposal attached hereto as Attachment A unless additional reimbursement is provided for by contract amendment In no event will Consultant be reimbursed for overhead costs at a rate that

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 2 October 2017

exceeds Countyrsquos 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 The maximum total cost as specified in Paragraph ldquo28rdquo shall not be exceeded unless authorized by contract amendment

22 Fixed Fee

In addition to the allowable incurred costs County will pay Consultant a fixed fee of $3950567 The fixed fee is nonadjustable for the term of the contract except in the event of a significant change in the scope of work and such adjustment is made by contract amendment

23 Transportation amp Subsistence

Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the approved Cost Proposal

24 Milestone Costs

When milestone cost estimates are included in the approved Cost Proposal Consultant shall obtain prior written approval for a revised milestone cost estimate from the Contract Administrator before exceeding such cost estimate

25 Progress Payments

Progress payments will be made monthly in arrears based on services provided and allowable incurred costs A pro rata portion of Consultantrsquos fixed fee will be included in the monthly progress payments If Consultant fails to submit the required deliverable items according to the schedule set forth in the Statement of Work County shall have the right to delay payment or terminate this Contract in accordance with the provisions of Article VI Termination

26 Payment

No payment will be made prior to approval of any work nor for any work performed prior to approval of this contract

27 Invoices

Consultant will be reimbursed as promptly as fiscal procedures will permit upon receipt by Countyrsquos Contract Administrator of itemized invoices in triplicate Invoices shall be submitted no later than 45 calendar days after the performance of work for which Consultant is billing Invoices shall detail the work performed on each milestone and each project as applicable Invoices shall follow the format stipulated for the approved Cost Proposal and shall reference this contract number and project title Final invoice must contain the final cost and all credits due County including any equipment purchased under the provisions of Article 1313 Equipment Purchase of this contract The final invoice should be submitted within 60 calendar days after completion of Consultantrsquos work Invoices shall be mailed to Countyrsquos Contract Administrator at the following address

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 3 October 2017

Olesya Tribukait 2300 County Center Drive Suite B-100 Santa Rosa CA 95403

(707) 565-2231 olesyatribukaitsonoma-Countyorg

28 Contract Value

The total amount payable by County including the fixed fee shall not exceed $63017782

29 Salary Increases

Salary increases will be reimbursable if the new salary is within the salary range identified in the approved Cost Proposal and is approved by Countyrsquos Contract 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

210 Invoicing

Consultant shall submit its bills in arrears on a monthly basis in a form approved by Countys Auditor and the Head of the County Department receiving the services The bills shall show or include (i) the task(s) performed (ii) the time in quarter hours devoted to the task(s) (iii) the hourly rate or rates of the persons performing the task(s) and (iv) copies of receipts for reimbursable materialsexpenses if any Expenses not expressly authorized by the Agreement shall not be reimbursed including a copy of all invoices paid to sub-contractors for work required included in the prime consultantrsquos invoice Consultant shall submit the Subcontractor Payment Declaration with each invoice

Unless otherwise noted in this agreement payments shall be made within the normal course of County business after presentation of an invoice in a form approved by the County for services performed Payments shall be made only upon the satisfactory completion of the services as determined by the County

211 Taxes

Pursuant to California Revenue and Taxation code (RampTC) Section 18662 the County shall withhold seven percent of the income paid to Consultant for services performed within the State of California under this agreement for payment and reporting to the California Franchise Tax Board if Consultant does not qualify as (1) a corporation with its principal place of business in California (2) an LLC or Partnership with a permanent place of business in California (3) a corporationLLC or Partnership qualified to do business in California by the Secretary of State or (4) an individual with a permanent residence in the State of California

If Consultant does not qualify County requires that a completed and signed Form 587 be provided by the Consultant in order for payments to be made If consultant is qualified then the County requires a completed Form 590 Forms 587 and 590 remain valid for the duration of the Agreement provided there is no material change in facts By signing either form the contractor agrees to promptly notify the County of any changes in the facts Forms should be sent to the County pursuant to Article 12 To reduce the amount withheld Consultant has the option to

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 4 October 2017

provide County with either a full or partial waiver from the State of California

3 Term of Agreement

31 Term

This contract shall go into effect on Effective Date contingent upon approval by County and Consultant shall commence work after notification to proceed by Countyrsquos Contract Administrator The contract shall end on 12312022 unless extended by contract amendment

32 Contract Execution

Consultant is advised that any recommendation for contract award is not binding on County until the contract is fully executed and approved by County

4 Termination

41 Notice Period

County reserves the right to terminate this contract upon thirty (30) calendar days written notice to Consultant with the reasons for termination stated in the notice

42 Grounds for Termination

County may terminate this contract with Consultant should Consultant fail to perform the covenants herein contained at the time and in the manner herein provided In the event of such termination County may proceed with the work in any manner deemed proper by County If County terminates this contract with Consultant County shall pay Consultant the sum due to Consultant under this contract prior to termination unless the cost of completion to County exceeds the funds remaining in the contract In which case the overage shall be deducted from any sum due Consultant under this contract and the balance if any shall be paid to Consultant upon demand

43 Liability

The maximum amount for which the Government shall be liable if this contract is terminated is $63017782 dollars

44 Authority to Terminate

The Board of Supervisors has the authority to terminate this A greement on behalf of the County In addition the Purchasing Agent or Department Head in consultation with County Counsel shall have the authority to terminate this Agreement on behalf of the County

5 Indemnification

Consultant agrees to accept responsibility for loss or damage to any person or entity including County and to defend indemnify hold harmless and release County its officers agents and employees from and against any actions claims damages liabilities disabilities or expenses that may be asserted by any person or entity including Consultant that arise out of pertain to or relate to the negligence recklessness or willful misconduct of Consultant or its agents employees contractors subcontractors or invitees C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 5 October 2017

hereunder whether or not there is concurrent negligence on Countys part but to the extent required by law excluding liability due to Countys conduct This indemnification obligation is not limited in any way by any limitation on the amount or type of damages or compensation payable to or for Consultant or its agents employees contractors subcontractors or invitees under workers compensation acts disability benefits acts or other employee benefit acts This indemnity provision survives the Agreement

6 Insurance

With respect to performance of work under this Agreement Consultant shall maintain and shall require all of its subcontractors consultants and other agents to maintain insurance as described in Exhibit B which is attached hereto and incorporated herein by this reference

7 Prosecution of Work

The execution of this Agreement shall constitute Consultantrsquos authority to proceed immediately with the performance of this Agreement Performance of the services hereunder shall be completed within the time required herein provided however that if the performance is delayed by earthquake flood high water or other Act of God or by strike lockout or similar labor disturbances the time for Consultantrsquos performance of this Agreement shall be extended by a number of days equal to the number of days Consultant has been delayed

8 Extra or Changed Work

Extra or changed work or other changes to the Agreement may be authorized only by written amendment to this Agreement signed by both parties Minor changes which do not increase the amount paid under the Agreement and which do not significantly change the scope of work or significantly lengthen time schedules may be executed by the Department Head in a form approved by County Counsel The Board of SupervisorsPurchasing Agent must authorize all other extra or changed work The parties expressly recognize that pursuant to Sonoma County Code Section 1-11 County personnel are without authorization to order extra or changed work or waive Agreement requirements Failure of Consultant to secure such written authorization for extra or changed work shall constitute a waiver of any and all right to adjustment in the Agreement price or Agreement time due to such unauthorized work and thereafter Consultant shall be entitled to no compensation whatsoever for the performance of such work Consultant further expressly waives any and all right or remedy by way of restitution and quantum meruit for any and all extra work performed without such express and prior written authorization of the County

9 Representations of Consultant

91 Standard of Care

County has relied upon the professional ability and training of Consultant as a material inducement to enter into this Agreement Consultant hereby agrees that all its work will be performed and that its operations shall be conducted in accordance with generally accepted and applicable professional practices and standards as well as the requirements of applicable federal state and local laws it being understood that acceptance of Consultants work by County shall not operate as a waiver or release

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 6 October 2017

92 Status of Consultant

The parties intend that Consultant in performing the services specified herein shall act as an independent contractor and shall control the work and the manner in which it is performed Consultant is not to be considered an agent or employee of County and is not entitled to participate in any pension plan workerrsquos compensation plan insurance bonus or similar benefits County provides its employees In the event County exercises its right to terminate this Agreement pursuant to Article 4 above Consultant expressly agrees that it shall have no recourse or right of appeal under rules regulations ordinances or laws applicable to employees

93 No Suspension or Debarment

Consultantrsquos signature affixed herein shall constitute a certification under penalty of perjury under the laws of the State of California that Consultant has complied with Title 2 CFR Part 180 ldquoOMB Guidelines to Agencies on Government wide Debarment and Suspension (nonprocurement)rdquo which certifies that heshe or any person associated therewith in the capacity of owner partner director officer or manager is not currently under suspension debarment voluntary exclusion or determination of ineligibility by any federal agency has not been suspended debarred voluntarily excluded or determined ineligible by any federal agency within the past three (3) years does not have a proposed debarment pending and has not been indicted convicted or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years Any exceptions to this certification must be disclosed to County

Exceptions will not necessarily result in denial of recommendation for award but will be considered in determining Consultant responsibility Disclosures must indicate to whom exceptions apply initiating agency and dates of action

Exceptions to the Federal Government Excluded Parties List System maintained by the General Services Administration are to be determined by the Federal highway Administration

94 Taxes

Consultant agrees to file federal and state tax returns and pay all applicable taxes on amounts paid pursuant to this Agreement and shall be solely liable and responsible to pay such taxes and other obligations including but not limited to state and federal income and FICA taxes Consultant agrees to indemnify and hold County harmless from any liability which it may incur to the United States or to the State of California as a consequence of Consultants failure to pay when due all such taxes and obligations In case County is audited for compliance regarding any withholding or other applicable taxes Consultant agrees to furnish County with proof of payment of taxes on these earnings

95 Records Maintenance

Consultant shall keep and maintain full and complete documentation and accounting records concerning all services performed that are compensable under this Agreement and shall make such documents and records available to County for inspection at any reasonable time Consultant shall maintain such records for a period of four (4) years following completion of work hereunder

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 7 October 2017

96 Conflict of Interest

961 Consultant shall disclose any financial business or other relationship with County that may have an impact upon the outcome of this contract or any ensuing County construction project 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

962 Consultant hereby certifies that it does not now have nor shall it acquire any financial or business interest that would conflict with the performance of services under this contract

963 Consultant hereby certifies that neither Consultant nor any firm affiliated with Consultant will bid on any construction contract or on any contract to provide construction inspection for any construction project resulting from this contract An affiliated firm is one which is subject to the control of the same persons through joint-ownership or otherwise

964 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 contract 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

97 Statutory Compliance

Contractor agrees to comply with all applicable federal state and local laws regulations statutes and policies applicable to the services provided under this Agreement as they exist now and as they are changed amended or modified during the term of this Agreement Without limiting the generality of the foregoing Consultant expressly agrees on behalf of itself and on behalf of all its agents employees subconsultants and subcontractors to comply with the federal contract requirements set forth in Section 13 herein

98 Living Wage Ordinance

Consultant agrees to comply with all applicable federal state and local laws regulations statutes and policies including but not limited to the County of Sonoma Living Wage Ordinance applicable to the services provided under this Agreement as they exist now and as they are changed amended or modified during the term of this Agreement Without limiting the generality of the foregoing Consultant expressly acknowledges and agrees that this Agreement is subject to the provisions of Article XXVI of Chapter 2 of the Sonoma County Code requiring payment of a living wage to covered employees Noncompliance during the term of the Agreement will be considered a material breach and may result in termination of the Agreement or pursuit of other legal or administrative remedies

99 Nondiscrimination

Without limiting any other provision hereunder Consultant shall comply with all applicable federal state and local laws rules and regulations in regard to nondiscrimination in

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 8 October 2017

employment because of race color ancestry national origin religion sex marital status age medical condition pregnancy disability sexual orientation or other prohibited basis including without limitation the Countyrsquos Non-Discrimination Policy All nondiscrimination rules or regulations required by law to be included in this Agreement are incorporated herein by this reference

910 Statement of Compliance

9101 Consultantrsquos signature affixed herein and dated shall constitute a certification under penalty of perjury under the laws of the State of California that Consultant has unless exempt complied with the nondiscrimination program requirements of Government Code Section 12990 and Title 2 California Administrative Code Section 8103

9102 During the performance of this Contract Consultant and its subconsultants shall not unlawfully discriminate harass or allow harassment against any employee or applicant for employment because of sex race color ancestry religious creed national origin physical disability (including HIV and AIDS) mental disability medical condition (eg cancer) age (over 40) marital status and denial of family care leave Consultant and subconsultants shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment Consultant and subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov Code sect12990 (a-f) et seq) and the applicable regulations promulgated there under (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 this Contract by reference and made a part hereof as if set forth in full Consultant and its subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement

9103 The Consultant shall comply with regulations relative to Title VI (nondiscrimination in federally-assisted programs of the Department of Transportation ndash 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

9104 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 215 of the US DOTrsquos Regulations including employment practices when the Agreement covers a program whose goal is employment

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 9 October 2017

911 AIDS Discrimination

Consultant agrees to comply with the provisions of Chapter 19 Article II of the Sonoma County Code prohibiting discrimination in housing employment and services because of AIDS or HIV infection during the term of this Agreement and any extensions of the term

912 Assignment of Rights

Consultant assigns to County all rights throughout the world in perpetuity in the nature of copyright trademark patent right to ideas in and to all versions of the plans and specifications if any now or later prepared by Consultant in connection with this Agreement Consultant agrees to take such actions as are necessary to protect the rights assigned to County in this Agreement and to refrain from taking any action which would impair those rights Consultants responsibilities under this provision include but are not limited to placing proper notice of copyright on all versions of the plans and specifications as County may direct and refraining from disclosing any versions of the plans and specifications to any third party without first obtaining written permission of County

Consultant shall not use or permit another to use the plans and specifications in connection with this or any other project without first obtaining written permission of County

913 Ownership and Disclosure of Work Product

All reports original drawings graphics plans studies and other data or documents (ldquodocumentsrdquo) in whatever form or format assembled or prepared by Consultant or Consultantrsquos subcontractors consultants and other agents in connection with this Agreement shall be the property of County County shall be entitled to immediate possession of such documents upon completion of the work pursuant to this Agreement Upon expiration or termination of this Agreement Consultant shall promptly deliver to County all such documents which have not already been provided to County in such form or format as County deems appropriate Such documents shall be and will remain the property of County without restriction or limitation Consultant may retain copies of the above- described documents but agrees not to disclose or discuss any information gathered discovered or generated in any way through this Agreement without the express written permission of County

914 Authority

The undersigned hereby represents and warrants that he or she has authority to execute and deliver this Agreement on behalf of Consultant

10 Demand for Assurance

Each party to this Agreement undertakes the obligation that the others expectation of receiving due performance will not be impaired When reasonable grounds for insecurity arise with respect to the performance of either party the other may in writing demand adequate assurance of due performance and until such assurance is received may if commercially reasonable suspend any performance for which the agreed return has not been received Commercially reasonable includes not only the conduct of a party with respect to performance under this Agreement but also conduct with respect to other agreements with parties to this Agreement or others After receipt of a justified demand failure to provide

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 10 October 2017

within a reasonable time but not exceeding thirty (30) days such assurance of due performance as is adequate under the circumstances of the particular case is a repudiation of this Agreement Acceptance of any improper delivery service or payment does not prejudice the aggrieved partys right to demand adequate assurance of future performance Nothing in this Article limits Countyrsquos right to terminate this Agreement pursuant to Article 4

11 Assignment and Delegation

Neither party hereto shall assign delegate sublet or transfer any interest in or duty under this Agreement without the prior written consent of the other and no such transfer shall be of any force or effect whatsoever unless and until the other party shall have so consented

12 Method and Place of Giving Notice Submitting Bills and Making Payments

All notices bills and payments shall be made in writing and shall be given by personal delivery or by US Mail or courier service Notices bills and payments shall be addressed as follows

To County

Sonoma County Department of Transportation and Public Works Attn Olesya Tribukait 2300 County Center Drive Suite B-100 Santa Rosa CA 95403 (707) 565-2231 olesyatribukaitsonoma-Countyorg

To Consultant

TRC Engineers Inc Attn Mark Imbriani 10680 White Rock Road Suite 100 Rancho Cordova CA 95670 (916) 366-0632 mimbrianitrcsolutionscom

When a notice bill or payment is given by a generally recognized overnight courier service the notice bill or payment shall be deemed received on the next business day When a copy of a notice bill or payment is sent by facsimile or email the notice bill or payment shall be deemed received upon transmission as long as (1) the original copy of the notice bill or payment is promptly deposited in the US mail and postmarked on the date of the facsimile or email (for a payment on or before the due date) (2) the sender has a written confirmation of the facsimile transmission or email and (3) the facsimile or email is transmitted before 5 pm (recipientrsquos time) In all other instances notices bills and payments shall be effective upon receipt by the recipient Changes may be made in the names and addresses of the person to whom notices are to be given by giving notice pursuant to this paragraph

13 Federal Requirements

131 Contract Assurance

The consultant sub recipient or subcontractor shall not discriminate on the basis of race color

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 11 October 2017

national origin or sex in the performance of this contract The consultant shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted agreements Failure by the consultant to carry out these requirements is a material breach of this agreement which may result in the termination of this agreement or such other remedy as the recipient deems appropriate which may include but is not limited to (1) Withholding monthly progress payments (2) Assessing sanction (3) Liquidated damages andor (4) Disqualifying the contractor from future bidding as non-responsible

132 Prompt Progress Payments to Subcontractors

Attention is directed to Section 71085 of the California Business and Professions Code which requires a prime contractor or subcontractor to pay any subcontractor not later than ten (10) days of receipt of each progress payment unless otherwise agreed to in writing In addition federal regulations (Title 49 Code of Federal Regulations Part 2629) require a prime contractor or subcontractor to pay a subcontractor no later than thirty (30) days of receipt of each payment unless any delay or postponement of payment among the parties takes place only for good cause and with the prior written approval of County Section 71085 of the California Business and Professions Code also contains enforcement actions and penalties The requirements apply to both Disadvantaged Business Entities (ldquoDBErdquo) and non-DBE subcontractors Consultant shall include the foregoing progress payment requirements in every subcontract entered into by Consultant in the performance of its obligations under this Agreement

133 Prompt Payment of Withheld Funds to Subcontractors

No retainage will be held by the County from progress payments due the prime consultant Any retainage held by the prime consultant or subconsultants from progress payments due subconsultants shall be promptly paid in full to subconsultants within 30 days after the subconsultantrsquos work is satisfactorily completed Federal law (49 CFR2629) requires that any delay or postponement of payment over the 30 days may take place only for good cause and with the Agencyrsquos prior written approval Any violation of this provision shall subject the violating prime consultant or subconsultant to the penalties sanctions and other remedies specified in Section 71085 of the Business and Professions Code These requirements shall not be construed to limit or impair any contractual administrative or judicial remedies otherwise available to the prime consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the prime consultant deficient subconsultant performance or noncompliance by a subconsultant This provision applies to both DBE and non-DBE prime consultant and subconsultants

134 Disadvantaged Business Enterprise (DBE) Participation

1341 This contract is subject to 49 CFR Part 26 entitled ldquoParticipation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programsrdquo Consultants who obtain DBE participation on this contract will assist Caltrans in meeting its federally mandated statewide overall DBE goal

1342 The goal for DBE participation for this contract is 11 Participation by DBE consultant or subconsultants shall be in accordance with information contained in the Consultant Proposal DBE Commitment (Exhibit 10-O1) or in the Consultant Contract DBE Information (Exhibit 10-O2) attached hereto and incorporated as part

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 12 October 2017

of the Contract If a DBE subconsultant is unable to perform Consultant must make a good faith effort to replace himher with another DBE subconsultant if the goal is not otherwise met

1343 DBEs and other small businesses as defined in 49 CFR Part 26 are encouraged to participate in the performance of contracts financed in whole or in part with federal funds Consultant or subconsultant shall not discriminate on the basis of race color national origin or sex in the performance of this contract Consultant shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of US DOT-assisted agreements Failure by Consultant to carry out these requirements is a material breach of this contract which may result in the termination of this contract or such other remedy as County deems appropriate

1344 Any subcontract entered into as a result of this contract shall contain all of the provisions of this section

1345 A DBE firm may be terminated only with prior written approval from County and only for the reasons specified in 49 CFR 2653(f) Prior to requesting County consent for the termination Consultant must meet the procedural requirements specified in 49 CFR 2653(f)

1346 A DBE performs a Commercially Useful Function (CUF) when it is responsible for execution of the work of the contract 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 ordering 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 contract is commensurate with the work it is actually performing and other relevant factors

1347 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

1348 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

1349 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

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 13 October 2017

the date of work performed by their own forces along with the corresponding dollar value of the work

13410 Upon completion of the Contract a summary of these records shall be prepared and submitted on the form entitled ldquoFinal Report-Utilization of Disadvantaged Business Enterprise (DBE) First-Tier Subconsultantsrdquo CEM-2402F [Exhibit 17-F of the LAPM] certified correct by Consultant or Consultantrsquos 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 form is submitted The amount will be returned to Consultant when a satisfactory ldquoFinal Report-Utilization of Disadvantaged Business Enterprises (DBE) First-Tier Subconsultantsrdquo is submitted to the Contract Administrator

13411 If a DBE subconsultant is decertified during the life of the contract the decertified subconsultant shall notify Consultant in writing with the date of decertification If a subconsultant becomes a certified DBE during the life of the Contract the subconsultant shall notify Consultant in writing with the date of certification Any changes should be reported to Countyrsquos Contract Administrator within 30 days

135 Prevailing Wage

1351 Consultant shall comply with the State of Californiarsquos General Prevailing Wage Rate requirements in accordance with California Labor Code Section 1770 and all Federal State and local laws and ordinances applicable to the work

1352 Any subcontract entered into as a result of this contract if for more than $25000 for public works construction or more than $15000 for the alteration demolition repair or maintenance of public works shall contain all of the provisions of this Article

1353 When prevailing wages apply to the services described in the scope of work transportation and subsistence costs shall be reimbursed at the minimum rates set by the Department of Industrial Relations (DIR) as outlined in the applicable Prevailing Wage Determination See httpwwwdircagov

Note The Federal ldquoPayment of Predetermined Minimum Wagerdquo applies only to federal-aid construction contracts

136 Text Messaging While Driving

In accordance with Executive Order 13513 Federal Leadership on Reducing Text Messaging While Driving and Department of Transportation Order 390210 Text Messaging While Driving text messaging while driving is prohibited in the performance of any duties included in this agreement for both consultant and any sub-consultants hired for performance of duties under this Agreement Consultant shall include a provision prohibiting texting while driving in all sub-consultant agreements entered into related to the performance of its obligations under this Agreement

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 14 October 2017

Definitions The following definitions are to be used in conjunction with this section ldquoDrivingrdquo

1) Means operating a motor vehicle on a roadway including while temporarily stationary because of traffic a traffic light stop sign or otherwise

2) It does not include being in your vehicle (with or without the motor running) in a location off the roadway where it is safe and legal to remain stationary

ldquoText Messagingrdquo means reading from or entering data into any handheld or other electronic device including for the purpose of short message service texting e-mailing instant messaging obtaining navigational information or engaging in any other form of electronic data retrieval or electronic data communication

137 Buy America

Furnish Steel and iron materials to be incorporated into the work with certificates of compliance Steel and iron materials must be produced in the US except

1) Foreign pig iron and processed pelletized and reduced iron ore may be used in the domestic production of the steel and iron materials [60 Fed Reg 15478(3241995)]

2) If the total combine cost of the materials does not exceed the great of 01 percent of the total bid or $2500 materials produced outside the U S may be used

Production includes

1) Processing steel and iron materials including smelting or other processes that alter the physical form or shape (such as rolling extruding machining bending grinding and drilling0 or chemical composition

2) Coating application including epoxy coating galvanizing and painting that protects or enhances the value of steel and iron materials

138 Prohibition of Expending Local Agency State or Federal funds for Lobbying

1381 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 Consultant to any person for influencing or attempting to influence an officer or employee of any state or federal agency a Member of the State Legislature or United States Congress an officer or employee of the Legislature or Congress or any employee of a Member of the Legislature or Congress in connection with the awarding of any state or federal contract the making of any state or federal grant the making of any state or federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any state or federal contract grant loan or cooperative agreement

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 15 October 2017

2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with this federal contract grant loan or cooperative agreement Consultant shall complete and submit Standard Form-LLL ldquoDisclosure Form to Report Lobbyingrdquo in accordance with its instructions

1382 This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352 Title 31 US Code Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10000 and not more than $100000 for each such failure

1383 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 $100000 and that all such sub recipients shall certify and disclose accordingly

139 Cost Principals and Administrative Requirements

1391 Consultant agrees that the Contract Cost Principles and Procedures 48 CFR Federal Acquisition Regulations System Chapter 1 Part 31000 et seq shall be used to determine the cost allowability of individual items

1392 Consultant also agrees to comply with federal procedures in accordance with 49 CFR Part 18 Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments

1393 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 31000 et seq are subject to repayment by Consultant to County

1310 Retention of RecordsAudit

For the purpose of determining compliance with Public Contract Code 10115 et seq and Title 21 California Code of Regulations Chapter 21 Section 2500 et seq when applicable and other matters connected with the performance of the contract pursuant to Government Code 85467 Consultant subconsultants and County shall maintain and make available for inspection all books documents papers accounting records and other evidence pertaining to the performance of the contract including but not limited to the costs of administering the contract All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract The state State Auditor County FHWA or any duly authorized representative of the Federal Government shall have access to any books records and documents of Consultant and itrsquos certified public accountants (CPA) work papers that are pertinent to the contract and indirect cost rates (ICR) for audit examinations excerpts and transactions and copies thereof shall be furnished if requested

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 16 October 2017

1311 Audit Review Procedures

13111 Any dispute concerning a question of fact arising under an interim or post audit of this contract that is not disposed of by agreement shall be reviewed by Countyrsquos Chief Financial Officer

13112 Not later than 30 days after issuance of the final audit report Consultant may request a review by Countyrsquos Chief Financial Officer of unresolved audit issues The request for review will be submitted in writing

13113 Neither the pendency of a dispute nor its consideration by County will excuse Consultant from full and timely performance in accordance with the terms of this contract

13114 Consultant and subconsultant contracts including cost proposals and 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 CPA ICR audit work paper review If selected for audit or review the contract cost proposal and ICR and related work papers 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 work paper review it is Consultantrsquos responsibility to ensure federal state or local government officials are allowed full access to the CPArsquos work papers including making copies as necessary The contract cost proposal and ICR shall be adjusted by Consultant and approved by County contract manager to conform to the audit or review recommendations Consultant agrees that individual terms of costs identified in the audit report shall be incorporated into the contract by this reference if directed by County at its sole discretion Refusal by Consultant to incorporate audit or review recommendations or to ensure that the federal state or local governments have access to CPA work papers will be considered a breach of contract terms and cause for termination of the contract and disallowance of prior reimbursed costs

1312 Subcontracting

13121 Nothing contained in this contract or otherwise shall create any contractual relation between County and any subconsultant(s) and no subcontract shall relieve Consultant of its responsibilities and obligations hereunder Consultant agrees to be as fully responsible to 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 Consultant CONSULTANTrsquos obligation to pay its subconsultant(s) is an independent obligation from Countyrsquos obligation to make payments to the Consultant

13122 Consultant shall perform the work contemplated with resources available within its own organization and no portion of the work pertinent to this contract shall be subcontracted without written authorization by Countyrsquos Contract Administrator except that which is expressly identified in the approved Cost Proposal

13123 Consultant shall pay its subconsultants within ten (10) calendar days from receipt of each payment made to Consultant by County

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 17 October 2017

13124 All subcontracts entered into as a result of this contract shall contain all the provisions stipulated in this contract to be applicable to subconsultants

13125 Any substitution of subconsultant(s) must be approved in writing by Countyrsquos Contract Administrator prior to the start of work by the subconsultant(s)

1313 Equipment Purchase

13131 Prior authorization in writing by Countyrsquos Contract Administrator shall be required before Consultant enters into any unbudgeted purchase order or subcontract exceeding $5000 for supplies equipment or Consultant services Consultant shall provide an evaluation of the necessity or desirability of incurring such costs

13132 For purchase of any item service or consulting work not covered in Consultantrsquos Cost Proposal and exceeding $5000 prior authorization by Countyrsquos Contract Administrator three competitive quotations must be submitted with the request or the absence of bidding must be adequately justified

13133 Any equipment purchased as a result of this contract is subject to the following ldquoConsultant 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 $5000 or more If the purchased equipment needs replacement and is sold or traded in County shall receive a proper refund or credit at the conclusion of the contract or if the contract is terminated Consultant may either keep the equipment and credit County in an amount equal to its fair market value or sell such equipment at the best price obtainable at a public or private sale in accordance with established County procedures and credit County in an amount equal to the sales price If Consultant elects to keep the equipment fair market value shall be determined at Consultant expense on the basis of a competent independent appraisal of such equipment Appraisals shall be obtained from an appraiser mutually agreeable to by County and Consultant if it is determined to sell the equipment the terms and conditions of such sale must be approved in advance by Countyrdquo 49 CFR Part 18 requires a credit to Federal funds when participating equipment with a fair market value greater than $5000 is credited to the project

14 Miscellaneous Provisions

141 No Waiver of Breach

The waiver by County of any breach of any term or promise contained in this Agreement shall not be deemed to be a waiver of such term or provision or any subsequent breach of the same or any other term or promise contained in this Agreement

142 Construction

To the fullest extent allowed by law the provisions of this Agreement shall be construed and given effect in a manner that avoids any violation of statute ordinance regulation or law The parties covenant and agree that in the event that any provision of this Agreement is held by a court of competent jurisdiction to be invalid void or unenforceable the remainder of the provisions hereof shall remain in full force and effect and shall in no way be affected impaired or invalidated

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 18 October 2017

thereby Consultant and County acknowledge that they have each contributed to the making of this Agreement and that in the event of a dispute over the interpretation of this Agreement the language of the Agreement will not be construed against one party in favor of the other Consultant and County acknowledge that they have each had an adequate opportunity to consult with counsel in the negotiation and preparation of this Agreement

143 Consent

Wherever in this Agreement the consent or approval of one party is required to an act of the other party such consent or approval shall not be unreasonably withheld or delayed

144 No Third Party Beneficiaries

Nothing contained in this Agreement shall be construed to create and the parties do not intend to create any rights in third parties

145 Applicable Law and Forum

This Agreement shall be construed and interpreted according to the substantive law of California regardless of the law of conflicts to the contrary in any jurisdiction Any action to enforce the terms of this Agreement or for the breach thereof shall be brought and tried in Santa Rosa or the forum nearest to the city of Santa Rosa in the County of Sonoma

146 Captions

The captions in this Agreement are solely for convenience of reference They are not a part of this Agreement and shall have no effect on its construction or interpretation

147 Merger

This writing is intended both as the final expression of the Agreement between the parties hereto with respect to the included terms and as a complete and exclusive statement of the terms of the Agreement pursuant to Code of Civil Procedure Section 1856 No modification of this Agreement shall be effective unless and until such modification is evidenced by a writing signed by both parties

148 Survival of Terms

All express representations waivers indemnifications and limitations of liability included in this Agreement will survive its completion or termination for any reason

149 Time of Essence

Time is and shall be of the essence of this Agreement and every provision hereof

1410 Rebates Kickback or Other Unlawful Consideration

Consultant warrants that this contract was not obtained or secured through rebates kickbacks or other unlawful consideration either promised or paid to any County employee For breach or violation of this warranty County shall have the right in its discretion to terminate the contract

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 19 October 2017

without liability to pay only for the value of the work actually performed or to deduct from the contract price or otherwise recover the full amount of such rebate kickback or other unlawful consideration

1411 Funding Requirements

14111 It is mutually understood between the parties that this contract 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 contract were executed after that determination was made

14112 This contract is valid and enforceable only if sufficient funds are made available to County for the purpose of this contract In addition this contract is subject to any additional restrictions limitations conditions or any statute enacted by the Congress State Legislature or County Board of Supervisors that may affect the provisions terms or funding of this contract in any manner

14113 It is mutually agreed that if sufficient funds are not appropriated this contract may be amended to reflect any reduction in funds

14114 County has the option to void the contract under the 30-day termination clause pursuant to Article 4 or by mutual agreement to amend the contract to reflect any reduction of funds

1412 Evaluation of Consultant

Consultantrsquos performance will be evaluated by County A copy of the evaluation will be sent to Consultant for comments The evaluation together with the comments shall be retained as part of the contract record

1413 Claims Filed by Countyrsquos Construction Contractor

14131 If claims are filed by Countyrsquos construction contractor relating to work performed by Consultantrsquos personnel and additional information or assistance from Consultantrsquos personnel is required in order to evaluate or defend against such claims Consultant agrees to make its personnel available for consultation with Countyrsquos construction contract administration and legal staff and for testimony if necessary at depositions and at trial or arbitration proceedings

14132 Consultantrsquos personnel that County considers essential to assist in defending against construction contractor claims will be made available on reasonable notice from County Consultation or testimony will be reimbursed at the same rates including travel costs that are being paid for Consultantrsquos personnel services under this contract

14133 Services of Consultantrsquos personnel in connection with Countyrsquos construction contractor claims will be performed pursuant to a written contract amendment if necessary extending the termination date of this contract in order to resolve the construction claims

14134 Any subcontract in excess of $25000 entered into as a result of this contract shall contain

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 20 October 2017

all of the provisions of this Article

1414 National Labor Relations Board Certification

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

1415 Retention of Funds

14151 Any subcontract entered into as a result of this Contract shall contain all of the provisions of this section

14152 The County shall hold retainage from the prime consultant and shall make prompt and regular incremental acceptances of portions as determined by the County of the contract work and pay retainage to the prime consultant based on these acceptances The prime consultant or subconsultant shall return all monies withheld in retention from a subconsultant within thirty (30) days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency Federal law (49 CFR 2629) requires that any delay or postponement of payment over thirty (30) days may take place only for good cause and with the agencyrsquos prior written approval Any violation of this provision shall subject the violating prime consultant or subconsultant to the penalties sanctions and other remedies specified in Section 71085 of the Business and Professions Code These requirements shall not be construed to limit or impair any contractual administrative or judicial remedies otherwise available to the prime consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the prime Consultant deficient subconsultant performance or noncompliance by a subconsultant This provision applies to both DBE and non-DBE prime consultant and subconsultants

1416 Contingent Fee

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

1417 Inspection of Work

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

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 21 October 2017

1418 Safety

14181 Consultant shall comply with OSHA regulations applicable to Consultant regarding necessary safety equipment or procedures Consultant shall comply with safety instructions issued by County Safety Officer and other County representatives Consultant personnel shall wear hard hats and safety vests at all times while working on the construction project site

14182 Pursuant to the authority contained in Section 591 of the Vehicle Code County has determined that such areas are within the limits of the project and are open to public traffic Consultant shall comply with all of the requirements set forth in Divisions 11 12 13 14 and 15 of the Vehicle Code Consultant shall take all reasonably necessary precautions for safe operation of its vehicles and the protection of the traveling public from injury and damage from such vehicles

14183 Any subcontract entered into as a result of this contract shall contain all of the provisions of this Article

IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the Effective Date

SIGNATURES FOLLOW ON NEXT PAGE

THIS SPACE LEFT INTENTIONALLY BLANK

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 22 October 2017

CONSULTANT

By

Name

Title

Date

COUNTY COUNTY OF SONOMA

CERTIFICATES OF INSURANCE ON FILE AND APPROVED AS TO SUBSTANCE FOR COUNTY

By

Department Head

Date

APPROVED AS TO FORM FOR COUNTY

By

County Counsel

Date

By

or Purchasing Agent

Date

By

Chair Board of Supervisors

Date

ATTEST

Clerk of the Board of Supervisors

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 23 October 2017

Sonoma County Project No C14007

Bridge No 20C0326 EXHIBIT A Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

SCOPE OF WORK

The Franz Creek Bridge (Bridge No 20C-0326) located on Franz Valley School Road crosses

Franz Creek approximately 1500 feet east of the intersection with Franz Valley Road The nearest

population center is the City of Calistoga approximately 55 miles east of the bridge Franz Valley

Road is classified as a rural local road and has an ADT of 350 (2010) projected to increase to 420

by 2032 The road provides ruralagricultural access between State Route 128 and Franz Valley

Road The existing bridge a 32 foot long by 23 foot wide single span steel girder structure with an

unknown foundation type (BIR Item 113 = U) was determined by Caltrans to be scour critical and

structurally deficient with a sufficiency rating of 226 and as such the bridge has been approved for

replacement TRCrsquos goal will be to develop the simplest and most cost-effective structure that will

provide the County with a long life minimal maintenance and minimize impacts on local users

Within this Scope of Work TRCrsquos team is referred to as ldquothe consultantrdquo This is in reference to

the entire consultant team consisting of

Firm Areas of Expertise TRC Engineering Inc (Prime Consultant)

Civil and structural Design

Environmental Engineering

Shannon and Wilson Inc Shannon and Wilson ndash Geotechnical Engineering

WRECO Hydraulic amp Water Resources Engineering

Cinquini amp Passarino Inc Surveying amp Right-of-Way

Anchor QEA Noise

Tom Origer amp Associates Cultural Resources

National Analytical Laboratories Inc Certified Asbestos Consultant

TRC as the prime consultant will be responsible to the County for seeing that the tasks listed

herein are completed by the appropriate team members

Task 1 Project Management

11 Project Kickoff

The consultant will meet with the County at a pre-design kickoff meeting to review the

scope of work project requirements and design criteria obtain additional material and

information and discuss the Countys scheduling and review process While meeting with

the County we shall conduct a visual on-site field investigation to identify existing

conditions and confirm initial design assumptions

The consultant understands that the field review has already been held and the field review

forms including a PES form have been signed by Caltrans The consultant will familiarize

ourselves with those forms and follow the findings therein to develop the design

Franz Creek Bridge Scope 1 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

12 ProjectStaff Management

The consultant shall be responsible for project management activities throughout the life of

the contract The scope of project management includes

bull Managing the project schedule and budget

bull Setting up and facilitating client meetings

bull Interagency meetings public meetings

bull Field reviews

bull Other project related meetings

bull Managing sub-consultant staff

13 Meetings

The consultant shall prepare meeting agendas meeting notes identify action items and how

they are accounted for and sign in sheets for all meetings and manage the consultant team

involved in the project (ldquoproject teamrdquo) Managing the project team includes preparing

contract paperwork memos letters and e-mails making phone calls and maintaining

project files

Meetings will include at a minimum a project kick off meeting a meeting after the 35

65 and the 95 submittal to discuss comments with the County Two (2) meetings are

assumed in the Preliminary phase of the project and four (4) meetings are assumed in the

Final Design PSampE phase of the project These meetings will be held at the County office

Outside of the in-person meetings conference calls will be held with the County to discuss

progress throughout the project (10 total)

14 Work Progress Form

On a monthly basis the consultant shall submit a Work Progress Form provided by the

County This summarizes accomplishments in the previous month anticipated work for the

next month and key decisions that need to be made to keep the project on schedule Invoices

shall show the original budget any reallocated budgets amount spent to-date amount spent

this period budget remaining and percentage spent to date for each task

Task 2 - Preliminary Engineering

This task will consist of investigatory studies preliminary design and other work necessary to

bring the project to 35 design and to provide a final Type Selection Report

Task 2A- Alignment Engineering

2A1 Assess Available Information

The consultant shall assess available information on the project Such information may

include existing drawings studies and reports or preliminary engineering performed by

others The County will provide any such information in their possession

2A2 Alignment Alternatives Analysis

The Consultant shall recommend the alignment of the new bridge and the extent of the

roadway approaches in close collaboration with the County The assumed roadway width is

31rsquo which includes 2- 10rsquo lanes a 3rsquo outside shoulder and an 8rsquo inside shoulder around

Franz Creek Bridge Scope 2 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

the curve approaching the bridge structure

The consultant shall analyze two alignment alternatives and propose the most feasible

alternative based on the site constraints public input AASHTO and Caltrans geometric

standards and drainage patterns (so that the adjacent properties are not adversely impacted

by the new improvements) The 45 mph alternative and the Stage Construction alternative

on the same alignment will not be analyzed in detail but should be mentioned in the

alternative analysis memo as to why they were rejected Alignment alternatives to be

analyzed shall provide a 30 mph design speed with a 4 maximum superelevation (or the

maximum superelevation allowed per the CT HDM safe comfortable speed chart) located

upstream of the existing bridge Even though the 30mph meets the minimum design speed

for the roadway the second alternative shall provide a 25 mph design speed with similar

superelevation criteria as noted above The alternative alignments are shown in Exhibit 1

located in Attachment B The consultant will examine the two alignment alternatives with

the goal to optimize material balance bridge length right-of-way acquisitions and sight

distance Typical sections layout profile and superelevation diagrams will be created for

each alternative Engineering cost estimates will be developed in a Caltrans 7-page

estimate format for the two alignment alternatives being studied It is understood that the

existing structure will remain in place to carry traffic during construction A preferred

alignment will be submitted for County review and approval The results of the

alternatives analysis will be summarized in an Alignment Alternatives Analysis memo

Task 2A Deliverables

bull Preliminary Alignment Alternatives (two alternatives)

bull Construction cost estimates (7-page Caltrans format) for each alternative

bull Alignment Alternatives Analysis memo

Task 2A County Decision Point

bull Approve Preliminary Alignment

Task 2B- Preliminary Structure Engineering and 35 Design

2B1 Bridge Type Selection Report Preparation (DraftFinal)

The consultant shall work closely with County staff to develop the appropriate bridge

replacement design Key issues to consider include (in no particular order)

bull New bridge alignment vs existing bridge alignment

bull Project detour

bull Public input

bull Flood water elevations

bull Site geology and seismicity

bull Environmental issues

bull Maintenance of traffic

bull Available ROW

bull Construction access

bull Unique project design criteria

bull Noise impacts (concerns about the neighbors so close and bioacoustics)

Franz Creek Bridge Scope 3 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Overall cost

bull Constructability

Two structure types will be considered

Cast in Place Prestressed concrete slab

Precast prestressed concrete slab units

Consultant shall prepare a Type Selection Report that will document the structure

types and configurations considered with estimated costs and recommendations for the

final structure type The Type Selection Report shall be prepared for approval by the

County and Caltrans Local Assistance following the guidelines established in the Caltrans

Memo to Designers The proposed replacement bridge shall be presented on general plan

drawings and documented in a report The Type Selection Report will appear in the same

format used by Caltrans Engineering Services Division These documents will be

submitted to the County and the County will submit to Caltrans for review and approval

before beginning final design

2B2 Prepare 35 Design Plans

Upon receipt of comments on the Type Selection Report the consultant will incorporate

them into the preferred alternative This structure configuration will then be developed and

a Bridge General Plan drafted and submitted to the County for approval

With approval of the General Plan and the Countys preferred alignment alternative the

consultant will develop the remaining 35 design plans as shown on the Plan List as listed

in Attachment A and described in Task 8

2B3 General Plan Cost Estimate

The consultant will prepare the necessary General Plan Cost Estimate for the bridge The

General Plan Estimate will be prepared in accordance with Caltrans Bridge Design Aids

Manual Chapter 11 The General Plan Estimates will appear in the same format used by

Caltrans Division of Structures The Caltrans 7-page preliminary estimate will be

generated for the other civil portions of the project in order to generate the total

construction cost estimate

Task 2B Deliverables

bull Preliminary (35) design drawings and reports

bull Bridge Type Selection Report (DraftFinal)

bull Construction Cost Estimates

bull AutoCAD dwg files of preliminary design drawings

Task 2B County Decision Point

bull Select Bridge Type

bull Provide 35 PSampE Review Comments

Task 2C - Utility Coordination

Consultant shall lead the utility coordination efforts Tasks include

bull Obtaining a County provided list of current utility contacts

bull Creating and mailing Utility Letters on the Countyrsquos letterhead

Franz Creek Bridge Scope 4 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Mapping existing utilities

bull Identifying potential conflicts

bull Working with utility companies during their design of relocations

bull Identifying possible easements

bull It is assumed that relocation costs for the various utility facilities will be borne by the utility

companies

Unless specifically stated herein it is assumed that all new or relocated facilities will be designed

and constructed by the owners of the utilities Attention is directed to Attachment A for the

anticipated plan sheets to be completed in this task

2C1 ndash Utility Letters

The consultant will prepare signature ready Utility A letters and submit copies hard copy and on

computer disk to the County Project Manager for transmittal to utility owners within the project

limits on County letterhead Response information received from each owner will be provided

back to the consultant When design is approximately 65 complete the consultant will prepare

Utility B letters and submit copies hard copy and on computer disk to the County Project Manager

for transmittal to recipients on County letterhead At the Utility B letter stage any potential

conflicts will be noted specifically in each B letter in order to begin discussions with the utility

companies for relocation efforts Utilities in conflict will be identified and utility companies will

be asked to prepare relocation plans Consultant will prepare Utility Plans designating the facilities

that are located within the project corridor along with their new locations Refer to Task 2C3 for

the creation of the Utility Relocation Plans

County will forward to the consultant a copy of utility B letters sent and of all correspondence

received For utilities owned or maintained by County the County project manager will forward

the Utility B letters to the appropriate County staff member and send a copy of the transmittal to

the consultant The consultant will then correspond directly with the identified County staff

member Utility C letters will be prepared by the consultant and likewise sent to the County for

distribution upon submittal of the 95 PSampE The C letters shall note the construction start date

and final coordination for relocation of the utilities shall commence

2C2 ndash Utility Company Coordination

Ongoing coordination with utility agencies for relocation of the facilities will be required so that

the facilities are relocated prior to construction If the utilities will be relocated during

construction the Special Provisions will be written to alert the contractor of the potential Utility

work and coordination

2C3 ndash Develop Utility Relocation Plans

Utility Relocation Plans will be prepared Based on information received from the A letter

responses the consultant will prepare base mapping of the existing utilities and will show these

Franz Creek Bridge Scope 5 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

utilities on the plan sheets As the design progresses all utilities that are in conflict with the

proposed construction will be clearly delineated and the responsible party to relocate the facility

will be clearly denoted on the plans

2C4 ndash Utility Relocation Cost Estimates

Consultant will work with the Utility agencies to receive their estimate of the cost of utility

relocation construction required for the Project The utility estimates will include estimates for new

utility easements if required

Task 2C Deliverables

bull Utility A B and C Letters

bull Conflict Resolution Plans

bull Coordination of utility relocations required for construction with the affected utility companies

Task 3 ndash SurveyingMappingROW Engineering

The Survey consultant shall be responsible for data collection mapping and surveying necessary

for preliminary engineering design cost estimates right-of-way impacts and the level of

environmental clearance All surveying and mapping shall comply with the provisions of the

Professional Land Surveyors Act Sections 8700 to 8805 Business and Professions Code the

provisions of the California Coordinate System Sections 8801 through 8819 of the Public

Resources Code and any other applicable code in the State of California The scope of

comprehensive base mapping and surveying includes but is not limited to Control Surveys Aerial

Photogrammetry Limited Design Level Topographic Surveys Right-of-Way Retracement and a

Record of Survey

The goals of this task are to establish project controls acquire site topography data for bridge and

road design and develop stream cross section data necessary for hydraulic analysis including an

ordinary water mark Also to resolve existing Right of Way (ROW) and determine additional ROW

needs for the following

bull Stormwater treatment

bull Staging areas and storage for excess materials generated by construction of the bridge

bull Prepare legal descriptions

bull Plats and closure calculations for permanent acquisitions and temporary construction

easements

Control

Survey vertical control shall be NAVD 88 Survey horizontal control shall be California

Coordinate System of 1983 Zone 2 Epoch 20100 Where more than one datum is required by

multiple agencies the Survey consultant shall prepare the necessary conversion tables to enable the

transformation from one datum to another

Terrain and vegetation will make getting a good GPS signal difficult The Survey consultant will

use static base stations to establish California Coordinate System and NAVD 88 elevations based

on ties to nearby CORS stations

Franz Creek Bridge Scope 6 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

31 - Topographic Survey

The topographic survey will be at a drawing scale of 1 inch = 20 feet with a one foot

contour interval The topographic survey will include the following existing road facilities

and will extend a minimum of 20 feet beyond the edge of pavement

Topographic survey coverage area shall include at minimum Franz Valley School Road

from 400 feet north of the bridge to 600 feet south of the existing bridge (as measured

along the centerline of the road)

Mapping shall include the proposed bridge alignment by surveying approximately 200

feet (as measured along the creek) upstream of the existing bridge and 100 feet

downstream measured from the edges of the existing bridge

Topographic survey shall include all necessary work to produce a topographic map and an

electronic surface model compatible with Civil3D including features such as but not

limited to pavement utility markings on the pavement all utility facilities driveways trees

four (4) inches and larger diameter at breast height headwalls bridge retaining wall or

decorative walls vineyard rows structures drainage facilities pavement delineation and any

other pertinent information that could apply to the project during design

32 - Right of Way (ROW)

The consultant shall perform the following ROW survey tasks

321 ndash Boundary Surveys

bull Perform boundary research to locate the existing ROW data

bull Perform boundary surveys to search for locate and tie existing monumentation

bull Perform a resolution of the existing road ROW

bull Determine additional ROW needs

bull Prepare an acquisition map

bull Complete a Record of Survey showing the existing ROW and the project

centerline(s) The Record of Survey shall show at least two permanent monuments

that will survive the construction of the project

33 ndash Title Reports

This proposal assumes the consultant will procure between 2 and 4 title reports

34 ndash Legal Descriptions

After the 65 submittal the Consultant will establish the Right of Way boundaries and will

submit the boundaries for permanent right of way acquisition and temporary construction

easements to the County

The Consultant will prepare approximately 2 to 4 legal descriptions for permanent ROW

acquisition and 2 to 4 legal descriptions for temporary construction easement acquisition

Consultant shall prepare ROW Data sheets per the guidelines in the Caltrans Right of Way

Manual

35 ndash Creek Cross Sections for Hydraulic Analysis

This will include surveying creek cross sections Creek cross sections shall be taken at the

upstream and downstream faces of the existing bridge and the proposed location of the new

Franz Creek Bridge Scope 7 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bridge Sections will also be taken at 200 foot intervals downstream of the existing

bridge up to 800 feet from the bridge and upstream at 100 foot intervals for 300 feet A

cross section will also be taken below and just above the stream confluence 200 feet

upstream of the proposed bridge

36ndash Survey Control Sheet

The consultant will prepare a Survey Control Sheet to be included in the Plans that

conforms to the standards of Sonoma County This sheet will include the survey

monuments and controls for the project

Task 3 Deliverables

bull Topographic survey map and electronic surface model compatible with Civil3D

bull Acquisition map

bull Record of Survey

bull Legal descriptions plats and closure calculations for ROW acquisition

bull AutoCAD dwg file of the topographic survey containing the survey points a n d stream

cross section survey Map (1rdquo = 30rsquo)

bull Survey Control Sheet

Task 4 - Geotechnical Engineering

Shannon amp Wilson shall prepare a geotechnical report for the site as required for the completion of

design construction documents and permit applications The geotechnical report shall include an

evaluation of the effects of any slope erosion or periodic land movements during extreme storm and

seismic events hydrological and soils data tied to the channel scour scour analysis and seismic

parameters and recommendations for the bridge foundation design

Shannon amp Wilsonrsquos subsurface exploration shall include drilling test borings at key locations

obtaining soil and rock samples for observation and laboratory testing and measuring the depth to

and variation in embankment groundwater levels The coordination of boring locations must be

discussed with the County prior to beginning boring

In general this task shall include the following

41 - Preliminary Foundation Memo (PFM)

As part of preliminary engineering phase for bridge-type selection Shannon amp Wilson will

prepare a preliminary foundation memo (PFM) This memo will be based on such

subsurface data that is available preliminary planning studies Caltrans bridge inspection

records published geologic mapping aerial photographs and survey and topographic data

Shannon amp Wilson will use a Caltrans ARS online default shear wave velocity and assume

a Class D soil type when the preliminary ARS curve is developed

The PFM will include the following

Project location and vicinity map

Summary of site geology and subsurface conditions based on review of available

record documents published geologic data and geologic reconnaissance

Seismic data and evaluation using current Caltrans seismic design criteria including

design ARS curve using Caltrans ARS Online tool

Franz Creek Bridge Scope 8 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Approach roadway considerations

Preliminary foundation alternatives eg CIDH piling driven piles spread footing

foundations etc

Preliminary foundation recommendations with conditions and constraints on likely

foundation types and

Preliminary construction considerations

Task 41 Deliverables

Final PFM ndash 1 hard copy 1 electronic copy

42 - Planning amp Permitting

Shannon amp Wilson will obtain a Sonoma County Encroachment Permit and Sonoma

County Permit and Resource Management Department (PRMD) drilling permit Shannon amp

Wilson assumes that the County will waive any encroachment permit fees and bond

requirements Shannon amp Wilson will pay for the fees associated with obtaining the

PRMD drilling permit The exploration locations are within at most three parcels for

permitting purposes Prior to commencement of subsurface explorations Shannon amp

Wilson will notify Underground Service Alert for underground utility locations

The County will obtain rights of entry to private residences and provide copies of the rights-

of-entry documents to Shannon amp Wilson

Assumptions include

bull Apply for and obtain Sonoma County Permit and Resource Management

Department (PRMD) drilling permit

bull Apply for and obtain a Sonoma County encroachment permit (we expect the permit

not to require fees or bonds)

bull Schedule field exploration

bull Field stake boring locations coordinate utility clearance with Underground Service

Alert

43 - Traffic Control

As part of the encroachment permit process Shannon amp Wilson will prepare a traffic control

plan to be approved by the County for traffic control Flagmen and portable orange traffic

warning signs and cones shall be used to control traffic whenever drilling operations

present a potential obstruction to traffic We expect traffic control is required based on the

roadway geometry limited sight distance and anticipated field exploration locations A

subconsultant managed under the Consultants (geotechnical) contract will provide traffic

control during drilling

44 - Geologic Reconnaissance and Field Exploration

bull Research published documents including geologic maps of the site and vicinity

bull Perform an engineering geologic reconnaissance of the channel and areas

surrounding the existing and proposed bridge alignments

Shannon amp Wilsonrsquos reconnaissance will be directed toward identifying and mapping

bedrock types bedding orientation fracturing faulting and other bedrock characteristics

as appropriate Work will include

Franz Creek Bridge Scope 9 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Geotechnical Investigations

bull Attend a kick off meeting among representatives of the County and consultant

(may be available by phone)

bull Shannon amp Wilson shall perform borings to collect subsurface information required

for foundation design This shall include locating borings at the project site marking

out field test locations with paint or other acceptable means for Underground

Service Alert notification and for utility location logging earth materials

groundwater depth and the depth of refusal or solid rock if either are encountered

Each boring site shall be located using a measuring tape and transit level

For the bridge foundation design study we will include a maximum of two borings to 80

foot depth for bridge foundation supports We assume exploration is for one proposed

roadway alignment that includes a single-span bridge founded on Caltrans Standard driven

pile or CIDH piles at the abutments Shannon amp Wilson expects to drill the borings during

dry field conditions with a truck-mounted drill rig using auger andor mud-rotary drilling

methods through soil and then diamond-bit core drilling where we encounter boulders

andor rock We will collect subgrade soil samples from auger cuttings at the abutment

borings We will recover soil samples at 3-5 foot (typical) intervals using Standard

Penetration Test equipment and other split-spoon samplers as necessary

A representative from Shannon amp Wilson will log the soil rock and groundwater

encountered in the borings Shannon amp Wilson will backfill the borings in accordance with

County permit requirements Shannon amp Wilson expects that drill cuttings removal is

required and cuttings cannot be spread on site and will include disposal costs in the fee

estimate for this work

Shannon amp Wilson will attempt to drill along existing roadway shoulders at the proposed

west abutment but may partially encroach into the travelled way For the east abutment

rights of entry to the private property on the east side of the creek (to be obtained by the

County) are needed in order to perform a boring at the proposed abutment locations If right

of entry is not approved then a boring would be completed in the roadway on the east side

of the creek that may result in being 100 feet away from the proposed abutment location

45 - Laboratory Testing

Selected soil and rock samples obtained from the consultantrsquos borings will be subjected to

laboratory testing at a certified geotechnical laboratory to assess their pertinent

geotechnical engineering characteristics Tests to be performed include moisture contentdry

density classification strength corrosivity R-value (for pavement design) any other tests

recommended as appropriate by the Geotechnical Engineer We will perform two R-value

tests to evaluate subgrade materials for new pavement section recommendations Laboratory

tests will be in accordance with ASTM andor Caltrans Standards Shannon amp Wilson will

use point load index testing if rock cores are recovered If sound hard rock core pieces of

sufficient length are recovered we will perform compressive strength tests if practical In

addition consultant shall also be responsible for providing the following basic soil

characteristics and bearing capacity The environmental consultant (TRC) shall also be

responsible for testing hazardous materials when pertinent

A quantity estimate of laboratory tests required is as follows

Franz Creek Bridge Scope 10 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull 17 - Moisture Content - Unit Dry Weight (ASTM-D2216 ndash ASTM-D4767)

bull 5 - Sieve Analysis (ASTM-D6913)

bull 5 - Plasticity Index (ASTM-D4318)

bull 1 - Resistance Value (CTM-301)

bull 5 - Point Load Index (ASTM-D5731)

bull 2 - Unconfined Compression Rock (ASTM D7012)

Samples will be collected using Standard Penetration Test equipment or other split-spoon

samplers using a calibrated automatic drop hammer

46 - Engineering and Geologic Analyses

Shannon amp Wilson shall characterize the creek channel and surrounding terrain within the

vicinity of the proposed and existing bridge alignments in terms of regional and local

geological and seismic conditions including geologic hazards (primarily creek bank

stability and channel scour) Shannon amp Wilson shall analyze the field and laboratory data

and conduct engineering and geologic analyses to provide conclusions and

recommendations regarding the bridge foundation design criteria Shannon amp Wilson will

also identify foundation alternatives based on their experience with similar projects and the

results of the investigation The field geology and boring log data-will be presented on a

geologic map and subsurface profile sheet The geologic subsurface profile will be along

the proposed bridge alignment Laboratory test data will be presented on the boring logs

alongside the samples tested

Shannon amp Wilson will determine the appropriate seismic design parameters and prepare an

ARS design curve using Caltrans ARS online and perform pile analysis for the pile design

using AASHTO LRFD Bridge Design Specifications with Caltrans amendments as

appropriate

The consultant will develop geotechnical criteria for design including the following

Axial pile and bearing capacity

Lateral pile capacity

Foundation design criteria for potential foundation type including drivability and

axial analyses (as appropriate) for Cast-in-Drilled-Hole (CIDH) Cast-in-Steel-Shell

(CISS) or driven pile design

Liquefaction

Settlement

Slope Stability

Site seismicity including deterministicprobabilistic procedures consistent with

current Caltrans Seismic Design Criteria to determine the site ARS

Lateral earth pressures and coefficient of friction to resist sliding

Soil corrosivity

Scour analysis and bank stability analysis

New flexible pavement design

Site preparation and grading including excavation characteristics suitability of

excavated soils within the roadway for re-use as fill and the treatment of existing

fill as appropriate

Lpile parameters for the structural engineers lateral pile analysis

Franz Creek Bridge Scope 11 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The County recommends avoiding pile driving given the year round water at this

site Additionally addressing bioacoustic effects on fish are expected to be avoided

unless that is the only foundation design given site constraints (See Supplemental

Service 69)

Anticipated geotechnical construction considerations if applicable

47 ndash Prepare Draft Geotechnical Report

The consultant shall summarize the results of the investigation testing and analysis in a

draft report The draft report shall include recommendations for foundation type elevation

and allowable loading of proposed foundation elements discuss groundwater and other

subsurface conditions encountered affecting foundation design construction and service

and include a Log of Test Boring drawing suitable for inclusion with the project plans

Seismic criteria for use in structure design will also be reported (peak ground acceleration soil profile

type ARS curve etc) in accordance with Caltrans practice including an evaluation of the potential

geohazards such as seismically induced liquefaction settlement and ground instability The

Foundation Report will include geotechnical design criteria for the approach roadway sections

The Draft Foundation Report will include

bull Summary of geotechnical services

bull Vicinity map

bull Site plan

bull Site description

bull Project description

bull Field exploration descriptions

bull Laboratory testing results

bull Site geology and subsurface conditions

bull Seismic data and evaluation

bull Scour considerations (based on Hydraulics Report prepared by others)

bull Corrosion evaluation

bull Foundation recommendations

bull Approach roadway subgrade and new pavement section recommendations

bull Construction considerations

bull Caltrans ARS curve

bull Log of Test Borings (LOTB) drawing and

The draft report shall be submitted for the 65 PSampE

48 ndash Prepare Final Geotechnical Report

After the County has commented on the draft report and all outstanding questions answered

the Foundation Report shall be finalized

Task 4 Deliverables

bull Preliminary Foundation Memo

bull Draft Foundation Report

bull Final Foundation Report

bull Site-specific ARS Curves

bull Log of Test Borings for PSampE

Franz Creek Bridge Scope 12 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Geotechnical Assumptions

bull The exploration program indicated is for bridge foundation design and additional exploration may be required to adequately define construction conditions

bull The project does not require a Site Specific Seismic Hazard Analysis that includes time-

history analysis

bull ARS Curves will be developed using Caltrans ARS online and the USGS Seismic Hazard

Website for Deaggregation of seismic hazards

bull The County will provide all necessary rights-of-entry

bull Topographic surveys will be provided by others with maximum 1-ft contour interval for the

project site

bull Shannon amp Wilson will prepare a traffic control plan and submit an encroachment permit

bull Hazardous materials assessment and evaluation is not included in our scope of services

Task 5 Hydrology and Hydraulics

The consultant shall complete the Design Hydrology and Hydraulics Report Location Hydraulic

Study Floodplain Evaluation Report Summary Floodplain Encroachment Report as needed and

to establish the 100-year flood level at the bridge

51 - Data Collection and Site Review

WRECO will review available data including previous studies provided by the County

Sonoma County Water Agency (SCWA) and the Project Team Key information to review

will be the available hydrologic and hydraulic data for Franz Creek topographic survey

available cross-sections County and Caltrans Bridge Inspection Reports as-built data

published geological and seismological studies and maintenance records for the Project

site WRECO will also conduct a field reconnaissance to assess the existing conditions in

the vicinity of the Project site

52 - Hydraulics Analyses

The consultant will develop hydraulic analysis models to incorporate information obtained

from its assessment of available information and the creek cross section data from the

topographic survey

The consultant shall evaluate the 50 year and 100 year drainage flows and overtopping

event for existing and proposed conditions of the new bridge and approach roadways

Modeling shall include the 50- and 100-year recurrence events Flow results shall be used

for the existing bridge geometry and calibrated against published data gauge data field

observations of high water marks and any available anecdotal data

The hydraulic model of choice will be the US Army Corps of Engineersrsquo HEC-RAS

model WRECO will coordinate with the Project Team to obtain the survey data of river

channel topography and bathymetry

53 - Documentation

The consultant shall prepare studies and reports that document their findings The reports

will describe methodology used summarize model output include creek cross sections in

plan and profile view and will delineate the 100-year water level for existing and proposed

conditions through the project reach as well as scour analysis

Franz Creek Bridge Scope 13 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The reports shall be prepared in accordance with the format and guidelines presented in the

ldquoChecklist for Drainage Studies and Reportsrdquo Local Assistance Procedures Manual

(LAPM) Exhibit 11-E The draft report shall be submitted for the 35 PSampE After the

County has commented on the draft report and all outstanding questions answered the report

shall be finalized

54 Scour Analysis

WRECO will perform a bridge scour analysis to determine the scour potential per the

methodology specified in the Federal Highway Administrationrsquos (FHWA) HEC-18 HEC-

20 and HEC-23 manuals WRECO will make recommendations on the need for scour

countermeasures for the proposed bridge per the HEC-23 and California Bank and Shore

Protection Manual

55 - Design Hydrology and Hydraulics Reports and Studies

Task 551 Design Hydrology and Hydraulics Study

WRECO will prepare a Design Hydraulics Study (DHS) which will summarize the results

from the hydraulic and bridge scour analyses and recommendations for bridge scour

countermeasures The report will also include all of the detailed hydraulic model output

Task 552 Location Hydraulic Study

Based on WRECOrsquos preliminary qualitative hydrologic hydraulic and geomorphic

assessments no floodplain encroachments or impacts are anticipated as a result of the

Project Therefore WRECO will prepare a Floodplain Evaluation Report Technical

Memorandum including the Technical Information for a Location Hydraulic Study and the

Floodplain Evaluation Report Summary form to document the investigation and summarize

the results

56 - Dry Weather Flow and Bypass

WRECO will determine the magnitude of the dry weather flow volume during the

construction period and will work with the Project Team to develop the design concept for

the flow bypass system during construction

Task 5 Deliverables

bull Design Hydraulics Study

o Draft Design Hydrology and Hydraulics Study (PDF and 2 hard copies)

o Final Design Hydrology and Hydraulics Study (PDF and 5 hard copies)

bull Location Hydraulic Study

o Draft Location Hydraulic Study (PDF and 2 hard copies)

o Final Location Hydraulic Study (PDF and 5 hard copies)

bull Scour Analysis

Franz Creek Bridge Scope 14 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 6 Environmental

The County has in-house environmental specialists from PRMD who will lead the environmental

clearance effort (CEQANEPA and environmental permits) including setting up and facilitating

interagency meetings The consultant shall work closely with PRMD s t a f f to support their

work in obtaining environmental clearance and identifing environmental constraints and

opportunities to minimize costs and time delays This will include providing engineering

information and documentation in a timely manner

Listed below is an outline of the anticipated environmental studies to be prepared by the consultant

necessary to satisfy portions of the environmental documents (NEPACEQA) including three

additional subtasks 64 65 and 66 that were included in the Caltrans District 4 correspondence to

Sonoma County (letter dated January 15 2016)

Task 601 Project Management

Consultantrsquos Environmental Project Manager will be responsible for a variety of general

project management tasks throughout the process of coordinating preparation of technical

studies preparing the environmental documentation and coordinating with the County and

Caltrans Local Assistance staff This also includes coordinating the day-to-day

environmental activities with the Consultant Project Manager and design team and

monitoring the scope budget and scheduling of the environmental aspects of the project

Task 602 Meetings

Consultantrsquos Environmental staff will attend the kick-off meeting and up to four (4) Project

Development Team (PDT) meetings via conference call and (1) agency meeting

Task 603 Environmental Engineering Support

The consultant shall provide preliminary engineering services or site assessments needed

for the following tasks

6031 - Assist the County with preparation of the bridge project NEPACEQA documents

The Consultant shall assist in the preparation of the Area of Potential EffectsImpact Map

(APEI) and Biological Study Area (BSA) Maps of the enveloped alternatives for use in the

environmental studies Consultant will provide a base map to the Consultant (Tom Origer

amp Associates) that will finalize the (APEI) Maps and then will submit the APEI Maps for

County review The County will markup the base map and then the Consultant will prepare

the final maps based on those markups The County will submit to Caltrans for approval

The Consultant shall assist in preparation of the project description and determining NEPA

and CEQA boundaries

6032 - Identify issues that must be addressed in the design

Consultant shall assist during the preparation of the environmental documentation for

supporting documents and calculations as the studies require

6033 ndash Prepare Equipment Staging Technical Memo

The consultant will prepare an Equipment Staging Technical Memorandum The memo

Franz Creek Bridge Scope 15 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

will describe the proposed staging areas to be utilized during the construction of the Project

identify potential impacts to the surrounding environment traffic patterns and nearby

residents and describe how these potential impacts will be minimized

It is assumed that the County will assist the Consultant by providing the necessary traffic

data (existing and proposed ADT) to supplement the information required in the Land

Use memo

6034 ndash Prepare Right-of-Way Technical Memo

The consultant will prepare a Right-of-Way Technical Memorandum This memo will

describe the Right-of-Way needs of the project which parcels will be impacted what is on

the parcels the land use detail rights of entry and describe how the project will impact the

existing land use

NEPA STUDIES 61 - Initial Site Assessment (ISA)

The Consultant shall prepare an ISA that will attempt to identify potential or known

hazardous materials hazardous waste and contamination in the project area as well as those

responsible The ISA will also include a preliminary screening level study of roadway

striping paint and existing bridge construction materials A certified asbestos consultant

will also review the site and take samples of potential existing asbestos containing building

materials (including bridge concrete samples) as necessary The existing bridge and

alignment alternatives will be evaluated and reported on in the Initial Site Assessment (ISA)

report The certified asbestos consultant report will be appended to the ISA This report will

follow American Society for Testing and Materials (ASTM) Standard E1527-05

A Phase I Initial Site Assessment (ISA) will be prepared The ISA will be prepared in

accordance with the scope and limitations of the American Society of Testing and Materials

Practice E 1527-13 Standard Practice for Environmental Site Assessments Phase I

Environmental Site Assessment Process (ASTM E 1527-13)

62 - Visual Impact Assessment (VIA)

The consultant shall prepare a Moderate Level VIA and is required to follow the Guidelines

for the Visual Impact Assessment of Highway Projects (FHWA-HEP-15-029) written by

the Federal Highway Administration

The PES indicates that a Visual Resources Technical Memorandum should be prepared to

address visual issues and that a VIA may not be required The analysis will be supported by

a set of realistic computer-generated visual simulations to illustrate existing and post-project

visual conditions as seen from key public viewpoints Four visual simulations will be

prepared Visual simulations showing one existing (before) view and one simulation (after)

image from each of two viewpoints is included The simulations will be produced using

high resolution digital photographs and advanced computer modelingrendering techniques

The visual simulations will be based on engineering design data including digital (CAD)

plan and elevation drawings The visual impact assessment will be based on review of

ground level and aerial photographs topographicGIS data pertinent public policies

regarding visual quality project engineering drawings and other descriptive project data

63 - Cultural Resources

Franz Creek Bridge Scope 16 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The consultant (Tom Origer amp Associates) shall prepare the Section 106 of the Historic

Preservation Act reports APE map Historical Property Survey Report (HPSR) Historical

Resources Evaluation Report (HRER) to include a re- evaluation of the bridge for eligibility

for the National Register of Historic Places and an Archeological Survey Report (ASR)

The consultant will also complete a California Department of Parks and Recreation

Form 523 (DPR Form 523) for the existing bridge evaluating the bridges potential for

eligibility on the California Register of Historic Resources

Prior to beginning the Cultural Resources Studies the Consultant (Tom Origer amp

Associates) will create the APE map The APE map will be reviewed and approved by the

County and Caltrans prior to beginning any of the Cultural Resources Studies The County

will submit the APE Map and Project Description to Caltrans for Review and Approval

Based on the list of studies required for the Franz Creek Bridge Replacement project the

following scope of work complies with Section 106 of the National Historic Preservation

Act and the California Environmental Quality Act Based on information contained in the

Caltrans memorandum dated January 26 2016 the following scope of work is proposed

631 ndash Historic Resources Evaluation Report (HRER)

An HRER will be prepared that evaluates elements of the built environment that are within

the APE and are older than 50 years Buildings and structures older than 50 years will be

evaluated for eligibility for the National Register of Historic Places and the California

Register of Historic Resources

To evaluate resources an historic context(s) will be developed that will identify themes

events and people that were important to the area and its development The historic context

will draw upon historical documents existing histories and reports and interviews with

knowledgeable individuals The Consultant (Tom Origer amp Associates) will also consult

with local historical societies and other interested parties The results of these evaluations

will be presented in the HRER along with the appropriate resource documentation (DPR

523 forms)

632 ndash Archaeological Survey Report (ASR)

The archaeological APE will be surveyed in its entirety including areas of direct effect

staging areas and the locations of any temporary easements As part of this task the Native

American Heritage Commission and local Native American groups will be consulted

regarding the project Upon completion of the survey a technical report (ASR) will be

prepared that presents the results of the archaeological survey Resource documentation

(DPR 523 forms) will be completed if archaeological sites are identified No formal

evaluation of archaeological sites is included in this scope

633 ndash Historic Properties Survey Report (HPSR)

The Consultant (Tom Origer amp Associates) will prepare a new HPSR that will include the

results of all studies completed for this project and will discuss potential project effects on

historic properties found within the APE

64 - Natural Environment Study and Biological Assessment (By County) The County shall prepare an NES and BA (if needed) per the Caltrans guidance in the

Franz Creek Bridge Scope 17 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Standard Environmental Reference

As part of the NES and based on the potential for federally listed species to occur within

the project area the County will prepare an EFH in accordance with the most recent

Caltrans guidance to evaluate project effects to federally listed species and critical habitat

as well as identify appropriate avoidance and minimization measures If it is determined that

the project may adversely affect federally listed species Caltrans will use the EFH to

facilitate Section 7 consultation with the National Marine Fisheries Service (NMFS)

It is also assumed that the County will conduct a tree survey for the trees that are to be

removed The Consultant will submit a tree removal plan which is included in the

removal sheets of the Plans but the County will determine the species of the tree

designated for removal

65 ndash Farmlands (By County)

The County will prepare a Farmlands Technical Memorandum and if needed the AD 1006

form will be prepared and submitted

66 - Prepackaged Agency Permits (By County) During the preparation of the 65 PSampE the County will prepare the following permit packages to the respective regulatory agencies Refer to Task 87 for a description of the engineering support task for the permit process

bull CDFW 1602 Streambed Alteration Agreement requires an approved CEQA

document

bull USACE Section 404 Requires a USFWS approved Biological Opinion

bull CRWQCB Section 401 Water Quality Certification requires approval before

applying for other permits

CEQA Studies 67 - Noise

A noise study shall be prepared that addresses potential noise impacts of the proposed project It is

anticipated that road noise and construction noise will be evaluated Drilling is the preferred

method of construction The noise standards as provided in the Noise Element of the Sonoma

County General Plan 2020 shall be used to guide the analysis Given the anticipated construction

methods a bioacoustics analysis is not likely to be required and is therefore excluded from this

task but is included as a supplemental service Task 69 herein

68 - Water Quality Assessment Report (WQAR)

The consultant will assist and provide PRMD with storm flows and drainage pattern information

(existing and proposed) for inclusion in the WQAR The consultant shall prepare a WQAR per the

Caltrans guidance in the Standard Environmental Reference

WRECO will provide the existing physical and regulatory environment information for the water

quality and identify the design criteria applicable to the Project to comply with the County standards

post-construction BMPs requirements and other water quality requirements WRECO will also

review the applicable water quality regulatory requirements for the Project site

Franz Creek Bridge Scope 18 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 6 Deliverables

bull APE Map

bull Project Description

bull Equipment Staging Technical Memo

bull Right of Way Technical Memo

bull Phase I ISA

bull VIA Memo

bull Cultural ReportsHPSR HRER ASR

bull DPR Form 523

bull WQAR (DraftReviseFinal)

bull Noise Study

Task 7 ndash Public Outreach

71 ndash Public Outreach Meetings

The County will lead the Public Outreach efforts for this project with support from the Consultant

at the following meetings

Property Owner Meetings

The County will prepare a database of potential stakeholders and property owners (Refer to Task

72) It is anticipated that this project will require (1) meeting directly with the individual property

owners affected by the project Since there are only two property owners that are affected it is

anticipated that both meetings will occur during the same day The meeting will be held either on-

site or at the County offices Consultant will attend this meeting with the property owners to

explain the project answer questions take meeting notes and prepare a summarization of the

meeting notes

Sonoma County Board of Supervisor Meetings

The team will work with the County and attend two (1) One Board of Supervisor meeting related to

the project and take meeting notes as needed This will occur during the Environmental Process

72 ndash Database (By County)

The County will develop and maintain a stakeholder database which can be used to

efficiently distribute project information

Task 7 Deliverables

bull One (1) County Board of Supervisorrsquos meeting attend and prepare summaries

bull Two (2) Property Owner Meetings on the same day attend and prepare summaries

Task 8 ndash 65 PSampE

Task 8 represents the beginning of Final Design phase of the project The consultant staff will meet

with the County at a final-design kick-off meeting to discuss the Final Engineering Scope of Work

project requirements design criteria and the Countyrsquos most current scheduling and review

requirements An agenda and outline will be prepared and distributed before the meeting and

minutes will be prepared and distributed after the meeting

Franz Creek Bridge Scope 19 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

81 - BridgeStructural Design Development

The consultant shall perform structural design investigations analysis computations and

prepare detailed structure plans for the proposed replacement bridge in accordance with the

latest Caltrans bridge design techniques including a Foundation Report and a Design

Hydraulic Study Standard construction materials shall be used in the design of the proposed

bridge replacement wherever possible Where specialized non-standard

constructionbuilding materials are required the consultant shall first obtain approval from

the County prior to incorporating them into the design

The consultant shall confirm and verify the design criteria and loading conditions then

verify the structural adequacy of the selected bridge type

Permanent transient and extreme event load cases shall be considered per Caltrans BDS and

AASHTO LRFD Manuals Global analyses shall consider soil-structure interaction

Project plans prepared by the consultant shall include a set of plans at the 65 level All

identified and affected existing utilities shall be accurately indicated on the plans Plans at

65 should be of sufficient level to start ROW acquisition

Contract drawings will be developed using AutoCAD 2015 or newer at the Consultantrsquos

sole discretion

82 - Bridge Approach Roadways

The consultant shall perform roadway design in accordance with the latest version of the

AASHTO Green Book and the County design standards Design shall include details for

traffic control plans in accordance with the Caltrans Manual of Uniform Traffic Control

Devices

Re-alignment at the bridge approaches may be necessary depending on the project

alternative that is selected

The consultant will design the approach roadways and prepare the contract drawings for

these The pavement section roadside drainage and roadside barriers are included in the

design of the bridge approach roadways

The consultant will prepare approach design plans Plans will be coordinated and integrated

with the structure plans for the 65 PSampE package Design will incorporate County

Standard Plans standards per Caltrans Local Assistance Procedures Highway Design and

Traffic Manuals 2015 Caltrans Standard Plans or newer and the current AASHTO Green

Book Standards used will be those in effect as of the date of Notice to Proceed New

standards or modifications to standards which occur during the course of work may require

redesign of particular project features In this case County agrees to compensate the

consultant for extra work which is required to meet the new or modified standards

821 - Roadway Civil Design

The consultant will proceed with final civil design of the project based on the approved

preliminary engineering design concept and the consultantrsquos prior experience with County

project plan preparation Attention is directed to Attachment A for the anticipated plan

Franz Creek Bridge Scope 20 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

sheets to be completed in this task

The Title sheet will include the appropriate County and federal funding project

identification This plan sheet will include a sheet schedule a vicinity map the project

legend general notes and the project control points

The Typical Section Sheet will include the roadway structural section as designed based on

a County supplied Traffic Index (TI) and the R-value recommendations of our geotechnical

subconsultant based on approach soil borings Design will conform to County standards

Standard details will be included to reconstruct raised medians and concrete barriers

Typical sections will be produced for Franz Valley School Road

The total alignment length is approximately 600 The Layout Sheets will be produced at a

horizontal scale of 1 = 20 The plan view will delineate the general roadway

improvements and pavement dimensions Profile and superelevation sheets will be

prepared at a horizontal scale of 1 = 20 and a vertical scale of 1rdquo = 4rsquo The profile grade

will be refined from that shown in the preliminary engineering report Geometric

information tied to the project control points will be shown to sufficiently describe both

the profile and horizontal alignments Spot elevations will be shown at conforms

Construction Detail Sheets shall be created to identify specific details for the project

including but not limited to removal sheets (including a tree removal plan) driveway

conforms and any other details needed to clarify the Plans

It is assumed that existing road surface drainage will be allowed to runoff and infiltrate It

is envisioned that a system will be required to capture predevelopment runoff volumes in

order to satisfy the water balance calculator A system will be designed and shown on the

drainage plan It should be noted that this project is not in an MS4 boundary but roadside

ditches may need to have a treated system before outfalling into the creek

Contour Grading sheets will not be prepared this information will be shown on the Erosion

Control Plan and Details sheets

822 ndash Traffic Design

Permanent Signing and Striping Plan

A Pavement Delineation and Signing Plan will be prepared utilizing the County standards

MUTCD standards and Caltrans standard details This plan will generally match the

existing striping layout The Consultant staff will work closely with the County Traffic

Engineer to incorporate applicable requirements To this end conceptual plan sheets will

be produced for the Traffic Control System and Construction Area Signs plan sheets These

sheets will be transmitted to the County Traffic Engineer and the County project manager

and a meeting held to discuss the design concept prior to the first formal project submittal

Franz Creek Bridge Scope 21 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Subsequent submittals will follow the schedule outlined for the overall project submittals

Existing as well as new sign locations will be shown Sign panels will be shown for new

non-standard signs Standard signs will only be designated by the appropriate Caltrans sign

number

Stage Construction and Traffic Handling Plan

The consultant will prepare combined Traffic Handling and Staged Construction sheets

The plan will generally maintain one travel lane in each direction on the existing bridge

during the construction of the structure No practical detour exists and therefore the road is

assumed to have at least one lane of traffic open at all times Occasional one lane two-way

traffic control will be accomplished through the use of flaggers Brief closures (a few days

to a week) of the approaches will be employed during tie-in operations and construction of

approach pavement The public will be notified of these closures well in advance and

appropriate signage placed at the ends of the approaching roadways

The Caltrans Traffic Manual Sign Specifications and Standard Plans will be used as

applicable Temporary signing and striping portable delineators temporary crash cushion

arrays and temporary railing (Type K) as necessary will be shown on this plan No

temporary signal work for pedestrian or vehicular traffic is currently included within this

scope of work Attention is directed to Attachment A for the anticipated plan sheets to be

completed in this task

83 Channel Protection Design (WRECO)

The use of rock slope protection for scour and slope protection is anticipated at this site

Design will be based on the results of our scour analysis Attention is directed to

Attachment A for the anticipated plan sheets to be completed in this task Slope protection

installations will be designed at the channel banks specifically at the abutment faces up to

the right-of-way upstream and downstream of the bridge and along the roadway approaches

adjacent to the creek The design of the slope protection will include details for toe

trenches cutoff walls and intermediate shear keys as necessary Additionally layout and

elevation information will be shown and tied to the project coordinate system

84 ndash Stormwater Pollution Prevention Plan

The project specifications will require the Contractor to prepare a SWPPP for the project so

it is assumed that Temporary Water Pollution Control sheets will not be necessary and are

expressly excluded from this scope of work Stormwater BMPs will be required by the

Regional Board thus informal temporary water pollution control design sheets will be

produced in order to estimate the BMPrsquos that may be required during construction for

estimating purposes The cost of anticipated BMPrsquos will be included in the 65

Construction Cost Estimate

Franz Creek Bridge Scope 22 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

85 ndash Erosion Control Plans

This task will include parameters to stabilize the soil and will include a revegetation plan

for the site after construction

86 ndash Engineering Support to Permitting Process

During the 65 PSampE preparation the consultant will provide the County and our

subconsultants engineering support as the permitting documents are drawn up This support

will be in the form of preparing exhibits calculating areas and quantities of impacts as

required by the permit documents

87 ndash Cost Estimate and Specifications

The Consultant will prepare an itemized engineers estimate at the 65 stage for the

roadway items Bridge items will be based on a General Plan Estimate method The format

will be consistent with the Caltrans Ready-to-List Guide and a BEES listing will be

included Unit prices shall be applied to each contract item resulting in the Engineerrsquos

Estimate of Probable Construction Cost (Estimate) Prices used shall be based on the latest

available data from the COUNTY and Caltrans reflecting the location of the project and the

quantity of each item

The consultant will develop project specifications and special provisions from the most

current Caltrans and County standards

At the 65 stage a bid item list will be prepared and will be submitted with the Plans and

Estimate Special Provisions will not be prepared until the 95 stage as standard special

provisions change frequently

88 - Contract Drawings

Contract drawings for the bridge and roadway approaches are shown in Attachment A

All drawings will be prepared per the most current Caltrans FHWA and County standards

89 - Quality Control and Quality Assurance

A Quality Control (QC) and Quality Assurance (QA) program will be implemented on the project to capture any design or drafting errors

The consultant shall employ a QC program that consists of checking and back-checking the design calculations and contract plans

QA entails ensuring that all QC procedures have been followed and that all critical issues have been addressed and resolved

The 65 PSampE will be submitted after QAQC has been completed

Task 8 Deliverables

bull 65 Plans and Estimate

bull 65 Design Calculations

Franz Creek Bridge Scope 23 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 8 County Decision Points

bull Provide 65 Plans and Estimate review comments

bull The County requires a 30 day review period for the 65 PSampE submittal

Task 9 - 95 PSampE

PSampE shall be 95 complete Major subtasks for this phase of the work are

91 ndash Address County Comments

Incorporate County 65 review comments into the design and bidding documents if any

Consultant shall provide written responses to County comments on the 65 plans After

receiving County concurrence on responses Consultant will proceed with the preparation of

the 95 plans Plan revisions will include addressing 65 comments and design changes to

address mitigation measures and concerns expressed by the County

92 ndash Complete Design and Bid Documents

Complete the design documents and bidding documents to 95 level

93 - Independent Design Check

Perform an independent design check The independent design check of the bridge will be

performed by individual(s) that werent involved in the originating of the design calculations

Where possible the independent checker shall use alternative methods of design and

analysis than used by the designer

The independent check is complete when the independent checker finishes their

calculations compares results with those of the designer and all discrepancies between the

independent check and the original design are reconciled

The 95 PSampE will be submitted when the independent design check is complete The

design of the bridge and approaches is essentially complete at this time

94 ndash Cost Estimate and Specifications

The Consultant will prepare an itemized engineers estimate at the 95 stage Work includes

updating the quantities and project cost estimate including calculating updated quantities for

the changes related to work performed hereunder Two independent sets of quantity

calculations shall be performed by individuals experienced in this work for the bridge design

Work also includes updating the bid item list to correspond to Caltrans current standards

Prices will be updated to current expected values

Plans shall be cross checked with the specifications and the engineerrsquos estimate The

specifications shall then be compiled using the bid item list to collect and edit the applicable

Caltrans Standard Special Provisions (SSPs) and prepare required special provisions in

coordination with the roadway designers CONSULTANT shall utilize the County boiler

plate documents including the notice to bidders proposal bond forms and agreement

Franz Creek Bridge Scope 24 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Specifications will be updated and finalized with comments from the County after the 95

submittal

95 ndashPerform 95 QCQA

The QCQA procedures described in Task 8 will be implemented during this task as well this

time with an emphasis on coordination between structure roadway traffic and utility

documents and the elimination of conflicts between them

Task 9 Deliverables

bull 65 Response to Comments

bull 95 PSampE

bull 95 Design Calculations

bull Independent Design Check

Task 9 County Decision Point

bull Provide 95 PSampE review comments

bull The County may hire a bridge consultant to perform a constructability review

bull The County requires a 30 day review period including the constructability review for the

95 PSampE Submittal

Task 10 - Final (100) PSampE

This phase begins after the 95 PSampE is submitted and County has responded with comments

The consultant shall not prepare the deliverables for this task until receiving written authorization

from the County

The objective in this task is to provide the design and construction documents the County will use

to advertise for bids and administer the construction contract PSampE shall be 100 complete

Major sub tasks for this phase of the work include

101 - Address County Comments

Incorporate County 95 review comments if any into the design and bidding documents

Consultant shall provide written responses to County comments on the 95 plans After

receiving County concurrence on responses Consultant will proceed with the preparation of

the 100 plans Plan revisions will include addressing 95 comments and design changes

to address mitigation measures and concerns expressed by the County

102 ndash Finalize Documents

Complete the design documents and bidding documents to 100 level this includes

updating the Plans Specifications and Engineerrsquos Cost Estimate

Sign and seal the design and bidding documents and prepare for reproduction

103 ndash Prepare Final Deliverables

Prepare one (1) copy and one (1) electronic copy of design calculations and design check

calculations and ten (10) sets of PSampE bidding documents to the County

Franz Creek Bridge Scope 25 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

104 ndash Federal Funding Assistance

Assist the County in securing federal bridge funding through Caltrans if needed

Task 10 Deliverables

bull 95 Response to Comments

bull (1) Set of reproducible final design plans (printed in black ink on mylar)

bull (10) Sets of hardcopy final design plans (11rdquox 17rdquo)

bull (10) Copies of Specifications (seven bound two loose-leaf bound and one printer ready)

bull (10) Copies of Engineerrsquos Estimate

bull (1) Copy of design check calculations

bull (1) Copy of design check quantities

bull (2) Copies of Resident Engineer pending file

bull (2) Copies of the Geotechnical Report including the Bridge Foundation Report

bull (2) Copies of hydraulic studies and reports

bull (1) Flash drive with electronic versions of all Task 10 deliverables itemized above in

DWG MS Excel or MS Word format Print ready PDF files of same will be provided

Design plans will be provided in AutoCAD and PDF formats

Task 10 County Decision Point

bull Provide written authorization to proceed

Task 11 - Pre-Construction Engineering Services

The consultant shall remain available to provide assistance during bidding and award This work

may include clarification of contract documents in response to contractor inquiries preparing

addenda and evaluating bids Pre-construction engineering services shall be included in this

proposal

111 ndash Pre-Bid Meeting

The consultant Project Manager and Project Engineer will attend the pre-bid meeting to

assist the County in responding to questions regarding intent of PSampE documents

112 ndash Respond to Bidder Inquiries

The consultant will provide the County written responses to technical inquiries by bidders

for County distribution

113 ndash Prepare Addenda

The consultant will prepare addenda documents for distribution by the County should any

changes to the bid documents be required during the bid phase

114 ndash Assist in Evaluating Bids

The consultant will assist the County in evaluating Contractor bids

SUPPLEMENTAL SERVICES TRC and our subconsultants are prepared to perform other tasks as required by the County and the

Project as Supplemental Services A more detailed scope and fee will be developed for these

Franz Creek Bridge Scope 26 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

supplemental services at the time they are deemed necessary No work will be performed on the

Supplemental services without written authorization from the County

Some supplemental services that may be necessary include the following

2C5 ndash Utility Potholing

If utility conflicts are discovered during the design process positively locating the utilities in the

field will be required Consultant with the approval of the County can obtain a price quote from a

utility potholing sub-consultant to perform the work The Consultantrsquos surveyor will survey the

potholed location of the utilities and provide the information in AutoCAD to the designer The

utility drawings will be updated with the correct information If this task is required a refined scope

and fee will be prepared to include the total number of potholes needed the sub-consultant to

perform the work the surveyor to pick up the locations and the engineering design and support to

complete this task

49 ndash Geotechnical Retaining Wall Investigation and Analysis Optional borings for retaining wall foundations and roadway approaches will include one 50 foot

deep boring at each of two potential retaining wall locations Bulk soil samples for pavement

section subgrade analysis will be obtained from the bridge abutment borings previously indicated

If Retaining Walls are required both the draft and final foundation memoreports will be updated

accordingly

69 ndash Noise ndash Bioacoustic Analysis A bioacoustics analysis is excluded from the Noise Study noted in Task 67 The County per task

64 will perform the EFH However if the County requires assistance the Consultant can perform a

bioacoustics analysis if required

Task 7A -Public Outreach led by the Consultant

In this task it is assumed that the County prefers the Consultant to lead the public outreach effort

The goal of the subtasks listed below are to assist the County with informing the public about the

importance of the bridge replacement project identify the communitiesrsquo key issues and concerns

and provide information to the community on project status and design options for the proposed

bridge We will incorporate input from the public into the decision making process for design

aesthetics and location of the new bridge

7A1 - Facilitate Public Meetings

The consultant shall work closely with County staff to develop meeting agendas

presentations and meeting materials for one public outreach meeting and attend two of the

Sonoma County Board of Supervisorrsquos meetings The consultant shall coordinate and

facilitate the public meeting and keep notes that can be shared with the public after review

by County staff

Public Outreach Meetings ndash The County will prepare a database of potential stakeholders

Franz Creek Bridge Scope 27 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

and property owners (Refer to Task 72 of the Scope) It is anticipated that this project will

require (1) meeting directly with the individual property owners affected by the project

Since there are two property owners that are affected it is assumed that both meetings will

occur during the same day The meeting(s) will be held either on-site or at the County

offices The Consultant County and Public Outreach Staff will attend this meeting with

the property owner to explain the project answer questions take meeting notes and prepare

a summarization of the meeting notes

Sonoma County Board of Supervisor Meetings

The team will work with the County and attend one (1) One Board of Supervisor meeting

related to the project and take meeting notes as needed This will occur during the

Environmental Process

7A2 - Distribute Informational Materials to the Community

The consultant will work with County staff to develop and distribute

informationeducational materials as needed to the community to keep all stakeholders

informed of progress on the project

Informational Materials - Fact sheet and FAQrsquos will take 2-3 weeks to prepare review and

finalize with County and project team input Updates will take 1-2 days each

The consultant will develop information for posting on the County project website to

announce public meetings and show progress in project development We will also prepare

a project fact sheet and FAQs to communicate project information The factsheet and FAQs

will each be an 85 x 11 full color handout for use at public meetings and optimized for

posting on the project website Both will be updated twice during the project

ndash

7A3 - Media Relations

Assist the Countyrsquos public information officer with news releases media advisories or other

interactions with the media as needed

This task will be ongoing throughout the project with County and project team input News

releases and media advisories will take approximately 5 days each to prepare review and

distribute In an attempt to maintain positive coverage of the project the Consultant will

assist the Countyrsquos public information officer with news releases media advisories or other

interactions with the media as needed

Task 7A Deliverables

bull One (1) County Board of Supervisorrsquos meeting attend and prepare summary

bull Two (2) Property Owner Meetings attend and prepare summaries

bull Public Information Materials - initial fact sheet FAQ agendas presentation materials

(one PPT updated for the public meeting) exhibits sign in sheets comment cards

Task 810 ndash Retaining Wall Design

Along the southeast side of Franz Valley School Road at the bridge an approximate 70rsquo long

retaining wall may be required This wall will be a Caltrans Standard Plan type designed per the

corresponding Caltrans Standard plan or a pre-engineered wall type designed by the wall

Franz Creek Bridge Scope 28 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

manufacturer The wall height is unknown at this time

Task 12 - Construction Support Services

Up to 100 hours of construction support services is included in this scope Key members of the

Consultant design team will remain available to perform construction support services provided

they are still employed by Consultant

If additional services are required such services will be negotiated with the County at a future date

Common construction support services are described below

121 - Pre-construction Meeting

Key members of the consultant design team shall be available to attend the preconstruction meeting

with the successful construction contractor

122 - Consultant Site Visits

Key members of the consultant design team shall remain available to review shop drawings and

check falsework structural calculations review material submittals and Request for Information

(RFI) and visit the project site during construction if required Any observed defects or

deficiencies in the work shall immediately be brought to the attention of the Countys Resident

Engineer

Attachments

Attachment A ndash Plan Sheet List

Attachment B ndash Exhibits

Attachment C - Fee

Franz Creek Bridge Scope 29 2017-09-07

Details

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

PLAN SHEET LIST DISCIPLINE DESCRIPTION NUMBER OF

SHEETS

SUBMITTED WITH

C Title Sheet 1 35

C Typical Sections 3 35

C Survey Control Sheet 1 65

C Layout Plan (2 per alternative) 4 35

C Profile amp Superelevation

(2 per alternative)

4 35 (profile only)

C Removal Plans 2 65

C Construction Details 2 65

C Contour Grading 0 65

C Traffic HandlingStaged Construction Plans 6 65

C Pavement Delineation amp Signing Plan 2 65

C Drainage Plans amp Details (Stormwater Treatment) 2 65

C Rock Slope Protection Channel Work Plan and 3 65

C Water Pollution Control Plan and Details 2

C Erosion Control Plan amp Details 2 65

C Utility Plans 2 65

S General Plan 1 35

S Deck Contours 1 65

S Foundation Plan 1 35

S Abutment Layout 2 65

S Abutment Details 2 65

S Typical Section 1 35

S Slab Details 1 65

S Tubular Bicycle Railing 1 65

G Log of Test Borings 2 65

TOTAL 46

to be shown on Erosion Control Plan and Details sheets Will be used for estimating only (not part of plan set)

Summary by Discipline

C = Civil 34

S = Structural 10

G = Geotechnical 2

TOTAL 46 Franz Creek Bridge Scope 30 2017-09-07

Attachment A

EXHIBIT 10-H TRC ENGINEERS INC COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

MImbriani Project Manager - Key Personnel 162 $9300 $15066 Manager 0 $000 $0

TLambert Bridge Project Engineer - Key Personnel 220 $6721 $14786 JConklin Roadway Project Engineer - Key Personnel 361 $6601 $23797

Environmental Principal 0 $7788 $0 PChoi Environmental Manager (B3) - Key Personne 141 $6240 $8798 C Pinkerton Bridge Senior Engineer 84 $5332 $4479 G Armstrong Roadway Senior Engineer 114 $5724 $6525 B SchoppeA Bedal Engineer II 636 $4100 $26076 K NegoroN Hernande Engineer I 778 $3300 $25674 G Imbsen Eng CADD Supervisor 93 $5148 $4788 A Cardoza Eng CADD Technician 298 $3415 $10177 J Hull Eng Desktop Publisher 56 $3000 $1680 MaechlerHawthorne Eng AdmAssistant 44 $3000 $1320 W Broeking Environmental PlannerScientist II 0 $3894 $0 G Drosky Environmental PlannerScientist I 126 $2785 $3509

Senior ScientistBiologist (A1) 0 $5492 $0 E Biolsi Technical EditorFinancial Analyst 14 $3605 $505 J Hanzel-Durbin SeniorEngineer (B3) 7 $4710 $330 D Rathnayake SeniorEnvironmental Mgr (A3) 4 $8080 $323 -- 0 $000 $0

Escalation Factor 30 $4101

Total Direct Labor Costs 3138 $15193320 INDIRECT COSTS

Rate Total Fringe Benefits 4962 General Overhead 11040 Cost of Facilities Capital 000

Overhead 16002 $24312350 Total Indirect Costs $24312350

OTHER DIRECT COSTS Quantity Per Unit Total

Airfare (round trips) 0 $0000 $000 Mileage 2900 $0535 $155150 Lodging 0 $150000 $000 Per Diem 4 $46000 $18400 Car rental 0 $0000 $000 Miscellaneous Travel 0 $0000 $000 Mail 50 $054 $2675 Overnight mail 10 $1500 $15000 Copies (85x11) 500 $012 $6000 Copies (11x17) 1000 $200 $200000 Prints (22x34) 162 $300 $48600 Mylars (22x34) 81 $1200 $97200 Environmental EDR Report 1 $35000 $35000 Miscellaneous 50 $500 $2500 Visual Assessment Study 10 $000 $000

Total Other Costs $580525

FEE (Profit) 10 $3950567

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Shannon amp Wilson (inc Woodward Drilling DBE) 2 WRECO (DBE) 3 4 5 Cinquini and Passarino 6 NAL 7 Origer 8 Anchor QEA 9 Anchor QEA (Optional)

10 Shannon amp Wilson (Optional)

Basic $5916619 $5488634

$4531371 $176323

$1710917 $1157155

$18981019

TOTAL COST $63017781

EXHIBIT 10-H TRC ENGINEERS INC COST PROPOSAL - Optional SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

MImbriani Project Manager - Key Personnel 0 $9300 $0 Manager 0 $000 $0

TLambert Bridge Project Engineer - Key Personnel 40 $6721 $2688 JConklin Roadway Project Engineer - Key Personnel 33 $6601 $2178

Environmental Principal 0 $7788 $0 PChoi Environmental Manager (B3) - Key Personnel 0 $6240 $0 C Pinkerton Bridge Senior Engineer 36 $5332 $1920 G Armstrong Roadway Senior Engineer 16 $5724 $916 B SchoppeA Bedal Engineer II 222 $4100 $9102 K NegoroN Hernande Engineer I 216 $3300 $7128 G Imbsen Eng CADD Supervisor 14 $5148 $721 A Cardoza Eng CADD Technician 78 $3415 $2664 J Hull Eng Desktop Publisher 0 $3000 $0 MaechlerHawthorne Eng AdmAssistant 2 $3000 $60 W Broeking Environmental PlannerScientist II 0 $3894 $0 G Drosky Environmental PlannerScientist I 0 $2785 $0

Senior ScientistBiologist (A1) 0 $5492 $0 E Biolsi Technical EditorFinancial Analyst 0 $3605 $0 J Hanzel-Durbin SeniorEngineer (B3) 0 $4710 $0 D Rathnayake SeniorEnvironmental Mgr (A3) 0 $8080 $0 -- 0 $000 $0

Escalation Factor 30 $827

Total Direct Labor Costs 657 $2820328 INDIRECT COSTS

Rate Total Fringe Benefits 4962 General Overhead 11040 Cost of Facilities Capital 000

Overhead 16002 $4513089 Total Indirect Costs $4513089

OTHER DIRECT COSTS Quantity Per Unit Total

Airfare (round trips) 0 $0000 $0 Mileage 500 $0535 $268 Lodging 0 $150000 $0 Per Diem 2 $46000 $92 Car rental 0 $0000 $0 Miscellaneous Travel 0 $0000 $0 Mail 10 $054 $5 Overnight mail 0 $1500 $0 Copies (85x11) 100 $012 $12 Copies (11x17) 100 $200 $200 Prints (22x34) 5 $300 $15 Mylars (22x34) 5 $1200 $60 Environmental EDR Report 0 $35000 $0 Miscellaneous 50 $500 $25

Total Other Costs $67685

FEE (Profit) 10 $733342

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Shannon amp Wilson (inc Woodward Drilling DBE) 2 WRECO (DBE) 3 Circlepoint (Optional) 4 0 5 Cinquini and Passarino 6 NAL 7 Origer 8 Anchor QEA 9 Anchor QEA (Optional)

10 Shannon amp Wilson (Optional)

Optional Basic

$2652981

$84440 $2654490

$5391912

TOTAL COST $13526355

TRC ENGINEERS 080416 Project

BASIC SERVICES - DESIGN FEE ESTIMATE WORKSHEET Increase

Sub administration

Current Date

Expenses Description

Amount DBE

358

717

1075

205

Total DBE including Supplemental)

205

$18981019

$580525

$63017781

$4531371

Subconsultants

Expenses

Total

$18981019

$1710917

$5391912

Total $76544136

$43456237Labor

Car rental

Proposal Date

$0

$184

$0

Sonoma County

Replacement of the Franz Creek Bridge

Bridge No 20C0326 County No C14007

Travel Name

NAL $176323

Basic Services

$5916619Shannon amp Wilson (inc Woodward Drilling DBE)

Miscellaneous Travel

Cinquini and Passarino

Subconsultants (Labor + ODC)

Anchor QEA

Airfare (round trips)

Mileage

Lodging

Per Diem

Total Basic Services

$0

Origer

$0

$1177

Other Direct Costs

Subconsultants Admin Costs

Travel Subtotal

Total Supplemental Services

$1736

$4070

$0

Shannon amp Wilson (Optional)

Optional Services

Total

ODC Subtotal

$5805

$4070

$2654490

$1157155

$84440

P2016-33

WRECO (DBE)

00

03-Oct-17

00

$5488634 Total Fee Estimate (wescalation)

Environmental Mileage $375

1280

Total Basic + Supplemental Fee Estimate Basic Services $63017781

Optional Services $8066759

Subconsultants Optional $5391912 $2652981

Anchor QEA (Optional)

Expenses $67685Circlepoint (Optional)

1032017

2017_10_03_Franz Creek Fee_RevisedTotals with Expenses

BASIC SERVICES ESCALATION CALCULATION

Employee Actual

Employe e Rate

Hours on Project

of Project

Weighted Portion of

Rate Project Manager - Key Personnel 9300$ 162 516 $480 Manager -$ 0 000 $000 Bridge Project Engineer - Key Pers 6721$ 220 701 $471 Roadway Project Engineer - Key P 6601$ 361 1149 $758 Environmental Principal 7788$ 0 000 $000 Environmental Manager (B3) - Key 6240$ 141 449 $280 Bridge Senior Engineer 5332$ 84 268 $143 Roadway Senior Engineer 5724$ 114 363 $208 Engineer II 4100$ 636 2027 $831 Engineer I 3300$ 778 2480 $818 Eng CADD Supervisor 5148$ 93 296 $153 Eng CADD Technician 3415$ 298 950 $324 Eng Desktop Publisher 3000$ 56 178 $054 Eng AdmAssistant 3000$ 44 140 $042 Environmental PlannerScientist II 3894$ 0 000 $000 Environmental PlannerScientist I 2785$ 126 402 $112 Senior ScientistBiologist (A1) 5492$ 0 000 $000 Technical EditorFinancial Analyst 3605$ 14 045 $016 SeniorEngineer (B3) 4710$ 7 022 $011 SeniorEnvironmental Mgr (A3) 8080$ 4 013 $010

-$ 0 000 $000 3138 10000 $4712 TRC ave rate March 2017

Year Est hours spent per

year

Est spent per

year

Unescalated Ave Rate Escalation Escalated

Ave Rate

Total Unescalated

Labor

Total Escalated

Labor

Escalated Labor by

Year Sept 2017 to December 2017 Design 500 1594 $4712 Jan 2018 to December 2018 Design 1322 4214 $4712 20 $4806 $62290 $63536 $1246 Jan 2019 to December 2019 Design 1322 4214 $4712 20 $4902 $62290 $64806 $2517 Jan 2020 to December 2020 Const 50 159 $4712 20 $5000 $2356 $2500 $144 Jan 2021 to December 2021 Const 50 159 $4712 20 $5100 $2356 $2550 $194

3244 103 $129292 $133392 $4101

Difference between Unescalated Labor and Escalated Labor

TRC ENGINEERS FEE ESTIMATE WORKSHEET Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

Travel From Rancho Cordova To Santa Rosa CA (110 mi) of people 2 of days 2 of nights 0 of trips 14

Rate Airfare (round trips) x trips x people = $000 Mileage $0535 x 220 miles x 10 trips = $117700 Lodging $15000 x 0 nights x 2 people = $000 Per Diem $4600 x 2 days x 2 people = $18400 Car rental x days x people = $000 Miscellaneous Travel x units x units = $000 Environmental Mileage $0535 700 $37450 Total Travel $173550

ODCs Rate

Mail $0535 50 $1500 10

$012 500 $200 1000 $300 162

$1200 81 $35000 1

$500 5 1

x pieces = Overnight mail x pieces = Copies (85x11) x copies = Copies (11x17) x prints = Prints (22x34) x prints = Mylars (22x34) x prints = Environmental EDR Report x = Miscellaneous x units = Visual Assessment Study Total ODCs

Total Travel and ODCs

$2675 $15000

$6000 $200000

$48600 $97200 $35000

$2500 $000

$406975

$580525

2017_10_03_Franz Creek Fee_RevisedExpenses Worksheet 1032017

080416

412017

ProjectSonoma County TRC Design Proposal Date P2016-33Replacement of the Franz Creek Bridge DESIGN FEE ESTIMATE WORKSHEET Start Date

Bridge No 20C0326 County No C14007 End Date

LABOR

Task Description anager - Key Personn

Project

Manager ngineer - Key Personn

Bridge Project

ngineer - Key Personn

Roadway Project

Principal

Environmental

ager (B3) - Key Perso

Environmental Bridge Senior

Engineer Engineer

Roadway Senior

II

Engineer Engineer

I

Eng CADD

Supervisor Technician

Eng CADD

Publisher

Eng Desktop

Assistant

Eng Adm

PlannerScientist II

Environmental

PlannerScientist I

Environmental

Biologist (A1)

Senior Scientist

Financial Analyst

Technical Editor

Engineer (B3)

Senior

nvironmental Mgr (A3

Senior Total

Hours

Total

$

MImbriani TLambert JConklin PChoi C Pinkerton G Armstrong B SchoppeA Bedal NegoroN Hernande G Imbsen A Cardoza J Hull MaechlerHawthorne W Broeking G Drosky E Biolsi J Hanzel-Durbin D Rathnayake --

Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Task 1 Project Management Task 11 Project kickoff Meeting 8 8 8 4 28 $1930 Task 12 ProjectStaff Management 40 24 30 16 16 126 $8497 Task 13 Meetings 58 32 68 20 178 $12633 Task 14 Work Progress Form 24 12 24 24 84 $5343 Task 2 Preliminary Engineering Task 2A Alignment Engineering Task 2A1 Assess Available Information 4 4 10 8 26 $1156 Task 2A2 Alignment Alternatives Analysis 16 32 40 2 90 $3748 Task 2B Preliminary Structure Engineering and 35 Design Task 2B1 Bridge Type Selection Report Preparation (DraftFinal) 4 4 28 12 3 12 4 4 71 $2830 Task 2B2 Prepare 35 Design Plans 4 1 4 1 32 36 8 28 114 $4473 Task 2B3 General Plan Cost Estimate 2 1 4 1 4 24 2 38 $1487 Task 2C Utility Coordination Task 2C1 Utility Letters Task 2C11 Prepare A Letters and Plans 05 8 4 4 4 205 $924 Task 2C12 Compile Utility information into Utility Drawing 8 8 16 32 $1314 Task 2C13 Prepare B Letters and Plans 05 8 6 8 6 285 $1206 Task 2C14 Utilities begin Relocation Design Task 2C15 Prepare C Letters and Plans 05 8 8 8 8 325 $1356 Task 2C16 Utilities begin Relocation Construction 2 2 $60 Task 2C2 Utility Company Coordination 12 80 24 116 $6163 Task 2C3 Develop Utility Relocation Plans 1 16 30 47 $1712 Task 2C4 Utility Relocation Cost Estimates 1 16 4 21 $854 Task 3 SurveyingMappingROW Engineering Task 31 Topographic Survey Task 32 Right-of-Way (ROW) Task 321 Boundary Surveys Task 322 Appraisal Mapping - Task Deleted Task 33 Title Reports Task 34 Legal Descriptions 2 4 16 22 $824 Task 35 Creek Cross Sections for Hydraulic Analysis Task 36 Survey Control Sheet Task 4 Geotechnical Engineering Task 41 Preliminary Foundation Memo (PFM) Task 42 Planning amp Permitting Task 43 Traffic Control Task 44 Geologic Reconnaissance Task 45 Laboratory Testing Task 46 Engineering and Geologic Analyses Task 47 Prepare Draft Geotechnical Report 4 8 12 $597 Task 48 Prepare Final Geotechnical Report 2 6 8 $380 Task 5 Hydrology and Hydraulics Task 51 Data Collection and Site Review 4 4 8 $433 Task 52 Hydraulics Analyses 8 8 16 $856 Task 53 Documentation Task 54 Scour Analyses Task 55 Design Hydrology and Hydraulics Reports and Studies Task 551 Design Hydrology and Hydraulics Report Task 5511 Draft Design Hydrology and Hydraulics Report 4 1 4 9 $499 Task 5512 Final Design Hydrology and Hydraulics Report 2 1 4 7 $364 Task 552 Location Hydraulic Study Task 5521 Draft Location Hydraulic Study 4 1 4 9 $499 Task 5522 Final Location Hydraulic Study 2 1 4 7 $364 Task 56 Dry Weather Flow and Bypass Task 6 Environmental Task 601 Environmental Project Management 60 60 $3744 Task 602 Environmental Conf CallsCoordinationMeetings 24 30 54 $3456 Task 603 Environmental Engineering Support 24 24 24 72 $3360 Task 6031 Assist the County with preparation of NEPACEQA documents 4 4 $269 Task 6032 Identify issues that must be addressed in the design 2 8 4 2 24 40 $1750 Task 6033 Prepare Equipment Staging Technical Memo 2 1 4 8 4 19 $874 Task 6034 Prepare Right of Way Technical Memo 1 8 9 $394 Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA 1 3 50 4 2 60 $1996 Task 612 Revised ISA 1 1 10 2 1 15 $582 Task 613 Final ISA 1 8 1 1 11 $413 Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations 1 4 40 24 40 8 117 $4597 Task 622 Revised VIA and Visual Simulations 1 2 10 4 17 $614 Task 623 Final VIA and Visual Simulations 2 8 2 12 $420 Task 63 Cultural Resources (Includes Developing APE map) 1 2 3 $191 Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER 1 6 7 $440 Task 6312 Revised HRER 1 4 5 $316 Task 6313 Final HRER 2 2 $125 Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR 1 4 5 $316

2017_10_03_Franz Creek Fee_RevisedTRC Design 1032017

Task 6322 Revised ASR 1 2 3 $191 Task 6323 Final ASR 2 2 $125 Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR 1 4 5 $316 Task 6332 Revised HPSR 1 2 3 $191 Task 6333 Final HPSR 2 2 $125 Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise 1 1 $66 Task 672 Revise Noise 1 1 $66 Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR 1 8 9 $565 Task 682 Revise WQAR 1 1 $66 Task 683 Final WQAR Task 7 Public Outreach Task 71 Public Outreach Meetings (2 meetings1 day) 8 8 $528 Task 72 Sonoma County Board of Supervisor Meetings (1 total) 8 8 16 $1272 Task 8 65 PSampE Task 81 BridgeStructural Design Development 20 8 140 24 112 4 4 312 $12811 Task 82 Bridge Approach Roadways Task 821 Roadway Civil Design 8 16 50 74 $2834 Task 822 Traffic Design 4 16 20 $692 Task 83 Channel Protection Design Task 84 Stormwater Pollution Prevention Plan 4 8 12 $428 Task 85 Erosion Control Plans 4 8 12 $428 Task 86 Engineering Support to the Permit Process 1 4 12 8 4 29 $1156 Task 87 Cost Estimate amp Specifications 2 4 18 36 60 $2274 Task 88 Contract Drawings - Prepare Submittal 4 4 8 2 2 8 2 2 32 $1372 Task 89 QCQA 8 8 4 20 $1404 Task 9 95 PSampE Task 91 Address County Comments 2 4 18 8 4 36 $1470 Task 92 Complete Design and Bid Documents 4 8 4 24 48 12 72 4 4 180 $6895 Task 93 Independent Design Check 8 8 24 120 160 $5908 Task 94 Cost Estimate amp Specifications 40 36 8 56 76 216 $10295 Task 95 Perform 95 QCQA 16 8 24 $2016 Task 10 Final -100 PSampE Task 101 Address County Comments 2 4 4 24 2 36 $1364 Task 102 Finalize Documents 2 4 2 16 48 4 24 2 2 104 $3891 Task 103 Prepare Final Deliverables 1 2 2 8 16 2 2 33 $1282 Task 104 Federal Funding Assistance 8 8 $528 Task 11 Pre-Construction Engineering Services Task 111 Pre-Bid Meeting 4 4 8 $533 Task 112 Respond to Bidder Inquiries 4 4 4 8 8 28 $1338 Task 113 Prepare Addenda 2 4 4 4 14 $776 Task 114 Assist in Evaluating Bids 4 4 $269 Supp Supplemental Services Task 2C5 Utility Potholing 4 8 16 16 44 $1906 Task 49 Geotechnical Retaining Wall Investigation and Analysis 4 8 12 $592 Task 69 Noise - Bioacoustic Analysis 1 1 $66 Task 7A Public Outreach led by the Consultant Task 7A1 Facilitate Public Meetings Task 7A2 Distribute Informational Materials to the Community Task 7A3 Media Relations Task 810 Retaining Wall Design 24 8 24 8 168 184 12 72 500 $19915 Task 12 Construction Support Services Task 121 Pre-Construction Meeting 4 4 8 $533 Task 122 Construction Site Visits 12 12 12 30 16 2 6 2 92 $4364

Hrs 162 Hrs Hrs 220 Hrs 361 Hrs Hrs 141 Hrs 84 Hrs 114 Hrs 636 Hrs 778 Hrs 93 Hrs 298 Hrs 56 Hrs 44 Hrs Hrs 126 Hrs Hrs 14 Hrs 7 Hrs 4 Hrs 3138 $147832 Rate 930 Rate Rate 672 Rate 660 Rate 779 Rate 624 Rate 533 Rate 572 Rate 410 Rate 330 Rate 515 Rate 342 Rate 300 Rate 300 Rate 389 Rate 279 Rate 549 Rate 361 Rate 471 Rate 808 Rate

FeeClassification 15066 14786 23797 8798 4479 6525 26076 25674 4788 10177 1680 1320 3509 505 330 323 3138 $147832 of Total HoursClassification 5 7 11 4 3 4 20 25 3 9 2 1 4 0 0 0 100

2017_10_03_Franz Creek Fee_RevisedTRC Design 1032017

Attachment to TRC Engineers Inc Exhibit 10‐K

Sonoma County ‐ Replacement of the Franz Creek Bridge 20C0326

Contract Value Basic

Firm Name Person(s) e‐mail Nal Paula Lee paulanal1com $176323

Anchor QEA Nick Duffort Katie Chamberlin

nduffortanchorqeacom kchamberlinanchorqeacom $1157155

Cinquini Jim Dickey jdickeycinquinipassarinocom $4531371 Origer Janine Origer janineorigercom $1710917 Shannon and Wilson Martin Mcllroy MWMshanwilcom $5916619 Wreco Han Bin Liang hanbin_liangwrecocom $5488634 TOTAL SUBCONSULTANTS $18981019

Attachment B

Shannon amp Wilson (inc Woodward Drilling DBE) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee

Bob Mitchell Scott Gaulke Debanik Chaudri Martin McIlroy Ben Aldridge Robert Leaf Sandy Cotrell Lori Nelson

Function

Vice President 1 - Key Personnel Vice President 4 Sr Associate 2 Associate 3 - Key Personnel Professional III 5 Professional II 6 Sr Tech Services 7 Sr Office Services 8 Escalation Factor

Hours

8 0

16 51 0

96 14 8

Hourly Rate

6289 6695 6439 6130 3064 2719 3380 3695

Total

$50312 $000

$103024 $312630

$000 $261024 $47326 $29560 $24116

$803876 $24116

Total Direct Labor Costs 193 $827992 INDIRECT COSTS

Rate Total Fringe Benefits 8640 General Overhead 10387 Cost of Facilities Capital 000

Overhead 19027 $1575421 Total Indirect Costs $1575421

OTHER DIRECT COSTS Item Description Seismic Timer NOA Testing (1 CARB 435 and 1 TEM) Survey Equipment Environmental Data Report County PRMD Permit and Inspection fees County Encroachment Permit (No Fee and No Bond) Mileage Traffic Control (DBE - Traffic Pros) Per Diem (Preliminary and Design Phases) Overnight Mail Laboratory Testing Geotechnical

Quantity 0

1

3 1

540 2 3 1 1

Per Unit $500000 $655000 $100000 $400000 $325000

$0000 $0535

$3250000 $200000 $25000

$3340000

Total $0 $0

$100 $0

$975 $0

$289 $6500 $600 $25

$3340

$0 $0

$11829

FEE (Profit) 10 $240341

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Geotechnical Drilling (Woodward Drilling -- DBE) 2 Certified Asbestos Consultant

$20900

$2090000

TOTAL COST $5916619

Sonoma County Shannon amp Wilson (inc Woodward Drillin Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Vice President

4 Vice President

2 Sr Associate

3 - Key Personnel Associate

5 Professional III Professional II

6 Sr Tech Services

7 Sr Office Services

8 Total Hours

Total $

Hours Bob Mitchell

Hours Scott Gaulke

Hours Debanik Chaudri

Hours Martin McIlroy

Hours Ben Aldridge

Hours Robert Leaf

Hours Sandy Cotrell

Hours Lori Nelson

Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 41 Preliminary Foundation Memo (PFM) 1 4 8 12 2 2 29 $1279 Task 42 Planning amp Permitting 12 12 $326 Task 43 Traffic Control Task 44 Geologic Reconnaissance 1 2 40 43 $1273 Task 45 Laboratory Testing 2 2 4 8 $357 Task 46 Engineering and Geologic Analyses 1 6 8 16 31 $1375 Task 47 Prepare Draft Geotechnical Report 2 4 23 6 10 2 47 $2368 Task 48 Prepare Final Geotechnical Report 1 2 8 6 2 4 23 $1061 Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services Task 121 Pre-Construction Meeting Task 122 Construction Site Visits

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 16 51 96 14 8 193 $803876 6289 6695 6439 6130 3064 2719 3380 3695

503 - 1030 3126 - 2610 473 296 - 193 $8039 4 8 26 50 7 4 100

1032017

2017_10_03_Franz Creek Fee_RevisedSub 1

Shannon amp Wilson (inc Woodward Drilling DBE) COST PROPOSAL - OPTIONAL SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Bob Mitchell Vice President 1 - Key Personnel 2 6289 $12578 Scott Gaulke Vice President 4 0 6695 $000 Debanik Chaudri Sr Associate 2 2 6439 $12878 Martin McIlroy Associate 3 - Key Personnel 8 6130 $49040 Ben Aldridge Professional III 5 33 3064 $101120 Robert Leaf Professional II 6 24 2719 $65256 Sandy Cotrell Sr Tech Services 7 3 3380 $10141 Lori Nelson Sr Office Services 8 3 3695 $11085 $262099

Escalation Factor $7829 $7829

Total Direct Labor Costs 75 $269927 INDIRECT COSTS

Rate Total Fringe Benefits 8640 General Overhead 10387 Cost of Facilities Capital 000

Overhead 19027 $513590 Total Indirect Costs $513590

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Seismic Timer $500000 $000 NOA Testing (1 CARB 435 and 1 TEM) $655000 $000 Survey Equipment 1 $100000 $10000 Environmental Data Report $400000 $000 County PRMD Permit and Inspection fees 1 $325000 $32500 County Encroachment Permit (No Fee and No Bond) $0000 $000 Mileage 230 $0535 $12321 Traffic Control (DBE - Traffic Pros) 2 $3250000 $650000 Per Diem (Preliminary and Design Phases) 2 $200000 $40000 Overnight Mail 0 $25000 $000 Laboratory Testing Geotechnical 1 $1260000 $126000 Laboratory Testing Analytical (DBE - Sparger Technology) $1750000 $000

$8708

FEE (Profit) 10 $78352

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Geotechnical Drilling (Woodward Drilling -- DBE) $9218 2 Certified Asbestos Consultant (NAL - DBE)

$921800

TOTAL COST $2654490

Sonoma County Shannon amp Wilson (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Vice President

4 Vice President

2 Sr Associate Associate

3 Professional III

5 Professional II

6 Sr Tech Services

7 Sr Office Services

8 Total Hours

Total $

Hours Bob Mitchell

Hours Scott Gaulke

Hours Debanik Chaudri

Hours Martin McIlroy

Hours Ben Aldridge

Hours Robert Leaf

Hours Sandy Cotrell

Hours Lori Nelson

Hours 0 $0

Task 2 Preliminary Engineering 0 $0 Task 3 SurveyingMappingROW Engineering 0 $0 Task 4 Geotechnical Engineering 0 $0 Task 41 Preliminary Foundation Memo (PFM) 0 $0 Task 42 Planning amp Permitting 10 10 $277 Task 43 Traffic Control 0 $0 Task 44 Geologic Reconnaissance 2 28 30 $982 Task 45 Laboratory Testing 0 $0 Task 46 Engineering and Geologic Analyses 1 1 4 5 12 23 $861 Task 47 Prepare Draft Geotechnical Report 1 2 2 1 6 $222 Task 48 Prepare Final Geotechnical Report 1 1 1 1 2 6 $298 Task 5 Hydrology and Hydraulics 0 $0 Task 6 Environmental 0 $0 Task 7 Public Outreach 0 $0 Task 8 65 PSampE 0 $0 Task 9 95 PSampE 0 $0 Task 10 Final -100 PSampE 0 $0 Task 11 Pre-Construction Engineering Services 0 $0 Task 12 Construction Support Services 0 $0

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

2 0 2 8 33 24 3 3 0 75 $264045 6289 6695 6502 6190 3064 2773 3380 3713

126 - 130 495 1011 666 101 111 - 75 $2640 3 0 3 11 44 32 4 4 0 100

Attachment C

WRECO (DBE) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours Hourly Rate Total

H Liang A Ochoa TBD TBD TBD TBD TBD

Principal Engineer - Key Personnel Supervising Engineer Senior Engineer Associate Engineer Staff Engineer Senior Technician Clerical Tech Editor

16 4

68 188 128 28 6

9351 7731 6487 4327 3361 2942 2500

$1496 $309

$4411 $8135 $4302 $824 $150

INDIRECT COSTS Total Direct Labor Costs 438 $1962716

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS

Rate 7195 4010 2810 14015

Total

$2750746 $2750746

Item Description Travel and Per Diem Reproductions Overnight Delivery

Quantity 632 50 4

Per Unit $0535

$50000 $50000

Total $33825

$250000 $20000

$303825

FEE (Profit) 10 $471346

$000

TOTAL COST $5488634

Sonoma County WRECO (DBE) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description ngineer - Key Person Principal

Engineer Supervising

Engineer Senior

Engineer Associate

Engineer Staff

Technician Senior

Tech Editor Clerical Total

Hours Total

$

Hours H Liang

Hours A Ochoa

Hours TBD

Hours TBD

Hours TBD

Hours TBD

Hours TBD

Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 51 Data Collection and Site Review 1 8 8 17 $959 Task 52 Hydraulics Analyses 1 4 8 16 2 31 $1296 Task 53 Documentation 1 8 12 8 29 $1401 Task 54 Scour Analyses 1 4 8 8 21 $968 Task 55 Design Hydrology and Hydraulics Reports and Studies Task 551 Design Hydrology and Hydraulics Report Task 5511 Draft Design Hydrology and Hydraulics Report 2 4 8 16 1 31 $1355 Task 5512 Final Design Hydrology and Hydraulics Report 1 2 6 8 1 18 $777 Task 552 Location Hydraulic Study Task 5521 Draft Location Hydraulic Study 1 4 10 4 1 20 $945 Task 5522 Final Location Hydraulic Study 1 2 4 2 1 10 $489 Task 56 Dry Weather Flow and Bypass 1 4 12 4 2 23 $1066 Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER Task 6312 Revised HRER Task 6313 Final HRER Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR Task 6322 Revised ASR Task 6323 Final ASR Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise Task 672 Revise Noise Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR 05 2 4 24 20 1 515 $2197 Task 682 Revise WQAR 05 1 1 12 8 05 23 $990 Task 683 Final WQAR 1 1 4 4 05 105 $462 Task 7 Public Outreach Task 8 65 PSampE Task 81 BridgeStructural Design Development Task 82 Bridge Approach Roadways Task 821 Roadway Civil Design Task 822 Traffic Design Task 83 Channel Protection Design 1 8 24 12 12 57 $2407 Task 84 Stormwater Pollution Prevention Plan Task 85 Erosion Control Plans Task 86 Engineering Support to the Permit Process Task 87 Cost Estimate amp Specifications 05 2 8 4 145 $657 Task 88 Contract Drawings - Prepare Submittal Task 89 QCQA Task 9 95 PSampE Task 91 Address County Comments 05 1 4 55 $285 Task 92 Complete Design and Bid Documents 1 4 16 8 8 37 $1550 Task 93 Independent Design Check Task 94 Cost Estimate amp Specifications 05 2 6 2 105 $503 Task 95 Perform 95 QCQA Task 10 Final -100 PSampE Task 101 Address County Comments 1 1 2 4 $245 Task 102 Finalize Documents 05 4 12 4 4 245 $1078 Task 103 Prepare Final Deliverables Task 104 Federal Funding Assistance Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

16 4 68 188 128 28 6 438 $19627 $9351 $7731 $6487 $4327 $3361 $2942 $2500

1496 309 4411 8135 4302 824 150 - - 438 $19627 4 1 16 43 29 6 1 100

Notes

1032017

2017_10_03_Franz Creek Fee_RevisedSub 2

Attachment D

Circlepoint (Optional) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Germano Title Project Mgr 12 6250 $75000 Pham Title Sr Associate 56 3466 $194096 Morales Title Coordinator 59 2765 $163135 Seward Title Sr Art Director 6 5300 $31800 Nelson Title Sr Web Designer 0 3724 $000 Krager Title Sr Graphic Design 8 3628 $29024 Sonne Title WebGraphic Design 32 3300 $105600

Escalation Factor $188

Total Direct Labor Costs 173 $617503 INDIRECT COSTS

Rate Total Fringe Benefits 5932 General Overhead 12840 Cost of Facilities Capital 000

Overhead 18772 $1159177 Total Indirect Costs $1159177

OTHER DIRECT COSTS Item Description Quantity Per Unit Total

Mileage 1296 $0535 $69300 Reproduction 1 $350000 $350000 Display Ads 1 $100000 $100000 Exhibit Boards 12 $12000 $144000 Room Rentals 1 $33333 $33333 Online Survey 1 $2000 $2000

$698633

FEE (Profit) 10 $177668

TOTAL COST $2652981

Sonoma County Circlepoint (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Title

Project Mgr Title

Sr Associate Title

Coordinator Title

Sr Art Director Title

Sr Web Designer Title

Sr Graphic Design Title

WebGraphic Design Total Hours

Total $

Hours Germano

Hours Pham

Hours Morales

Hours Seward

Hours Nelson

Hours Krager

Hours Sonne

Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 71 Public Outreach Meetings (2 meetings1 day) 5 20 24 4 4 20 77 $2686 Task 72 Sonoma County Board of Supervisor Meetings (1 total) 6 6 $208

4 15 20 2 4 12 57 $1970 3 15 15 33 $1122

Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

12 56 59 6 8 32 173 $5987 625 347 277 530 372 363 330

75000 194096 163135 31800 29024 105600 - - 173 $5987 7 32 34 3 5 18 100

Notes

56

1032017

2017_10_03_Franz Creek Fee_RevisedSub 3

Attachment E

Cinquini and Passarino COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

0 Principal Professional Land Surveyor 1 - Key Personn 26 6500 $1690 0 Professional Land Surveyor 2 88 5250 $4620 0 Staff Surveyor 3 24 3200 $768 0 Cad Technician 4 56 3100 $1736 0 1 Person Crew 5 0 3975 $0 0 2 Person Crew 6 78 7250 $5655 0 3 Person Crew 7 0 10531 $0 0 Office Manager 8 0 3245 $0 0 Admin Staff 9 0 2448 $0 0 Staff Surveyor 10 0 000 $0

Total Direct Labor Costs 272 $1446900 INDIRECT COSTS

Rate Total Fringe Benefits 7249 General Overhead 8897 Cost of Facilities Capital 000

Overhead 16146 $2336165 Total Indirect Costs $2336165

OTHER DIRECT COSTS Item Description Quantity Per Unit Total

1 Title Reports 4 $750000 $3000 2 Record of Survey 1 $700000 $700

$3700

FEE (Profit) 10 $378306

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 2

$000

TOTAL COST $4531371

Sonoma County Cinquini and Passarino Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel l Professional Land S

2 fessional Land Surve

3 Staff Surveyor

4 Cad Technician

5 1 Person Crew

6 2 Person Crew 3 Person Crew

7 Office Manager

8 Admin Staff

9 Staff Surveyor

10 ncipal Prof Land Surve

11 Total Hours

Total $

Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 31 Topographic Survey 6 16 40 30 92 $4645 Task 32 Right-of-Way (ROW) 8 32 8 24 72 $4196 Task 321 Boundary Surveys Task 322 Appraisal Mapping - Task Deleted Task 33 Title Reports 4 4 $210 Task 34 Legal Descriptions 10 24 16 50 $2422 Task 35 Creek Cross Sections for Hydraulic Analysis 6 8 24 38 $2303 Task 36 Survey Control Sheet 2 6 8 16 $693 Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

26 88 24 56 78 272 $14469 650 525 320 310 398 725 1053 325 245 1690 4620 768 1736 - 5655 - - - - - 272 $14469

10 32 9 21 29 100

1032017

2017_10_03_Franz Creek Fee_RevisedSub 5

Attachment F

NAL COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

De Arcos Senior Envir Consultant 1 8000 $80 Lee Envir Consultant - Key Personnel 8 7500 $600 Scott Technician I 3 6000 $180 Hall Office Support 4 3000 $120

0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0

Total Direct Labor Costs 16 $98000 INDIRECT COSTS

Rate Total Fringe Benefits 1500 General Overhead 2000 Cost of Facilities Capital 009

Overhead 3509 $34388 Total Indirect Costs $34388

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Mileage (one field visit and two project meetings in Santa Rosa) 256 $0535 $137 Data Collection (up to five intersections) 10 $17000 $170

$307

FEE (Profit) 10 $13239

$000

TOTAL COST $176323

Sonoma County NAL Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task Description Envir Consultant Senior Envir Consultant -

Key Personnel Technician I Office Support Total Hours

Total $

De Arcos Lee Scott HallHours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours

Task 1 Project Management Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 61 Initial Site Assessment (ISA) 5 3 8 $555 Task 611 Draft ISA 1 3 4 $170 Task 612 Revised ISA 2 05 25 $165 Task 613 Final ISA 1 05 15 $90 Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

1 8 3 4

- - - - - - - - -

16 800 750 600 300

16 $98080 600 180 120 6 50 19 25 100

Notes

1032017

2017_10_03_Franz Creek Fee_RevisedSub 6

Attachment G

Origer COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours Hourly Rate Total

Janine Origer Vicki Beard

Principal Investgator 1 - Key Personnel Architectural Historian 2 Staff

60 122

0

2800 2800 1800

$1680 $3416

$0

Total Direct Labor Costs INDIRECT COSTS

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS Item Description mileage Northwest Inform Hourly access fee Copies per page fee for paper or digital copies Historical societ Research fees

182

Quantity 40

1

Rate 9000 11300

005 20305

Per Unit $0535

$100000 $0150

$100000

Total

$1034743

Total $21 $100

$0 $0

$509600

$1034743

$121

FEE (Profit) 10 $154434

TOTAL COST $1710917

Sonoma County Origer Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Principal InvestgatorA

2 rchitectural Historian Staff Total

Hours Total

$

Hours Janine Origer

Hours Vicki Beard

Hours Hours Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) 12 102 114 $3192 Task 631 Historic Resources Evaluation Report (HRER) 16 16 $448 Task 6311 Draft HRER 4 4 $112 Task 6312 Revised HRER Task 6313 Final HRER 32 32 $896 Task 632 Archaeological Survey Report (ASR) 4 4 $112 Task 6321 Draft ASR 2 2 $56 Task 6322 Revised ASR Task 6323 Final ASR 6 6 $168 Task 633 Historic Properties Survey Report (HPSR) 2 2 $56 Task 6331 Draft HPSR 2 2 $56 Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise Task 672 Revise Noise Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR Task 682 Revise WQAR Task 683 Final WQAR Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

60 122 182 280 280 180 1680 3416 - - - - - - - 182 $5096

33 67 100 Notes

2017_10_03_Franz Creek Fee_RevisedSub 7

1032017

Attachment H

Anchor QEA COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Josh Burnam Managing Partner 8 $9010 $721 Katie Chamberlin Project Manager - Key Personnel 6 $5600 $336 Nick Duffort Senior PlannerBiologist - Key Personnel 66 $3800 $2508 Jordan Theyel Editor 14 $2480 $347

0 0 $000 $0 0 0 $000 $0

Total Direct Labor Costs 94 $391200 INDIRECT COSTS

Rate Total Fringe Benefits 9354 General Overhead 7297 Cost of Facilities Capital 018

Overhead 16669 $652091 Total Indirect Costs $652091

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Hotel $200000 $0 Travel 178 $0535 $95

$95

FEE (Profit) 10 $104329

TOTAL COST $1157155

Sonoma County Anchor QEA Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Managing Partner t Manager - Key PernnerBiologist - Key Editor Total Hours

Total $

Hours Josh Burnam

Hours Katie Chamberlin

Hours Nick Duffort

Hours Jordan Theyel

Hours Hours Hours Hours Hours

Task 11 Project kickoff Meeting Task 12 ProjectStaff Management Task 13 Meetings Task 14 Work Progress Form Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER Task 6312 Revised HRER Task 6313 Final HRER Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR Task 6322 Revised ASR Task 6323 Final ASR Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise 20 20 $760 Task 671 Draft Noise 6 4 34 10 54 $2305 Task 672 Revise Noise Task 673 Final Noise 2 2 12 4 20 $847 Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR Task 682 Revise WQAR Task 683 Final WQAR Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 6 66 14 94 $9010 $5600 $3800 $2480

721 336 2508 347 - - - - - 94 $3912 9 6 70 15 100

Notes

2017_10_03_Franz Creek Fee_RevisedSub 8

1032017

Anchor QEA (Optional) COST PROPOSAL - OPTIONAL SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours

Josh Burnam Managing Partner 0 Katie Chamberlin Project Manager - Key Personnel 0 Nick Duffort Senior PlannerBiologist - Key Personne 8 Jordan Theyel Editor 0

0 0 0 0

Total Direct Labor Costs 8 INDIRECT COSTS

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS Item Description Quantity Hotel Travel

Hourly Rate

90 $5599 $3598 $2403 $000 $000

Rate 9354 7297 018 16669

Per Unit $235000

$0535

Total

$0 $0

$288 $0 $0 $0

Total

$47980

Total $0 $0

$28784

$47980

$0

FEE (Profit) 10 $7676

TOTAL COST $84440

Sonoma County Anchor QEA (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Managing Partner t Manager - Key PernnerBiologist - Key Editor Total Hours

Total $

Hours Josh Burnam

Hours Katie Chamberlin

Hours Nick Duffort

Hours Jordan Theyel

Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 67 Noise Task 671 Draft Noise 8 8 $288 Task 672 Revise Noise Task 673 Final Noise Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 8 9005 5599 3598 2403

- - 288 - - - - - - 8 $288 100 100

Notes

2017_10_03_Franz Creek Fee_RevisedSub 8-Optional

1032017

EXHIBIT B- Insurance Requirements

With respect to performance of work under this Agreement Consultant shall maintain and shall require all of its subcontractors consultants and other agents to maintain insurance as described below unless such insurance has been expressly waived by the attachment of a Waiver of Insurance Requirements Any requirement for insurance to be maintained after completion of the work shall survive this Agreement

County reserves the right to review any and all of the required insurance policies andor endorsements but has no obligation to do so Failure to demand evidence of full compliance with the insurance requirements set forth in this Agreement or failure to identify any insurance deficiency shall not relieve Consultant from nor be construed or deemed a waiver of its obligation to maintain the required insurance at all times during the performance of this Agreement

1 Workers Compensation and Employers Liability Insurance a Required if Consultant has employees as defined by the Labor Code of the State of

California b Workers Compensation insurance with statutory limits as required by the Labor Code of

the State of California c Employers Liability with minimum limits of $1000000 per Accident $1000000 Disease

per employee $1000000 Disease per policy d Required Evidence of Insurance Certificate of Insurance

If Consultant currently has no employees as defined by the Labor Code of the State of California Consultant agrees to obtain the above-specified Workers Compensation and Employers Liability insurance should employees be engaged during the term of this Agreement or any extensions of the term

2 General Liability Insurance a Commercial General Liability Insurance on a standard occurrence form no less broad than

Insurance Services Office (ISO) form CG 00 01 b Minimum Limits $1000000 per Occurrence $2000000 General Aggregate $2000000

ProductsCompleted Operations Aggregate The required limits may be provided by a combination of General Liability Insurance and Commercial Excess or Commercial Umbrella Liability Insurance If Consultant maintains higher limits than the specified minimum limits County requires and shall be entitled to coverage for the higher limits maintained by Consultant

c Any deductible or self-insured retention shall be shown on the Certificate of Insurance If the deductible or self-insured retention exceeds $25000 it must be approved in advance by County Consultant is responsible for any deductible or self-insured retention and shall fund it upon Countyrsquos written request regardless of whether Consultant has a claim against the insurance or is named as a party in any action involving the County

d The County of Sonoma its Officers Agents and Employees shall be endorsed as additional insureds for liability arising out of operations by or on behalf of the Consultant in the performance of this Agreement

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 1 of 3 STPLZ-5920(149)

e The insurance provided to the additional insureds shall be primary to and non-contributory with any insurance or self-insurance program maintained by them

f The policy definition of ldquoinsured contractrdquo shall include assumptions of liability arising out of both ongoing operations and the products-completed operations hazard (broad form contractual liability coverage including the ldquofrdquo definition of insured contract in ISO form CG 00 01 or equivalent)

g The policy shall cover inter-insured suits between the additional insureds and Consultant and include a ldquoseparation of insuredsrdquo or ldquoseverabilityrdquo clause which treats each insured separately

h Required Evidence of Insurance i Copy of the additional insured endorsement or policy language granting additional

insured status and ii Certificate of Insurance

3 Automobile Liability Insurance a Minimum Limit $1000000 combined single limit per accident The required limits may

be provided by a combination of Automobile Liability Insurance and Commercial Excess or Commercial Umbrella Liability Insurance

b Insurance shall cover all owned autos If Consultant currently owns no autos Consultant agrees to obtain such insurance should any autos be acquired during the term of this Agreement or any extensions of the term

c Insurance shall cover hired and non-owned autos d Required Evidence of Insurance Certificate of Insurance

4 Professional LiabilityErrors and Omissions Insurance a Minimum Limits $1000000 per claim or per occurrence $1000000 annual aggregate b Any deductible or self-insured retention shall be shown on the Certificate of Insurance If

the deductible or self-insured retention exceeds $25000 it must be approved in advance by County

c If the insurance is on a Claims-Made basis the retroactive date shall be no later than the commencement of the work

d Coverage applicable to the work performed under this Agreement shall be continued for two (2) years after completion of the work Such continuation coverage may be provided by one of the following (1) renewal of the existing policy (2) an extended reporting period endorsement or (3) replacement insurance with a retroactive date no later than the commencement of the work under this Agreement

e Required Evidence of Insurance Certificate of Insurance

5 Standards for Insurance Companies Insurers other than the California State Compensation Insurance Fund shall have an AM Bests rating of at least AVII

6 Documentation a The Certificate of Insurance must include the following reference Franz Valley School

Road over Franz Creek Bridge Replacement (C14007)

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 2 of 3 STPLZ-5920(149)

b All required Evidence of Insurance shall be submitted prior to the execution of this Agreement Consultant agrees to maintain current Evidence of Insurance on file with County for the entire term of this Agreement and any additional periods if specified in Sections 1 ndash 4 above

c The name and address for Additional Insured endorsements and Certificates of Insurance is The County of Sonoma its Officers Agents and Employees Attn Olesya Tribukait 2300 County Center Drive Suite B100 Santa Rosa CA 95403

d Required Evidence of Insurance shall be submitted for any renewal or replacement of a policy that already exists at least ten (10) days before expiration or other termination of the existing policy

e Consultant shall provide immediate written notice if (1) any of the required insurance policies is terminated (2) the limits of any of the required policies are reduced or (3) the deductible or self-insured retention is increased

f Upon written request certified copies of required insurance policies must be provided within thirty (30) days

7 Policy Obligations Consultants indemnity and other obligations shall not be limited by the foregoing insurance requirements

8 Material Breach If Consultant fails to maintain insurance which is required pursuant to this Agreement it shall be deemed a material breach of this Agreement County at its sole option may terminate this Agreement and obtain damages from Consultant resulting from said breach Alternatively County may purchase the required insurance and without further notice to Consultant County may deduct from sums due to Consultant any premium costs advanced by County for such insurance These remedies shall be in addition to any other remedies available to County

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 3 of 3 STPLZ-5920(149)

ATTACHMENT B DATE (MMDDYYYY)

CERTIFICATE OF LIABILITY INSURANCE 03182017

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER

Suite 370 3780 Mansell Road

Greyling Insurance Brokerage

Alpharetta GA 30022

1-770-552-4225 CONTACT NAME Jerry Noyola PHONE (AC No Ext) 770-552-4225

FAX (AC No) 866-550-4082

ADDRESS E-MAIL jerrynoyolagreylingcom

INSURER(S) AFFORDING COVERAGE NAIC

INSURER A NATIONAL UNION FIRE INS CO OF PITTS 19445

INSURED

Rancho Cordova CA 95670 Suite 100 10680 White Rock Road TRC Companies Inc TRC Engineers Inc

INSURER B XL SPECIALTY INS CO 37885

INSURER C NEW HAMPSHIRE INS CO 23841

INSURER D STEADFAST INS CO 26387

INSURER E

INSURER F

COVERAGES CERTIFICATE NUMBER 49364000 REVISION NUMBER

CERTIFICATE HOLDER

AUTHORIZED REPRESENTATIVE

CANCELLATION

LOCJECT PROshy

POLICY

GENL AGGREGATE LIMIT APPLIES PER

OCCURCLAIMS-MADE

COMMERCIAL GENERAL LIABILITY

PREMISES (Ea occurrence) $ DAMAGE TO RENTED EACH OCCURRENCE $

MED EXP (Any one person) $

PERSONAL amp ADV INJURY $

GENERAL AGGREGATE $

PRODUCTS - COMPOP AGG $

$RETENTIONDED

CLAIMS-MADE

OCCUR

$

AGGREGATE $

EACH OCCURRENCE $UMBRELLA LIAB

EXCESS LIAB

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES (ACORD 101 Additional Remarks Schedule may be attached if more space is required)

INSR LTR TYPE OF INSURANCE POLICY NUMBER

POLICY EFF (MMDDYYYY)

POLICY EXP (MMDDYYYY) LIMITS

PER STATUTE

OTHshyER

EL EACH ACCIDENT

EL DISEASE - EA EMPLOYEE

EL DISEASE - POLICY LIMIT

$

$

$

ANY PROPRIETORPARTNEREXECUTIVE

If yes describe under DESCRIPTION OF OPERATIONS below

(Mandatory in NH) OFFICERMEMBER EXCLUDED

WORKERS COMPENSATION AND EMPLOYERS LIABILITY Y N

AUTOMOBILE LIABILITY

ANY AUTO ALL OWNED SCHEDULED

HIRED AUTOS NON-OWNED

AUTOS AUTOS

AUTOS

COMBINED SINGLE LIMIT

BODILY INJURY (Per person)

BODILY INJURY (Per accident)

PROPERTY DAMAGE $

$

$

$

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSD ADDL

WVD SUBR

N A

$

$

(Ea accident)

(Per accident)

OTHER

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

1000000

Department of Transporation and Public Works County of Sonoma

Including Pollution Liability

Contractual Liability

Professional Liability

X

X

040117

040117

040118 040118

D

1000000

Suite B-100 2300 County Center Drive

500000

X

non-contributory where required by written contract contract The above referenced liability policies with the exception of professional liability are primary amp liability policies with the exception of workers compensation amp professional liability where required by written The County of Sonoma its officers agents amp employees are named as Additional Insureds on the above referenced

10000

Re As contracted with Sonoma County Transportation amp Public Works

040118

040118

040118

N 1000000

2000000

X

X

9000000

Santa Rosa CA 95403

X

X

9000000

1000000

USA

040117

040117

1000000

040118A

B

X

2000000

X

0401175341999

040118X

5000000

5000000

Martha Cheever

X

25000

Aggregate

Per ClaimPEC019684301

US00075712LI17A

040117 040117

4773667 (AOS)

22298274 (AOS)

4773668 (MA)

22298275 (CA)

1000000

X

A

C

A

A

copy 1988-2014 ACORD CORPORATION All rights reserved ACORD 25 (201401) The ACORD name and logo are registered marks of ACORD JNoyola 49364000

Exhibit C

DISADVANTAGED BUSINESS ENTERPRISES (DBE)

THIS PROJECT IS SUBJECT TO TITLE 49 CFR 2613(B)

The consultant sub recipient or subcontractor shall not discriminate on the basis of race color

national origin or sex in the performance of this contract The consultant shall carry out

applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted

agreements Failure by the consultant to carry out these requirements is a material breach of this

agreement which may result in the termination of this agreement or such other remedy as the

recipient deems appropriate which may include but is not limited to (1) Withholding monthly progress payments (2) Assessing sanction (3) Liquidated damages andor (4) Disqualifying

the contractor from future bidding as non-responsible

Consultant must take necessary and reasonable steps to ensure that DBEs have opportunity to

participate in the agreement (49 CFR 26)

To ensure equal participation of DBEs provided in 49 CFR 265 the Department shows a goal

for DBEs Consultant must make work available to DBEs and select work parts consistent with

available DBE subcontractors and suppliers

Consultant must meet the DBE goal shown in Section 1342 of Agreement or demonstrate that

adequate good faith efforts have been made to meet this goal It is the consultantrsquos responsibility

to verify that the DBE firm is certified as DBE at date of proposal opening For a list of DBEs

certified by the California Unified Certification Program go to

httpwwwdotcagovhqbepfind_certifiedhtm

All DBE participation will count toward the Departments federally mandated statewide overall

DBE goal

Credit for materials or supplies you purchase from DBEs counts towards the goal in the

following manner

1 100 percent counts if the materials or supplies are obtained from a DBE manufacturer

2 60 percent counts if the materials or supplies are obtained from a DBE regular dealer

3 Only fees commissions and charges for assistance in the procurement and delivery of

materials or supplies count if obtained from a DBE that is neither a manufacturer or

regular dealer 49 CFR 2655 defines manufacturer and regular dealer

You receive credit towards the goal if you employ a DBE trucking company that performs a

commercially useful function as defined in 49 CFR 2655(d)(1) through (4) and (6)

DBE GOAL The Disadvantaged Business Enterprise (DBE) goal for this project is 11

DBE COMMITMENT SUBMITTAL Submit DBE information on the Caltrans Bidder ndash DBE Commitment form included as within this Agreement The form must be completed and returned with the agreement Submit written confirmation from each DBE stating that it is participating in the contract Include confirmation with the DBE Commitment form A copy of a DBEs quote will serve as written confirmation that the DBE is participating in the contract

It is the consultantrsquos responsibility to verify that the firm is certified as of the date of submittal Listings of DBEs certified by the CUCP are available at httpwwwdotcagovhqbeq Click the ldquoFind a Certified Firmrdquo link

GOOD FAITH EFFORTS SUBMITTAL If you have not met the DBE goal complete and submit the Good Faith Efforts Documentation form with the proposal showing that you made adequate good faith efforts to meet the goal Only good faith efforts directed towards obtaining participation by DBEs will be considered If your DBE Commitment form shows that you have met the DBE goal or if you are required to submit the DBE Commitment form you must also submit good faith efforts documentation Good faith efforts documentation must include the following information and supporting documents as necessary

1 Items of work the consultant has made available to DBE firms Identify those items of

work you might otherwise perform with its own forces and those items that have been

broken down into economically feasible units to facilitate DBE participation For each

item listed show the dollar value and percentage of the total contract It is your

responsibility to demonstrate that sufficient work to meet the goal was made available to

DBE firms

2 Names of certified DBEs and dates on which they were solicited to bid on the project

Include the items of work offered Describe the methods used for following up initial

solicitations to determine with certainty if the DBEs were interested and the dates of the

follow-up Attach supporting documents such as copies of letters memos facsimiles

sent telephone logs telephone billing statements and other evidence of solicitation You

are reminded to solicit certified DBEs through all reasonable and available means and

provide sufficient time to allow DBEs to respond

3 Name of selected firm and its status as a DBE for each item of work made available

Include name address and telephone number of each DBE that provided a quote and

their price quote If the firm selected for the item is not a DBE provide the reasons for

the selection

4 Name and date of each publication in which you requested DBE participation for the

project Attach copies of the published advertisements

5 Names of agencies and dates on which they were contacted to provide assistance in

contacting recruiting and using DBE firms If the agencies were contacted in writing

provide copies of supporting documents

6 List of efforts made to provide interested DBEs with adequate information about the

plans specifications and requirements of the contract to assist them in responding to a

solicitation If you have provided information identify the name of the DBE assisted the

nature of the information provided and date of contact Provide copies of supporting

documents as appropriate

7 List of efforts made to assist interested DBEs in obtaining bonding lines of credit

insurance necessary equipment supplies and materials excluding supplies and

equipment that the DBE subcontractor purchases or leases from the prime consultant or

its affiliate If such assistance is provided by you identify the name of the DBE assisted

nature of the assistance offered and date assistance was provided Provide copies of

supporting documents as appropriate

8 Any additional data to support demonstration of good faith efforts

SUBCONTRACTOR AND DBE RECORDS

The Consultant shall maintain records showing the name and business address of each first-tier

subcontractor The records shall also show the name and business address of every DBE

subcontractor DBE vendor of materials and DBE trucking company regardless of tier The

records shall show the date of payment and the total dollar figure paid to all of these 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

Upon completion of the Agreement a summary of these records shall be prepared on Final

Report-Utilization of Disadvantaged Business Enterprise (DBE) First Tier Subcontractors

Form CEM-2402(F) and certified correct by the Consultant or the Consultants authorized

representative and shall be furnished to the County Engineer The form shall be furnished to the

Engineer within 90 days from the date of contract acceptance

Prior to the fifteenth of each month the Consultant shall submit documentation to the Engineer

showing the amount paid to DBE trucking companies The Consultant shall also obtain and

submit documentation to the Engineer showing the amount paid by DBE trucking companies to

all firms including owner-operators for the leasing of trucks If the DBE who leases trucks

from a non-DBE the Consultant may count only for the fee or commission the DBE receives as

a result of the lease arrangement

The Consultant shall also obtain and submit documentation to the Engineer showing the truck

number owners name California Highway Patrol CA number and if applicable the DBE

certification number of the owner of the truck for all trucks used during that month This

documentation shall be submitted on Monthly DBE Trucking Verification Form CEM- 2404

(F)

DBE CERTIFICATION STATUS

If a DBE subcontractor is decertified during the life of the project the decertified subcontractor

shall notify the Consultant in writing with the date of decertification If a subcontractor becomes

a certified DBE during the life of the project the subcontractor shall notify the Consultant in

writing with the date of certification The Consultant shall furnish the written documentation to

the Engineer

Upon completion of the contract Disadvantaged Business Enterprise (DBE) Certification Status

Change Form CEM-2403 (F) indicating the DBEs existing certification status shall be signed

and certified correct by the Consultant The certified form shall be furnished to the Engineer

within 90 days from the date of contract acceptance

PERFORMANCE OF DBE SUBCONTRACTORS AND SUPPLIERS

The DBEs listed by the Consultant in response to the provisions in Section 2-102B Submission

of DBE Information and Section 3 Award and Execution of Contract of these special

provisions which are determined by the Department to be certified DBEs shall perform the

work and supply the materials for which they are listed unless the Consultant has received prior

written authorization to perform the work with other forces or to obtain the materials from other

sources

Authorization to use other forces or sources of materials may be requested for the following

reasons

A The listed DBE after having had a reasonable opportunity to do so fails or

refuses to execute a written contract when such written contract based upon the

general terms conditions plans and specifications for the project or on the terms of

such subcontractors or suppliers written bid is presented by the Consultant

B The listed DBE becomes bankrupt or insolvent

C The Listed DBE fails or refuses to perform the subcontract or furnish the listed

materials

D The Consultant stipulated that a bond was a condition of executing a subcontract

and the listed DBE subcontractor fails or refuses to meet the bond requirements of

the Consultant

E The work performed by the listed subcontractor is substantially unsatisfactory and

is not in substantial conformance with the plans and specifications or the

subcontractor is substantially delaying or disrupting the progress of the work

F It would be in the best interest of the County

The Consultant shall not be entitled to any payment for such work or material unless it is

performed or supplied by the listed DBE or by other forces (including those of the

Consultant) pursuant to prior written authorization of the Engineer

Local Assistance Procedures Manual ATTACHMENT P Exhibit 10-01 middot Consultant Proposal DBE Commitment

EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT

1 Local Agency County Of Sonoma 2 Contract DBE Goal 11 ~~~~~~~~~~~~~

3 Project Description Consulting Engineering Services for Replacement of the Franz Creek Bridge

4 Project Location Franz Valley School Road Sonoma County CA

5 Consultants Name TRC Engineers Inc 6 Prime Certified DBE O

7 Description of Work Service or Materials Supplied

Geotechnical - Driller

Traffic Control

HydrologyHydraulicsScour

8 DBE Certification

Number

37877

42433

30066

Local Agency to Complete this Section

17 Local Agency Contracl Number C14007

18 Federal-Aid Project Number BRL0-5920(149)

19 Proposed Contract Execution Date

Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate

~~ 2oy-a1 Agency Representatives Signature

Angela Silvestri 22 Local Agency Representatives Name

Department Analyst DBELO 24 Local Agency Representatives Title

1 ZtJ 12 21 Date

707-565-2758 23 Phone

9 DBE Contact Information

Woodward Drilling

Traffic Control Pros

WRECO

11 TOTAL CLAIMED DBE PARTICIPATION

10 DBE

393

170

717

128

IMPORTANT Identify all DBE firms being claimed for credit regardless of tier Written confirmation of each listed DBE is required

~

~ cfZV(A_---fl0617 12 Preparers SiJ(r-i~ture 13 Date

Mark lmbriani 916-366-0632 14 Preparers Name 15 Phone

Vice President 16 Preparers Title

DISTRIBUTION Original - Included with consultants proposal to local agency

ADA Notice For individuals with sensory disabilities this document is available in alternate formats For information call (916) 654-641 O or TDD (916) 654shy3880 or write Records and Forms Management 1120 N Street MS-89 Sacramento CA 95814

Page 1 of2 July 23 2015

Local Assistance Procedures Manual Exhibit 10-O1 Consultant Proposal DBE Commitment

INSTRUCTIONS ndash CONSULTANT PROPOSAL 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 Consultantrsquos Name - Enter the consultantrsquos firm name 6 Prime Certified DBE - Check box if prime contractor is a certified DBE 7 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 consultantrsquos 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 8 DBE Certification Number - Enter the DBErsquos Certification Identification Number All DBEs must be certified on the date bids are opened 9 DBE Contact Information - Enter the name address and phone number of all DBE subcontracted consultants Also enter the prime consultantrsquos name and phone number if the prime is a DBE 10 DBE - Percent participation of work to be performed or service provided by a DBE Include the prime consultant if the prime is a DBE See LAPM Chapter 9 for how to count fullpartial participation 11 Total Claimed DBE Participation - Enter the total DBE participation claimed If the total claimed is less than item ldquoContract DBE Goalrdquo an adequately documented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM) 12 Preparerrsquos Signature - The person completing the DBE commitment form on behalf of the consultantrsquos firm must sign their name 13 Date - Enter the date the DBE commitment form is signed by the consultantrsquos preparer 14 Preparerrsquos Name - Enter the name of the person preparing and signing the consultantrsquos DBE commitment form 15 Phone - Enter the area code and phone number of the person signing the consultantrsquos DBE commitment form 16 Preparerrsquos Title - Enter the positiontitle of the person signing the consultantrsquos DBE commitment form

LOCAL AGENCY SECTION

17 Local Agency Contract Number - Enter the Local Agency contract number or identifier 18 Federal-Aid Project Number - Enter the Federal-Aid Project Number 19 Proposed Contract Execution Date - Enter the proposed contract execution date 20 Local Agency Representativersquos 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 21 Date - Enter the date the DBE commitment form is signed by the Local Agency Representative 22 Local Agency Representativersquos Name - Enter the name of the Local Agency Representative certifying the consultantrsquos DBE commitment form 23 Phone - Enter the area code and phone number of the person signing the consultantrsquos DBE commitment form 24 Local Agency Representative Title - Enter the positiontitle of the Local Agency Representative certifying the consultantrsquos DBE commitment form

Page 2 of 2 July 23 2015

--------

Local Assistance Procedures Manual Exhibit 10-02 Consultant Contract DBE Commitment

E XHIBIT 10-02 CONSULTANT CONTRACT DBE COMMITMENT

1 Local Agency County of Sonoma 2 Contract DBE Goal 11 -------------------~ ------------~

3 Project Description Consulting Engineering Services for Replacement of the Franz Creek Bridge

4 Project Location Franz Valley School Road Sonoma County CA

5 Consultants Name TRC Engineers Inc 6 Prime Certified DBE D 7 Total Contract Award Amount

8 Total Dollar Amount for ALL Subconsultants $258 148 9 Total Number of ALL Subconsultants 9

10 Description of Work Service or Materials Supplied

11 DBE Certification

Number

Geotechnical- Driller 37877

HydrologyHydraulicsScourGeotechnical 30066

Local Agency to Complete this Section

20 Local Agency Contract ~h1mhormiddot

21 Federal-Aid Project Number

22 Contract Execution n

Local Agency certifies that all DBE certifications are valid and infonnation on this fonn is complete and accurate

23 Local Agency Representatives Signature 24 Date

25 Local Agency Representatives Name 26 Phone

27 Local Agency Representatives Title

13 DBE 12 DBE Contact lnfonnation Dollar

Amount

Woodward Drilling 550 River Road FOO Vista CA 94571 $26274707-374-4300

NRECO 1243 Alpine Roa d 108 Walnut Creek CA 94 596 $54886925-941 -0017

$81 160 14 TOTAL CLAIMED DBE PARTICIPATION

116

IMPORTANT Identify all DBE inns being claimed for credit regardless of tier Written confirmation of each listed DBE is required

PMd~A-- 102616 15 Preparers S~ature 16 Date

Mark A lmbriani 916-366-0632 17 Preparers Name 18 Phone

Vice President 19 Preparers Title

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

ADA Notice For individuals with sensory disabilities this document is available in alternate fonmats For infonmation call (916) 654-6410 or TDD (916) 654shy3880 or write Records and Fonms Management 1120 N Street MS-89 Sacramento CA 95814

Page 1 of2 July 23 2015

Local Assistance Procedures Manual Exhibit 10-02 Consultant Contract DBE Commitment

INSTRUCTIONS - CONSUL TANT CONTRACT DBE COMMITMENT

CONSUL TANT 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 Consultants Name - Enter the consultants 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 consultants 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 ofDBE firms 11 DBE Certification Number - Enter the DBEs 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 consultants name and phone number ifthe 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 fullpartial 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) Ifthe 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 Preparers Signature - The person completing the DBE commitment form on behalf of the consultants firm must sign their name 16 Date - Enter the date the DBE commitment form is signed by the consultants preparer 17 Preparers Name - Enter the name of the person preparing and signing the consultants DBE commitment form 18 Phone - Enter the area code and phone number of the person signing the consultants DBE commitment form 19 Preparers Title - Enter the positiontitle of the person signing the consultants 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 Representatives 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 Representatives Name - Enter the name of the Local Agency Representative certifying the consultants DBE commitment form 26 Phone - Enter the area code and phone number of the person signing the consultants DBE commitment form 27 Local Agency Representative Title - Enter the positiontitle of the Local Agency Representative certifying the consultants DBE commitment form

Page 2 of2 July 23 2015

  • 10 24 17 TPW Roads TRCAgreeFranzCreekBridgeC14007_Att1 Agreepdf
    • Standard Professional Services Agreement (ldquoPSArdquo)
    • Federal Funds
      • l Scope of Services
        • 11 Consultants Specified Services
        • 12 Cooperation With County
        • 13 Performance Standard
        • 14 Assigned Personnel
        • 15 Consultantrsquos Reports or Meetings
          • 2 Allowable Costs and Payments
            • 21 Method of payment
            • 22 Fixed Fee
            • 23 Transportation amp Subsistence
            • 24 Milestone Costs
            • 25 Progress Payments
            • 26 Payment
            • 27 Invoices
            • 28 Contract Value
            • 29 Salary Increases
            • 210 Invoicing
            • 211 Taxes
              • 3 Term of Agreement
                • 31 Term
                • 32 Contract Execution
                  • 4 Termination
                    • 41 Notice Period
                    • 42 Grounds for Termination
                    • 43 Liability
                    • 44 Authority to Terminate
                      • 5 Indemnification
                      • 6 Insurance
                      • 7 Prosecution of Work
                      • 8 Extra or Changed Work
                      • 9 Representations of Consultant
                        • 91 Standard of Care
                        • 92 Status of Consultant
                        • 93 No Suspension or Debarment
                        • 94 Taxes
                        • 95 Records Maintenance
                        • 96 Conflict of Interest
                        • 97 Statutory Compliance
                        • 98 Living Wage Ordinance
                        • 99 Nondiscrimination
                        • 910 Statement of Compliance
                        • 911 AIDS Discrimination
                        • 912 Assignment of Rights
                        • 913 Ownership and Disclosure of Work Product
                        • 914 Authority
                          • 10 Demand for Assurance
                          • 11 Assignment and Delegation
                          • 12 Method and Place of Giving Notice Submitting Bills and Making Payments
                          • 13 Federal Requirements
                            • 131 Contract Assurance
                            • 132 Prompt Progress Payments to Subcontractors
                            • 134 Disadvantaged Business Enterprise (DBE) Participation
                            • 135 Prevailing Wage
                            • 136 Text Messaging While Driving
                            • 137 Buy America
                            • 138 Prohibition of Expending Local Agency State or Federal funds for Lobbying
                            • 139 Cost Principals and Administrative Requirements
                            • 1310 Retention of RecordsAudit
                            • 1311 Audit Review Procedures
                            • 1312 Subcontracting
                            • 1313 Equipment Purchase
                              • 14 Miscellaneous Provisions
                                • 141 No Waiver of Breach
                                • 142 Construction
                                • 143 Consent
                                • 144 No Third Party Beneficiaries
                                • 145 Applicable Law and Forum
                                • 146 Captions
                                • 147 Merger
                                • 148 Survival of Terms
                                • 149 Time of Essence
                                • 1410 Rebates Kickback or Other Unlawful Consideration
                                • 1411 Funding Requirements
                                • 1412 Evaluation of Consultant
                                • 1413 Claims Filed by Countyrsquos Construction Contractor
                                • 1414 National Labor Relations Board Certification
                                • 1415 Retention of Funds
                                • 1416 Contingent Fee
                                • 1417 Inspection of Work
                                • 1418 Safety
                                    • 03 Exhibit A - Scope of Workpdf
                                      • Attachment H - Anchor QEA Cost Proposalpdf
                                        • 2017_08_22_Franz Creek Fee_Revised
                                        • 2017_08_22_Franz Scope Final
                                          • SCOPE OF WORK
                                            • Task 1 Project Management
                                            • Task 2 - Preliminary Engineering
                                            • Task 3 ndash SurveyingMappingROW Engineering
                                            • Task 4 - Geotechnical Engineering
                                            • Task 5 Hydrology and Hydraulics
                                            • Task 6 Environmental
                                            • Task 7 ndash Public Outreach
                                            • Task 8 ndash 65 PSampE
                                            • Task 9 - 95 PSampE
                                            • Task 10 - Final (100) PSampE
                                            • Task 11 - Pre-Construction Engineering Services
                                            • SUPPLEMENTAL SERVICES
                                            • 2C5 ndash Utility Potholing
                                            • 49 ndash Geotechnical Retaining Wall Investigation and Analysis
                                            • 69 ndash Noise ndash Bioacoustic Analysis
                                            • Task 7A -Public Outreach led by the Consultant
                                            • Task 810 ndash Retaining Wall Design
                                            • Task 12 - Construction Support Services
                                                • Att B -Exhibit 1-Interview
                                                    • 04 Exhibit B - Sonoma County Insurance Requirementspdf
                                                      • Exhibit B
                                                        • Sonoma County Insurance Requirements
                                                        • Contractor Required Insurance
                                                          • A Workers Compensation Insurance amp Employers Liability Insurance
                                                          • B General Liability Insurance
                                                          • C Automobile Liability Insurance
                                                          • D Contractors Pollution Liability Insurance
                                                          • E Professional LiabilityErrors and Omissions Insurance
                                                          • F Increase of Minimum Limits
                                                          • G Standards for Insurance Companies
                                                          • H Documentation
                                                          • I Policy Obligations
                                                          • J Subcontractors ndash Required Insurance
                                                            • a Minimum Limit $1000000 per claim or per occurrence
                                                              • ADPA99Ftmp
                                                                • 1 Workers Compensation and Employers Liability Insurance
                                                                • 2 General Liability Insurance
                                                                • 3 Automobile Liability Insurance
                                                                • 4 Professional LiabilityErrors and Omissions Insurance
                                                                • 5 Standards for Insurance Companies
                                                                • 6 Documentation
                                                                • 7 Policy Obligations
                                                                • 8 Material Breach
                                                                      1. Page 2 of 2_3
Page 5: County of Sonoma Agenda Item Summary Report - Granicus

Contractorrsquos work by County shall not operate as a waiver or release If County determines that any of Consultants work is not in accordance with such level of competency and standard of care County in its sole discretion shall have the right to do any or all of the following (a) require Consultant to meet with County to review the quality of the work and resolve matters of concern (b) require Consultant to repeat the work at no additional charge until it is satisfactory (c) terminate this Agreement pursuant to the provisions of Article 4 or (d) pursue any and all other remedies at law or in equity

14 Assigned Personnel

141 Consultant shall assign only competent personnel to perform work hereunder In the event that at any time County in its sole discretion desires the removal of any person or persons assigned by Consultant to perform work hereunder Consultant shall remove such person or persons immediately upon receiving written notice from County

142 Any and all persons identified in this Agreement or any exhibit hereto as the project manager project team or other professional performing work hereunder are deemed by County to be key personnel whose services were a material inducement to County to enter into this Agreement and without whose services County would not have entered into this Agreement Consultant shall not remove replace substitute or otherwise change any key personnel without the prior written consent of County

143 In the event that any of Consultantrsquos personnel assigned to perform services under this Agreement become unavailable due to resignation sickness or other factors outside of Consultantrsquos control Consultant shall be responsible for timely provision of adequately qualified replacements

15 Consultantrsquos Reports or Meetings

151 Consultant shall submit progress reports at least once a month The report should be sufficiently detailed for the Contract Administrator to determine if Consultant is performing to expectations or is on schedule to provide communication of interim findings and to sufficiently address any difficulties or special problems encountered so remedies can be developed

152 Consultantrsquos Project Manager shall meet with Countyrsquos Contract Administrator as needed to discuss progress on the contract

2 Allowable Costs and Payments

21 Method of payment

The contract will be based on actual cost plus a fixed fee County will reimburse Consultant for actual costs (including labor costs employee benefits travel equipment rental costs overhead and other direct costs) incurred by Consultant in performance of the work Consultant will not be reimbursed for actual costs that exceed the estimated wage rates employee benefits travel equipment rental overhead and other estimated costs set forth in the approved Consultantrsquos Cost Proposal attached hereto as Attachment A unless additional reimbursement is provided for by contract amendment In no event will Consultant be reimbursed for overhead costs at a rate that

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 2 October 2017

exceeds Countyrsquos 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 The maximum total cost as specified in Paragraph ldquo28rdquo shall not be exceeded unless authorized by contract amendment

22 Fixed Fee

In addition to the allowable incurred costs County will pay Consultant a fixed fee of $3950567 The fixed fee is nonadjustable for the term of the contract except in the event of a significant change in the scope of work and such adjustment is made by contract amendment

23 Transportation amp Subsistence

Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the approved Cost Proposal

24 Milestone Costs

When milestone cost estimates are included in the approved Cost Proposal Consultant shall obtain prior written approval for a revised milestone cost estimate from the Contract Administrator before exceeding such cost estimate

25 Progress Payments

Progress payments will be made monthly in arrears based on services provided and allowable incurred costs A pro rata portion of Consultantrsquos fixed fee will be included in the monthly progress payments If Consultant fails to submit the required deliverable items according to the schedule set forth in the Statement of Work County shall have the right to delay payment or terminate this Contract in accordance with the provisions of Article VI Termination

26 Payment

No payment will be made prior to approval of any work nor for any work performed prior to approval of this contract

27 Invoices

Consultant will be reimbursed as promptly as fiscal procedures will permit upon receipt by Countyrsquos Contract Administrator of itemized invoices in triplicate Invoices shall be submitted no later than 45 calendar days after the performance of work for which Consultant is billing Invoices shall detail the work performed on each milestone and each project as applicable Invoices shall follow the format stipulated for the approved Cost Proposal and shall reference this contract number and project title Final invoice must contain the final cost and all credits due County including any equipment purchased under the provisions of Article 1313 Equipment Purchase of this contract The final invoice should be submitted within 60 calendar days after completion of Consultantrsquos work Invoices shall be mailed to Countyrsquos Contract Administrator at the following address

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 3 October 2017

Olesya Tribukait 2300 County Center Drive Suite B-100 Santa Rosa CA 95403

(707) 565-2231 olesyatribukaitsonoma-Countyorg

28 Contract Value

The total amount payable by County including the fixed fee shall not exceed $63017782

29 Salary Increases

Salary increases will be reimbursable if the new salary is within the salary range identified in the approved Cost Proposal and is approved by Countyrsquos Contract 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

210 Invoicing

Consultant shall submit its bills in arrears on a monthly basis in a form approved by Countys Auditor and the Head of the County Department receiving the services The bills shall show or include (i) the task(s) performed (ii) the time in quarter hours devoted to the task(s) (iii) the hourly rate or rates of the persons performing the task(s) and (iv) copies of receipts for reimbursable materialsexpenses if any Expenses not expressly authorized by the Agreement shall not be reimbursed including a copy of all invoices paid to sub-contractors for work required included in the prime consultantrsquos invoice Consultant shall submit the Subcontractor Payment Declaration with each invoice

Unless otherwise noted in this agreement payments shall be made within the normal course of County business after presentation of an invoice in a form approved by the County for services performed Payments shall be made only upon the satisfactory completion of the services as determined by the County

211 Taxes

Pursuant to California Revenue and Taxation code (RampTC) Section 18662 the County shall withhold seven percent of the income paid to Consultant for services performed within the State of California under this agreement for payment and reporting to the California Franchise Tax Board if Consultant does not qualify as (1) a corporation with its principal place of business in California (2) an LLC or Partnership with a permanent place of business in California (3) a corporationLLC or Partnership qualified to do business in California by the Secretary of State or (4) an individual with a permanent residence in the State of California

If Consultant does not qualify County requires that a completed and signed Form 587 be provided by the Consultant in order for payments to be made If consultant is qualified then the County requires a completed Form 590 Forms 587 and 590 remain valid for the duration of the Agreement provided there is no material change in facts By signing either form the contractor agrees to promptly notify the County of any changes in the facts Forms should be sent to the County pursuant to Article 12 To reduce the amount withheld Consultant has the option to

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 4 October 2017

provide County with either a full or partial waiver from the State of California

3 Term of Agreement

31 Term

This contract shall go into effect on Effective Date contingent upon approval by County and Consultant shall commence work after notification to proceed by Countyrsquos Contract Administrator The contract shall end on 12312022 unless extended by contract amendment

32 Contract Execution

Consultant is advised that any recommendation for contract award is not binding on County until the contract is fully executed and approved by County

4 Termination

41 Notice Period

County reserves the right to terminate this contract upon thirty (30) calendar days written notice to Consultant with the reasons for termination stated in the notice

42 Grounds for Termination

County may terminate this contract with Consultant should Consultant fail to perform the covenants herein contained at the time and in the manner herein provided In the event of such termination County may proceed with the work in any manner deemed proper by County If County terminates this contract with Consultant County shall pay Consultant the sum due to Consultant under this contract prior to termination unless the cost of completion to County exceeds the funds remaining in the contract In which case the overage shall be deducted from any sum due Consultant under this contract and the balance if any shall be paid to Consultant upon demand

43 Liability

The maximum amount for which the Government shall be liable if this contract is terminated is $63017782 dollars

44 Authority to Terminate

The Board of Supervisors has the authority to terminate this A greement on behalf of the County In addition the Purchasing Agent or Department Head in consultation with County Counsel shall have the authority to terminate this Agreement on behalf of the County

5 Indemnification

Consultant agrees to accept responsibility for loss or damage to any person or entity including County and to defend indemnify hold harmless and release County its officers agents and employees from and against any actions claims damages liabilities disabilities or expenses that may be asserted by any person or entity including Consultant that arise out of pertain to or relate to the negligence recklessness or willful misconduct of Consultant or its agents employees contractors subcontractors or invitees C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 5 October 2017

hereunder whether or not there is concurrent negligence on Countys part but to the extent required by law excluding liability due to Countys conduct This indemnification obligation is not limited in any way by any limitation on the amount or type of damages or compensation payable to or for Consultant or its agents employees contractors subcontractors or invitees under workers compensation acts disability benefits acts or other employee benefit acts This indemnity provision survives the Agreement

6 Insurance

With respect to performance of work under this Agreement Consultant shall maintain and shall require all of its subcontractors consultants and other agents to maintain insurance as described in Exhibit B which is attached hereto and incorporated herein by this reference

7 Prosecution of Work

The execution of this Agreement shall constitute Consultantrsquos authority to proceed immediately with the performance of this Agreement Performance of the services hereunder shall be completed within the time required herein provided however that if the performance is delayed by earthquake flood high water or other Act of God or by strike lockout or similar labor disturbances the time for Consultantrsquos performance of this Agreement shall be extended by a number of days equal to the number of days Consultant has been delayed

8 Extra or Changed Work

Extra or changed work or other changes to the Agreement may be authorized only by written amendment to this Agreement signed by both parties Minor changes which do not increase the amount paid under the Agreement and which do not significantly change the scope of work or significantly lengthen time schedules may be executed by the Department Head in a form approved by County Counsel The Board of SupervisorsPurchasing Agent must authorize all other extra or changed work The parties expressly recognize that pursuant to Sonoma County Code Section 1-11 County personnel are without authorization to order extra or changed work or waive Agreement requirements Failure of Consultant to secure such written authorization for extra or changed work shall constitute a waiver of any and all right to adjustment in the Agreement price or Agreement time due to such unauthorized work and thereafter Consultant shall be entitled to no compensation whatsoever for the performance of such work Consultant further expressly waives any and all right or remedy by way of restitution and quantum meruit for any and all extra work performed without such express and prior written authorization of the County

9 Representations of Consultant

91 Standard of Care

County has relied upon the professional ability and training of Consultant as a material inducement to enter into this Agreement Consultant hereby agrees that all its work will be performed and that its operations shall be conducted in accordance with generally accepted and applicable professional practices and standards as well as the requirements of applicable federal state and local laws it being understood that acceptance of Consultants work by County shall not operate as a waiver or release

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 6 October 2017

92 Status of Consultant

The parties intend that Consultant in performing the services specified herein shall act as an independent contractor and shall control the work and the manner in which it is performed Consultant is not to be considered an agent or employee of County and is not entitled to participate in any pension plan workerrsquos compensation plan insurance bonus or similar benefits County provides its employees In the event County exercises its right to terminate this Agreement pursuant to Article 4 above Consultant expressly agrees that it shall have no recourse or right of appeal under rules regulations ordinances or laws applicable to employees

93 No Suspension or Debarment

Consultantrsquos signature affixed herein shall constitute a certification under penalty of perjury under the laws of the State of California that Consultant has complied with Title 2 CFR Part 180 ldquoOMB Guidelines to Agencies on Government wide Debarment and Suspension (nonprocurement)rdquo which certifies that heshe or any person associated therewith in the capacity of owner partner director officer or manager is not currently under suspension debarment voluntary exclusion or determination of ineligibility by any federal agency has not been suspended debarred voluntarily excluded or determined ineligible by any federal agency within the past three (3) years does not have a proposed debarment pending and has not been indicted convicted or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years Any exceptions to this certification must be disclosed to County

Exceptions will not necessarily result in denial of recommendation for award but will be considered in determining Consultant responsibility Disclosures must indicate to whom exceptions apply initiating agency and dates of action

Exceptions to the Federal Government Excluded Parties List System maintained by the General Services Administration are to be determined by the Federal highway Administration

94 Taxes

Consultant agrees to file federal and state tax returns and pay all applicable taxes on amounts paid pursuant to this Agreement and shall be solely liable and responsible to pay such taxes and other obligations including but not limited to state and federal income and FICA taxes Consultant agrees to indemnify and hold County harmless from any liability which it may incur to the United States or to the State of California as a consequence of Consultants failure to pay when due all such taxes and obligations In case County is audited for compliance regarding any withholding or other applicable taxes Consultant agrees to furnish County with proof of payment of taxes on these earnings

95 Records Maintenance

Consultant shall keep and maintain full and complete documentation and accounting records concerning all services performed that are compensable under this Agreement and shall make such documents and records available to County for inspection at any reasonable time Consultant shall maintain such records for a period of four (4) years following completion of work hereunder

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 7 October 2017

96 Conflict of Interest

961 Consultant shall disclose any financial business or other relationship with County that may have an impact upon the outcome of this contract or any ensuing County construction project 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

962 Consultant hereby certifies that it does not now have nor shall it acquire any financial or business interest that would conflict with the performance of services under this contract

963 Consultant hereby certifies that neither Consultant nor any firm affiliated with Consultant will bid on any construction contract or on any contract to provide construction inspection for any construction project resulting from this contract An affiliated firm is one which is subject to the control of the same persons through joint-ownership or otherwise

964 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 contract 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

97 Statutory Compliance

Contractor agrees to comply with all applicable federal state and local laws regulations statutes and policies applicable to the services provided under this Agreement as they exist now and as they are changed amended or modified during the term of this Agreement Without limiting the generality of the foregoing Consultant expressly agrees on behalf of itself and on behalf of all its agents employees subconsultants and subcontractors to comply with the federal contract requirements set forth in Section 13 herein

98 Living Wage Ordinance

Consultant agrees to comply with all applicable federal state and local laws regulations statutes and policies including but not limited to the County of Sonoma Living Wage Ordinance applicable to the services provided under this Agreement as they exist now and as they are changed amended or modified during the term of this Agreement Without limiting the generality of the foregoing Consultant expressly acknowledges and agrees that this Agreement is subject to the provisions of Article XXVI of Chapter 2 of the Sonoma County Code requiring payment of a living wage to covered employees Noncompliance during the term of the Agreement will be considered a material breach and may result in termination of the Agreement or pursuit of other legal or administrative remedies

99 Nondiscrimination

Without limiting any other provision hereunder Consultant shall comply with all applicable federal state and local laws rules and regulations in regard to nondiscrimination in

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 8 October 2017

employment because of race color ancestry national origin religion sex marital status age medical condition pregnancy disability sexual orientation or other prohibited basis including without limitation the Countyrsquos Non-Discrimination Policy All nondiscrimination rules or regulations required by law to be included in this Agreement are incorporated herein by this reference

910 Statement of Compliance

9101 Consultantrsquos signature affixed herein and dated shall constitute a certification under penalty of perjury under the laws of the State of California that Consultant has unless exempt complied with the nondiscrimination program requirements of Government Code Section 12990 and Title 2 California Administrative Code Section 8103

9102 During the performance of this Contract Consultant and its subconsultants shall not unlawfully discriminate harass or allow harassment against any employee or applicant for employment because of sex race color ancestry religious creed national origin physical disability (including HIV and AIDS) mental disability medical condition (eg cancer) age (over 40) marital status and denial of family care leave Consultant and subconsultants shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment Consultant and subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov Code sect12990 (a-f) et seq) and the applicable regulations promulgated there under (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 this Contract by reference and made a part hereof as if set forth in full Consultant and its subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement

9103 The Consultant shall comply with regulations relative to Title VI (nondiscrimination in federally-assisted programs of the Department of Transportation ndash 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

9104 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 215 of the US DOTrsquos Regulations including employment practices when the Agreement covers a program whose goal is employment

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 9 October 2017

911 AIDS Discrimination

Consultant agrees to comply with the provisions of Chapter 19 Article II of the Sonoma County Code prohibiting discrimination in housing employment and services because of AIDS or HIV infection during the term of this Agreement and any extensions of the term

912 Assignment of Rights

Consultant assigns to County all rights throughout the world in perpetuity in the nature of copyright trademark patent right to ideas in and to all versions of the plans and specifications if any now or later prepared by Consultant in connection with this Agreement Consultant agrees to take such actions as are necessary to protect the rights assigned to County in this Agreement and to refrain from taking any action which would impair those rights Consultants responsibilities under this provision include but are not limited to placing proper notice of copyright on all versions of the plans and specifications as County may direct and refraining from disclosing any versions of the plans and specifications to any third party without first obtaining written permission of County

Consultant shall not use or permit another to use the plans and specifications in connection with this or any other project without first obtaining written permission of County

913 Ownership and Disclosure of Work Product

All reports original drawings graphics plans studies and other data or documents (ldquodocumentsrdquo) in whatever form or format assembled or prepared by Consultant or Consultantrsquos subcontractors consultants and other agents in connection with this Agreement shall be the property of County County shall be entitled to immediate possession of such documents upon completion of the work pursuant to this Agreement Upon expiration or termination of this Agreement Consultant shall promptly deliver to County all such documents which have not already been provided to County in such form or format as County deems appropriate Such documents shall be and will remain the property of County without restriction or limitation Consultant may retain copies of the above- described documents but agrees not to disclose or discuss any information gathered discovered or generated in any way through this Agreement without the express written permission of County

914 Authority

The undersigned hereby represents and warrants that he or she has authority to execute and deliver this Agreement on behalf of Consultant

10 Demand for Assurance

Each party to this Agreement undertakes the obligation that the others expectation of receiving due performance will not be impaired When reasonable grounds for insecurity arise with respect to the performance of either party the other may in writing demand adequate assurance of due performance and until such assurance is received may if commercially reasonable suspend any performance for which the agreed return has not been received Commercially reasonable includes not only the conduct of a party with respect to performance under this Agreement but also conduct with respect to other agreements with parties to this Agreement or others After receipt of a justified demand failure to provide

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 10 October 2017

within a reasonable time but not exceeding thirty (30) days such assurance of due performance as is adequate under the circumstances of the particular case is a repudiation of this Agreement Acceptance of any improper delivery service or payment does not prejudice the aggrieved partys right to demand adequate assurance of future performance Nothing in this Article limits Countyrsquos right to terminate this Agreement pursuant to Article 4

11 Assignment and Delegation

Neither party hereto shall assign delegate sublet or transfer any interest in or duty under this Agreement without the prior written consent of the other and no such transfer shall be of any force or effect whatsoever unless and until the other party shall have so consented

12 Method and Place of Giving Notice Submitting Bills and Making Payments

All notices bills and payments shall be made in writing and shall be given by personal delivery or by US Mail or courier service Notices bills and payments shall be addressed as follows

To County

Sonoma County Department of Transportation and Public Works Attn Olesya Tribukait 2300 County Center Drive Suite B-100 Santa Rosa CA 95403 (707) 565-2231 olesyatribukaitsonoma-Countyorg

To Consultant

TRC Engineers Inc Attn Mark Imbriani 10680 White Rock Road Suite 100 Rancho Cordova CA 95670 (916) 366-0632 mimbrianitrcsolutionscom

When a notice bill or payment is given by a generally recognized overnight courier service the notice bill or payment shall be deemed received on the next business day When a copy of a notice bill or payment is sent by facsimile or email the notice bill or payment shall be deemed received upon transmission as long as (1) the original copy of the notice bill or payment is promptly deposited in the US mail and postmarked on the date of the facsimile or email (for a payment on or before the due date) (2) the sender has a written confirmation of the facsimile transmission or email and (3) the facsimile or email is transmitted before 5 pm (recipientrsquos time) In all other instances notices bills and payments shall be effective upon receipt by the recipient Changes may be made in the names and addresses of the person to whom notices are to be given by giving notice pursuant to this paragraph

13 Federal Requirements

131 Contract Assurance

The consultant sub recipient or subcontractor shall not discriminate on the basis of race color

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 11 October 2017

national origin or sex in the performance of this contract The consultant shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted agreements Failure by the consultant to carry out these requirements is a material breach of this agreement which may result in the termination of this agreement or such other remedy as the recipient deems appropriate which may include but is not limited to (1) Withholding monthly progress payments (2) Assessing sanction (3) Liquidated damages andor (4) Disqualifying the contractor from future bidding as non-responsible

132 Prompt Progress Payments to Subcontractors

Attention is directed to Section 71085 of the California Business and Professions Code which requires a prime contractor or subcontractor to pay any subcontractor not later than ten (10) days of receipt of each progress payment unless otherwise agreed to in writing In addition federal regulations (Title 49 Code of Federal Regulations Part 2629) require a prime contractor or subcontractor to pay a subcontractor no later than thirty (30) days of receipt of each payment unless any delay or postponement of payment among the parties takes place only for good cause and with the prior written approval of County Section 71085 of the California Business and Professions Code also contains enforcement actions and penalties The requirements apply to both Disadvantaged Business Entities (ldquoDBErdquo) and non-DBE subcontractors Consultant shall include the foregoing progress payment requirements in every subcontract entered into by Consultant in the performance of its obligations under this Agreement

133 Prompt Payment of Withheld Funds to Subcontractors

No retainage will be held by the County from progress payments due the prime consultant Any retainage held by the prime consultant or subconsultants from progress payments due subconsultants shall be promptly paid in full to subconsultants within 30 days after the subconsultantrsquos work is satisfactorily completed Federal law (49 CFR2629) requires that any delay or postponement of payment over the 30 days may take place only for good cause and with the Agencyrsquos prior written approval Any violation of this provision shall subject the violating prime consultant or subconsultant to the penalties sanctions and other remedies specified in Section 71085 of the Business and Professions Code These requirements shall not be construed to limit or impair any contractual administrative or judicial remedies otherwise available to the prime consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the prime consultant deficient subconsultant performance or noncompliance by a subconsultant This provision applies to both DBE and non-DBE prime consultant and subconsultants

134 Disadvantaged Business Enterprise (DBE) Participation

1341 This contract is subject to 49 CFR Part 26 entitled ldquoParticipation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programsrdquo Consultants who obtain DBE participation on this contract will assist Caltrans in meeting its federally mandated statewide overall DBE goal

1342 The goal for DBE participation for this contract is 11 Participation by DBE consultant or subconsultants shall be in accordance with information contained in the Consultant Proposal DBE Commitment (Exhibit 10-O1) or in the Consultant Contract DBE Information (Exhibit 10-O2) attached hereto and incorporated as part

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 12 October 2017

of the Contract If a DBE subconsultant is unable to perform Consultant must make a good faith effort to replace himher with another DBE subconsultant if the goal is not otherwise met

1343 DBEs and other small businesses as defined in 49 CFR Part 26 are encouraged to participate in the performance of contracts financed in whole or in part with federal funds Consultant or subconsultant shall not discriminate on the basis of race color national origin or sex in the performance of this contract Consultant shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of US DOT-assisted agreements Failure by Consultant to carry out these requirements is a material breach of this contract which may result in the termination of this contract or such other remedy as County deems appropriate

1344 Any subcontract entered into as a result of this contract shall contain all of the provisions of this section

1345 A DBE firm may be terminated only with prior written approval from County and only for the reasons specified in 49 CFR 2653(f) Prior to requesting County consent for the termination Consultant must meet the procedural requirements specified in 49 CFR 2653(f)

1346 A DBE performs a Commercially Useful Function (CUF) when it is responsible for execution of the work of the contract 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 ordering 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 contract is commensurate with the work it is actually performing and other relevant factors

1347 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

1348 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

1349 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

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 13 October 2017

the date of work performed by their own forces along with the corresponding dollar value of the work

13410 Upon completion of the Contract a summary of these records shall be prepared and submitted on the form entitled ldquoFinal Report-Utilization of Disadvantaged Business Enterprise (DBE) First-Tier Subconsultantsrdquo CEM-2402F [Exhibit 17-F of the LAPM] certified correct by Consultant or Consultantrsquos 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 form is submitted The amount will be returned to Consultant when a satisfactory ldquoFinal Report-Utilization of Disadvantaged Business Enterprises (DBE) First-Tier Subconsultantsrdquo is submitted to the Contract Administrator

13411 If a DBE subconsultant is decertified during the life of the contract the decertified subconsultant shall notify Consultant in writing with the date of decertification If a subconsultant becomes a certified DBE during the life of the Contract the subconsultant shall notify Consultant in writing with the date of certification Any changes should be reported to Countyrsquos Contract Administrator within 30 days

135 Prevailing Wage

1351 Consultant shall comply with the State of Californiarsquos General Prevailing Wage Rate requirements in accordance with California Labor Code Section 1770 and all Federal State and local laws and ordinances applicable to the work

1352 Any subcontract entered into as a result of this contract if for more than $25000 for public works construction or more than $15000 for the alteration demolition repair or maintenance of public works shall contain all of the provisions of this Article

1353 When prevailing wages apply to the services described in the scope of work transportation and subsistence costs shall be reimbursed at the minimum rates set by the Department of Industrial Relations (DIR) as outlined in the applicable Prevailing Wage Determination See httpwwwdircagov

Note The Federal ldquoPayment of Predetermined Minimum Wagerdquo applies only to federal-aid construction contracts

136 Text Messaging While Driving

In accordance with Executive Order 13513 Federal Leadership on Reducing Text Messaging While Driving and Department of Transportation Order 390210 Text Messaging While Driving text messaging while driving is prohibited in the performance of any duties included in this agreement for both consultant and any sub-consultants hired for performance of duties under this Agreement Consultant shall include a provision prohibiting texting while driving in all sub-consultant agreements entered into related to the performance of its obligations under this Agreement

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 14 October 2017

Definitions The following definitions are to be used in conjunction with this section ldquoDrivingrdquo

1) Means operating a motor vehicle on a roadway including while temporarily stationary because of traffic a traffic light stop sign or otherwise

2) It does not include being in your vehicle (with or without the motor running) in a location off the roadway where it is safe and legal to remain stationary

ldquoText Messagingrdquo means reading from or entering data into any handheld or other electronic device including for the purpose of short message service texting e-mailing instant messaging obtaining navigational information or engaging in any other form of electronic data retrieval or electronic data communication

137 Buy America

Furnish Steel and iron materials to be incorporated into the work with certificates of compliance Steel and iron materials must be produced in the US except

1) Foreign pig iron and processed pelletized and reduced iron ore may be used in the domestic production of the steel and iron materials [60 Fed Reg 15478(3241995)]

2) If the total combine cost of the materials does not exceed the great of 01 percent of the total bid or $2500 materials produced outside the U S may be used

Production includes

1) Processing steel and iron materials including smelting or other processes that alter the physical form or shape (such as rolling extruding machining bending grinding and drilling0 or chemical composition

2) Coating application including epoxy coating galvanizing and painting that protects or enhances the value of steel and iron materials

138 Prohibition of Expending Local Agency State or Federal funds for Lobbying

1381 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 Consultant to any person for influencing or attempting to influence an officer or employee of any state or federal agency a Member of the State Legislature or United States Congress an officer or employee of the Legislature or Congress or any employee of a Member of the Legislature or Congress in connection with the awarding of any state or federal contract the making of any state or federal grant the making of any state or federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any state or federal contract grant loan or cooperative agreement

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 15 October 2017

2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with this federal contract grant loan or cooperative agreement Consultant shall complete and submit Standard Form-LLL ldquoDisclosure Form to Report Lobbyingrdquo in accordance with its instructions

1382 This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352 Title 31 US Code Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10000 and not more than $100000 for each such failure

1383 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 $100000 and that all such sub recipients shall certify and disclose accordingly

139 Cost Principals and Administrative Requirements

1391 Consultant agrees that the Contract Cost Principles and Procedures 48 CFR Federal Acquisition Regulations System Chapter 1 Part 31000 et seq shall be used to determine the cost allowability of individual items

1392 Consultant also agrees to comply with federal procedures in accordance with 49 CFR Part 18 Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments

1393 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 31000 et seq are subject to repayment by Consultant to County

1310 Retention of RecordsAudit

For the purpose of determining compliance with Public Contract Code 10115 et seq and Title 21 California Code of Regulations Chapter 21 Section 2500 et seq when applicable and other matters connected with the performance of the contract pursuant to Government Code 85467 Consultant subconsultants and County shall maintain and make available for inspection all books documents papers accounting records and other evidence pertaining to the performance of the contract including but not limited to the costs of administering the contract All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract The state State Auditor County FHWA or any duly authorized representative of the Federal Government shall have access to any books records and documents of Consultant and itrsquos certified public accountants (CPA) work papers that are pertinent to the contract and indirect cost rates (ICR) for audit examinations excerpts and transactions and copies thereof shall be furnished if requested

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 16 October 2017

1311 Audit Review Procedures

13111 Any dispute concerning a question of fact arising under an interim or post audit of this contract that is not disposed of by agreement shall be reviewed by Countyrsquos Chief Financial Officer

13112 Not later than 30 days after issuance of the final audit report Consultant may request a review by Countyrsquos Chief Financial Officer of unresolved audit issues The request for review will be submitted in writing

13113 Neither the pendency of a dispute nor its consideration by County will excuse Consultant from full and timely performance in accordance with the terms of this contract

13114 Consultant and subconsultant contracts including cost proposals and 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 CPA ICR audit work paper review If selected for audit or review the contract cost proposal and ICR and related work papers 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 work paper review it is Consultantrsquos responsibility to ensure federal state or local government officials are allowed full access to the CPArsquos work papers including making copies as necessary The contract cost proposal and ICR shall be adjusted by Consultant and approved by County contract manager to conform to the audit or review recommendations Consultant agrees that individual terms of costs identified in the audit report shall be incorporated into the contract by this reference if directed by County at its sole discretion Refusal by Consultant to incorporate audit or review recommendations or to ensure that the federal state or local governments have access to CPA work papers will be considered a breach of contract terms and cause for termination of the contract and disallowance of prior reimbursed costs

1312 Subcontracting

13121 Nothing contained in this contract or otherwise shall create any contractual relation between County and any subconsultant(s) and no subcontract shall relieve Consultant of its responsibilities and obligations hereunder Consultant agrees to be as fully responsible to 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 Consultant CONSULTANTrsquos obligation to pay its subconsultant(s) is an independent obligation from Countyrsquos obligation to make payments to the Consultant

13122 Consultant shall perform the work contemplated with resources available within its own organization and no portion of the work pertinent to this contract shall be subcontracted without written authorization by Countyrsquos Contract Administrator except that which is expressly identified in the approved Cost Proposal

13123 Consultant shall pay its subconsultants within ten (10) calendar days from receipt of each payment made to Consultant by County

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 17 October 2017

13124 All subcontracts entered into as a result of this contract shall contain all the provisions stipulated in this contract to be applicable to subconsultants

13125 Any substitution of subconsultant(s) must be approved in writing by Countyrsquos Contract Administrator prior to the start of work by the subconsultant(s)

1313 Equipment Purchase

13131 Prior authorization in writing by Countyrsquos Contract Administrator shall be required before Consultant enters into any unbudgeted purchase order or subcontract exceeding $5000 for supplies equipment or Consultant services Consultant shall provide an evaluation of the necessity or desirability of incurring such costs

13132 For purchase of any item service or consulting work not covered in Consultantrsquos Cost Proposal and exceeding $5000 prior authorization by Countyrsquos Contract Administrator three competitive quotations must be submitted with the request or the absence of bidding must be adequately justified

13133 Any equipment purchased as a result of this contract is subject to the following ldquoConsultant 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 $5000 or more If the purchased equipment needs replacement and is sold or traded in County shall receive a proper refund or credit at the conclusion of the contract or if the contract is terminated Consultant may either keep the equipment and credit County in an amount equal to its fair market value or sell such equipment at the best price obtainable at a public or private sale in accordance with established County procedures and credit County in an amount equal to the sales price If Consultant elects to keep the equipment fair market value shall be determined at Consultant expense on the basis of a competent independent appraisal of such equipment Appraisals shall be obtained from an appraiser mutually agreeable to by County and Consultant if it is determined to sell the equipment the terms and conditions of such sale must be approved in advance by Countyrdquo 49 CFR Part 18 requires a credit to Federal funds when participating equipment with a fair market value greater than $5000 is credited to the project

14 Miscellaneous Provisions

141 No Waiver of Breach

The waiver by County of any breach of any term or promise contained in this Agreement shall not be deemed to be a waiver of such term or provision or any subsequent breach of the same or any other term or promise contained in this Agreement

142 Construction

To the fullest extent allowed by law the provisions of this Agreement shall be construed and given effect in a manner that avoids any violation of statute ordinance regulation or law The parties covenant and agree that in the event that any provision of this Agreement is held by a court of competent jurisdiction to be invalid void or unenforceable the remainder of the provisions hereof shall remain in full force and effect and shall in no way be affected impaired or invalidated

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 18 October 2017

thereby Consultant and County acknowledge that they have each contributed to the making of this Agreement and that in the event of a dispute over the interpretation of this Agreement the language of the Agreement will not be construed against one party in favor of the other Consultant and County acknowledge that they have each had an adequate opportunity to consult with counsel in the negotiation and preparation of this Agreement

143 Consent

Wherever in this Agreement the consent or approval of one party is required to an act of the other party such consent or approval shall not be unreasonably withheld or delayed

144 No Third Party Beneficiaries

Nothing contained in this Agreement shall be construed to create and the parties do not intend to create any rights in third parties

145 Applicable Law and Forum

This Agreement shall be construed and interpreted according to the substantive law of California regardless of the law of conflicts to the contrary in any jurisdiction Any action to enforce the terms of this Agreement or for the breach thereof shall be brought and tried in Santa Rosa or the forum nearest to the city of Santa Rosa in the County of Sonoma

146 Captions

The captions in this Agreement are solely for convenience of reference They are not a part of this Agreement and shall have no effect on its construction or interpretation

147 Merger

This writing is intended both as the final expression of the Agreement between the parties hereto with respect to the included terms and as a complete and exclusive statement of the terms of the Agreement pursuant to Code of Civil Procedure Section 1856 No modification of this Agreement shall be effective unless and until such modification is evidenced by a writing signed by both parties

148 Survival of Terms

All express representations waivers indemnifications and limitations of liability included in this Agreement will survive its completion or termination for any reason

149 Time of Essence

Time is and shall be of the essence of this Agreement and every provision hereof

1410 Rebates Kickback or Other Unlawful Consideration

Consultant warrants that this contract was not obtained or secured through rebates kickbacks or other unlawful consideration either promised or paid to any County employee For breach or violation of this warranty County shall have the right in its discretion to terminate the contract

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 19 October 2017

without liability to pay only for the value of the work actually performed or to deduct from the contract price or otherwise recover the full amount of such rebate kickback or other unlawful consideration

1411 Funding Requirements

14111 It is mutually understood between the parties that this contract 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 contract were executed after that determination was made

14112 This contract is valid and enforceable only if sufficient funds are made available to County for the purpose of this contract In addition this contract is subject to any additional restrictions limitations conditions or any statute enacted by the Congress State Legislature or County Board of Supervisors that may affect the provisions terms or funding of this contract in any manner

14113 It is mutually agreed that if sufficient funds are not appropriated this contract may be amended to reflect any reduction in funds

14114 County has the option to void the contract under the 30-day termination clause pursuant to Article 4 or by mutual agreement to amend the contract to reflect any reduction of funds

1412 Evaluation of Consultant

Consultantrsquos performance will be evaluated by County A copy of the evaluation will be sent to Consultant for comments The evaluation together with the comments shall be retained as part of the contract record

1413 Claims Filed by Countyrsquos Construction Contractor

14131 If claims are filed by Countyrsquos construction contractor relating to work performed by Consultantrsquos personnel and additional information or assistance from Consultantrsquos personnel is required in order to evaluate or defend against such claims Consultant agrees to make its personnel available for consultation with Countyrsquos construction contract administration and legal staff and for testimony if necessary at depositions and at trial or arbitration proceedings

14132 Consultantrsquos personnel that County considers essential to assist in defending against construction contractor claims will be made available on reasonable notice from County Consultation or testimony will be reimbursed at the same rates including travel costs that are being paid for Consultantrsquos personnel services under this contract

14133 Services of Consultantrsquos personnel in connection with Countyrsquos construction contractor claims will be performed pursuant to a written contract amendment if necessary extending the termination date of this contract in order to resolve the construction claims

14134 Any subcontract in excess of $25000 entered into as a result of this contract shall contain

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 20 October 2017

all of the provisions of this Article

1414 National Labor Relations Board Certification

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

1415 Retention of Funds

14151 Any subcontract entered into as a result of this Contract shall contain all of the provisions of this section

14152 The County shall hold retainage from the prime consultant and shall make prompt and regular incremental acceptances of portions as determined by the County of the contract work and pay retainage to the prime consultant based on these acceptances The prime consultant or subconsultant shall return all monies withheld in retention from a subconsultant within thirty (30) days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency Federal law (49 CFR 2629) requires that any delay or postponement of payment over thirty (30) days may take place only for good cause and with the agencyrsquos prior written approval Any violation of this provision shall subject the violating prime consultant or subconsultant to the penalties sanctions and other remedies specified in Section 71085 of the Business and Professions Code These requirements shall not be construed to limit or impair any contractual administrative or judicial remedies otherwise available to the prime consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the prime Consultant deficient subconsultant performance or noncompliance by a subconsultant This provision applies to both DBE and non-DBE prime consultant and subconsultants

1416 Contingent Fee

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

1417 Inspection of Work

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

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 21 October 2017

1418 Safety

14181 Consultant shall comply with OSHA regulations applicable to Consultant regarding necessary safety equipment or procedures Consultant shall comply with safety instructions issued by County Safety Officer and other County representatives Consultant personnel shall wear hard hats and safety vests at all times while working on the construction project site

14182 Pursuant to the authority contained in Section 591 of the Vehicle Code County has determined that such areas are within the limits of the project and are open to public traffic Consultant shall comply with all of the requirements set forth in Divisions 11 12 13 14 and 15 of the Vehicle Code Consultant shall take all reasonably necessary precautions for safe operation of its vehicles and the protection of the traveling public from injury and damage from such vehicles

14183 Any subcontract entered into as a result of this contract shall contain all of the provisions of this Article

IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the Effective Date

SIGNATURES FOLLOW ON NEXT PAGE

THIS SPACE LEFT INTENTIONALLY BLANK

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 22 October 2017

CONSULTANT

By

Name

Title

Date

COUNTY COUNTY OF SONOMA

CERTIFICATES OF INSURANCE ON FILE AND APPROVED AS TO SUBSTANCE FOR COUNTY

By

Department Head

Date

APPROVED AS TO FORM FOR COUNTY

By

County Counsel

Date

By

or Purchasing Agent

Date

By

Chair Board of Supervisors

Date

ATTEST

Clerk of the Board of Supervisors

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 23 October 2017

Sonoma County Project No C14007

Bridge No 20C0326 EXHIBIT A Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

SCOPE OF WORK

The Franz Creek Bridge (Bridge No 20C-0326) located on Franz Valley School Road crosses

Franz Creek approximately 1500 feet east of the intersection with Franz Valley Road The nearest

population center is the City of Calistoga approximately 55 miles east of the bridge Franz Valley

Road is classified as a rural local road and has an ADT of 350 (2010) projected to increase to 420

by 2032 The road provides ruralagricultural access between State Route 128 and Franz Valley

Road The existing bridge a 32 foot long by 23 foot wide single span steel girder structure with an

unknown foundation type (BIR Item 113 = U) was determined by Caltrans to be scour critical and

structurally deficient with a sufficiency rating of 226 and as such the bridge has been approved for

replacement TRCrsquos goal will be to develop the simplest and most cost-effective structure that will

provide the County with a long life minimal maintenance and minimize impacts on local users

Within this Scope of Work TRCrsquos team is referred to as ldquothe consultantrdquo This is in reference to

the entire consultant team consisting of

Firm Areas of Expertise TRC Engineering Inc (Prime Consultant)

Civil and structural Design

Environmental Engineering

Shannon and Wilson Inc Shannon and Wilson ndash Geotechnical Engineering

WRECO Hydraulic amp Water Resources Engineering

Cinquini amp Passarino Inc Surveying amp Right-of-Way

Anchor QEA Noise

Tom Origer amp Associates Cultural Resources

National Analytical Laboratories Inc Certified Asbestos Consultant

TRC as the prime consultant will be responsible to the County for seeing that the tasks listed

herein are completed by the appropriate team members

Task 1 Project Management

11 Project Kickoff

The consultant will meet with the County at a pre-design kickoff meeting to review the

scope of work project requirements and design criteria obtain additional material and

information and discuss the Countys scheduling and review process While meeting with

the County we shall conduct a visual on-site field investigation to identify existing

conditions and confirm initial design assumptions

The consultant understands that the field review has already been held and the field review

forms including a PES form have been signed by Caltrans The consultant will familiarize

ourselves with those forms and follow the findings therein to develop the design

Franz Creek Bridge Scope 1 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

12 ProjectStaff Management

The consultant shall be responsible for project management activities throughout the life of

the contract The scope of project management includes

bull Managing the project schedule and budget

bull Setting up and facilitating client meetings

bull Interagency meetings public meetings

bull Field reviews

bull Other project related meetings

bull Managing sub-consultant staff

13 Meetings

The consultant shall prepare meeting agendas meeting notes identify action items and how

they are accounted for and sign in sheets for all meetings and manage the consultant team

involved in the project (ldquoproject teamrdquo) Managing the project team includes preparing

contract paperwork memos letters and e-mails making phone calls and maintaining

project files

Meetings will include at a minimum a project kick off meeting a meeting after the 35

65 and the 95 submittal to discuss comments with the County Two (2) meetings are

assumed in the Preliminary phase of the project and four (4) meetings are assumed in the

Final Design PSampE phase of the project These meetings will be held at the County office

Outside of the in-person meetings conference calls will be held with the County to discuss

progress throughout the project (10 total)

14 Work Progress Form

On a monthly basis the consultant shall submit a Work Progress Form provided by the

County This summarizes accomplishments in the previous month anticipated work for the

next month and key decisions that need to be made to keep the project on schedule Invoices

shall show the original budget any reallocated budgets amount spent to-date amount spent

this period budget remaining and percentage spent to date for each task

Task 2 - Preliminary Engineering

This task will consist of investigatory studies preliminary design and other work necessary to

bring the project to 35 design and to provide a final Type Selection Report

Task 2A- Alignment Engineering

2A1 Assess Available Information

The consultant shall assess available information on the project Such information may

include existing drawings studies and reports or preliminary engineering performed by

others The County will provide any such information in their possession

2A2 Alignment Alternatives Analysis

The Consultant shall recommend the alignment of the new bridge and the extent of the

roadway approaches in close collaboration with the County The assumed roadway width is

31rsquo which includes 2- 10rsquo lanes a 3rsquo outside shoulder and an 8rsquo inside shoulder around

Franz Creek Bridge Scope 2 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

the curve approaching the bridge structure

The consultant shall analyze two alignment alternatives and propose the most feasible

alternative based on the site constraints public input AASHTO and Caltrans geometric

standards and drainage patterns (so that the adjacent properties are not adversely impacted

by the new improvements) The 45 mph alternative and the Stage Construction alternative

on the same alignment will not be analyzed in detail but should be mentioned in the

alternative analysis memo as to why they were rejected Alignment alternatives to be

analyzed shall provide a 30 mph design speed with a 4 maximum superelevation (or the

maximum superelevation allowed per the CT HDM safe comfortable speed chart) located

upstream of the existing bridge Even though the 30mph meets the minimum design speed

for the roadway the second alternative shall provide a 25 mph design speed with similar

superelevation criteria as noted above The alternative alignments are shown in Exhibit 1

located in Attachment B The consultant will examine the two alignment alternatives with

the goal to optimize material balance bridge length right-of-way acquisitions and sight

distance Typical sections layout profile and superelevation diagrams will be created for

each alternative Engineering cost estimates will be developed in a Caltrans 7-page

estimate format for the two alignment alternatives being studied It is understood that the

existing structure will remain in place to carry traffic during construction A preferred

alignment will be submitted for County review and approval The results of the

alternatives analysis will be summarized in an Alignment Alternatives Analysis memo

Task 2A Deliverables

bull Preliminary Alignment Alternatives (two alternatives)

bull Construction cost estimates (7-page Caltrans format) for each alternative

bull Alignment Alternatives Analysis memo

Task 2A County Decision Point

bull Approve Preliminary Alignment

Task 2B- Preliminary Structure Engineering and 35 Design

2B1 Bridge Type Selection Report Preparation (DraftFinal)

The consultant shall work closely with County staff to develop the appropriate bridge

replacement design Key issues to consider include (in no particular order)

bull New bridge alignment vs existing bridge alignment

bull Project detour

bull Public input

bull Flood water elevations

bull Site geology and seismicity

bull Environmental issues

bull Maintenance of traffic

bull Available ROW

bull Construction access

bull Unique project design criteria

bull Noise impacts (concerns about the neighbors so close and bioacoustics)

Franz Creek Bridge Scope 3 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Overall cost

bull Constructability

Two structure types will be considered

Cast in Place Prestressed concrete slab

Precast prestressed concrete slab units

Consultant shall prepare a Type Selection Report that will document the structure

types and configurations considered with estimated costs and recommendations for the

final structure type The Type Selection Report shall be prepared for approval by the

County and Caltrans Local Assistance following the guidelines established in the Caltrans

Memo to Designers The proposed replacement bridge shall be presented on general plan

drawings and documented in a report The Type Selection Report will appear in the same

format used by Caltrans Engineering Services Division These documents will be

submitted to the County and the County will submit to Caltrans for review and approval

before beginning final design

2B2 Prepare 35 Design Plans

Upon receipt of comments on the Type Selection Report the consultant will incorporate

them into the preferred alternative This structure configuration will then be developed and

a Bridge General Plan drafted and submitted to the County for approval

With approval of the General Plan and the Countys preferred alignment alternative the

consultant will develop the remaining 35 design plans as shown on the Plan List as listed

in Attachment A and described in Task 8

2B3 General Plan Cost Estimate

The consultant will prepare the necessary General Plan Cost Estimate for the bridge The

General Plan Estimate will be prepared in accordance with Caltrans Bridge Design Aids

Manual Chapter 11 The General Plan Estimates will appear in the same format used by

Caltrans Division of Structures The Caltrans 7-page preliminary estimate will be

generated for the other civil portions of the project in order to generate the total

construction cost estimate

Task 2B Deliverables

bull Preliminary (35) design drawings and reports

bull Bridge Type Selection Report (DraftFinal)

bull Construction Cost Estimates

bull AutoCAD dwg files of preliminary design drawings

Task 2B County Decision Point

bull Select Bridge Type

bull Provide 35 PSampE Review Comments

Task 2C - Utility Coordination

Consultant shall lead the utility coordination efforts Tasks include

bull Obtaining a County provided list of current utility contacts

bull Creating and mailing Utility Letters on the Countyrsquos letterhead

Franz Creek Bridge Scope 4 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Mapping existing utilities

bull Identifying potential conflicts

bull Working with utility companies during their design of relocations

bull Identifying possible easements

bull It is assumed that relocation costs for the various utility facilities will be borne by the utility

companies

Unless specifically stated herein it is assumed that all new or relocated facilities will be designed

and constructed by the owners of the utilities Attention is directed to Attachment A for the

anticipated plan sheets to be completed in this task

2C1 ndash Utility Letters

The consultant will prepare signature ready Utility A letters and submit copies hard copy and on

computer disk to the County Project Manager for transmittal to utility owners within the project

limits on County letterhead Response information received from each owner will be provided

back to the consultant When design is approximately 65 complete the consultant will prepare

Utility B letters and submit copies hard copy and on computer disk to the County Project Manager

for transmittal to recipients on County letterhead At the Utility B letter stage any potential

conflicts will be noted specifically in each B letter in order to begin discussions with the utility

companies for relocation efforts Utilities in conflict will be identified and utility companies will

be asked to prepare relocation plans Consultant will prepare Utility Plans designating the facilities

that are located within the project corridor along with their new locations Refer to Task 2C3 for

the creation of the Utility Relocation Plans

County will forward to the consultant a copy of utility B letters sent and of all correspondence

received For utilities owned or maintained by County the County project manager will forward

the Utility B letters to the appropriate County staff member and send a copy of the transmittal to

the consultant The consultant will then correspond directly with the identified County staff

member Utility C letters will be prepared by the consultant and likewise sent to the County for

distribution upon submittal of the 95 PSampE The C letters shall note the construction start date

and final coordination for relocation of the utilities shall commence

2C2 ndash Utility Company Coordination

Ongoing coordination with utility agencies for relocation of the facilities will be required so that

the facilities are relocated prior to construction If the utilities will be relocated during

construction the Special Provisions will be written to alert the contractor of the potential Utility

work and coordination

2C3 ndash Develop Utility Relocation Plans

Utility Relocation Plans will be prepared Based on information received from the A letter

responses the consultant will prepare base mapping of the existing utilities and will show these

Franz Creek Bridge Scope 5 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

utilities on the plan sheets As the design progresses all utilities that are in conflict with the

proposed construction will be clearly delineated and the responsible party to relocate the facility

will be clearly denoted on the plans

2C4 ndash Utility Relocation Cost Estimates

Consultant will work with the Utility agencies to receive their estimate of the cost of utility

relocation construction required for the Project The utility estimates will include estimates for new

utility easements if required

Task 2C Deliverables

bull Utility A B and C Letters

bull Conflict Resolution Plans

bull Coordination of utility relocations required for construction with the affected utility companies

Task 3 ndash SurveyingMappingROW Engineering

The Survey consultant shall be responsible for data collection mapping and surveying necessary

for preliminary engineering design cost estimates right-of-way impacts and the level of

environmental clearance All surveying and mapping shall comply with the provisions of the

Professional Land Surveyors Act Sections 8700 to 8805 Business and Professions Code the

provisions of the California Coordinate System Sections 8801 through 8819 of the Public

Resources Code and any other applicable code in the State of California The scope of

comprehensive base mapping and surveying includes but is not limited to Control Surveys Aerial

Photogrammetry Limited Design Level Topographic Surveys Right-of-Way Retracement and a

Record of Survey

The goals of this task are to establish project controls acquire site topography data for bridge and

road design and develop stream cross section data necessary for hydraulic analysis including an

ordinary water mark Also to resolve existing Right of Way (ROW) and determine additional ROW

needs for the following

bull Stormwater treatment

bull Staging areas and storage for excess materials generated by construction of the bridge

bull Prepare legal descriptions

bull Plats and closure calculations for permanent acquisitions and temporary construction

easements

Control

Survey vertical control shall be NAVD 88 Survey horizontal control shall be California

Coordinate System of 1983 Zone 2 Epoch 20100 Where more than one datum is required by

multiple agencies the Survey consultant shall prepare the necessary conversion tables to enable the

transformation from one datum to another

Terrain and vegetation will make getting a good GPS signal difficult The Survey consultant will

use static base stations to establish California Coordinate System and NAVD 88 elevations based

on ties to nearby CORS stations

Franz Creek Bridge Scope 6 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

31 - Topographic Survey

The topographic survey will be at a drawing scale of 1 inch = 20 feet with a one foot

contour interval The topographic survey will include the following existing road facilities

and will extend a minimum of 20 feet beyond the edge of pavement

Topographic survey coverage area shall include at minimum Franz Valley School Road

from 400 feet north of the bridge to 600 feet south of the existing bridge (as measured

along the centerline of the road)

Mapping shall include the proposed bridge alignment by surveying approximately 200

feet (as measured along the creek) upstream of the existing bridge and 100 feet

downstream measured from the edges of the existing bridge

Topographic survey shall include all necessary work to produce a topographic map and an

electronic surface model compatible with Civil3D including features such as but not

limited to pavement utility markings on the pavement all utility facilities driveways trees

four (4) inches and larger diameter at breast height headwalls bridge retaining wall or

decorative walls vineyard rows structures drainage facilities pavement delineation and any

other pertinent information that could apply to the project during design

32 - Right of Way (ROW)

The consultant shall perform the following ROW survey tasks

321 ndash Boundary Surveys

bull Perform boundary research to locate the existing ROW data

bull Perform boundary surveys to search for locate and tie existing monumentation

bull Perform a resolution of the existing road ROW

bull Determine additional ROW needs

bull Prepare an acquisition map

bull Complete a Record of Survey showing the existing ROW and the project

centerline(s) The Record of Survey shall show at least two permanent monuments

that will survive the construction of the project

33 ndash Title Reports

This proposal assumes the consultant will procure between 2 and 4 title reports

34 ndash Legal Descriptions

After the 65 submittal the Consultant will establish the Right of Way boundaries and will

submit the boundaries for permanent right of way acquisition and temporary construction

easements to the County

The Consultant will prepare approximately 2 to 4 legal descriptions for permanent ROW

acquisition and 2 to 4 legal descriptions for temporary construction easement acquisition

Consultant shall prepare ROW Data sheets per the guidelines in the Caltrans Right of Way

Manual

35 ndash Creek Cross Sections for Hydraulic Analysis

This will include surveying creek cross sections Creek cross sections shall be taken at the

upstream and downstream faces of the existing bridge and the proposed location of the new

Franz Creek Bridge Scope 7 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bridge Sections will also be taken at 200 foot intervals downstream of the existing

bridge up to 800 feet from the bridge and upstream at 100 foot intervals for 300 feet A

cross section will also be taken below and just above the stream confluence 200 feet

upstream of the proposed bridge

36ndash Survey Control Sheet

The consultant will prepare a Survey Control Sheet to be included in the Plans that

conforms to the standards of Sonoma County This sheet will include the survey

monuments and controls for the project

Task 3 Deliverables

bull Topographic survey map and electronic surface model compatible with Civil3D

bull Acquisition map

bull Record of Survey

bull Legal descriptions plats and closure calculations for ROW acquisition

bull AutoCAD dwg file of the topographic survey containing the survey points a n d stream

cross section survey Map (1rdquo = 30rsquo)

bull Survey Control Sheet

Task 4 - Geotechnical Engineering

Shannon amp Wilson shall prepare a geotechnical report for the site as required for the completion of

design construction documents and permit applications The geotechnical report shall include an

evaluation of the effects of any slope erosion or periodic land movements during extreme storm and

seismic events hydrological and soils data tied to the channel scour scour analysis and seismic

parameters and recommendations for the bridge foundation design

Shannon amp Wilsonrsquos subsurface exploration shall include drilling test borings at key locations

obtaining soil and rock samples for observation and laboratory testing and measuring the depth to

and variation in embankment groundwater levels The coordination of boring locations must be

discussed with the County prior to beginning boring

In general this task shall include the following

41 - Preliminary Foundation Memo (PFM)

As part of preliminary engineering phase for bridge-type selection Shannon amp Wilson will

prepare a preliminary foundation memo (PFM) This memo will be based on such

subsurface data that is available preliminary planning studies Caltrans bridge inspection

records published geologic mapping aerial photographs and survey and topographic data

Shannon amp Wilson will use a Caltrans ARS online default shear wave velocity and assume

a Class D soil type when the preliminary ARS curve is developed

The PFM will include the following

Project location and vicinity map

Summary of site geology and subsurface conditions based on review of available

record documents published geologic data and geologic reconnaissance

Seismic data and evaluation using current Caltrans seismic design criteria including

design ARS curve using Caltrans ARS Online tool

Franz Creek Bridge Scope 8 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Approach roadway considerations

Preliminary foundation alternatives eg CIDH piling driven piles spread footing

foundations etc

Preliminary foundation recommendations with conditions and constraints on likely

foundation types and

Preliminary construction considerations

Task 41 Deliverables

Final PFM ndash 1 hard copy 1 electronic copy

42 - Planning amp Permitting

Shannon amp Wilson will obtain a Sonoma County Encroachment Permit and Sonoma

County Permit and Resource Management Department (PRMD) drilling permit Shannon amp

Wilson assumes that the County will waive any encroachment permit fees and bond

requirements Shannon amp Wilson will pay for the fees associated with obtaining the

PRMD drilling permit The exploration locations are within at most three parcels for

permitting purposes Prior to commencement of subsurface explorations Shannon amp

Wilson will notify Underground Service Alert for underground utility locations

The County will obtain rights of entry to private residences and provide copies of the rights-

of-entry documents to Shannon amp Wilson

Assumptions include

bull Apply for and obtain Sonoma County Permit and Resource Management

Department (PRMD) drilling permit

bull Apply for and obtain a Sonoma County encroachment permit (we expect the permit

not to require fees or bonds)

bull Schedule field exploration

bull Field stake boring locations coordinate utility clearance with Underground Service

Alert

43 - Traffic Control

As part of the encroachment permit process Shannon amp Wilson will prepare a traffic control

plan to be approved by the County for traffic control Flagmen and portable orange traffic

warning signs and cones shall be used to control traffic whenever drilling operations

present a potential obstruction to traffic We expect traffic control is required based on the

roadway geometry limited sight distance and anticipated field exploration locations A

subconsultant managed under the Consultants (geotechnical) contract will provide traffic

control during drilling

44 - Geologic Reconnaissance and Field Exploration

bull Research published documents including geologic maps of the site and vicinity

bull Perform an engineering geologic reconnaissance of the channel and areas

surrounding the existing and proposed bridge alignments

Shannon amp Wilsonrsquos reconnaissance will be directed toward identifying and mapping

bedrock types bedding orientation fracturing faulting and other bedrock characteristics

as appropriate Work will include

Franz Creek Bridge Scope 9 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Geotechnical Investigations

bull Attend a kick off meeting among representatives of the County and consultant

(may be available by phone)

bull Shannon amp Wilson shall perform borings to collect subsurface information required

for foundation design This shall include locating borings at the project site marking

out field test locations with paint or other acceptable means for Underground

Service Alert notification and for utility location logging earth materials

groundwater depth and the depth of refusal or solid rock if either are encountered

Each boring site shall be located using a measuring tape and transit level

For the bridge foundation design study we will include a maximum of two borings to 80

foot depth for bridge foundation supports We assume exploration is for one proposed

roadway alignment that includes a single-span bridge founded on Caltrans Standard driven

pile or CIDH piles at the abutments Shannon amp Wilson expects to drill the borings during

dry field conditions with a truck-mounted drill rig using auger andor mud-rotary drilling

methods through soil and then diamond-bit core drilling where we encounter boulders

andor rock We will collect subgrade soil samples from auger cuttings at the abutment

borings We will recover soil samples at 3-5 foot (typical) intervals using Standard

Penetration Test equipment and other split-spoon samplers as necessary

A representative from Shannon amp Wilson will log the soil rock and groundwater

encountered in the borings Shannon amp Wilson will backfill the borings in accordance with

County permit requirements Shannon amp Wilson expects that drill cuttings removal is

required and cuttings cannot be spread on site and will include disposal costs in the fee

estimate for this work

Shannon amp Wilson will attempt to drill along existing roadway shoulders at the proposed

west abutment but may partially encroach into the travelled way For the east abutment

rights of entry to the private property on the east side of the creek (to be obtained by the

County) are needed in order to perform a boring at the proposed abutment locations If right

of entry is not approved then a boring would be completed in the roadway on the east side

of the creek that may result in being 100 feet away from the proposed abutment location

45 - Laboratory Testing

Selected soil and rock samples obtained from the consultantrsquos borings will be subjected to

laboratory testing at a certified geotechnical laboratory to assess their pertinent

geotechnical engineering characteristics Tests to be performed include moisture contentdry

density classification strength corrosivity R-value (for pavement design) any other tests

recommended as appropriate by the Geotechnical Engineer We will perform two R-value

tests to evaluate subgrade materials for new pavement section recommendations Laboratory

tests will be in accordance with ASTM andor Caltrans Standards Shannon amp Wilson will

use point load index testing if rock cores are recovered If sound hard rock core pieces of

sufficient length are recovered we will perform compressive strength tests if practical In

addition consultant shall also be responsible for providing the following basic soil

characteristics and bearing capacity The environmental consultant (TRC) shall also be

responsible for testing hazardous materials when pertinent

A quantity estimate of laboratory tests required is as follows

Franz Creek Bridge Scope 10 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull 17 - Moisture Content - Unit Dry Weight (ASTM-D2216 ndash ASTM-D4767)

bull 5 - Sieve Analysis (ASTM-D6913)

bull 5 - Plasticity Index (ASTM-D4318)

bull 1 - Resistance Value (CTM-301)

bull 5 - Point Load Index (ASTM-D5731)

bull 2 - Unconfined Compression Rock (ASTM D7012)

Samples will be collected using Standard Penetration Test equipment or other split-spoon

samplers using a calibrated automatic drop hammer

46 - Engineering and Geologic Analyses

Shannon amp Wilson shall characterize the creek channel and surrounding terrain within the

vicinity of the proposed and existing bridge alignments in terms of regional and local

geological and seismic conditions including geologic hazards (primarily creek bank

stability and channel scour) Shannon amp Wilson shall analyze the field and laboratory data

and conduct engineering and geologic analyses to provide conclusions and

recommendations regarding the bridge foundation design criteria Shannon amp Wilson will

also identify foundation alternatives based on their experience with similar projects and the

results of the investigation The field geology and boring log data-will be presented on a

geologic map and subsurface profile sheet The geologic subsurface profile will be along

the proposed bridge alignment Laboratory test data will be presented on the boring logs

alongside the samples tested

Shannon amp Wilson will determine the appropriate seismic design parameters and prepare an

ARS design curve using Caltrans ARS online and perform pile analysis for the pile design

using AASHTO LRFD Bridge Design Specifications with Caltrans amendments as

appropriate

The consultant will develop geotechnical criteria for design including the following

Axial pile and bearing capacity

Lateral pile capacity

Foundation design criteria for potential foundation type including drivability and

axial analyses (as appropriate) for Cast-in-Drilled-Hole (CIDH) Cast-in-Steel-Shell

(CISS) or driven pile design

Liquefaction

Settlement

Slope Stability

Site seismicity including deterministicprobabilistic procedures consistent with

current Caltrans Seismic Design Criteria to determine the site ARS

Lateral earth pressures and coefficient of friction to resist sliding

Soil corrosivity

Scour analysis and bank stability analysis

New flexible pavement design

Site preparation and grading including excavation characteristics suitability of

excavated soils within the roadway for re-use as fill and the treatment of existing

fill as appropriate

Lpile parameters for the structural engineers lateral pile analysis

Franz Creek Bridge Scope 11 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The County recommends avoiding pile driving given the year round water at this

site Additionally addressing bioacoustic effects on fish are expected to be avoided

unless that is the only foundation design given site constraints (See Supplemental

Service 69)

Anticipated geotechnical construction considerations if applicable

47 ndash Prepare Draft Geotechnical Report

The consultant shall summarize the results of the investigation testing and analysis in a

draft report The draft report shall include recommendations for foundation type elevation

and allowable loading of proposed foundation elements discuss groundwater and other

subsurface conditions encountered affecting foundation design construction and service

and include a Log of Test Boring drawing suitable for inclusion with the project plans

Seismic criteria for use in structure design will also be reported (peak ground acceleration soil profile

type ARS curve etc) in accordance with Caltrans practice including an evaluation of the potential

geohazards such as seismically induced liquefaction settlement and ground instability The

Foundation Report will include geotechnical design criteria for the approach roadway sections

The Draft Foundation Report will include

bull Summary of geotechnical services

bull Vicinity map

bull Site plan

bull Site description

bull Project description

bull Field exploration descriptions

bull Laboratory testing results

bull Site geology and subsurface conditions

bull Seismic data and evaluation

bull Scour considerations (based on Hydraulics Report prepared by others)

bull Corrosion evaluation

bull Foundation recommendations

bull Approach roadway subgrade and new pavement section recommendations

bull Construction considerations

bull Caltrans ARS curve

bull Log of Test Borings (LOTB) drawing and

The draft report shall be submitted for the 65 PSampE

48 ndash Prepare Final Geotechnical Report

After the County has commented on the draft report and all outstanding questions answered

the Foundation Report shall be finalized

Task 4 Deliverables

bull Preliminary Foundation Memo

bull Draft Foundation Report

bull Final Foundation Report

bull Site-specific ARS Curves

bull Log of Test Borings for PSampE

Franz Creek Bridge Scope 12 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Geotechnical Assumptions

bull The exploration program indicated is for bridge foundation design and additional exploration may be required to adequately define construction conditions

bull The project does not require a Site Specific Seismic Hazard Analysis that includes time-

history analysis

bull ARS Curves will be developed using Caltrans ARS online and the USGS Seismic Hazard

Website for Deaggregation of seismic hazards

bull The County will provide all necessary rights-of-entry

bull Topographic surveys will be provided by others with maximum 1-ft contour interval for the

project site

bull Shannon amp Wilson will prepare a traffic control plan and submit an encroachment permit

bull Hazardous materials assessment and evaluation is not included in our scope of services

Task 5 Hydrology and Hydraulics

The consultant shall complete the Design Hydrology and Hydraulics Report Location Hydraulic

Study Floodplain Evaluation Report Summary Floodplain Encroachment Report as needed and

to establish the 100-year flood level at the bridge

51 - Data Collection and Site Review

WRECO will review available data including previous studies provided by the County

Sonoma County Water Agency (SCWA) and the Project Team Key information to review

will be the available hydrologic and hydraulic data for Franz Creek topographic survey

available cross-sections County and Caltrans Bridge Inspection Reports as-built data

published geological and seismological studies and maintenance records for the Project

site WRECO will also conduct a field reconnaissance to assess the existing conditions in

the vicinity of the Project site

52 - Hydraulics Analyses

The consultant will develop hydraulic analysis models to incorporate information obtained

from its assessment of available information and the creek cross section data from the

topographic survey

The consultant shall evaluate the 50 year and 100 year drainage flows and overtopping

event for existing and proposed conditions of the new bridge and approach roadways

Modeling shall include the 50- and 100-year recurrence events Flow results shall be used

for the existing bridge geometry and calibrated against published data gauge data field

observations of high water marks and any available anecdotal data

The hydraulic model of choice will be the US Army Corps of Engineersrsquo HEC-RAS

model WRECO will coordinate with the Project Team to obtain the survey data of river

channel topography and bathymetry

53 - Documentation

The consultant shall prepare studies and reports that document their findings The reports

will describe methodology used summarize model output include creek cross sections in

plan and profile view and will delineate the 100-year water level for existing and proposed

conditions through the project reach as well as scour analysis

Franz Creek Bridge Scope 13 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The reports shall be prepared in accordance with the format and guidelines presented in the

ldquoChecklist for Drainage Studies and Reportsrdquo Local Assistance Procedures Manual

(LAPM) Exhibit 11-E The draft report shall be submitted for the 35 PSampE After the

County has commented on the draft report and all outstanding questions answered the report

shall be finalized

54 Scour Analysis

WRECO will perform a bridge scour analysis to determine the scour potential per the

methodology specified in the Federal Highway Administrationrsquos (FHWA) HEC-18 HEC-

20 and HEC-23 manuals WRECO will make recommendations on the need for scour

countermeasures for the proposed bridge per the HEC-23 and California Bank and Shore

Protection Manual

55 - Design Hydrology and Hydraulics Reports and Studies

Task 551 Design Hydrology and Hydraulics Study

WRECO will prepare a Design Hydraulics Study (DHS) which will summarize the results

from the hydraulic and bridge scour analyses and recommendations for bridge scour

countermeasures The report will also include all of the detailed hydraulic model output

Task 552 Location Hydraulic Study

Based on WRECOrsquos preliminary qualitative hydrologic hydraulic and geomorphic

assessments no floodplain encroachments or impacts are anticipated as a result of the

Project Therefore WRECO will prepare a Floodplain Evaluation Report Technical

Memorandum including the Technical Information for a Location Hydraulic Study and the

Floodplain Evaluation Report Summary form to document the investigation and summarize

the results

56 - Dry Weather Flow and Bypass

WRECO will determine the magnitude of the dry weather flow volume during the

construction period and will work with the Project Team to develop the design concept for

the flow bypass system during construction

Task 5 Deliverables

bull Design Hydraulics Study

o Draft Design Hydrology and Hydraulics Study (PDF and 2 hard copies)

o Final Design Hydrology and Hydraulics Study (PDF and 5 hard copies)

bull Location Hydraulic Study

o Draft Location Hydraulic Study (PDF and 2 hard copies)

o Final Location Hydraulic Study (PDF and 5 hard copies)

bull Scour Analysis

Franz Creek Bridge Scope 14 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 6 Environmental

The County has in-house environmental specialists from PRMD who will lead the environmental

clearance effort (CEQANEPA and environmental permits) including setting up and facilitating

interagency meetings The consultant shall work closely with PRMD s t a f f to support their

work in obtaining environmental clearance and identifing environmental constraints and

opportunities to minimize costs and time delays This will include providing engineering

information and documentation in a timely manner

Listed below is an outline of the anticipated environmental studies to be prepared by the consultant

necessary to satisfy portions of the environmental documents (NEPACEQA) including three

additional subtasks 64 65 and 66 that were included in the Caltrans District 4 correspondence to

Sonoma County (letter dated January 15 2016)

Task 601 Project Management

Consultantrsquos Environmental Project Manager will be responsible for a variety of general

project management tasks throughout the process of coordinating preparation of technical

studies preparing the environmental documentation and coordinating with the County and

Caltrans Local Assistance staff This also includes coordinating the day-to-day

environmental activities with the Consultant Project Manager and design team and

monitoring the scope budget and scheduling of the environmental aspects of the project

Task 602 Meetings

Consultantrsquos Environmental staff will attend the kick-off meeting and up to four (4) Project

Development Team (PDT) meetings via conference call and (1) agency meeting

Task 603 Environmental Engineering Support

The consultant shall provide preliminary engineering services or site assessments needed

for the following tasks

6031 - Assist the County with preparation of the bridge project NEPACEQA documents

The Consultant shall assist in the preparation of the Area of Potential EffectsImpact Map

(APEI) and Biological Study Area (BSA) Maps of the enveloped alternatives for use in the

environmental studies Consultant will provide a base map to the Consultant (Tom Origer

amp Associates) that will finalize the (APEI) Maps and then will submit the APEI Maps for

County review The County will markup the base map and then the Consultant will prepare

the final maps based on those markups The County will submit to Caltrans for approval

The Consultant shall assist in preparation of the project description and determining NEPA

and CEQA boundaries

6032 - Identify issues that must be addressed in the design

Consultant shall assist during the preparation of the environmental documentation for

supporting documents and calculations as the studies require

6033 ndash Prepare Equipment Staging Technical Memo

The consultant will prepare an Equipment Staging Technical Memorandum The memo

Franz Creek Bridge Scope 15 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

will describe the proposed staging areas to be utilized during the construction of the Project

identify potential impacts to the surrounding environment traffic patterns and nearby

residents and describe how these potential impacts will be minimized

It is assumed that the County will assist the Consultant by providing the necessary traffic

data (existing and proposed ADT) to supplement the information required in the Land

Use memo

6034 ndash Prepare Right-of-Way Technical Memo

The consultant will prepare a Right-of-Way Technical Memorandum This memo will

describe the Right-of-Way needs of the project which parcels will be impacted what is on

the parcels the land use detail rights of entry and describe how the project will impact the

existing land use

NEPA STUDIES 61 - Initial Site Assessment (ISA)

The Consultant shall prepare an ISA that will attempt to identify potential or known

hazardous materials hazardous waste and contamination in the project area as well as those

responsible The ISA will also include a preliminary screening level study of roadway

striping paint and existing bridge construction materials A certified asbestos consultant

will also review the site and take samples of potential existing asbestos containing building

materials (including bridge concrete samples) as necessary The existing bridge and

alignment alternatives will be evaluated and reported on in the Initial Site Assessment (ISA)

report The certified asbestos consultant report will be appended to the ISA This report will

follow American Society for Testing and Materials (ASTM) Standard E1527-05

A Phase I Initial Site Assessment (ISA) will be prepared The ISA will be prepared in

accordance with the scope and limitations of the American Society of Testing and Materials

Practice E 1527-13 Standard Practice for Environmental Site Assessments Phase I

Environmental Site Assessment Process (ASTM E 1527-13)

62 - Visual Impact Assessment (VIA)

The consultant shall prepare a Moderate Level VIA and is required to follow the Guidelines

for the Visual Impact Assessment of Highway Projects (FHWA-HEP-15-029) written by

the Federal Highway Administration

The PES indicates that a Visual Resources Technical Memorandum should be prepared to

address visual issues and that a VIA may not be required The analysis will be supported by

a set of realistic computer-generated visual simulations to illustrate existing and post-project

visual conditions as seen from key public viewpoints Four visual simulations will be

prepared Visual simulations showing one existing (before) view and one simulation (after)

image from each of two viewpoints is included The simulations will be produced using

high resolution digital photographs and advanced computer modelingrendering techniques

The visual simulations will be based on engineering design data including digital (CAD)

plan and elevation drawings The visual impact assessment will be based on review of

ground level and aerial photographs topographicGIS data pertinent public policies

regarding visual quality project engineering drawings and other descriptive project data

63 - Cultural Resources

Franz Creek Bridge Scope 16 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The consultant (Tom Origer amp Associates) shall prepare the Section 106 of the Historic

Preservation Act reports APE map Historical Property Survey Report (HPSR) Historical

Resources Evaluation Report (HRER) to include a re- evaluation of the bridge for eligibility

for the National Register of Historic Places and an Archeological Survey Report (ASR)

The consultant will also complete a California Department of Parks and Recreation

Form 523 (DPR Form 523) for the existing bridge evaluating the bridges potential for

eligibility on the California Register of Historic Resources

Prior to beginning the Cultural Resources Studies the Consultant (Tom Origer amp

Associates) will create the APE map The APE map will be reviewed and approved by the

County and Caltrans prior to beginning any of the Cultural Resources Studies The County

will submit the APE Map and Project Description to Caltrans for Review and Approval

Based on the list of studies required for the Franz Creek Bridge Replacement project the

following scope of work complies with Section 106 of the National Historic Preservation

Act and the California Environmental Quality Act Based on information contained in the

Caltrans memorandum dated January 26 2016 the following scope of work is proposed

631 ndash Historic Resources Evaluation Report (HRER)

An HRER will be prepared that evaluates elements of the built environment that are within

the APE and are older than 50 years Buildings and structures older than 50 years will be

evaluated for eligibility for the National Register of Historic Places and the California

Register of Historic Resources

To evaluate resources an historic context(s) will be developed that will identify themes

events and people that were important to the area and its development The historic context

will draw upon historical documents existing histories and reports and interviews with

knowledgeable individuals The Consultant (Tom Origer amp Associates) will also consult

with local historical societies and other interested parties The results of these evaluations

will be presented in the HRER along with the appropriate resource documentation (DPR

523 forms)

632 ndash Archaeological Survey Report (ASR)

The archaeological APE will be surveyed in its entirety including areas of direct effect

staging areas and the locations of any temporary easements As part of this task the Native

American Heritage Commission and local Native American groups will be consulted

regarding the project Upon completion of the survey a technical report (ASR) will be

prepared that presents the results of the archaeological survey Resource documentation

(DPR 523 forms) will be completed if archaeological sites are identified No formal

evaluation of archaeological sites is included in this scope

633 ndash Historic Properties Survey Report (HPSR)

The Consultant (Tom Origer amp Associates) will prepare a new HPSR that will include the

results of all studies completed for this project and will discuss potential project effects on

historic properties found within the APE

64 - Natural Environment Study and Biological Assessment (By County) The County shall prepare an NES and BA (if needed) per the Caltrans guidance in the

Franz Creek Bridge Scope 17 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Standard Environmental Reference

As part of the NES and based on the potential for federally listed species to occur within

the project area the County will prepare an EFH in accordance with the most recent

Caltrans guidance to evaluate project effects to federally listed species and critical habitat

as well as identify appropriate avoidance and minimization measures If it is determined that

the project may adversely affect federally listed species Caltrans will use the EFH to

facilitate Section 7 consultation with the National Marine Fisheries Service (NMFS)

It is also assumed that the County will conduct a tree survey for the trees that are to be

removed The Consultant will submit a tree removal plan which is included in the

removal sheets of the Plans but the County will determine the species of the tree

designated for removal

65 ndash Farmlands (By County)

The County will prepare a Farmlands Technical Memorandum and if needed the AD 1006

form will be prepared and submitted

66 - Prepackaged Agency Permits (By County) During the preparation of the 65 PSampE the County will prepare the following permit packages to the respective regulatory agencies Refer to Task 87 for a description of the engineering support task for the permit process

bull CDFW 1602 Streambed Alteration Agreement requires an approved CEQA

document

bull USACE Section 404 Requires a USFWS approved Biological Opinion

bull CRWQCB Section 401 Water Quality Certification requires approval before

applying for other permits

CEQA Studies 67 - Noise

A noise study shall be prepared that addresses potential noise impacts of the proposed project It is

anticipated that road noise and construction noise will be evaluated Drilling is the preferred

method of construction The noise standards as provided in the Noise Element of the Sonoma

County General Plan 2020 shall be used to guide the analysis Given the anticipated construction

methods a bioacoustics analysis is not likely to be required and is therefore excluded from this

task but is included as a supplemental service Task 69 herein

68 - Water Quality Assessment Report (WQAR)

The consultant will assist and provide PRMD with storm flows and drainage pattern information

(existing and proposed) for inclusion in the WQAR The consultant shall prepare a WQAR per the

Caltrans guidance in the Standard Environmental Reference

WRECO will provide the existing physical and regulatory environment information for the water

quality and identify the design criteria applicable to the Project to comply with the County standards

post-construction BMPs requirements and other water quality requirements WRECO will also

review the applicable water quality regulatory requirements for the Project site

Franz Creek Bridge Scope 18 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 6 Deliverables

bull APE Map

bull Project Description

bull Equipment Staging Technical Memo

bull Right of Way Technical Memo

bull Phase I ISA

bull VIA Memo

bull Cultural ReportsHPSR HRER ASR

bull DPR Form 523

bull WQAR (DraftReviseFinal)

bull Noise Study

Task 7 ndash Public Outreach

71 ndash Public Outreach Meetings

The County will lead the Public Outreach efforts for this project with support from the Consultant

at the following meetings

Property Owner Meetings

The County will prepare a database of potential stakeholders and property owners (Refer to Task

72) It is anticipated that this project will require (1) meeting directly with the individual property

owners affected by the project Since there are only two property owners that are affected it is

anticipated that both meetings will occur during the same day The meeting will be held either on-

site or at the County offices Consultant will attend this meeting with the property owners to

explain the project answer questions take meeting notes and prepare a summarization of the

meeting notes

Sonoma County Board of Supervisor Meetings

The team will work with the County and attend two (1) One Board of Supervisor meeting related to

the project and take meeting notes as needed This will occur during the Environmental Process

72 ndash Database (By County)

The County will develop and maintain a stakeholder database which can be used to

efficiently distribute project information

Task 7 Deliverables

bull One (1) County Board of Supervisorrsquos meeting attend and prepare summaries

bull Two (2) Property Owner Meetings on the same day attend and prepare summaries

Task 8 ndash 65 PSampE

Task 8 represents the beginning of Final Design phase of the project The consultant staff will meet

with the County at a final-design kick-off meeting to discuss the Final Engineering Scope of Work

project requirements design criteria and the Countyrsquos most current scheduling and review

requirements An agenda and outline will be prepared and distributed before the meeting and

minutes will be prepared and distributed after the meeting

Franz Creek Bridge Scope 19 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

81 - BridgeStructural Design Development

The consultant shall perform structural design investigations analysis computations and

prepare detailed structure plans for the proposed replacement bridge in accordance with the

latest Caltrans bridge design techniques including a Foundation Report and a Design

Hydraulic Study Standard construction materials shall be used in the design of the proposed

bridge replacement wherever possible Where specialized non-standard

constructionbuilding materials are required the consultant shall first obtain approval from

the County prior to incorporating them into the design

The consultant shall confirm and verify the design criteria and loading conditions then

verify the structural adequacy of the selected bridge type

Permanent transient and extreme event load cases shall be considered per Caltrans BDS and

AASHTO LRFD Manuals Global analyses shall consider soil-structure interaction

Project plans prepared by the consultant shall include a set of plans at the 65 level All

identified and affected existing utilities shall be accurately indicated on the plans Plans at

65 should be of sufficient level to start ROW acquisition

Contract drawings will be developed using AutoCAD 2015 or newer at the Consultantrsquos

sole discretion

82 - Bridge Approach Roadways

The consultant shall perform roadway design in accordance with the latest version of the

AASHTO Green Book and the County design standards Design shall include details for

traffic control plans in accordance with the Caltrans Manual of Uniform Traffic Control

Devices

Re-alignment at the bridge approaches may be necessary depending on the project

alternative that is selected

The consultant will design the approach roadways and prepare the contract drawings for

these The pavement section roadside drainage and roadside barriers are included in the

design of the bridge approach roadways

The consultant will prepare approach design plans Plans will be coordinated and integrated

with the structure plans for the 65 PSampE package Design will incorporate County

Standard Plans standards per Caltrans Local Assistance Procedures Highway Design and

Traffic Manuals 2015 Caltrans Standard Plans or newer and the current AASHTO Green

Book Standards used will be those in effect as of the date of Notice to Proceed New

standards or modifications to standards which occur during the course of work may require

redesign of particular project features In this case County agrees to compensate the

consultant for extra work which is required to meet the new or modified standards

821 - Roadway Civil Design

The consultant will proceed with final civil design of the project based on the approved

preliminary engineering design concept and the consultantrsquos prior experience with County

project plan preparation Attention is directed to Attachment A for the anticipated plan

Franz Creek Bridge Scope 20 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

sheets to be completed in this task

The Title sheet will include the appropriate County and federal funding project

identification This plan sheet will include a sheet schedule a vicinity map the project

legend general notes and the project control points

The Typical Section Sheet will include the roadway structural section as designed based on

a County supplied Traffic Index (TI) and the R-value recommendations of our geotechnical

subconsultant based on approach soil borings Design will conform to County standards

Standard details will be included to reconstruct raised medians and concrete barriers

Typical sections will be produced for Franz Valley School Road

The total alignment length is approximately 600 The Layout Sheets will be produced at a

horizontal scale of 1 = 20 The plan view will delineate the general roadway

improvements and pavement dimensions Profile and superelevation sheets will be

prepared at a horizontal scale of 1 = 20 and a vertical scale of 1rdquo = 4rsquo The profile grade

will be refined from that shown in the preliminary engineering report Geometric

information tied to the project control points will be shown to sufficiently describe both

the profile and horizontal alignments Spot elevations will be shown at conforms

Construction Detail Sheets shall be created to identify specific details for the project

including but not limited to removal sheets (including a tree removal plan) driveway

conforms and any other details needed to clarify the Plans

It is assumed that existing road surface drainage will be allowed to runoff and infiltrate It

is envisioned that a system will be required to capture predevelopment runoff volumes in

order to satisfy the water balance calculator A system will be designed and shown on the

drainage plan It should be noted that this project is not in an MS4 boundary but roadside

ditches may need to have a treated system before outfalling into the creek

Contour Grading sheets will not be prepared this information will be shown on the Erosion

Control Plan and Details sheets

822 ndash Traffic Design

Permanent Signing and Striping Plan

A Pavement Delineation and Signing Plan will be prepared utilizing the County standards

MUTCD standards and Caltrans standard details This plan will generally match the

existing striping layout The Consultant staff will work closely with the County Traffic

Engineer to incorporate applicable requirements To this end conceptual plan sheets will

be produced for the Traffic Control System and Construction Area Signs plan sheets These

sheets will be transmitted to the County Traffic Engineer and the County project manager

and a meeting held to discuss the design concept prior to the first formal project submittal

Franz Creek Bridge Scope 21 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Subsequent submittals will follow the schedule outlined for the overall project submittals

Existing as well as new sign locations will be shown Sign panels will be shown for new

non-standard signs Standard signs will only be designated by the appropriate Caltrans sign

number

Stage Construction and Traffic Handling Plan

The consultant will prepare combined Traffic Handling and Staged Construction sheets

The plan will generally maintain one travel lane in each direction on the existing bridge

during the construction of the structure No practical detour exists and therefore the road is

assumed to have at least one lane of traffic open at all times Occasional one lane two-way

traffic control will be accomplished through the use of flaggers Brief closures (a few days

to a week) of the approaches will be employed during tie-in operations and construction of

approach pavement The public will be notified of these closures well in advance and

appropriate signage placed at the ends of the approaching roadways

The Caltrans Traffic Manual Sign Specifications and Standard Plans will be used as

applicable Temporary signing and striping portable delineators temporary crash cushion

arrays and temporary railing (Type K) as necessary will be shown on this plan No

temporary signal work for pedestrian or vehicular traffic is currently included within this

scope of work Attention is directed to Attachment A for the anticipated plan sheets to be

completed in this task

83 Channel Protection Design (WRECO)

The use of rock slope protection for scour and slope protection is anticipated at this site

Design will be based on the results of our scour analysis Attention is directed to

Attachment A for the anticipated plan sheets to be completed in this task Slope protection

installations will be designed at the channel banks specifically at the abutment faces up to

the right-of-way upstream and downstream of the bridge and along the roadway approaches

adjacent to the creek The design of the slope protection will include details for toe

trenches cutoff walls and intermediate shear keys as necessary Additionally layout and

elevation information will be shown and tied to the project coordinate system

84 ndash Stormwater Pollution Prevention Plan

The project specifications will require the Contractor to prepare a SWPPP for the project so

it is assumed that Temporary Water Pollution Control sheets will not be necessary and are

expressly excluded from this scope of work Stormwater BMPs will be required by the

Regional Board thus informal temporary water pollution control design sheets will be

produced in order to estimate the BMPrsquos that may be required during construction for

estimating purposes The cost of anticipated BMPrsquos will be included in the 65

Construction Cost Estimate

Franz Creek Bridge Scope 22 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

85 ndash Erosion Control Plans

This task will include parameters to stabilize the soil and will include a revegetation plan

for the site after construction

86 ndash Engineering Support to Permitting Process

During the 65 PSampE preparation the consultant will provide the County and our

subconsultants engineering support as the permitting documents are drawn up This support

will be in the form of preparing exhibits calculating areas and quantities of impacts as

required by the permit documents

87 ndash Cost Estimate and Specifications

The Consultant will prepare an itemized engineers estimate at the 65 stage for the

roadway items Bridge items will be based on a General Plan Estimate method The format

will be consistent with the Caltrans Ready-to-List Guide and a BEES listing will be

included Unit prices shall be applied to each contract item resulting in the Engineerrsquos

Estimate of Probable Construction Cost (Estimate) Prices used shall be based on the latest

available data from the COUNTY and Caltrans reflecting the location of the project and the

quantity of each item

The consultant will develop project specifications and special provisions from the most

current Caltrans and County standards

At the 65 stage a bid item list will be prepared and will be submitted with the Plans and

Estimate Special Provisions will not be prepared until the 95 stage as standard special

provisions change frequently

88 - Contract Drawings

Contract drawings for the bridge and roadway approaches are shown in Attachment A

All drawings will be prepared per the most current Caltrans FHWA and County standards

89 - Quality Control and Quality Assurance

A Quality Control (QC) and Quality Assurance (QA) program will be implemented on the project to capture any design or drafting errors

The consultant shall employ a QC program that consists of checking and back-checking the design calculations and contract plans

QA entails ensuring that all QC procedures have been followed and that all critical issues have been addressed and resolved

The 65 PSampE will be submitted after QAQC has been completed

Task 8 Deliverables

bull 65 Plans and Estimate

bull 65 Design Calculations

Franz Creek Bridge Scope 23 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 8 County Decision Points

bull Provide 65 Plans and Estimate review comments

bull The County requires a 30 day review period for the 65 PSampE submittal

Task 9 - 95 PSampE

PSampE shall be 95 complete Major subtasks for this phase of the work are

91 ndash Address County Comments

Incorporate County 65 review comments into the design and bidding documents if any

Consultant shall provide written responses to County comments on the 65 plans After

receiving County concurrence on responses Consultant will proceed with the preparation of

the 95 plans Plan revisions will include addressing 65 comments and design changes to

address mitigation measures and concerns expressed by the County

92 ndash Complete Design and Bid Documents

Complete the design documents and bidding documents to 95 level

93 - Independent Design Check

Perform an independent design check The independent design check of the bridge will be

performed by individual(s) that werent involved in the originating of the design calculations

Where possible the independent checker shall use alternative methods of design and

analysis than used by the designer

The independent check is complete when the independent checker finishes their

calculations compares results with those of the designer and all discrepancies between the

independent check and the original design are reconciled

The 95 PSampE will be submitted when the independent design check is complete The

design of the bridge and approaches is essentially complete at this time

94 ndash Cost Estimate and Specifications

The Consultant will prepare an itemized engineers estimate at the 95 stage Work includes

updating the quantities and project cost estimate including calculating updated quantities for

the changes related to work performed hereunder Two independent sets of quantity

calculations shall be performed by individuals experienced in this work for the bridge design

Work also includes updating the bid item list to correspond to Caltrans current standards

Prices will be updated to current expected values

Plans shall be cross checked with the specifications and the engineerrsquos estimate The

specifications shall then be compiled using the bid item list to collect and edit the applicable

Caltrans Standard Special Provisions (SSPs) and prepare required special provisions in

coordination with the roadway designers CONSULTANT shall utilize the County boiler

plate documents including the notice to bidders proposal bond forms and agreement

Franz Creek Bridge Scope 24 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Specifications will be updated and finalized with comments from the County after the 95

submittal

95 ndashPerform 95 QCQA

The QCQA procedures described in Task 8 will be implemented during this task as well this

time with an emphasis on coordination between structure roadway traffic and utility

documents and the elimination of conflicts between them

Task 9 Deliverables

bull 65 Response to Comments

bull 95 PSampE

bull 95 Design Calculations

bull Independent Design Check

Task 9 County Decision Point

bull Provide 95 PSampE review comments

bull The County may hire a bridge consultant to perform a constructability review

bull The County requires a 30 day review period including the constructability review for the

95 PSampE Submittal

Task 10 - Final (100) PSampE

This phase begins after the 95 PSampE is submitted and County has responded with comments

The consultant shall not prepare the deliverables for this task until receiving written authorization

from the County

The objective in this task is to provide the design and construction documents the County will use

to advertise for bids and administer the construction contract PSampE shall be 100 complete

Major sub tasks for this phase of the work include

101 - Address County Comments

Incorporate County 95 review comments if any into the design and bidding documents

Consultant shall provide written responses to County comments on the 95 plans After

receiving County concurrence on responses Consultant will proceed with the preparation of

the 100 plans Plan revisions will include addressing 95 comments and design changes

to address mitigation measures and concerns expressed by the County

102 ndash Finalize Documents

Complete the design documents and bidding documents to 100 level this includes

updating the Plans Specifications and Engineerrsquos Cost Estimate

Sign and seal the design and bidding documents and prepare for reproduction

103 ndash Prepare Final Deliverables

Prepare one (1) copy and one (1) electronic copy of design calculations and design check

calculations and ten (10) sets of PSampE bidding documents to the County

Franz Creek Bridge Scope 25 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

104 ndash Federal Funding Assistance

Assist the County in securing federal bridge funding through Caltrans if needed

Task 10 Deliverables

bull 95 Response to Comments

bull (1) Set of reproducible final design plans (printed in black ink on mylar)

bull (10) Sets of hardcopy final design plans (11rdquox 17rdquo)

bull (10) Copies of Specifications (seven bound two loose-leaf bound and one printer ready)

bull (10) Copies of Engineerrsquos Estimate

bull (1) Copy of design check calculations

bull (1) Copy of design check quantities

bull (2) Copies of Resident Engineer pending file

bull (2) Copies of the Geotechnical Report including the Bridge Foundation Report

bull (2) Copies of hydraulic studies and reports

bull (1) Flash drive with electronic versions of all Task 10 deliverables itemized above in

DWG MS Excel or MS Word format Print ready PDF files of same will be provided

Design plans will be provided in AutoCAD and PDF formats

Task 10 County Decision Point

bull Provide written authorization to proceed

Task 11 - Pre-Construction Engineering Services

The consultant shall remain available to provide assistance during bidding and award This work

may include clarification of contract documents in response to contractor inquiries preparing

addenda and evaluating bids Pre-construction engineering services shall be included in this

proposal

111 ndash Pre-Bid Meeting

The consultant Project Manager and Project Engineer will attend the pre-bid meeting to

assist the County in responding to questions regarding intent of PSampE documents

112 ndash Respond to Bidder Inquiries

The consultant will provide the County written responses to technical inquiries by bidders

for County distribution

113 ndash Prepare Addenda

The consultant will prepare addenda documents for distribution by the County should any

changes to the bid documents be required during the bid phase

114 ndash Assist in Evaluating Bids

The consultant will assist the County in evaluating Contractor bids

SUPPLEMENTAL SERVICES TRC and our subconsultants are prepared to perform other tasks as required by the County and the

Project as Supplemental Services A more detailed scope and fee will be developed for these

Franz Creek Bridge Scope 26 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

supplemental services at the time they are deemed necessary No work will be performed on the

Supplemental services without written authorization from the County

Some supplemental services that may be necessary include the following

2C5 ndash Utility Potholing

If utility conflicts are discovered during the design process positively locating the utilities in the

field will be required Consultant with the approval of the County can obtain a price quote from a

utility potholing sub-consultant to perform the work The Consultantrsquos surveyor will survey the

potholed location of the utilities and provide the information in AutoCAD to the designer The

utility drawings will be updated with the correct information If this task is required a refined scope

and fee will be prepared to include the total number of potholes needed the sub-consultant to

perform the work the surveyor to pick up the locations and the engineering design and support to

complete this task

49 ndash Geotechnical Retaining Wall Investigation and Analysis Optional borings for retaining wall foundations and roadway approaches will include one 50 foot

deep boring at each of two potential retaining wall locations Bulk soil samples for pavement

section subgrade analysis will be obtained from the bridge abutment borings previously indicated

If Retaining Walls are required both the draft and final foundation memoreports will be updated

accordingly

69 ndash Noise ndash Bioacoustic Analysis A bioacoustics analysis is excluded from the Noise Study noted in Task 67 The County per task

64 will perform the EFH However if the County requires assistance the Consultant can perform a

bioacoustics analysis if required

Task 7A -Public Outreach led by the Consultant

In this task it is assumed that the County prefers the Consultant to lead the public outreach effort

The goal of the subtasks listed below are to assist the County with informing the public about the

importance of the bridge replacement project identify the communitiesrsquo key issues and concerns

and provide information to the community on project status and design options for the proposed

bridge We will incorporate input from the public into the decision making process for design

aesthetics and location of the new bridge

7A1 - Facilitate Public Meetings

The consultant shall work closely with County staff to develop meeting agendas

presentations and meeting materials for one public outreach meeting and attend two of the

Sonoma County Board of Supervisorrsquos meetings The consultant shall coordinate and

facilitate the public meeting and keep notes that can be shared with the public after review

by County staff

Public Outreach Meetings ndash The County will prepare a database of potential stakeholders

Franz Creek Bridge Scope 27 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

and property owners (Refer to Task 72 of the Scope) It is anticipated that this project will

require (1) meeting directly with the individual property owners affected by the project

Since there are two property owners that are affected it is assumed that both meetings will

occur during the same day The meeting(s) will be held either on-site or at the County

offices The Consultant County and Public Outreach Staff will attend this meeting with

the property owner to explain the project answer questions take meeting notes and prepare

a summarization of the meeting notes

Sonoma County Board of Supervisor Meetings

The team will work with the County and attend one (1) One Board of Supervisor meeting

related to the project and take meeting notes as needed This will occur during the

Environmental Process

7A2 - Distribute Informational Materials to the Community

The consultant will work with County staff to develop and distribute

informationeducational materials as needed to the community to keep all stakeholders

informed of progress on the project

Informational Materials - Fact sheet and FAQrsquos will take 2-3 weeks to prepare review and

finalize with County and project team input Updates will take 1-2 days each

The consultant will develop information for posting on the County project website to

announce public meetings and show progress in project development We will also prepare

a project fact sheet and FAQs to communicate project information The factsheet and FAQs

will each be an 85 x 11 full color handout for use at public meetings and optimized for

posting on the project website Both will be updated twice during the project

ndash

7A3 - Media Relations

Assist the Countyrsquos public information officer with news releases media advisories or other

interactions with the media as needed

This task will be ongoing throughout the project with County and project team input News

releases and media advisories will take approximately 5 days each to prepare review and

distribute In an attempt to maintain positive coverage of the project the Consultant will

assist the Countyrsquos public information officer with news releases media advisories or other

interactions with the media as needed

Task 7A Deliverables

bull One (1) County Board of Supervisorrsquos meeting attend and prepare summary

bull Two (2) Property Owner Meetings attend and prepare summaries

bull Public Information Materials - initial fact sheet FAQ agendas presentation materials

(one PPT updated for the public meeting) exhibits sign in sheets comment cards

Task 810 ndash Retaining Wall Design

Along the southeast side of Franz Valley School Road at the bridge an approximate 70rsquo long

retaining wall may be required This wall will be a Caltrans Standard Plan type designed per the

corresponding Caltrans Standard plan or a pre-engineered wall type designed by the wall

Franz Creek Bridge Scope 28 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

manufacturer The wall height is unknown at this time

Task 12 - Construction Support Services

Up to 100 hours of construction support services is included in this scope Key members of the

Consultant design team will remain available to perform construction support services provided

they are still employed by Consultant

If additional services are required such services will be negotiated with the County at a future date

Common construction support services are described below

121 - Pre-construction Meeting

Key members of the consultant design team shall be available to attend the preconstruction meeting

with the successful construction contractor

122 - Consultant Site Visits

Key members of the consultant design team shall remain available to review shop drawings and

check falsework structural calculations review material submittals and Request for Information

(RFI) and visit the project site during construction if required Any observed defects or

deficiencies in the work shall immediately be brought to the attention of the Countys Resident

Engineer

Attachments

Attachment A ndash Plan Sheet List

Attachment B ndash Exhibits

Attachment C - Fee

Franz Creek Bridge Scope 29 2017-09-07

Details

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

PLAN SHEET LIST DISCIPLINE DESCRIPTION NUMBER OF

SHEETS

SUBMITTED WITH

C Title Sheet 1 35

C Typical Sections 3 35

C Survey Control Sheet 1 65

C Layout Plan (2 per alternative) 4 35

C Profile amp Superelevation

(2 per alternative)

4 35 (profile only)

C Removal Plans 2 65

C Construction Details 2 65

C Contour Grading 0 65

C Traffic HandlingStaged Construction Plans 6 65

C Pavement Delineation amp Signing Plan 2 65

C Drainage Plans amp Details (Stormwater Treatment) 2 65

C Rock Slope Protection Channel Work Plan and 3 65

C Water Pollution Control Plan and Details 2

C Erosion Control Plan amp Details 2 65

C Utility Plans 2 65

S General Plan 1 35

S Deck Contours 1 65

S Foundation Plan 1 35

S Abutment Layout 2 65

S Abutment Details 2 65

S Typical Section 1 35

S Slab Details 1 65

S Tubular Bicycle Railing 1 65

G Log of Test Borings 2 65

TOTAL 46

to be shown on Erosion Control Plan and Details sheets Will be used for estimating only (not part of plan set)

Summary by Discipline

C = Civil 34

S = Structural 10

G = Geotechnical 2

TOTAL 46 Franz Creek Bridge Scope 30 2017-09-07

Attachment A

EXHIBIT 10-H TRC ENGINEERS INC COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

MImbriani Project Manager - Key Personnel 162 $9300 $15066 Manager 0 $000 $0

TLambert Bridge Project Engineer - Key Personnel 220 $6721 $14786 JConklin Roadway Project Engineer - Key Personnel 361 $6601 $23797

Environmental Principal 0 $7788 $0 PChoi Environmental Manager (B3) - Key Personne 141 $6240 $8798 C Pinkerton Bridge Senior Engineer 84 $5332 $4479 G Armstrong Roadway Senior Engineer 114 $5724 $6525 B SchoppeA Bedal Engineer II 636 $4100 $26076 K NegoroN Hernande Engineer I 778 $3300 $25674 G Imbsen Eng CADD Supervisor 93 $5148 $4788 A Cardoza Eng CADD Technician 298 $3415 $10177 J Hull Eng Desktop Publisher 56 $3000 $1680 MaechlerHawthorne Eng AdmAssistant 44 $3000 $1320 W Broeking Environmental PlannerScientist II 0 $3894 $0 G Drosky Environmental PlannerScientist I 126 $2785 $3509

Senior ScientistBiologist (A1) 0 $5492 $0 E Biolsi Technical EditorFinancial Analyst 14 $3605 $505 J Hanzel-Durbin SeniorEngineer (B3) 7 $4710 $330 D Rathnayake SeniorEnvironmental Mgr (A3) 4 $8080 $323 -- 0 $000 $0

Escalation Factor 30 $4101

Total Direct Labor Costs 3138 $15193320 INDIRECT COSTS

Rate Total Fringe Benefits 4962 General Overhead 11040 Cost of Facilities Capital 000

Overhead 16002 $24312350 Total Indirect Costs $24312350

OTHER DIRECT COSTS Quantity Per Unit Total

Airfare (round trips) 0 $0000 $000 Mileage 2900 $0535 $155150 Lodging 0 $150000 $000 Per Diem 4 $46000 $18400 Car rental 0 $0000 $000 Miscellaneous Travel 0 $0000 $000 Mail 50 $054 $2675 Overnight mail 10 $1500 $15000 Copies (85x11) 500 $012 $6000 Copies (11x17) 1000 $200 $200000 Prints (22x34) 162 $300 $48600 Mylars (22x34) 81 $1200 $97200 Environmental EDR Report 1 $35000 $35000 Miscellaneous 50 $500 $2500 Visual Assessment Study 10 $000 $000

Total Other Costs $580525

FEE (Profit) 10 $3950567

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Shannon amp Wilson (inc Woodward Drilling DBE) 2 WRECO (DBE) 3 4 5 Cinquini and Passarino 6 NAL 7 Origer 8 Anchor QEA 9 Anchor QEA (Optional)

10 Shannon amp Wilson (Optional)

Basic $5916619 $5488634

$4531371 $176323

$1710917 $1157155

$18981019

TOTAL COST $63017781

EXHIBIT 10-H TRC ENGINEERS INC COST PROPOSAL - Optional SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

MImbriani Project Manager - Key Personnel 0 $9300 $0 Manager 0 $000 $0

TLambert Bridge Project Engineer - Key Personnel 40 $6721 $2688 JConklin Roadway Project Engineer - Key Personnel 33 $6601 $2178

Environmental Principal 0 $7788 $0 PChoi Environmental Manager (B3) - Key Personnel 0 $6240 $0 C Pinkerton Bridge Senior Engineer 36 $5332 $1920 G Armstrong Roadway Senior Engineer 16 $5724 $916 B SchoppeA Bedal Engineer II 222 $4100 $9102 K NegoroN Hernande Engineer I 216 $3300 $7128 G Imbsen Eng CADD Supervisor 14 $5148 $721 A Cardoza Eng CADD Technician 78 $3415 $2664 J Hull Eng Desktop Publisher 0 $3000 $0 MaechlerHawthorne Eng AdmAssistant 2 $3000 $60 W Broeking Environmental PlannerScientist II 0 $3894 $0 G Drosky Environmental PlannerScientist I 0 $2785 $0

Senior ScientistBiologist (A1) 0 $5492 $0 E Biolsi Technical EditorFinancial Analyst 0 $3605 $0 J Hanzel-Durbin SeniorEngineer (B3) 0 $4710 $0 D Rathnayake SeniorEnvironmental Mgr (A3) 0 $8080 $0 -- 0 $000 $0

Escalation Factor 30 $827

Total Direct Labor Costs 657 $2820328 INDIRECT COSTS

Rate Total Fringe Benefits 4962 General Overhead 11040 Cost of Facilities Capital 000

Overhead 16002 $4513089 Total Indirect Costs $4513089

OTHER DIRECT COSTS Quantity Per Unit Total

Airfare (round trips) 0 $0000 $0 Mileage 500 $0535 $268 Lodging 0 $150000 $0 Per Diem 2 $46000 $92 Car rental 0 $0000 $0 Miscellaneous Travel 0 $0000 $0 Mail 10 $054 $5 Overnight mail 0 $1500 $0 Copies (85x11) 100 $012 $12 Copies (11x17) 100 $200 $200 Prints (22x34) 5 $300 $15 Mylars (22x34) 5 $1200 $60 Environmental EDR Report 0 $35000 $0 Miscellaneous 50 $500 $25

Total Other Costs $67685

FEE (Profit) 10 $733342

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Shannon amp Wilson (inc Woodward Drilling DBE) 2 WRECO (DBE) 3 Circlepoint (Optional) 4 0 5 Cinquini and Passarino 6 NAL 7 Origer 8 Anchor QEA 9 Anchor QEA (Optional)

10 Shannon amp Wilson (Optional)

Optional Basic

$2652981

$84440 $2654490

$5391912

TOTAL COST $13526355

TRC ENGINEERS 080416 Project

BASIC SERVICES - DESIGN FEE ESTIMATE WORKSHEET Increase

Sub administration

Current Date

Expenses Description

Amount DBE

358

717

1075

205

Total DBE including Supplemental)

205

$18981019

$580525

$63017781

$4531371

Subconsultants

Expenses

Total

$18981019

$1710917

$5391912

Total $76544136

$43456237Labor

Car rental

Proposal Date

$0

$184

$0

Sonoma County

Replacement of the Franz Creek Bridge

Bridge No 20C0326 County No C14007

Travel Name

NAL $176323

Basic Services

$5916619Shannon amp Wilson (inc Woodward Drilling DBE)

Miscellaneous Travel

Cinquini and Passarino

Subconsultants (Labor + ODC)

Anchor QEA

Airfare (round trips)

Mileage

Lodging

Per Diem

Total Basic Services

$0

Origer

$0

$1177

Other Direct Costs

Subconsultants Admin Costs

Travel Subtotal

Total Supplemental Services

$1736

$4070

$0

Shannon amp Wilson (Optional)

Optional Services

Total

ODC Subtotal

$5805

$4070

$2654490

$1157155

$84440

P2016-33

WRECO (DBE)

00

03-Oct-17

00

$5488634 Total Fee Estimate (wescalation)

Environmental Mileage $375

1280

Total Basic + Supplemental Fee Estimate Basic Services $63017781

Optional Services $8066759

Subconsultants Optional $5391912 $2652981

Anchor QEA (Optional)

Expenses $67685Circlepoint (Optional)

1032017

2017_10_03_Franz Creek Fee_RevisedTotals with Expenses

BASIC SERVICES ESCALATION CALCULATION

Employee Actual

Employe e Rate

Hours on Project

of Project

Weighted Portion of

Rate Project Manager - Key Personnel 9300$ 162 516 $480 Manager -$ 0 000 $000 Bridge Project Engineer - Key Pers 6721$ 220 701 $471 Roadway Project Engineer - Key P 6601$ 361 1149 $758 Environmental Principal 7788$ 0 000 $000 Environmental Manager (B3) - Key 6240$ 141 449 $280 Bridge Senior Engineer 5332$ 84 268 $143 Roadway Senior Engineer 5724$ 114 363 $208 Engineer II 4100$ 636 2027 $831 Engineer I 3300$ 778 2480 $818 Eng CADD Supervisor 5148$ 93 296 $153 Eng CADD Technician 3415$ 298 950 $324 Eng Desktop Publisher 3000$ 56 178 $054 Eng AdmAssistant 3000$ 44 140 $042 Environmental PlannerScientist II 3894$ 0 000 $000 Environmental PlannerScientist I 2785$ 126 402 $112 Senior ScientistBiologist (A1) 5492$ 0 000 $000 Technical EditorFinancial Analyst 3605$ 14 045 $016 SeniorEngineer (B3) 4710$ 7 022 $011 SeniorEnvironmental Mgr (A3) 8080$ 4 013 $010

-$ 0 000 $000 3138 10000 $4712 TRC ave rate March 2017

Year Est hours spent per

year

Est spent per

year

Unescalated Ave Rate Escalation Escalated

Ave Rate

Total Unescalated

Labor

Total Escalated

Labor

Escalated Labor by

Year Sept 2017 to December 2017 Design 500 1594 $4712 Jan 2018 to December 2018 Design 1322 4214 $4712 20 $4806 $62290 $63536 $1246 Jan 2019 to December 2019 Design 1322 4214 $4712 20 $4902 $62290 $64806 $2517 Jan 2020 to December 2020 Const 50 159 $4712 20 $5000 $2356 $2500 $144 Jan 2021 to December 2021 Const 50 159 $4712 20 $5100 $2356 $2550 $194

3244 103 $129292 $133392 $4101

Difference between Unescalated Labor and Escalated Labor

TRC ENGINEERS FEE ESTIMATE WORKSHEET Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

Travel From Rancho Cordova To Santa Rosa CA (110 mi) of people 2 of days 2 of nights 0 of trips 14

Rate Airfare (round trips) x trips x people = $000 Mileage $0535 x 220 miles x 10 trips = $117700 Lodging $15000 x 0 nights x 2 people = $000 Per Diem $4600 x 2 days x 2 people = $18400 Car rental x days x people = $000 Miscellaneous Travel x units x units = $000 Environmental Mileage $0535 700 $37450 Total Travel $173550

ODCs Rate

Mail $0535 50 $1500 10

$012 500 $200 1000 $300 162

$1200 81 $35000 1

$500 5 1

x pieces = Overnight mail x pieces = Copies (85x11) x copies = Copies (11x17) x prints = Prints (22x34) x prints = Mylars (22x34) x prints = Environmental EDR Report x = Miscellaneous x units = Visual Assessment Study Total ODCs

Total Travel and ODCs

$2675 $15000

$6000 $200000

$48600 $97200 $35000

$2500 $000

$406975

$580525

2017_10_03_Franz Creek Fee_RevisedExpenses Worksheet 1032017

080416

412017

ProjectSonoma County TRC Design Proposal Date P2016-33Replacement of the Franz Creek Bridge DESIGN FEE ESTIMATE WORKSHEET Start Date

Bridge No 20C0326 County No C14007 End Date

LABOR

Task Description anager - Key Personn

Project

Manager ngineer - Key Personn

Bridge Project

ngineer - Key Personn

Roadway Project

Principal

Environmental

ager (B3) - Key Perso

Environmental Bridge Senior

Engineer Engineer

Roadway Senior

II

Engineer Engineer

I

Eng CADD

Supervisor Technician

Eng CADD

Publisher

Eng Desktop

Assistant

Eng Adm

PlannerScientist II

Environmental

PlannerScientist I

Environmental

Biologist (A1)

Senior Scientist

Financial Analyst

Technical Editor

Engineer (B3)

Senior

nvironmental Mgr (A3

Senior Total

Hours

Total

$

MImbriani TLambert JConklin PChoi C Pinkerton G Armstrong B SchoppeA Bedal NegoroN Hernande G Imbsen A Cardoza J Hull MaechlerHawthorne W Broeking G Drosky E Biolsi J Hanzel-Durbin D Rathnayake --

Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Task 1 Project Management Task 11 Project kickoff Meeting 8 8 8 4 28 $1930 Task 12 ProjectStaff Management 40 24 30 16 16 126 $8497 Task 13 Meetings 58 32 68 20 178 $12633 Task 14 Work Progress Form 24 12 24 24 84 $5343 Task 2 Preliminary Engineering Task 2A Alignment Engineering Task 2A1 Assess Available Information 4 4 10 8 26 $1156 Task 2A2 Alignment Alternatives Analysis 16 32 40 2 90 $3748 Task 2B Preliminary Structure Engineering and 35 Design Task 2B1 Bridge Type Selection Report Preparation (DraftFinal) 4 4 28 12 3 12 4 4 71 $2830 Task 2B2 Prepare 35 Design Plans 4 1 4 1 32 36 8 28 114 $4473 Task 2B3 General Plan Cost Estimate 2 1 4 1 4 24 2 38 $1487 Task 2C Utility Coordination Task 2C1 Utility Letters Task 2C11 Prepare A Letters and Plans 05 8 4 4 4 205 $924 Task 2C12 Compile Utility information into Utility Drawing 8 8 16 32 $1314 Task 2C13 Prepare B Letters and Plans 05 8 6 8 6 285 $1206 Task 2C14 Utilities begin Relocation Design Task 2C15 Prepare C Letters and Plans 05 8 8 8 8 325 $1356 Task 2C16 Utilities begin Relocation Construction 2 2 $60 Task 2C2 Utility Company Coordination 12 80 24 116 $6163 Task 2C3 Develop Utility Relocation Plans 1 16 30 47 $1712 Task 2C4 Utility Relocation Cost Estimates 1 16 4 21 $854 Task 3 SurveyingMappingROW Engineering Task 31 Topographic Survey Task 32 Right-of-Way (ROW) Task 321 Boundary Surveys Task 322 Appraisal Mapping - Task Deleted Task 33 Title Reports Task 34 Legal Descriptions 2 4 16 22 $824 Task 35 Creek Cross Sections for Hydraulic Analysis Task 36 Survey Control Sheet Task 4 Geotechnical Engineering Task 41 Preliminary Foundation Memo (PFM) Task 42 Planning amp Permitting Task 43 Traffic Control Task 44 Geologic Reconnaissance Task 45 Laboratory Testing Task 46 Engineering and Geologic Analyses Task 47 Prepare Draft Geotechnical Report 4 8 12 $597 Task 48 Prepare Final Geotechnical Report 2 6 8 $380 Task 5 Hydrology and Hydraulics Task 51 Data Collection and Site Review 4 4 8 $433 Task 52 Hydraulics Analyses 8 8 16 $856 Task 53 Documentation Task 54 Scour Analyses Task 55 Design Hydrology and Hydraulics Reports and Studies Task 551 Design Hydrology and Hydraulics Report Task 5511 Draft Design Hydrology and Hydraulics Report 4 1 4 9 $499 Task 5512 Final Design Hydrology and Hydraulics Report 2 1 4 7 $364 Task 552 Location Hydraulic Study Task 5521 Draft Location Hydraulic Study 4 1 4 9 $499 Task 5522 Final Location Hydraulic Study 2 1 4 7 $364 Task 56 Dry Weather Flow and Bypass Task 6 Environmental Task 601 Environmental Project Management 60 60 $3744 Task 602 Environmental Conf CallsCoordinationMeetings 24 30 54 $3456 Task 603 Environmental Engineering Support 24 24 24 72 $3360 Task 6031 Assist the County with preparation of NEPACEQA documents 4 4 $269 Task 6032 Identify issues that must be addressed in the design 2 8 4 2 24 40 $1750 Task 6033 Prepare Equipment Staging Technical Memo 2 1 4 8 4 19 $874 Task 6034 Prepare Right of Way Technical Memo 1 8 9 $394 Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA 1 3 50 4 2 60 $1996 Task 612 Revised ISA 1 1 10 2 1 15 $582 Task 613 Final ISA 1 8 1 1 11 $413 Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations 1 4 40 24 40 8 117 $4597 Task 622 Revised VIA and Visual Simulations 1 2 10 4 17 $614 Task 623 Final VIA and Visual Simulations 2 8 2 12 $420 Task 63 Cultural Resources (Includes Developing APE map) 1 2 3 $191 Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER 1 6 7 $440 Task 6312 Revised HRER 1 4 5 $316 Task 6313 Final HRER 2 2 $125 Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR 1 4 5 $316

2017_10_03_Franz Creek Fee_RevisedTRC Design 1032017

Task 6322 Revised ASR 1 2 3 $191 Task 6323 Final ASR 2 2 $125 Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR 1 4 5 $316 Task 6332 Revised HPSR 1 2 3 $191 Task 6333 Final HPSR 2 2 $125 Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise 1 1 $66 Task 672 Revise Noise 1 1 $66 Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR 1 8 9 $565 Task 682 Revise WQAR 1 1 $66 Task 683 Final WQAR Task 7 Public Outreach Task 71 Public Outreach Meetings (2 meetings1 day) 8 8 $528 Task 72 Sonoma County Board of Supervisor Meetings (1 total) 8 8 16 $1272 Task 8 65 PSampE Task 81 BridgeStructural Design Development 20 8 140 24 112 4 4 312 $12811 Task 82 Bridge Approach Roadways Task 821 Roadway Civil Design 8 16 50 74 $2834 Task 822 Traffic Design 4 16 20 $692 Task 83 Channel Protection Design Task 84 Stormwater Pollution Prevention Plan 4 8 12 $428 Task 85 Erosion Control Plans 4 8 12 $428 Task 86 Engineering Support to the Permit Process 1 4 12 8 4 29 $1156 Task 87 Cost Estimate amp Specifications 2 4 18 36 60 $2274 Task 88 Contract Drawings - Prepare Submittal 4 4 8 2 2 8 2 2 32 $1372 Task 89 QCQA 8 8 4 20 $1404 Task 9 95 PSampE Task 91 Address County Comments 2 4 18 8 4 36 $1470 Task 92 Complete Design and Bid Documents 4 8 4 24 48 12 72 4 4 180 $6895 Task 93 Independent Design Check 8 8 24 120 160 $5908 Task 94 Cost Estimate amp Specifications 40 36 8 56 76 216 $10295 Task 95 Perform 95 QCQA 16 8 24 $2016 Task 10 Final -100 PSampE Task 101 Address County Comments 2 4 4 24 2 36 $1364 Task 102 Finalize Documents 2 4 2 16 48 4 24 2 2 104 $3891 Task 103 Prepare Final Deliverables 1 2 2 8 16 2 2 33 $1282 Task 104 Federal Funding Assistance 8 8 $528 Task 11 Pre-Construction Engineering Services Task 111 Pre-Bid Meeting 4 4 8 $533 Task 112 Respond to Bidder Inquiries 4 4 4 8 8 28 $1338 Task 113 Prepare Addenda 2 4 4 4 14 $776 Task 114 Assist in Evaluating Bids 4 4 $269 Supp Supplemental Services Task 2C5 Utility Potholing 4 8 16 16 44 $1906 Task 49 Geotechnical Retaining Wall Investigation and Analysis 4 8 12 $592 Task 69 Noise - Bioacoustic Analysis 1 1 $66 Task 7A Public Outreach led by the Consultant Task 7A1 Facilitate Public Meetings Task 7A2 Distribute Informational Materials to the Community Task 7A3 Media Relations Task 810 Retaining Wall Design 24 8 24 8 168 184 12 72 500 $19915 Task 12 Construction Support Services Task 121 Pre-Construction Meeting 4 4 8 $533 Task 122 Construction Site Visits 12 12 12 30 16 2 6 2 92 $4364

Hrs 162 Hrs Hrs 220 Hrs 361 Hrs Hrs 141 Hrs 84 Hrs 114 Hrs 636 Hrs 778 Hrs 93 Hrs 298 Hrs 56 Hrs 44 Hrs Hrs 126 Hrs Hrs 14 Hrs 7 Hrs 4 Hrs 3138 $147832 Rate 930 Rate Rate 672 Rate 660 Rate 779 Rate 624 Rate 533 Rate 572 Rate 410 Rate 330 Rate 515 Rate 342 Rate 300 Rate 300 Rate 389 Rate 279 Rate 549 Rate 361 Rate 471 Rate 808 Rate

FeeClassification 15066 14786 23797 8798 4479 6525 26076 25674 4788 10177 1680 1320 3509 505 330 323 3138 $147832 of Total HoursClassification 5 7 11 4 3 4 20 25 3 9 2 1 4 0 0 0 100

2017_10_03_Franz Creek Fee_RevisedTRC Design 1032017

Attachment to TRC Engineers Inc Exhibit 10‐K

Sonoma County ‐ Replacement of the Franz Creek Bridge 20C0326

Contract Value Basic

Firm Name Person(s) e‐mail Nal Paula Lee paulanal1com $176323

Anchor QEA Nick Duffort Katie Chamberlin

nduffortanchorqeacom kchamberlinanchorqeacom $1157155

Cinquini Jim Dickey jdickeycinquinipassarinocom $4531371 Origer Janine Origer janineorigercom $1710917 Shannon and Wilson Martin Mcllroy MWMshanwilcom $5916619 Wreco Han Bin Liang hanbin_liangwrecocom $5488634 TOTAL SUBCONSULTANTS $18981019

Attachment B

Shannon amp Wilson (inc Woodward Drilling DBE) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee

Bob Mitchell Scott Gaulke Debanik Chaudri Martin McIlroy Ben Aldridge Robert Leaf Sandy Cotrell Lori Nelson

Function

Vice President 1 - Key Personnel Vice President 4 Sr Associate 2 Associate 3 - Key Personnel Professional III 5 Professional II 6 Sr Tech Services 7 Sr Office Services 8 Escalation Factor

Hours

8 0

16 51 0

96 14 8

Hourly Rate

6289 6695 6439 6130 3064 2719 3380 3695

Total

$50312 $000

$103024 $312630

$000 $261024 $47326 $29560 $24116

$803876 $24116

Total Direct Labor Costs 193 $827992 INDIRECT COSTS

Rate Total Fringe Benefits 8640 General Overhead 10387 Cost of Facilities Capital 000

Overhead 19027 $1575421 Total Indirect Costs $1575421

OTHER DIRECT COSTS Item Description Seismic Timer NOA Testing (1 CARB 435 and 1 TEM) Survey Equipment Environmental Data Report County PRMD Permit and Inspection fees County Encroachment Permit (No Fee and No Bond) Mileage Traffic Control (DBE - Traffic Pros) Per Diem (Preliminary and Design Phases) Overnight Mail Laboratory Testing Geotechnical

Quantity 0

1

3 1

540 2 3 1 1

Per Unit $500000 $655000 $100000 $400000 $325000

$0000 $0535

$3250000 $200000 $25000

$3340000

Total $0 $0

$100 $0

$975 $0

$289 $6500 $600 $25

$3340

$0 $0

$11829

FEE (Profit) 10 $240341

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Geotechnical Drilling (Woodward Drilling -- DBE) 2 Certified Asbestos Consultant

$20900

$2090000

TOTAL COST $5916619

Sonoma County Shannon amp Wilson (inc Woodward Drillin Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Vice President

4 Vice President

2 Sr Associate

3 - Key Personnel Associate

5 Professional III Professional II

6 Sr Tech Services

7 Sr Office Services

8 Total Hours

Total $

Hours Bob Mitchell

Hours Scott Gaulke

Hours Debanik Chaudri

Hours Martin McIlroy

Hours Ben Aldridge

Hours Robert Leaf

Hours Sandy Cotrell

Hours Lori Nelson

Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 41 Preliminary Foundation Memo (PFM) 1 4 8 12 2 2 29 $1279 Task 42 Planning amp Permitting 12 12 $326 Task 43 Traffic Control Task 44 Geologic Reconnaissance 1 2 40 43 $1273 Task 45 Laboratory Testing 2 2 4 8 $357 Task 46 Engineering and Geologic Analyses 1 6 8 16 31 $1375 Task 47 Prepare Draft Geotechnical Report 2 4 23 6 10 2 47 $2368 Task 48 Prepare Final Geotechnical Report 1 2 8 6 2 4 23 $1061 Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services Task 121 Pre-Construction Meeting Task 122 Construction Site Visits

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 16 51 96 14 8 193 $803876 6289 6695 6439 6130 3064 2719 3380 3695

503 - 1030 3126 - 2610 473 296 - 193 $8039 4 8 26 50 7 4 100

1032017

2017_10_03_Franz Creek Fee_RevisedSub 1

Shannon amp Wilson (inc Woodward Drilling DBE) COST PROPOSAL - OPTIONAL SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Bob Mitchell Vice President 1 - Key Personnel 2 6289 $12578 Scott Gaulke Vice President 4 0 6695 $000 Debanik Chaudri Sr Associate 2 2 6439 $12878 Martin McIlroy Associate 3 - Key Personnel 8 6130 $49040 Ben Aldridge Professional III 5 33 3064 $101120 Robert Leaf Professional II 6 24 2719 $65256 Sandy Cotrell Sr Tech Services 7 3 3380 $10141 Lori Nelson Sr Office Services 8 3 3695 $11085 $262099

Escalation Factor $7829 $7829

Total Direct Labor Costs 75 $269927 INDIRECT COSTS

Rate Total Fringe Benefits 8640 General Overhead 10387 Cost of Facilities Capital 000

Overhead 19027 $513590 Total Indirect Costs $513590

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Seismic Timer $500000 $000 NOA Testing (1 CARB 435 and 1 TEM) $655000 $000 Survey Equipment 1 $100000 $10000 Environmental Data Report $400000 $000 County PRMD Permit and Inspection fees 1 $325000 $32500 County Encroachment Permit (No Fee and No Bond) $0000 $000 Mileage 230 $0535 $12321 Traffic Control (DBE - Traffic Pros) 2 $3250000 $650000 Per Diem (Preliminary and Design Phases) 2 $200000 $40000 Overnight Mail 0 $25000 $000 Laboratory Testing Geotechnical 1 $1260000 $126000 Laboratory Testing Analytical (DBE - Sparger Technology) $1750000 $000

$8708

FEE (Profit) 10 $78352

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Geotechnical Drilling (Woodward Drilling -- DBE) $9218 2 Certified Asbestos Consultant (NAL - DBE)

$921800

TOTAL COST $2654490

Sonoma County Shannon amp Wilson (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Vice President

4 Vice President

2 Sr Associate Associate

3 Professional III

5 Professional II

6 Sr Tech Services

7 Sr Office Services

8 Total Hours

Total $

Hours Bob Mitchell

Hours Scott Gaulke

Hours Debanik Chaudri

Hours Martin McIlroy

Hours Ben Aldridge

Hours Robert Leaf

Hours Sandy Cotrell

Hours Lori Nelson

Hours 0 $0

Task 2 Preliminary Engineering 0 $0 Task 3 SurveyingMappingROW Engineering 0 $0 Task 4 Geotechnical Engineering 0 $0 Task 41 Preliminary Foundation Memo (PFM) 0 $0 Task 42 Planning amp Permitting 10 10 $277 Task 43 Traffic Control 0 $0 Task 44 Geologic Reconnaissance 2 28 30 $982 Task 45 Laboratory Testing 0 $0 Task 46 Engineering and Geologic Analyses 1 1 4 5 12 23 $861 Task 47 Prepare Draft Geotechnical Report 1 2 2 1 6 $222 Task 48 Prepare Final Geotechnical Report 1 1 1 1 2 6 $298 Task 5 Hydrology and Hydraulics 0 $0 Task 6 Environmental 0 $0 Task 7 Public Outreach 0 $0 Task 8 65 PSampE 0 $0 Task 9 95 PSampE 0 $0 Task 10 Final -100 PSampE 0 $0 Task 11 Pre-Construction Engineering Services 0 $0 Task 12 Construction Support Services 0 $0

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

2 0 2 8 33 24 3 3 0 75 $264045 6289 6695 6502 6190 3064 2773 3380 3713

126 - 130 495 1011 666 101 111 - 75 $2640 3 0 3 11 44 32 4 4 0 100

Attachment C

WRECO (DBE) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours Hourly Rate Total

H Liang A Ochoa TBD TBD TBD TBD TBD

Principal Engineer - Key Personnel Supervising Engineer Senior Engineer Associate Engineer Staff Engineer Senior Technician Clerical Tech Editor

16 4

68 188 128 28 6

9351 7731 6487 4327 3361 2942 2500

$1496 $309

$4411 $8135 $4302 $824 $150

INDIRECT COSTS Total Direct Labor Costs 438 $1962716

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS

Rate 7195 4010 2810 14015

Total

$2750746 $2750746

Item Description Travel and Per Diem Reproductions Overnight Delivery

Quantity 632 50 4

Per Unit $0535

$50000 $50000

Total $33825

$250000 $20000

$303825

FEE (Profit) 10 $471346

$000

TOTAL COST $5488634

Sonoma County WRECO (DBE) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description ngineer - Key Person Principal

Engineer Supervising

Engineer Senior

Engineer Associate

Engineer Staff

Technician Senior

Tech Editor Clerical Total

Hours Total

$

Hours H Liang

Hours A Ochoa

Hours TBD

Hours TBD

Hours TBD

Hours TBD

Hours TBD

Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 51 Data Collection and Site Review 1 8 8 17 $959 Task 52 Hydraulics Analyses 1 4 8 16 2 31 $1296 Task 53 Documentation 1 8 12 8 29 $1401 Task 54 Scour Analyses 1 4 8 8 21 $968 Task 55 Design Hydrology and Hydraulics Reports and Studies Task 551 Design Hydrology and Hydraulics Report Task 5511 Draft Design Hydrology and Hydraulics Report 2 4 8 16 1 31 $1355 Task 5512 Final Design Hydrology and Hydraulics Report 1 2 6 8 1 18 $777 Task 552 Location Hydraulic Study Task 5521 Draft Location Hydraulic Study 1 4 10 4 1 20 $945 Task 5522 Final Location Hydraulic Study 1 2 4 2 1 10 $489 Task 56 Dry Weather Flow and Bypass 1 4 12 4 2 23 $1066 Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER Task 6312 Revised HRER Task 6313 Final HRER Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR Task 6322 Revised ASR Task 6323 Final ASR Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise Task 672 Revise Noise Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR 05 2 4 24 20 1 515 $2197 Task 682 Revise WQAR 05 1 1 12 8 05 23 $990 Task 683 Final WQAR 1 1 4 4 05 105 $462 Task 7 Public Outreach Task 8 65 PSampE Task 81 BridgeStructural Design Development Task 82 Bridge Approach Roadways Task 821 Roadway Civil Design Task 822 Traffic Design Task 83 Channel Protection Design 1 8 24 12 12 57 $2407 Task 84 Stormwater Pollution Prevention Plan Task 85 Erosion Control Plans Task 86 Engineering Support to the Permit Process Task 87 Cost Estimate amp Specifications 05 2 8 4 145 $657 Task 88 Contract Drawings - Prepare Submittal Task 89 QCQA Task 9 95 PSampE Task 91 Address County Comments 05 1 4 55 $285 Task 92 Complete Design and Bid Documents 1 4 16 8 8 37 $1550 Task 93 Independent Design Check Task 94 Cost Estimate amp Specifications 05 2 6 2 105 $503 Task 95 Perform 95 QCQA Task 10 Final -100 PSampE Task 101 Address County Comments 1 1 2 4 $245 Task 102 Finalize Documents 05 4 12 4 4 245 $1078 Task 103 Prepare Final Deliverables Task 104 Federal Funding Assistance Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

16 4 68 188 128 28 6 438 $19627 $9351 $7731 $6487 $4327 $3361 $2942 $2500

1496 309 4411 8135 4302 824 150 - - 438 $19627 4 1 16 43 29 6 1 100

Notes

1032017

2017_10_03_Franz Creek Fee_RevisedSub 2

Attachment D

Circlepoint (Optional) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Germano Title Project Mgr 12 6250 $75000 Pham Title Sr Associate 56 3466 $194096 Morales Title Coordinator 59 2765 $163135 Seward Title Sr Art Director 6 5300 $31800 Nelson Title Sr Web Designer 0 3724 $000 Krager Title Sr Graphic Design 8 3628 $29024 Sonne Title WebGraphic Design 32 3300 $105600

Escalation Factor $188

Total Direct Labor Costs 173 $617503 INDIRECT COSTS

Rate Total Fringe Benefits 5932 General Overhead 12840 Cost of Facilities Capital 000

Overhead 18772 $1159177 Total Indirect Costs $1159177

OTHER DIRECT COSTS Item Description Quantity Per Unit Total

Mileage 1296 $0535 $69300 Reproduction 1 $350000 $350000 Display Ads 1 $100000 $100000 Exhibit Boards 12 $12000 $144000 Room Rentals 1 $33333 $33333 Online Survey 1 $2000 $2000

$698633

FEE (Profit) 10 $177668

TOTAL COST $2652981

Sonoma County Circlepoint (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Title

Project Mgr Title

Sr Associate Title

Coordinator Title

Sr Art Director Title

Sr Web Designer Title

Sr Graphic Design Title

WebGraphic Design Total Hours

Total $

Hours Germano

Hours Pham

Hours Morales

Hours Seward

Hours Nelson

Hours Krager

Hours Sonne

Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 71 Public Outreach Meetings (2 meetings1 day) 5 20 24 4 4 20 77 $2686 Task 72 Sonoma County Board of Supervisor Meetings (1 total) 6 6 $208

4 15 20 2 4 12 57 $1970 3 15 15 33 $1122

Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

12 56 59 6 8 32 173 $5987 625 347 277 530 372 363 330

75000 194096 163135 31800 29024 105600 - - 173 $5987 7 32 34 3 5 18 100

Notes

56

1032017

2017_10_03_Franz Creek Fee_RevisedSub 3

Attachment E

Cinquini and Passarino COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

0 Principal Professional Land Surveyor 1 - Key Personn 26 6500 $1690 0 Professional Land Surveyor 2 88 5250 $4620 0 Staff Surveyor 3 24 3200 $768 0 Cad Technician 4 56 3100 $1736 0 1 Person Crew 5 0 3975 $0 0 2 Person Crew 6 78 7250 $5655 0 3 Person Crew 7 0 10531 $0 0 Office Manager 8 0 3245 $0 0 Admin Staff 9 0 2448 $0 0 Staff Surveyor 10 0 000 $0

Total Direct Labor Costs 272 $1446900 INDIRECT COSTS

Rate Total Fringe Benefits 7249 General Overhead 8897 Cost of Facilities Capital 000

Overhead 16146 $2336165 Total Indirect Costs $2336165

OTHER DIRECT COSTS Item Description Quantity Per Unit Total

1 Title Reports 4 $750000 $3000 2 Record of Survey 1 $700000 $700

$3700

FEE (Profit) 10 $378306

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 2

$000

TOTAL COST $4531371

Sonoma County Cinquini and Passarino Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel l Professional Land S

2 fessional Land Surve

3 Staff Surveyor

4 Cad Technician

5 1 Person Crew

6 2 Person Crew 3 Person Crew

7 Office Manager

8 Admin Staff

9 Staff Surveyor

10 ncipal Prof Land Surve

11 Total Hours

Total $

Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 31 Topographic Survey 6 16 40 30 92 $4645 Task 32 Right-of-Way (ROW) 8 32 8 24 72 $4196 Task 321 Boundary Surveys Task 322 Appraisal Mapping - Task Deleted Task 33 Title Reports 4 4 $210 Task 34 Legal Descriptions 10 24 16 50 $2422 Task 35 Creek Cross Sections for Hydraulic Analysis 6 8 24 38 $2303 Task 36 Survey Control Sheet 2 6 8 16 $693 Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

26 88 24 56 78 272 $14469 650 525 320 310 398 725 1053 325 245 1690 4620 768 1736 - 5655 - - - - - 272 $14469

10 32 9 21 29 100

1032017

2017_10_03_Franz Creek Fee_RevisedSub 5

Attachment F

NAL COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

De Arcos Senior Envir Consultant 1 8000 $80 Lee Envir Consultant - Key Personnel 8 7500 $600 Scott Technician I 3 6000 $180 Hall Office Support 4 3000 $120

0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0

Total Direct Labor Costs 16 $98000 INDIRECT COSTS

Rate Total Fringe Benefits 1500 General Overhead 2000 Cost of Facilities Capital 009

Overhead 3509 $34388 Total Indirect Costs $34388

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Mileage (one field visit and two project meetings in Santa Rosa) 256 $0535 $137 Data Collection (up to five intersections) 10 $17000 $170

$307

FEE (Profit) 10 $13239

$000

TOTAL COST $176323

Sonoma County NAL Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task Description Envir Consultant Senior Envir Consultant -

Key Personnel Technician I Office Support Total Hours

Total $

De Arcos Lee Scott HallHours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours

Task 1 Project Management Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 61 Initial Site Assessment (ISA) 5 3 8 $555 Task 611 Draft ISA 1 3 4 $170 Task 612 Revised ISA 2 05 25 $165 Task 613 Final ISA 1 05 15 $90 Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

1 8 3 4

- - - - - - - - -

16 800 750 600 300

16 $98080 600 180 120 6 50 19 25 100

Notes

1032017

2017_10_03_Franz Creek Fee_RevisedSub 6

Attachment G

Origer COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours Hourly Rate Total

Janine Origer Vicki Beard

Principal Investgator 1 - Key Personnel Architectural Historian 2 Staff

60 122

0

2800 2800 1800

$1680 $3416

$0

Total Direct Labor Costs INDIRECT COSTS

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS Item Description mileage Northwest Inform Hourly access fee Copies per page fee for paper or digital copies Historical societ Research fees

182

Quantity 40

1

Rate 9000 11300

005 20305

Per Unit $0535

$100000 $0150

$100000

Total

$1034743

Total $21 $100

$0 $0

$509600

$1034743

$121

FEE (Profit) 10 $154434

TOTAL COST $1710917

Sonoma County Origer Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Principal InvestgatorA

2 rchitectural Historian Staff Total

Hours Total

$

Hours Janine Origer

Hours Vicki Beard

Hours Hours Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) 12 102 114 $3192 Task 631 Historic Resources Evaluation Report (HRER) 16 16 $448 Task 6311 Draft HRER 4 4 $112 Task 6312 Revised HRER Task 6313 Final HRER 32 32 $896 Task 632 Archaeological Survey Report (ASR) 4 4 $112 Task 6321 Draft ASR 2 2 $56 Task 6322 Revised ASR Task 6323 Final ASR 6 6 $168 Task 633 Historic Properties Survey Report (HPSR) 2 2 $56 Task 6331 Draft HPSR 2 2 $56 Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise Task 672 Revise Noise Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR Task 682 Revise WQAR Task 683 Final WQAR Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

60 122 182 280 280 180 1680 3416 - - - - - - - 182 $5096

33 67 100 Notes

2017_10_03_Franz Creek Fee_RevisedSub 7

1032017

Attachment H

Anchor QEA COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Josh Burnam Managing Partner 8 $9010 $721 Katie Chamberlin Project Manager - Key Personnel 6 $5600 $336 Nick Duffort Senior PlannerBiologist - Key Personnel 66 $3800 $2508 Jordan Theyel Editor 14 $2480 $347

0 0 $000 $0 0 0 $000 $0

Total Direct Labor Costs 94 $391200 INDIRECT COSTS

Rate Total Fringe Benefits 9354 General Overhead 7297 Cost of Facilities Capital 018

Overhead 16669 $652091 Total Indirect Costs $652091

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Hotel $200000 $0 Travel 178 $0535 $95

$95

FEE (Profit) 10 $104329

TOTAL COST $1157155

Sonoma County Anchor QEA Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Managing Partner t Manager - Key PernnerBiologist - Key Editor Total Hours

Total $

Hours Josh Burnam

Hours Katie Chamberlin

Hours Nick Duffort

Hours Jordan Theyel

Hours Hours Hours Hours Hours

Task 11 Project kickoff Meeting Task 12 ProjectStaff Management Task 13 Meetings Task 14 Work Progress Form Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER Task 6312 Revised HRER Task 6313 Final HRER Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR Task 6322 Revised ASR Task 6323 Final ASR Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise 20 20 $760 Task 671 Draft Noise 6 4 34 10 54 $2305 Task 672 Revise Noise Task 673 Final Noise 2 2 12 4 20 $847 Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR Task 682 Revise WQAR Task 683 Final WQAR Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 6 66 14 94 $9010 $5600 $3800 $2480

721 336 2508 347 - - - - - 94 $3912 9 6 70 15 100

Notes

2017_10_03_Franz Creek Fee_RevisedSub 8

1032017

Anchor QEA (Optional) COST PROPOSAL - OPTIONAL SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours

Josh Burnam Managing Partner 0 Katie Chamberlin Project Manager - Key Personnel 0 Nick Duffort Senior PlannerBiologist - Key Personne 8 Jordan Theyel Editor 0

0 0 0 0

Total Direct Labor Costs 8 INDIRECT COSTS

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS Item Description Quantity Hotel Travel

Hourly Rate

90 $5599 $3598 $2403 $000 $000

Rate 9354 7297 018 16669

Per Unit $235000

$0535

Total

$0 $0

$288 $0 $0 $0

Total

$47980

Total $0 $0

$28784

$47980

$0

FEE (Profit) 10 $7676

TOTAL COST $84440

Sonoma County Anchor QEA (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Managing Partner t Manager - Key PernnerBiologist - Key Editor Total Hours

Total $

Hours Josh Burnam

Hours Katie Chamberlin

Hours Nick Duffort

Hours Jordan Theyel

Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 67 Noise Task 671 Draft Noise 8 8 $288 Task 672 Revise Noise Task 673 Final Noise Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 8 9005 5599 3598 2403

- - 288 - - - - - - 8 $288 100 100

Notes

2017_10_03_Franz Creek Fee_RevisedSub 8-Optional

1032017

EXHIBIT B- Insurance Requirements

With respect to performance of work under this Agreement Consultant shall maintain and shall require all of its subcontractors consultants and other agents to maintain insurance as described below unless such insurance has been expressly waived by the attachment of a Waiver of Insurance Requirements Any requirement for insurance to be maintained after completion of the work shall survive this Agreement

County reserves the right to review any and all of the required insurance policies andor endorsements but has no obligation to do so Failure to demand evidence of full compliance with the insurance requirements set forth in this Agreement or failure to identify any insurance deficiency shall not relieve Consultant from nor be construed or deemed a waiver of its obligation to maintain the required insurance at all times during the performance of this Agreement

1 Workers Compensation and Employers Liability Insurance a Required if Consultant has employees as defined by the Labor Code of the State of

California b Workers Compensation insurance with statutory limits as required by the Labor Code of

the State of California c Employers Liability with minimum limits of $1000000 per Accident $1000000 Disease

per employee $1000000 Disease per policy d Required Evidence of Insurance Certificate of Insurance

If Consultant currently has no employees as defined by the Labor Code of the State of California Consultant agrees to obtain the above-specified Workers Compensation and Employers Liability insurance should employees be engaged during the term of this Agreement or any extensions of the term

2 General Liability Insurance a Commercial General Liability Insurance on a standard occurrence form no less broad than

Insurance Services Office (ISO) form CG 00 01 b Minimum Limits $1000000 per Occurrence $2000000 General Aggregate $2000000

ProductsCompleted Operations Aggregate The required limits may be provided by a combination of General Liability Insurance and Commercial Excess or Commercial Umbrella Liability Insurance If Consultant maintains higher limits than the specified minimum limits County requires and shall be entitled to coverage for the higher limits maintained by Consultant

c Any deductible or self-insured retention shall be shown on the Certificate of Insurance If the deductible or self-insured retention exceeds $25000 it must be approved in advance by County Consultant is responsible for any deductible or self-insured retention and shall fund it upon Countyrsquos written request regardless of whether Consultant has a claim against the insurance or is named as a party in any action involving the County

d The County of Sonoma its Officers Agents and Employees shall be endorsed as additional insureds for liability arising out of operations by or on behalf of the Consultant in the performance of this Agreement

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 1 of 3 STPLZ-5920(149)

e The insurance provided to the additional insureds shall be primary to and non-contributory with any insurance or self-insurance program maintained by them

f The policy definition of ldquoinsured contractrdquo shall include assumptions of liability arising out of both ongoing operations and the products-completed operations hazard (broad form contractual liability coverage including the ldquofrdquo definition of insured contract in ISO form CG 00 01 or equivalent)

g The policy shall cover inter-insured suits between the additional insureds and Consultant and include a ldquoseparation of insuredsrdquo or ldquoseverabilityrdquo clause which treats each insured separately

h Required Evidence of Insurance i Copy of the additional insured endorsement or policy language granting additional

insured status and ii Certificate of Insurance

3 Automobile Liability Insurance a Minimum Limit $1000000 combined single limit per accident The required limits may

be provided by a combination of Automobile Liability Insurance and Commercial Excess or Commercial Umbrella Liability Insurance

b Insurance shall cover all owned autos If Consultant currently owns no autos Consultant agrees to obtain such insurance should any autos be acquired during the term of this Agreement or any extensions of the term

c Insurance shall cover hired and non-owned autos d Required Evidence of Insurance Certificate of Insurance

4 Professional LiabilityErrors and Omissions Insurance a Minimum Limits $1000000 per claim or per occurrence $1000000 annual aggregate b Any deductible or self-insured retention shall be shown on the Certificate of Insurance If

the deductible or self-insured retention exceeds $25000 it must be approved in advance by County

c If the insurance is on a Claims-Made basis the retroactive date shall be no later than the commencement of the work

d Coverage applicable to the work performed under this Agreement shall be continued for two (2) years after completion of the work Such continuation coverage may be provided by one of the following (1) renewal of the existing policy (2) an extended reporting period endorsement or (3) replacement insurance with a retroactive date no later than the commencement of the work under this Agreement

e Required Evidence of Insurance Certificate of Insurance

5 Standards for Insurance Companies Insurers other than the California State Compensation Insurance Fund shall have an AM Bests rating of at least AVII

6 Documentation a The Certificate of Insurance must include the following reference Franz Valley School

Road over Franz Creek Bridge Replacement (C14007)

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 2 of 3 STPLZ-5920(149)

b All required Evidence of Insurance shall be submitted prior to the execution of this Agreement Consultant agrees to maintain current Evidence of Insurance on file with County for the entire term of this Agreement and any additional periods if specified in Sections 1 ndash 4 above

c The name and address for Additional Insured endorsements and Certificates of Insurance is The County of Sonoma its Officers Agents and Employees Attn Olesya Tribukait 2300 County Center Drive Suite B100 Santa Rosa CA 95403

d Required Evidence of Insurance shall be submitted for any renewal or replacement of a policy that already exists at least ten (10) days before expiration or other termination of the existing policy

e Consultant shall provide immediate written notice if (1) any of the required insurance policies is terminated (2) the limits of any of the required policies are reduced or (3) the deductible or self-insured retention is increased

f Upon written request certified copies of required insurance policies must be provided within thirty (30) days

7 Policy Obligations Consultants indemnity and other obligations shall not be limited by the foregoing insurance requirements

8 Material Breach If Consultant fails to maintain insurance which is required pursuant to this Agreement it shall be deemed a material breach of this Agreement County at its sole option may terminate this Agreement and obtain damages from Consultant resulting from said breach Alternatively County may purchase the required insurance and without further notice to Consultant County may deduct from sums due to Consultant any premium costs advanced by County for such insurance These remedies shall be in addition to any other remedies available to County

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 3 of 3 STPLZ-5920(149)

ATTACHMENT B DATE (MMDDYYYY)

CERTIFICATE OF LIABILITY INSURANCE 03182017

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER

Suite 370 3780 Mansell Road

Greyling Insurance Brokerage

Alpharetta GA 30022

1-770-552-4225 CONTACT NAME Jerry Noyola PHONE (AC No Ext) 770-552-4225

FAX (AC No) 866-550-4082

ADDRESS E-MAIL jerrynoyolagreylingcom

INSURER(S) AFFORDING COVERAGE NAIC

INSURER A NATIONAL UNION FIRE INS CO OF PITTS 19445

INSURED

Rancho Cordova CA 95670 Suite 100 10680 White Rock Road TRC Companies Inc TRC Engineers Inc

INSURER B XL SPECIALTY INS CO 37885

INSURER C NEW HAMPSHIRE INS CO 23841

INSURER D STEADFAST INS CO 26387

INSURER E

INSURER F

COVERAGES CERTIFICATE NUMBER 49364000 REVISION NUMBER

CERTIFICATE HOLDER

AUTHORIZED REPRESENTATIVE

CANCELLATION

LOCJECT PROshy

POLICY

GENL AGGREGATE LIMIT APPLIES PER

OCCURCLAIMS-MADE

COMMERCIAL GENERAL LIABILITY

PREMISES (Ea occurrence) $ DAMAGE TO RENTED EACH OCCURRENCE $

MED EXP (Any one person) $

PERSONAL amp ADV INJURY $

GENERAL AGGREGATE $

PRODUCTS - COMPOP AGG $

$RETENTIONDED

CLAIMS-MADE

OCCUR

$

AGGREGATE $

EACH OCCURRENCE $UMBRELLA LIAB

EXCESS LIAB

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES (ACORD 101 Additional Remarks Schedule may be attached if more space is required)

INSR LTR TYPE OF INSURANCE POLICY NUMBER

POLICY EFF (MMDDYYYY)

POLICY EXP (MMDDYYYY) LIMITS

PER STATUTE

OTHshyER

EL EACH ACCIDENT

EL DISEASE - EA EMPLOYEE

EL DISEASE - POLICY LIMIT

$

$

$

ANY PROPRIETORPARTNEREXECUTIVE

If yes describe under DESCRIPTION OF OPERATIONS below

(Mandatory in NH) OFFICERMEMBER EXCLUDED

WORKERS COMPENSATION AND EMPLOYERS LIABILITY Y N

AUTOMOBILE LIABILITY

ANY AUTO ALL OWNED SCHEDULED

HIRED AUTOS NON-OWNED

AUTOS AUTOS

AUTOS

COMBINED SINGLE LIMIT

BODILY INJURY (Per person)

BODILY INJURY (Per accident)

PROPERTY DAMAGE $

$

$

$

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSD ADDL

WVD SUBR

N A

$

$

(Ea accident)

(Per accident)

OTHER

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

1000000

Department of Transporation and Public Works County of Sonoma

Including Pollution Liability

Contractual Liability

Professional Liability

X

X

040117

040117

040118 040118

D

1000000

Suite B-100 2300 County Center Drive

500000

X

non-contributory where required by written contract contract The above referenced liability policies with the exception of professional liability are primary amp liability policies with the exception of workers compensation amp professional liability where required by written The County of Sonoma its officers agents amp employees are named as Additional Insureds on the above referenced

10000

Re As contracted with Sonoma County Transportation amp Public Works

040118

040118

040118

N 1000000

2000000

X

X

9000000

Santa Rosa CA 95403

X

X

9000000

1000000

USA

040117

040117

1000000

040118A

B

X

2000000

X

0401175341999

040118X

5000000

5000000

Martha Cheever

X

25000

Aggregate

Per ClaimPEC019684301

US00075712LI17A

040117 040117

4773667 (AOS)

22298274 (AOS)

4773668 (MA)

22298275 (CA)

1000000

X

A

C

A

A

copy 1988-2014 ACORD CORPORATION All rights reserved ACORD 25 (201401) The ACORD name and logo are registered marks of ACORD JNoyola 49364000

Exhibit C

DISADVANTAGED BUSINESS ENTERPRISES (DBE)

THIS PROJECT IS SUBJECT TO TITLE 49 CFR 2613(B)

The consultant sub recipient or subcontractor shall not discriminate on the basis of race color

national origin or sex in the performance of this contract The consultant shall carry out

applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted

agreements Failure by the consultant to carry out these requirements is a material breach of this

agreement which may result in the termination of this agreement or such other remedy as the

recipient deems appropriate which may include but is not limited to (1) Withholding monthly progress payments (2) Assessing sanction (3) Liquidated damages andor (4) Disqualifying

the contractor from future bidding as non-responsible

Consultant must take necessary and reasonable steps to ensure that DBEs have opportunity to

participate in the agreement (49 CFR 26)

To ensure equal participation of DBEs provided in 49 CFR 265 the Department shows a goal

for DBEs Consultant must make work available to DBEs and select work parts consistent with

available DBE subcontractors and suppliers

Consultant must meet the DBE goal shown in Section 1342 of Agreement or demonstrate that

adequate good faith efforts have been made to meet this goal It is the consultantrsquos responsibility

to verify that the DBE firm is certified as DBE at date of proposal opening For a list of DBEs

certified by the California Unified Certification Program go to

httpwwwdotcagovhqbepfind_certifiedhtm

All DBE participation will count toward the Departments federally mandated statewide overall

DBE goal

Credit for materials or supplies you purchase from DBEs counts towards the goal in the

following manner

1 100 percent counts if the materials or supplies are obtained from a DBE manufacturer

2 60 percent counts if the materials or supplies are obtained from a DBE regular dealer

3 Only fees commissions and charges for assistance in the procurement and delivery of

materials or supplies count if obtained from a DBE that is neither a manufacturer or

regular dealer 49 CFR 2655 defines manufacturer and regular dealer

You receive credit towards the goal if you employ a DBE trucking company that performs a

commercially useful function as defined in 49 CFR 2655(d)(1) through (4) and (6)

DBE GOAL The Disadvantaged Business Enterprise (DBE) goal for this project is 11

DBE COMMITMENT SUBMITTAL Submit DBE information on the Caltrans Bidder ndash DBE Commitment form included as within this Agreement The form must be completed and returned with the agreement Submit written confirmation from each DBE stating that it is participating in the contract Include confirmation with the DBE Commitment form A copy of a DBEs quote will serve as written confirmation that the DBE is participating in the contract

It is the consultantrsquos responsibility to verify that the firm is certified as of the date of submittal Listings of DBEs certified by the CUCP are available at httpwwwdotcagovhqbeq Click the ldquoFind a Certified Firmrdquo link

GOOD FAITH EFFORTS SUBMITTAL If you have not met the DBE goal complete and submit the Good Faith Efforts Documentation form with the proposal showing that you made adequate good faith efforts to meet the goal Only good faith efforts directed towards obtaining participation by DBEs will be considered If your DBE Commitment form shows that you have met the DBE goal or if you are required to submit the DBE Commitment form you must also submit good faith efforts documentation Good faith efforts documentation must include the following information and supporting documents as necessary

1 Items of work the consultant has made available to DBE firms Identify those items of

work you might otherwise perform with its own forces and those items that have been

broken down into economically feasible units to facilitate DBE participation For each

item listed show the dollar value and percentage of the total contract It is your

responsibility to demonstrate that sufficient work to meet the goal was made available to

DBE firms

2 Names of certified DBEs and dates on which they were solicited to bid on the project

Include the items of work offered Describe the methods used for following up initial

solicitations to determine with certainty if the DBEs were interested and the dates of the

follow-up Attach supporting documents such as copies of letters memos facsimiles

sent telephone logs telephone billing statements and other evidence of solicitation You

are reminded to solicit certified DBEs through all reasonable and available means and

provide sufficient time to allow DBEs to respond

3 Name of selected firm and its status as a DBE for each item of work made available

Include name address and telephone number of each DBE that provided a quote and

their price quote If the firm selected for the item is not a DBE provide the reasons for

the selection

4 Name and date of each publication in which you requested DBE participation for the

project Attach copies of the published advertisements

5 Names of agencies and dates on which they were contacted to provide assistance in

contacting recruiting and using DBE firms If the agencies were contacted in writing

provide copies of supporting documents

6 List of efforts made to provide interested DBEs with adequate information about the

plans specifications and requirements of the contract to assist them in responding to a

solicitation If you have provided information identify the name of the DBE assisted the

nature of the information provided and date of contact Provide copies of supporting

documents as appropriate

7 List of efforts made to assist interested DBEs in obtaining bonding lines of credit

insurance necessary equipment supplies and materials excluding supplies and

equipment that the DBE subcontractor purchases or leases from the prime consultant or

its affiliate If such assistance is provided by you identify the name of the DBE assisted

nature of the assistance offered and date assistance was provided Provide copies of

supporting documents as appropriate

8 Any additional data to support demonstration of good faith efforts

SUBCONTRACTOR AND DBE RECORDS

The Consultant shall maintain records showing the name and business address of each first-tier

subcontractor The records shall also show the name and business address of every DBE

subcontractor DBE vendor of materials and DBE trucking company regardless of tier The

records shall show the date of payment and the total dollar figure paid to all of these 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

Upon completion of the Agreement a summary of these records shall be prepared on Final

Report-Utilization of Disadvantaged Business Enterprise (DBE) First Tier Subcontractors

Form CEM-2402(F) and certified correct by the Consultant or the Consultants authorized

representative and shall be furnished to the County Engineer The form shall be furnished to the

Engineer within 90 days from the date of contract acceptance

Prior to the fifteenth of each month the Consultant shall submit documentation to the Engineer

showing the amount paid to DBE trucking companies The Consultant shall also obtain and

submit documentation to the Engineer showing the amount paid by DBE trucking companies to

all firms including owner-operators for the leasing of trucks If the DBE who leases trucks

from a non-DBE the Consultant may count only for the fee or commission the DBE receives as

a result of the lease arrangement

The Consultant shall also obtain and submit documentation to the Engineer showing the truck

number owners name California Highway Patrol CA number and if applicable the DBE

certification number of the owner of the truck for all trucks used during that month This

documentation shall be submitted on Monthly DBE Trucking Verification Form CEM- 2404

(F)

DBE CERTIFICATION STATUS

If a DBE subcontractor is decertified during the life of the project the decertified subcontractor

shall notify the Consultant in writing with the date of decertification If a subcontractor becomes

a certified DBE during the life of the project the subcontractor shall notify the Consultant in

writing with the date of certification The Consultant shall furnish the written documentation to

the Engineer

Upon completion of the contract Disadvantaged Business Enterprise (DBE) Certification Status

Change Form CEM-2403 (F) indicating the DBEs existing certification status shall be signed

and certified correct by the Consultant The certified form shall be furnished to the Engineer

within 90 days from the date of contract acceptance

PERFORMANCE OF DBE SUBCONTRACTORS AND SUPPLIERS

The DBEs listed by the Consultant in response to the provisions in Section 2-102B Submission

of DBE Information and Section 3 Award and Execution of Contract of these special

provisions which are determined by the Department to be certified DBEs shall perform the

work and supply the materials for which they are listed unless the Consultant has received prior

written authorization to perform the work with other forces or to obtain the materials from other

sources

Authorization to use other forces or sources of materials may be requested for the following

reasons

A The listed DBE after having had a reasonable opportunity to do so fails or

refuses to execute a written contract when such written contract based upon the

general terms conditions plans and specifications for the project or on the terms of

such subcontractors or suppliers written bid is presented by the Consultant

B The listed DBE becomes bankrupt or insolvent

C The Listed DBE fails or refuses to perform the subcontract or furnish the listed

materials

D The Consultant stipulated that a bond was a condition of executing a subcontract

and the listed DBE subcontractor fails or refuses to meet the bond requirements of

the Consultant

E The work performed by the listed subcontractor is substantially unsatisfactory and

is not in substantial conformance with the plans and specifications or the

subcontractor is substantially delaying or disrupting the progress of the work

F It would be in the best interest of the County

The Consultant shall not be entitled to any payment for such work or material unless it is

performed or supplied by the listed DBE or by other forces (including those of the

Consultant) pursuant to prior written authorization of the Engineer

Local Assistance Procedures Manual ATTACHMENT P Exhibit 10-01 middot Consultant Proposal DBE Commitment

EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT

1 Local Agency County Of Sonoma 2 Contract DBE Goal 11 ~~~~~~~~~~~~~

3 Project Description Consulting Engineering Services for Replacement of the Franz Creek Bridge

4 Project Location Franz Valley School Road Sonoma County CA

5 Consultants Name TRC Engineers Inc 6 Prime Certified DBE O

7 Description of Work Service or Materials Supplied

Geotechnical - Driller

Traffic Control

HydrologyHydraulicsScour

8 DBE Certification

Number

37877

42433

30066

Local Agency to Complete this Section

17 Local Agency Contracl Number C14007

18 Federal-Aid Project Number BRL0-5920(149)

19 Proposed Contract Execution Date

Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate

~~ 2oy-a1 Agency Representatives Signature

Angela Silvestri 22 Local Agency Representatives Name

Department Analyst DBELO 24 Local Agency Representatives Title

1 ZtJ 12 21 Date

707-565-2758 23 Phone

9 DBE Contact Information

Woodward Drilling

Traffic Control Pros

WRECO

11 TOTAL CLAIMED DBE PARTICIPATION

10 DBE

393

170

717

128

IMPORTANT Identify all DBE firms being claimed for credit regardless of tier Written confirmation of each listed DBE is required

~

~ cfZV(A_---fl0617 12 Preparers SiJ(r-i~ture 13 Date

Mark lmbriani 916-366-0632 14 Preparers Name 15 Phone

Vice President 16 Preparers Title

DISTRIBUTION Original - Included with consultants proposal to local agency

ADA Notice For individuals with sensory disabilities this document is available in alternate formats For information call (916) 654-641 O or TDD (916) 654shy3880 or write Records and Forms Management 1120 N Street MS-89 Sacramento CA 95814

Page 1 of2 July 23 2015

Local Assistance Procedures Manual Exhibit 10-O1 Consultant Proposal DBE Commitment

INSTRUCTIONS ndash CONSULTANT PROPOSAL 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 Consultantrsquos Name - Enter the consultantrsquos firm name 6 Prime Certified DBE - Check box if prime contractor is a certified DBE 7 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 consultantrsquos 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 8 DBE Certification Number - Enter the DBErsquos Certification Identification Number All DBEs must be certified on the date bids are opened 9 DBE Contact Information - Enter the name address and phone number of all DBE subcontracted consultants Also enter the prime consultantrsquos name and phone number if the prime is a DBE 10 DBE - Percent participation of work to be performed or service provided by a DBE Include the prime consultant if the prime is a DBE See LAPM Chapter 9 for how to count fullpartial participation 11 Total Claimed DBE Participation - Enter the total DBE participation claimed If the total claimed is less than item ldquoContract DBE Goalrdquo an adequately documented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM) 12 Preparerrsquos Signature - The person completing the DBE commitment form on behalf of the consultantrsquos firm must sign their name 13 Date - Enter the date the DBE commitment form is signed by the consultantrsquos preparer 14 Preparerrsquos Name - Enter the name of the person preparing and signing the consultantrsquos DBE commitment form 15 Phone - Enter the area code and phone number of the person signing the consultantrsquos DBE commitment form 16 Preparerrsquos Title - Enter the positiontitle of the person signing the consultantrsquos DBE commitment form

LOCAL AGENCY SECTION

17 Local Agency Contract Number - Enter the Local Agency contract number or identifier 18 Federal-Aid Project Number - Enter the Federal-Aid Project Number 19 Proposed Contract Execution Date - Enter the proposed contract execution date 20 Local Agency Representativersquos 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 21 Date - Enter the date the DBE commitment form is signed by the Local Agency Representative 22 Local Agency Representativersquos Name - Enter the name of the Local Agency Representative certifying the consultantrsquos DBE commitment form 23 Phone - Enter the area code and phone number of the person signing the consultantrsquos DBE commitment form 24 Local Agency Representative Title - Enter the positiontitle of the Local Agency Representative certifying the consultantrsquos DBE commitment form

Page 2 of 2 July 23 2015

--------

Local Assistance Procedures Manual Exhibit 10-02 Consultant Contract DBE Commitment

E XHIBIT 10-02 CONSULTANT CONTRACT DBE COMMITMENT

1 Local Agency County of Sonoma 2 Contract DBE Goal 11 -------------------~ ------------~

3 Project Description Consulting Engineering Services for Replacement of the Franz Creek Bridge

4 Project Location Franz Valley School Road Sonoma County CA

5 Consultants Name TRC Engineers Inc 6 Prime Certified DBE D 7 Total Contract Award Amount

8 Total Dollar Amount for ALL Subconsultants $258 148 9 Total Number of ALL Subconsultants 9

10 Description of Work Service or Materials Supplied

11 DBE Certification

Number

Geotechnical- Driller 37877

HydrologyHydraulicsScourGeotechnical 30066

Local Agency to Complete this Section

20 Local Agency Contract ~h1mhormiddot

21 Federal-Aid Project Number

22 Contract Execution n

Local Agency certifies that all DBE certifications are valid and infonnation on this fonn is complete and accurate

23 Local Agency Representatives Signature 24 Date

25 Local Agency Representatives Name 26 Phone

27 Local Agency Representatives Title

13 DBE 12 DBE Contact lnfonnation Dollar

Amount

Woodward Drilling 550 River Road FOO Vista CA 94571 $26274707-374-4300

NRECO 1243 Alpine Roa d 108 Walnut Creek CA 94 596 $54886925-941 -0017

$81 160 14 TOTAL CLAIMED DBE PARTICIPATION

116

IMPORTANT Identify all DBE inns being claimed for credit regardless of tier Written confirmation of each listed DBE is required

PMd~A-- 102616 15 Preparers S~ature 16 Date

Mark A lmbriani 916-366-0632 17 Preparers Name 18 Phone

Vice President 19 Preparers Title

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

ADA Notice For individuals with sensory disabilities this document is available in alternate fonmats For infonmation call (916) 654-6410 or TDD (916) 654shy3880 or write Records and Fonms Management 1120 N Street MS-89 Sacramento CA 95814

Page 1 of2 July 23 2015

Local Assistance Procedures Manual Exhibit 10-02 Consultant Contract DBE Commitment

INSTRUCTIONS - CONSUL TANT CONTRACT DBE COMMITMENT

CONSUL TANT 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 Consultants Name - Enter the consultants 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 consultants 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 ofDBE firms 11 DBE Certification Number - Enter the DBEs 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 consultants name and phone number ifthe 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 fullpartial 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) Ifthe 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 Preparers Signature - The person completing the DBE commitment form on behalf of the consultants firm must sign their name 16 Date - Enter the date the DBE commitment form is signed by the consultants preparer 17 Preparers Name - Enter the name of the person preparing and signing the consultants DBE commitment form 18 Phone - Enter the area code and phone number of the person signing the consultants DBE commitment form 19 Preparers Title - Enter the positiontitle of the person signing the consultants 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 Representatives 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 Representatives Name - Enter the name of the Local Agency Representative certifying the consultants DBE commitment form 26 Phone - Enter the area code and phone number of the person signing the consultants DBE commitment form 27 Local Agency Representative Title - Enter the positiontitle of the Local Agency Representative certifying the consultants DBE commitment form

Page 2 of2 July 23 2015

  • 10 24 17 TPW Roads TRCAgreeFranzCreekBridgeC14007_Att1 Agreepdf
    • Standard Professional Services Agreement (ldquoPSArdquo)
    • Federal Funds
      • l Scope of Services
        • 11 Consultants Specified Services
        • 12 Cooperation With County
        • 13 Performance Standard
        • 14 Assigned Personnel
        • 15 Consultantrsquos Reports or Meetings
          • 2 Allowable Costs and Payments
            • 21 Method of payment
            • 22 Fixed Fee
            • 23 Transportation amp Subsistence
            • 24 Milestone Costs
            • 25 Progress Payments
            • 26 Payment
            • 27 Invoices
            • 28 Contract Value
            • 29 Salary Increases
            • 210 Invoicing
            • 211 Taxes
              • 3 Term of Agreement
                • 31 Term
                • 32 Contract Execution
                  • 4 Termination
                    • 41 Notice Period
                    • 42 Grounds for Termination
                    • 43 Liability
                    • 44 Authority to Terminate
                      • 5 Indemnification
                      • 6 Insurance
                      • 7 Prosecution of Work
                      • 8 Extra or Changed Work
                      • 9 Representations of Consultant
                        • 91 Standard of Care
                        • 92 Status of Consultant
                        • 93 No Suspension or Debarment
                        • 94 Taxes
                        • 95 Records Maintenance
                        • 96 Conflict of Interest
                        • 97 Statutory Compliance
                        • 98 Living Wage Ordinance
                        • 99 Nondiscrimination
                        • 910 Statement of Compliance
                        • 911 AIDS Discrimination
                        • 912 Assignment of Rights
                        • 913 Ownership and Disclosure of Work Product
                        • 914 Authority
                          • 10 Demand for Assurance
                          • 11 Assignment and Delegation
                          • 12 Method and Place of Giving Notice Submitting Bills and Making Payments
                          • 13 Federal Requirements
                            • 131 Contract Assurance
                            • 132 Prompt Progress Payments to Subcontractors
                            • 134 Disadvantaged Business Enterprise (DBE) Participation
                            • 135 Prevailing Wage
                            • 136 Text Messaging While Driving
                            • 137 Buy America
                            • 138 Prohibition of Expending Local Agency State or Federal funds for Lobbying
                            • 139 Cost Principals and Administrative Requirements
                            • 1310 Retention of RecordsAudit
                            • 1311 Audit Review Procedures
                            • 1312 Subcontracting
                            • 1313 Equipment Purchase
                              • 14 Miscellaneous Provisions
                                • 141 No Waiver of Breach
                                • 142 Construction
                                • 143 Consent
                                • 144 No Third Party Beneficiaries
                                • 145 Applicable Law and Forum
                                • 146 Captions
                                • 147 Merger
                                • 148 Survival of Terms
                                • 149 Time of Essence
                                • 1410 Rebates Kickback or Other Unlawful Consideration
                                • 1411 Funding Requirements
                                • 1412 Evaluation of Consultant
                                • 1413 Claims Filed by Countyrsquos Construction Contractor
                                • 1414 National Labor Relations Board Certification
                                • 1415 Retention of Funds
                                • 1416 Contingent Fee
                                • 1417 Inspection of Work
                                • 1418 Safety
                                    • 03 Exhibit A - Scope of Workpdf
                                      • Attachment H - Anchor QEA Cost Proposalpdf
                                        • 2017_08_22_Franz Creek Fee_Revised
                                        • 2017_08_22_Franz Scope Final
                                          • SCOPE OF WORK
                                            • Task 1 Project Management
                                            • Task 2 - Preliminary Engineering
                                            • Task 3 ndash SurveyingMappingROW Engineering
                                            • Task 4 - Geotechnical Engineering
                                            • Task 5 Hydrology and Hydraulics
                                            • Task 6 Environmental
                                            • Task 7 ndash Public Outreach
                                            • Task 8 ndash 65 PSampE
                                            • Task 9 - 95 PSampE
                                            • Task 10 - Final (100) PSampE
                                            • Task 11 - Pre-Construction Engineering Services
                                            • SUPPLEMENTAL SERVICES
                                            • 2C5 ndash Utility Potholing
                                            • 49 ndash Geotechnical Retaining Wall Investigation and Analysis
                                            • 69 ndash Noise ndash Bioacoustic Analysis
                                            • Task 7A -Public Outreach led by the Consultant
                                            • Task 810 ndash Retaining Wall Design
                                            • Task 12 - Construction Support Services
                                                • Att B -Exhibit 1-Interview
                                                    • 04 Exhibit B - Sonoma County Insurance Requirementspdf
                                                      • Exhibit B
                                                        • Sonoma County Insurance Requirements
                                                        • Contractor Required Insurance
                                                          • A Workers Compensation Insurance amp Employers Liability Insurance
                                                          • B General Liability Insurance
                                                          • C Automobile Liability Insurance
                                                          • D Contractors Pollution Liability Insurance
                                                          • E Professional LiabilityErrors and Omissions Insurance
                                                          • F Increase of Minimum Limits
                                                          • G Standards for Insurance Companies
                                                          • H Documentation
                                                          • I Policy Obligations
                                                          • J Subcontractors ndash Required Insurance
                                                            • a Minimum Limit $1000000 per claim or per occurrence
                                                              • ADPA99Ftmp
                                                                • 1 Workers Compensation and Employers Liability Insurance
                                                                • 2 General Liability Insurance
                                                                • 3 Automobile Liability Insurance
                                                                • 4 Professional LiabilityErrors and Omissions Insurance
                                                                • 5 Standards for Insurance Companies
                                                                • 6 Documentation
                                                                • 7 Policy Obligations
                                                                • 8 Material Breach
                                                                      1. Page 2 of 2_3
Page 6: County of Sonoma Agenda Item Summary Report - Granicus

exceeds Countyrsquos 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 The maximum total cost as specified in Paragraph ldquo28rdquo shall not be exceeded unless authorized by contract amendment

22 Fixed Fee

In addition to the allowable incurred costs County will pay Consultant a fixed fee of $3950567 The fixed fee is nonadjustable for the term of the contract except in the event of a significant change in the scope of work and such adjustment is made by contract amendment

23 Transportation amp Subsistence

Reimbursement for transportation and subsistence costs shall not exceed the rates specified in the approved Cost Proposal

24 Milestone Costs

When milestone cost estimates are included in the approved Cost Proposal Consultant shall obtain prior written approval for a revised milestone cost estimate from the Contract Administrator before exceeding such cost estimate

25 Progress Payments

Progress payments will be made monthly in arrears based on services provided and allowable incurred costs A pro rata portion of Consultantrsquos fixed fee will be included in the monthly progress payments If Consultant fails to submit the required deliverable items according to the schedule set forth in the Statement of Work County shall have the right to delay payment or terminate this Contract in accordance with the provisions of Article VI Termination

26 Payment

No payment will be made prior to approval of any work nor for any work performed prior to approval of this contract

27 Invoices

Consultant will be reimbursed as promptly as fiscal procedures will permit upon receipt by Countyrsquos Contract Administrator of itemized invoices in triplicate Invoices shall be submitted no later than 45 calendar days after the performance of work for which Consultant is billing Invoices shall detail the work performed on each milestone and each project as applicable Invoices shall follow the format stipulated for the approved Cost Proposal and shall reference this contract number and project title Final invoice must contain the final cost and all credits due County including any equipment purchased under the provisions of Article 1313 Equipment Purchase of this contract The final invoice should be submitted within 60 calendar days after completion of Consultantrsquos work Invoices shall be mailed to Countyrsquos Contract Administrator at the following address

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 3 October 2017

Olesya Tribukait 2300 County Center Drive Suite B-100 Santa Rosa CA 95403

(707) 565-2231 olesyatribukaitsonoma-Countyorg

28 Contract Value

The total amount payable by County including the fixed fee shall not exceed $63017782

29 Salary Increases

Salary increases will be reimbursable if the new salary is within the salary range identified in the approved Cost Proposal and is approved by Countyrsquos Contract 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

210 Invoicing

Consultant shall submit its bills in arrears on a monthly basis in a form approved by Countys Auditor and the Head of the County Department receiving the services The bills shall show or include (i) the task(s) performed (ii) the time in quarter hours devoted to the task(s) (iii) the hourly rate or rates of the persons performing the task(s) and (iv) copies of receipts for reimbursable materialsexpenses if any Expenses not expressly authorized by the Agreement shall not be reimbursed including a copy of all invoices paid to sub-contractors for work required included in the prime consultantrsquos invoice Consultant shall submit the Subcontractor Payment Declaration with each invoice

Unless otherwise noted in this agreement payments shall be made within the normal course of County business after presentation of an invoice in a form approved by the County for services performed Payments shall be made only upon the satisfactory completion of the services as determined by the County

211 Taxes

Pursuant to California Revenue and Taxation code (RampTC) Section 18662 the County shall withhold seven percent of the income paid to Consultant for services performed within the State of California under this agreement for payment and reporting to the California Franchise Tax Board if Consultant does not qualify as (1) a corporation with its principal place of business in California (2) an LLC or Partnership with a permanent place of business in California (3) a corporationLLC or Partnership qualified to do business in California by the Secretary of State or (4) an individual with a permanent residence in the State of California

If Consultant does not qualify County requires that a completed and signed Form 587 be provided by the Consultant in order for payments to be made If consultant is qualified then the County requires a completed Form 590 Forms 587 and 590 remain valid for the duration of the Agreement provided there is no material change in facts By signing either form the contractor agrees to promptly notify the County of any changes in the facts Forms should be sent to the County pursuant to Article 12 To reduce the amount withheld Consultant has the option to

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 4 October 2017

provide County with either a full or partial waiver from the State of California

3 Term of Agreement

31 Term

This contract shall go into effect on Effective Date contingent upon approval by County and Consultant shall commence work after notification to proceed by Countyrsquos Contract Administrator The contract shall end on 12312022 unless extended by contract amendment

32 Contract Execution

Consultant is advised that any recommendation for contract award is not binding on County until the contract is fully executed and approved by County

4 Termination

41 Notice Period

County reserves the right to terminate this contract upon thirty (30) calendar days written notice to Consultant with the reasons for termination stated in the notice

42 Grounds for Termination

County may terminate this contract with Consultant should Consultant fail to perform the covenants herein contained at the time and in the manner herein provided In the event of such termination County may proceed with the work in any manner deemed proper by County If County terminates this contract with Consultant County shall pay Consultant the sum due to Consultant under this contract prior to termination unless the cost of completion to County exceeds the funds remaining in the contract In which case the overage shall be deducted from any sum due Consultant under this contract and the balance if any shall be paid to Consultant upon demand

43 Liability

The maximum amount for which the Government shall be liable if this contract is terminated is $63017782 dollars

44 Authority to Terminate

The Board of Supervisors has the authority to terminate this A greement on behalf of the County In addition the Purchasing Agent or Department Head in consultation with County Counsel shall have the authority to terminate this Agreement on behalf of the County

5 Indemnification

Consultant agrees to accept responsibility for loss or damage to any person or entity including County and to defend indemnify hold harmless and release County its officers agents and employees from and against any actions claims damages liabilities disabilities or expenses that may be asserted by any person or entity including Consultant that arise out of pertain to or relate to the negligence recklessness or willful misconduct of Consultant or its agents employees contractors subcontractors or invitees C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 5 October 2017

hereunder whether or not there is concurrent negligence on Countys part but to the extent required by law excluding liability due to Countys conduct This indemnification obligation is not limited in any way by any limitation on the amount or type of damages or compensation payable to or for Consultant or its agents employees contractors subcontractors or invitees under workers compensation acts disability benefits acts or other employee benefit acts This indemnity provision survives the Agreement

6 Insurance

With respect to performance of work under this Agreement Consultant shall maintain and shall require all of its subcontractors consultants and other agents to maintain insurance as described in Exhibit B which is attached hereto and incorporated herein by this reference

7 Prosecution of Work

The execution of this Agreement shall constitute Consultantrsquos authority to proceed immediately with the performance of this Agreement Performance of the services hereunder shall be completed within the time required herein provided however that if the performance is delayed by earthquake flood high water or other Act of God or by strike lockout or similar labor disturbances the time for Consultantrsquos performance of this Agreement shall be extended by a number of days equal to the number of days Consultant has been delayed

8 Extra or Changed Work

Extra or changed work or other changes to the Agreement may be authorized only by written amendment to this Agreement signed by both parties Minor changes which do not increase the amount paid under the Agreement and which do not significantly change the scope of work or significantly lengthen time schedules may be executed by the Department Head in a form approved by County Counsel The Board of SupervisorsPurchasing Agent must authorize all other extra or changed work The parties expressly recognize that pursuant to Sonoma County Code Section 1-11 County personnel are without authorization to order extra or changed work or waive Agreement requirements Failure of Consultant to secure such written authorization for extra or changed work shall constitute a waiver of any and all right to adjustment in the Agreement price or Agreement time due to such unauthorized work and thereafter Consultant shall be entitled to no compensation whatsoever for the performance of such work Consultant further expressly waives any and all right or remedy by way of restitution and quantum meruit for any and all extra work performed without such express and prior written authorization of the County

9 Representations of Consultant

91 Standard of Care

County has relied upon the professional ability and training of Consultant as a material inducement to enter into this Agreement Consultant hereby agrees that all its work will be performed and that its operations shall be conducted in accordance with generally accepted and applicable professional practices and standards as well as the requirements of applicable federal state and local laws it being understood that acceptance of Consultants work by County shall not operate as a waiver or release

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 6 October 2017

92 Status of Consultant

The parties intend that Consultant in performing the services specified herein shall act as an independent contractor and shall control the work and the manner in which it is performed Consultant is not to be considered an agent or employee of County and is not entitled to participate in any pension plan workerrsquos compensation plan insurance bonus or similar benefits County provides its employees In the event County exercises its right to terminate this Agreement pursuant to Article 4 above Consultant expressly agrees that it shall have no recourse or right of appeal under rules regulations ordinances or laws applicable to employees

93 No Suspension or Debarment

Consultantrsquos signature affixed herein shall constitute a certification under penalty of perjury under the laws of the State of California that Consultant has complied with Title 2 CFR Part 180 ldquoOMB Guidelines to Agencies on Government wide Debarment and Suspension (nonprocurement)rdquo which certifies that heshe or any person associated therewith in the capacity of owner partner director officer or manager is not currently under suspension debarment voluntary exclusion or determination of ineligibility by any federal agency has not been suspended debarred voluntarily excluded or determined ineligible by any federal agency within the past three (3) years does not have a proposed debarment pending and has not been indicted convicted or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years Any exceptions to this certification must be disclosed to County

Exceptions will not necessarily result in denial of recommendation for award but will be considered in determining Consultant responsibility Disclosures must indicate to whom exceptions apply initiating agency and dates of action

Exceptions to the Federal Government Excluded Parties List System maintained by the General Services Administration are to be determined by the Federal highway Administration

94 Taxes

Consultant agrees to file federal and state tax returns and pay all applicable taxes on amounts paid pursuant to this Agreement and shall be solely liable and responsible to pay such taxes and other obligations including but not limited to state and federal income and FICA taxes Consultant agrees to indemnify and hold County harmless from any liability which it may incur to the United States or to the State of California as a consequence of Consultants failure to pay when due all such taxes and obligations In case County is audited for compliance regarding any withholding or other applicable taxes Consultant agrees to furnish County with proof of payment of taxes on these earnings

95 Records Maintenance

Consultant shall keep and maintain full and complete documentation and accounting records concerning all services performed that are compensable under this Agreement and shall make such documents and records available to County for inspection at any reasonable time Consultant shall maintain such records for a period of four (4) years following completion of work hereunder

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 7 October 2017

96 Conflict of Interest

961 Consultant shall disclose any financial business or other relationship with County that may have an impact upon the outcome of this contract or any ensuing County construction project 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

962 Consultant hereby certifies that it does not now have nor shall it acquire any financial or business interest that would conflict with the performance of services under this contract

963 Consultant hereby certifies that neither Consultant nor any firm affiliated with Consultant will bid on any construction contract or on any contract to provide construction inspection for any construction project resulting from this contract An affiliated firm is one which is subject to the control of the same persons through joint-ownership or otherwise

964 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 contract 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

97 Statutory Compliance

Contractor agrees to comply with all applicable federal state and local laws regulations statutes and policies applicable to the services provided under this Agreement as they exist now and as they are changed amended or modified during the term of this Agreement Without limiting the generality of the foregoing Consultant expressly agrees on behalf of itself and on behalf of all its agents employees subconsultants and subcontractors to comply with the federal contract requirements set forth in Section 13 herein

98 Living Wage Ordinance

Consultant agrees to comply with all applicable federal state and local laws regulations statutes and policies including but not limited to the County of Sonoma Living Wage Ordinance applicable to the services provided under this Agreement as they exist now and as they are changed amended or modified during the term of this Agreement Without limiting the generality of the foregoing Consultant expressly acknowledges and agrees that this Agreement is subject to the provisions of Article XXVI of Chapter 2 of the Sonoma County Code requiring payment of a living wage to covered employees Noncompliance during the term of the Agreement will be considered a material breach and may result in termination of the Agreement or pursuit of other legal or administrative remedies

99 Nondiscrimination

Without limiting any other provision hereunder Consultant shall comply with all applicable federal state and local laws rules and regulations in regard to nondiscrimination in

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 8 October 2017

employment because of race color ancestry national origin religion sex marital status age medical condition pregnancy disability sexual orientation or other prohibited basis including without limitation the Countyrsquos Non-Discrimination Policy All nondiscrimination rules or regulations required by law to be included in this Agreement are incorporated herein by this reference

910 Statement of Compliance

9101 Consultantrsquos signature affixed herein and dated shall constitute a certification under penalty of perjury under the laws of the State of California that Consultant has unless exempt complied with the nondiscrimination program requirements of Government Code Section 12990 and Title 2 California Administrative Code Section 8103

9102 During the performance of this Contract Consultant and its subconsultants shall not unlawfully discriminate harass or allow harassment against any employee or applicant for employment because of sex race color ancestry religious creed national origin physical disability (including HIV and AIDS) mental disability medical condition (eg cancer) age (over 40) marital status and denial of family care leave Consultant and subconsultants shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment Consultant and subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov Code sect12990 (a-f) et seq) and the applicable regulations promulgated there under (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 this Contract by reference and made a part hereof as if set forth in full Consultant and its subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement

9103 The Consultant shall comply with regulations relative to Title VI (nondiscrimination in federally-assisted programs of the Department of Transportation ndash 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

9104 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 215 of the US DOTrsquos Regulations including employment practices when the Agreement covers a program whose goal is employment

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 9 October 2017

911 AIDS Discrimination

Consultant agrees to comply with the provisions of Chapter 19 Article II of the Sonoma County Code prohibiting discrimination in housing employment and services because of AIDS or HIV infection during the term of this Agreement and any extensions of the term

912 Assignment of Rights

Consultant assigns to County all rights throughout the world in perpetuity in the nature of copyright trademark patent right to ideas in and to all versions of the plans and specifications if any now or later prepared by Consultant in connection with this Agreement Consultant agrees to take such actions as are necessary to protect the rights assigned to County in this Agreement and to refrain from taking any action which would impair those rights Consultants responsibilities under this provision include but are not limited to placing proper notice of copyright on all versions of the plans and specifications as County may direct and refraining from disclosing any versions of the plans and specifications to any third party without first obtaining written permission of County

Consultant shall not use or permit another to use the plans and specifications in connection with this or any other project without first obtaining written permission of County

913 Ownership and Disclosure of Work Product

All reports original drawings graphics plans studies and other data or documents (ldquodocumentsrdquo) in whatever form or format assembled or prepared by Consultant or Consultantrsquos subcontractors consultants and other agents in connection with this Agreement shall be the property of County County shall be entitled to immediate possession of such documents upon completion of the work pursuant to this Agreement Upon expiration or termination of this Agreement Consultant shall promptly deliver to County all such documents which have not already been provided to County in such form or format as County deems appropriate Such documents shall be and will remain the property of County without restriction or limitation Consultant may retain copies of the above- described documents but agrees not to disclose or discuss any information gathered discovered or generated in any way through this Agreement without the express written permission of County

914 Authority

The undersigned hereby represents and warrants that he or she has authority to execute and deliver this Agreement on behalf of Consultant

10 Demand for Assurance

Each party to this Agreement undertakes the obligation that the others expectation of receiving due performance will not be impaired When reasonable grounds for insecurity arise with respect to the performance of either party the other may in writing demand adequate assurance of due performance and until such assurance is received may if commercially reasonable suspend any performance for which the agreed return has not been received Commercially reasonable includes not only the conduct of a party with respect to performance under this Agreement but also conduct with respect to other agreements with parties to this Agreement or others After receipt of a justified demand failure to provide

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 10 October 2017

within a reasonable time but not exceeding thirty (30) days such assurance of due performance as is adequate under the circumstances of the particular case is a repudiation of this Agreement Acceptance of any improper delivery service or payment does not prejudice the aggrieved partys right to demand adequate assurance of future performance Nothing in this Article limits Countyrsquos right to terminate this Agreement pursuant to Article 4

11 Assignment and Delegation

Neither party hereto shall assign delegate sublet or transfer any interest in or duty under this Agreement without the prior written consent of the other and no such transfer shall be of any force or effect whatsoever unless and until the other party shall have so consented

12 Method and Place of Giving Notice Submitting Bills and Making Payments

All notices bills and payments shall be made in writing and shall be given by personal delivery or by US Mail or courier service Notices bills and payments shall be addressed as follows

To County

Sonoma County Department of Transportation and Public Works Attn Olesya Tribukait 2300 County Center Drive Suite B-100 Santa Rosa CA 95403 (707) 565-2231 olesyatribukaitsonoma-Countyorg

To Consultant

TRC Engineers Inc Attn Mark Imbriani 10680 White Rock Road Suite 100 Rancho Cordova CA 95670 (916) 366-0632 mimbrianitrcsolutionscom

When a notice bill or payment is given by a generally recognized overnight courier service the notice bill or payment shall be deemed received on the next business day When a copy of a notice bill or payment is sent by facsimile or email the notice bill or payment shall be deemed received upon transmission as long as (1) the original copy of the notice bill or payment is promptly deposited in the US mail and postmarked on the date of the facsimile or email (for a payment on or before the due date) (2) the sender has a written confirmation of the facsimile transmission or email and (3) the facsimile or email is transmitted before 5 pm (recipientrsquos time) In all other instances notices bills and payments shall be effective upon receipt by the recipient Changes may be made in the names and addresses of the person to whom notices are to be given by giving notice pursuant to this paragraph

13 Federal Requirements

131 Contract Assurance

The consultant sub recipient or subcontractor shall not discriminate on the basis of race color

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 11 October 2017

national origin or sex in the performance of this contract The consultant shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted agreements Failure by the consultant to carry out these requirements is a material breach of this agreement which may result in the termination of this agreement or such other remedy as the recipient deems appropriate which may include but is not limited to (1) Withholding monthly progress payments (2) Assessing sanction (3) Liquidated damages andor (4) Disqualifying the contractor from future bidding as non-responsible

132 Prompt Progress Payments to Subcontractors

Attention is directed to Section 71085 of the California Business and Professions Code which requires a prime contractor or subcontractor to pay any subcontractor not later than ten (10) days of receipt of each progress payment unless otherwise agreed to in writing In addition federal regulations (Title 49 Code of Federal Regulations Part 2629) require a prime contractor or subcontractor to pay a subcontractor no later than thirty (30) days of receipt of each payment unless any delay or postponement of payment among the parties takes place only for good cause and with the prior written approval of County Section 71085 of the California Business and Professions Code also contains enforcement actions and penalties The requirements apply to both Disadvantaged Business Entities (ldquoDBErdquo) and non-DBE subcontractors Consultant shall include the foregoing progress payment requirements in every subcontract entered into by Consultant in the performance of its obligations under this Agreement

133 Prompt Payment of Withheld Funds to Subcontractors

No retainage will be held by the County from progress payments due the prime consultant Any retainage held by the prime consultant or subconsultants from progress payments due subconsultants shall be promptly paid in full to subconsultants within 30 days after the subconsultantrsquos work is satisfactorily completed Federal law (49 CFR2629) requires that any delay or postponement of payment over the 30 days may take place only for good cause and with the Agencyrsquos prior written approval Any violation of this provision shall subject the violating prime consultant or subconsultant to the penalties sanctions and other remedies specified in Section 71085 of the Business and Professions Code These requirements shall not be construed to limit or impair any contractual administrative or judicial remedies otherwise available to the prime consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the prime consultant deficient subconsultant performance or noncompliance by a subconsultant This provision applies to both DBE and non-DBE prime consultant and subconsultants

134 Disadvantaged Business Enterprise (DBE) Participation

1341 This contract is subject to 49 CFR Part 26 entitled ldquoParticipation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programsrdquo Consultants who obtain DBE participation on this contract will assist Caltrans in meeting its federally mandated statewide overall DBE goal

1342 The goal for DBE participation for this contract is 11 Participation by DBE consultant or subconsultants shall be in accordance with information contained in the Consultant Proposal DBE Commitment (Exhibit 10-O1) or in the Consultant Contract DBE Information (Exhibit 10-O2) attached hereto and incorporated as part

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 12 October 2017

of the Contract If a DBE subconsultant is unable to perform Consultant must make a good faith effort to replace himher with another DBE subconsultant if the goal is not otherwise met

1343 DBEs and other small businesses as defined in 49 CFR Part 26 are encouraged to participate in the performance of contracts financed in whole or in part with federal funds Consultant or subconsultant shall not discriminate on the basis of race color national origin or sex in the performance of this contract Consultant shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of US DOT-assisted agreements Failure by Consultant to carry out these requirements is a material breach of this contract which may result in the termination of this contract or such other remedy as County deems appropriate

1344 Any subcontract entered into as a result of this contract shall contain all of the provisions of this section

1345 A DBE firm may be terminated only with prior written approval from County and only for the reasons specified in 49 CFR 2653(f) Prior to requesting County consent for the termination Consultant must meet the procedural requirements specified in 49 CFR 2653(f)

1346 A DBE performs a Commercially Useful Function (CUF) when it is responsible for execution of the work of the contract 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 ordering 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 contract is commensurate with the work it is actually performing and other relevant factors

1347 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

1348 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

1349 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

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 13 October 2017

the date of work performed by their own forces along with the corresponding dollar value of the work

13410 Upon completion of the Contract a summary of these records shall be prepared and submitted on the form entitled ldquoFinal Report-Utilization of Disadvantaged Business Enterprise (DBE) First-Tier Subconsultantsrdquo CEM-2402F [Exhibit 17-F of the LAPM] certified correct by Consultant or Consultantrsquos 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 form is submitted The amount will be returned to Consultant when a satisfactory ldquoFinal Report-Utilization of Disadvantaged Business Enterprises (DBE) First-Tier Subconsultantsrdquo is submitted to the Contract Administrator

13411 If a DBE subconsultant is decertified during the life of the contract the decertified subconsultant shall notify Consultant in writing with the date of decertification If a subconsultant becomes a certified DBE during the life of the Contract the subconsultant shall notify Consultant in writing with the date of certification Any changes should be reported to Countyrsquos Contract Administrator within 30 days

135 Prevailing Wage

1351 Consultant shall comply with the State of Californiarsquos General Prevailing Wage Rate requirements in accordance with California Labor Code Section 1770 and all Federal State and local laws and ordinances applicable to the work

1352 Any subcontract entered into as a result of this contract if for more than $25000 for public works construction or more than $15000 for the alteration demolition repair or maintenance of public works shall contain all of the provisions of this Article

1353 When prevailing wages apply to the services described in the scope of work transportation and subsistence costs shall be reimbursed at the minimum rates set by the Department of Industrial Relations (DIR) as outlined in the applicable Prevailing Wage Determination See httpwwwdircagov

Note The Federal ldquoPayment of Predetermined Minimum Wagerdquo applies only to federal-aid construction contracts

136 Text Messaging While Driving

In accordance with Executive Order 13513 Federal Leadership on Reducing Text Messaging While Driving and Department of Transportation Order 390210 Text Messaging While Driving text messaging while driving is prohibited in the performance of any duties included in this agreement for both consultant and any sub-consultants hired for performance of duties under this Agreement Consultant shall include a provision prohibiting texting while driving in all sub-consultant agreements entered into related to the performance of its obligations under this Agreement

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 14 October 2017

Definitions The following definitions are to be used in conjunction with this section ldquoDrivingrdquo

1) Means operating a motor vehicle on a roadway including while temporarily stationary because of traffic a traffic light stop sign or otherwise

2) It does not include being in your vehicle (with or without the motor running) in a location off the roadway where it is safe and legal to remain stationary

ldquoText Messagingrdquo means reading from or entering data into any handheld or other electronic device including for the purpose of short message service texting e-mailing instant messaging obtaining navigational information or engaging in any other form of electronic data retrieval or electronic data communication

137 Buy America

Furnish Steel and iron materials to be incorporated into the work with certificates of compliance Steel and iron materials must be produced in the US except

1) Foreign pig iron and processed pelletized and reduced iron ore may be used in the domestic production of the steel and iron materials [60 Fed Reg 15478(3241995)]

2) If the total combine cost of the materials does not exceed the great of 01 percent of the total bid or $2500 materials produced outside the U S may be used

Production includes

1) Processing steel and iron materials including smelting or other processes that alter the physical form or shape (such as rolling extruding machining bending grinding and drilling0 or chemical composition

2) Coating application including epoxy coating galvanizing and painting that protects or enhances the value of steel and iron materials

138 Prohibition of Expending Local Agency State or Federal funds for Lobbying

1381 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 Consultant to any person for influencing or attempting to influence an officer or employee of any state or federal agency a Member of the State Legislature or United States Congress an officer or employee of the Legislature or Congress or any employee of a Member of the Legislature or Congress in connection with the awarding of any state or federal contract the making of any state or federal grant the making of any state or federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any state or federal contract grant loan or cooperative agreement

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 15 October 2017

2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with this federal contract grant loan or cooperative agreement Consultant shall complete and submit Standard Form-LLL ldquoDisclosure Form to Report Lobbyingrdquo in accordance with its instructions

1382 This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352 Title 31 US Code Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10000 and not more than $100000 for each such failure

1383 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 $100000 and that all such sub recipients shall certify and disclose accordingly

139 Cost Principals and Administrative Requirements

1391 Consultant agrees that the Contract Cost Principles and Procedures 48 CFR Federal Acquisition Regulations System Chapter 1 Part 31000 et seq shall be used to determine the cost allowability of individual items

1392 Consultant also agrees to comply with federal procedures in accordance with 49 CFR Part 18 Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments

1393 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 31000 et seq are subject to repayment by Consultant to County

1310 Retention of RecordsAudit

For the purpose of determining compliance with Public Contract Code 10115 et seq and Title 21 California Code of Regulations Chapter 21 Section 2500 et seq when applicable and other matters connected with the performance of the contract pursuant to Government Code 85467 Consultant subconsultants and County shall maintain and make available for inspection all books documents papers accounting records and other evidence pertaining to the performance of the contract including but not limited to the costs of administering the contract All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract The state State Auditor County FHWA or any duly authorized representative of the Federal Government shall have access to any books records and documents of Consultant and itrsquos certified public accountants (CPA) work papers that are pertinent to the contract and indirect cost rates (ICR) for audit examinations excerpts and transactions and copies thereof shall be furnished if requested

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 16 October 2017

1311 Audit Review Procedures

13111 Any dispute concerning a question of fact arising under an interim or post audit of this contract that is not disposed of by agreement shall be reviewed by Countyrsquos Chief Financial Officer

13112 Not later than 30 days after issuance of the final audit report Consultant may request a review by Countyrsquos Chief Financial Officer of unresolved audit issues The request for review will be submitted in writing

13113 Neither the pendency of a dispute nor its consideration by County will excuse Consultant from full and timely performance in accordance with the terms of this contract

13114 Consultant and subconsultant contracts including cost proposals and 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 CPA ICR audit work paper review If selected for audit or review the contract cost proposal and ICR and related work papers 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 work paper review it is Consultantrsquos responsibility to ensure federal state or local government officials are allowed full access to the CPArsquos work papers including making copies as necessary The contract cost proposal and ICR shall be adjusted by Consultant and approved by County contract manager to conform to the audit or review recommendations Consultant agrees that individual terms of costs identified in the audit report shall be incorporated into the contract by this reference if directed by County at its sole discretion Refusal by Consultant to incorporate audit or review recommendations or to ensure that the federal state or local governments have access to CPA work papers will be considered a breach of contract terms and cause for termination of the contract and disallowance of prior reimbursed costs

1312 Subcontracting

13121 Nothing contained in this contract or otherwise shall create any contractual relation between County and any subconsultant(s) and no subcontract shall relieve Consultant of its responsibilities and obligations hereunder Consultant agrees to be as fully responsible to 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 Consultant CONSULTANTrsquos obligation to pay its subconsultant(s) is an independent obligation from Countyrsquos obligation to make payments to the Consultant

13122 Consultant shall perform the work contemplated with resources available within its own organization and no portion of the work pertinent to this contract shall be subcontracted without written authorization by Countyrsquos Contract Administrator except that which is expressly identified in the approved Cost Proposal

13123 Consultant shall pay its subconsultants within ten (10) calendar days from receipt of each payment made to Consultant by County

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 17 October 2017

13124 All subcontracts entered into as a result of this contract shall contain all the provisions stipulated in this contract to be applicable to subconsultants

13125 Any substitution of subconsultant(s) must be approved in writing by Countyrsquos Contract Administrator prior to the start of work by the subconsultant(s)

1313 Equipment Purchase

13131 Prior authorization in writing by Countyrsquos Contract Administrator shall be required before Consultant enters into any unbudgeted purchase order or subcontract exceeding $5000 for supplies equipment or Consultant services Consultant shall provide an evaluation of the necessity or desirability of incurring such costs

13132 For purchase of any item service or consulting work not covered in Consultantrsquos Cost Proposal and exceeding $5000 prior authorization by Countyrsquos Contract Administrator three competitive quotations must be submitted with the request or the absence of bidding must be adequately justified

13133 Any equipment purchased as a result of this contract is subject to the following ldquoConsultant 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 $5000 or more If the purchased equipment needs replacement and is sold or traded in County shall receive a proper refund or credit at the conclusion of the contract or if the contract is terminated Consultant may either keep the equipment and credit County in an amount equal to its fair market value or sell such equipment at the best price obtainable at a public or private sale in accordance with established County procedures and credit County in an amount equal to the sales price If Consultant elects to keep the equipment fair market value shall be determined at Consultant expense on the basis of a competent independent appraisal of such equipment Appraisals shall be obtained from an appraiser mutually agreeable to by County and Consultant if it is determined to sell the equipment the terms and conditions of such sale must be approved in advance by Countyrdquo 49 CFR Part 18 requires a credit to Federal funds when participating equipment with a fair market value greater than $5000 is credited to the project

14 Miscellaneous Provisions

141 No Waiver of Breach

The waiver by County of any breach of any term or promise contained in this Agreement shall not be deemed to be a waiver of such term or provision or any subsequent breach of the same or any other term or promise contained in this Agreement

142 Construction

To the fullest extent allowed by law the provisions of this Agreement shall be construed and given effect in a manner that avoids any violation of statute ordinance regulation or law The parties covenant and agree that in the event that any provision of this Agreement is held by a court of competent jurisdiction to be invalid void or unenforceable the remainder of the provisions hereof shall remain in full force and effect and shall in no way be affected impaired or invalidated

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 18 October 2017

thereby Consultant and County acknowledge that they have each contributed to the making of this Agreement and that in the event of a dispute over the interpretation of this Agreement the language of the Agreement will not be construed against one party in favor of the other Consultant and County acknowledge that they have each had an adequate opportunity to consult with counsel in the negotiation and preparation of this Agreement

143 Consent

Wherever in this Agreement the consent or approval of one party is required to an act of the other party such consent or approval shall not be unreasonably withheld or delayed

144 No Third Party Beneficiaries

Nothing contained in this Agreement shall be construed to create and the parties do not intend to create any rights in third parties

145 Applicable Law and Forum

This Agreement shall be construed and interpreted according to the substantive law of California regardless of the law of conflicts to the contrary in any jurisdiction Any action to enforce the terms of this Agreement or for the breach thereof shall be brought and tried in Santa Rosa or the forum nearest to the city of Santa Rosa in the County of Sonoma

146 Captions

The captions in this Agreement are solely for convenience of reference They are not a part of this Agreement and shall have no effect on its construction or interpretation

147 Merger

This writing is intended both as the final expression of the Agreement between the parties hereto with respect to the included terms and as a complete and exclusive statement of the terms of the Agreement pursuant to Code of Civil Procedure Section 1856 No modification of this Agreement shall be effective unless and until such modification is evidenced by a writing signed by both parties

148 Survival of Terms

All express representations waivers indemnifications and limitations of liability included in this Agreement will survive its completion or termination for any reason

149 Time of Essence

Time is and shall be of the essence of this Agreement and every provision hereof

1410 Rebates Kickback or Other Unlawful Consideration

Consultant warrants that this contract was not obtained or secured through rebates kickbacks or other unlawful consideration either promised or paid to any County employee For breach or violation of this warranty County shall have the right in its discretion to terminate the contract

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 19 October 2017

without liability to pay only for the value of the work actually performed or to deduct from the contract price or otherwise recover the full amount of such rebate kickback or other unlawful consideration

1411 Funding Requirements

14111 It is mutually understood between the parties that this contract 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 contract were executed after that determination was made

14112 This contract is valid and enforceable only if sufficient funds are made available to County for the purpose of this contract In addition this contract is subject to any additional restrictions limitations conditions or any statute enacted by the Congress State Legislature or County Board of Supervisors that may affect the provisions terms or funding of this contract in any manner

14113 It is mutually agreed that if sufficient funds are not appropriated this contract may be amended to reflect any reduction in funds

14114 County has the option to void the contract under the 30-day termination clause pursuant to Article 4 or by mutual agreement to amend the contract to reflect any reduction of funds

1412 Evaluation of Consultant

Consultantrsquos performance will be evaluated by County A copy of the evaluation will be sent to Consultant for comments The evaluation together with the comments shall be retained as part of the contract record

1413 Claims Filed by Countyrsquos Construction Contractor

14131 If claims are filed by Countyrsquos construction contractor relating to work performed by Consultantrsquos personnel and additional information or assistance from Consultantrsquos personnel is required in order to evaluate or defend against such claims Consultant agrees to make its personnel available for consultation with Countyrsquos construction contract administration and legal staff and for testimony if necessary at depositions and at trial or arbitration proceedings

14132 Consultantrsquos personnel that County considers essential to assist in defending against construction contractor claims will be made available on reasonable notice from County Consultation or testimony will be reimbursed at the same rates including travel costs that are being paid for Consultantrsquos personnel services under this contract

14133 Services of Consultantrsquos personnel in connection with Countyrsquos construction contractor claims will be performed pursuant to a written contract amendment if necessary extending the termination date of this contract in order to resolve the construction claims

14134 Any subcontract in excess of $25000 entered into as a result of this contract shall contain

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 20 October 2017

all of the provisions of this Article

1414 National Labor Relations Board Certification

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

1415 Retention of Funds

14151 Any subcontract entered into as a result of this Contract shall contain all of the provisions of this section

14152 The County shall hold retainage from the prime consultant and shall make prompt and regular incremental acceptances of portions as determined by the County of the contract work and pay retainage to the prime consultant based on these acceptances The prime consultant or subconsultant shall return all monies withheld in retention from a subconsultant within thirty (30) days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency Federal law (49 CFR 2629) requires that any delay or postponement of payment over thirty (30) days may take place only for good cause and with the agencyrsquos prior written approval Any violation of this provision shall subject the violating prime consultant or subconsultant to the penalties sanctions and other remedies specified in Section 71085 of the Business and Professions Code These requirements shall not be construed to limit or impair any contractual administrative or judicial remedies otherwise available to the prime consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the prime Consultant deficient subconsultant performance or noncompliance by a subconsultant This provision applies to both DBE and non-DBE prime consultant and subconsultants

1416 Contingent Fee

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

1417 Inspection of Work

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

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 21 October 2017

1418 Safety

14181 Consultant shall comply with OSHA regulations applicable to Consultant regarding necessary safety equipment or procedures Consultant shall comply with safety instructions issued by County Safety Officer and other County representatives Consultant personnel shall wear hard hats and safety vests at all times while working on the construction project site

14182 Pursuant to the authority contained in Section 591 of the Vehicle Code County has determined that such areas are within the limits of the project and are open to public traffic Consultant shall comply with all of the requirements set forth in Divisions 11 12 13 14 and 15 of the Vehicle Code Consultant shall take all reasonably necessary precautions for safe operation of its vehicles and the protection of the traveling public from injury and damage from such vehicles

14183 Any subcontract entered into as a result of this contract shall contain all of the provisions of this Article

IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the Effective Date

SIGNATURES FOLLOW ON NEXT PAGE

THIS SPACE LEFT INTENTIONALLY BLANK

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 22 October 2017

CONSULTANT

By

Name

Title

Date

COUNTY COUNTY OF SONOMA

CERTIFICATES OF INSURANCE ON FILE AND APPROVED AS TO SUBSTANCE FOR COUNTY

By

Department Head

Date

APPROVED AS TO FORM FOR COUNTY

By

County Counsel

Date

By

or Purchasing Agent

Date

By

Chair Board of Supervisors

Date

ATTEST

Clerk of the Board of Supervisors

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 23 October 2017

Sonoma County Project No C14007

Bridge No 20C0326 EXHIBIT A Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

SCOPE OF WORK

The Franz Creek Bridge (Bridge No 20C-0326) located on Franz Valley School Road crosses

Franz Creek approximately 1500 feet east of the intersection with Franz Valley Road The nearest

population center is the City of Calistoga approximately 55 miles east of the bridge Franz Valley

Road is classified as a rural local road and has an ADT of 350 (2010) projected to increase to 420

by 2032 The road provides ruralagricultural access between State Route 128 and Franz Valley

Road The existing bridge a 32 foot long by 23 foot wide single span steel girder structure with an

unknown foundation type (BIR Item 113 = U) was determined by Caltrans to be scour critical and

structurally deficient with a sufficiency rating of 226 and as such the bridge has been approved for

replacement TRCrsquos goal will be to develop the simplest and most cost-effective structure that will

provide the County with a long life minimal maintenance and minimize impacts on local users

Within this Scope of Work TRCrsquos team is referred to as ldquothe consultantrdquo This is in reference to

the entire consultant team consisting of

Firm Areas of Expertise TRC Engineering Inc (Prime Consultant)

Civil and structural Design

Environmental Engineering

Shannon and Wilson Inc Shannon and Wilson ndash Geotechnical Engineering

WRECO Hydraulic amp Water Resources Engineering

Cinquini amp Passarino Inc Surveying amp Right-of-Way

Anchor QEA Noise

Tom Origer amp Associates Cultural Resources

National Analytical Laboratories Inc Certified Asbestos Consultant

TRC as the prime consultant will be responsible to the County for seeing that the tasks listed

herein are completed by the appropriate team members

Task 1 Project Management

11 Project Kickoff

The consultant will meet with the County at a pre-design kickoff meeting to review the

scope of work project requirements and design criteria obtain additional material and

information and discuss the Countys scheduling and review process While meeting with

the County we shall conduct a visual on-site field investigation to identify existing

conditions and confirm initial design assumptions

The consultant understands that the field review has already been held and the field review

forms including a PES form have been signed by Caltrans The consultant will familiarize

ourselves with those forms and follow the findings therein to develop the design

Franz Creek Bridge Scope 1 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

12 ProjectStaff Management

The consultant shall be responsible for project management activities throughout the life of

the contract The scope of project management includes

bull Managing the project schedule and budget

bull Setting up and facilitating client meetings

bull Interagency meetings public meetings

bull Field reviews

bull Other project related meetings

bull Managing sub-consultant staff

13 Meetings

The consultant shall prepare meeting agendas meeting notes identify action items and how

they are accounted for and sign in sheets for all meetings and manage the consultant team

involved in the project (ldquoproject teamrdquo) Managing the project team includes preparing

contract paperwork memos letters and e-mails making phone calls and maintaining

project files

Meetings will include at a minimum a project kick off meeting a meeting after the 35

65 and the 95 submittal to discuss comments with the County Two (2) meetings are

assumed in the Preliminary phase of the project and four (4) meetings are assumed in the

Final Design PSampE phase of the project These meetings will be held at the County office

Outside of the in-person meetings conference calls will be held with the County to discuss

progress throughout the project (10 total)

14 Work Progress Form

On a monthly basis the consultant shall submit a Work Progress Form provided by the

County This summarizes accomplishments in the previous month anticipated work for the

next month and key decisions that need to be made to keep the project on schedule Invoices

shall show the original budget any reallocated budgets amount spent to-date amount spent

this period budget remaining and percentage spent to date for each task

Task 2 - Preliminary Engineering

This task will consist of investigatory studies preliminary design and other work necessary to

bring the project to 35 design and to provide a final Type Selection Report

Task 2A- Alignment Engineering

2A1 Assess Available Information

The consultant shall assess available information on the project Such information may

include existing drawings studies and reports or preliminary engineering performed by

others The County will provide any such information in their possession

2A2 Alignment Alternatives Analysis

The Consultant shall recommend the alignment of the new bridge and the extent of the

roadway approaches in close collaboration with the County The assumed roadway width is

31rsquo which includes 2- 10rsquo lanes a 3rsquo outside shoulder and an 8rsquo inside shoulder around

Franz Creek Bridge Scope 2 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

the curve approaching the bridge structure

The consultant shall analyze two alignment alternatives and propose the most feasible

alternative based on the site constraints public input AASHTO and Caltrans geometric

standards and drainage patterns (so that the adjacent properties are not adversely impacted

by the new improvements) The 45 mph alternative and the Stage Construction alternative

on the same alignment will not be analyzed in detail but should be mentioned in the

alternative analysis memo as to why they were rejected Alignment alternatives to be

analyzed shall provide a 30 mph design speed with a 4 maximum superelevation (or the

maximum superelevation allowed per the CT HDM safe comfortable speed chart) located

upstream of the existing bridge Even though the 30mph meets the minimum design speed

for the roadway the second alternative shall provide a 25 mph design speed with similar

superelevation criteria as noted above The alternative alignments are shown in Exhibit 1

located in Attachment B The consultant will examine the two alignment alternatives with

the goal to optimize material balance bridge length right-of-way acquisitions and sight

distance Typical sections layout profile and superelevation diagrams will be created for

each alternative Engineering cost estimates will be developed in a Caltrans 7-page

estimate format for the two alignment alternatives being studied It is understood that the

existing structure will remain in place to carry traffic during construction A preferred

alignment will be submitted for County review and approval The results of the

alternatives analysis will be summarized in an Alignment Alternatives Analysis memo

Task 2A Deliverables

bull Preliminary Alignment Alternatives (two alternatives)

bull Construction cost estimates (7-page Caltrans format) for each alternative

bull Alignment Alternatives Analysis memo

Task 2A County Decision Point

bull Approve Preliminary Alignment

Task 2B- Preliminary Structure Engineering and 35 Design

2B1 Bridge Type Selection Report Preparation (DraftFinal)

The consultant shall work closely with County staff to develop the appropriate bridge

replacement design Key issues to consider include (in no particular order)

bull New bridge alignment vs existing bridge alignment

bull Project detour

bull Public input

bull Flood water elevations

bull Site geology and seismicity

bull Environmental issues

bull Maintenance of traffic

bull Available ROW

bull Construction access

bull Unique project design criteria

bull Noise impacts (concerns about the neighbors so close and bioacoustics)

Franz Creek Bridge Scope 3 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Overall cost

bull Constructability

Two structure types will be considered

Cast in Place Prestressed concrete slab

Precast prestressed concrete slab units

Consultant shall prepare a Type Selection Report that will document the structure

types and configurations considered with estimated costs and recommendations for the

final structure type The Type Selection Report shall be prepared for approval by the

County and Caltrans Local Assistance following the guidelines established in the Caltrans

Memo to Designers The proposed replacement bridge shall be presented on general plan

drawings and documented in a report The Type Selection Report will appear in the same

format used by Caltrans Engineering Services Division These documents will be

submitted to the County and the County will submit to Caltrans for review and approval

before beginning final design

2B2 Prepare 35 Design Plans

Upon receipt of comments on the Type Selection Report the consultant will incorporate

them into the preferred alternative This structure configuration will then be developed and

a Bridge General Plan drafted and submitted to the County for approval

With approval of the General Plan and the Countys preferred alignment alternative the

consultant will develop the remaining 35 design plans as shown on the Plan List as listed

in Attachment A and described in Task 8

2B3 General Plan Cost Estimate

The consultant will prepare the necessary General Plan Cost Estimate for the bridge The

General Plan Estimate will be prepared in accordance with Caltrans Bridge Design Aids

Manual Chapter 11 The General Plan Estimates will appear in the same format used by

Caltrans Division of Structures The Caltrans 7-page preliminary estimate will be

generated for the other civil portions of the project in order to generate the total

construction cost estimate

Task 2B Deliverables

bull Preliminary (35) design drawings and reports

bull Bridge Type Selection Report (DraftFinal)

bull Construction Cost Estimates

bull AutoCAD dwg files of preliminary design drawings

Task 2B County Decision Point

bull Select Bridge Type

bull Provide 35 PSampE Review Comments

Task 2C - Utility Coordination

Consultant shall lead the utility coordination efforts Tasks include

bull Obtaining a County provided list of current utility contacts

bull Creating and mailing Utility Letters on the Countyrsquos letterhead

Franz Creek Bridge Scope 4 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Mapping existing utilities

bull Identifying potential conflicts

bull Working with utility companies during their design of relocations

bull Identifying possible easements

bull It is assumed that relocation costs for the various utility facilities will be borne by the utility

companies

Unless specifically stated herein it is assumed that all new or relocated facilities will be designed

and constructed by the owners of the utilities Attention is directed to Attachment A for the

anticipated plan sheets to be completed in this task

2C1 ndash Utility Letters

The consultant will prepare signature ready Utility A letters and submit copies hard copy and on

computer disk to the County Project Manager for transmittal to utility owners within the project

limits on County letterhead Response information received from each owner will be provided

back to the consultant When design is approximately 65 complete the consultant will prepare

Utility B letters and submit copies hard copy and on computer disk to the County Project Manager

for transmittal to recipients on County letterhead At the Utility B letter stage any potential

conflicts will be noted specifically in each B letter in order to begin discussions with the utility

companies for relocation efforts Utilities in conflict will be identified and utility companies will

be asked to prepare relocation plans Consultant will prepare Utility Plans designating the facilities

that are located within the project corridor along with their new locations Refer to Task 2C3 for

the creation of the Utility Relocation Plans

County will forward to the consultant a copy of utility B letters sent and of all correspondence

received For utilities owned or maintained by County the County project manager will forward

the Utility B letters to the appropriate County staff member and send a copy of the transmittal to

the consultant The consultant will then correspond directly with the identified County staff

member Utility C letters will be prepared by the consultant and likewise sent to the County for

distribution upon submittal of the 95 PSampE The C letters shall note the construction start date

and final coordination for relocation of the utilities shall commence

2C2 ndash Utility Company Coordination

Ongoing coordination with utility agencies for relocation of the facilities will be required so that

the facilities are relocated prior to construction If the utilities will be relocated during

construction the Special Provisions will be written to alert the contractor of the potential Utility

work and coordination

2C3 ndash Develop Utility Relocation Plans

Utility Relocation Plans will be prepared Based on information received from the A letter

responses the consultant will prepare base mapping of the existing utilities and will show these

Franz Creek Bridge Scope 5 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

utilities on the plan sheets As the design progresses all utilities that are in conflict with the

proposed construction will be clearly delineated and the responsible party to relocate the facility

will be clearly denoted on the plans

2C4 ndash Utility Relocation Cost Estimates

Consultant will work with the Utility agencies to receive their estimate of the cost of utility

relocation construction required for the Project The utility estimates will include estimates for new

utility easements if required

Task 2C Deliverables

bull Utility A B and C Letters

bull Conflict Resolution Plans

bull Coordination of utility relocations required for construction with the affected utility companies

Task 3 ndash SurveyingMappingROW Engineering

The Survey consultant shall be responsible for data collection mapping and surveying necessary

for preliminary engineering design cost estimates right-of-way impacts and the level of

environmental clearance All surveying and mapping shall comply with the provisions of the

Professional Land Surveyors Act Sections 8700 to 8805 Business and Professions Code the

provisions of the California Coordinate System Sections 8801 through 8819 of the Public

Resources Code and any other applicable code in the State of California The scope of

comprehensive base mapping and surveying includes but is not limited to Control Surveys Aerial

Photogrammetry Limited Design Level Topographic Surveys Right-of-Way Retracement and a

Record of Survey

The goals of this task are to establish project controls acquire site topography data for bridge and

road design and develop stream cross section data necessary for hydraulic analysis including an

ordinary water mark Also to resolve existing Right of Way (ROW) and determine additional ROW

needs for the following

bull Stormwater treatment

bull Staging areas and storage for excess materials generated by construction of the bridge

bull Prepare legal descriptions

bull Plats and closure calculations for permanent acquisitions and temporary construction

easements

Control

Survey vertical control shall be NAVD 88 Survey horizontal control shall be California

Coordinate System of 1983 Zone 2 Epoch 20100 Where more than one datum is required by

multiple agencies the Survey consultant shall prepare the necessary conversion tables to enable the

transformation from one datum to another

Terrain and vegetation will make getting a good GPS signal difficult The Survey consultant will

use static base stations to establish California Coordinate System and NAVD 88 elevations based

on ties to nearby CORS stations

Franz Creek Bridge Scope 6 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

31 - Topographic Survey

The topographic survey will be at a drawing scale of 1 inch = 20 feet with a one foot

contour interval The topographic survey will include the following existing road facilities

and will extend a minimum of 20 feet beyond the edge of pavement

Topographic survey coverage area shall include at minimum Franz Valley School Road

from 400 feet north of the bridge to 600 feet south of the existing bridge (as measured

along the centerline of the road)

Mapping shall include the proposed bridge alignment by surveying approximately 200

feet (as measured along the creek) upstream of the existing bridge and 100 feet

downstream measured from the edges of the existing bridge

Topographic survey shall include all necessary work to produce a topographic map and an

electronic surface model compatible with Civil3D including features such as but not

limited to pavement utility markings on the pavement all utility facilities driveways trees

four (4) inches and larger diameter at breast height headwalls bridge retaining wall or

decorative walls vineyard rows structures drainage facilities pavement delineation and any

other pertinent information that could apply to the project during design

32 - Right of Way (ROW)

The consultant shall perform the following ROW survey tasks

321 ndash Boundary Surveys

bull Perform boundary research to locate the existing ROW data

bull Perform boundary surveys to search for locate and tie existing monumentation

bull Perform a resolution of the existing road ROW

bull Determine additional ROW needs

bull Prepare an acquisition map

bull Complete a Record of Survey showing the existing ROW and the project

centerline(s) The Record of Survey shall show at least two permanent monuments

that will survive the construction of the project

33 ndash Title Reports

This proposal assumes the consultant will procure between 2 and 4 title reports

34 ndash Legal Descriptions

After the 65 submittal the Consultant will establish the Right of Way boundaries and will

submit the boundaries for permanent right of way acquisition and temporary construction

easements to the County

The Consultant will prepare approximately 2 to 4 legal descriptions for permanent ROW

acquisition and 2 to 4 legal descriptions for temporary construction easement acquisition

Consultant shall prepare ROW Data sheets per the guidelines in the Caltrans Right of Way

Manual

35 ndash Creek Cross Sections for Hydraulic Analysis

This will include surveying creek cross sections Creek cross sections shall be taken at the

upstream and downstream faces of the existing bridge and the proposed location of the new

Franz Creek Bridge Scope 7 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bridge Sections will also be taken at 200 foot intervals downstream of the existing

bridge up to 800 feet from the bridge and upstream at 100 foot intervals for 300 feet A

cross section will also be taken below and just above the stream confluence 200 feet

upstream of the proposed bridge

36ndash Survey Control Sheet

The consultant will prepare a Survey Control Sheet to be included in the Plans that

conforms to the standards of Sonoma County This sheet will include the survey

monuments and controls for the project

Task 3 Deliverables

bull Topographic survey map and electronic surface model compatible with Civil3D

bull Acquisition map

bull Record of Survey

bull Legal descriptions plats and closure calculations for ROW acquisition

bull AutoCAD dwg file of the topographic survey containing the survey points a n d stream

cross section survey Map (1rdquo = 30rsquo)

bull Survey Control Sheet

Task 4 - Geotechnical Engineering

Shannon amp Wilson shall prepare a geotechnical report for the site as required for the completion of

design construction documents and permit applications The geotechnical report shall include an

evaluation of the effects of any slope erosion or periodic land movements during extreme storm and

seismic events hydrological and soils data tied to the channel scour scour analysis and seismic

parameters and recommendations for the bridge foundation design

Shannon amp Wilsonrsquos subsurface exploration shall include drilling test borings at key locations

obtaining soil and rock samples for observation and laboratory testing and measuring the depth to

and variation in embankment groundwater levels The coordination of boring locations must be

discussed with the County prior to beginning boring

In general this task shall include the following

41 - Preliminary Foundation Memo (PFM)

As part of preliminary engineering phase for bridge-type selection Shannon amp Wilson will

prepare a preliminary foundation memo (PFM) This memo will be based on such

subsurface data that is available preliminary planning studies Caltrans bridge inspection

records published geologic mapping aerial photographs and survey and topographic data

Shannon amp Wilson will use a Caltrans ARS online default shear wave velocity and assume

a Class D soil type when the preliminary ARS curve is developed

The PFM will include the following

Project location and vicinity map

Summary of site geology and subsurface conditions based on review of available

record documents published geologic data and geologic reconnaissance

Seismic data and evaluation using current Caltrans seismic design criteria including

design ARS curve using Caltrans ARS Online tool

Franz Creek Bridge Scope 8 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Approach roadway considerations

Preliminary foundation alternatives eg CIDH piling driven piles spread footing

foundations etc

Preliminary foundation recommendations with conditions and constraints on likely

foundation types and

Preliminary construction considerations

Task 41 Deliverables

Final PFM ndash 1 hard copy 1 electronic copy

42 - Planning amp Permitting

Shannon amp Wilson will obtain a Sonoma County Encroachment Permit and Sonoma

County Permit and Resource Management Department (PRMD) drilling permit Shannon amp

Wilson assumes that the County will waive any encroachment permit fees and bond

requirements Shannon amp Wilson will pay for the fees associated with obtaining the

PRMD drilling permit The exploration locations are within at most three parcels for

permitting purposes Prior to commencement of subsurface explorations Shannon amp

Wilson will notify Underground Service Alert for underground utility locations

The County will obtain rights of entry to private residences and provide copies of the rights-

of-entry documents to Shannon amp Wilson

Assumptions include

bull Apply for and obtain Sonoma County Permit and Resource Management

Department (PRMD) drilling permit

bull Apply for and obtain a Sonoma County encroachment permit (we expect the permit

not to require fees or bonds)

bull Schedule field exploration

bull Field stake boring locations coordinate utility clearance with Underground Service

Alert

43 - Traffic Control

As part of the encroachment permit process Shannon amp Wilson will prepare a traffic control

plan to be approved by the County for traffic control Flagmen and portable orange traffic

warning signs and cones shall be used to control traffic whenever drilling operations

present a potential obstruction to traffic We expect traffic control is required based on the

roadway geometry limited sight distance and anticipated field exploration locations A

subconsultant managed under the Consultants (geotechnical) contract will provide traffic

control during drilling

44 - Geologic Reconnaissance and Field Exploration

bull Research published documents including geologic maps of the site and vicinity

bull Perform an engineering geologic reconnaissance of the channel and areas

surrounding the existing and proposed bridge alignments

Shannon amp Wilsonrsquos reconnaissance will be directed toward identifying and mapping

bedrock types bedding orientation fracturing faulting and other bedrock characteristics

as appropriate Work will include

Franz Creek Bridge Scope 9 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Geotechnical Investigations

bull Attend a kick off meeting among representatives of the County and consultant

(may be available by phone)

bull Shannon amp Wilson shall perform borings to collect subsurface information required

for foundation design This shall include locating borings at the project site marking

out field test locations with paint or other acceptable means for Underground

Service Alert notification and for utility location logging earth materials

groundwater depth and the depth of refusal or solid rock if either are encountered

Each boring site shall be located using a measuring tape and transit level

For the bridge foundation design study we will include a maximum of two borings to 80

foot depth for bridge foundation supports We assume exploration is for one proposed

roadway alignment that includes a single-span bridge founded on Caltrans Standard driven

pile or CIDH piles at the abutments Shannon amp Wilson expects to drill the borings during

dry field conditions with a truck-mounted drill rig using auger andor mud-rotary drilling

methods through soil and then diamond-bit core drilling where we encounter boulders

andor rock We will collect subgrade soil samples from auger cuttings at the abutment

borings We will recover soil samples at 3-5 foot (typical) intervals using Standard

Penetration Test equipment and other split-spoon samplers as necessary

A representative from Shannon amp Wilson will log the soil rock and groundwater

encountered in the borings Shannon amp Wilson will backfill the borings in accordance with

County permit requirements Shannon amp Wilson expects that drill cuttings removal is

required and cuttings cannot be spread on site and will include disposal costs in the fee

estimate for this work

Shannon amp Wilson will attempt to drill along existing roadway shoulders at the proposed

west abutment but may partially encroach into the travelled way For the east abutment

rights of entry to the private property on the east side of the creek (to be obtained by the

County) are needed in order to perform a boring at the proposed abutment locations If right

of entry is not approved then a boring would be completed in the roadway on the east side

of the creek that may result in being 100 feet away from the proposed abutment location

45 - Laboratory Testing

Selected soil and rock samples obtained from the consultantrsquos borings will be subjected to

laboratory testing at a certified geotechnical laboratory to assess their pertinent

geotechnical engineering characteristics Tests to be performed include moisture contentdry

density classification strength corrosivity R-value (for pavement design) any other tests

recommended as appropriate by the Geotechnical Engineer We will perform two R-value

tests to evaluate subgrade materials for new pavement section recommendations Laboratory

tests will be in accordance with ASTM andor Caltrans Standards Shannon amp Wilson will

use point load index testing if rock cores are recovered If sound hard rock core pieces of

sufficient length are recovered we will perform compressive strength tests if practical In

addition consultant shall also be responsible for providing the following basic soil

characteristics and bearing capacity The environmental consultant (TRC) shall also be

responsible for testing hazardous materials when pertinent

A quantity estimate of laboratory tests required is as follows

Franz Creek Bridge Scope 10 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull 17 - Moisture Content - Unit Dry Weight (ASTM-D2216 ndash ASTM-D4767)

bull 5 - Sieve Analysis (ASTM-D6913)

bull 5 - Plasticity Index (ASTM-D4318)

bull 1 - Resistance Value (CTM-301)

bull 5 - Point Load Index (ASTM-D5731)

bull 2 - Unconfined Compression Rock (ASTM D7012)

Samples will be collected using Standard Penetration Test equipment or other split-spoon

samplers using a calibrated automatic drop hammer

46 - Engineering and Geologic Analyses

Shannon amp Wilson shall characterize the creek channel and surrounding terrain within the

vicinity of the proposed and existing bridge alignments in terms of regional and local

geological and seismic conditions including geologic hazards (primarily creek bank

stability and channel scour) Shannon amp Wilson shall analyze the field and laboratory data

and conduct engineering and geologic analyses to provide conclusions and

recommendations regarding the bridge foundation design criteria Shannon amp Wilson will

also identify foundation alternatives based on their experience with similar projects and the

results of the investigation The field geology and boring log data-will be presented on a

geologic map and subsurface profile sheet The geologic subsurface profile will be along

the proposed bridge alignment Laboratory test data will be presented on the boring logs

alongside the samples tested

Shannon amp Wilson will determine the appropriate seismic design parameters and prepare an

ARS design curve using Caltrans ARS online and perform pile analysis for the pile design

using AASHTO LRFD Bridge Design Specifications with Caltrans amendments as

appropriate

The consultant will develop geotechnical criteria for design including the following

Axial pile and bearing capacity

Lateral pile capacity

Foundation design criteria for potential foundation type including drivability and

axial analyses (as appropriate) for Cast-in-Drilled-Hole (CIDH) Cast-in-Steel-Shell

(CISS) or driven pile design

Liquefaction

Settlement

Slope Stability

Site seismicity including deterministicprobabilistic procedures consistent with

current Caltrans Seismic Design Criteria to determine the site ARS

Lateral earth pressures and coefficient of friction to resist sliding

Soil corrosivity

Scour analysis and bank stability analysis

New flexible pavement design

Site preparation and grading including excavation characteristics suitability of

excavated soils within the roadway for re-use as fill and the treatment of existing

fill as appropriate

Lpile parameters for the structural engineers lateral pile analysis

Franz Creek Bridge Scope 11 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The County recommends avoiding pile driving given the year round water at this

site Additionally addressing bioacoustic effects on fish are expected to be avoided

unless that is the only foundation design given site constraints (See Supplemental

Service 69)

Anticipated geotechnical construction considerations if applicable

47 ndash Prepare Draft Geotechnical Report

The consultant shall summarize the results of the investigation testing and analysis in a

draft report The draft report shall include recommendations for foundation type elevation

and allowable loading of proposed foundation elements discuss groundwater and other

subsurface conditions encountered affecting foundation design construction and service

and include a Log of Test Boring drawing suitable for inclusion with the project plans

Seismic criteria for use in structure design will also be reported (peak ground acceleration soil profile

type ARS curve etc) in accordance with Caltrans practice including an evaluation of the potential

geohazards such as seismically induced liquefaction settlement and ground instability The

Foundation Report will include geotechnical design criteria for the approach roadway sections

The Draft Foundation Report will include

bull Summary of geotechnical services

bull Vicinity map

bull Site plan

bull Site description

bull Project description

bull Field exploration descriptions

bull Laboratory testing results

bull Site geology and subsurface conditions

bull Seismic data and evaluation

bull Scour considerations (based on Hydraulics Report prepared by others)

bull Corrosion evaluation

bull Foundation recommendations

bull Approach roadway subgrade and new pavement section recommendations

bull Construction considerations

bull Caltrans ARS curve

bull Log of Test Borings (LOTB) drawing and

The draft report shall be submitted for the 65 PSampE

48 ndash Prepare Final Geotechnical Report

After the County has commented on the draft report and all outstanding questions answered

the Foundation Report shall be finalized

Task 4 Deliverables

bull Preliminary Foundation Memo

bull Draft Foundation Report

bull Final Foundation Report

bull Site-specific ARS Curves

bull Log of Test Borings for PSampE

Franz Creek Bridge Scope 12 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Geotechnical Assumptions

bull The exploration program indicated is for bridge foundation design and additional exploration may be required to adequately define construction conditions

bull The project does not require a Site Specific Seismic Hazard Analysis that includes time-

history analysis

bull ARS Curves will be developed using Caltrans ARS online and the USGS Seismic Hazard

Website for Deaggregation of seismic hazards

bull The County will provide all necessary rights-of-entry

bull Topographic surveys will be provided by others with maximum 1-ft contour interval for the

project site

bull Shannon amp Wilson will prepare a traffic control plan and submit an encroachment permit

bull Hazardous materials assessment and evaluation is not included in our scope of services

Task 5 Hydrology and Hydraulics

The consultant shall complete the Design Hydrology and Hydraulics Report Location Hydraulic

Study Floodplain Evaluation Report Summary Floodplain Encroachment Report as needed and

to establish the 100-year flood level at the bridge

51 - Data Collection and Site Review

WRECO will review available data including previous studies provided by the County

Sonoma County Water Agency (SCWA) and the Project Team Key information to review

will be the available hydrologic and hydraulic data for Franz Creek topographic survey

available cross-sections County and Caltrans Bridge Inspection Reports as-built data

published geological and seismological studies and maintenance records for the Project

site WRECO will also conduct a field reconnaissance to assess the existing conditions in

the vicinity of the Project site

52 - Hydraulics Analyses

The consultant will develop hydraulic analysis models to incorporate information obtained

from its assessment of available information and the creek cross section data from the

topographic survey

The consultant shall evaluate the 50 year and 100 year drainage flows and overtopping

event for existing and proposed conditions of the new bridge and approach roadways

Modeling shall include the 50- and 100-year recurrence events Flow results shall be used

for the existing bridge geometry and calibrated against published data gauge data field

observations of high water marks and any available anecdotal data

The hydraulic model of choice will be the US Army Corps of Engineersrsquo HEC-RAS

model WRECO will coordinate with the Project Team to obtain the survey data of river

channel topography and bathymetry

53 - Documentation

The consultant shall prepare studies and reports that document their findings The reports

will describe methodology used summarize model output include creek cross sections in

plan and profile view and will delineate the 100-year water level for existing and proposed

conditions through the project reach as well as scour analysis

Franz Creek Bridge Scope 13 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The reports shall be prepared in accordance with the format and guidelines presented in the

ldquoChecklist for Drainage Studies and Reportsrdquo Local Assistance Procedures Manual

(LAPM) Exhibit 11-E The draft report shall be submitted for the 35 PSampE After the

County has commented on the draft report and all outstanding questions answered the report

shall be finalized

54 Scour Analysis

WRECO will perform a bridge scour analysis to determine the scour potential per the

methodology specified in the Federal Highway Administrationrsquos (FHWA) HEC-18 HEC-

20 and HEC-23 manuals WRECO will make recommendations on the need for scour

countermeasures for the proposed bridge per the HEC-23 and California Bank and Shore

Protection Manual

55 - Design Hydrology and Hydraulics Reports and Studies

Task 551 Design Hydrology and Hydraulics Study

WRECO will prepare a Design Hydraulics Study (DHS) which will summarize the results

from the hydraulic and bridge scour analyses and recommendations for bridge scour

countermeasures The report will also include all of the detailed hydraulic model output

Task 552 Location Hydraulic Study

Based on WRECOrsquos preliminary qualitative hydrologic hydraulic and geomorphic

assessments no floodplain encroachments or impacts are anticipated as a result of the

Project Therefore WRECO will prepare a Floodplain Evaluation Report Technical

Memorandum including the Technical Information for a Location Hydraulic Study and the

Floodplain Evaluation Report Summary form to document the investigation and summarize

the results

56 - Dry Weather Flow and Bypass

WRECO will determine the magnitude of the dry weather flow volume during the

construction period and will work with the Project Team to develop the design concept for

the flow bypass system during construction

Task 5 Deliverables

bull Design Hydraulics Study

o Draft Design Hydrology and Hydraulics Study (PDF and 2 hard copies)

o Final Design Hydrology and Hydraulics Study (PDF and 5 hard copies)

bull Location Hydraulic Study

o Draft Location Hydraulic Study (PDF and 2 hard copies)

o Final Location Hydraulic Study (PDF and 5 hard copies)

bull Scour Analysis

Franz Creek Bridge Scope 14 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 6 Environmental

The County has in-house environmental specialists from PRMD who will lead the environmental

clearance effort (CEQANEPA and environmental permits) including setting up and facilitating

interagency meetings The consultant shall work closely with PRMD s t a f f to support their

work in obtaining environmental clearance and identifing environmental constraints and

opportunities to minimize costs and time delays This will include providing engineering

information and documentation in a timely manner

Listed below is an outline of the anticipated environmental studies to be prepared by the consultant

necessary to satisfy portions of the environmental documents (NEPACEQA) including three

additional subtasks 64 65 and 66 that were included in the Caltrans District 4 correspondence to

Sonoma County (letter dated January 15 2016)

Task 601 Project Management

Consultantrsquos Environmental Project Manager will be responsible for a variety of general

project management tasks throughout the process of coordinating preparation of technical

studies preparing the environmental documentation and coordinating with the County and

Caltrans Local Assistance staff This also includes coordinating the day-to-day

environmental activities with the Consultant Project Manager and design team and

monitoring the scope budget and scheduling of the environmental aspects of the project

Task 602 Meetings

Consultantrsquos Environmental staff will attend the kick-off meeting and up to four (4) Project

Development Team (PDT) meetings via conference call and (1) agency meeting

Task 603 Environmental Engineering Support

The consultant shall provide preliminary engineering services or site assessments needed

for the following tasks

6031 - Assist the County with preparation of the bridge project NEPACEQA documents

The Consultant shall assist in the preparation of the Area of Potential EffectsImpact Map

(APEI) and Biological Study Area (BSA) Maps of the enveloped alternatives for use in the

environmental studies Consultant will provide a base map to the Consultant (Tom Origer

amp Associates) that will finalize the (APEI) Maps and then will submit the APEI Maps for

County review The County will markup the base map and then the Consultant will prepare

the final maps based on those markups The County will submit to Caltrans for approval

The Consultant shall assist in preparation of the project description and determining NEPA

and CEQA boundaries

6032 - Identify issues that must be addressed in the design

Consultant shall assist during the preparation of the environmental documentation for

supporting documents and calculations as the studies require

6033 ndash Prepare Equipment Staging Technical Memo

The consultant will prepare an Equipment Staging Technical Memorandum The memo

Franz Creek Bridge Scope 15 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

will describe the proposed staging areas to be utilized during the construction of the Project

identify potential impacts to the surrounding environment traffic patterns and nearby

residents and describe how these potential impacts will be minimized

It is assumed that the County will assist the Consultant by providing the necessary traffic

data (existing and proposed ADT) to supplement the information required in the Land

Use memo

6034 ndash Prepare Right-of-Way Technical Memo

The consultant will prepare a Right-of-Way Technical Memorandum This memo will

describe the Right-of-Way needs of the project which parcels will be impacted what is on

the parcels the land use detail rights of entry and describe how the project will impact the

existing land use

NEPA STUDIES 61 - Initial Site Assessment (ISA)

The Consultant shall prepare an ISA that will attempt to identify potential or known

hazardous materials hazardous waste and contamination in the project area as well as those

responsible The ISA will also include a preliminary screening level study of roadway

striping paint and existing bridge construction materials A certified asbestos consultant

will also review the site and take samples of potential existing asbestos containing building

materials (including bridge concrete samples) as necessary The existing bridge and

alignment alternatives will be evaluated and reported on in the Initial Site Assessment (ISA)

report The certified asbestos consultant report will be appended to the ISA This report will

follow American Society for Testing and Materials (ASTM) Standard E1527-05

A Phase I Initial Site Assessment (ISA) will be prepared The ISA will be prepared in

accordance with the scope and limitations of the American Society of Testing and Materials

Practice E 1527-13 Standard Practice for Environmental Site Assessments Phase I

Environmental Site Assessment Process (ASTM E 1527-13)

62 - Visual Impact Assessment (VIA)

The consultant shall prepare a Moderate Level VIA and is required to follow the Guidelines

for the Visual Impact Assessment of Highway Projects (FHWA-HEP-15-029) written by

the Federal Highway Administration

The PES indicates that a Visual Resources Technical Memorandum should be prepared to

address visual issues and that a VIA may not be required The analysis will be supported by

a set of realistic computer-generated visual simulations to illustrate existing and post-project

visual conditions as seen from key public viewpoints Four visual simulations will be

prepared Visual simulations showing one existing (before) view and one simulation (after)

image from each of two viewpoints is included The simulations will be produced using

high resolution digital photographs and advanced computer modelingrendering techniques

The visual simulations will be based on engineering design data including digital (CAD)

plan and elevation drawings The visual impact assessment will be based on review of

ground level and aerial photographs topographicGIS data pertinent public policies

regarding visual quality project engineering drawings and other descriptive project data

63 - Cultural Resources

Franz Creek Bridge Scope 16 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The consultant (Tom Origer amp Associates) shall prepare the Section 106 of the Historic

Preservation Act reports APE map Historical Property Survey Report (HPSR) Historical

Resources Evaluation Report (HRER) to include a re- evaluation of the bridge for eligibility

for the National Register of Historic Places and an Archeological Survey Report (ASR)

The consultant will also complete a California Department of Parks and Recreation

Form 523 (DPR Form 523) for the existing bridge evaluating the bridges potential for

eligibility on the California Register of Historic Resources

Prior to beginning the Cultural Resources Studies the Consultant (Tom Origer amp

Associates) will create the APE map The APE map will be reviewed and approved by the

County and Caltrans prior to beginning any of the Cultural Resources Studies The County

will submit the APE Map and Project Description to Caltrans for Review and Approval

Based on the list of studies required for the Franz Creek Bridge Replacement project the

following scope of work complies with Section 106 of the National Historic Preservation

Act and the California Environmental Quality Act Based on information contained in the

Caltrans memorandum dated January 26 2016 the following scope of work is proposed

631 ndash Historic Resources Evaluation Report (HRER)

An HRER will be prepared that evaluates elements of the built environment that are within

the APE and are older than 50 years Buildings and structures older than 50 years will be

evaluated for eligibility for the National Register of Historic Places and the California

Register of Historic Resources

To evaluate resources an historic context(s) will be developed that will identify themes

events and people that were important to the area and its development The historic context

will draw upon historical documents existing histories and reports and interviews with

knowledgeable individuals The Consultant (Tom Origer amp Associates) will also consult

with local historical societies and other interested parties The results of these evaluations

will be presented in the HRER along with the appropriate resource documentation (DPR

523 forms)

632 ndash Archaeological Survey Report (ASR)

The archaeological APE will be surveyed in its entirety including areas of direct effect

staging areas and the locations of any temporary easements As part of this task the Native

American Heritage Commission and local Native American groups will be consulted

regarding the project Upon completion of the survey a technical report (ASR) will be

prepared that presents the results of the archaeological survey Resource documentation

(DPR 523 forms) will be completed if archaeological sites are identified No formal

evaluation of archaeological sites is included in this scope

633 ndash Historic Properties Survey Report (HPSR)

The Consultant (Tom Origer amp Associates) will prepare a new HPSR that will include the

results of all studies completed for this project and will discuss potential project effects on

historic properties found within the APE

64 - Natural Environment Study and Biological Assessment (By County) The County shall prepare an NES and BA (if needed) per the Caltrans guidance in the

Franz Creek Bridge Scope 17 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Standard Environmental Reference

As part of the NES and based on the potential for federally listed species to occur within

the project area the County will prepare an EFH in accordance with the most recent

Caltrans guidance to evaluate project effects to federally listed species and critical habitat

as well as identify appropriate avoidance and minimization measures If it is determined that

the project may adversely affect federally listed species Caltrans will use the EFH to

facilitate Section 7 consultation with the National Marine Fisheries Service (NMFS)

It is also assumed that the County will conduct a tree survey for the trees that are to be

removed The Consultant will submit a tree removal plan which is included in the

removal sheets of the Plans but the County will determine the species of the tree

designated for removal

65 ndash Farmlands (By County)

The County will prepare a Farmlands Technical Memorandum and if needed the AD 1006

form will be prepared and submitted

66 - Prepackaged Agency Permits (By County) During the preparation of the 65 PSampE the County will prepare the following permit packages to the respective regulatory agencies Refer to Task 87 for a description of the engineering support task for the permit process

bull CDFW 1602 Streambed Alteration Agreement requires an approved CEQA

document

bull USACE Section 404 Requires a USFWS approved Biological Opinion

bull CRWQCB Section 401 Water Quality Certification requires approval before

applying for other permits

CEQA Studies 67 - Noise

A noise study shall be prepared that addresses potential noise impacts of the proposed project It is

anticipated that road noise and construction noise will be evaluated Drilling is the preferred

method of construction The noise standards as provided in the Noise Element of the Sonoma

County General Plan 2020 shall be used to guide the analysis Given the anticipated construction

methods a bioacoustics analysis is not likely to be required and is therefore excluded from this

task but is included as a supplemental service Task 69 herein

68 - Water Quality Assessment Report (WQAR)

The consultant will assist and provide PRMD with storm flows and drainage pattern information

(existing and proposed) for inclusion in the WQAR The consultant shall prepare a WQAR per the

Caltrans guidance in the Standard Environmental Reference

WRECO will provide the existing physical and regulatory environment information for the water

quality and identify the design criteria applicable to the Project to comply with the County standards

post-construction BMPs requirements and other water quality requirements WRECO will also

review the applicable water quality regulatory requirements for the Project site

Franz Creek Bridge Scope 18 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 6 Deliverables

bull APE Map

bull Project Description

bull Equipment Staging Technical Memo

bull Right of Way Technical Memo

bull Phase I ISA

bull VIA Memo

bull Cultural ReportsHPSR HRER ASR

bull DPR Form 523

bull WQAR (DraftReviseFinal)

bull Noise Study

Task 7 ndash Public Outreach

71 ndash Public Outreach Meetings

The County will lead the Public Outreach efforts for this project with support from the Consultant

at the following meetings

Property Owner Meetings

The County will prepare a database of potential stakeholders and property owners (Refer to Task

72) It is anticipated that this project will require (1) meeting directly with the individual property

owners affected by the project Since there are only two property owners that are affected it is

anticipated that both meetings will occur during the same day The meeting will be held either on-

site or at the County offices Consultant will attend this meeting with the property owners to

explain the project answer questions take meeting notes and prepare a summarization of the

meeting notes

Sonoma County Board of Supervisor Meetings

The team will work with the County and attend two (1) One Board of Supervisor meeting related to

the project and take meeting notes as needed This will occur during the Environmental Process

72 ndash Database (By County)

The County will develop and maintain a stakeholder database which can be used to

efficiently distribute project information

Task 7 Deliverables

bull One (1) County Board of Supervisorrsquos meeting attend and prepare summaries

bull Two (2) Property Owner Meetings on the same day attend and prepare summaries

Task 8 ndash 65 PSampE

Task 8 represents the beginning of Final Design phase of the project The consultant staff will meet

with the County at a final-design kick-off meeting to discuss the Final Engineering Scope of Work

project requirements design criteria and the Countyrsquos most current scheduling and review

requirements An agenda and outline will be prepared and distributed before the meeting and

minutes will be prepared and distributed after the meeting

Franz Creek Bridge Scope 19 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

81 - BridgeStructural Design Development

The consultant shall perform structural design investigations analysis computations and

prepare detailed structure plans for the proposed replacement bridge in accordance with the

latest Caltrans bridge design techniques including a Foundation Report and a Design

Hydraulic Study Standard construction materials shall be used in the design of the proposed

bridge replacement wherever possible Where specialized non-standard

constructionbuilding materials are required the consultant shall first obtain approval from

the County prior to incorporating them into the design

The consultant shall confirm and verify the design criteria and loading conditions then

verify the structural adequacy of the selected bridge type

Permanent transient and extreme event load cases shall be considered per Caltrans BDS and

AASHTO LRFD Manuals Global analyses shall consider soil-structure interaction

Project plans prepared by the consultant shall include a set of plans at the 65 level All

identified and affected existing utilities shall be accurately indicated on the plans Plans at

65 should be of sufficient level to start ROW acquisition

Contract drawings will be developed using AutoCAD 2015 or newer at the Consultantrsquos

sole discretion

82 - Bridge Approach Roadways

The consultant shall perform roadway design in accordance with the latest version of the

AASHTO Green Book and the County design standards Design shall include details for

traffic control plans in accordance with the Caltrans Manual of Uniform Traffic Control

Devices

Re-alignment at the bridge approaches may be necessary depending on the project

alternative that is selected

The consultant will design the approach roadways and prepare the contract drawings for

these The pavement section roadside drainage and roadside barriers are included in the

design of the bridge approach roadways

The consultant will prepare approach design plans Plans will be coordinated and integrated

with the structure plans for the 65 PSampE package Design will incorporate County

Standard Plans standards per Caltrans Local Assistance Procedures Highway Design and

Traffic Manuals 2015 Caltrans Standard Plans or newer and the current AASHTO Green

Book Standards used will be those in effect as of the date of Notice to Proceed New

standards or modifications to standards which occur during the course of work may require

redesign of particular project features In this case County agrees to compensate the

consultant for extra work which is required to meet the new or modified standards

821 - Roadway Civil Design

The consultant will proceed with final civil design of the project based on the approved

preliminary engineering design concept and the consultantrsquos prior experience with County

project plan preparation Attention is directed to Attachment A for the anticipated plan

Franz Creek Bridge Scope 20 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

sheets to be completed in this task

The Title sheet will include the appropriate County and federal funding project

identification This plan sheet will include a sheet schedule a vicinity map the project

legend general notes and the project control points

The Typical Section Sheet will include the roadway structural section as designed based on

a County supplied Traffic Index (TI) and the R-value recommendations of our geotechnical

subconsultant based on approach soil borings Design will conform to County standards

Standard details will be included to reconstruct raised medians and concrete barriers

Typical sections will be produced for Franz Valley School Road

The total alignment length is approximately 600 The Layout Sheets will be produced at a

horizontal scale of 1 = 20 The plan view will delineate the general roadway

improvements and pavement dimensions Profile and superelevation sheets will be

prepared at a horizontal scale of 1 = 20 and a vertical scale of 1rdquo = 4rsquo The profile grade

will be refined from that shown in the preliminary engineering report Geometric

information tied to the project control points will be shown to sufficiently describe both

the profile and horizontal alignments Spot elevations will be shown at conforms

Construction Detail Sheets shall be created to identify specific details for the project

including but not limited to removal sheets (including a tree removal plan) driveway

conforms and any other details needed to clarify the Plans

It is assumed that existing road surface drainage will be allowed to runoff and infiltrate It

is envisioned that a system will be required to capture predevelopment runoff volumes in

order to satisfy the water balance calculator A system will be designed and shown on the

drainage plan It should be noted that this project is not in an MS4 boundary but roadside

ditches may need to have a treated system before outfalling into the creek

Contour Grading sheets will not be prepared this information will be shown on the Erosion

Control Plan and Details sheets

822 ndash Traffic Design

Permanent Signing and Striping Plan

A Pavement Delineation and Signing Plan will be prepared utilizing the County standards

MUTCD standards and Caltrans standard details This plan will generally match the

existing striping layout The Consultant staff will work closely with the County Traffic

Engineer to incorporate applicable requirements To this end conceptual plan sheets will

be produced for the Traffic Control System and Construction Area Signs plan sheets These

sheets will be transmitted to the County Traffic Engineer and the County project manager

and a meeting held to discuss the design concept prior to the first formal project submittal

Franz Creek Bridge Scope 21 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Subsequent submittals will follow the schedule outlined for the overall project submittals

Existing as well as new sign locations will be shown Sign panels will be shown for new

non-standard signs Standard signs will only be designated by the appropriate Caltrans sign

number

Stage Construction and Traffic Handling Plan

The consultant will prepare combined Traffic Handling and Staged Construction sheets

The plan will generally maintain one travel lane in each direction on the existing bridge

during the construction of the structure No practical detour exists and therefore the road is

assumed to have at least one lane of traffic open at all times Occasional one lane two-way

traffic control will be accomplished through the use of flaggers Brief closures (a few days

to a week) of the approaches will be employed during tie-in operations and construction of

approach pavement The public will be notified of these closures well in advance and

appropriate signage placed at the ends of the approaching roadways

The Caltrans Traffic Manual Sign Specifications and Standard Plans will be used as

applicable Temporary signing and striping portable delineators temporary crash cushion

arrays and temporary railing (Type K) as necessary will be shown on this plan No

temporary signal work for pedestrian or vehicular traffic is currently included within this

scope of work Attention is directed to Attachment A for the anticipated plan sheets to be

completed in this task

83 Channel Protection Design (WRECO)

The use of rock slope protection for scour and slope protection is anticipated at this site

Design will be based on the results of our scour analysis Attention is directed to

Attachment A for the anticipated plan sheets to be completed in this task Slope protection

installations will be designed at the channel banks specifically at the abutment faces up to

the right-of-way upstream and downstream of the bridge and along the roadway approaches

adjacent to the creek The design of the slope protection will include details for toe

trenches cutoff walls and intermediate shear keys as necessary Additionally layout and

elevation information will be shown and tied to the project coordinate system

84 ndash Stormwater Pollution Prevention Plan

The project specifications will require the Contractor to prepare a SWPPP for the project so

it is assumed that Temporary Water Pollution Control sheets will not be necessary and are

expressly excluded from this scope of work Stormwater BMPs will be required by the

Regional Board thus informal temporary water pollution control design sheets will be

produced in order to estimate the BMPrsquos that may be required during construction for

estimating purposes The cost of anticipated BMPrsquos will be included in the 65

Construction Cost Estimate

Franz Creek Bridge Scope 22 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

85 ndash Erosion Control Plans

This task will include parameters to stabilize the soil and will include a revegetation plan

for the site after construction

86 ndash Engineering Support to Permitting Process

During the 65 PSampE preparation the consultant will provide the County and our

subconsultants engineering support as the permitting documents are drawn up This support

will be in the form of preparing exhibits calculating areas and quantities of impacts as

required by the permit documents

87 ndash Cost Estimate and Specifications

The Consultant will prepare an itemized engineers estimate at the 65 stage for the

roadway items Bridge items will be based on a General Plan Estimate method The format

will be consistent with the Caltrans Ready-to-List Guide and a BEES listing will be

included Unit prices shall be applied to each contract item resulting in the Engineerrsquos

Estimate of Probable Construction Cost (Estimate) Prices used shall be based on the latest

available data from the COUNTY and Caltrans reflecting the location of the project and the

quantity of each item

The consultant will develop project specifications and special provisions from the most

current Caltrans and County standards

At the 65 stage a bid item list will be prepared and will be submitted with the Plans and

Estimate Special Provisions will not be prepared until the 95 stage as standard special

provisions change frequently

88 - Contract Drawings

Contract drawings for the bridge and roadway approaches are shown in Attachment A

All drawings will be prepared per the most current Caltrans FHWA and County standards

89 - Quality Control and Quality Assurance

A Quality Control (QC) and Quality Assurance (QA) program will be implemented on the project to capture any design or drafting errors

The consultant shall employ a QC program that consists of checking and back-checking the design calculations and contract plans

QA entails ensuring that all QC procedures have been followed and that all critical issues have been addressed and resolved

The 65 PSampE will be submitted after QAQC has been completed

Task 8 Deliverables

bull 65 Plans and Estimate

bull 65 Design Calculations

Franz Creek Bridge Scope 23 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 8 County Decision Points

bull Provide 65 Plans and Estimate review comments

bull The County requires a 30 day review period for the 65 PSampE submittal

Task 9 - 95 PSampE

PSampE shall be 95 complete Major subtasks for this phase of the work are

91 ndash Address County Comments

Incorporate County 65 review comments into the design and bidding documents if any

Consultant shall provide written responses to County comments on the 65 plans After

receiving County concurrence on responses Consultant will proceed with the preparation of

the 95 plans Plan revisions will include addressing 65 comments and design changes to

address mitigation measures and concerns expressed by the County

92 ndash Complete Design and Bid Documents

Complete the design documents and bidding documents to 95 level

93 - Independent Design Check

Perform an independent design check The independent design check of the bridge will be

performed by individual(s) that werent involved in the originating of the design calculations

Where possible the independent checker shall use alternative methods of design and

analysis than used by the designer

The independent check is complete when the independent checker finishes their

calculations compares results with those of the designer and all discrepancies between the

independent check and the original design are reconciled

The 95 PSampE will be submitted when the independent design check is complete The

design of the bridge and approaches is essentially complete at this time

94 ndash Cost Estimate and Specifications

The Consultant will prepare an itemized engineers estimate at the 95 stage Work includes

updating the quantities and project cost estimate including calculating updated quantities for

the changes related to work performed hereunder Two independent sets of quantity

calculations shall be performed by individuals experienced in this work for the bridge design

Work also includes updating the bid item list to correspond to Caltrans current standards

Prices will be updated to current expected values

Plans shall be cross checked with the specifications and the engineerrsquos estimate The

specifications shall then be compiled using the bid item list to collect and edit the applicable

Caltrans Standard Special Provisions (SSPs) and prepare required special provisions in

coordination with the roadway designers CONSULTANT shall utilize the County boiler

plate documents including the notice to bidders proposal bond forms and agreement

Franz Creek Bridge Scope 24 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Specifications will be updated and finalized with comments from the County after the 95

submittal

95 ndashPerform 95 QCQA

The QCQA procedures described in Task 8 will be implemented during this task as well this

time with an emphasis on coordination between structure roadway traffic and utility

documents and the elimination of conflicts between them

Task 9 Deliverables

bull 65 Response to Comments

bull 95 PSampE

bull 95 Design Calculations

bull Independent Design Check

Task 9 County Decision Point

bull Provide 95 PSampE review comments

bull The County may hire a bridge consultant to perform a constructability review

bull The County requires a 30 day review period including the constructability review for the

95 PSampE Submittal

Task 10 - Final (100) PSampE

This phase begins after the 95 PSampE is submitted and County has responded with comments

The consultant shall not prepare the deliverables for this task until receiving written authorization

from the County

The objective in this task is to provide the design and construction documents the County will use

to advertise for bids and administer the construction contract PSampE shall be 100 complete

Major sub tasks for this phase of the work include

101 - Address County Comments

Incorporate County 95 review comments if any into the design and bidding documents

Consultant shall provide written responses to County comments on the 95 plans After

receiving County concurrence on responses Consultant will proceed with the preparation of

the 100 plans Plan revisions will include addressing 95 comments and design changes

to address mitigation measures and concerns expressed by the County

102 ndash Finalize Documents

Complete the design documents and bidding documents to 100 level this includes

updating the Plans Specifications and Engineerrsquos Cost Estimate

Sign and seal the design and bidding documents and prepare for reproduction

103 ndash Prepare Final Deliverables

Prepare one (1) copy and one (1) electronic copy of design calculations and design check

calculations and ten (10) sets of PSampE bidding documents to the County

Franz Creek Bridge Scope 25 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

104 ndash Federal Funding Assistance

Assist the County in securing federal bridge funding through Caltrans if needed

Task 10 Deliverables

bull 95 Response to Comments

bull (1) Set of reproducible final design plans (printed in black ink on mylar)

bull (10) Sets of hardcopy final design plans (11rdquox 17rdquo)

bull (10) Copies of Specifications (seven bound two loose-leaf bound and one printer ready)

bull (10) Copies of Engineerrsquos Estimate

bull (1) Copy of design check calculations

bull (1) Copy of design check quantities

bull (2) Copies of Resident Engineer pending file

bull (2) Copies of the Geotechnical Report including the Bridge Foundation Report

bull (2) Copies of hydraulic studies and reports

bull (1) Flash drive with electronic versions of all Task 10 deliverables itemized above in

DWG MS Excel or MS Word format Print ready PDF files of same will be provided

Design plans will be provided in AutoCAD and PDF formats

Task 10 County Decision Point

bull Provide written authorization to proceed

Task 11 - Pre-Construction Engineering Services

The consultant shall remain available to provide assistance during bidding and award This work

may include clarification of contract documents in response to contractor inquiries preparing

addenda and evaluating bids Pre-construction engineering services shall be included in this

proposal

111 ndash Pre-Bid Meeting

The consultant Project Manager and Project Engineer will attend the pre-bid meeting to

assist the County in responding to questions regarding intent of PSampE documents

112 ndash Respond to Bidder Inquiries

The consultant will provide the County written responses to technical inquiries by bidders

for County distribution

113 ndash Prepare Addenda

The consultant will prepare addenda documents for distribution by the County should any

changes to the bid documents be required during the bid phase

114 ndash Assist in Evaluating Bids

The consultant will assist the County in evaluating Contractor bids

SUPPLEMENTAL SERVICES TRC and our subconsultants are prepared to perform other tasks as required by the County and the

Project as Supplemental Services A more detailed scope and fee will be developed for these

Franz Creek Bridge Scope 26 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

supplemental services at the time they are deemed necessary No work will be performed on the

Supplemental services without written authorization from the County

Some supplemental services that may be necessary include the following

2C5 ndash Utility Potholing

If utility conflicts are discovered during the design process positively locating the utilities in the

field will be required Consultant with the approval of the County can obtain a price quote from a

utility potholing sub-consultant to perform the work The Consultantrsquos surveyor will survey the

potholed location of the utilities and provide the information in AutoCAD to the designer The

utility drawings will be updated with the correct information If this task is required a refined scope

and fee will be prepared to include the total number of potholes needed the sub-consultant to

perform the work the surveyor to pick up the locations and the engineering design and support to

complete this task

49 ndash Geotechnical Retaining Wall Investigation and Analysis Optional borings for retaining wall foundations and roadway approaches will include one 50 foot

deep boring at each of two potential retaining wall locations Bulk soil samples for pavement

section subgrade analysis will be obtained from the bridge abutment borings previously indicated

If Retaining Walls are required both the draft and final foundation memoreports will be updated

accordingly

69 ndash Noise ndash Bioacoustic Analysis A bioacoustics analysis is excluded from the Noise Study noted in Task 67 The County per task

64 will perform the EFH However if the County requires assistance the Consultant can perform a

bioacoustics analysis if required

Task 7A -Public Outreach led by the Consultant

In this task it is assumed that the County prefers the Consultant to lead the public outreach effort

The goal of the subtasks listed below are to assist the County with informing the public about the

importance of the bridge replacement project identify the communitiesrsquo key issues and concerns

and provide information to the community on project status and design options for the proposed

bridge We will incorporate input from the public into the decision making process for design

aesthetics and location of the new bridge

7A1 - Facilitate Public Meetings

The consultant shall work closely with County staff to develop meeting agendas

presentations and meeting materials for one public outreach meeting and attend two of the

Sonoma County Board of Supervisorrsquos meetings The consultant shall coordinate and

facilitate the public meeting and keep notes that can be shared with the public after review

by County staff

Public Outreach Meetings ndash The County will prepare a database of potential stakeholders

Franz Creek Bridge Scope 27 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

and property owners (Refer to Task 72 of the Scope) It is anticipated that this project will

require (1) meeting directly with the individual property owners affected by the project

Since there are two property owners that are affected it is assumed that both meetings will

occur during the same day The meeting(s) will be held either on-site or at the County

offices The Consultant County and Public Outreach Staff will attend this meeting with

the property owner to explain the project answer questions take meeting notes and prepare

a summarization of the meeting notes

Sonoma County Board of Supervisor Meetings

The team will work with the County and attend one (1) One Board of Supervisor meeting

related to the project and take meeting notes as needed This will occur during the

Environmental Process

7A2 - Distribute Informational Materials to the Community

The consultant will work with County staff to develop and distribute

informationeducational materials as needed to the community to keep all stakeholders

informed of progress on the project

Informational Materials - Fact sheet and FAQrsquos will take 2-3 weeks to prepare review and

finalize with County and project team input Updates will take 1-2 days each

The consultant will develop information for posting on the County project website to

announce public meetings and show progress in project development We will also prepare

a project fact sheet and FAQs to communicate project information The factsheet and FAQs

will each be an 85 x 11 full color handout for use at public meetings and optimized for

posting on the project website Both will be updated twice during the project

ndash

7A3 - Media Relations

Assist the Countyrsquos public information officer with news releases media advisories or other

interactions with the media as needed

This task will be ongoing throughout the project with County and project team input News

releases and media advisories will take approximately 5 days each to prepare review and

distribute In an attempt to maintain positive coverage of the project the Consultant will

assist the Countyrsquos public information officer with news releases media advisories or other

interactions with the media as needed

Task 7A Deliverables

bull One (1) County Board of Supervisorrsquos meeting attend and prepare summary

bull Two (2) Property Owner Meetings attend and prepare summaries

bull Public Information Materials - initial fact sheet FAQ agendas presentation materials

(one PPT updated for the public meeting) exhibits sign in sheets comment cards

Task 810 ndash Retaining Wall Design

Along the southeast side of Franz Valley School Road at the bridge an approximate 70rsquo long

retaining wall may be required This wall will be a Caltrans Standard Plan type designed per the

corresponding Caltrans Standard plan or a pre-engineered wall type designed by the wall

Franz Creek Bridge Scope 28 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

manufacturer The wall height is unknown at this time

Task 12 - Construction Support Services

Up to 100 hours of construction support services is included in this scope Key members of the

Consultant design team will remain available to perform construction support services provided

they are still employed by Consultant

If additional services are required such services will be negotiated with the County at a future date

Common construction support services are described below

121 - Pre-construction Meeting

Key members of the consultant design team shall be available to attend the preconstruction meeting

with the successful construction contractor

122 - Consultant Site Visits

Key members of the consultant design team shall remain available to review shop drawings and

check falsework structural calculations review material submittals and Request for Information

(RFI) and visit the project site during construction if required Any observed defects or

deficiencies in the work shall immediately be brought to the attention of the Countys Resident

Engineer

Attachments

Attachment A ndash Plan Sheet List

Attachment B ndash Exhibits

Attachment C - Fee

Franz Creek Bridge Scope 29 2017-09-07

Details

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

PLAN SHEET LIST DISCIPLINE DESCRIPTION NUMBER OF

SHEETS

SUBMITTED WITH

C Title Sheet 1 35

C Typical Sections 3 35

C Survey Control Sheet 1 65

C Layout Plan (2 per alternative) 4 35

C Profile amp Superelevation

(2 per alternative)

4 35 (profile only)

C Removal Plans 2 65

C Construction Details 2 65

C Contour Grading 0 65

C Traffic HandlingStaged Construction Plans 6 65

C Pavement Delineation amp Signing Plan 2 65

C Drainage Plans amp Details (Stormwater Treatment) 2 65

C Rock Slope Protection Channel Work Plan and 3 65

C Water Pollution Control Plan and Details 2

C Erosion Control Plan amp Details 2 65

C Utility Plans 2 65

S General Plan 1 35

S Deck Contours 1 65

S Foundation Plan 1 35

S Abutment Layout 2 65

S Abutment Details 2 65

S Typical Section 1 35

S Slab Details 1 65

S Tubular Bicycle Railing 1 65

G Log of Test Borings 2 65

TOTAL 46

to be shown on Erosion Control Plan and Details sheets Will be used for estimating only (not part of plan set)

Summary by Discipline

C = Civil 34

S = Structural 10

G = Geotechnical 2

TOTAL 46 Franz Creek Bridge Scope 30 2017-09-07

Attachment A

EXHIBIT 10-H TRC ENGINEERS INC COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

MImbriani Project Manager - Key Personnel 162 $9300 $15066 Manager 0 $000 $0

TLambert Bridge Project Engineer - Key Personnel 220 $6721 $14786 JConklin Roadway Project Engineer - Key Personnel 361 $6601 $23797

Environmental Principal 0 $7788 $0 PChoi Environmental Manager (B3) - Key Personne 141 $6240 $8798 C Pinkerton Bridge Senior Engineer 84 $5332 $4479 G Armstrong Roadway Senior Engineer 114 $5724 $6525 B SchoppeA Bedal Engineer II 636 $4100 $26076 K NegoroN Hernande Engineer I 778 $3300 $25674 G Imbsen Eng CADD Supervisor 93 $5148 $4788 A Cardoza Eng CADD Technician 298 $3415 $10177 J Hull Eng Desktop Publisher 56 $3000 $1680 MaechlerHawthorne Eng AdmAssistant 44 $3000 $1320 W Broeking Environmental PlannerScientist II 0 $3894 $0 G Drosky Environmental PlannerScientist I 126 $2785 $3509

Senior ScientistBiologist (A1) 0 $5492 $0 E Biolsi Technical EditorFinancial Analyst 14 $3605 $505 J Hanzel-Durbin SeniorEngineer (B3) 7 $4710 $330 D Rathnayake SeniorEnvironmental Mgr (A3) 4 $8080 $323 -- 0 $000 $0

Escalation Factor 30 $4101

Total Direct Labor Costs 3138 $15193320 INDIRECT COSTS

Rate Total Fringe Benefits 4962 General Overhead 11040 Cost of Facilities Capital 000

Overhead 16002 $24312350 Total Indirect Costs $24312350

OTHER DIRECT COSTS Quantity Per Unit Total

Airfare (round trips) 0 $0000 $000 Mileage 2900 $0535 $155150 Lodging 0 $150000 $000 Per Diem 4 $46000 $18400 Car rental 0 $0000 $000 Miscellaneous Travel 0 $0000 $000 Mail 50 $054 $2675 Overnight mail 10 $1500 $15000 Copies (85x11) 500 $012 $6000 Copies (11x17) 1000 $200 $200000 Prints (22x34) 162 $300 $48600 Mylars (22x34) 81 $1200 $97200 Environmental EDR Report 1 $35000 $35000 Miscellaneous 50 $500 $2500 Visual Assessment Study 10 $000 $000

Total Other Costs $580525

FEE (Profit) 10 $3950567

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Shannon amp Wilson (inc Woodward Drilling DBE) 2 WRECO (DBE) 3 4 5 Cinquini and Passarino 6 NAL 7 Origer 8 Anchor QEA 9 Anchor QEA (Optional)

10 Shannon amp Wilson (Optional)

Basic $5916619 $5488634

$4531371 $176323

$1710917 $1157155

$18981019

TOTAL COST $63017781

EXHIBIT 10-H TRC ENGINEERS INC COST PROPOSAL - Optional SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

MImbriani Project Manager - Key Personnel 0 $9300 $0 Manager 0 $000 $0

TLambert Bridge Project Engineer - Key Personnel 40 $6721 $2688 JConklin Roadway Project Engineer - Key Personnel 33 $6601 $2178

Environmental Principal 0 $7788 $0 PChoi Environmental Manager (B3) - Key Personnel 0 $6240 $0 C Pinkerton Bridge Senior Engineer 36 $5332 $1920 G Armstrong Roadway Senior Engineer 16 $5724 $916 B SchoppeA Bedal Engineer II 222 $4100 $9102 K NegoroN Hernande Engineer I 216 $3300 $7128 G Imbsen Eng CADD Supervisor 14 $5148 $721 A Cardoza Eng CADD Technician 78 $3415 $2664 J Hull Eng Desktop Publisher 0 $3000 $0 MaechlerHawthorne Eng AdmAssistant 2 $3000 $60 W Broeking Environmental PlannerScientist II 0 $3894 $0 G Drosky Environmental PlannerScientist I 0 $2785 $0

Senior ScientistBiologist (A1) 0 $5492 $0 E Biolsi Technical EditorFinancial Analyst 0 $3605 $0 J Hanzel-Durbin SeniorEngineer (B3) 0 $4710 $0 D Rathnayake SeniorEnvironmental Mgr (A3) 0 $8080 $0 -- 0 $000 $0

Escalation Factor 30 $827

Total Direct Labor Costs 657 $2820328 INDIRECT COSTS

Rate Total Fringe Benefits 4962 General Overhead 11040 Cost of Facilities Capital 000

Overhead 16002 $4513089 Total Indirect Costs $4513089

OTHER DIRECT COSTS Quantity Per Unit Total

Airfare (round trips) 0 $0000 $0 Mileage 500 $0535 $268 Lodging 0 $150000 $0 Per Diem 2 $46000 $92 Car rental 0 $0000 $0 Miscellaneous Travel 0 $0000 $0 Mail 10 $054 $5 Overnight mail 0 $1500 $0 Copies (85x11) 100 $012 $12 Copies (11x17) 100 $200 $200 Prints (22x34) 5 $300 $15 Mylars (22x34) 5 $1200 $60 Environmental EDR Report 0 $35000 $0 Miscellaneous 50 $500 $25

Total Other Costs $67685

FEE (Profit) 10 $733342

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Shannon amp Wilson (inc Woodward Drilling DBE) 2 WRECO (DBE) 3 Circlepoint (Optional) 4 0 5 Cinquini and Passarino 6 NAL 7 Origer 8 Anchor QEA 9 Anchor QEA (Optional)

10 Shannon amp Wilson (Optional)

Optional Basic

$2652981

$84440 $2654490

$5391912

TOTAL COST $13526355

TRC ENGINEERS 080416 Project

BASIC SERVICES - DESIGN FEE ESTIMATE WORKSHEET Increase

Sub administration

Current Date

Expenses Description

Amount DBE

358

717

1075

205

Total DBE including Supplemental)

205

$18981019

$580525

$63017781

$4531371

Subconsultants

Expenses

Total

$18981019

$1710917

$5391912

Total $76544136

$43456237Labor

Car rental

Proposal Date

$0

$184

$0

Sonoma County

Replacement of the Franz Creek Bridge

Bridge No 20C0326 County No C14007

Travel Name

NAL $176323

Basic Services

$5916619Shannon amp Wilson (inc Woodward Drilling DBE)

Miscellaneous Travel

Cinquini and Passarino

Subconsultants (Labor + ODC)

Anchor QEA

Airfare (round trips)

Mileage

Lodging

Per Diem

Total Basic Services

$0

Origer

$0

$1177

Other Direct Costs

Subconsultants Admin Costs

Travel Subtotal

Total Supplemental Services

$1736

$4070

$0

Shannon amp Wilson (Optional)

Optional Services

Total

ODC Subtotal

$5805

$4070

$2654490

$1157155

$84440

P2016-33

WRECO (DBE)

00

03-Oct-17

00

$5488634 Total Fee Estimate (wescalation)

Environmental Mileage $375

1280

Total Basic + Supplemental Fee Estimate Basic Services $63017781

Optional Services $8066759

Subconsultants Optional $5391912 $2652981

Anchor QEA (Optional)

Expenses $67685Circlepoint (Optional)

1032017

2017_10_03_Franz Creek Fee_RevisedTotals with Expenses

BASIC SERVICES ESCALATION CALCULATION

Employee Actual

Employe e Rate

Hours on Project

of Project

Weighted Portion of

Rate Project Manager - Key Personnel 9300$ 162 516 $480 Manager -$ 0 000 $000 Bridge Project Engineer - Key Pers 6721$ 220 701 $471 Roadway Project Engineer - Key P 6601$ 361 1149 $758 Environmental Principal 7788$ 0 000 $000 Environmental Manager (B3) - Key 6240$ 141 449 $280 Bridge Senior Engineer 5332$ 84 268 $143 Roadway Senior Engineer 5724$ 114 363 $208 Engineer II 4100$ 636 2027 $831 Engineer I 3300$ 778 2480 $818 Eng CADD Supervisor 5148$ 93 296 $153 Eng CADD Technician 3415$ 298 950 $324 Eng Desktop Publisher 3000$ 56 178 $054 Eng AdmAssistant 3000$ 44 140 $042 Environmental PlannerScientist II 3894$ 0 000 $000 Environmental PlannerScientist I 2785$ 126 402 $112 Senior ScientistBiologist (A1) 5492$ 0 000 $000 Technical EditorFinancial Analyst 3605$ 14 045 $016 SeniorEngineer (B3) 4710$ 7 022 $011 SeniorEnvironmental Mgr (A3) 8080$ 4 013 $010

-$ 0 000 $000 3138 10000 $4712 TRC ave rate March 2017

Year Est hours spent per

year

Est spent per

year

Unescalated Ave Rate Escalation Escalated

Ave Rate

Total Unescalated

Labor

Total Escalated

Labor

Escalated Labor by

Year Sept 2017 to December 2017 Design 500 1594 $4712 Jan 2018 to December 2018 Design 1322 4214 $4712 20 $4806 $62290 $63536 $1246 Jan 2019 to December 2019 Design 1322 4214 $4712 20 $4902 $62290 $64806 $2517 Jan 2020 to December 2020 Const 50 159 $4712 20 $5000 $2356 $2500 $144 Jan 2021 to December 2021 Const 50 159 $4712 20 $5100 $2356 $2550 $194

3244 103 $129292 $133392 $4101

Difference between Unescalated Labor and Escalated Labor

TRC ENGINEERS FEE ESTIMATE WORKSHEET Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

Travel From Rancho Cordova To Santa Rosa CA (110 mi) of people 2 of days 2 of nights 0 of trips 14

Rate Airfare (round trips) x trips x people = $000 Mileage $0535 x 220 miles x 10 trips = $117700 Lodging $15000 x 0 nights x 2 people = $000 Per Diem $4600 x 2 days x 2 people = $18400 Car rental x days x people = $000 Miscellaneous Travel x units x units = $000 Environmental Mileage $0535 700 $37450 Total Travel $173550

ODCs Rate

Mail $0535 50 $1500 10

$012 500 $200 1000 $300 162

$1200 81 $35000 1

$500 5 1

x pieces = Overnight mail x pieces = Copies (85x11) x copies = Copies (11x17) x prints = Prints (22x34) x prints = Mylars (22x34) x prints = Environmental EDR Report x = Miscellaneous x units = Visual Assessment Study Total ODCs

Total Travel and ODCs

$2675 $15000

$6000 $200000

$48600 $97200 $35000

$2500 $000

$406975

$580525

2017_10_03_Franz Creek Fee_RevisedExpenses Worksheet 1032017

080416

412017

ProjectSonoma County TRC Design Proposal Date P2016-33Replacement of the Franz Creek Bridge DESIGN FEE ESTIMATE WORKSHEET Start Date

Bridge No 20C0326 County No C14007 End Date

LABOR

Task Description anager - Key Personn

Project

Manager ngineer - Key Personn

Bridge Project

ngineer - Key Personn

Roadway Project

Principal

Environmental

ager (B3) - Key Perso

Environmental Bridge Senior

Engineer Engineer

Roadway Senior

II

Engineer Engineer

I

Eng CADD

Supervisor Technician

Eng CADD

Publisher

Eng Desktop

Assistant

Eng Adm

PlannerScientist II

Environmental

PlannerScientist I

Environmental

Biologist (A1)

Senior Scientist

Financial Analyst

Technical Editor

Engineer (B3)

Senior

nvironmental Mgr (A3

Senior Total

Hours

Total

$

MImbriani TLambert JConklin PChoi C Pinkerton G Armstrong B SchoppeA Bedal NegoroN Hernande G Imbsen A Cardoza J Hull MaechlerHawthorne W Broeking G Drosky E Biolsi J Hanzel-Durbin D Rathnayake --

Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Task 1 Project Management Task 11 Project kickoff Meeting 8 8 8 4 28 $1930 Task 12 ProjectStaff Management 40 24 30 16 16 126 $8497 Task 13 Meetings 58 32 68 20 178 $12633 Task 14 Work Progress Form 24 12 24 24 84 $5343 Task 2 Preliminary Engineering Task 2A Alignment Engineering Task 2A1 Assess Available Information 4 4 10 8 26 $1156 Task 2A2 Alignment Alternatives Analysis 16 32 40 2 90 $3748 Task 2B Preliminary Structure Engineering and 35 Design Task 2B1 Bridge Type Selection Report Preparation (DraftFinal) 4 4 28 12 3 12 4 4 71 $2830 Task 2B2 Prepare 35 Design Plans 4 1 4 1 32 36 8 28 114 $4473 Task 2B3 General Plan Cost Estimate 2 1 4 1 4 24 2 38 $1487 Task 2C Utility Coordination Task 2C1 Utility Letters Task 2C11 Prepare A Letters and Plans 05 8 4 4 4 205 $924 Task 2C12 Compile Utility information into Utility Drawing 8 8 16 32 $1314 Task 2C13 Prepare B Letters and Plans 05 8 6 8 6 285 $1206 Task 2C14 Utilities begin Relocation Design Task 2C15 Prepare C Letters and Plans 05 8 8 8 8 325 $1356 Task 2C16 Utilities begin Relocation Construction 2 2 $60 Task 2C2 Utility Company Coordination 12 80 24 116 $6163 Task 2C3 Develop Utility Relocation Plans 1 16 30 47 $1712 Task 2C4 Utility Relocation Cost Estimates 1 16 4 21 $854 Task 3 SurveyingMappingROW Engineering Task 31 Topographic Survey Task 32 Right-of-Way (ROW) Task 321 Boundary Surveys Task 322 Appraisal Mapping - Task Deleted Task 33 Title Reports Task 34 Legal Descriptions 2 4 16 22 $824 Task 35 Creek Cross Sections for Hydraulic Analysis Task 36 Survey Control Sheet Task 4 Geotechnical Engineering Task 41 Preliminary Foundation Memo (PFM) Task 42 Planning amp Permitting Task 43 Traffic Control Task 44 Geologic Reconnaissance Task 45 Laboratory Testing Task 46 Engineering and Geologic Analyses Task 47 Prepare Draft Geotechnical Report 4 8 12 $597 Task 48 Prepare Final Geotechnical Report 2 6 8 $380 Task 5 Hydrology and Hydraulics Task 51 Data Collection and Site Review 4 4 8 $433 Task 52 Hydraulics Analyses 8 8 16 $856 Task 53 Documentation Task 54 Scour Analyses Task 55 Design Hydrology and Hydraulics Reports and Studies Task 551 Design Hydrology and Hydraulics Report Task 5511 Draft Design Hydrology and Hydraulics Report 4 1 4 9 $499 Task 5512 Final Design Hydrology and Hydraulics Report 2 1 4 7 $364 Task 552 Location Hydraulic Study Task 5521 Draft Location Hydraulic Study 4 1 4 9 $499 Task 5522 Final Location Hydraulic Study 2 1 4 7 $364 Task 56 Dry Weather Flow and Bypass Task 6 Environmental Task 601 Environmental Project Management 60 60 $3744 Task 602 Environmental Conf CallsCoordinationMeetings 24 30 54 $3456 Task 603 Environmental Engineering Support 24 24 24 72 $3360 Task 6031 Assist the County with preparation of NEPACEQA documents 4 4 $269 Task 6032 Identify issues that must be addressed in the design 2 8 4 2 24 40 $1750 Task 6033 Prepare Equipment Staging Technical Memo 2 1 4 8 4 19 $874 Task 6034 Prepare Right of Way Technical Memo 1 8 9 $394 Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA 1 3 50 4 2 60 $1996 Task 612 Revised ISA 1 1 10 2 1 15 $582 Task 613 Final ISA 1 8 1 1 11 $413 Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations 1 4 40 24 40 8 117 $4597 Task 622 Revised VIA and Visual Simulations 1 2 10 4 17 $614 Task 623 Final VIA and Visual Simulations 2 8 2 12 $420 Task 63 Cultural Resources (Includes Developing APE map) 1 2 3 $191 Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER 1 6 7 $440 Task 6312 Revised HRER 1 4 5 $316 Task 6313 Final HRER 2 2 $125 Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR 1 4 5 $316

2017_10_03_Franz Creek Fee_RevisedTRC Design 1032017

Task 6322 Revised ASR 1 2 3 $191 Task 6323 Final ASR 2 2 $125 Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR 1 4 5 $316 Task 6332 Revised HPSR 1 2 3 $191 Task 6333 Final HPSR 2 2 $125 Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise 1 1 $66 Task 672 Revise Noise 1 1 $66 Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR 1 8 9 $565 Task 682 Revise WQAR 1 1 $66 Task 683 Final WQAR Task 7 Public Outreach Task 71 Public Outreach Meetings (2 meetings1 day) 8 8 $528 Task 72 Sonoma County Board of Supervisor Meetings (1 total) 8 8 16 $1272 Task 8 65 PSampE Task 81 BridgeStructural Design Development 20 8 140 24 112 4 4 312 $12811 Task 82 Bridge Approach Roadways Task 821 Roadway Civil Design 8 16 50 74 $2834 Task 822 Traffic Design 4 16 20 $692 Task 83 Channel Protection Design Task 84 Stormwater Pollution Prevention Plan 4 8 12 $428 Task 85 Erosion Control Plans 4 8 12 $428 Task 86 Engineering Support to the Permit Process 1 4 12 8 4 29 $1156 Task 87 Cost Estimate amp Specifications 2 4 18 36 60 $2274 Task 88 Contract Drawings - Prepare Submittal 4 4 8 2 2 8 2 2 32 $1372 Task 89 QCQA 8 8 4 20 $1404 Task 9 95 PSampE Task 91 Address County Comments 2 4 18 8 4 36 $1470 Task 92 Complete Design and Bid Documents 4 8 4 24 48 12 72 4 4 180 $6895 Task 93 Independent Design Check 8 8 24 120 160 $5908 Task 94 Cost Estimate amp Specifications 40 36 8 56 76 216 $10295 Task 95 Perform 95 QCQA 16 8 24 $2016 Task 10 Final -100 PSampE Task 101 Address County Comments 2 4 4 24 2 36 $1364 Task 102 Finalize Documents 2 4 2 16 48 4 24 2 2 104 $3891 Task 103 Prepare Final Deliverables 1 2 2 8 16 2 2 33 $1282 Task 104 Federal Funding Assistance 8 8 $528 Task 11 Pre-Construction Engineering Services Task 111 Pre-Bid Meeting 4 4 8 $533 Task 112 Respond to Bidder Inquiries 4 4 4 8 8 28 $1338 Task 113 Prepare Addenda 2 4 4 4 14 $776 Task 114 Assist in Evaluating Bids 4 4 $269 Supp Supplemental Services Task 2C5 Utility Potholing 4 8 16 16 44 $1906 Task 49 Geotechnical Retaining Wall Investigation and Analysis 4 8 12 $592 Task 69 Noise - Bioacoustic Analysis 1 1 $66 Task 7A Public Outreach led by the Consultant Task 7A1 Facilitate Public Meetings Task 7A2 Distribute Informational Materials to the Community Task 7A3 Media Relations Task 810 Retaining Wall Design 24 8 24 8 168 184 12 72 500 $19915 Task 12 Construction Support Services Task 121 Pre-Construction Meeting 4 4 8 $533 Task 122 Construction Site Visits 12 12 12 30 16 2 6 2 92 $4364

Hrs 162 Hrs Hrs 220 Hrs 361 Hrs Hrs 141 Hrs 84 Hrs 114 Hrs 636 Hrs 778 Hrs 93 Hrs 298 Hrs 56 Hrs 44 Hrs Hrs 126 Hrs Hrs 14 Hrs 7 Hrs 4 Hrs 3138 $147832 Rate 930 Rate Rate 672 Rate 660 Rate 779 Rate 624 Rate 533 Rate 572 Rate 410 Rate 330 Rate 515 Rate 342 Rate 300 Rate 300 Rate 389 Rate 279 Rate 549 Rate 361 Rate 471 Rate 808 Rate

FeeClassification 15066 14786 23797 8798 4479 6525 26076 25674 4788 10177 1680 1320 3509 505 330 323 3138 $147832 of Total HoursClassification 5 7 11 4 3 4 20 25 3 9 2 1 4 0 0 0 100

2017_10_03_Franz Creek Fee_RevisedTRC Design 1032017

Attachment to TRC Engineers Inc Exhibit 10‐K

Sonoma County ‐ Replacement of the Franz Creek Bridge 20C0326

Contract Value Basic

Firm Name Person(s) e‐mail Nal Paula Lee paulanal1com $176323

Anchor QEA Nick Duffort Katie Chamberlin

nduffortanchorqeacom kchamberlinanchorqeacom $1157155

Cinquini Jim Dickey jdickeycinquinipassarinocom $4531371 Origer Janine Origer janineorigercom $1710917 Shannon and Wilson Martin Mcllroy MWMshanwilcom $5916619 Wreco Han Bin Liang hanbin_liangwrecocom $5488634 TOTAL SUBCONSULTANTS $18981019

Attachment B

Shannon amp Wilson (inc Woodward Drilling DBE) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee

Bob Mitchell Scott Gaulke Debanik Chaudri Martin McIlroy Ben Aldridge Robert Leaf Sandy Cotrell Lori Nelson

Function

Vice President 1 - Key Personnel Vice President 4 Sr Associate 2 Associate 3 - Key Personnel Professional III 5 Professional II 6 Sr Tech Services 7 Sr Office Services 8 Escalation Factor

Hours

8 0

16 51 0

96 14 8

Hourly Rate

6289 6695 6439 6130 3064 2719 3380 3695

Total

$50312 $000

$103024 $312630

$000 $261024 $47326 $29560 $24116

$803876 $24116

Total Direct Labor Costs 193 $827992 INDIRECT COSTS

Rate Total Fringe Benefits 8640 General Overhead 10387 Cost of Facilities Capital 000

Overhead 19027 $1575421 Total Indirect Costs $1575421

OTHER DIRECT COSTS Item Description Seismic Timer NOA Testing (1 CARB 435 and 1 TEM) Survey Equipment Environmental Data Report County PRMD Permit and Inspection fees County Encroachment Permit (No Fee and No Bond) Mileage Traffic Control (DBE - Traffic Pros) Per Diem (Preliminary and Design Phases) Overnight Mail Laboratory Testing Geotechnical

Quantity 0

1

3 1

540 2 3 1 1

Per Unit $500000 $655000 $100000 $400000 $325000

$0000 $0535

$3250000 $200000 $25000

$3340000

Total $0 $0

$100 $0

$975 $0

$289 $6500 $600 $25

$3340

$0 $0

$11829

FEE (Profit) 10 $240341

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Geotechnical Drilling (Woodward Drilling -- DBE) 2 Certified Asbestos Consultant

$20900

$2090000

TOTAL COST $5916619

Sonoma County Shannon amp Wilson (inc Woodward Drillin Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Vice President

4 Vice President

2 Sr Associate

3 - Key Personnel Associate

5 Professional III Professional II

6 Sr Tech Services

7 Sr Office Services

8 Total Hours

Total $

Hours Bob Mitchell

Hours Scott Gaulke

Hours Debanik Chaudri

Hours Martin McIlroy

Hours Ben Aldridge

Hours Robert Leaf

Hours Sandy Cotrell

Hours Lori Nelson

Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 41 Preliminary Foundation Memo (PFM) 1 4 8 12 2 2 29 $1279 Task 42 Planning amp Permitting 12 12 $326 Task 43 Traffic Control Task 44 Geologic Reconnaissance 1 2 40 43 $1273 Task 45 Laboratory Testing 2 2 4 8 $357 Task 46 Engineering and Geologic Analyses 1 6 8 16 31 $1375 Task 47 Prepare Draft Geotechnical Report 2 4 23 6 10 2 47 $2368 Task 48 Prepare Final Geotechnical Report 1 2 8 6 2 4 23 $1061 Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services Task 121 Pre-Construction Meeting Task 122 Construction Site Visits

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 16 51 96 14 8 193 $803876 6289 6695 6439 6130 3064 2719 3380 3695

503 - 1030 3126 - 2610 473 296 - 193 $8039 4 8 26 50 7 4 100

1032017

2017_10_03_Franz Creek Fee_RevisedSub 1

Shannon amp Wilson (inc Woodward Drilling DBE) COST PROPOSAL - OPTIONAL SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Bob Mitchell Vice President 1 - Key Personnel 2 6289 $12578 Scott Gaulke Vice President 4 0 6695 $000 Debanik Chaudri Sr Associate 2 2 6439 $12878 Martin McIlroy Associate 3 - Key Personnel 8 6130 $49040 Ben Aldridge Professional III 5 33 3064 $101120 Robert Leaf Professional II 6 24 2719 $65256 Sandy Cotrell Sr Tech Services 7 3 3380 $10141 Lori Nelson Sr Office Services 8 3 3695 $11085 $262099

Escalation Factor $7829 $7829

Total Direct Labor Costs 75 $269927 INDIRECT COSTS

Rate Total Fringe Benefits 8640 General Overhead 10387 Cost of Facilities Capital 000

Overhead 19027 $513590 Total Indirect Costs $513590

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Seismic Timer $500000 $000 NOA Testing (1 CARB 435 and 1 TEM) $655000 $000 Survey Equipment 1 $100000 $10000 Environmental Data Report $400000 $000 County PRMD Permit and Inspection fees 1 $325000 $32500 County Encroachment Permit (No Fee and No Bond) $0000 $000 Mileage 230 $0535 $12321 Traffic Control (DBE - Traffic Pros) 2 $3250000 $650000 Per Diem (Preliminary and Design Phases) 2 $200000 $40000 Overnight Mail 0 $25000 $000 Laboratory Testing Geotechnical 1 $1260000 $126000 Laboratory Testing Analytical (DBE - Sparger Technology) $1750000 $000

$8708

FEE (Profit) 10 $78352

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Geotechnical Drilling (Woodward Drilling -- DBE) $9218 2 Certified Asbestos Consultant (NAL - DBE)

$921800

TOTAL COST $2654490

Sonoma County Shannon amp Wilson (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Vice President

4 Vice President

2 Sr Associate Associate

3 Professional III

5 Professional II

6 Sr Tech Services

7 Sr Office Services

8 Total Hours

Total $

Hours Bob Mitchell

Hours Scott Gaulke

Hours Debanik Chaudri

Hours Martin McIlroy

Hours Ben Aldridge

Hours Robert Leaf

Hours Sandy Cotrell

Hours Lori Nelson

Hours 0 $0

Task 2 Preliminary Engineering 0 $0 Task 3 SurveyingMappingROW Engineering 0 $0 Task 4 Geotechnical Engineering 0 $0 Task 41 Preliminary Foundation Memo (PFM) 0 $0 Task 42 Planning amp Permitting 10 10 $277 Task 43 Traffic Control 0 $0 Task 44 Geologic Reconnaissance 2 28 30 $982 Task 45 Laboratory Testing 0 $0 Task 46 Engineering and Geologic Analyses 1 1 4 5 12 23 $861 Task 47 Prepare Draft Geotechnical Report 1 2 2 1 6 $222 Task 48 Prepare Final Geotechnical Report 1 1 1 1 2 6 $298 Task 5 Hydrology and Hydraulics 0 $0 Task 6 Environmental 0 $0 Task 7 Public Outreach 0 $0 Task 8 65 PSampE 0 $0 Task 9 95 PSampE 0 $0 Task 10 Final -100 PSampE 0 $0 Task 11 Pre-Construction Engineering Services 0 $0 Task 12 Construction Support Services 0 $0

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

2 0 2 8 33 24 3 3 0 75 $264045 6289 6695 6502 6190 3064 2773 3380 3713

126 - 130 495 1011 666 101 111 - 75 $2640 3 0 3 11 44 32 4 4 0 100

Attachment C

WRECO (DBE) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours Hourly Rate Total

H Liang A Ochoa TBD TBD TBD TBD TBD

Principal Engineer - Key Personnel Supervising Engineer Senior Engineer Associate Engineer Staff Engineer Senior Technician Clerical Tech Editor

16 4

68 188 128 28 6

9351 7731 6487 4327 3361 2942 2500

$1496 $309

$4411 $8135 $4302 $824 $150

INDIRECT COSTS Total Direct Labor Costs 438 $1962716

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS

Rate 7195 4010 2810 14015

Total

$2750746 $2750746

Item Description Travel and Per Diem Reproductions Overnight Delivery

Quantity 632 50 4

Per Unit $0535

$50000 $50000

Total $33825

$250000 $20000

$303825

FEE (Profit) 10 $471346

$000

TOTAL COST $5488634

Sonoma County WRECO (DBE) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description ngineer - Key Person Principal

Engineer Supervising

Engineer Senior

Engineer Associate

Engineer Staff

Technician Senior

Tech Editor Clerical Total

Hours Total

$

Hours H Liang

Hours A Ochoa

Hours TBD

Hours TBD

Hours TBD

Hours TBD

Hours TBD

Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 51 Data Collection and Site Review 1 8 8 17 $959 Task 52 Hydraulics Analyses 1 4 8 16 2 31 $1296 Task 53 Documentation 1 8 12 8 29 $1401 Task 54 Scour Analyses 1 4 8 8 21 $968 Task 55 Design Hydrology and Hydraulics Reports and Studies Task 551 Design Hydrology and Hydraulics Report Task 5511 Draft Design Hydrology and Hydraulics Report 2 4 8 16 1 31 $1355 Task 5512 Final Design Hydrology and Hydraulics Report 1 2 6 8 1 18 $777 Task 552 Location Hydraulic Study Task 5521 Draft Location Hydraulic Study 1 4 10 4 1 20 $945 Task 5522 Final Location Hydraulic Study 1 2 4 2 1 10 $489 Task 56 Dry Weather Flow and Bypass 1 4 12 4 2 23 $1066 Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER Task 6312 Revised HRER Task 6313 Final HRER Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR Task 6322 Revised ASR Task 6323 Final ASR Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise Task 672 Revise Noise Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR 05 2 4 24 20 1 515 $2197 Task 682 Revise WQAR 05 1 1 12 8 05 23 $990 Task 683 Final WQAR 1 1 4 4 05 105 $462 Task 7 Public Outreach Task 8 65 PSampE Task 81 BridgeStructural Design Development Task 82 Bridge Approach Roadways Task 821 Roadway Civil Design Task 822 Traffic Design Task 83 Channel Protection Design 1 8 24 12 12 57 $2407 Task 84 Stormwater Pollution Prevention Plan Task 85 Erosion Control Plans Task 86 Engineering Support to the Permit Process Task 87 Cost Estimate amp Specifications 05 2 8 4 145 $657 Task 88 Contract Drawings - Prepare Submittal Task 89 QCQA Task 9 95 PSampE Task 91 Address County Comments 05 1 4 55 $285 Task 92 Complete Design and Bid Documents 1 4 16 8 8 37 $1550 Task 93 Independent Design Check Task 94 Cost Estimate amp Specifications 05 2 6 2 105 $503 Task 95 Perform 95 QCQA Task 10 Final -100 PSampE Task 101 Address County Comments 1 1 2 4 $245 Task 102 Finalize Documents 05 4 12 4 4 245 $1078 Task 103 Prepare Final Deliverables Task 104 Federal Funding Assistance Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

16 4 68 188 128 28 6 438 $19627 $9351 $7731 $6487 $4327 $3361 $2942 $2500

1496 309 4411 8135 4302 824 150 - - 438 $19627 4 1 16 43 29 6 1 100

Notes

1032017

2017_10_03_Franz Creek Fee_RevisedSub 2

Attachment D

Circlepoint (Optional) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Germano Title Project Mgr 12 6250 $75000 Pham Title Sr Associate 56 3466 $194096 Morales Title Coordinator 59 2765 $163135 Seward Title Sr Art Director 6 5300 $31800 Nelson Title Sr Web Designer 0 3724 $000 Krager Title Sr Graphic Design 8 3628 $29024 Sonne Title WebGraphic Design 32 3300 $105600

Escalation Factor $188

Total Direct Labor Costs 173 $617503 INDIRECT COSTS

Rate Total Fringe Benefits 5932 General Overhead 12840 Cost of Facilities Capital 000

Overhead 18772 $1159177 Total Indirect Costs $1159177

OTHER DIRECT COSTS Item Description Quantity Per Unit Total

Mileage 1296 $0535 $69300 Reproduction 1 $350000 $350000 Display Ads 1 $100000 $100000 Exhibit Boards 12 $12000 $144000 Room Rentals 1 $33333 $33333 Online Survey 1 $2000 $2000

$698633

FEE (Profit) 10 $177668

TOTAL COST $2652981

Sonoma County Circlepoint (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Title

Project Mgr Title

Sr Associate Title

Coordinator Title

Sr Art Director Title

Sr Web Designer Title

Sr Graphic Design Title

WebGraphic Design Total Hours

Total $

Hours Germano

Hours Pham

Hours Morales

Hours Seward

Hours Nelson

Hours Krager

Hours Sonne

Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 71 Public Outreach Meetings (2 meetings1 day) 5 20 24 4 4 20 77 $2686 Task 72 Sonoma County Board of Supervisor Meetings (1 total) 6 6 $208

4 15 20 2 4 12 57 $1970 3 15 15 33 $1122

Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

12 56 59 6 8 32 173 $5987 625 347 277 530 372 363 330

75000 194096 163135 31800 29024 105600 - - 173 $5987 7 32 34 3 5 18 100

Notes

56

1032017

2017_10_03_Franz Creek Fee_RevisedSub 3

Attachment E

Cinquini and Passarino COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

0 Principal Professional Land Surveyor 1 - Key Personn 26 6500 $1690 0 Professional Land Surveyor 2 88 5250 $4620 0 Staff Surveyor 3 24 3200 $768 0 Cad Technician 4 56 3100 $1736 0 1 Person Crew 5 0 3975 $0 0 2 Person Crew 6 78 7250 $5655 0 3 Person Crew 7 0 10531 $0 0 Office Manager 8 0 3245 $0 0 Admin Staff 9 0 2448 $0 0 Staff Surveyor 10 0 000 $0

Total Direct Labor Costs 272 $1446900 INDIRECT COSTS

Rate Total Fringe Benefits 7249 General Overhead 8897 Cost of Facilities Capital 000

Overhead 16146 $2336165 Total Indirect Costs $2336165

OTHER DIRECT COSTS Item Description Quantity Per Unit Total

1 Title Reports 4 $750000 $3000 2 Record of Survey 1 $700000 $700

$3700

FEE (Profit) 10 $378306

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 2

$000

TOTAL COST $4531371

Sonoma County Cinquini and Passarino Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel l Professional Land S

2 fessional Land Surve

3 Staff Surveyor

4 Cad Technician

5 1 Person Crew

6 2 Person Crew 3 Person Crew

7 Office Manager

8 Admin Staff

9 Staff Surveyor

10 ncipal Prof Land Surve

11 Total Hours

Total $

Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 31 Topographic Survey 6 16 40 30 92 $4645 Task 32 Right-of-Way (ROW) 8 32 8 24 72 $4196 Task 321 Boundary Surveys Task 322 Appraisal Mapping - Task Deleted Task 33 Title Reports 4 4 $210 Task 34 Legal Descriptions 10 24 16 50 $2422 Task 35 Creek Cross Sections for Hydraulic Analysis 6 8 24 38 $2303 Task 36 Survey Control Sheet 2 6 8 16 $693 Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

26 88 24 56 78 272 $14469 650 525 320 310 398 725 1053 325 245 1690 4620 768 1736 - 5655 - - - - - 272 $14469

10 32 9 21 29 100

1032017

2017_10_03_Franz Creek Fee_RevisedSub 5

Attachment F

NAL COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

De Arcos Senior Envir Consultant 1 8000 $80 Lee Envir Consultant - Key Personnel 8 7500 $600 Scott Technician I 3 6000 $180 Hall Office Support 4 3000 $120

0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0

Total Direct Labor Costs 16 $98000 INDIRECT COSTS

Rate Total Fringe Benefits 1500 General Overhead 2000 Cost of Facilities Capital 009

Overhead 3509 $34388 Total Indirect Costs $34388

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Mileage (one field visit and two project meetings in Santa Rosa) 256 $0535 $137 Data Collection (up to five intersections) 10 $17000 $170

$307

FEE (Profit) 10 $13239

$000

TOTAL COST $176323

Sonoma County NAL Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task Description Envir Consultant Senior Envir Consultant -

Key Personnel Technician I Office Support Total Hours

Total $

De Arcos Lee Scott HallHours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours

Task 1 Project Management Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 61 Initial Site Assessment (ISA) 5 3 8 $555 Task 611 Draft ISA 1 3 4 $170 Task 612 Revised ISA 2 05 25 $165 Task 613 Final ISA 1 05 15 $90 Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

1 8 3 4

- - - - - - - - -

16 800 750 600 300

16 $98080 600 180 120 6 50 19 25 100

Notes

1032017

2017_10_03_Franz Creek Fee_RevisedSub 6

Attachment G

Origer COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours Hourly Rate Total

Janine Origer Vicki Beard

Principal Investgator 1 - Key Personnel Architectural Historian 2 Staff

60 122

0

2800 2800 1800

$1680 $3416

$0

Total Direct Labor Costs INDIRECT COSTS

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS Item Description mileage Northwest Inform Hourly access fee Copies per page fee for paper or digital copies Historical societ Research fees

182

Quantity 40

1

Rate 9000 11300

005 20305

Per Unit $0535

$100000 $0150

$100000

Total

$1034743

Total $21 $100

$0 $0

$509600

$1034743

$121

FEE (Profit) 10 $154434

TOTAL COST $1710917

Sonoma County Origer Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Principal InvestgatorA

2 rchitectural Historian Staff Total

Hours Total

$

Hours Janine Origer

Hours Vicki Beard

Hours Hours Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) 12 102 114 $3192 Task 631 Historic Resources Evaluation Report (HRER) 16 16 $448 Task 6311 Draft HRER 4 4 $112 Task 6312 Revised HRER Task 6313 Final HRER 32 32 $896 Task 632 Archaeological Survey Report (ASR) 4 4 $112 Task 6321 Draft ASR 2 2 $56 Task 6322 Revised ASR Task 6323 Final ASR 6 6 $168 Task 633 Historic Properties Survey Report (HPSR) 2 2 $56 Task 6331 Draft HPSR 2 2 $56 Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise Task 672 Revise Noise Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR Task 682 Revise WQAR Task 683 Final WQAR Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

60 122 182 280 280 180 1680 3416 - - - - - - - 182 $5096

33 67 100 Notes

2017_10_03_Franz Creek Fee_RevisedSub 7

1032017

Attachment H

Anchor QEA COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Josh Burnam Managing Partner 8 $9010 $721 Katie Chamberlin Project Manager - Key Personnel 6 $5600 $336 Nick Duffort Senior PlannerBiologist - Key Personnel 66 $3800 $2508 Jordan Theyel Editor 14 $2480 $347

0 0 $000 $0 0 0 $000 $0

Total Direct Labor Costs 94 $391200 INDIRECT COSTS

Rate Total Fringe Benefits 9354 General Overhead 7297 Cost of Facilities Capital 018

Overhead 16669 $652091 Total Indirect Costs $652091

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Hotel $200000 $0 Travel 178 $0535 $95

$95

FEE (Profit) 10 $104329

TOTAL COST $1157155

Sonoma County Anchor QEA Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Managing Partner t Manager - Key PernnerBiologist - Key Editor Total Hours

Total $

Hours Josh Burnam

Hours Katie Chamberlin

Hours Nick Duffort

Hours Jordan Theyel

Hours Hours Hours Hours Hours

Task 11 Project kickoff Meeting Task 12 ProjectStaff Management Task 13 Meetings Task 14 Work Progress Form Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER Task 6312 Revised HRER Task 6313 Final HRER Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR Task 6322 Revised ASR Task 6323 Final ASR Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise 20 20 $760 Task 671 Draft Noise 6 4 34 10 54 $2305 Task 672 Revise Noise Task 673 Final Noise 2 2 12 4 20 $847 Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR Task 682 Revise WQAR Task 683 Final WQAR Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 6 66 14 94 $9010 $5600 $3800 $2480

721 336 2508 347 - - - - - 94 $3912 9 6 70 15 100

Notes

2017_10_03_Franz Creek Fee_RevisedSub 8

1032017

Anchor QEA (Optional) COST PROPOSAL - OPTIONAL SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours

Josh Burnam Managing Partner 0 Katie Chamberlin Project Manager - Key Personnel 0 Nick Duffort Senior PlannerBiologist - Key Personne 8 Jordan Theyel Editor 0

0 0 0 0

Total Direct Labor Costs 8 INDIRECT COSTS

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS Item Description Quantity Hotel Travel

Hourly Rate

90 $5599 $3598 $2403 $000 $000

Rate 9354 7297 018 16669

Per Unit $235000

$0535

Total

$0 $0

$288 $0 $0 $0

Total

$47980

Total $0 $0

$28784

$47980

$0

FEE (Profit) 10 $7676

TOTAL COST $84440

Sonoma County Anchor QEA (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Managing Partner t Manager - Key PernnerBiologist - Key Editor Total Hours

Total $

Hours Josh Burnam

Hours Katie Chamberlin

Hours Nick Duffort

Hours Jordan Theyel

Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 67 Noise Task 671 Draft Noise 8 8 $288 Task 672 Revise Noise Task 673 Final Noise Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 8 9005 5599 3598 2403

- - 288 - - - - - - 8 $288 100 100

Notes

2017_10_03_Franz Creek Fee_RevisedSub 8-Optional

1032017

EXHIBIT B- Insurance Requirements

With respect to performance of work under this Agreement Consultant shall maintain and shall require all of its subcontractors consultants and other agents to maintain insurance as described below unless such insurance has been expressly waived by the attachment of a Waiver of Insurance Requirements Any requirement for insurance to be maintained after completion of the work shall survive this Agreement

County reserves the right to review any and all of the required insurance policies andor endorsements but has no obligation to do so Failure to demand evidence of full compliance with the insurance requirements set forth in this Agreement or failure to identify any insurance deficiency shall not relieve Consultant from nor be construed or deemed a waiver of its obligation to maintain the required insurance at all times during the performance of this Agreement

1 Workers Compensation and Employers Liability Insurance a Required if Consultant has employees as defined by the Labor Code of the State of

California b Workers Compensation insurance with statutory limits as required by the Labor Code of

the State of California c Employers Liability with minimum limits of $1000000 per Accident $1000000 Disease

per employee $1000000 Disease per policy d Required Evidence of Insurance Certificate of Insurance

If Consultant currently has no employees as defined by the Labor Code of the State of California Consultant agrees to obtain the above-specified Workers Compensation and Employers Liability insurance should employees be engaged during the term of this Agreement or any extensions of the term

2 General Liability Insurance a Commercial General Liability Insurance on a standard occurrence form no less broad than

Insurance Services Office (ISO) form CG 00 01 b Minimum Limits $1000000 per Occurrence $2000000 General Aggregate $2000000

ProductsCompleted Operations Aggregate The required limits may be provided by a combination of General Liability Insurance and Commercial Excess or Commercial Umbrella Liability Insurance If Consultant maintains higher limits than the specified minimum limits County requires and shall be entitled to coverage for the higher limits maintained by Consultant

c Any deductible or self-insured retention shall be shown on the Certificate of Insurance If the deductible or self-insured retention exceeds $25000 it must be approved in advance by County Consultant is responsible for any deductible or self-insured retention and shall fund it upon Countyrsquos written request regardless of whether Consultant has a claim against the insurance or is named as a party in any action involving the County

d The County of Sonoma its Officers Agents and Employees shall be endorsed as additional insureds for liability arising out of operations by or on behalf of the Consultant in the performance of this Agreement

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 1 of 3 STPLZ-5920(149)

e The insurance provided to the additional insureds shall be primary to and non-contributory with any insurance or self-insurance program maintained by them

f The policy definition of ldquoinsured contractrdquo shall include assumptions of liability arising out of both ongoing operations and the products-completed operations hazard (broad form contractual liability coverage including the ldquofrdquo definition of insured contract in ISO form CG 00 01 or equivalent)

g The policy shall cover inter-insured suits between the additional insureds and Consultant and include a ldquoseparation of insuredsrdquo or ldquoseverabilityrdquo clause which treats each insured separately

h Required Evidence of Insurance i Copy of the additional insured endorsement or policy language granting additional

insured status and ii Certificate of Insurance

3 Automobile Liability Insurance a Minimum Limit $1000000 combined single limit per accident The required limits may

be provided by a combination of Automobile Liability Insurance and Commercial Excess or Commercial Umbrella Liability Insurance

b Insurance shall cover all owned autos If Consultant currently owns no autos Consultant agrees to obtain such insurance should any autos be acquired during the term of this Agreement or any extensions of the term

c Insurance shall cover hired and non-owned autos d Required Evidence of Insurance Certificate of Insurance

4 Professional LiabilityErrors and Omissions Insurance a Minimum Limits $1000000 per claim or per occurrence $1000000 annual aggregate b Any deductible or self-insured retention shall be shown on the Certificate of Insurance If

the deductible or self-insured retention exceeds $25000 it must be approved in advance by County

c If the insurance is on a Claims-Made basis the retroactive date shall be no later than the commencement of the work

d Coverage applicable to the work performed under this Agreement shall be continued for two (2) years after completion of the work Such continuation coverage may be provided by one of the following (1) renewal of the existing policy (2) an extended reporting period endorsement or (3) replacement insurance with a retroactive date no later than the commencement of the work under this Agreement

e Required Evidence of Insurance Certificate of Insurance

5 Standards for Insurance Companies Insurers other than the California State Compensation Insurance Fund shall have an AM Bests rating of at least AVII

6 Documentation a The Certificate of Insurance must include the following reference Franz Valley School

Road over Franz Creek Bridge Replacement (C14007)

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 2 of 3 STPLZ-5920(149)

b All required Evidence of Insurance shall be submitted prior to the execution of this Agreement Consultant agrees to maintain current Evidence of Insurance on file with County for the entire term of this Agreement and any additional periods if specified in Sections 1 ndash 4 above

c The name and address for Additional Insured endorsements and Certificates of Insurance is The County of Sonoma its Officers Agents and Employees Attn Olesya Tribukait 2300 County Center Drive Suite B100 Santa Rosa CA 95403

d Required Evidence of Insurance shall be submitted for any renewal or replacement of a policy that already exists at least ten (10) days before expiration or other termination of the existing policy

e Consultant shall provide immediate written notice if (1) any of the required insurance policies is terminated (2) the limits of any of the required policies are reduced or (3) the deductible or self-insured retention is increased

f Upon written request certified copies of required insurance policies must be provided within thirty (30) days

7 Policy Obligations Consultants indemnity and other obligations shall not be limited by the foregoing insurance requirements

8 Material Breach If Consultant fails to maintain insurance which is required pursuant to this Agreement it shall be deemed a material breach of this Agreement County at its sole option may terminate this Agreement and obtain damages from Consultant resulting from said breach Alternatively County may purchase the required insurance and without further notice to Consultant County may deduct from sums due to Consultant any premium costs advanced by County for such insurance These remedies shall be in addition to any other remedies available to County

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 3 of 3 STPLZ-5920(149)

ATTACHMENT B DATE (MMDDYYYY)

CERTIFICATE OF LIABILITY INSURANCE 03182017

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER

Suite 370 3780 Mansell Road

Greyling Insurance Brokerage

Alpharetta GA 30022

1-770-552-4225 CONTACT NAME Jerry Noyola PHONE (AC No Ext) 770-552-4225

FAX (AC No) 866-550-4082

ADDRESS E-MAIL jerrynoyolagreylingcom

INSURER(S) AFFORDING COVERAGE NAIC

INSURER A NATIONAL UNION FIRE INS CO OF PITTS 19445

INSURED

Rancho Cordova CA 95670 Suite 100 10680 White Rock Road TRC Companies Inc TRC Engineers Inc

INSURER B XL SPECIALTY INS CO 37885

INSURER C NEW HAMPSHIRE INS CO 23841

INSURER D STEADFAST INS CO 26387

INSURER E

INSURER F

COVERAGES CERTIFICATE NUMBER 49364000 REVISION NUMBER

CERTIFICATE HOLDER

AUTHORIZED REPRESENTATIVE

CANCELLATION

LOCJECT PROshy

POLICY

GENL AGGREGATE LIMIT APPLIES PER

OCCURCLAIMS-MADE

COMMERCIAL GENERAL LIABILITY

PREMISES (Ea occurrence) $ DAMAGE TO RENTED EACH OCCURRENCE $

MED EXP (Any one person) $

PERSONAL amp ADV INJURY $

GENERAL AGGREGATE $

PRODUCTS - COMPOP AGG $

$RETENTIONDED

CLAIMS-MADE

OCCUR

$

AGGREGATE $

EACH OCCURRENCE $UMBRELLA LIAB

EXCESS LIAB

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES (ACORD 101 Additional Remarks Schedule may be attached if more space is required)

INSR LTR TYPE OF INSURANCE POLICY NUMBER

POLICY EFF (MMDDYYYY)

POLICY EXP (MMDDYYYY) LIMITS

PER STATUTE

OTHshyER

EL EACH ACCIDENT

EL DISEASE - EA EMPLOYEE

EL DISEASE - POLICY LIMIT

$

$

$

ANY PROPRIETORPARTNEREXECUTIVE

If yes describe under DESCRIPTION OF OPERATIONS below

(Mandatory in NH) OFFICERMEMBER EXCLUDED

WORKERS COMPENSATION AND EMPLOYERS LIABILITY Y N

AUTOMOBILE LIABILITY

ANY AUTO ALL OWNED SCHEDULED

HIRED AUTOS NON-OWNED

AUTOS AUTOS

AUTOS

COMBINED SINGLE LIMIT

BODILY INJURY (Per person)

BODILY INJURY (Per accident)

PROPERTY DAMAGE $

$

$

$

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSD ADDL

WVD SUBR

N A

$

$

(Ea accident)

(Per accident)

OTHER

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

1000000

Department of Transporation and Public Works County of Sonoma

Including Pollution Liability

Contractual Liability

Professional Liability

X

X

040117

040117

040118 040118

D

1000000

Suite B-100 2300 County Center Drive

500000

X

non-contributory where required by written contract contract The above referenced liability policies with the exception of professional liability are primary amp liability policies with the exception of workers compensation amp professional liability where required by written The County of Sonoma its officers agents amp employees are named as Additional Insureds on the above referenced

10000

Re As contracted with Sonoma County Transportation amp Public Works

040118

040118

040118

N 1000000

2000000

X

X

9000000

Santa Rosa CA 95403

X

X

9000000

1000000

USA

040117

040117

1000000

040118A

B

X

2000000

X

0401175341999

040118X

5000000

5000000

Martha Cheever

X

25000

Aggregate

Per ClaimPEC019684301

US00075712LI17A

040117 040117

4773667 (AOS)

22298274 (AOS)

4773668 (MA)

22298275 (CA)

1000000

X

A

C

A

A

copy 1988-2014 ACORD CORPORATION All rights reserved ACORD 25 (201401) The ACORD name and logo are registered marks of ACORD JNoyola 49364000

Exhibit C

DISADVANTAGED BUSINESS ENTERPRISES (DBE)

THIS PROJECT IS SUBJECT TO TITLE 49 CFR 2613(B)

The consultant sub recipient or subcontractor shall not discriminate on the basis of race color

national origin or sex in the performance of this contract The consultant shall carry out

applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted

agreements Failure by the consultant to carry out these requirements is a material breach of this

agreement which may result in the termination of this agreement or such other remedy as the

recipient deems appropriate which may include but is not limited to (1) Withholding monthly progress payments (2) Assessing sanction (3) Liquidated damages andor (4) Disqualifying

the contractor from future bidding as non-responsible

Consultant must take necessary and reasonable steps to ensure that DBEs have opportunity to

participate in the agreement (49 CFR 26)

To ensure equal participation of DBEs provided in 49 CFR 265 the Department shows a goal

for DBEs Consultant must make work available to DBEs and select work parts consistent with

available DBE subcontractors and suppliers

Consultant must meet the DBE goal shown in Section 1342 of Agreement or demonstrate that

adequate good faith efforts have been made to meet this goal It is the consultantrsquos responsibility

to verify that the DBE firm is certified as DBE at date of proposal opening For a list of DBEs

certified by the California Unified Certification Program go to

httpwwwdotcagovhqbepfind_certifiedhtm

All DBE participation will count toward the Departments federally mandated statewide overall

DBE goal

Credit for materials or supplies you purchase from DBEs counts towards the goal in the

following manner

1 100 percent counts if the materials or supplies are obtained from a DBE manufacturer

2 60 percent counts if the materials or supplies are obtained from a DBE regular dealer

3 Only fees commissions and charges for assistance in the procurement and delivery of

materials or supplies count if obtained from a DBE that is neither a manufacturer or

regular dealer 49 CFR 2655 defines manufacturer and regular dealer

You receive credit towards the goal if you employ a DBE trucking company that performs a

commercially useful function as defined in 49 CFR 2655(d)(1) through (4) and (6)

DBE GOAL The Disadvantaged Business Enterprise (DBE) goal for this project is 11

DBE COMMITMENT SUBMITTAL Submit DBE information on the Caltrans Bidder ndash DBE Commitment form included as within this Agreement The form must be completed and returned with the agreement Submit written confirmation from each DBE stating that it is participating in the contract Include confirmation with the DBE Commitment form A copy of a DBEs quote will serve as written confirmation that the DBE is participating in the contract

It is the consultantrsquos responsibility to verify that the firm is certified as of the date of submittal Listings of DBEs certified by the CUCP are available at httpwwwdotcagovhqbeq Click the ldquoFind a Certified Firmrdquo link

GOOD FAITH EFFORTS SUBMITTAL If you have not met the DBE goal complete and submit the Good Faith Efforts Documentation form with the proposal showing that you made adequate good faith efforts to meet the goal Only good faith efforts directed towards obtaining participation by DBEs will be considered If your DBE Commitment form shows that you have met the DBE goal or if you are required to submit the DBE Commitment form you must also submit good faith efforts documentation Good faith efforts documentation must include the following information and supporting documents as necessary

1 Items of work the consultant has made available to DBE firms Identify those items of

work you might otherwise perform with its own forces and those items that have been

broken down into economically feasible units to facilitate DBE participation For each

item listed show the dollar value and percentage of the total contract It is your

responsibility to demonstrate that sufficient work to meet the goal was made available to

DBE firms

2 Names of certified DBEs and dates on which they were solicited to bid on the project

Include the items of work offered Describe the methods used for following up initial

solicitations to determine with certainty if the DBEs were interested and the dates of the

follow-up Attach supporting documents such as copies of letters memos facsimiles

sent telephone logs telephone billing statements and other evidence of solicitation You

are reminded to solicit certified DBEs through all reasonable and available means and

provide sufficient time to allow DBEs to respond

3 Name of selected firm and its status as a DBE for each item of work made available

Include name address and telephone number of each DBE that provided a quote and

their price quote If the firm selected for the item is not a DBE provide the reasons for

the selection

4 Name and date of each publication in which you requested DBE participation for the

project Attach copies of the published advertisements

5 Names of agencies and dates on which they were contacted to provide assistance in

contacting recruiting and using DBE firms If the agencies were contacted in writing

provide copies of supporting documents

6 List of efforts made to provide interested DBEs with adequate information about the

plans specifications and requirements of the contract to assist them in responding to a

solicitation If you have provided information identify the name of the DBE assisted the

nature of the information provided and date of contact Provide copies of supporting

documents as appropriate

7 List of efforts made to assist interested DBEs in obtaining bonding lines of credit

insurance necessary equipment supplies and materials excluding supplies and

equipment that the DBE subcontractor purchases or leases from the prime consultant or

its affiliate If such assistance is provided by you identify the name of the DBE assisted

nature of the assistance offered and date assistance was provided Provide copies of

supporting documents as appropriate

8 Any additional data to support demonstration of good faith efforts

SUBCONTRACTOR AND DBE RECORDS

The Consultant shall maintain records showing the name and business address of each first-tier

subcontractor The records shall also show the name and business address of every DBE

subcontractor DBE vendor of materials and DBE trucking company regardless of tier The

records shall show the date of payment and the total dollar figure paid to all of these 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

Upon completion of the Agreement a summary of these records shall be prepared on Final

Report-Utilization of Disadvantaged Business Enterprise (DBE) First Tier Subcontractors

Form CEM-2402(F) and certified correct by the Consultant or the Consultants authorized

representative and shall be furnished to the County Engineer The form shall be furnished to the

Engineer within 90 days from the date of contract acceptance

Prior to the fifteenth of each month the Consultant shall submit documentation to the Engineer

showing the amount paid to DBE trucking companies The Consultant shall also obtain and

submit documentation to the Engineer showing the amount paid by DBE trucking companies to

all firms including owner-operators for the leasing of trucks If the DBE who leases trucks

from a non-DBE the Consultant may count only for the fee or commission the DBE receives as

a result of the lease arrangement

The Consultant shall also obtain and submit documentation to the Engineer showing the truck

number owners name California Highway Patrol CA number and if applicable the DBE

certification number of the owner of the truck for all trucks used during that month This

documentation shall be submitted on Monthly DBE Trucking Verification Form CEM- 2404

(F)

DBE CERTIFICATION STATUS

If a DBE subcontractor is decertified during the life of the project the decertified subcontractor

shall notify the Consultant in writing with the date of decertification If a subcontractor becomes

a certified DBE during the life of the project the subcontractor shall notify the Consultant in

writing with the date of certification The Consultant shall furnish the written documentation to

the Engineer

Upon completion of the contract Disadvantaged Business Enterprise (DBE) Certification Status

Change Form CEM-2403 (F) indicating the DBEs existing certification status shall be signed

and certified correct by the Consultant The certified form shall be furnished to the Engineer

within 90 days from the date of contract acceptance

PERFORMANCE OF DBE SUBCONTRACTORS AND SUPPLIERS

The DBEs listed by the Consultant in response to the provisions in Section 2-102B Submission

of DBE Information and Section 3 Award and Execution of Contract of these special

provisions which are determined by the Department to be certified DBEs shall perform the

work and supply the materials for which they are listed unless the Consultant has received prior

written authorization to perform the work with other forces or to obtain the materials from other

sources

Authorization to use other forces or sources of materials may be requested for the following

reasons

A The listed DBE after having had a reasonable opportunity to do so fails or

refuses to execute a written contract when such written contract based upon the

general terms conditions plans and specifications for the project or on the terms of

such subcontractors or suppliers written bid is presented by the Consultant

B The listed DBE becomes bankrupt or insolvent

C The Listed DBE fails or refuses to perform the subcontract or furnish the listed

materials

D The Consultant stipulated that a bond was a condition of executing a subcontract

and the listed DBE subcontractor fails or refuses to meet the bond requirements of

the Consultant

E The work performed by the listed subcontractor is substantially unsatisfactory and

is not in substantial conformance with the plans and specifications or the

subcontractor is substantially delaying or disrupting the progress of the work

F It would be in the best interest of the County

The Consultant shall not be entitled to any payment for such work or material unless it is

performed or supplied by the listed DBE or by other forces (including those of the

Consultant) pursuant to prior written authorization of the Engineer

Local Assistance Procedures Manual ATTACHMENT P Exhibit 10-01 middot Consultant Proposal DBE Commitment

EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT

1 Local Agency County Of Sonoma 2 Contract DBE Goal 11 ~~~~~~~~~~~~~

3 Project Description Consulting Engineering Services for Replacement of the Franz Creek Bridge

4 Project Location Franz Valley School Road Sonoma County CA

5 Consultants Name TRC Engineers Inc 6 Prime Certified DBE O

7 Description of Work Service or Materials Supplied

Geotechnical - Driller

Traffic Control

HydrologyHydraulicsScour

8 DBE Certification

Number

37877

42433

30066

Local Agency to Complete this Section

17 Local Agency Contracl Number C14007

18 Federal-Aid Project Number BRL0-5920(149)

19 Proposed Contract Execution Date

Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate

~~ 2oy-a1 Agency Representatives Signature

Angela Silvestri 22 Local Agency Representatives Name

Department Analyst DBELO 24 Local Agency Representatives Title

1 ZtJ 12 21 Date

707-565-2758 23 Phone

9 DBE Contact Information

Woodward Drilling

Traffic Control Pros

WRECO

11 TOTAL CLAIMED DBE PARTICIPATION

10 DBE

393

170

717

128

IMPORTANT Identify all DBE firms being claimed for credit regardless of tier Written confirmation of each listed DBE is required

~

~ cfZV(A_---fl0617 12 Preparers SiJ(r-i~ture 13 Date

Mark lmbriani 916-366-0632 14 Preparers Name 15 Phone

Vice President 16 Preparers Title

DISTRIBUTION Original - Included with consultants proposal to local agency

ADA Notice For individuals with sensory disabilities this document is available in alternate formats For information call (916) 654-641 O or TDD (916) 654shy3880 or write Records and Forms Management 1120 N Street MS-89 Sacramento CA 95814

Page 1 of2 July 23 2015

Local Assistance Procedures Manual Exhibit 10-O1 Consultant Proposal DBE Commitment

INSTRUCTIONS ndash CONSULTANT PROPOSAL 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 Consultantrsquos Name - Enter the consultantrsquos firm name 6 Prime Certified DBE - Check box if prime contractor is a certified DBE 7 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 consultantrsquos 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 8 DBE Certification Number - Enter the DBErsquos Certification Identification Number All DBEs must be certified on the date bids are opened 9 DBE Contact Information - Enter the name address and phone number of all DBE subcontracted consultants Also enter the prime consultantrsquos name and phone number if the prime is a DBE 10 DBE - Percent participation of work to be performed or service provided by a DBE Include the prime consultant if the prime is a DBE See LAPM Chapter 9 for how to count fullpartial participation 11 Total Claimed DBE Participation - Enter the total DBE participation claimed If the total claimed is less than item ldquoContract DBE Goalrdquo an adequately documented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM) 12 Preparerrsquos Signature - The person completing the DBE commitment form on behalf of the consultantrsquos firm must sign their name 13 Date - Enter the date the DBE commitment form is signed by the consultantrsquos preparer 14 Preparerrsquos Name - Enter the name of the person preparing and signing the consultantrsquos DBE commitment form 15 Phone - Enter the area code and phone number of the person signing the consultantrsquos DBE commitment form 16 Preparerrsquos Title - Enter the positiontitle of the person signing the consultantrsquos DBE commitment form

LOCAL AGENCY SECTION

17 Local Agency Contract Number - Enter the Local Agency contract number or identifier 18 Federal-Aid Project Number - Enter the Federal-Aid Project Number 19 Proposed Contract Execution Date - Enter the proposed contract execution date 20 Local Agency Representativersquos 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 21 Date - Enter the date the DBE commitment form is signed by the Local Agency Representative 22 Local Agency Representativersquos Name - Enter the name of the Local Agency Representative certifying the consultantrsquos DBE commitment form 23 Phone - Enter the area code and phone number of the person signing the consultantrsquos DBE commitment form 24 Local Agency Representative Title - Enter the positiontitle of the Local Agency Representative certifying the consultantrsquos DBE commitment form

Page 2 of 2 July 23 2015

--------

Local Assistance Procedures Manual Exhibit 10-02 Consultant Contract DBE Commitment

E XHIBIT 10-02 CONSULTANT CONTRACT DBE COMMITMENT

1 Local Agency County of Sonoma 2 Contract DBE Goal 11 -------------------~ ------------~

3 Project Description Consulting Engineering Services for Replacement of the Franz Creek Bridge

4 Project Location Franz Valley School Road Sonoma County CA

5 Consultants Name TRC Engineers Inc 6 Prime Certified DBE D 7 Total Contract Award Amount

8 Total Dollar Amount for ALL Subconsultants $258 148 9 Total Number of ALL Subconsultants 9

10 Description of Work Service or Materials Supplied

11 DBE Certification

Number

Geotechnical- Driller 37877

HydrologyHydraulicsScourGeotechnical 30066

Local Agency to Complete this Section

20 Local Agency Contract ~h1mhormiddot

21 Federal-Aid Project Number

22 Contract Execution n

Local Agency certifies that all DBE certifications are valid and infonnation on this fonn is complete and accurate

23 Local Agency Representatives Signature 24 Date

25 Local Agency Representatives Name 26 Phone

27 Local Agency Representatives Title

13 DBE 12 DBE Contact lnfonnation Dollar

Amount

Woodward Drilling 550 River Road FOO Vista CA 94571 $26274707-374-4300

NRECO 1243 Alpine Roa d 108 Walnut Creek CA 94 596 $54886925-941 -0017

$81 160 14 TOTAL CLAIMED DBE PARTICIPATION

116

IMPORTANT Identify all DBE inns being claimed for credit regardless of tier Written confirmation of each listed DBE is required

PMd~A-- 102616 15 Preparers S~ature 16 Date

Mark A lmbriani 916-366-0632 17 Preparers Name 18 Phone

Vice President 19 Preparers Title

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

ADA Notice For individuals with sensory disabilities this document is available in alternate fonmats For infonmation call (916) 654-6410 or TDD (916) 654shy3880 or write Records and Fonms Management 1120 N Street MS-89 Sacramento CA 95814

Page 1 of2 July 23 2015

Local Assistance Procedures Manual Exhibit 10-02 Consultant Contract DBE Commitment

INSTRUCTIONS - CONSUL TANT CONTRACT DBE COMMITMENT

CONSUL TANT 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 Consultants Name - Enter the consultants 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 consultants 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 ofDBE firms 11 DBE Certification Number - Enter the DBEs 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 consultants name and phone number ifthe 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 fullpartial 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) Ifthe 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 Preparers Signature - The person completing the DBE commitment form on behalf of the consultants firm must sign their name 16 Date - Enter the date the DBE commitment form is signed by the consultants preparer 17 Preparers Name - Enter the name of the person preparing and signing the consultants DBE commitment form 18 Phone - Enter the area code and phone number of the person signing the consultants DBE commitment form 19 Preparers Title - Enter the positiontitle of the person signing the consultants 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 Representatives 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 Representatives Name - Enter the name of the Local Agency Representative certifying the consultants DBE commitment form 26 Phone - Enter the area code and phone number of the person signing the consultants DBE commitment form 27 Local Agency Representative Title - Enter the positiontitle of the Local Agency Representative certifying the consultants DBE commitment form

Page 2 of2 July 23 2015

  • 10 24 17 TPW Roads TRCAgreeFranzCreekBridgeC14007_Att1 Agreepdf
    • Standard Professional Services Agreement (ldquoPSArdquo)
    • Federal Funds
      • l Scope of Services
        • 11 Consultants Specified Services
        • 12 Cooperation With County
        • 13 Performance Standard
        • 14 Assigned Personnel
        • 15 Consultantrsquos Reports or Meetings
          • 2 Allowable Costs and Payments
            • 21 Method of payment
            • 22 Fixed Fee
            • 23 Transportation amp Subsistence
            • 24 Milestone Costs
            • 25 Progress Payments
            • 26 Payment
            • 27 Invoices
            • 28 Contract Value
            • 29 Salary Increases
            • 210 Invoicing
            • 211 Taxes
              • 3 Term of Agreement
                • 31 Term
                • 32 Contract Execution
                  • 4 Termination
                    • 41 Notice Period
                    • 42 Grounds for Termination
                    • 43 Liability
                    • 44 Authority to Terminate
                      • 5 Indemnification
                      • 6 Insurance
                      • 7 Prosecution of Work
                      • 8 Extra or Changed Work
                      • 9 Representations of Consultant
                        • 91 Standard of Care
                        • 92 Status of Consultant
                        • 93 No Suspension or Debarment
                        • 94 Taxes
                        • 95 Records Maintenance
                        • 96 Conflict of Interest
                        • 97 Statutory Compliance
                        • 98 Living Wage Ordinance
                        • 99 Nondiscrimination
                        • 910 Statement of Compliance
                        • 911 AIDS Discrimination
                        • 912 Assignment of Rights
                        • 913 Ownership and Disclosure of Work Product
                        • 914 Authority
                          • 10 Demand for Assurance
                          • 11 Assignment and Delegation
                          • 12 Method and Place of Giving Notice Submitting Bills and Making Payments
                          • 13 Federal Requirements
                            • 131 Contract Assurance
                            • 132 Prompt Progress Payments to Subcontractors
                            • 134 Disadvantaged Business Enterprise (DBE) Participation
                            • 135 Prevailing Wage
                            • 136 Text Messaging While Driving
                            • 137 Buy America
                            • 138 Prohibition of Expending Local Agency State or Federal funds for Lobbying
                            • 139 Cost Principals and Administrative Requirements
                            • 1310 Retention of RecordsAudit
                            • 1311 Audit Review Procedures
                            • 1312 Subcontracting
                            • 1313 Equipment Purchase
                              • 14 Miscellaneous Provisions
                                • 141 No Waiver of Breach
                                • 142 Construction
                                • 143 Consent
                                • 144 No Third Party Beneficiaries
                                • 145 Applicable Law and Forum
                                • 146 Captions
                                • 147 Merger
                                • 148 Survival of Terms
                                • 149 Time of Essence
                                • 1410 Rebates Kickback or Other Unlawful Consideration
                                • 1411 Funding Requirements
                                • 1412 Evaluation of Consultant
                                • 1413 Claims Filed by Countyrsquos Construction Contractor
                                • 1414 National Labor Relations Board Certification
                                • 1415 Retention of Funds
                                • 1416 Contingent Fee
                                • 1417 Inspection of Work
                                • 1418 Safety
                                    • 03 Exhibit A - Scope of Workpdf
                                      • Attachment H - Anchor QEA Cost Proposalpdf
                                        • 2017_08_22_Franz Creek Fee_Revised
                                        • 2017_08_22_Franz Scope Final
                                          • SCOPE OF WORK
                                            • Task 1 Project Management
                                            • Task 2 - Preliminary Engineering
                                            • Task 3 ndash SurveyingMappingROW Engineering
                                            • Task 4 - Geotechnical Engineering
                                            • Task 5 Hydrology and Hydraulics
                                            • Task 6 Environmental
                                            • Task 7 ndash Public Outreach
                                            • Task 8 ndash 65 PSampE
                                            • Task 9 - 95 PSampE
                                            • Task 10 - Final (100) PSampE
                                            • Task 11 - Pre-Construction Engineering Services
                                            • SUPPLEMENTAL SERVICES
                                            • 2C5 ndash Utility Potholing
                                            • 49 ndash Geotechnical Retaining Wall Investigation and Analysis
                                            • 69 ndash Noise ndash Bioacoustic Analysis
                                            • Task 7A -Public Outreach led by the Consultant
                                            • Task 810 ndash Retaining Wall Design
                                            • Task 12 - Construction Support Services
                                                • Att B -Exhibit 1-Interview
                                                    • 04 Exhibit B - Sonoma County Insurance Requirementspdf
                                                      • Exhibit B
                                                        • Sonoma County Insurance Requirements
                                                        • Contractor Required Insurance
                                                          • A Workers Compensation Insurance amp Employers Liability Insurance
                                                          • B General Liability Insurance
                                                          • C Automobile Liability Insurance
                                                          • D Contractors Pollution Liability Insurance
                                                          • E Professional LiabilityErrors and Omissions Insurance
                                                          • F Increase of Minimum Limits
                                                          • G Standards for Insurance Companies
                                                          • H Documentation
                                                          • I Policy Obligations
                                                          • J Subcontractors ndash Required Insurance
                                                            • a Minimum Limit $1000000 per claim or per occurrence
                                                              • ADPA99Ftmp
                                                                • 1 Workers Compensation and Employers Liability Insurance
                                                                • 2 General Liability Insurance
                                                                • 3 Automobile Liability Insurance
                                                                • 4 Professional LiabilityErrors and Omissions Insurance
                                                                • 5 Standards for Insurance Companies
                                                                • 6 Documentation
                                                                • 7 Policy Obligations
                                                                • 8 Material Breach
                                                                      1. Page 2 of 2_3
Page 7: County of Sonoma Agenda Item Summary Report - Granicus

Olesya Tribukait 2300 County Center Drive Suite B-100 Santa Rosa CA 95403

(707) 565-2231 olesyatribukaitsonoma-Countyorg

28 Contract Value

The total amount payable by County including the fixed fee shall not exceed $63017782

29 Salary Increases

Salary increases will be reimbursable if the new salary is within the salary range identified in the approved Cost Proposal and is approved by Countyrsquos Contract 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

210 Invoicing

Consultant shall submit its bills in arrears on a monthly basis in a form approved by Countys Auditor and the Head of the County Department receiving the services The bills shall show or include (i) the task(s) performed (ii) the time in quarter hours devoted to the task(s) (iii) the hourly rate or rates of the persons performing the task(s) and (iv) copies of receipts for reimbursable materialsexpenses if any Expenses not expressly authorized by the Agreement shall not be reimbursed including a copy of all invoices paid to sub-contractors for work required included in the prime consultantrsquos invoice Consultant shall submit the Subcontractor Payment Declaration with each invoice

Unless otherwise noted in this agreement payments shall be made within the normal course of County business after presentation of an invoice in a form approved by the County for services performed Payments shall be made only upon the satisfactory completion of the services as determined by the County

211 Taxes

Pursuant to California Revenue and Taxation code (RampTC) Section 18662 the County shall withhold seven percent of the income paid to Consultant for services performed within the State of California under this agreement for payment and reporting to the California Franchise Tax Board if Consultant does not qualify as (1) a corporation with its principal place of business in California (2) an LLC or Partnership with a permanent place of business in California (3) a corporationLLC or Partnership qualified to do business in California by the Secretary of State or (4) an individual with a permanent residence in the State of California

If Consultant does not qualify County requires that a completed and signed Form 587 be provided by the Consultant in order for payments to be made If consultant is qualified then the County requires a completed Form 590 Forms 587 and 590 remain valid for the duration of the Agreement provided there is no material change in facts By signing either form the contractor agrees to promptly notify the County of any changes in the facts Forms should be sent to the County pursuant to Article 12 To reduce the amount withheld Consultant has the option to

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 4 October 2017

provide County with either a full or partial waiver from the State of California

3 Term of Agreement

31 Term

This contract shall go into effect on Effective Date contingent upon approval by County and Consultant shall commence work after notification to proceed by Countyrsquos Contract Administrator The contract shall end on 12312022 unless extended by contract amendment

32 Contract Execution

Consultant is advised that any recommendation for contract award is not binding on County until the contract is fully executed and approved by County

4 Termination

41 Notice Period

County reserves the right to terminate this contract upon thirty (30) calendar days written notice to Consultant with the reasons for termination stated in the notice

42 Grounds for Termination

County may terminate this contract with Consultant should Consultant fail to perform the covenants herein contained at the time and in the manner herein provided In the event of such termination County may proceed with the work in any manner deemed proper by County If County terminates this contract with Consultant County shall pay Consultant the sum due to Consultant under this contract prior to termination unless the cost of completion to County exceeds the funds remaining in the contract In which case the overage shall be deducted from any sum due Consultant under this contract and the balance if any shall be paid to Consultant upon demand

43 Liability

The maximum amount for which the Government shall be liable if this contract is terminated is $63017782 dollars

44 Authority to Terminate

The Board of Supervisors has the authority to terminate this A greement on behalf of the County In addition the Purchasing Agent or Department Head in consultation with County Counsel shall have the authority to terminate this Agreement on behalf of the County

5 Indemnification

Consultant agrees to accept responsibility for loss or damage to any person or entity including County and to defend indemnify hold harmless and release County its officers agents and employees from and against any actions claims damages liabilities disabilities or expenses that may be asserted by any person or entity including Consultant that arise out of pertain to or relate to the negligence recklessness or willful misconduct of Consultant or its agents employees contractors subcontractors or invitees C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 5 October 2017

hereunder whether or not there is concurrent negligence on Countys part but to the extent required by law excluding liability due to Countys conduct This indemnification obligation is not limited in any way by any limitation on the amount or type of damages or compensation payable to or for Consultant or its agents employees contractors subcontractors or invitees under workers compensation acts disability benefits acts or other employee benefit acts This indemnity provision survives the Agreement

6 Insurance

With respect to performance of work under this Agreement Consultant shall maintain and shall require all of its subcontractors consultants and other agents to maintain insurance as described in Exhibit B which is attached hereto and incorporated herein by this reference

7 Prosecution of Work

The execution of this Agreement shall constitute Consultantrsquos authority to proceed immediately with the performance of this Agreement Performance of the services hereunder shall be completed within the time required herein provided however that if the performance is delayed by earthquake flood high water or other Act of God or by strike lockout or similar labor disturbances the time for Consultantrsquos performance of this Agreement shall be extended by a number of days equal to the number of days Consultant has been delayed

8 Extra or Changed Work

Extra or changed work or other changes to the Agreement may be authorized only by written amendment to this Agreement signed by both parties Minor changes which do not increase the amount paid under the Agreement and which do not significantly change the scope of work or significantly lengthen time schedules may be executed by the Department Head in a form approved by County Counsel The Board of SupervisorsPurchasing Agent must authorize all other extra or changed work The parties expressly recognize that pursuant to Sonoma County Code Section 1-11 County personnel are without authorization to order extra or changed work or waive Agreement requirements Failure of Consultant to secure such written authorization for extra or changed work shall constitute a waiver of any and all right to adjustment in the Agreement price or Agreement time due to such unauthorized work and thereafter Consultant shall be entitled to no compensation whatsoever for the performance of such work Consultant further expressly waives any and all right or remedy by way of restitution and quantum meruit for any and all extra work performed without such express and prior written authorization of the County

9 Representations of Consultant

91 Standard of Care

County has relied upon the professional ability and training of Consultant as a material inducement to enter into this Agreement Consultant hereby agrees that all its work will be performed and that its operations shall be conducted in accordance with generally accepted and applicable professional practices and standards as well as the requirements of applicable federal state and local laws it being understood that acceptance of Consultants work by County shall not operate as a waiver or release

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 6 October 2017

92 Status of Consultant

The parties intend that Consultant in performing the services specified herein shall act as an independent contractor and shall control the work and the manner in which it is performed Consultant is not to be considered an agent or employee of County and is not entitled to participate in any pension plan workerrsquos compensation plan insurance bonus or similar benefits County provides its employees In the event County exercises its right to terminate this Agreement pursuant to Article 4 above Consultant expressly agrees that it shall have no recourse or right of appeal under rules regulations ordinances or laws applicable to employees

93 No Suspension or Debarment

Consultantrsquos signature affixed herein shall constitute a certification under penalty of perjury under the laws of the State of California that Consultant has complied with Title 2 CFR Part 180 ldquoOMB Guidelines to Agencies on Government wide Debarment and Suspension (nonprocurement)rdquo which certifies that heshe or any person associated therewith in the capacity of owner partner director officer or manager is not currently under suspension debarment voluntary exclusion or determination of ineligibility by any federal agency has not been suspended debarred voluntarily excluded or determined ineligible by any federal agency within the past three (3) years does not have a proposed debarment pending and has not been indicted convicted or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years Any exceptions to this certification must be disclosed to County

Exceptions will not necessarily result in denial of recommendation for award but will be considered in determining Consultant responsibility Disclosures must indicate to whom exceptions apply initiating agency and dates of action

Exceptions to the Federal Government Excluded Parties List System maintained by the General Services Administration are to be determined by the Federal highway Administration

94 Taxes

Consultant agrees to file federal and state tax returns and pay all applicable taxes on amounts paid pursuant to this Agreement and shall be solely liable and responsible to pay such taxes and other obligations including but not limited to state and federal income and FICA taxes Consultant agrees to indemnify and hold County harmless from any liability which it may incur to the United States or to the State of California as a consequence of Consultants failure to pay when due all such taxes and obligations In case County is audited for compliance regarding any withholding or other applicable taxes Consultant agrees to furnish County with proof of payment of taxes on these earnings

95 Records Maintenance

Consultant shall keep and maintain full and complete documentation and accounting records concerning all services performed that are compensable under this Agreement and shall make such documents and records available to County for inspection at any reasonable time Consultant shall maintain such records for a period of four (4) years following completion of work hereunder

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 7 October 2017

96 Conflict of Interest

961 Consultant shall disclose any financial business or other relationship with County that may have an impact upon the outcome of this contract or any ensuing County construction project 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

962 Consultant hereby certifies that it does not now have nor shall it acquire any financial or business interest that would conflict with the performance of services under this contract

963 Consultant hereby certifies that neither Consultant nor any firm affiliated with Consultant will bid on any construction contract or on any contract to provide construction inspection for any construction project resulting from this contract An affiliated firm is one which is subject to the control of the same persons through joint-ownership or otherwise

964 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 contract 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

97 Statutory Compliance

Contractor agrees to comply with all applicable federal state and local laws regulations statutes and policies applicable to the services provided under this Agreement as they exist now and as they are changed amended or modified during the term of this Agreement Without limiting the generality of the foregoing Consultant expressly agrees on behalf of itself and on behalf of all its agents employees subconsultants and subcontractors to comply with the federal contract requirements set forth in Section 13 herein

98 Living Wage Ordinance

Consultant agrees to comply with all applicable federal state and local laws regulations statutes and policies including but not limited to the County of Sonoma Living Wage Ordinance applicable to the services provided under this Agreement as they exist now and as they are changed amended or modified during the term of this Agreement Without limiting the generality of the foregoing Consultant expressly acknowledges and agrees that this Agreement is subject to the provisions of Article XXVI of Chapter 2 of the Sonoma County Code requiring payment of a living wage to covered employees Noncompliance during the term of the Agreement will be considered a material breach and may result in termination of the Agreement or pursuit of other legal or administrative remedies

99 Nondiscrimination

Without limiting any other provision hereunder Consultant shall comply with all applicable federal state and local laws rules and regulations in regard to nondiscrimination in

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 8 October 2017

employment because of race color ancestry national origin religion sex marital status age medical condition pregnancy disability sexual orientation or other prohibited basis including without limitation the Countyrsquos Non-Discrimination Policy All nondiscrimination rules or regulations required by law to be included in this Agreement are incorporated herein by this reference

910 Statement of Compliance

9101 Consultantrsquos signature affixed herein and dated shall constitute a certification under penalty of perjury under the laws of the State of California that Consultant has unless exempt complied with the nondiscrimination program requirements of Government Code Section 12990 and Title 2 California Administrative Code Section 8103

9102 During the performance of this Contract Consultant and its subconsultants shall not unlawfully discriminate harass or allow harassment against any employee or applicant for employment because of sex race color ancestry religious creed national origin physical disability (including HIV and AIDS) mental disability medical condition (eg cancer) age (over 40) marital status and denial of family care leave Consultant and subconsultants shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment Consultant and subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov Code sect12990 (a-f) et seq) and the applicable regulations promulgated there under (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 this Contract by reference and made a part hereof as if set forth in full Consultant and its subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement

9103 The Consultant shall comply with regulations relative to Title VI (nondiscrimination in federally-assisted programs of the Department of Transportation ndash 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

9104 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 215 of the US DOTrsquos Regulations including employment practices when the Agreement covers a program whose goal is employment

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 9 October 2017

911 AIDS Discrimination

Consultant agrees to comply with the provisions of Chapter 19 Article II of the Sonoma County Code prohibiting discrimination in housing employment and services because of AIDS or HIV infection during the term of this Agreement and any extensions of the term

912 Assignment of Rights

Consultant assigns to County all rights throughout the world in perpetuity in the nature of copyright trademark patent right to ideas in and to all versions of the plans and specifications if any now or later prepared by Consultant in connection with this Agreement Consultant agrees to take such actions as are necessary to protect the rights assigned to County in this Agreement and to refrain from taking any action which would impair those rights Consultants responsibilities under this provision include but are not limited to placing proper notice of copyright on all versions of the plans and specifications as County may direct and refraining from disclosing any versions of the plans and specifications to any third party without first obtaining written permission of County

Consultant shall not use or permit another to use the plans and specifications in connection with this or any other project without first obtaining written permission of County

913 Ownership and Disclosure of Work Product

All reports original drawings graphics plans studies and other data or documents (ldquodocumentsrdquo) in whatever form or format assembled or prepared by Consultant or Consultantrsquos subcontractors consultants and other agents in connection with this Agreement shall be the property of County County shall be entitled to immediate possession of such documents upon completion of the work pursuant to this Agreement Upon expiration or termination of this Agreement Consultant shall promptly deliver to County all such documents which have not already been provided to County in such form or format as County deems appropriate Such documents shall be and will remain the property of County without restriction or limitation Consultant may retain copies of the above- described documents but agrees not to disclose or discuss any information gathered discovered or generated in any way through this Agreement without the express written permission of County

914 Authority

The undersigned hereby represents and warrants that he or she has authority to execute and deliver this Agreement on behalf of Consultant

10 Demand for Assurance

Each party to this Agreement undertakes the obligation that the others expectation of receiving due performance will not be impaired When reasonable grounds for insecurity arise with respect to the performance of either party the other may in writing demand adequate assurance of due performance and until such assurance is received may if commercially reasonable suspend any performance for which the agreed return has not been received Commercially reasonable includes not only the conduct of a party with respect to performance under this Agreement but also conduct with respect to other agreements with parties to this Agreement or others After receipt of a justified demand failure to provide

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 10 October 2017

within a reasonable time but not exceeding thirty (30) days such assurance of due performance as is adequate under the circumstances of the particular case is a repudiation of this Agreement Acceptance of any improper delivery service or payment does not prejudice the aggrieved partys right to demand adequate assurance of future performance Nothing in this Article limits Countyrsquos right to terminate this Agreement pursuant to Article 4

11 Assignment and Delegation

Neither party hereto shall assign delegate sublet or transfer any interest in or duty under this Agreement without the prior written consent of the other and no such transfer shall be of any force or effect whatsoever unless and until the other party shall have so consented

12 Method and Place of Giving Notice Submitting Bills and Making Payments

All notices bills and payments shall be made in writing and shall be given by personal delivery or by US Mail or courier service Notices bills and payments shall be addressed as follows

To County

Sonoma County Department of Transportation and Public Works Attn Olesya Tribukait 2300 County Center Drive Suite B-100 Santa Rosa CA 95403 (707) 565-2231 olesyatribukaitsonoma-Countyorg

To Consultant

TRC Engineers Inc Attn Mark Imbriani 10680 White Rock Road Suite 100 Rancho Cordova CA 95670 (916) 366-0632 mimbrianitrcsolutionscom

When a notice bill or payment is given by a generally recognized overnight courier service the notice bill or payment shall be deemed received on the next business day When a copy of a notice bill or payment is sent by facsimile or email the notice bill or payment shall be deemed received upon transmission as long as (1) the original copy of the notice bill or payment is promptly deposited in the US mail and postmarked on the date of the facsimile or email (for a payment on or before the due date) (2) the sender has a written confirmation of the facsimile transmission or email and (3) the facsimile or email is transmitted before 5 pm (recipientrsquos time) In all other instances notices bills and payments shall be effective upon receipt by the recipient Changes may be made in the names and addresses of the person to whom notices are to be given by giving notice pursuant to this paragraph

13 Federal Requirements

131 Contract Assurance

The consultant sub recipient or subcontractor shall not discriminate on the basis of race color

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 11 October 2017

national origin or sex in the performance of this contract The consultant shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted agreements Failure by the consultant to carry out these requirements is a material breach of this agreement which may result in the termination of this agreement or such other remedy as the recipient deems appropriate which may include but is not limited to (1) Withholding monthly progress payments (2) Assessing sanction (3) Liquidated damages andor (4) Disqualifying the contractor from future bidding as non-responsible

132 Prompt Progress Payments to Subcontractors

Attention is directed to Section 71085 of the California Business and Professions Code which requires a prime contractor or subcontractor to pay any subcontractor not later than ten (10) days of receipt of each progress payment unless otherwise agreed to in writing In addition federal regulations (Title 49 Code of Federal Regulations Part 2629) require a prime contractor or subcontractor to pay a subcontractor no later than thirty (30) days of receipt of each payment unless any delay or postponement of payment among the parties takes place only for good cause and with the prior written approval of County Section 71085 of the California Business and Professions Code also contains enforcement actions and penalties The requirements apply to both Disadvantaged Business Entities (ldquoDBErdquo) and non-DBE subcontractors Consultant shall include the foregoing progress payment requirements in every subcontract entered into by Consultant in the performance of its obligations under this Agreement

133 Prompt Payment of Withheld Funds to Subcontractors

No retainage will be held by the County from progress payments due the prime consultant Any retainage held by the prime consultant or subconsultants from progress payments due subconsultants shall be promptly paid in full to subconsultants within 30 days after the subconsultantrsquos work is satisfactorily completed Federal law (49 CFR2629) requires that any delay or postponement of payment over the 30 days may take place only for good cause and with the Agencyrsquos prior written approval Any violation of this provision shall subject the violating prime consultant or subconsultant to the penalties sanctions and other remedies specified in Section 71085 of the Business and Professions Code These requirements shall not be construed to limit or impair any contractual administrative or judicial remedies otherwise available to the prime consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the prime consultant deficient subconsultant performance or noncompliance by a subconsultant This provision applies to both DBE and non-DBE prime consultant and subconsultants

134 Disadvantaged Business Enterprise (DBE) Participation

1341 This contract is subject to 49 CFR Part 26 entitled ldquoParticipation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programsrdquo Consultants who obtain DBE participation on this contract will assist Caltrans in meeting its federally mandated statewide overall DBE goal

1342 The goal for DBE participation for this contract is 11 Participation by DBE consultant or subconsultants shall be in accordance with information contained in the Consultant Proposal DBE Commitment (Exhibit 10-O1) or in the Consultant Contract DBE Information (Exhibit 10-O2) attached hereto and incorporated as part

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 12 October 2017

of the Contract If a DBE subconsultant is unable to perform Consultant must make a good faith effort to replace himher with another DBE subconsultant if the goal is not otherwise met

1343 DBEs and other small businesses as defined in 49 CFR Part 26 are encouraged to participate in the performance of contracts financed in whole or in part with federal funds Consultant or subconsultant shall not discriminate on the basis of race color national origin or sex in the performance of this contract Consultant shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of US DOT-assisted agreements Failure by Consultant to carry out these requirements is a material breach of this contract which may result in the termination of this contract or such other remedy as County deems appropriate

1344 Any subcontract entered into as a result of this contract shall contain all of the provisions of this section

1345 A DBE firm may be terminated only with prior written approval from County and only for the reasons specified in 49 CFR 2653(f) Prior to requesting County consent for the termination Consultant must meet the procedural requirements specified in 49 CFR 2653(f)

1346 A DBE performs a Commercially Useful Function (CUF) when it is responsible for execution of the work of the contract 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 ordering 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 contract is commensurate with the work it is actually performing and other relevant factors

1347 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

1348 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

1349 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

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 13 October 2017

the date of work performed by their own forces along with the corresponding dollar value of the work

13410 Upon completion of the Contract a summary of these records shall be prepared and submitted on the form entitled ldquoFinal Report-Utilization of Disadvantaged Business Enterprise (DBE) First-Tier Subconsultantsrdquo CEM-2402F [Exhibit 17-F of the LAPM] certified correct by Consultant or Consultantrsquos 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 form is submitted The amount will be returned to Consultant when a satisfactory ldquoFinal Report-Utilization of Disadvantaged Business Enterprises (DBE) First-Tier Subconsultantsrdquo is submitted to the Contract Administrator

13411 If a DBE subconsultant is decertified during the life of the contract the decertified subconsultant shall notify Consultant in writing with the date of decertification If a subconsultant becomes a certified DBE during the life of the Contract the subconsultant shall notify Consultant in writing with the date of certification Any changes should be reported to Countyrsquos Contract Administrator within 30 days

135 Prevailing Wage

1351 Consultant shall comply with the State of Californiarsquos General Prevailing Wage Rate requirements in accordance with California Labor Code Section 1770 and all Federal State and local laws and ordinances applicable to the work

1352 Any subcontract entered into as a result of this contract if for more than $25000 for public works construction or more than $15000 for the alteration demolition repair or maintenance of public works shall contain all of the provisions of this Article

1353 When prevailing wages apply to the services described in the scope of work transportation and subsistence costs shall be reimbursed at the minimum rates set by the Department of Industrial Relations (DIR) as outlined in the applicable Prevailing Wage Determination See httpwwwdircagov

Note The Federal ldquoPayment of Predetermined Minimum Wagerdquo applies only to federal-aid construction contracts

136 Text Messaging While Driving

In accordance with Executive Order 13513 Federal Leadership on Reducing Text Messaging While Driving and Department of Transportation Order 390210 Text Messaging While Driving text messaging while driving is prohibited in the performance of any duties included in this agreement for both consultant and any sub-consultants hired for performance of duties under this Agreement Consultant shall include a provision prohibiting texting while driving in all sub-consultant agreements entered into related to the performance of its obligations under this Agreement

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 14 October 2017

Definitions The following definitions are to be used in conjunction with this section ldquoDrivingrdquo

1) Means operating a motor vehicle on a roadway including while temporarily stationary because of traffic a traffic light stop sign or otherwise

2) It does not include being in your vehicle (with or without the motor running) in a location off the roadway where it is safe and legal to remain stationary

ldquoText Messagingrdquo means reading from or entering data into any handheld or other electronic device including for the purpose of short message service texting e-mailing instant messaging obtaining navigational information or engaging in any other form of electronic data retrieval or electronic data communication

137 Buy America

Furnish Steel and iron materials to be incorporated into the work with certificates of compliance Steel and iron materials must be produced in the US except

1) Foreign pig iron and processed pelletized and reduced iron ore may be used in the domestic production of the steel and iron materials [60 Fed Reg 15478(3241995)]

2) If the total combine cost of the materials does not exceed the great of 01 percent of the total bid or $2500 materials produced outside the U S may be used

Production includes

1) Processing steel and iron materials including smelting or other processes that alter the physical form or shape (such as rolling extruding machining bending grinding and drilling0 or chemical composition

2) Coating application including epoxy coating galvanizing and painting that protects or enhances the value of steel and iron materials

138 Prohibition of Expending Local Agency State or Federal funds for Lobbying

1381 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 Consultant to any person for influencing or attempting to influence an officer or employee of any state or federal agency a Member of the State Legislature or United States Congress an officer or employee of the Legislature or Congress or any employee of a Member of the Legislature or Congress in connection with the awarding of any state or federal contract the making of any state or federal grant the making of any state or federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any state or federal contract grant loan or cooperative agreement

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 15 October 2017

2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with this federal contract grant loan or cooperative agreement Consultant shall complete and submit Standard Form-LLL ldquoDisclosure Form to Report Lobbyingrdquo in accordance with its instructions

1382 This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352 Title 31 US Code Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10000 and not more than $100000 for each such failure

1383 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 $100000 and that all such sub recipients shall certify and disclose accordingly

139 Cost Principals and Administrative Requirements

1391 Consultant agrees that the Contract Cost Principles and Procedures 48 CFR Federal Acquisition Regulations System Chapter 1 Part 31000 et seq shall be used to determine the cost allowability of individual items

1392 Consultant also agrees to comply with federal procedures in accordance with 49 CFR Part 18 Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments

1393 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 31000 et seq are subject to repayment by Consultant to County

1310 Retention of RecordsAudit

For the purpose of determining compliance with Public Contract Code 10115 et seq and Title 21 California Code of Regulations Chapter 21 Section 2500 et seq when applicable and other matters connected with the performance of the contract pursuant to Government Code 85467 Consultant subconsultants and County shall maintain and make available for inspection all books documents papers accounting records and other evidence pertaining to the performance of the contract including but not limited to the costs of administering the contract All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract The state State Auditor County FHWA or any duly authorized representative of the Federal Government shall have access to any books records and documents of Consultant and itrsquos certified public accountants (CPA) work papers that are pertinent to the contract and indirect cost rates (ICR) for audit examinations excerpts and transactions and copies thereof shall be furnished if requested

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 16 October 2017

1311 Audit Review Procedures

13111 Any dispute concerning a question of fact arising under an interim or post audit of this contract that is not disposed of by agreement shall be reviewed by Countyrsquos Chief Financial Officer

13112 Not later than 30 days after issuance of the final audit report Consultant may request a review by Countyrsquos Chief Financial Officer of unresolved audit issues The request for review will be submitted in writing

13113 Neither the pendency of a dispute nor its consideration by County will excuse Consultant from full and timely performance in accordance with the terms of this contract

13114 Consultant and subconsultant contracts including cost proposals and 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 CPA ICR audit work paper review If selected for audit or review the contract cost proposal and ICR and related work papers 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 work paper review it is Consultantrsquos responsibility to ensure federal state or local government officials are allowed full access to the CPArsquos work papers including making copies as necessary The contract cost proposal and ICR shall be adjusted by Consultant and approved by County contract manager to conform to the audit or review recommendations Consultant agrees that individual terms of costs identified in the audit report shall be incorporated into the contract by this reference if directed by County at its sole discretion Refusal by Consultant to incorporate audit or review recommendations or to ensure that the federal state or local governments have access to CPA work papers will be considered a breach of contract terms and cause for termination of the contract and disallowance of prior reimbursed costs

1312 Subcontracting

13121 Nothing contained in this contract or otherwise shall create any contractual relation between County and any subconsultant(s) and no subcontract shall relieve Consultant of its responsibilities and obligations hereunder Consultant agrees to be as fully responsible to 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 Consultant CONSULTANTrsquos obligation to pay its subconsultant(s) is an independent obligation from Countyrsquos obligation to make payments to the Consultant

13122 Consultant shall perform the work contemplated with resources available within its own organization and no portion of the work pertinent to this contract shall be subcontracted without written authorization by Countyrsquos Contract Administrator except that which is expressly identified in the approved Cost Proposal

13123 Consultant shall pay its subconsultants within ten (10) calendar days from receipt of each payment made to Consultant by County

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 17 October 2017

13124 All subcontracts entered into as a result of this contract shall contain all the provisions stipulated in this contract to be applicable to subconsultants

13125 Any substitution of subconsultant(s) must be approved in writing by Countyrsquos Contract Administrator prior to the start of work by the subconsultant(s)

1313 Equipment Purchase

13131 Prior authorization in writing by Countyrsquos Contract Administrator shall be required before Consultant enters into any unbudgeted purchase order or subcontract exceeding $5000 for supplies equipment or Consultant services Consultant shall provide an evaluation of the necessity or desirability of incurring such costs

13132 For purchase of any item service or consulting work not covered in Consultantrsquos Cost Proposal and exceeding $5000 prior authorization by Countyrsquos Contract Administrator three competitive quotations must be submitted with the request or the absence of bidding must be adequately justified

13133 Any equipment purchased as a result of this contract is subject to the following ldquoConsultant 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 $5000 or more If the purchased equipment needs replacement and is sold or traded in County shall receive a proper refund or credit at the conclusion of the contract or if the contract is terminated Consultant may either keep the equipment and credit County in an amount equal to its fair market value or sell such equipment at the best price obtainable at a public or private sale in accordance with established County procedures and credit County in an amount equal to the sales price If Consultant elects to keep the equipment fair market value shall be determined at Consultant expense on the basis of a competent independent appraisal of such equipment Appraisals shall be obtained from an appraiser mutually agreeable to by County and Consultant if it is determined to sell the equipment the terms and conditions of such sale must be approved in advance by Countyrdquo 49 CFR Part 18 requires a credit to Federal funds when participating equipment with a fair market value greater than $5000 is credited to the project

14 Miscellaneous Provisions

141 No Waiver of Breach

The waiver by County of any breach of any term or promise contained in this Agreement shall not be deemed to be a waiver of such term or provision or any subsequent breach of the same or any other term or promise contained in this Agreement

142 Construction

To the fullest extent allowed by law the provisions of this Agreement shall be construed and given effect in a manner that avoids any violation of statute ordinance regulation or law The parties covenant and agree that in the event that any provision of this Agreement is held by a court of competent jurisdiction to be invalid void or unenforceable the remainder of the provisions hereof shall remain in full force and effect and shall in no way be affected impaired or invalidated

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 18 October 2017

thereby Consultant and County acknowledge that they have each contributed to the making of this Agreement and that in the event of a dispute over the interpretation of this Agreement the language of the Agreement will not be construed against one party in favor of the other Consultant and County acknowledge that they have each had an adequate opportunity to consult with counsel in the negotiation and preparation of this Agreement

143 Consent

Wherever in this Agreement the consent or approval of one party is required to an act of the other party such consent or approval shall not be unreasonably withheld or delayed

144 No Third Party Beneficiaries

Nothing contained in this Agreement shall be construed to create and the parties do not intend to create any rights in third parties

145 Applicable Law and Forum

This Agreement shall be construed and interpreted according to the substantive law of California regardless of the law of conflicts to the contrary in any jurisdiction Any action to enforce the terms of this Agreement or for the breach thereof shall be brought and tried in Santa Rosa or the forum nearest to the city of Santa Rosa in the County of Sonoma

146 Captions

The captions in this Agreement are solely for convenience of reference They are not a part of this Agreement and shall have no effect on its construction or interpretation

147 Merger

This writing is intended both as the final expression of the Agreement between the parties hereto with respect to the included terms and as a complete and exclusive statement of the terms of the Agreement pursuant to Code of Civil Procedure Section 1856 No modification of this Agreement shall be effective unless and until such modification is evidenced by a writing signed by both parties

148 Survival of Terms

All express representations waivers indemnifications and limitations of liability included in this Agreement will survive its completion or termination for any reason

149 Time of Essence

Time is and shall be of the essence of this Agreement and every provision hereof

1410 Rebates Kickback or Other Unlawful Consideration

Consultant warrants that this contract was not obtained or secured through rebates kickbacks or other unlawful consideration either promised or paid to any County employee For breach or violation of this warranty County shall have the right in its discretion to terminate the contract

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 19 October 2017

without liability to pay only for the value of the work actually performed or to deduct from the contract price or otherwise recover the full amount of such rebate kickback or other unlawful consideration

1411 Funding Requirements

14111 It is mutually understood between the parties that this contract 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 contract were executed after that determination was made

14112 This contract is valid and enforceable only if sufficient funds are made available to County for the purpose of this contract In addition this contract is subject to any additional restrictions limitations conditions or any statute enacted by the Congress State Legislature or County Board of Supervisors that may affect the provisions terms or funding of this contract in any manner

14113 It is mutually agreed that if sufficient funds are not appropriated this contract may be amended to reflect any reduction in funds

14114 County has the option to void the contract under the 30-day termination clause pursuant to Article 4 or by mutual agreement to amend the contract to reflect any reduction of funds

1412 Evaluation of Consultant

Consultantrsquos performance will be evaluated by County A copy of the evaluation will be sent to Consultant for comments The evaluation together with the comments shall be retained as part of the contract record

1413 Claims Filed by Countyrsquos Construction Contractor

14131 If claims are filed by Countyrsquos construction contractor relating to work performed by Consultantrsquos personnel and additional information or assistance from Consultantrsquos personnel is required in order to evaluate or defend against such claims Consultant agrees to make its personnel available for consultation with Countyrsquos construction contract administration and legal staff and for testimony if necessary at depositions and at trial or arbitration proceedings

14132 Consultantrsquos personnel that County considers essential to assist in defending against construction contractor claims will be made available on reasonable notice from County Consultation or testimony will be reimbursed at the same rates including travel costs that are being paid for Consultantrsquos personnel services under this contract

14133 Services of Consultantrsquos personnel in connection with Countyrsquos construction contractor claims will be performed pursuant to a written contract amendment if necessary extending the termination date of this contract in order to resolve the construction claims

14134 Any subcontract in excess of $25000 entered into as a result of this contract shall contain

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 20 October 2017

all of the provisions of this Article

1414 National Labor Relations Board Certification

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

1415 Retention of Funds

14151 Any subcontract entered into as a result of this Contract shall contain all of the provisions of this section

14152 The County shall hold retainage from the prime consultant and shall make prompt and regular incremental acceptances of portions as determined by the County of the contract work and pay retainage to the prime consultant based on these acceptances The prime consultant or subconsultant shall return all monies withheld in retention from a subconsultant within thirty (30) days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency Federal law (49 CFR 2629) requires that any delay or postponement of payment over thirty (30) days may take place only for good cause and with the agencyrsquos prior written approval Any violation of this provision shall subject the violating prime consultant or subconsultant to the penalties sanctions and other remedies specified in Section 71085 of the Business and Professions Code These requirements shall not be construed to limit or impair any contractual administrative or judicial remedies otherwise available to the prime consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the prime Consultant deficient subconsultant performance or noncompliance by a subconsultant This provision applies to both DBE and non-DBE prime consultant and subconsultants

1416 Contingent Fee

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

1417 Inspection of Work

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

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 21 October 2017

1418 Safety

14181 Consultant shall comply with OSHA regulations applicable to Consultant regarding necessary safety equipment or procedures Consultant shall comply with safety instructions issued by County Safety Officer and other County representatives Consultant personnel shall wear hard hats and safety vests at all times while working on the construction project site

14182 Pursuant to the authority contained in Section 591 of the Vehicle Code County has determined that such areas are within the limits of the project and are open to public traffic Consultant shall comply with all of the requirements set forth in Divisions 11 12 13 14 and 15 of the Vehicle Code Consultant shall take all reasonably necessary precautions for safe operation of its vehicles and the protection of the traveling public from injury and damage from such vehicles

14183 Any subcontract entered into as a result of this contract shall contain all of the provisions of this Article

IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the Effective Date

SIGNATURES FOLLOW ON NEXT PAGE

THIS SPACE LEFT INTENTIONALLY BLANK

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 22 October 2017

CONSULTANT

By

Name

Title

Date

COUNTY COUNTY OF SONOMA

CERTIFICATES OF INSURANCE ON FILE AND APPROVED AS TO SUBSTANCE FOR COUNTY

By

Department Head

Date

APPROVED AS TO FORM FOR COUNTY

By

County Counsel

Date

By

or Purchasing Agent

Date

By

Chair Board of Supervisors

Date

ATTEST

Clerk of the Board of Supervisors

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 23 October 2017

Sonoma County Project No C14007

Bridge No 20C0326 EXHIBIT A Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

SCOPE OF WORK

The Franz Creek Bridge (Bridge No 20C-0326) located on Franz Valley School Road crosses

Franz Creek approximately 1500 feet east of the intersection with Franz Valley Road The nearest

population center is the City of Calistoga approximately 55 miles east of the bridge Franz Valley

Road is classified as a rural local road and has an ADT of 350 (2010) projected to increase to 420

by 2032 The road provides ruralagricultural access between State Route 128 and Franz Valley

Road The existing bridge a 32 foot long by 23 foot wide single span steel girder structure with an

unknown foundation type (BIR Item 113 = U) was determined by Caltrans to be scour critical and

structurally deficient with a sufficiency rating of 226 and as such the bridge has been approved for

replacement TRCrsquos goal will be to develop the simplest and most cost-effective structure that will

provide the County with a long life minimal maintenance and minimize impacts on local users

Within this Scope of Work TRCrsquos team is referred to as ldquothe consultantrdquo This is in reference to

the entire consultant team consisting of

Firm Areas of Expertise TRC Engineering Inc (Prime Consultant)

Civil and structural Design

Environmental Engineering

Shannon and Wilson Inc Shannon and Wilson ndash Geotechnical Engineering

WRECO Hydraulic amp Water Resources Engineering

Cinquini amp Passarino Inc Surveying amp Right-of-Way

Anchor QEA Noise

Tom Origer amp Associates Cultural Resources

National Analytical Laboratories Inc Certified Asbestos Consultant

TRC as the prime consultant will be responsible to the County for seeing that the tasks listed

herein are completed by the appropriate team members

Task 1 Project Management

11 Project Kickoff

The consultant will meet with the County at a pre-design kickoff meeting to review the

scope of work project requirements and design criteria obtain additional material and

information and discuss the Countys scheduling and review process While meeting with

the County we shall conduct a visual on-site field investigation to identify existing

conditions and confirm initial design assumptions

The consultant understands that the field review has already been held and the field review

forms including a PES form have been signed by Caltrans The consultant will familiarize

ourselves with those forms and follow the findings therein to develop the design

Franz Creek Bridge Scope 1 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

12 ProjectStaff Management

The consultant shall be responsible for project management activities throughout the life of

the contract The scope of project management includes

bull Managing the project schedule and budget

bull Setting up and facilitating client meetings

bull Interagency meetings public meetings

bull Field reviews

bull Other project related meetings

bull Managing sub-consultant staff

13 Meetings

The consultant shall prepare meeting agendas meeting notes identify action items and how

they are accounted for and sign in sheets for all meetings and manage the consultant team

involved in the project (ldquoproject teamrdquo) Managing the project team includes preparing

contract paperwork memos letters and e-mails making phone calls and maintaining

project files

Meetings will include at a minimum a project kick off meeting a meeting after the 35

65 and the 95 submittal to discuss comments with the County Two (2) meetings are

assumed in the Preliminary phase of the project and four (4) meetings are assumed in the

Final Design PSampE phase of the project These meetings will be held at the County office

Outside of the in-person meetings conference calls will be held with the County to discuss

progress throughout the project (10 total)

14 Work Progress Form

On a monthly basis the consultant shall submit a Work Progress Form provided by the

County This summarizes accomplishments in the previous month anticipated work for the

next month and key decisions that need to be made to keep the project on schedule Invoices

shall show the original budget any reallocated budgets amount spent to-date amount spent

this period budget remaining and percentage spent to date for each task

Task 2 - Preliminary Engineering

This task will consist of investigatory studies preliminary design and other work necessary to

bring the project to 35 design and to provide a final Type Selection Report

Task 2A- Alignment Engineering

2A1 Assess Available Information

The consultant shall assess available information on the project Such information may

include existing drawings studies and reports or preliminary engineering performed by

others The County will provide any such information in their possession

2A2 Alignment Alternatives Analysis

The Consultant shall recommend the alignment of the new bridge and the extent of the

roadway approaches in close collaboration with the County The assumed roadway width is

31rsquo which includes 2- 10rsquo lanes a 3rsquo outside shoulder and an 8rsquo inside shoulder around

Franz Creek Bridge Scope 2 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

the curve approaching the bridge structure

The consultant shall analyze two alignment alternatives and propose the most feasible

alternative based on the site constraints public input AASHTO and Caltrans geometric

standards and drainage patterns (so that the adjacent properties are not adversely impacted

by the new improvements) The 45 mph alternative and the Stage Construction alternative

on the same alignment will not be analyzed in detail but should be mentioned in the

alternative analysis memo as to why they were rejected Alignment alternatives to be

analyzed shall provide a 30 mph design speed with a 4 maximum superelevation (or the

maximum superelevation allowed per the CT HDM safe comfortable speed chart) located

upstream of the existing bridge Even though the 30mph meets the minimum design speed

for the roadway the second alternative shall provide a 25 mph design speed with similar

superelevation criteria as noted above The alternative alignments are shown in Exhibit 1

located in Attachment B The consultant will examine the two alignment alternatives with

the goal to optimize material balance bridge length right-of-way acquisitions and sight

distance Typical sections layout profile and superelevation diagrams will be created for

each alternative Engineering cost estimates will be developed in a Caltrans 7-page

estimate format for the two alignment alternatives being studied It is understood that the

existing structure will remain in place to carry traffic during construction A preferred

alignment will be submitted for County review and approval The results of the

alternatives analysis will be summarized in an Alignment Alternatives Analysis memo

Task 2A Deliverables

bull Preliminary Alignment Alternatives (two alternatives)

bull Construction cost estimates (7-page Caltrans format) for each alternative

bull Alignment Alternatives Analysis memo

Task 2A County Decision Point

bull Approve Preliminary Alignment

Task 2B- Preliminary Structure Engineering and 35 Design

2B1 Bridge Type Selection Report Preparation (DraftFinal)

The consultant shall work closely with County staff to develop the appropriate bridge

replacement design Key issues to consider include (in no particular order)

bull New bridge alignment vs existing bridge alignment

bull Project detour

bull Public input

bull Flood water elevations

bull Site geology and seismicity

bull Environmental issues

bull Maintenance of traffic

bull Available ROW

bull Construction access

bull Unique project design criteria

bull Noise impacts (concerns about the neighbors so close and bioacoustics)

Franz Creek Bridge Scope 3 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Overall cost

bull Constructability

Two structure types will be considered

Cast in Place Prestressed concrete slab

Precast prestressed concrete slab units

Consultant shall prepare a Type Selection Report that will document the structure

types and configurations considered with estimated costs and recommendations for the

final structure type The Type Selection Report shall be prepared for approval by the

County and Caltrans Local Assistance following the guidelines established in the Caltrans

Memo to Designers The proposed replacement bridge shall be presented on general plan

drawings and documented in a report The Type Selection Report will appear in the same

format used by Caltrans Engineering Services Division These documents will be

submitted to the County and the County will submit to Caltrans for review and approval

before beginning final design

2B2 Prepare 35 Design Plans

Upon receipt of comments on the Type Selection Report the consultant will incorporate

them into the preferred alternative This structure configuration will then be developed and

a Bridge General Plan drafted and submitted to the County for approval

With approval of the General Plan and the Countys preferred alignment alternative the

consultant will develop the remaining 35 design plans as shown on the Plan List as listed

in Attachment A and described in Task 8

2B3 General Plan Cost Estimate

The consultant will prepare the necessary General Plan Cost Estimate for the bridge The

General Plan Estimate will be prepared in accordance with Caltrans Bridge Design Aids

Manual Chapter 11 The General Plan Estimates will appear in the same format used by

Caltrans Division of Structures The Caltrans 7-page preliminary estimate will be

generated for the other civil portions of the project in order to generate the total

construction cost estimate

Task 2B Deliverables

bull Preliminary (35) design drawings and reports

bull Bridge Type Selection Report (DraftFinal)

bull Construction Cost Estimates

bull AutoCAD dwg files of preliminary design drawings

Task 2B County Decision Point

bull Select Bridge Type

bull Provide 35 PSampE Review Comments

Task 2C - Utility Coordination

Consultant shall lead the utility coordination efforts Tasks include

bull Obtaining a County provided list of current utility contacts

bull Creating and mailing Utility Letters on the Countyrsquos letterhead

Franz Creek Bridge Scope 4 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Mapping existing utilities

bull Identifying potential conflicts

bull Working with utility companies during their design of relocations

bull Identifying possible easements

bull It is assumed that relocation costs for the various utility facilities will be borne by the utility

companies

Unless specifically stated herein it is assumed that all new or relocated facilities will be designed

and constructed by the owners of the utilities Attention is directed to Attachment A for the

anticipated plan sheets to be completed in this task

2C1 ndash Utility Letters

The consultant will prepare signature ready Utility A letters and submit copies hard copy and on

computer disk to the County Project Manager for transmittal to utility owners within the project

limits on County letterhead Response information received from each owner will be provided

back to the consultant When design is approximately 65 complete the consultant will prepare

Utility B letters and submit copies hard copy and on computer disk to the County Project Manager

for transmittal to recipients on County letterhead At the Utility B letter stage any potential

conflicts will be noted specifically in each B letter in order to begin discussions with the utility

companies for relocation efforts Utilities in conflict will be identified and utility companies will

be asked to prepare relocation plans Consultant will prepare Utility Plans designating the facilities

that are located within the project corridor along with their new locations Refer to Task 2C3 for

the creation of the Utility Relocation Plans

County will forward to the consultant a copy of utility B letters sent and of all correspondence

received For utilities owned or maintained by County the County project manager will forward

the Utility B letters to the appropriate County staff member and send a copy of the transmittal to

the consultant The consultant will then correspond directly with the identified County staff

member Utility C letters will be prepared by the consultant and likewise sent to the County for

distribution upon submittal of the 95 PSampE The C letters shall note the construction start date

and final coordination for relocation of the utilities shall commence

2C2 ndash Utility Company Coordination

Ongoing coordination with utility agencies for relocation of the facilities will be required so that

the facilities are relocated prior to construction If the utilities will be relocated during

construction the Special Provisions will be written to alert the contractor of the potential Utility

work and coordination

2C3 ndash Develop Utility Relocation Plans

Utility Relocation Plans will be prepared Based on information received from the A letter

responses the consultant will prepare base mapping of the existing utilities and will show these

Franz Creek Bridge Scope 5 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

utilities on the plan sheets As the design progresses all utilities that are in conflict with the

proposed construction will be clearly delineated and the responsible party to relocate the facility

will be clearly denoted on the plans

2C4 ndash Utility Relocation Cost Estimates

Consultant will work with the Utility agencies to receive their estimate of the cost of utility

relocation construction required for the Project The utility estimates will include estimates for new

utility easements if required

Task 2C Deliverables

bull Utility A B and C Letters

bull Conflict Resolution Plans

bull Coordination of utility relocations required for construction with the affected utility companies

Task 3 ndash SurveyingMappingROW Engineering

The Survey consultant shall be responsible for data collection mapping and surveying necessary

for preliminary engineering design cost estimates right-of-way impacts and the level of

environmental clearance All surveying and mapping shall comply with the provisions of the

Professional Land Surveyors Act Sections 8700 to 8805 Business and Professions Code the

provisions of the California Coordinate System Sections 8801 through 8819 of the Public

Resources Code and any other applicable code in the State of California The scope of

comprehensive base mapping and surveying includes but is not limited to Control Surveys Aerial

Photogrammetry Limited Design Level Topographic Surveys Right-of-Way Retracement and a

Record of Survey

The goals of this task are to establish project controls acquire site topography data for bridge and

road design and develop stream cross section data necessary for hydraulic analysis including an

ordinary water mark Also to resolve existing Right of Way (ROW) and determine additional ROW

needs for the following

bull Stormwater treatment

bull Staging areas and storage for excess materials generated by construction of the bridge

bull Prepare legal descriptions

bull Plats and closure calculations for permanent acquisitions and temporary construction

easements

Control

Survey vertical control shall be NAVD 88 Survey horizontal control shall be California

Coordinate System of 1983 Zone 2 Epoch 20100 Where more than one datum is required by

multiple agencies the Survey consultant shall prepare the necessary conversion tables to enable the

transformation from one datum to another

Terrain and vegetation will make getting a good GPS signal difficult The Survey consultant will

use static base stations to establish California Coordinate System and NAVD 88 elevations based

on ties to nearby CORS stations

Franz Creek Bridge Scope 6 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

31 - Topographic Survey

The topographic survey will be at a drawing scale of 1 inch = 20 feet with a one foot

contour interval The topographic survey will include the following existing road facilities

and will extend a minimum of 20 feet beyond the edge of pavement

Topographic survey coverage area shall include at minimum Franz Valley School Road

from 400 feet north of the bridge to 600 feet south of the existing bridge (as measured

along the centerline of the road)

Mapping shall include the proposed bridge alignment by surveying approximately 200

feet (as measured along the creek) upstream of the existing bridge and 100 feet

downstream measured from the edges of the existing bridge

Topographic survey shall include all necessary work to produce a topographic map and an

electronic surface model compatible with Civil3D including features such as but not

limited to pavement utility markings on the pavement all utility facilities driveways trees

four (4) inches and larger diameter at breast height headwalls bridge retaining wall or

decorative walls vineyard rows structures drainage facilities pavement delineation and any

other pertinent information that could apply to the project during design

32 - Right of Way (ROW)

The consultant shall perform the following ROW survey tasks

321 ndash Boundary Surveys

bull Perform boundary research to locate the existing ROW data

bull Perform boundary surveys to search for locate and tie existing monumentation

bull Perform a resolution of the existing road ROW

bull Determine additional ROW needs

bull Prepare an acquisition map

bull Complete a Record of Survey showing the existing ROW and the project

centerline(s) The Record of Survey shall show at least two permanent monuments

that will survive the construction of the project

33 ndash Title Reports

This proposal assumes the consultant will procure between 2 and 4 title reports

34 ndash Legal Descriptions

After the 65 submittal the Consultant will establish the Right of Way boundaries and will

submit the boundaries for permanent right of way acquisition and temporary construction

easements to the County

The Consultant will prepare approximately 2 to 4 legal descriptions for permanent ROW

acquisition and 2 to 4 legal descriptions for temporary construction easement acquisition

Consultant shall prepare ROW Data sheets per the guidelines in the Caltrans Right of Way

Manual

35 ndash Creek Cross Sections for Hydraulic Analysis

This will include surveying creek cross sections Creek cross sections shall be taken at the

upstream and downstream faces of the existing bridge and the proposed location of the new

Franz Creek Bridge Scope 7 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bridge Sections will also be taken at 200 foot intervals downstream of the existing

bridge up to 800 feet from the bridge and upstream at 100 foot intervals for 300 feet A

cross section will also be taken below and just above the stream confluence 200 feet

upstream of the proposed bridge

36ndash Survey Control Sheet

The consultant will prepare a Survey Control Sheet to be included in the Plans that

conforms to the standards of Sonoma County This sheet will include the survey

monuments and controls for the project

Task 3 Deliverables

bull Topographic survey map and electronic surface model compatible with Civil3D

bull Acquisition map

bull Record of Survey

bull Legal descriptions plats and closure calculations for ROW acquisition

bull AutoCAD dwg file of the topographic survey containing the survey points a n d stream

cross section survey Map (1rdquo = 30rsquo)

bull Survey Control Sheet

Task 4 - Geotechnical Engineering

Shannon amp Wilson shall prepare a geotechnical report for the site as required for the completion of

design construction documents and permit applications The geotechnical report shall include an

evaluation of the effects of any slope erosion or periodic land movements during extreme storm and

seismic events hydrological and soils data tied to the channel scour scour analysis and seismic

parameters and recommendations for the bridge foundation design

Shannon amp Wilsonrsquos subsurface exploration shall include drilling test borings at key locations

obtaining soil and rock samples for observation and laboratory testing and measuring the depth to

and variation in embankment groundwater levels The coordination of boring locations must be

discussed with the County prior to beginning boring

In general this task shall include the following

41 - Preliminary Foundation Memo (PFM)

As part of preliminary engineering phase for bridge-type selection Shannon amp Wilson will

prepare a preliminary foundation memo (PFM) This memo will be based on such

subsurface data that is available preliminary planning studies Caltrans bridge inspection

records published geologic mapping aerial photographs and survey and topographic data

Shannon amp Wilson will use a Caltrans ARS online default shear wave velocity and assume

a Class D soil type when the preliminary ARS curve is developed

The PFM will include the following

Project location and vicinity map

Summary of site geology and subsurface conditions based on review of available

record documents published geologic data and geologic reconnaissance

Seismic data and evaluation using current Caltrans seismic design criteria including

design ARS curve using Caltrans ARS Online tool

Franz Creek Bridge Scope 8 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Approach roadway considerations

Preliminary foundation alternatives eg CIDH piling driven piles spread footing

foundations etc

Preliminary foundation recommendations with conditions and constraints on likely

foundation types and

Preliminary construction considerations

Task 41 Deliverables

Final PFM ndash 1 hard copy 1 electronic copy

42 - Planning amp Permitting

Shannon amp Wilson will obtain a Sonoma County Encroachment Permit and Sonoma

County Permit and Resource Management Department (PRMD) drilling permit Shannon amp

Wilson assumes that the County will waive any encroachment permit fees and bond

requirements Shannon amp Wilson will pay for the fees associated with obtaining the

PRMD drilling permit The exploration locations are within at most three parcels for

permitting purposes Prior to commencement of subsurface explorations Shannon amp

Wilson will notify Underground Service Alert for underground utility locations

The County will obtain rights of entry to private residences and provide copies of the rights-

of-entry documents to Shannon amp Wilson

Assumptions include

bull Apply for and obtain Sonoma County Permit and Resource Management

Department (PRMD) drilling permit

bull Apply for and obtain a Sonoma County encroachment permit (we expect the permit

not to require fees or bonds)

bull Schedule field exploration

bull Field stake boring locations coordinate utility clearance with Underground Service

Alert

43 - Traffic Control

As part of the encroachment permit process Shannon amp Wilson will prepare a traffic control

plan to be approved by the County for traffic control Flagmen and portable orange traffic

warning signs and cones shall be used to control traffic whenever drilling operations

present a potential obstruction to traffic We expect traffic control is required based on the

roadway geometry limited sight distance and anticipated field exploration locations A

subconsultant managed under the Consultants (geotechnical) contract will provide traffic

control during drilling

44 - Geologic Reconnaissance and Field Exploration

bull Research published documents including geologic maps of the site and vicinity

bull Perform an engineering geologic reconnaissance of the channel and areas

surrounding the existing and proposed bridge alignments

Shannon amp Wilsonrsquos reconnaissance will be directed toward identifying and mapping

bedrock types bedding orientation fracturing faulting and other bedrock characteristics

as appropriate Work will include

Franz Creek Bridge Scope 9 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Geotechnical Investigations

bull Attend a kick off meeting among representatives of the County and consultant

(may be available by phone)

bull Shannon amp Wilson shall perform borings to collect subsurface information required

for foundation design This shall include locating borings at the project site marking

out field test locations with paint or other acceptable means for Underground

Service Alert notification and for utility location logging earth materials

groundwater depth and the depth of refusal or solid rock if either are encountered

Each boring site shall be located using a measuring tape and transit level

For the bridge foundation design study we will include a maximum of two borings to 80

foot depth for bridge foundation supports We assume exploration is for one proposed

roadway alignment that includes a single-span bridge founded on Caltrans Standard driven

pile or CIDH piles at the abutments Shannon amp Wilson expects to drill the borings during

dry field conditions with a truck-mounted drill rig using auger andor mud-rotary drilling

methods through soil and then diamond-bit core drilling where we encounter boulders

andor rock We will collect subgrade soil samples from auger cuttings at the abutment

borings We will recover soil samples at 3-5 foot (typical) intervals using Standard

Penetration Test equipment and other split-spoon samplers as necessary

A representative from Shannon amp Wilson will log the soil rock and groundwater

encountered in the borings Shannon amp Wilson will backfill the borings in accordance with

County permit requirements Shannon amp Wilson expects that drill cuttings removal is

required and cuttings cannot be spread on site and will include disposal costs in the fee

estimate for this work

Shannon amp Wilson will attempt to drill along existing roadway shoulders at the proposed

west abutment but may partially encroach into the travelled way For the east abutment

rights of entry to the private property on the east side of the creek (to be obtained by the

County) are needed in order to perform a boring at the proposed abutment locations If right

of entry is not approved then a boring would be completed in the roadway on the east side

of the creek that may result in being 100 feet away from the proposed abutment location

45 - Laboratory Testing

Selected soil and rock samples obtained from the consultantrsquos borings will be subjected to

laboratory testing at a certified geotechnical laboratory to assess their pertinent

geotechnical engineering characteristics Tests to be performed include moisture contentdry

density classification strength corrosivity R-value (for pavement design) any other tests

recommended as appropriate by the Geotechnical Engineer We will perform two R-value

tests to evaluate subgrade materials for new pavement section recommendations Laboratory

tests will be in accordance with ASTM andor Caltrans Standards Shannon amp Wilson will

use point load index testing if rock cores are recovered If sound hard rock core pieces of

sufficient length are recovered we will perform compressive strength tests if practical In

addition consultant shall also be responsible for providing the following basic soil

characteristics and bearing capacity The environmental consultant (TRC) shall also be

responsible for testing hazardous materials when pertinent

A quantity estimate of laboratory tests required is as follows

Franz Creek Bridge Scope 10 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull 17 - Moisture Content - Unit Dry Weight (ASTM-D2216 ndash ASTM-D4767)

bull 5 - Sieve Analysis (ASTM-D6913)

bull 5 - Plasticity Index (ASTM-D4318)

bull 1 - Resistance Value (CTM-301)

bull 5 - Point Load Index (ASTM-D5731)

bull 2 - Unconfined Compression Rock (ASTM D7012)

Samples will be collected using Standard Penetration Test equipment or other split-spoon

samplers using a calibrated automatic drop hammer

46 - Engineering and Geologic Analyses

Shannon amp Wilson shall characterize the creek channel and surrounding terrain within the

vicinity of the proposed and existing bridge alignments in terms of regional and local

geological and seismic conditions including geologic hazards (primarily creek bank

stability and channel scour) Shannon amp Wilson shall analyze the field and laboratory data

and conduct engineering and geologic analyses to provide conclusions and

recommendations regarding the bridge foundation design criteria Shannon amp Wilson will

also identify foundation alternatives based on their experience with similar projects and the

results of the investigation The field geology and boring log data-will be presented on a

geologic map and subsurface profile sheet The geologic subsurface profile will be along

the proposed bridge alignment Laboratory test data will be presented on the boring logs

alongside the samples tested

Shannon amp Wilson will determine the appropriate seismic design parameters and prepare an

ARS design curve using Caltrans ARS online and perform pile analysis for the pile design

using AASHTO LRFD Bridge Design Specifications with Caltrans amendments as

appropriate

The consultant will develop geotechnical criteria for design including the following

Axial pile and bearing capacity

Lateral pile capacity

Foundation design criteria for potential foundation type including drivability and

axial analyses (as appropriate) for Cast-in-Drilled-Hole (CIDH) Cast-in-Steel-Shell

(CISS) or driven pile design

Liquefaction

Settlement

Slope Stability

Site seismicity including deterministicprobabilistic procedures consistent with

current Caltrans Seismic Design Criteria to determine the site ARS

Lateral earth pressures and coefficient of friction to resist sliding

Soil corrosivity

Scour analysis and bank stability analysis

New flexible pavement design

Site preparation and grading including excavation characteristics suitability of

excavated soils within the roadway for re-use as fill and the treatment of existing

fill as appropriate

Lpile parameters for the structural engineers lateral pile analysis

Franz Creek Bridge Scope 11 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The County recommends avoiding pile driving given the year round water at this

site Additionally addressing bioacoustic effects on fish are expected to be avoided

unless that is the only foundation design given site constraints (See Supplemental

Service 69)

Anticipated geotechnical construction considerations if applicable

47 ndash Prepare Draft Geotechnical Report

The consultant shall summarize the results of the investigation testing and analysis in a

draft report The draft report shall include recommendations for foundation type elevation

and allowable loading of proposed foundation elements discuss groundwater and other

subsurface conditions encountered affecting foundation design construction and service

and include a Log of Test Boring drawing suitable for inclusion with the project plans

Seismic criteria for use in structure design will also be reported (peak ground acceleration soil profile

type ARS curve etc) in accordance with Caltrans practice including an evaluation of the potential

geohazards such as seismically induced liquefaction settlement and ground instability The

Foundation Report will include geotechnical design criteria for the approach roadway sections

The Draft Foundation Report will include

bull Summary of geotechnical services

bull Vicinity map

bull Site plan

bull Site description

bull Project description

bull Field exploration descriptions

bull Laboratory testing results

bull Site geology and subsurface conditions

bull Seismic data and evaluation

bull Scour considerations (based on Hydraulics Report prepared by others)

bull Corrosion evaluation

bull Foundation recommendations

bull Approach roadway subgrade and new pavement section recommendations

bull Construction considerations

bull Caltrans ARS curve

bull Log of Test Borings (LOTB) drawing and

The draft report shall be submitted for the 65 PSampE

48 ndash Prepare Final Geotechnical Report

After the County has commented on the draft report and all outstanding questions answered

the Foundation Report shall be finalized

Task 4 Deliverables

bull Preliminary Foundation Memo

bull Draft Foundation Report

bull Final Foundation Report

bull Site-specific ARS Curves

bull Log of Test Borings for PSampE

Franz Creek Bridge Scope 12 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Geotechnical Assumptions

bull The exploration program indicated is for bridge foundation design and additional exploration may be required to adequately define construction conditions

bull The project does not require a Site Specific Seismic Hazard Analysis that includes time-

history analysis

bull ARS Curves will be developed using Caltrans ARS online and the USGS Seismic Hazard

Website for Deaggregation of seismic hazards

bull The County will provide all necessary rights-of-entry

bull Topographic surveys will be provided by others with maximum 1-ft contour interval for the

project site

bull Shannon amp Wilson will prepare a traffic control plan and submit an encroachment permit

bull Hazardous materials assessment and evaluation is not included in our scope of services

Task 5 Hydrology and Hydraulics

The consultant shall complete the Design Hydrology and Hydraulics Report Location Hydraulic

Study Floodplain Evaluation Report Summary Floodplain Encroachment Report as needed and

to establish the 100-year flood level at the bridge

51 - Data Collection and Site Review

WRECO will review available data including previous studies provided by the County

Sonoma County Water Agency (SCWA) and the Project Team Key information to review

will be the available hydrologic and hydraulic data for Franz Creek topographic survey

available cross-sections County and Caltrans Bridge Inspection Reports as-built data

published geological and seismological studies and maintenance records for the Project

site WRECO will also conduct a field reconnaissance to assess the existing conditions in

the vicinity of the Project site

52 - Hydraulics Analyses

The consultant will develop hydraulic analysis models to incorporate information obtained

from its assessment of available information and the creek cross section data from the

topographic survey

The consultant shall evaluate the 50 year and 100 year drainage flows and overtopping

event for existing and proposed conditions of the new bridge and approach roadways

Modeling shall include the 50- and 100-year recurrence events Flow results shall be used

for the existing bridge geometry and calibrated against published data gauge data field

observations of high water marks and any available anecdotal data

The hydraulic model of choice will be the US Army Corps of Engineersrsquo HEC-RAS

model WRECO will coordinate with the Project Team to obtain the survey data of river

channel topography and bathymetry

53 - Documentation

The consultant shall prepare studies and reports that document their findings The reports

will describe methodology used summarize model output include creek cross sections in

plan and profile view and will delineate the 100-year water level for existing and proposed

conditions through the project reach as well as scour analysis

Franz Creek Bridge Scope 13 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The reports shall be prepared in accordance with the format and guidelines presented in the

ldquoChecklist for Drainage Studies and Reportsrdquo Local Assistance Procedures Manual

(LAPM) Exhibit 11-E The draft report shall be submitted for the 35 PSampE After the

County has commented on the draft report and all outstanding questions answered the report

shall be finalized

54 Scour Analysis

WRECO will perform a bridge scour analysis to determine the scour potential per the

methodology specified in the Federal Highway Administrationrsquos (FHWA) HEC-18 HEC-

20 and HEC-23 manuals WRECO will make recommendations on the need for scour

countermeasures for the proposed bridge per the HEC-23 and California Bank and Shore

Protection Manual

55 - Design Hydrology and Hydraulics Reports and Studies

Task 551 Design Hydrology and Hydraulics Study

WRECO will prepare a Design Hydraulics Study (DHS) which will summarize the results

from the hydraulic and bridge scour analyses and recommendations for bridge scour

countermeasures The report will also include all of the detailed hydraulic model output

Task 552 Location Hydraulic Study

Based on WRECOrsquos preliminary qualitative hydrologic hydraulic and geomorphic

assessments no floodplain encroachments or impacts are anticipated as a result of the

Project Therefore WRECO will prepare a Floodplain Evaluation Report Technical

Memorandum including the Technical Information for a Location Hydraulic Study and the

Floodplain Evaluation Report Summary form to document the investigation and summarize

the results

56 - Dry Weather Flow and Bypass

WRECO will determine the magnitude of the dry weather flow volume during the

construction period and will work with the Project Team to develop the design concept for

the flow bypass system during construction

Task 5 Deliverables

bull Design Hydraulics Study

o Draft Design Hydrology and Hydraulics Study (PDF and 2 hard copies)

o Final Design Hydrology and Hydraulics Study (PDF and 5 hard copies)

bull Location Hydraulic Study

o Draft Location Hydraulic Study (PDF and 2 hard copies)

o Final Location Hydraulic Study (PDF and 5 hard copies)

bull Scour Analysis

Franz Creek Bridge Scope 14 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 6 Environmental

The County has in-house environmental specialists from PRMD who will lead the environmental

clearance effort (CEQANEPA and environmental permits) including setting up and facilitating

interagency meetings The consultant shall work closely with PRMD s t a f f to support their

work in obtaining environmental clearance and identifing environmental constraints and

opportunities to minimize costs and time delays This will include providing engineering

information and documentation in a timely manner

Listed below is an outline of the anticipated environmental studies to be prepared by the consultant

necessary to satisfy portions of the environmental documents (NEPACEQA) including three

additional subtasks 64 65 and 66 that were included in the Caltrans District 4 correspondence to

Sonoma County (letter dated January 15 2016)

Task 601 Project Management

Consultantrsquos Environmental Project Manager will be responsible for a variety of general

project management tasks throughout the process of coordinating preparation of technical

studies preparing the environmental documentation and coordinating with the County and

Caltrans Local Assistance staff This also includes coordinating the day-to-day

environmental activities with the Consultant Project Manager and design team and

monitoring the scope budget and scheduling of the environmental aspects of the project

Task 602 Meetings

Consultantrsquos Environmental staff will attend the kick-off meeting and up to four (4) Project

Development Team (PDT) meetings via conference call and (1) agency meeting

Task 603 Environmental Engineering Support

The consultant shall provide preliminary engineering services or site assessments needed

for the following tasks

6031 - Assist the County with preparation of the bridge project NEPACEQA documents

The Consultant shall assist in the preparation of the Area of Potential EffectsImpact Map

(APEI) and Biological Study Area (BSA) Maps of the enveloped alternatives for use in the

environmental studies Consultant will provide a base map to the Consultant (Tom Origer

amp Associates) that will finalize the (APEI) Maps and then will submit the APEI Maps for

County review The County will markup the base map and then the Consultant will prepare

the final maps based on those markups The County will submit to Caltrans for approval

The Consultant shall assist in preparation of the project description and determining NEPA

and CEQA boundaries

6032 - Identify issues that must be addressed in the design

Consultant shall assist during the preparation of the environmental documentation for

supporting documents and calculations as the studies require

6033 ndash Prepare Equipment Staging Technical Memo

The consultant will prepare an Equipment Staging Technical Memorandum The memo

Franz Creek Bridge Scope 15 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

will describe the proposed staging areas to be utilized during the construction of the Project

identify potential impacts to the surrounding environment traffic patterns and nearby

residents and describe how these potential impacts will be minimized

It is assumed that the County will assist the Consultant by providing the necessary traffic

data (existing and proposed ADT) to supplement the information required in the Land

Use memo

6034 ndash Prepare Right-of-Way Technical Memo

The consultant will prepare a Right-of-Way Technical Memorandum This memo will

describe the Right-of-Way needs of the project which parcels will be impacted what is on

the parcels the land use detail rights of entry and describe how the project will impact the

existing land use

NEPA STUDIES 61 - Initial Site Assessment (ISA)

The Consultant shall prepare an ISA that will attempt to identify potential or known

hazardous materials hazardous waste and contamination in the project area as well as those

responsible The ISA will also include a preliminary screening level study of roadway

striping paint and existing bridge construction materials A certified asbestos consultant

will also review the site and take samples of potential existing asbestos containing building

materials (including bridge concrete samples) as necessary The existing bridge and

alignment alternatives will be evaluated and reported on in the Initial Site Assessment (ISA)

report The certified asbestos consultant report will be appended to the ISA This report will

follow American Society for Testing and Materials (ASTM) Standard E1527-05

A Phase I Initial Site Assessment (ISA) will be prepared The ISA will be prepared in

accordance with the scope and limitations of the American Society of Testing and Materials

Practice E 1527-13 Standard Practice for Environmental Site Assessments Phase I

Environmental Site Assessment Process (ASTM E 1527-13)

62 - Visual Impact Assessment (VIA)

The consultant shall prepare a Moderate Level VIA and is required to follow the Guidelines

for the Visual Impact Assessment of Highway Projects (FHWA-HEP-15-029) written by

the Federal Highway Administration

The PES indicates that a Visual Resources Technical Memorandum should be prepared to

address visual issues and that a VIA may not be required The analysis will be supported by

a set of realistic computer-generated visual simulations to illustrate existing and post-project

visual conditions as seen from key public viewpoints Four visual simulations will be

prepared Visual simulations showing one existing (before) view and one simulation (after)

image from each of two viewpoints is included The simulations will be produced using

high resolution digital photographs and advanced computer modelingrendering techniques

The visual simulations will be based on engineering design data including digital (CAD)

plan and elevation drawings The visual impact assessment will be based on review of

ground level and aerial photographs topographicGIS data pertinent public policies

regarding visual quality project engineering drawings and other descriptive project data

63 - Cultural Resources

Franz Creek Bridge Scope 16 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The consultant (Tom Origer amp Associates) shall prepare the Section 106 of the Historic

Preservation Act reports APE map Historical Property Survey Report (HPSR) Historical

Resources Evaluation Report (HRER) to include a re- evaluation of the bridge for eligibility

for the National Register of Historic Places and an Archeological Survey Report (ASR)

The consultant will also complete a California Department of Parks and Recreation

Form 523 (DPR Form 523) for the existing bridge evaluating the bridges potential for

eligibility on the California Register of Historic Resources

Prior to beginning the Cultural Resources Studies the Consultant (Tom Origer amp

Associates) will create the APE map The APE map will be reviewed and approved by the

County and Caltrans prior to beginning any of the Cultural Resources Studies The County

will submit the APE Map and Project Description to Caltrans for Review and Approval

Based on the list of studies required for the Franz Creek Bridge Replacement project the

following scope of work complies with Section 106 of the National Historic Preservation

Act and the California Environmental Quality Act Based on information contained in the

Caltrans memorandum dated January 26 2016 the following scope of work is proposed

631 ndash Historic Resources Evaluation Report (HRER)

An HRER will be prepared that evaluates elements of the built environment that are within

the APE and are older than 50 years Buildings and structures older than 50 years will be

evaluated for eligibility for the National Register of Historic Places and the California

Register of Historic Resources

To evaluate resources an historic context(s) will be developed that will identify themes

events and people that were important to the area and its development The historic context

will draw upon historical documents existing histories and reports and interviews with

knowledgeable individuals The Consultant (Tom Origer amp Associates) will also consult

with local historical societies and other interested parties The results of these evaluations

will be presented in the HRER along with the appropriate resource documentation (DPR

523 forms)

632 ndash Archaeological Survey Report (ASR)

The archaeological APE will be surveyed in its entirety including areas of direct effect

staging areas and the locations of any temporary easements As part of this task the Native

American Heritage Commission and local Native American groups will be consulted

regarding the project Upon completion of the survey a technical report (ASR) will be

prepared that presents the results of the archaeological survey Resource documentation

(DPR 523 forms) will be completed if archaeological sites are identified No formal

evaluation of archaeological sites is included in this scope

633 ndash Historic Properties Survey Report (HPSR)

The Consultant (Tom Origer amp Associates) will prepare a new HPSR that will include the

results of all studies completed for this project and will discuss potential project effects on

historic properties found within the APE

64 - Natural Environment Study and Biological Assessment (By County) The County shall prepare an NES and BA (if needed) per the Caltrans guidance in the

Franz Creek Bridge Scope 17 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Standard Environmental Reference

As part of the NES and based on the potential for federally listed species to occur within

the project area the County will prepare an EFH in accordance with the most recent

Caltrans guidance to evaluate project effects to federally listed species and critical habitat

as well as identify appropriate avoidance and minimization measures If it is determined that

the project may adversely affect federally listed species Caltrans will use the EFH to

facilitate Section 7 consultation with the National Marine Fisheries Service (NMFS)

It is also assumed that the County will conduct a tree survey for the trees that are to be

removed The Consultant will submit a tree removal plan which is included in the

removal sheets of the Plans but the County will determine the species of the tree

designated for removal

65 ndash Farmlands (By County)

The County will prepare a Farmlands Technical Memorandum and if needed the AD 1006

form will be prepared and submitted

66 - Prepackaged Agency Permits (By County) During the preparation of the 65 PSampE the County will prepare the following permit packages to the respective regulatory agencies Refer to Task 87 for a description of the engineering support task for the permit process

bull CDFW 1602 Streambed Alteration Agreement requires an approved CEQA

document

bull USACE Section 404 Requires a USFWS approved Biological Opinion

bull CRWQCB Section 401 Water Quality Certification requires approval before

applying for other permits

CEQA Studies 67 - Noise

A noise study shall be prepared that addresses potential noise impacts of the proposed project It is

anticipated that road noise and construction noise will be evaluated Drilling is the preferred

method of construction The noise standards as provided in the Noise Element of the Sonoma

County General Plan 2020 shall be used to guide the analysis Given the anticipated construction

methods a bioacoustics analysis is not likely to be required and is therefore excluded from this

task but is included as a supplemental service Task 69 herein

68 - Water Quality Assessment Report (WQAR)

The consultant will assist and provide PRMD with storm flows and drainage pattern information

(existing and proposed) for inclusion in the WQAR The consultant shall prepare a WQAR per the

Caltrans guidance in the Standard Environmental Reference

WRECO will provide the existing physical and regulatory environment information for the water

quality and identify the design criteria applicable to the Project to comply with the County standards

post-construction BMPs requirements and other water quality requirements WRECO will also

review the applicable water quality regulatory requirements for the Project site

Franz Creek Bridge Scope 18 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 6 Deliverables

bull APE Map

bull Project Description

bull Equipment Staging Technical Memo

bull Right of Way Technical Memo

bull Phase I ISA

bull VIA Memo

bull Cultural ReportsHPSR HRER ASR

bull DPR Form 523

bull WQAR (DraftReviseFinal)

bull Noise Study

Task 7 ndash Public Outreach

71 ndash Public Outreach Meetings

The County will lead the Public Outreach efforts for this project with support from the Consultant

at the following meetings

Property Owner Meetings

The County will prepare a database of potential stakeholders and property owners (Refer to Task

72) It is anticipated that this project will require (1) meeting directly with the individual property

owners affected by the project Since there are only two property owners that are affected it is

anticipated that both meetings will occur during the same day The meeting will be held either on-

site or at the County offices Consultant will attend this meeting with the property owners to

explain the project answer questions take meeting notes and prepare a summarization of the

meeting notes

Sonoma County Board of Supervisor Meetings

The team will work with the County and attend two (1) One Board of Supervisor meeting related to

the project and take meeting notes as needed This will occur during the Environmental Process

72 ndash Database (By County)

The County will develop and maintain a stakeholder database which can be used to

efficiently distribute project information

Task 7 Deliverables

bull One (1) County Board of Supervisorrsquos meeting attend and prepare summaries

bull Two (2) Property Owner Meetings on the same day attend and prepare summaries

Task 8 ndash 65 PSampE

Task 8 represents the beginning of Final Design phase of the project The consultant staff will meet

with the County at a final-design kick-off meeting to discuss the Final Engineering Scope of Work

project requirements design criteria and the Countyrsquos most current scheduling and review

requirements An agenda and outline will be prepared and distributed before the meeting and

minutes will be prepared and distributed after the meeting

Franz Creek Bridge Scope 19 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

81 - BridgeStructural Design Development

The consultant shall perform structural design investigations analysis computations and

prepare detailed structure plans for the proposed replacement bridge in accordance with the

latest Caltrans bridge design techniques including a Foundation Report and a Design

Hydraulic Study Standard construction materials shall be used in the design of the proposed

bridge replacement wherever possible Where specialized non-standard

constructionbuilding materials are required the consultant shall first obtain approval from

the County prior to incorporating them into the design

The consultant shall confirm and verify the design criteria and loading conditions then

verify the structural adequacy of the selected bridge type

Permanent transient and extreme event load cases shall be considered per Caltrans BDS and

AASHTO LRFD Manuals Global analyses shall consider soil-structure interaction

Project plans prepared by the consultant shall include a set of plans at the 65 level All

identified and affected existing utilities shall be accurately indicated on the plans Plans at

65 should be of sufficient level to start ROW acquisition

Contract drawings will be developed using AutoCAD 2015 or newer at the Consultantrsquos

sole discretion

82 - Bridge Approach Roadways

The consultant shall perform roadway design in accordance with the latest version of the

AASHTO Green Book and the County design standards Design shall include details for

traffic control plans in accordance with the Caltrans Manual of Uniform Traffic Control

Devices

Re-alignment at the bridge approaches may be necessary depending on the project

alternative that is selected

The consultant will design the approach roadways and prepare the contract drawings for

these The pavement section roadside drainage and roadside barriers are included in the

design of the bridge approach roadways

The consultant will prepare approach design plans Plans will be coordinated and integrated

with the structure plans for the 65 PSampE package Design will incorporate County

Standard Plans standards per Caltrans Local Assistance Procedures Highway Design and

Traffic Manuals 2015 Caltrans Standard Plans or newer and the current AASHTO Green

Book Standards used will be those in effect as of the date of Notice to Proceed New

standards or modifications to standards which occur during the course of work may require

redesign of particular project features In this case County agrees to compensate the

consultant for extra work which is required to meet the new or modified standards

821 - Roadway Civil Design

The consultant will proceed with final civil design of the project based on the approved

preliminary engineering design concept and the consultantrsquos prior experience with County

project plan preparation Attention is directed to Attachment A for the anticipated plan

Franz Creek Bridge Scope 20 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

sheets to be completed in this task

The Title sheet will include the appropriate County and federal funding project

identification This plan sheet will include a sheet schedule a vicinity map the project

legend general notes and the project control points

The Typical Section Sheet will include the roadway structural section as designed based on

a County supplied Traffic Index (TI) and the R-value recommendations of our geotechnical

subconsultant based on approach soil borings Design will conform to County standards

Standard details will be included to reconstruct raised medians and concrete barriers

Typical sections will be produced for Franz Valley School Road

The total alignment length is approximately 600 The Layout Sheets will be produced at a

horizontal scale of 1 = 20 The plan view will delineate the general roadway

improvements and pavement dimensions Profile and superelevation sheets will be

prepared at a horizontal scale of 1 = 20 and a vertical scale of 1rdquo = 4rsquo The profile grade

will be refined from that shown in the preliminary engineering report Geometric

information tied to the project control points will be shown to sufficiently describe both

the profile and horizontal alignments Spot elevations will be shown at conforms

Construction Detail Sheets shall be created to identify specific details for the project

including but not limited to removal sheets (including a tree removal plan) driveway

conforms and any other details needed to clarify the Plans

It is assumed that existing road surface drainage will be allowed to runoff and infiltrate It

is envisioned that a system will be required to capture predevelopment runoff volumes in

order to satisfy the water balance calculator A system will be designed and shown on the

drainage plan It should be noted that this project is not in an MS4 boundary but roadside

ditches may need to have a treated system before outfalling into the creek

Contour Grading sheets will not be prepared this information will be shown on the Erosion

Control Plan and Details sheets

822 ndash Traffic Design

Permanent Signing and Striping Plan

A Pavement Delineation and Signing Plan will be prepared utilizing the County standards

MUTCD standards and Caltrans standard details This plan will generally match the

existing striping layout The Consultant staff will work closely with the County Traffic

Engineer to incorporate applicable requirements To this end conceptual plan sheets will

be produced for the Traffic Control System and Construction Area Signs plan sheets These

sheets will be transmitted to the County Traffic Engineer and the County project manager

and a meeting held to discuss the design concept prior to the first formal project submittal

Franz Creek Bridge Scope 21 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Subsequent submittals will follow the schedule outlined for the overall project submittals

Existing as well as new sign locations will be shown Sign panels will be shown for new

non-standard signs Standard signs will only be designated by the appropriate Caltrans sign

number

Stage Construction and Traffic Handling Plan

The consultant will prepare combined Traffic Handling and Staged Construction sheets

The plan will generally maintain one travel lane in each direction on the existing bridge

during the construction of the structure No practical detour exists and therefore the road is

assumed to have at least one lane of traffic open at all times Occasional one lane two-way

traffic control will be accomplished through the use of flaggers Brief closures (a few days

to a week) of the approaches will be employed during tie-in operations and construction of

approach pavement The public will be notified of these closures well in advance and

appropriate signage placed at the ends of the approaching roadways

The Caltrans Traffic Manual Sign Specifications and Standard Plans will be used as

applicable Temporary signing and striping portable delineators temporary crash cushion

arrays and temporary railing (Type K) as necessary will be shown on this plan No

temporary signal work for pedestrian or vehicular traffic is currently included within this

scope of work Attention is directed to Attachment A for the anticipated plan sheets to be

completed in this task

83 Channel Protection Design (WRECO)

The use of rock slope protection for scour and slope protection is anticipated at this site

Design will be based on the results of our scour analysis Attention is directed to

Attachment A for the anticipated plan sheets to be completed in this task Slope protection

installations will be designed at the channel banks specifically at the abutment faces up to

the right-of-way upstream and downstream of the bridge and along the roadway approaches

adjacent to the creek The design of the slope protection will include details for toe

trenches cutoff walls and intermediate shear keys as necessary Additionally layout and

elevation information will be shown and tied to the project coordinate system

84 ndash Stormwater Pollution Prevention Plan

The project specifications will require the Contractor to prepare a SWPPP for the project so

it is assumed that Temporary Water Pollution Control sheets will not be necessary and are

expressly excluded from this scope of work Stormwater BMPs will be required by the

Regional Board thus informal temporary water pollution control design sheets will be

produced in order to estimate the BMPrsquos that may be required during construction for

estimating purposes The cost of anticipated BMPrsquos will be included in the 65

Construction Cost Estimate

Franz Creek Bridge Scope 22 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

85 ndash Erosion Control Plans

This task will include parameters to stabilize the soil and will include a revegetation plan

for the site after construction

86 ndash Engineering Support to Permitting Process

During the 65 PSampE preparation the consultant will provide the County and our

subconsultants engineering support as the permitting documents are drawn up This support

will be in the form of preparing exhibits calculating areas and quantities of impacts as

required by the permit documents

87 ndash Cost Estimate and Specifications

The Consultant will prepare an itemized engineers estimate at the 65 stage for the

roadway items Bridge items will be based on a General Plan Estimate method The format

will be consistent with the Caltrans Ready-to-List Guide and a BEES listing will be

included Unit prices shall be applied to each contract item resulting in the Engineerrsquos

Estimate of Probable Construction Cost (Estimate) Prices used shall be based on the latest

available data from the COUNTY and Caltrans reflecting the location of the project and the

quantity of each item

The consultant will develop project specifications and special provisions from the most

current Caltrans and County standards

At the 65 stage a bid item list will be prepared and will be submitted with the Plans and

Estimate Special Provisions will not be prepared until the 95 stage as standard special

provisions change frequently

88 - Contract Drawings

Contract drawings for the bridge and roadway approaches are shown in Attachment A

All drawings will be prepared per the most current Caltrans FHWA and County standards

89 - Quality Control and Quality Assurance

A Quality Control (QC) and Quality Assurance (QA) program will be implemented on the project to capture any design or drafting errors

The consultant shall employ a QC program that consists of checking and back-checking the design calculations and contract plans

QA entails ensuring that all QC procedures have been followed and that all critical issues have been addressed and resolved

The 65 PSampE will be submitted after QAQC has been completed

Task 8 Deliverables

bull 65 Plans and Estimate

bull 65 Design Calculations

Franz Creek Bridge Scope 23 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 8 County Decision Points

bull Provide 65 Plans and Estimate review comments

bull The County requires a 30 day review period for the 65 PSampE submittal

Task 9 - 95 PSampE

PSampE shall be 95 complete Major subtasks for this phase of the work are

91 ndash Address County Comments

Incorporate County 65 review comments into the design and bidding documents if any

Consultant shall provide written responses to County comments on the 65 plans After

receiving County concurrence on responses Consultant will proceed with the preparation of

the 95 plans Plan revisions will include addressing 65 comments and design changes to

address mitigation measures and concerns expressed by the County

92 ndash Complete Design and Bid Documents

Complete the design documents and bidding documents to 95 level

93 - Independent Design Check

Perform an independent design check The independent design check of the bridge will be

performed by individual(s) that werent involved in the originating of the design calculations

Where possible the independent checker shall use alternative methods of design and

analysis than used by the designer

The independent check is complete when the independent checker finishes their

calculations compares results with those of the designer and all discrepancies between the

independent check and the original design are reconciled

The 95 PSampE will be submitted when the independent design check is complete The

design of the bridge and approaches is essentially complete at this time

94 ndash Cost Estimate and Specifications

The Consultant will prepare an itemized engineers estimate at the 95 stage Work includes

updating the quantities and project cost estimate including calculating updated quantities for

the changes related to work performed hereunder Two independent sets of quantity

calculations shall be performed by individuals experienced in this work for the bridge design

Work also includes updating the bid item list to correspond to Caltrans current standards

Prices will be updated to current expected values

Plans shall be cross checked with the specifications and the engineerrsquos estimate The

specifications shall then be compiled using the bid item list to collect and edit the applicable

Caltrans Standard Special Provisions (SSPs) and prepare required special provisions in

coordination with the roadway designers CONSULTANT shall utilize the County boiler

plate documents including the notice to bidders proposal bond forms and agreement

Franz Creek Bridge Scope 24 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Specifications will be updated and finalized with comments from the County after the 95

submittal

95 ndashPerform 95 QCQA

The QCQA procedures described in Task 8 will be implemented during this task as well this

time with an emphasis on coordination between structure roadway traffic and utility

documents and the elimination of conflicts between them

Task 9 Deliverables

bull 65 Response to Comments

bull 95 PSampE

bull 95 Design Calculations

bull Independent Design Check

Task 9 County Decision Point

bull Provide 95 PSampE review comments

bull The County may hire a bridge consultant to perform a constructability review

bull The County requires a 30 day review period including the constructability review for the

95 PSampE Submittal

Task 10 - Final (100) PSampE

This phase begins after the 95 PSampE is submitted and County has responded with comments

The consultant shall not prepare the deliverables for this task until receiving written authorization

from the County

The objective in this task is to provide the design and construction documents the County will use

to advertise for bids and administer the construction contract PSampE shall be 100 complete

Major sub tasks for this phase of the work include

101 - Address County Comments

Incorporate County 95 review comments if any into the design and bidding documents

Consultant shall provide written responses to County comments on the 95 plans After

receiving County concurrence on responses Consultant will proceed with the preparation of

the 100 plans Plan revisions will include addressing 95 comments and design changes

to address mitigation measures and concerns expressed by the County

102 ndash Finalize Documents

Complete the design documents and bidding documents to 100 level this includes

updating the Plans Specifications and Engineerrsquos Cost Estimate

Sign and seal the design and bidding documents and prepare for reproduction

103 ndash Prepare Final Deliverables

Prepare one (1) copy and one (1) electronic copy of design calculations and design check

calculations and ten (10) sets of PSampE bidding documents to the County

Franz Creek Bridge Scope 25 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

104 ndash Federal Funding Assistance

Assist the County in securing federal bridge funding through Caltrans if needed

Task 10 Deliverables

bull 95 Response to Comments

bull (1) Set of reproducible final design plans (printed in black ink on mylar)

bull (10) Sets of hardcopy final design plans (11rdquox 17rdquo)

bull (10) Copies of Specifications (seven bound two loose-leaf bound and one printer ready)

bull (10) Copies of Engineerrsquos Estimate

bull (1) Copy of design check calculations

bull (1) Copy of design check quantities

bull (2) Copies of Resident Engineer pending file

bull (2) Copies of the Geotechnical Report including the Bridge Foundation Report

bull (2) Copies of hydraulic studies and reports

bull (1) Flash drive with electronic versions of all Task 10 deliverables itemized above in

DWG MS Excel or MS Word format Print ready PDF files of same will be provided

Design plans will be provided in AutoCAD and PDF formats

Task 10 County Decision Point

bull Provide written authorization to proceed

Task 11 - Pre-Construction Engineering Services

The consultant shall remain available to provide assistance during bidding and award This work

may include clarification of contract documents in response to contractor inquiries preparing

addenda and evaluating bids Pre-construction engineering services shall be included in this

proposal

111 ndash Pre-Bid Meeting

The consultant Project Manager and Project Engineer will attend the pre-bid meeting to

assist the County in responding to questions regarding intent of PSampE documents

112 ndash Respond to Bidder Inquiries

The consultant will provide the County written responses to technical inquiries by bidders

for County distribution

113 ndash Prepare Addenda

The consultant will prepare addenda documents for distribution by the County should any

changes to the bid documents be required during the bid phase

114 ndash Assist in Evaluating Bids

The consultant will assist the County in evaluating Contractor bids

SUPPLEMENTAL SERVICES TRC and our subconsultants are prepared to perform other tasks as required by the County and the

Project as Supplemental Services A more detailed scope and fee will be developed for these

Franz Creek Bridge Scope 26 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

supplemental services at the time they are deemed necessary No work will be performed on the

Supplemental services without written authorization from the County

Some supplemental services that may be necessary include the following

2C5 ndash Utility Potholing

If utility conflicts are discovered during the design process positively locating the utilities in the

field will be required Consultant with the approval of the County can obtain a price quote from a

utility potholing sub-consultant to perform the work The Consultantrsquos surveyor will survey the

potholed location of the utilities and provide the information in AutoCAD to the designer The

utility drawings will be updated with the correct information If this task is required a refined scope

and fee will be prepared to include the total number of potholes needed the sub-consultant to

perform the work the surveyor to pick up the locations and the engineering design and support to

complete this task

49 ndash Geotechnical Retaining Wall Investigation and Analysis Optional borings for retaining wall foundations and roadway approaches will include one 50 foot

deep boring at each of two potential retaining wall locations Bulk soil samples for pavement

section subgrade analysis will be obtained from the bridge abutment borings previously indicated

If Retaining Walls are required both the draft and final foundation memoreports will be updated

accordingly

69 ndash Noise ndash Bioacoustic Analysis A bioacoustics analysis is excluded from the Noise Study noted in Task 67 The County per task

64 will perform the EFH However if the County requires assistance the Consultant can perform a

bioacoustics analysis if required

Task 7A -Public Outreach led by the Consultant

In this task it is assumed that the County prefers the Consultant to lead the public outreach effort

The goal of the subtasks listed below are to assist the County with informing the public about the

importance of the bridge replacement project identify the communitiesrsquo key issues and concerns

and provide information to the community on project status and design options for the proposed

bridge We will incorporate input from the public into the decision making process for design

aesthetics and location of the new bridge

7A1 - Facilitate Public Meetings

The consultant shall work closely with County staff to develop meeting agendas

presentations and meeting materials for one public outreach meeting and attend two of the

Sonoma County Board of Supervisorrsquos meetings The consultant shall coordinate and

facilitate the public meeting and keep notes that can be shared with the public after review

by County staff

Public Outreach Meetings ndash The County will prepare a database of potential stakeholders

Franz Creek Bridge Scope 27 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

and property owners (Refer to Task 72 of the Scope) It is anticipated that this project will

require (1) meeting directly with the individual property owners affected by the project

Since there are two property owners that are affected it is assumed that both meetings will

occur during the same day The meeting(s) will be held either on-site or at the County

offices The Consultant County and Public Outreach Staff will attend this meeting with

the property owner to explain the project answer questions take meeting notes and prepare

a summarization of the meeting notes

Sonoma County Board of Supervisor Meetings

The team will work with the County and attend one (1) One Board of Supervisor meeting

related to the project and take meeting notes as needed This will occur during the

Environmental Process

7A2 - Distribute Informational Materials to the Community

The consultant will work with County staff to develop and distribute

informationeducational materials as needed to the community to keep all stakeholders

informed of progress on the project

Informational Materials - Fact sheet and FAQrsquos will take 2-3 weeks to prepare review and

finalize with County and project team input Updates will take 1-2 days each

The consultant will develop information for posting on the County project website to

announce public meetings and show progress in project development We will also prepare

a project fact sheet and FAQs to communicate project information The factsheet and FAQs

will each be an 85 x 11 full color handout for use at public meetings and optimized for

posting on the project website Both will be updated twice during the project

ndash

7A3 - Media Relations

Assist the Countyrsquos public information officer with news releases media advisories or other

interactions with the media as needed

This task will be ongoing throughout the project with County and project team input News

releases and media advisories will take approximately 5 days each to prepare review and

distribute In an attempt to maintain positive coverage of the project the Consultant will

assist the Countyrsquos public information officer with news releases media advisories or other

interactions with the media as needed

Task 7A Deliverables

bull One (1) County Board of Supervisorrsquos meeting attend and prepare summary

bull Two (2) Property Owner Meetings attend and prepare summaries

bull Public Information Materials - initial fact sheet FAQ agendas presentation materials

(one PPT updated for the public meeting) exhibits sign in sheets comment cards

Task 810 ndash Retaining Wall Design

Along the southeast side of Franz Valley School Road at the bridge an approximate 70rsquo long

retaining wall may be required This wall will be a Caltrans Standard Plan type designed per the

corresponding Caltrans Standard plan or a pre-engineered wall type designed by the wall

Franz Creek Bridge Scope 28 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

manufacturer The wall height is unknown at this time

Task 12 - Construction Support Services

Up to 100 hours of construction support services is included in this scope Key members of the

Consultant design team will remain available to perform construction support services provided

they are still employed by Consultant

If additional services are required such services will be negotiated with the County at a future date

Common construction support services are described below

121 - Pre-construction Meeting

Key members of the consultant design team shall be available to attend the preconstruction meeting

with the successful construction contractor

122 - Consultant Site Visits

Key members of the consultant design team shall remain available to review shop drawings and

check falsework structural calculations review material submittals and Request for Information

(RFI) and visit the project site during construction if required Any observed defects or

deficiencies in the work shall immediately be brought to the attention of the Countys Resident

Engineer

Attachments

Attachment A ndash Plan Sheet List

Attachment B ndash Exhibits

Attachment C - Fee

Franz Creek Bridge Scope 29 2017-09-07

Details

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

PLAN SHEET LIST DISCIPLINE DESCRIPTION NUMBER OF

SHEETS

SUBMITTED WITH

C Title Sheet 1 35

C Typical Sections 3 35

C Survey Control Sheet 1 65

C Layout Plan (2 per alternative) 4 35

C Profile amp Superelevation

(2 per alternative)

4 35 (profile only)

C Removal Plans 2 65

C Construction Details 2 65

C Contour Grading 0 65

C Traffic HandlingStaged Construction Plans 6 65

C Pavement Delineation amp Signing Plan 2 65

C Drainage Plans amp Details (Stormwater Treatment) 2 65

C Rock Slope Protection Channel Work Plan and 3 65

C Water Pollution Control Plan and Details 2

C Erosion Control Plan amp Details 2 65

C Utility Plans 2 65

S General Plan 1 35

S Deck Contours 1 65

S Foundation Plan 1 35

S Abutment Layout 2 65

S Abutment Details 2 65

S Typical Section 1 35

S Slab Details 1 65

S Tubular Bicycle Railing 1 65

G Log of Test Borings 2 65

TOTAL 46

to be shown on Erosion Control Plan and Details sheets Will be used for estimating only (not part of plan set)

Summary by Discipline

C = Civil 34

S = Structural 10

G = Geotechnical 2

TOTAL 46 Franz Creek Bridge Scope 30 2017-09-07

Attachment A

EXHIBIT 10-H TRC ENGINEERS INC COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

MImbriani Project Manager - Key Personnel 162 $9300 $15066 Manager 0 $000 $0

TLambert Bridge Project Engineer - Key Personnel 220 $6721 $14786 JConklin Roadway Project Engineer - Key Personnel 361 $6601 $23797

Environmental Principal 0 $7788 $0 PChoi Environmental Manager (B3) - Key Personne 141 $6240 $8798 C Pinkerton Bridge Senior Engineer 84 $5332 $4479 G Armstrong Roadway Senior Engineer 114 $5724 $6525 B SchoppeA Bedal Engineer II 636 $4100 $26076 K NegoroN Hernande Engineer I 778 $3300 $25674 G Imbsen Eng CADD Supervisor 93 $5148 $4788 A Cardoza Eng CADD Technician 298 $3415 $10177 J Hull Eng Desktop Publisher 56 $3000 $1680 MaechlerHawthorne Eng AdmAssistant 44 $3000 $1320 W Broeking Environmental PlannerScientist II 0 $3894 $0 G Drosky Environmental PlannerScientist I 126 $2785 $3509

Senior ScientistBiologist (A1) 0 $5492 $0 E Biolsi Technical EditorFinancial Analyst 14 $3605 $505 J Hanzel-Durbin SeniorEngineer (B3) 7 $4710 $330 D Rathnayake SeniorEnvironmental Mgr (A3) 4 $8080 $323 -- 0 $000 $0

Escalation Factor 30 $4101

Total Direct Labor Costs 3138 $15193320 INDIRECT COSTS

Rate Total Fringe Benefits 4962 General Overhead 11040 Cost of Facilities Capital 000

Overhead 16002 $24312350 Total Indirect Costs $24312350

OTHER DIRECT COSTS Quantity Per Unit Total

Airfare (round trips) 0 $0000 $000 Mileage 2900 $0535 $155150 Lodging 0 $150000 $000 Per Diem 4 $46000 $18400 Car rental 0 $0000 $000 Miscellaneous Travel 0 $0000 $000 Mail 50 $054 $2675 Overnight mail 10 $1500 $15000 Copies (85x11) 500 $012 $6000 Copies (11x17) 1000 $200 $200000 Prints (22x34) 162 $300 $48600 Mylars (22x34) 81 $1200 $97200 Environmental EDR Report 1 $35000 $35000 Miscellaneous 50 $500 $2500 Visual Assessment Study 10 $000 $000

Total Other Costs $580525

FEE (Profit) 10 $3950567

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Shannon amp Wilson (inc Woodward Drilling DBE) 2 WRECO (DBE) 3 4 5 Cinquini and Passarino 6 NAL 7 Origer 8 Anchor QEA 9 Anchor QEA (Optional)

10 Shannon amp Wilson (Optional)

Basic $5916619 $5488634

$4531371 $176323

$1710917 $1157155

$18981019

TOTAL COST $63017781

EXHIBIT 10-H TRC ENGINEERS INC COST PROPOSAL - Optional SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

MImbriani Project Manager - Key Personnel 0 $9300 $0 Manager 0 $000 $0

TLambert Bridge Project Engineer - Key Personnel 40 $6721 $2688 JConklin Roadway Project Engineer - Key Personnel 33 $6601 $2178

Environmental Principal 0 $7788 $0 PChoi Environmental Manager (B3) - Key Personnel 0 $6240 $0 C Pinkerton Bridge Senior Engineer 36 $5332 $1920 G Armstrong Roadway Senior Engineer 16 $5724 $916 B SchoppeA Bedal Engineer II 222 $4100 $9102 K NegoroN Hernande Engineer I 216 $3300 $7128 G Imbsen Eng CADD Supervisor 14 $5148 $721 A Cardoza Eng CADD Technician 78 $3415 $2664 J Hull Eng Desktop Publisher 0 $3000 $0 MaechlerHawthorne Eng AdmAssistant 2 $3000 $60 W Broeking Environmental PlannerScientist II 0 $3894 $0 G Drosky Environmental PlannerScientist I 0 $2785 $0

Senior ScientistBiologist (A1) 0 $5492 $0 E Biolsi Technical EditorFinancial Analyst 0 $3605 $0 J Hanzel-Durbin SeniorEngineer (B3) 0 $4710 $0 D Rathnayake SeniorEnvironmental Mgr (A3) 0 $8080 $0 -- 0 $000 $0

Escalation Factor 30 $827

Total Direct Labor Costs 657 $2820328 INDIRECT COSTS

Rate Total Fringe Benefits 4962 General Overhead 11040 Cost of Facilities Capital 000

Overhead 16002 $4513089 Total Indirect Costs $4513089

OTHER DIRECT COSTS Quantity Per Unit Total

Airfare (round trips) 0 $0000 $0 Mileage 500 $0535 $268 Lodging 0 $150000 $0 Per Diem 2 $46000 $92 Car rental 0 $0000 $0 Miscellaneous Travel 0 $0000 $0 Mail 10 $054 $5 Overnight mail 0 $1500 $0 Copies (85x11) 100 $012 $12 Copies (11x17) 100 $200 $200 Prints (22x34) 5 $300 $15 Mylars (22x34) 5 $1200 $60 Environmental EDR Report 0 $35000 $0 Miscellaneous 50 $500 $25

Total Other Costs $67685

FEE (Profit) 10 $733342

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Shannon amp Wilson (inc Woodward Drilling DBE) 2 WRECO (DBE) 3 Circlepoint (Optional) 4 0 5 Cinquini and Passarino 6 NAL 7 Origer 8 Anchor QEA 9 Anchor QEA (Optional)

10 Shannon amp Wilson (Optional)

Optional Basic

$2652981

$84440 $2654490

$5391912

TOTAL COST $13526355

TRC ENGINEERS 080416 Project

BASIC SERVICES - DESIGN FEE ESTIMATE WORKSHEET Increase

Sub administration

Current Date

Expenses Description

Amount DBE

358

717

1075

205

Total DBE including Supplemental)

205

$18981019

$580525

$63017781

$4531371

Subconsultants

Expenses

Total

$18981019

$1710917

$5391912

Total $76544136

$43456237Labor

Car rental

Proposal Date

$0

$184

$0

Sonoma County

Replacement of the Franz Creek Bridge

Bridge No 20C0326 County No C14007

Travel Name

NAL $176323

Basic Services

$5916619Shannon amp Wilson (inc Woodward Drilling DBE)

Miscellaneous Travel

Cinquini and Passarino

Subconsultants (Labor + ODC)

Anchor QEA

Airfare (round trips)

Mileage

Lodging

Per Diem

Total Basic Services

$0

Origer

$0

$1177

Other Direct Costs

Subconsultants Admin Costs

Travel Subtotal

Total Supplemental Services

$1736

$4070

$0

Shannon amp Wilson (Optional)

Optional Services

Total

ODC Subtotal

$5805

$4070

$2654490

$1157155

$84440

P2016-33

WRECO (DBE)

00

03-Oct-17

00

$5488634 Total Fee Estimate (wescalation)

Environmental Mileage $375

1280

Total Basic + Supplemental Fee Estimate Basic Services $63017781

Optional Services $8066759

Subconsultants Optional $5391912 $2652981

Anchor QEA (Optional)

Expenses $67685Circlepoint (Optional)

1032017

2017_10_03_Franz Creek Fee_RevisedTotals with Expenses

BASIC SERVICES ESCALATION CALCULATION

Employee Actual

Employe e Rate

Hours on Project

of Project

Weighted Portion of

Rate Project Manager - Key Personnel 9300$ 162 516 $480 Manager -$ 0 000 $000 Bridge Project Engineer - Key Pers 6721$ 220 701 $471 Roadway Project Engineer - Key P 6601$ 361 1149 $758 Environmental Principal 7788$ 0 000 $000 Environmental Manager (B3) - Key 6240$ 141 449 $280 Bridge Senior Engineer 5332$ 84 268 $143 Roadway Senior Engineer 5724$ 114 363 $208 Engineer II 4100$ 636 2027 $831 Engineer I 3300$ 778 2480 $818 Eng CADD Supervisor 5148$ 93 296 $153 Eng CADD Technician 3415$ 298 950 $324 Eng Desktop Publisher 3000$ 56 178 $054 Eng AdmAssistant 3000$ 44 140 $042 Environmental PlannerScientist II 3894$ 0 000 $000 Environmental PlannerScientist I 2785$ 126 402 $112 Senior ScientistBiologist (A1) 5492$ 0 000 $000 Technical EditorFinancial Analyst 3605$ 14 045 $016 SeniorEngineer (B3) 4710$ 7 022 $011 SeniorEnvironmental Mgr (A3) 8080$ 4 013 $010

-$ 0 000 $000 3138 10000 $4712 TRC ave rate March 2017

Year Est hours spent per

year

Est spent per

year

Unescalated Ave Rate Escalation Escalated

Ave Rate

Total Unescalated

Labor

Total Escalated

Labor

Escalated Labor by

Year Sept 2017 to December 2017 Design 500 1594 $4712 Jan 2018 to December 2018 Design 1322 4214 $4712 20 $4806 $62290 $63536 $1246 Jan 2019 to December 2019 Design 1322 4214 $4712 20 $4902 $62290 $64806 $2517 Jan 2020 to December 2020 Const 50 159 $4712 20 $5000 $2356 $2500 $144 Jan 2021 to December 2021 Const 50 159 $4712 20 $5100 $2356 $2550 $194

3244 103 $129292 $133392 $4101

Difference between Unescalated Labor and Escalated Labor

TRC ENGINEERS FEE ESTIMATE WORKSHEET Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

Travel From Rancho Cordova To Santa Rosa CA (110 mi) of people 2 of days 2 of nights 0 of trips 14

Rate Airfare (round trips) x trips x people = $000 Mileage $0535 x 220 miles x 10 trips = $117700 Lodging $15000 x 0 nights x 2 people = $000 Per Diem $4600 x 2 days x 2 people = $18400 Car rental x days x people = $000 Miscellaneous Travel x units x units = $000 Environmental Mileage $0535 700 $37450 Total Travel $173550

ODCs Rate

Mail $0535 50 $1500 10

$012 500 $200 1000 $300 162

$1200 81 $35000 1

$500 5 1

x pieces = Overnight mail x pieces = Copies (85x11) x copies = Copies (11x17) x prints = Prints (22x34) x prints = Mylars (22x34) x prints = Environmental EDR Report x = Miscellaneous x units = Visual Assessment Study Total ODCs

Total Travel and ODCs

$2675 $15000

$6000 $200000

$48600 $97200 $35000

$2500 $000

$406975

$580525

2017_10_03_Franz Creek Fee_RevisedExpenses Worksheet 1032017

080416

412017

ProjectSonoma County TRC Design Proposal Date P2016-33Replacement of the Franz Creek Bridge DESIGN FEE ESTIMATE WORKSHEET Start Date

Bridge No 20C0326 County No C14007 End Date

LABOR

Task Description anager - Key Personn

Project

Manager ngineer - Key Personn

Bridge Project

ngineer - Key Personn

Roadway Project

Principal

Environmental

ager (B3) - Key Perso

Environmental Bridge Senior

Engineer Engineer

Roadway Senior

II

Engineer Engineer

I

Eng CADD

Supervisor Technician

Eng CADD

Publisher

Eng Desktop

Assistant

Eng Adm

PlannerScientist II

Environmental

PlannerScientist I

Environmental

Biologist (A1)

Senior Scientist

Financial Analyst

Technical Editor

Engineer (B3)

Senior

nvironmental Mgr (A3

Senior Total

Hours

Total

$

MImbriani TLambert JConklin PChoi C Pinkerton G Armstrong B SchoppeA Bedal NegoroN Hernande G Imbsen A Cardoza J Hull MaechlerHawthorne W Broeking G Drosky E Biolsi J Hanzel-Durbin D Rathnayake --

Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Task 1 Project Management Task 11 Project kickoff Meeting 8 8 8 4 28 $1930 Task 12 ProjectStaff Management 40 24 30 16 16 126 $8497 Task 13 Meetings 58 32 68 20 178 $12633 Task 14 Work Progress Form 24 12 24 24 84 $5343 Task 2 Preliminary Engineering Task 2A Alignment Engineering Task 2A1 Assess Available Information 4 4 10 8 26 $1156 Task 2A2 Alignment Alternatives Analysis 16 32 40 2 90 $3748 Task 2B Preliminary Structure Engineering and 35 Design Task 2B1 Bridge Type Selection Report Preparation (DraftFinal) 4 4 28 12 3 12 4 4 71 $2830 Task 2B2 Prepare 35 Design Plans 4 1 4 1 32 36 8 28 114 $4473 Task 2B3 General Plan Cost Estimate 2 1 4 1 4 24 2 38 $1487 Task 2C Utility Coordination Task 2C1 Utility Letters Task 2C11 Prepare A Letters and Plans 05 8 4 4 4 205 $924 Task 2C12 Compile Utility information into Utility Drawing 8 8 16 32 $1314 Task 2C13 Prepare B Letters and Plans 05 8 6 8 6 285 $1206 Task 2C14 Utilities begin Relocation Design Task 2C15 Prepare C Letters and Plans 05 8 8 8 8 325 $1356 Task 2C16 Utilities begin Relocation Construction 2 2 $60 Task 2C2 Utility Company Coordination 12 80 24 116 $6163 Task 2C3 Develop Utility Relocation Plans 1 16 30 47 $1712 Task 2C4 Utility Relocation Cost Estimates 1 16 4 21 $854 Task 3 SurveyingMappingROW Engineering Task 31 Topographic Survey Task 32 Right-of-Way (ROW) Task 321 Boundary Surveys Task 322 Appraisal Mapping - Task Deleted Task 33 Title Reports Task 34 Legal Descriptions 2 4 16 22 $824 Task 35 Creek Cross Sections for Hydraulic Analysis Task 36 Survey Control Sheet Task 4 Geotechnical Engineering Task 41 Preliminary Foundation Memo (PFM) Task 42 Planning amp Permitting Task 43 Traffic Control Task 44 Geologic Reconnaissance Task 45 Laboratory Testing Task 46 Engineering and Geologic Analyses Task 47 Prepare Draft Geotechnical Report 4 8 12 $597 Task 48 Prepare Final Geotechnical Report 2 6 8 $380 Task 5 Hydrology and Hydraulics Task 51 Data Collection and Site Review 4 4 8 $433 Task 52 Hydraulics Analyses 8 8 16 $856 Task 53 Documentation Task 54 Scour Analyses Task 55 Design Hydrology and Hydraulics Reports and Studies Task 551 Design Hydrology and Hydraulics Report Task 5511 Draft Design Hydrology and Hydraulics Report 4 1 4 9 $499 Task 5512 Final Design Hydrology and Hydraulics Report 2 1 4 7 $364 Task 552 Location Hydraulic Study Task 5521 Draft Location Hydraulic Study 4 1 4 9 $499 Task 5522 Final Location Hydraulic Study 2 1 4 7 $364 Task 56 Dry Weather Flow and Bypass Task 6 Environmental Task 601 Environmental Project Management 60 60 $3744 Task 602 Environmental Conf CallsCoordinationMeetings 24 30 54 $3456 Task 603 Environmental Engineering Support 24 24 24 72 $3360 Task 6031 Assist the County with preparation of NEPACEQA documents 4 4 $269 Task 6032 Identify issues that must be addressed in the design 2 8 4 2 24 40 $1750 Task 6033 Prepare Equipment Staging Technical Memo 2 1 4 8 4 19 $874 Task 6034 Prepare Right of Way Technical Memo 1 8 9 $394 Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA 1 3 50 4 2 60 $1996 Task 612 Revised ISA 1 1 10 2 1 15 $582 Task 613 Final ISA 1 8 1 1 11 $413 Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations 1 4 40 24 40 8 117 $4597 Task 622 Revised VIA and Visual Simulations 1 2 10 4 17 $614 Task 623 Final VIA and Visual Simulations 2 8 2 12 $420 Task 63 Cultural Resources (Includes Developing APE map) 1 2 3 $191 Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER 1 6 7 $440 Task 6312 Revised HRER 1 4 5 $316 Task 6313 Final HRER 2 2 $125 Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR 1 4 5 $316

2017_10_03_Franz Creek Fee_RevisedTRC Design 1032017

Task 6322 Revised ASR 1 2 3 $191 Task 6323 Final ASR 2 2 $125 Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR 1 4 5 $316 Task 6332 Revised HPSR 1 2 3 $191 Task 6333 Final HPSR 2 2 $125 Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise 1 1 $66 Task 672 Revise Noise 1 1 $66 Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR 1 8 9 $565 Task 682 Revise WQAR 1 1 $66 Task 683 Final WQAR Task 7 Public Outreach Task 71 Public Outreach Meetings (2 meetings1 day) 8 8 $528 Task 72 Sonoma County Board of Supervisor Meetings (1 total) 8 8 16 $1272 Task 8 65 PSampE Task 81 BridgeStructural Design Development 20 8 140 24 112 4 4 312 $12811 Task 82 Bridge Approach Roadways Task 821 Roadway Civil Design 8 16 50 74 $2834 Task 822 Traffic Design 4 16 20 $692 Task 83 Channel Protection Design Task 84 Stormwater Pollution Prevention Plan 4 8 12 $428 Task 85 Erosion Control Plans 4 8 12 $428 Task 86 Engineering Support to the Permit Process 1 4 12 8 4 29 $1156 Task 87 Cost Estimate amp Specifications 2 4 18 36 60 $2274 Task 88 Contract Drawings - Prepare Submittal 4 4 8 2 2 8 2 2 32 $1372 Task 89 QCQA 8 8 4 20 $1404 Task 9 95 PSampE Task 91 Address County Comments 2 4 18 8 4 36 $1470 Task 92 Complete Design and Bid Documents 4 8 4 24 48 12 72 4 4 180 $6895 Task 93 Independent Design Check 8 8 24 120 160 $5908 Task 94 Cost Estimate amp Specifications 40 36 8 56 76 216 $10295 Task 95 Perform 95 QCQA 16 8 24 $2016 Task 10 Final -100 PSampE Task 101 Address County Comments 2 4 4 24 2 36 $1364 Task 102 Finalize Documents 2 4 2 16 48 4 24 2 2 104 $3891 Task 103 Prepare Final Deliverables 1 2 2 8 16 2 2 33 $1282 Task 104 Federal Funding Assistance 8 8 $528 Task 11 Pre-Construction Engineering Services Task 111 Pre-Bid Meeting 4 4 8 $533 Task 112 Respond to Bidder Inquiries 4 4 4 8 8 28 $1338 Task 113 Prepare Addenda 2 4 4 4 14 $776 Task 114 Assist in Evaluating Bids 4 4 $269 Supp Supplemental Services Task 2C5 Utility Potholing 4 8 16 16 44 $1906 Task 49 Geotechnical Retaining Wall Investigation and Analysis 4 8 12 $592 Task 69 Noise - Bioacoustic Analysis 1 1 $66 Task 7A Public Outreach led by the Consultant Task 7A1 Facilitate Public Meetings Task 7A2 Distribute Informational Materials to the Community Task 7A3 Media Relations Task 810 Retaining Wall Design 24 8 24 8 168 184 12 72 500 $19915 Task 12 Construction Support Services Task 121 Pre-Construction Meeting 4 4 8 $533 Task 122 Construction Site Visits 12 12 12 30 16 2 6 2 92 $4364

Hrs 162 Hrs Hrs 220 Hrs 361 Hrs Hrs 141 Hrs 84 Hrs 114 Hrs 636 Hrs 778 Hrs 93 Hrs 298 Hrs 56 Hrs 44 Hrs Hrs 126 Hrs Hrs 14 Hrs 7 Hrs 4 Hrs 3138 $147832 Rate 930 Rate Rate 672 Rate 660 Rate 779 Rate 624 Rate 533 Rate 572 Rate 410 Rate 330 Rate 515 Rate 342 Rate 300 Rate 300 Rate 389 Rate 279 Rate 549 Rate 361 Rate 471 Rate 808 Rate

FeeClassification 15066 14786 23797 8798 4479 6525 26076 25674 4788 10177 1680 1320 3509 505 330 323 3138 $147832 of Total HoursClassification 5 7 11 4 3 4 20 25 3 9 2 1 4 0 0 0 100

2017_10_03_Franz Creek Fee_RevisedTRC Design 1032017

Attachment to TRC Engineers Inc Exhibit 10‐K

Sonoma County ‐ Replacement of the Franz Creek Bridge 20C0326

Contract Value Basic

Firm Name Person(s) e‐mail Nal Paula Lee paulanal1com $176323

Anchor QEA Nick Duffort Katie Chamberlin

nduffortanchorqeacom kchamberlinanchorqeacom $1157155

Cinquini Jim Dickey jdickeycinquinipassarinocom $4531371 Origer Janine Origer janineorigercom $1710917 Shannon and Wilson Martin Mcllroy MWMshanwilcom $5916619 Wreco Han Bin Liang hanbin_liangwrecocom $5488634 TOTAL SUBCONSULTANTS $18981019

Attachment B

Shannon amp Wilson (inc Woodward Drilling DBE) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee

Bob Mitchell Scott Gaulke Debanik Chaudri Martin McIlroy Ben Aldridge Robert Leaf Sandy Cotrell Lori Nelson

Function

Vice President 1 - Key Personnel Vice President 4 Sr Associate 2 Associate 3 - Key Personnel Professional III 5 Professional II 6 Sr Tech Services 7 Sr Office Services 8 Escalation Factor

Hours

8 0

16 51 0

96 14 8

Hourly Rate

6289 6695 6439 6130 3064 2719 3380 3695

Total

$50312 $000

$103024 $312630

$000 $261024 $47326 $29560 $24116

$803876 $24116

Total Direct Labor Costs 193 $827992 INDIRECT COSTS

Rate Total Fringe Benefits 8640 General Overhead 10387 Cost of Facilities Capital 000

Overhead 19027 $1575421 Total Indirect Costs $1575421

OTHER DIRECT COSTS Item Description Seismic Timer NOA Testing (1 CARB 435 and 1 TEM) Survey Equipment Environmental Data Report County PRMD Permit and Inspection fees County Encroachment Permit (No Fee and No Bond) Mileage Traffic Control (DBE - Traffic Pros) Per Diem (Preliminary and Design Phases) Overnight Mail Laboratory Testing Geotechnical

Quantity 0

1

3 1

540 2 3 1 1

Per Unit $500000 $655000 $100000 $400000 $325000

$0000 $0535

$3250000 $200000 $25000

$3340000

Total $0 $0

$100 $0

$975 $0

$289 $6500 $600 $25

$3340

$0 $0

$11829

FEE (Profit) 10 $240341

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Geotechnical Drilling (Woodward Drilling -- DBE) 2 Certified Asbestos Consultant

$20900

$2090000

TOTAL COST $5916619

Sonoma County Shannon amp Wilson (inc Woodward Drillin Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Vice President

4 Vice President

2 Sr Associate

3 - Key Personnel Associate

5 Professional III Professional II

6 Sr Tech Services

7 Sr Office Services

8 Total Hours

Total $

Hours Bob Mitchell

Hours Scott Gaulke

Hours Debanik Chaudri

Hours Martin McIlroy

Hours Ben Aldridge

Hours Robert Leaf

Hours Sandy Cotrell

Hours Lori Nelson

Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 41 Preliminary Foundation Memo (PFM) 1 4 8 12 2 2 29 $1279 Task 42 Planning amp Permitting 12 12 $326 Task 43 Traffic Control Task 44 Geologic Reconnaissance 1 2 40 43 $1273 Task 45 Laboratory Testing 2 2 4 8 $357 Task 46 Engineering and Geologic Analyses 1 6 8 16 31 $1375 Task 47 Prepare Draft Geotechnical Report 2 4 23 6 10 2 47 $2368 Task 48 Prepare Final Geotechnical Report 1 2 8 6 2 4 23 $1061 Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services Task 121 Pre-Construction Meeting Task 122 Construction Site Visits

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 16 51 96 14 8 193 $803876 6289 6695 6439 6130 3064 2719 3380 3695

503 - 1030 3126 - 2610 473 296 - 193 $8039 4 8 26 50 7 4 100

1032017

2017_10_03_Franz Creek Fee_RevisedSub 1

Shannon amp Wilson (inc Woodward Drilling DBE) COST PROPOSAL - OPTIONAL SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Bob Mitchell Vice President 1 - Key Personnel 2 6289 $12578 Scott Gaulke Vice President 4 0 6695 $000 Debanik Chaudri Sr Associate 2 2 6439 $12878 Martin McIlroy Associate 3 - Key Personnel 8 6130 $49040 Ben Aldridge Professional III 5 33 3064 $101120 Robert Leaf Professional II 6 24 2719 $65256 Sandy Cotrell Sr Tech Services 7 3 3380 $10141 Lori Nelson Sr Office Services 8 3 3695 $11085 $262099

Escalation Factor $7829 $7829

Total Direct Labor Costs 75 $269927 INDIRECT COSTS

Rate Total Fringe Benefits 8640 General Overhead 10387 Cost of Facilities Capital 000

Overhead 19027 $513590 Total Indirect Costs $513590

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Seismic Timer $500000 $000 NOA Testing (1 CARB 435 and 1 TEM) $655000 $000 Survey Equipment 1 $100000 $10000 Environmental Data Report $400000 $000 County PRMD Permit and Inspection fees 1 $325000 $32500 County Encroachment Permit (No Fee and No Bond) $0000 $000 Mileage 230 $0535 $12321 Traffic Control (DBE - Traffic Pros) 2 $3250000 $650000 Per Diem (Preliminary and Design Phases) 2 $200000 $40000 Overnight Mail 0 $25000 $000 Laboratory Testing Geotechnical 1 $1260000 $126000 Laboratory Testing Analytical (DBE - Sparger Technology) $1750000 $000

$8708

FEE (Profit) 10 $78352

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Geotechnical Drilling (Woodward Drilling -- DBE) $9218 2 Certified Asbestos Consultant (NAL - DBE)

$921800

TOTAL COST $2654490

Sonoma County Shannon amp Wilson (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Vice President

4 Vice President

2 Sr Associate Associate

3 Professional III

5 Professional II

6 Sr Tech Services

7 Sr Office Services

8 Total Hours

Total $

Hours Bob Mitchell

Hours Scott Gaulke

Hours Debanik Chaudri

Hours Martin McIlroy

Hours Ben Aldridge

Hours Robert Leaf

Hours Sandy Cotrell

Hours Lori Nelson

Hours 0 $0

Task 2 Preliminary Engineering 0 $0 Task 3 SurveyingMappingROW Engineering 0 $0 Task 4 Geotechnical Engineering 0 $0 Task 41 Preliminary Foundation Memo (PFM) 0 $0 Task 42 Planning amp Permitting 10 10 $277 Task 43 Traffic Control 0 $0 Task 44 Geologic Reconnaissance 2 28 30 $982 Task 45 Laboratory Testing 0 $0 Task 46 Engineering and Geologic Analyses 1 1 4 5 12 23 $861 Task 47 Prepare Draft Geotechnical Report 1 2 2 1 6 $222 Task 48 Prepare Final Geotechnical Report 1 1 1 1 2 6 $298 Task 5 Hydrology and Hydraulics 0 $0 Task 6 Environmental 0 $0 Task 7 Public Outreach 0 $0 Task 8 65 PSampE 0 $0 Task 9 95 PSampE 0 $0 Task 10 Final -100 PSampE 0 $0 Task 11 Pre-Construction Engineering Services 0 $0 Task 12 Construction Support Services 0 $0

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

2 0 2 8 33 24 3 3 0 75 $264045 6289 6695 6502 6190 3064 2773 3380 3713

126 - 130 495 1011 666 101 111 - 75 $2640 3 0 3 11 44 32 4 4 0 100

Attachment C

WRECO (DBE) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours Hourly Rate Total

H Liang A Ochoa TBD TBD TBD TBD TBD

Principal Engineer - Key Personnel Supervising Engineer Senior Engineer Associate Engineer Staff Engineer Senior Technician Clerical Tech Editor

16 4

68 188 128 28 6

9351 7731 6487 4327 3361 2942 2500

$1496 $309

$4411 $8135 $4302 $824 $150

INDIRECT COSTS Total Direct Labor Costs 438 $1962716

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS

Rate 7195 4010 2810 14015

Total

$2750746 $2750746

Item Description Travel and Per Diem Reproductions Overnight Delivery

Quantity 632 50 4

Per Unit $0535

$50000 $50000

Total $33825

$250000 $20000

$303825

FEE (Profit) 10 $471346

$000

TOTAL COST $5488634

Sonoma County WRECO (DBE) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description ngineer - Key Person Principal

Engineer Supervising

Engineer Senior

Engineer Associate

Engineer Staff

Technician Senior

Tech Editor Clerical Total

Hours Total

$

Hours H Liang

Hours A Ochoa

Hours TBD

Hours TBD

Hours TBD

Hours TBD

Hours TBD

Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 51 Data Collection and Site Review 1 8 8 17 $959 Task 52 Hydraulics Analyses 1 4 8 16 2 31 $1296 Task 53 Documentation 1 8 12 8 29 $1401 Task 54 Scour Analyses 1 4 8 8 21 $968 Task 55 Design Hydrology and Hydraulics Reports and Studies Task 551 Design Hydrology and Hydraulics Report Task 5511 Draft Design Hydrology and Hydraulics Report 2 4 8 16 1 31 $1355 Task 5512 Final Design Hydrology and Hydraulics Report 1 2 6 8 1 18 $777 Task 552 Location Hydraulic Study Task 5521 Draft Location Hydraulic Study 1 4 10 4 1 20 $945 Task 5522 Final Location Hydraulic Study 1 2 4 2 1 10 $489 Task 56 Dry Weather Flow and Bypass 1 4 12 4 2 23 $1066 Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER Task 6312 Revised HRER Task 6313 Final HRER Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR Task 6322 Revised ASR Task 6323 Final ASR Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise Task 672 Revise Noise Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR 05 2 4 24 20 1 515 $2197 Task 682 Revise WQAR 05 1 1 12 8 05 23 $990 Task 683 Final WQAR 1 1 4 4 05 105 $462 Task 7 Public Outreach Task 8 65 PSampE Task 81 BridgeStructural Design Development Task 82 Bridge Approach Roadways Task 821 Roadway Civil Design Task 822 Traffic Design Task 83 Channel Protection Design 1 8 24 12 12 57 $2407 Task 84 Stormwater Pollution Prevention Plan Task 85 Erosion Control Plans Task 86 Engineering Support to the Permit Process Task 87 Cost Estimate amp Specifications 05 2 8 4 145 $657 Task 88 Contract Drawings - Prepare Submittal Task 89 QCQA Task 9 95 PSampE Task 91 Address County Comments 05 1 4 55 $285 Task 92 Complete Design and Bid Documents 1 4 16 8 8 37 $1550 Task 93 Independent Design Check Task 94 Cost Estimate amp Specifications 05 2 6 2 105 $503 Task 95 Perform 95 QCQA Task 10 Final -100 PSampE Task 101 Address County Comments 1 1 2 4 $245 Task 102 Finalize Documents 05 4 12 4 4 245 $1078 Task 103 Prepare Final Deliverables Task 104 Federal Funding Assistance Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

16 4 68 188 128 28 6 438 $19627 $9351 $7731 $6487 $4327 $3361 $2942 $2500

1496 309 4411 8135 4302 824 150 - - 438 $19627 4 1 16 43 29 6 1 100

Notes

1032017

2017_10_03_Franz Creek Fee_RevisedSub 2

Attachment D

Circlepoint (Optional) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Germano Title Project Mgr 12 6250 $75000 Pham Title Sr Associate 56 3466 $194096 Morales Title Coordinator 59 2765 $163135 Seward Title Sr Art Director 6 5300 $31800 Nelson Title Sr Web Designer 0 3724 $000 Krager Title Sr Graphic Design 8 3628 $29024 Sonne Title WebGraphic Design 32 3300 $105600

Escalation Factor $188

Total Direct Labor Costs 173 $617503 INDIRECT COSTS

Rate Total Fringe Benefits 5932 General Overhead 12840 Cost of Facilities Capital 000

Overhead 18772 $1159177 Total Indirect Costs $1159177

OTHER DIRECT COSTS Item Description Quantity Per Unit Total

Mileage 1296 $0535 $69300 Reproduction 1 $350000 $350000 Display Ads 1 $100000 $100000 Exhibit Boards 12 $12000 $144000 Room Rentals 1 $33333 $33333 Online Survey 1 $2000 $2000

$698633

FEE (Profit) 10 $177668

TOTAL COST $2652981

Sonoma County Circlepoint (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Title

Project Mgr Title

Sr Associate Title

Coordinator Title

Sr Art Director Title

Sr Web Designer Title

Sr Graphic Design Title

WebGraphic Design Total Hours

Total $

Hours Germano

Hours Pham

Hours Morales

Hours Seward

Hours Nelson

Hours Krager

Hours Sonne

Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 71 Public Outreach Meetings (2 meetings1 day) 5 20 24 4 4 20 77 $2686 Task 72 Sonoma County Board of Supervisor Meetings (1 total) 6 6 $208

4 15 20 2 4 12 57 $1970 3 15 15 33 $1122

Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

12 56 59 6 8 32 173 $5987 625 347 277 530 372 363 330

75000 194096 163135 31800 29024 105600 - - 173 $5987 7 32 34 3 5 18 100

Notes

56

1032017

2017_10_03_Franz Creek Fee_RevisedSub 3

Attachment E

Cinquini and Passarino COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

0 Principal Professional Land Surveyor 1 - Key Personn 26 6500 $1690 0 Professional Land Surveyor 2 88 5250 $4620 0 Staff Surveyor 3 24 3200 $768 0 Cad Technician 4 56 3100 $1736 0 1 Person Crew 5 0 3975 $0 0 2 Person Crew 6 78 7250 $5655 0 3 Person Crew 7 0 10531 $0 0 Office Manager 8 0 3245 $0 0 Admin Staff 9 0 2448 $0 0 Staff Surveyor 10 0 000 $0

Total Direct Labor Costs 272 $1446900 INDIRECT COSTS

Rate Total Fringe Benefits 7249 General Overhead 8897 Cost of Facilities Capital 000

Overhead 16146 $2336165 Total Indirect Costs $2336165

OTHER DIRECT COSTS Item Description Quantity Per Unit Total

1 Title Reports 4 $750000 $3000 2 Record of Survey 1 $700000 $700

$3700

FEE (Profit) 10 $378306

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 2

$000

TOTAL COST $4531371

Sonoma County Cinquini and Passarino Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel l Professional Land S

2 fessional Land Surve

3 Staff Surveyor

4 Cad Technician

5 1 Person Crew

6 2 Person Crew 3 Person Crew

7 Office Manager

8 Admin Staff

9 Staff Surveyor

10 ncipal Prof Land Surve

11 Total Hours

Total $

Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 31 Topographic Survey 6 16 40 30 92 $4645 Task 32 Right-of-Way (ROW) 8 32 8 24 72 $4196 Task 321 Boundary Surveys Task 322 Appraisal Mapping - Task Deleted Task 33 Title Reports 4 4 $210 Task 34 Legal Descriptions 10 24 16 50 $2422 Task 35 Creek Cross Sections for Hydraulic Analysis 6 8 24 38 $2303 Task 36 Survey Control Sheet 2 6 8 16 $693 Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

26 88 24 56 78 272 $14469 650 525 320 310 398 725 1053 325 245 1690 4620 768 1736 - 5655 - - - - - 272 $14469

10 32 9 21 29 100

1032017

2017_10_03_Franz Creek Fee_RevisedSub 5

Attachment F

NAL COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

De Arcos Senior Envir Consultant 1 8000 $80 Lee Envir Consultant - Key Personnel 8 7500 $600 Scott Technician I 3 6000 $180 Hall Office Support 4 3000 $120

0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0

Total Direct Labor Costs 16 $98000 INDIRECT COSTS

Rate Total Fringe Benefits 1500 General Overhead 2000 Cost of Facilities Capital 009

Overhead 3509 $34388 Total Indirect Costs $34388

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Mileage (one field visit and two project meetings in Santa Rosa) 256 $0535 $137 Data Collection (up to five intersections) 10 $17000 $170

$307

FEE (Profit) 10 $13239

$000

TOTAL COST $176323

Sonoma County NAL Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task Description Envir Consultant Senior Envir Consultant -

Key Personnel Technician I Office Support Total Hours

Total $

De Arcos Lee Scott HallHours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours

Task 1 Project Management Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 61 Initial Site Assessment (ISA) 5 3 8 $555 Task 611 Draft ISA 1 3 4 $170 Task 612 Revised ISA 2 05 25 $165 Task 613 Final ISA 1 05 15 $90 Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

1 8 3 4

- - - - - - - - -

16 800 750 600 300

16 $98080 600 180 120 6 50 19 25 100

Notes

1032017

2017_10_03_Franz Creek Fee_RevisedSub 6

Attachment G

Origer COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours Hourly Rate Total

Janine Origer Vicki Beard

Principal Investgator 1 - Key Personnel Architectural Historian 2 Staff

60 122

0

2800 2800 1800

$1680 $3416

$0

Total Direct Labor Costs INDIRECT COSTS

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS Item Description mileage Northwest Inform Hourly access fee Copies per page fee for paper or digital copies Historical societ Research fees

182

Quantity 40

1

Rate 9000 11300

005 20305

Per Unit $0535

$100000 $0150

$100000

Total

$1034743

Total $21 $100

$0 $0

$509600

$1034743

$121

FEE (Profit) 10 $154434

TOTAL COST $1710917

Sonoma County Origer Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Principal InvestgatorA

2 rchitectural Historian Staff Total

Hours Total

$

Hours Janine Origer

Hours Vicki Beard

Hours Hours Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) 12 102 114 $3192 Task 631 Historic Resources Evaluation Report (HRER) 16 16 $448 Task 6311 Draft HRER 4 4 $112 Task 6312 Revised HRER Task 6313 Final HRER 32 32 $896 Task 632 Archaeological Survey Report (ASR) 4 4 $112 Task 6321 Draft ASR 2 2 $56 Task 6322 Revised ASR Task 6323 Final ASR 6 6 $168 Task 633 Historic Properties Survey Report (HPSR) 2 2 $56 Task 6331 Draft HPSR 2 2 $56 Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise Task 672 Revise Noise Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR Task 682 Revise WQAR Task 683 Final WQAR Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

60 122 182 280 280 180 1680 3416 - - - - - - - 182 $5096

33 67 100 Notes

2017_10_03_Franz Creek Fee_RevisedSub 7

1032017

Attachment H

Anchor QEA COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Josh Burnam Managing Partner 8 $9010 $721 Katie Chamberlin Project Manager - Key Personnel 6 $5600 $336 Nick Duffort Senior PlannerBiologist - Key Personnel 66 $3800 $2508 Jordan Theyel Editor 14 $2480 $347

0 0 $000 $0 0 0 $000 $0

Total Direct Labor Costs 94 $391200 INDIRECT COSTS

Rate Total Fringe Benefits 9354 General Overhead 7297 Cost of Facilities Capital 018

Overhead 16669 $652091 Total Indirect Costs $652091

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Hotel $200000 $0 Travel 178 $0535 $95

$95

FEE (Profit) 10 $104329

TOTAL COST $1157155

Sonoma County Anchor QEA Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Managing Partner t Manager - Key PernnerBiologist - Key Editor Total Hours

Total $

Hours Josh Burnam

Hours Katie Chamberlin

Hours Nick Duffort

Hours Jordan Theyel

Hours Hours Hours Hours Hours

Task 11 Project kickoff Meeting Task 12 ProjectStaff Management Task 13 Meetings Task 14 Work Progress Form Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER Task 6312 Revised HRER Task 6313 Final HRER Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR Task 6322 Revised ASR Task 6323 Final ASR Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise 20 20 $760 Task 671 Draft Noise 6 4 34 10 54 $2305 Task 672 Revise Noise Task 673 Final Noise 2 2 12 4 20 $847 Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR Task 682 Revise WQAR Task 683 Final WQAR Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 6 66 14 94 $9010 $5600 $3800 $2480

721 336 2508 347 - - - - - 94 $3912 9 6 70 15 100

Notes

2017_10_03_Franz Creek Fee_RevisedSub 8

1032017

Anchor QEA (Optional) COST PROPOSAL - OPTIONAL SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours

Josh Burnam Managing Partner 0 Katie Chamberlin Project Manager - Key Personnel 0 Nick Duffort Senior PlannerBiologist - Key Personne 8 Jordan Theyel Editor 0

0 0 0 0

Total Direct Labor Costs 8 INDIRECT COSTS

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS Item Description Quantity Hotel Travel

Hourly Rate

90 $5599 $3598 $2403 $000 $000

Rate 9354 7297 018 16669

Per Unit $235000

$0535

Total

$0 $0

$288 $0 $0 $0

Total

$47980

Total $0 $0

$28784

$47980

$0

FEE (Profit) 10 $7676

TOTAL COST $84440

Sonoma County Anchor QEA (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Managing Partner t Manager - Key PernnerBiologist - Key Editor Total Hours

Total $

Hours Josh Burnam

Hours Katie Chamberlin

Hours Nick Duffort

Hours Jordan Theyel

Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 67 Noise Task 671 Draft Noise 8 8 $288 Task 672 Revise Noise Task 673 Final Noise Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 8 9005 5599 3598 2403

- - 288 - - - - - - 8 $288 100 100

Notes

2017_10_03_Franz Creek Fee_RevisedSub 8-Optional

1032017

EXHIBIT B- Insurance Requirements

With respect to performance of work under this Agreement Consultant shall maintain and shall require all of its subcontractors consultants and other agents to maintain insurance as described below unless such insurance has been expressly waived by the attachment of a Waiver of Insurance Requirements Any requirement for insurance to be maintained after completion of the work shall survive this Agreement

County reserves the right to review any and all of the required insurance policies andor endorsements but has no obligation to do so Failure to demand evidence of full compliance with the insurance requirements set forth in this Agreement or failure to identify any insurance deficiency shall not relieve Consultant from nor be construed or deemed a waiver of its obligation to maintain the required insurance at all times during the performance of this Agreement

1 Workers Compensation and Employers Liability Insurance a Required if Consultant has employees as defined by the Labor Code of the State of

California b Workers Compensation insurance with statutory limits as required by the Labor Code of

the State of California c Employers Liability with minimum limits of $1000000 per Accident $1000000 Disease

per employee $1000000 Disease per policy d Required Evidence of Insurance Certificate of Insurance

If Consultant currently has no employees as defined by the Labor Code of the State of California Consultant agrees to obtain the above-specified Workers Compensation and Employers Liability insurance should employees be engaged during the term of this Agreement or any extensions of the term

2 General Liability Insurance a Commercial General Liability Insurance on a standard occurrence form no less broad than

Insurance Services Office (ISO) form CG 00 01 b Minimum Limits $1000000 per Occurrence $2000000 General Aggregate $2000000

ProductsCompleted Operations Aggregate The required limits may be provided by a combination of General Liability Insurance and Commercial Excess or Commercial Umbrella Liability Insurance If Consultant maintains higher limits than the specified minimum limits County requires and shall be entitled to coverage for the higher limits maintained by Consultant

c Any deductible or self-insured retention shall be shown on the Certificate of Insurance If the deductible or self-insured retention exceeds $25000 it must be approved in advance by County Consultant is responsible for any deductible or self-insured retention and shall fund it upon Countyrsquos written request regardless of whether Consultant has a claim against the insurance or is named as a party in any action involving the County

d The County of Sonoma its Officers Agents and Employees shall be endorsed as additional insureds for liability arising out of operations by or on behalf of the Consultant in the performance of this Agreement

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 1 of 3 STPLZ-5920(149)

e The insurance provided to the additional insureds shall be primary to and non-contributory with any insurance or self-insurance program maintained by them

f The policy definition of ldquoinsured contractrdquo shall include assumptions of liability arising out of both ongoing operations and the products-completed operations hazard (broad form contractual liability coverage including the ldquofrdquo definition of insured contract in ISO form CG 00 01 or equivalent)

g The policy shall cover inter-insured suits between the additional insureds and Consultant and include a ldquoseparation of insuredsrdquo or ldquoseverabilityrdquo clause which treats each insured separately

h Required Evidence of Insurance i Copy of the additional insured endorsement or policy language granting additional

insured status and ii Certificate of Insurance

3 Automobile Liability Insurance a Minimum Limit $1000000 combined single limit per accident The required limits may

be provided by a combination of Automobile Liability Insurance and Commercial Excess or Commercial Umbrella Liability Insurance

b Insurance shall cover all owned autos If Consultant currently owns no autos Consultant agrees to obtain such insurance should any autos be acquired during the term of this Agreement or any extensions of the term

c Insurance shall cover hired and non-owned autos d Required Evidence of Insurance Certificate of Insurance

4 Professional LiabilityErrors and Omissions Insurance a Minimum Limits $1000000 per claim or per occurrence $1000000 annual aggregate b Any deductible or self-insured retention shall be shown on the Certificate of Insurance If

the deductible or self-insured retention exceeds $25000 it must be approved in advance by County

c If the insurance is on a Claims-Made basis the retroactive date shall be no later than the commencement of the work

d Coverage applicable to the work performed under this Agreement shall be continued for two (2) years after completion of the work Such continuation coverage may be provided by one of the following (1) renewal of the existing policy (2) an extended reporting period endorsement or (3) replacement insurance with a retroactive date no later than the commencement of the work under this Agreement

e Required Evidence of Insurance Certificate of Insurance

5 Standards for Insurance Companies Insurers other than the California State Compensation Insurance Fund shall have an AM Bests rating of at least AVII

6 Documentation a The Certificate of Insurance must include the following reference Franz Valley School

Road over Franz Creek Bridge Replacement (C14007)

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 2 of 3 STPLZ-5920(149)

b All required Evidence of Insurance shall be submitted prior to the execution of this Agreement Consultant agrees to maintain current Evidence of Insurance on file with County for the entire term of this Agreement and any additional periods if specified in Sections 1 ndash 4 above

c The name and address for Additional Insured endorsements and Certificates of Insurance is The County of Sonoma its Officers Agents and Employees Attn Olesya Tribukait 2300 County Center Drive Suite B100 Santa Rosa CA 95403

d Required Evidence of Insurance shall be submitted for any renewal or replacement of a policy that already exists at least ten (10) days before expiration or other termination of the existing policy

e Consultant shall provide immediate written notice if (1) any of the required insurance policies is terminated (2) the limits of any of the required policies are reduced or (3) the deductible or self-insured retention is increased

f Upon written request certified copies of required insurance policies must be provided within thirty (30) days

7 Policy Obligations Consultants indemnity and other obligations shall not be limited by the foregoing insurance requirements

8 Material Breach If Consultant fails to maintain insurance which is required pursuant to this Agreement it shall be deemed a material breach of this Agreement County at its sole option may terminate this Agreement and obtain damages from Consultant resulting from said breach Alternatively County may purchase the required insurance and without further notice to Consultant County may deduct from sums due to Consultant any premium costs advanced by County for such insurance These remedies shall be in addition to any other remedies available to County

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 3 of 3 STPLZ-5920(149)

ATTACHMENT B DATE (MMDDYYYY)

CERTIFICATE OF LIABILITY INSURANCE 03182017

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER

Suite 370 3780 Mansell Road

Greyling Insurance Brokerage

Alpharetta GA 30022

1-770-552-4225 CONTACT NAME Jerry Noyola PHONE (AC No Ext) 770-552-4225

FAX (AC No) 866-550-4082

ADDRESS E-MAIL jerrynoyolagreylingcom

INSURER(S) AFFORDING COVERAGE NAIC

INSURER A NATIONAL UNION FIRE INS CO OF PITTS 19445

INSURED

Rancho Cordova CA 95670 Suite 100 10680 White Rock Road TRC Companies Inc TRC Engineers Inc

INSURER B XL SPECIALTY INS CO 37885

INSURER C NEW HAMPSHIRE INS CO 23841

INSURER D STEADFAST INS CO 26387

INSURER E

INSURER F

COVERAGES CERTIFICATE NUMBER 49364000 REVISION NUMBER

CERTIFICATE HOLDER

AUTHORIZED REPRESENTATIVE

CANCELLATION

LOCJECT PROshy

POLICY

GENL AGGREGATE LIMIT APPLIES PER

OCCURCLAIMS-MADE

COMMERCIAL GENERAL LIABILITY

PREMISES (Ea occurrence) $ DAMAGE TO RENTED EACH OCCURRENCE $

MED EXP (Any one person) $

PERSONAL amp ADV INJURY $

GENERAL AGGREGATE $

PRODUCTS - COMPOP AGG $

$RETENTIONDED

CLAIMS-MADE

OCCUR

$

AGGREGATE $

EACH OCCURRENCE $UMBRELLA LIAB

EXCESS LIAB

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES (ACORD 101 Additional Remarks Schedule may be attached if more space is required)

INSR LTR TYPE OF INSURANCE POLICY NUMBER

POLICY EFF (MMDDYYYY)

POLICY EXP (MMDDYYYY) LIMITS

PER STATUTE

OTHshyER

EL EACH ACCIDENT

EL DISEASE - EA EMPLOYEE

EL DISEASE - POLICY LIMIT

$

$

$

ANY PROPRIETORPARTNEREXECUTIVE

If yes describe under DESCRIPTION OF OPERATIONS below

(Mandatory in NH) OFFICERMEMBER EXCLUDED

WORKERS COMPENSATION AND EMPLOYERS LIABILITY Y N

AUTOMOBILE LIABILITY

ANY AUTO ALL OWNED SCHEDULED

HIRED AUTOS NON-OWNED

AUTOS AUTOS

AUTOS

COMBINED SINGLE LIMIT

BODILY INJURY (Per person)

BODILY INJURY (Per accident)

PROPERTY DAMAGE $

$

$

$

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSD ADDL

WVD SUBR

N A

$

$

(Ea accident)

(Per accident)

OTHER

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

1000000

Department of Transporation and Public Works County of Sonoma

Including Pollution Liability

Contractual Liability

Professional Liability

X

X

040117

040117

040118 040118

D

1000000

Suite B-100 2300 County Center Drive

500000

X

non-contributory where required by written contract contract The above referenced liability policies with the exception of professional liability are primary amp liability policies with the exception of workers compensation amp professional liability where required by written The County of Sonoma its officers agents amp employees are named as Additional Insureds on the above referenced

10000

Re As contracted with Sonoma County Transportation amp Public Works

040118

040118

040118

N 1000000

2000000

X

X

9000000

Santa Rosa CA 95403

X

X

9000000

1000000

USA

040117

040117

1000000

040118A

B

X

2000000

X

0401175341999

040118X

5000000

5000000

Martha Cheever

X

25000

Aggregate

Per ClaimPEC019684301

US00075712LI17A

040117 040117

4773667 (AOS)

22298274 (AOS)

4773668 (MA)

22298275 (CA)

1000000

X

A

C

A

A

copy 1988-2014 ACORD CORPORATION All rights reserved ACORD 25 (201401) The ACORD name and logo are registered marks of ACORD JNoyola 49364000

Exhibit C

DISADVANTAGED BUSINESS ENTERPRISES (DBE)

THIS PROJECT IS SUBJECT TO TITLE 49 CFR 2613(B)

The consultant sub recipient or subcontractor shall not discriminate on the basis of race color

national origin or sex in the performance of this contract The consultant shall carry out

applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted

agreements Failure by the consultant to carry out these requirements is a material breach of this

agreement which may result in the termination of this agreement or such other remedy as the

recipient deems appropriate which may include but is not limited to (1) Withholding monthly progress payments (2) Assessing sanction (3) Liquidated damages andor (4) Disqualifying

the contractor from future bidding as non-responsible

Consultant must take necessary and reasonable steps to ensure that DBEs have opportunity to

participate in the agreement (49 CFR 26)

To ensure equal participation of DBEs provided in 49 CFR 265 the Department shows a goal

for DBEs Consultant must make work available to DBEs and select work parts consistent with

available DBE subcontractors and suppliers

Consultant must meet the DBE goal shown in Section 1342 of Agreement or demonstrate that

adequate good faith efforts have been made to meet this goal It is the consultantrsquos responsibility

to verify that the DBE firm is certified as DBE at date of proposal opening For a list of DBEs

certified by the California Unified Certification Program go to

httpwwwdotcagovhqbepfind_certifiedhtm

All DBE participation will count toward the Departments federally mandated statewide overall

DBE goal

Credit for materials or supplies you purchase from DBEs counts towards the goal in the

following manner

1 100 percent counts if the materials or supplies are obtained from a DBE manufacturer

2 60 percent counts if the materials or supplies are obtained from a DBE regular dealer

3 Only fees commissions and charges for assistance in the procurement and delivery of

materials or supplies count if obtained from a DBE that is neither a manufacturer or

regular dealer 49 CFR 2655 defines manufacturer and regular dealer

You receive credit towards the goal if you employ a DBE trucking company that performs a

commercially useful function as defined in 49 CFR 2655(d)(1) through (4) and (6)

DBE GOAL The Disadvantaged Business Enterprise (DBE) goal for this project is 11

DBE COMMITMENT SUBMITTAL Submit DBE information on the Caltrans Bidder ndash DBE Commitment form included as within this Agreement The form must be completed and returned with the agreement Submit written confirmation from each DBE stating that it is participating in the contract Include confirmation with the DBE Commitment form A copy of a DBEs quote will serve as written confirmation that the DBE is participating in the contract

It is the consultantrsquos responsibility to verify that the firm is certified as of the date of submittal Listings of DBEs certified by the CUCP are available at httpwwwdotcagovhqbeq Click the ldquoFind a Certified Firmrdquo link

GOOD FAITH EFFORTS SUBMITTAL If you have not met the DBE goal complete and submit the Good Faith Efforts Documentation form with the proposal showing that you made adequate good faith efforts to meet the goal Only good faith efforts directed towards obtaining participation by DBEs will be considered If your DBE Commitment form shows that you have met the DBE goal or if you are required to submit the DBE Commitment form you must also submit good faith efforts documentation Good faith efforts documentation must include the following information and supporting documents as necessary

1 Items of work the consultant has made available to DBE firms Identify those items of

work you might otherwise perform with its own forces and those items that have been

broken down into economically feasible units to facilitate DBE participation For each

item listed show the dollar value and percentage of the total contract It is your

responsibility to demonstrate that sufficient work to meet the goal was made available to

DBE firms

2 Names of certified DBEs and dates on which they were solicited to bid on the project

Include the items of work offered Describe the methods used for following up initial

solicitations to determine with certainty if the DBEs were interested and the dates of the

follow-up Attach supporting documents such as copies of letters memos facsimiles

sent telephone logs telephone billing statements and other evidence of solicitation You

are reminded to solicit certified DBEs through all reasonable and available means and

provide sufficient time to allow DBEs to respond

3 Name of selected firm and its status as a DBE for each item of work made available

Include name address and telephone number of each DBE that provided a quote and

their price quote If the firm selected for the item is not a DBE provide the reasons for

the selection

4 Name and date of each publication in which you requested DBE participation for the

project Attach copies of the published advertisements

5 Names of agencies and dates on which they were contacted to provide assistance in

contacting recruiting and using DBE firms If the agencies were contacted in writing

provide copies of supporting documents

6 List of efforts made to provide interested DBEs with adequate information about the

plans specifications and requirements of the contract to assist them in responding to a

solicitation If you have provided information identify the name of the DBE assisted the

nature of the information provided and date of contact Provide copies of supporting

documents as appropriate

7 List of efforts made to assist interested DBEs in obtaining bonding lines of credit

insurance necessary equipment supplies and materials excluding supplies and

equipment that the DBE subcontractor purchases or leases from the prime consultant or

its affiliate If such assistance is provided by you identify the name of the DBE assisted

nature of the assistance offered and date assistance was provided Provide copies of

supporting documents as appropriate

8 Any additional data to support demonstration of good faith efforts

SUBCONTRACTOR AND DBE RECORDS

The Consultant shall maintain records showing the name and business address of each first-tier

subcontractor The records shall also show the name and business address of every DBE

subcontractor DBE vendor of materials and DBE trucking company regardless of tier The

records shall show the date of payment and the total dollar figure paid to all of these 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

Upon completion of the Agreement a summary of these records shall be prepared on Final

Report-Utilization of Disadvantaged Business Enterprise (DBE) First Tier Subcontractors

Form CEM-2402(F) and certified correct by the Consultant or the Consultants authorized

representative and shall be furnished to the County Engineer The form shall be furnished to the

Engineer within 90 days from the date of contract acceptance

Prior to the fifteenth of each month the Consultant shall submit documentation to the Engineer

showing the amount paid to DBE trucking companies The Consultant shall also obtain and

submit documentation to the Engineer showing the amount paid by DBE trucking companies to

all firms including owner-operators for the leasing of trucks If the DBE who leases trucks

from a non-DBE the Consultant may count only for the fee or commission the DBE receives as

a result of the lease arrangement

The Consultant shall also obtain and submit documentation to the Engineer showing the truck

number owners name California Highway Patrol CA number and if applicable the DBE

certification number of the owner of the truck for all trucks used during that month This

documentation shall be submitted on Monthly DBE Trucking Verification Form CEM- 2404

(F)

DBE CERTIFICATION STATUS

If a DBE subcontractor is decertified during the life of the project the decertified subcontractor

shall notify the Consultant in writing with the date of decertification If a subcontractor becomes

a certified DBE during the life of the project the subcontractor shall notify the Consultant in

writing with the date of certification The Consultant shall furnish the written documentation to

the Engineer

Upon completion of the contract Disadvantaged Business Enterprise (DBE) Certification Status

Change Form CEM-2403 (F) indicating the DBEs existing certification status shall be signed

and certified correct by the Consultant The certified form shall be furnished to the Engineer

within 90 days from the date of contract acceptance

PERFORMANCE OF DBE SUBCONTRACTORS AND SUPPLIERS

The DBEs listed by the Consultant in response to the provisions in Section 2-102B Submission

of DBE Information and Section 3 Award and Execution of Contract of these special

provisions which are determined by the Department to be certified DBEs shall perform the

work and supply the materials for which they are listed unless the Consultant has received prior

written authorization to perform the work with other forces or to obtain the materials from other

sources

Authorization to use other forces or sources of materials may be requested for the following

reasons

A The listed DBE after having had a reasonable opportunity to do so fails or

refuses to execute a written contract when such written contract based upon the

general terms conditions plans and specifications for the project or on the terms of

such subcontractors or suppliers written bid is presented by the Consultant

B The listed DBE becomes bankrupt or insolvent

C The Listed DBE fails or refuses to perform the subcontract or furnish the listed

materials

D The Consultant stipulated that a bond was a condition of executing a subcontract

and the listed DBE subcontractor fails or refuses to meet the bond requirements of

the Consultant

E The work performed by the listed subcontractor is substantially unsatisfactory and

is not in substantial conformance with the plans and specifications or the

subcontractor is substantially delaying or disrupting the progress of the work

F It would be in the best interest of the County

The Consultant shall not be entitled to any payment for such work or material unless it is

performed or supplied by the listed DBE or by other forces (including those of the

Consultant) pursuant to prior written authorization of the Engineer

Local Assistance Procedures Manual ATTACHMENT P Exhibit 10-01 middot Consultant Proposal DBE Commitment

EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT

1 Local Agency County Of Sonoma 2 Contract DBE Goal 11 ~~~~~~~~~~~~~

3 Project Description Consulting Engineering Services for Replacement of the Franz Creek Bridge

4 Project Location Franz Valley School Road Sonoma County CA

5 Consultants Name TRC Engineers Inc 6 Prime Certified DBE O

7 Description of Work Service or Materials Supplied

Geotechnical - Driller

Traffic Control

HydrologyHydraulicsScour

8 DBE Certification

Number

37877

42433

30066

Local Agency to Complete this Section

17 Local Agency Contracl Number C14007

18 Federal-Aid Project Number BRL0-5920(149)

19 Proposed Contract Execution Date

Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate

~~ 2oy-a1 Agency Representatives Signature

Angela Silvestri 22 Local Agency Representatives Name

Department Analyst DBELO 24 Local Agency Representatives Title

1 ZtJ 12 21 Date

707-565-2758 23 Phone

9 DBE Contact Information

Woodward Drilling

Traffic Control Pros

WRECO

11 TOTAL CLAIMED DBE PARTICIPATION

10 DBE

393

170

717

128

IMPORTANT Identify all DBE firms being claimed for credit regardless of tier Written confirmation of each listed DBE is required

~

~ cfZV(A_---fl0617 12 Preparers SiJ(r-i~ture 13 Date

Mark lmbriani 916-366-0632 14 Preparers Name 15 Phone

Vice President 16 Preparers Title

DISTRIBUTION Original - Included with consultants proposal to local agency

ADA Notice For individuals with sensory disabilities this document is available in alternate formats For information call (916) 654-641 O or TDD (916) 654shy3880 or write Records and Forms Management 1120 N Street MS-89 Sacramento CA 95814

Page 1 of2 July 23 2015

Local Assistance Procedures Manual Exhibit 10-O1 Consultant Proposal DBE Commitment

INSTRUCTIONS ndash CONSULTANT PROPOSAL 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 Consultantrsquos Name - Enter the consultantrsquos firm name 6 Prime Certified DBE - Check box if prime contractor is a certified DBE 7 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 consultantrsquos 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 8 DBE Certification Number - Enter the DBErsquos Certification Identification Number All DBEs must be certified on the date bids are opened 9 DBE Contact Information - Enter the name address and phone number of all DBE subcontracted consultants Also enter the prime consultantrsquos name and phone number if the prime is a DBE 10 DBE - Percent participation of work to be performed or service provided by a DBE Include the prime consultant if the prime is a DBE See LAPM Chapter 9 for how to count fullpartial participation 11 Total Claimed DBE Participation - Enter the total DBE participation claimed If the total claimed is less than item ldquoContract DBE Goalrdquo an adequately documented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM) 12 Preparerrsquos Signature - The person completing the DBE commitment form on behalf of the consultantrsquos firm must sign their name 13 Date - Enter the date the DBE commitment form is signed by the consultantrsquos preparer 14 Preparerrsquos Name - Enter the name of the person preparing and signing the consultantrsquos DBE commitment form 15 Phone - Enter the area code and phone number of the person signing the consultantrsquos DBE commitment form 16 Preparerrsquos Title - Enter the positiontitle of the person signing the consultantrsquos DBE commitment form

LOCAL AGENCY SECTION

17 Local Agency Contract Number - Enter the Local Agency contract number or identifier 18 Federal-Aid Project Number - Enter the Federal-Aid Project Number 19 Proposed Contract Execution Date - Enter the proposed contract execution date 20 Local Agency Representativersquos 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 21 Date - Enter the date the DBE commitment form is signed by the Local Agency Representative 22 Local Agency Representativersquos Name - Enter the name of the Local Agency Representative certifying the consultantrsquos DBE commitment form 23 Phone - Enter the area code and phone number of the person signing the consultantrsquos DBE commitment form 24 Local Agency Representative Title - Enter the positiontitle of the Local Agency Representative certifying the consultantrsquos DBE commitment form

Page 2 of 2 July 23 2015

--------

Local Assistance Procedures Manual Exhibit 10-02 Consultant Contract DBE Commitment

E XHIBIT 10-02 CONSULTANT CONTRACT DBE COMMITMENT

1 Local Agency County of Sonoma 2 Contract DBE Goal 11 -------------------~ ------------~

3 Project Description Consulting Engineering Services for Replacement of the Franz Creek Bridge

4 Project Location Franz Valley School Road Sonoma County CA

5 Consultants Name TRC Engineers Inc 6 Prime Certified DBE D 7 Total Contract Award Amount

8 Total Dollar Amount for ALL Subconsultants $258 148 9 Total Number of ALL Subconsultants 9

10 Description of Work Service or Materials Supplied

11 DBE Certification

Number

Geotechnical- Driller 37877

HydrologyHydraulicsScourGeotechnical 30066

Local Agency to Complete this Section

20 Local Agency Contract ~h1mhormiddot

21 Federal-Aid Project Number

22 Contract Execution n

Local Agency certifies that all DBE certifications are valid and infonnation on this fonn is complete and accurate

23 Local Agency Representatives Signature 24 Date

25 Local Agency Representatives Name 26 Phone

27 Local Agency Representatives Title

13 DBE 12 DBE Contact lnfonnation Dollar

Amount

Woodward Drilling 550 River Road FOO Vista CA 94571 $26274707-374-4300

NRECO 1243 Alpine Roa d 108 Walnut Creek CA 94 596 $54886925-941 -0017

$81 160 14 TOTAL CLAIMED DBE PARTICIPATION

116

IMPORTANT Identify all DBE inns being claimed for credit regardless of tier Written confirmation of each listed DBE is required

PMd~A-- 102616 15 Preparers S~ature 16 Date

Mark A lmbriani 916-366-0632 17 Preparers Name 18 Phone

Vice President 19 Preparers Title

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

ADA Notice For individuals with sensory disabilities this document is available in alternate fonmats For infonmation call (916) 654-6410 or TDD (916) 654shy3880 or write Records and Fonms Management 1120 N Street MS-89 Sacramento CA 95814

Page 1 of2 July 23 2015

Local Assistance Procedures Manual Exhibit 10-02 Consultant Contract DBE Commitment

INSTRUCTIONS - CONSUL TANT CONTRACT DBE COMMITMENT

CONSUL TANT 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 Consultants Name - Enter the consultants 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 consultants 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 ofDBE firms 11 DBE Certification Number - Enter the DBEs 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 consultants name and phone number ifthe 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 fullpartial 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) Ifthe 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 Preparers Signature - The person completing the DBE commitment form on behalf of the consultants firm must sign their name 16 Date - Enter the date the DBE commitment form is signed by the consultants preparer 17 Preparers Name - Enter the name of the person preparing and signing the consultants DBE commitment form 18 Phone - Enter the area code and phone number of the person signing the consultants DBE commitment form 19 Preparers Title - Enter the positiontitle of the person signing the consultants 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 Representatives 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 Representatives Name - Enter the name of the Local Agency Representative certifying the consultants DBE commitment form 26 Phone - Enter the area code and phone number of the person signing the consultants DBE commitment form 27 Local Agency Representative Title - Enter the positiontitle of the Local Agency Representative certifying the consultants DBE commitment form

Page 2 of2 July 23 2015

  • 10 24 17 TPW Roads TRCAgreeFranzCreekBridgeC14007_Att1 Agreepdf
    • Standard Professional Services Agreement (ldquoPSArdquo)
    • Federal Funds
      • l Scope of Services
        • 11 Consultants Specified Services
        • 12 Cooperation With County
        • 13 Performance Standard
        • 14 Assigned Personnel
        • 15 Consultantrsquos Reports or Meetings
          • 2 Allowable Costs and Payments
            • 21 Method of payment
            • 22 Fixed Fee
            • 23 Transportation amp Subsistence
            • 24 Milestone Costs
            • 25 Progress Payments
            • 26 Payment
            • 27 Invoices
            • 28 Contract Value
            • 29 Salary Increases
            • 210 Invoicing
            • 211 Taxes
              • 3 Term of Agreement
                • 31 Term
                • 32 Contract Execution
                  • 4 Termination
                    • 41 Notice Period
                    • 42 Grounds for Termination
                    • 43 Liability
                    • 44 Authority to Terminate
                      • 5 Indemnification
                      • 6 Insurance
                      • 7 Prosecution of Work
                      • 8 Extra or Changed Work
                      • 9 Representations of Consultant
                        • 91 Standard of Care
                        • 92 Status of Consultant
                        • 93 No Suspension or Debarment
                        • 94 Taxes
                        • 95 Records Maintenance
                        • 96 Conflict of Interest
                        • 97 Statutory Compliance
                        • 98 Living Wage Ordinance
                        • 99 Nondiscrimination
                        • 910 Statement of Compliance
                        • 911 AIDS Discrimination
                        • 912 Assignment of Rights
                        • 913 Ownership and Disclosure of Work Product
                        • 914 Authority
                          • 10 Demand for Assurance
                          • 11 Assignment and Delegation
                          • 12 Method and Place of Giving Notice Submitting Bills and Making Payments
                          • 13 Federal Requirements
                            • 131 Contract Assurance
                            • 132 Prompt Progress Payments to Subcontractors
                            • 134 Disadvantaged Business Enterprise (DBE) Participation
                            • 135 Prevailing Wage
                            • 136 Text Messaging While Driving
                            • 137 Buy America
                            • 138 Prohibition of Expending Local Agency State or Federal funds for Lobbying
                            • 139 Cost Principals and Administrative Requirements
                            • 1310 Retention of RecordsAudit
                            • 1311 Audit Review Procedures
                            • 1312 Subcontracting
                            • 1313 Equipment Purchase
                              • 14 Miscellaneous Provisions
                                • 141 No Waiver of Breach
                                • 142 Construction
                                • 143 Consent
                                • 144 No Third Party Beneficiaries
                                • 145 Applicable Law and Forum
                                • 146 Captions
                                • 147 Merger
                                • 148 Survival of Terms
                                • 149 Time of Essence
                                • 1410 Rebates Kickback or Other Unlawful Consideration
                                • 1411 Funding Requirements
                                • 1412 Evaluation of Consultant
                                • 1413 Claims Filed by Countyrsquos Construction Contractor
                                • 1414 National Labor Relations Board Certification
                                • 1415 Retention of Funds
                                • 1416 Contingent Fee
                                • 1417 Inspection of Work
                                • 1418 Safety
                                    • 03 Exhibit A - Scope of Workpdf
                                      • Attachment H - Anchor QEA Cost Proposalpdf
                                        • 2017_08_22_Franz Creek Fee_Revised
                                        • 2017_08_22_Franz Scope Final
                                          • SCOPE OF WORK
                                            • Task 1 Project Management
                                            • Task 2 - Preliminary Engineering
                                            • Task 3 ndash SurveyingMappingROW Engineering
                                            • Task 4 - Geotechnical Engineering
                                            • Task 5 Hydrology and Hydraulics
                                            • Task 6 Environmental
                                            • Task 7 ndash Public Outreach
                                            • Task 8 ndash 65 PSampE
                                            • Task 9 - 95 PSampE
                                            • Task 10 - Final (100) PSampE
                                            • Task 11 - Pre-Construction Engineering Services
                                            • SUPPLEMENTAL SERVICES
                                            • 2C5 ndash Utility Potholing
                                            • 49 ndash Geotechnical Retaining Wall Investigation and Analysis
                                            • 69 ndash Noise ndash Bioacoustic Analysis
                                            • Task 7A -Public Outreach led by the Consultant
                                            • Task 810 ndash Retaining Wall Design
                                            • Task 12 - Construction Support Services
                                                • Att B -Exhibit 1-Interview
                                                    • 04 Exhibit B - Sonoma County Insurance Requirementspdf
                                                      • Exhibit B
                                                        • Sonoma County Insurance Requirements
                                                        • Contractor Required Insurance
                                                          • A Workers Compensation Insurance amp Employers Liability Insurance
                                                          • B General Liability Insurance
                                                          • C Automobile Liability Insurance
                                                          • D Contractors Pollution Liability Insurance
                                                          • E Professional LiabilityErrors and Omissions Insurance
                                                          • F Increase of Minimum Limits
                                                          • G Standards for Insurance Companies
                                                          • H Documentation
                                                          • I Policy Obligations
                                                          • J Subcontractors ndash Required Insurance
                                                            • a Minimum Limit $1000000 per claim or per occurrence
                                                              • ADPA99Ftmp
                                                                • 1 Workers Compensation and Employers Liability Insurance
                                                                • 2 General Liability Insurance
                                                                • 3 Automobile Liability Insurance
                                                                • 4 Professional LiabilityErrors and Omissions Insurance
                                                                • 5 Standards for Insurance Companies
                                                                • 6 Documentation
                                                                • 7 Policy Obligations
                                                                • 8 Material Breach
                                                                      1. Page 2 of 2_3
Page 8: County of Sonoma Agenda Item Summary Report - Granicus

provide County with either a full or partial waiver from the State of California

3 Term of Agreement

31 Term

This contract shall go into effect on Effective Date contingent upon approval by County and Consultant shall commence work after notification to proceed by Countyrsquos Contract Administrator The contract shall end on 12312022 unless extended by contract amendment

32 Contract Execution

Consultant is advised that any recommendation for contract award is not binding on County until the contract is fully executed and approved by County

4 Termination

41 Notice Period

County reserves the right to terminate this contract upon thirty (30) calendar days written notice to Consultant with the reasons for termination stated in the notice

42 Grounds for Termination

County may terminate this contract with Consultant should Consultant fail to perform the covenants herein contained at the time and in the manner herein provided In the event of such termination County may proceed with the work in any manner deemed proper by County If County terminates this contract with Consultant County shall pay Consultant the sum due to Consultant under this contract prior to termination unless the cost of completion to County exceeds the funds remaining in the contract In which case the overage shall be deducted from any sum due Consultant under this contract and the balance if any shall be paid to Consultant upon demand

43 Liability

The maximum amount for which the Government shall be liable if this contract is terminated is $63017782 dollars

44 Authority to Terminate

The Board of Supervisors has the authority to terminate this A greement on behalf of the County In addition the Purchasing Agent or Department Head in consultation with County Counsel shall have the authority to terminate this Agreement on behalf of the County

5 Indemnification

Consultant agrees to accept responsibility for loss or damage to any person or entity including County and to defend indemnify hold harmless and release County its officers agents and employees from and against any actions claims damages liabilities disabilities or expenses that may be asserted by any person or entity including Consultant that arise out of pertain to or relate to the negligence recklessness or willful misconduct of Consultant or its agents employees contractors subcontractors or invitees C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 5 October 2017

hereunder whether or not there is concurrent negligence on Countys part but to the extent required by law excluding liability due to Countys conduct This indemnification obligation is not limited in any way by any limitation on the amount or type of damages or compensation payable to or for Consultant or its agents employees contractors subcontractors or invitees under workers compensation acts disability benefits acts or other employee benefit acts This indemnity provision survives the Agreement

6 Insurance

With respect to performance of work under this Agreement Consultant shall maintain and shall require all of its subcontractors consultants and other agents to maintain insurance as described in Exhibit B which is attached hereto and incorporated herein by this reference

7 Prosecution of Work

The execution of this Agreement shall constitute Consultantrsquos authority to proceed immediately with the performance of this Agreement Performance of the services hereunder shall be completed within the time required herein provided however that if the performance is delayed by earthquake flood high water or other Act of God or by strike lockout or similar labor disturbances the time for Consultantrsquos performance of this Agreement shall be extended by a number of days equal to the number of days Consultant has been delayed

8 Extra or Changed Work

Extra or changed work or other changes to the Agreement may be authorized only by written amendment to this Agreement signed by both parties Minor changes which do not increase the amount paid under the Agreement and which do not significantly change the scope of work or significantly lengthen time schedules may be executed by the Department Head in a form approved by County Counsel The Board of SupervisorsPurchasing Agent must authorize all other extra or changed work The parties expressly recognize that pursuant to Sonoma County Code Section 1-11 County personnel are without authorization to order extra or changed work or waive Agreement requirements Failure of Consultant to secure such written authorization for extra or changed work shall constitute a waiver of any and all right to adjustment in the Agreement price or Agreement time due to such unauthorized work and thereafter Consultant shall be entitled to no compensation whatsoever for the performance of such work Consultant further expressly waives any and all right or remedy by way of restitution and quantum meruit for any and all extra work performed without such express and prior written authorization of the County

9 Representations of Consultant

91 Standard of Care

County has relied upon the professional ability and training of Consultant as a material inducement to enter into this Agreement Consultant hereby agrees that all its work will be performed and that its operations shall be conducted in accordance with generally accepted and applicable professional practices and standards as well as the requirements of applicable federal state and local laws it being understood that acceptance of Consultants work by County shall not operate as a waiver or release

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 6 October 2017

92 Status of Consultant

The parties intend that Consultant in performing the services specified herein shall act as an independent contractor and shall control the work and the manner in which it is performed Consultant is not to be considered an agent or employee of County and is not entitled to participate in any pension plan workerrsquos compensation plan insurance bonus or similar benefits County provides its employees In the event County exercises its right to terminate this Agreement pursuant to Article 4 above Consultant expressly agrees that it shall have no recourse or right of appeal under rules regulations ordinances or laws applicable to employees

93 No Suspension or Debarment

Consultantrsquos signature affixed herein shall constitute a certification under penalty of perjury under the laws of the State of California that Consultant has complied with Title 2 CFR Part 180 ldquoOMB Guidelines to Agencies on Government wide Debarment and Suspension (nonprocurement)rdquo which certifies that heshe or any person associated therewith in the capacity of owner partner director officer or manager is not currently under suspension debarment voluntary exclusion or determination of ineligibility by any federal agency has not been suspended debarred voluntarily excluded or determined ineligible by any federal agency within the past three (3) years does not have a proposed debarment pending and has not been indicted convicted or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years Any exceptions to this certification must be disclosed to County

Exceptions will not necessarily result in denial of recommendation for award but will be considered in determining Consultant responsibility Disclosures must indicate to whom exceptions apply initiating agency and dates of action

Exceptions to the Federal Government Excluded Parties List System maintained by the General Services Administration are to be determined by the Federal highway Administration

94 Taxes

Consultant agrees to file federal and state tax returns and pay all applicable taxes on amounts paid pursuant to this Agreement and shall be solely liable and responsible to pay such taxes and other obligations including but not limited to state and federal income and FICA taxes Consultant agrees to indemnify and hold County harmless from any liability which it may incur to the United States or to the State of California as a consequence of Consultants failure to pay when due all such taxes and obligations In case County is audited for compliance regarding any withholding or other applicable taxes Consultant agrees to furnish County with proof of payment of taxes on these earnings

95 Records Maintenance

Consultant shall keep and maintain full and complete documentation and accounting records concerning all services performed that are compensable under this Agreement and shall make such documents and records available to County for inspection at any reasonable time Consultant shall maintain such records for a period of four (4) years following completion of work hereunder

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 7 October 2017

96 Conflict of Interest

961 Consultant shall disclose any financial business or other relationship with County that may have an impact upon the outcome of this contract or any ensuing County construction project 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

962 Consultant hereby certifies that it does not now have nor shall it acquire any financial or business interest that would conflict with the performance of services under this contract

963 Consultant hereby certifies that neither Consultant nor any firm affiliated with Consultant will bid on any construction contract or on any contract to provide construction inspection for any construction project resulting from this contract An affiliated firm is one which is subject to the control of the same persons through joint-ownership or otherwise

964 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 contract 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

97 Statutory Compliance

Contractor agrees to comply with all applicable federal state and local laws regulations statutes and policies applicable to the services provided under this Agreement as they exist now and as they are changed amended or modified during the term of this Agreement Without limiting the generality of the foregoing Consultant expressly agrees on behalf of itself and on behalf of all its agents employees subconsultants and subcontractors to comply with the federal contract requirements set forth in Section 13 herein

98 Living Wage Ordinance

Consultant agrees to comply with all applicable federal state and local laws regulations statutes and policies including but not limited to the County of Sonoma Living Wage Ordinance applicable to the services provided under this Agreement as they exist now and as they are changed amended or modified during the term of this Agreement Without limiting the generality of the foregoing Consultant expressly acknowledges and agrees that this Agreement is subject to the provisions of Article XXVI of Chapter 2 of the Sonoma County Code requiring payment of a living wage to covered employees Noncompliance during the term of the Agreement will be considered a material breach and may result in termination of the Agreement or pursuit of other legal or administrative remedies

99 Nondiscrimination

Without limiting any other provision hereunder Consultant shall comply with all applicable federal state and local laws rules and regulations in regard to nondiscrimination in

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 8 October 2017

employment because of race color ancestry national origin religion sex marital status age medical condition pregnancy disability sexual orientation or other prohibited basis including without limitation the Countyrsquos Non-Discrimination Policy All nondiscrimination rules or regulations required by law to be included in this Agreement are incorporated herein by this reference

910 Statement of Compliance

9101 Consultantrsquos signature affixed herein and dated shall constitute a certification under penalty of perjury under the laws of the State of California that Consultant has unless exempt complied with the nondiscrimination program requirements of Government Code Section 12990 and Title 2 California Administrative Code Section 8103

9102 During the performance of this Contract Consultant and its subconsultants shall not unlawfully discriminate harass or allow harassment against any employee or applicant for employment because of sex race color ancestry religious creed national origin physical disability (including HIV and AIDS) mental disability medical condition (eg cancer) age (over 40) marital status and denial of family care leave Consultant and subconsultants shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment Consultant and subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov Code sect12990 (a-f) et seq) and the applicable regulations promulgated there under (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 this Contract by reference and made a part hereof as if set forth in full Consultant and its subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement

9103 The Consultant shall comply with regulations relative to Title VI (nondiscrimination in federally-assisted programs of the Department of Transportation ndash 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

9104 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 215 of the US DOTrsquos Regulations including employment practices when the Agreement covers a program whose goal is employment

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 9 October 2017

911 AIDS Discrimination

Consultant agrees to comply with the provisions of Chapter 19 Article II of the Sonoma County Code prohibiting discrimination in housing employment and services because of AIDS or HIV infection during the term of this Agreement and any extensions of the term

912 Assignment of Rights

Consultant assigns to County all rights throughout the world in perpetuity in the nature of copyright trademark patent right to ideas in and to all versions of the plans and specifications if any now or later prepared by Consultant in connection with this Agreement Consultant agrees to take such actions as are necessary to protect the rights assigned to County in this Agreement and to refrain from taking any action which would impair those rights Consultants responsibilities under this provision include but are not limited to placing proper notice of copyright on all versions of the plans and specifications as County may direct and refraining from disclosing any versions of the plans and specifications to any third party without first obtaining written permission of County

Consultant shall not use or permit another to use the plans and specifications in connection with this or any other project without first obtaining written permission of County

913 Ownership and Disclosure of Work Product

All reports original drawings graphics plans studies and other data or documents (ldquodocumentsrdquo) in whatever form or format assembled or prepared by Consultant or Consultantrsquos subcontractors consultants and other agents in connection with this Agreement shall be the property of County County shall be entitled to immediate possession of such documents upon completion of the work pursuant to this Agreement Upon expiration or termination of this Agreement Consultant shall promptly deliver to County all such documents which have not already been provided to County in such form or format as County deems appropriate Such documents shall be and will remain the property of County without restriction or limitation Consultant may retain copies of the above- described documents but agrees not to disclose or discuss any information gathered discovered or generated in any way through this Agreement without the express written permission of County

914 Authority

The undersigned hereby represents and warrants that he or she has authority to execute and deliver this Agreement on behalf of Consultant

10 Demand for Assurance

Each party to this Agreement undertakes the obligation that the others expectation of receiving due performance will not be impaired When reasonable grounds for insecurity arise with respect to the performance of either party the other may in writing demand adequate assurance of due performance and until such assurance is received may if commercially reasonable suspend any performance for which the agreed return has not been received Commercially reasonable includes not only the conduct of a party with respect to performance under this Agreement but also conduct with respect to other agreements with parties to this Agreement or others After receipt of a justified demand failure to provide

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 10 October 2017

within a reasonable time but not exceeding thirty (30) days such assurance of due performance as is adequate under the circumstances of the particular case is a repudiation of this Agreement Acceptance of any improper delivery service or payment does not prejudice the aggrieved partys right to demand adequate assurance of future performance Nothing in this Article limits Countyrsquos right to terminate this Agreement pursuant to Article 4

11 Assignment and Delegation

Neither party hereto shall assign delegate sublet or transfer any interest in or duty under this Agreement without the prior written consent of the other and no such transfer shall be of any force or effect whatsoever unless and until the other party shall have so consented

12 Method and Place of Giving Notice Submitting Bills and Making Payments

All notices bills and payments shall be made in writing and shall be given by personal delivery or by US Mail or courier service Notices bills and payments shall be addressed as follows

To County

Sonoma County Department of Transportation and Public Works Attn Olesya Tribukait 2300 County Center Drive Suite B-100 Santa Rosa CA 95403 (707) 565-2231 olesyatribukaitsonoma-Countyorg

To Consultant

TRC Engineers Inc Attn Mark Imbriani 10680 White Rock Road Suite 100 Rancho Cordova CA 95670 (916) 366-0632 mimbrianitrcsolutionscom

When a notice bill or payment is given by a generally recognized overnight courier service the notice bill or payment shall be deemed received on the next business day When a copy of a notice bill or payment is sent by facsimile or email the notice bill or payment shall be deemed received upon transmission as long as (1) the original copy of the notice bill or payment is promptly deposited in the US mail and postmarked on the date of the facsimile or email (for a payment on or before the due date) (2) the sender has a written confirmation of the facsimile transmission or email and (3) the facsimile or email is transmitted before 5 pm (recipientrsquos time) In all other instances notices bills and payments shall be effective upon receipt by the recipient Changes may be made in the names and addresses of the person to whom notices are to be given by giving notice pursuant to this paragraph

13 Federal Requirements

131 Contract Assurance

The consultant sub recipient or subcontractor shall not discriminate on the basis of race color

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 11 October 2017

national origin or sex in the performance of this contract The consultant shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted agreements Failure by the consultant to carry out these requirements is a material breach of this agreement which may result in the termination of this agreement or such other remedy as the recipient deems appropriate which may include but is not limited to (1) Withholding monthly progress payments (2) Assessing sanction (3) Liquidated damages andor (4) Disqualifying the contractor from future bidding as non-responsible

132 Prompt Progress Payments to Subcontractors

Attention is directed to Section 71085 of the California Business and Professions Code which requires a prime contractor or subcontractor to pay any subcontractor not later than ten (10) days of receipt of each progress payment unless otherwise agreed to in writing In addition federal regulations (Title 49 Code of Federal Regulations Part 2629) require a prime contractor or subcontractor to pay a subcontractor no later than thirty (30) days of receipt of each payment unless any delay or postponement of payment among the parties takes place only for good cause and with the prior written approval of County Section 71085 of the California Business and Professions Code also contains enforcement actions and penalties The requirements apply to both Disadvantaged Business Entities (ldquoDBErdquo) and non-DBE subcontractors Consultant shall include the foregoing progress payment requirements in every subcontract entered into by Consultant in the performance of its obligations under this Agreement

133 Prompt Payment of Withheld Funds to Subcontractors

No retainage will be held by the County from progress payments due the prime consultant Any retainage held by the prime consultant or subconsultants from progress payments due subconsultants shall be promptly paid in full to subconsultants within 30 days after the subconsultantrsquos work is satisfactorily completed Federal law (49 CFR2629) requires that any delay or postponement of payment over the 30 days may take place only for good cause and with the Agencyrsquos prior written approval Any violation of this provision shall subject the violating prime consultant or subconsultant to the penalties sanctions and other remedies specified in Section 71085 of the Business and Professions Code These requirements shall not be construed to limit or impair any contractual administrative or judicial remedies otherwise available to the prime consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the prime consultant deficient subconsultant performance or noncompliance by a subconsultant This provision applies to both DBE and non-DBE prime consultant and subconsultants

134 Disadvantaged Business Enterprise (DBE) Participation

1341 This contract is subject to 49 CFR Part 26 entitled ldquoParticipation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programsrdquo Consultants who obtain DBE participation on this contract will assist Caltrans in meeting its federally mandated statewide overall DBE goal

1342 The goal for DBE participation for this contract is 11 Participation by DBE consultant or subconsultants shall be in accordance with information contained in the Consultant Proposal DBE Commitment (Exhibit 10-O1) or in the Consultant Contract DBE Information (Exhibit 10-O2) attached hereto and incorporated as part

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 12 October 2017

of the Contract If a DBE subconsultant is unable to perform Consultant must make a good faith effort to replace himher with another DBE subconsultant if the goal is not otherwise met

1343 DBEs and other small businesses as defined in 49 CFR Part 26 are encouraged to participate in the performance of contracts financed in whole or in part with federal funds Consultant or subconsultant shall not discriminate on the basis of race color national origin or sex in the performance of this contract Consultant shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of US DOT-assisted agreements Failure by Consultant to carry out these requirements is a material breach of this contract which may result in the termination of this contract or such other remedy as County deems appropriate

1344 Any subcontract entered into as a result of this contract shall contain all of the provisions of this section

1345 A DBE firm may be terminated only with prior written approval from County and only for the reasons specified in 49 CFR 2653(f) Prior to requesting County consent for the termination Consultant must meet the procedural requirements specified in 49 CFR 2653(f)

1346 A DBE performs a Commercially Useful Function (CUF) when it is responsible for execution of the work of the contract 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 ordering 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 contract is commensurate with the work it is actually performing and other relevant factors

1347 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

1348 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

1349 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

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 13 October 2017

the date of work performed by their own forces along with the corresponding dollar value of the work

13410 Upon completion of the Contract a summary of these records shall be prepared and submitted on the form entitled ldquoFinal Report-Utilization of Disadvantaged Business Enterprise (DBE) First-Tier Subconsultantsrdquo CEM-2402F [Exhibit 17-F of the LAPM] certified correct by Consultant or Consultantrsquos 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 form is submitted The amount will be returned to Consultant when a satisfactory ldquoFinal Report-Utilization of Disadvantaged Business Enterprises (DBE) First-Tier Subconsultantsrdquo is submitted to the Contract Administrator

13411 If a DBE subconsultant is decertified during the life of the contract the decertified subconsultant shall notify Consultant in writing with the date of decertification If a subconsultant becomes a certified DBE during the life of the Contract the subconsultant shall notify Consultant in writing with the date of certification Any changes should be reported to Countyrsquos Contract Administrator within 30 days

135 Prevailing Wage

1351 Consultant shall comply with the State of Californiarsquos General Prevailing Wage Rate requirements in accordance with California Labor Code Section 1770 and all Federal State and local laws and ordinances applicable to the work

1352 Any subcontract entered into as a result of this contract if for more than $25000 for public works construction or more than $15000 for the alteration demolition repair or maintenance of public works shall contain all of the provisions of this Article

1353 When prevailing wages apply to the services described in the scope of work transportation and subsistence costs shall be reimbursed at the minimum rates set by the Department of Industrial Relations (DIR) as outlined in the applicable Prevailing Wage Determination See httpwwwdircagov

Note The Federal ldquoPayment of Predetermined Minimum Wagerdquo applies only to federal-aid construction contracts

136 Text Messaging While Driving

In accordance with Executive Order 13513 Federal Leadership on Reducing Text Messaging While Driving and Department of Transportation Order 390210 Text Messaging While Driving text messaging while driving is prohibited in the performance of any duties included in this agreement for both consultant and any sub-consultants hired for performance of duties under this Agreement Consultant shall include a provision prohibiting texting while driving in all sub-consultant agreements entered into related to the performance of its obligations under this Agreement

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 14 October 2017

Definitions The following definitions are to be used in conjunction with this section ldquoDrivingrdquo

1) Means operating a motor vehicle on a roadway including while temporarily stationary because of traffic a traffic light stop sign or otherwise

2) It does not include being in your vehicle (with or without the motor running) in a location off the roadway where it is safe and legal to remain stationary

ldquoText Messagingrdquo means reading from or entering data into any handheld or other electronic device including for the purpose of short message service texting e-mailing instant messaging obtaining navigational information or engaging in any other form of electronic data retrieval or electronic data communication

137 Buy America

Furnish Steel and iron materials to be incorporated into the work with certificates of compliance Steel and iron materials must be produced in the US except

1) Foreign pig iron and processed pelletized and reduced iron ore may be used in the domestic production of the steel and iron materials [60 Fed Reg 15478(3241995)]

2) If the total combine cost of the materials does not exceed the great of 01 percent of the total bid or $2500 materials produced outside the U S may be used

Production includes

1) Processing steel and iron materials including smelting or other processes that alter the physical form or shape (such as rolling extruding machining bending grinding and drilling0 or chemical composition

2) Coating application including epoxy coating galvanizing and painting that protects or enhances the value of steel and iron materials

138 Prohibition of Expending Local Agency State or Federal funds for Lobbying

1381 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 Consultant to any person for influencing or attempting to influence an officer or employee of any state or federal agency a Member of the State Legislature or United States Congress an officer or employee of the Legislature or Congress or any employee of a Member of the Legislature or Congress in connection with the awarding of any state or federal contract the making of any state or federal grant the making of any state or federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any state or federal contract grant loan or cooperative agreement

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 15 October 2017

2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with this federal contract grant loan or cooperative agreement Consultant shall complete and submit Standard Form-LLL ldquoDisclosure Form to Report Lobbyingrdquo in accordance with its instructions

1382 This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352 Title 31 US Code Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10000 and not more than $100000 for each such failure

1383 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 $100000 and that all such sub recipients shall certify and disclose accordingly

139 Cost Principals and Administrative Requirements

1391 Consultant agrees that the Contract Cost Principles and Procedures 48 CFR Federal Acquisition Regulations System Chapter 1 Part 31000 et seq shall be used to determine the cost allowability of individual items

1392 Consultant also agrees to comply with federal procedures in accordance with 49 CFR Part 18 Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments

1393 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 31000 et seq are subject to repayment by Consultant to County

1310 Retention of RecordsAudit

For the purpose of determining compliance with Public Contract Code 10115 et seq and Title 21 California Code of Regulations Chapter 21 Section 2500 et seq when applicable and other matters connected with the performance of the contract pursuant to Government Code 85467 Consultant subconsultants and County shall maintain and make available for inspection all books documents papers accounting records and other evidence pertaining to the performance of the contract including but not limited to the costs of administering the contract All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract The state State Auditor County FHWA or any duly authorized representative of the Federal Government shall have access to any books records and documents of Consultant and itrsquos certified public accountants (CPA) work papers that are pertinent to the contract and indirect cost rates (ICR) for audit examinations excerpts and transactions and copies thereof shall be furnished if requested

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 16 October 2017

1311 Audit Review Procedures

13111 Any dispute concerning a question of fact arising under an interim or post audit of this contract that is not disposed of by agreement shall be reviewed by Countyrsquos Chief Financial Officer

13112 Not later than 30 days after issuance of the final audit report Consultant may request a review by Countyrsquos Chief Financial Officer of unresolved audit issues The request for review will be submitted in writing

13113 Neither the pendency of a dispute nor its consideration by County will excuse Consultant from full and timely performance in accordance with the terms of this contract

13114 Consultant and subconsultant contracts including cost proposals and 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 CPA ICR audit work paper review If selected for audit or review the contract cost proposal and ICR and related work papers 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 work paper review it is Consultantrsquos responsibility to ensure federal state or local government officials are allowed full access to the CPArsquos work papers including making copies as necessary The contract cost proposal and ICR shall be adjusted by Consultant and approved by County contract manager to conform to the audit or review recommendations Consultant agrees that individual terms of costs identified in the audit report shall be incorporated into the contract by this reference if directed by County at its sole discretion Refusal by Consultant to incorporate audit or review recommendations or to ensure that the federal state or local governments have access to CPA work papers will be considered a breach of contract terms and cause for termination of the contract and disallowance of prior reimbursed costs

1312 Subcontracting

13121 Nothing contained in this contract or otherwise shall create any contractual relation between County and any subconsultant(s) and no subcontract shall relieve Consultant of its responsibilities and obligations hereunder Consultant agrees to be as fully responsible to 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 Consultant CONSULTANTrsquos obligation to pay its subconsultant(s) is an independent obligation from Countyrsquos obligation to make payments to the Consultant

13122 Consultant shall perform the work contemplated with resources available within its own organization and no portion of the work pertinent to this contract shall be subcontracted without written authorization by Countyrsquos Contract Administrator except that which is expressly identified in the approved Cost Proposal

13123 Consultant shall pay its subconsultants within ten (10) calendar days from receipt of each payment made to Consultant by County

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 17 October 2017

13124 All subcontracts entered into as a result of this contract shall contain all the provisions stipulated in this contract to be applicable to subconsultants

13125 Any substitution of subconsultant(s) must be approved in writing by Countyrsquos Contract Administrator prior to the start of work by the subconsultant(s)

1313 Equipment Purchase

13131 Prior authorization in writing by Countyrsquos Contract Administrator shall be required before Consultant enters into any unbudgeted purchase order or subcontract exceeding $5000 for supplies equipment or Consultant services Consultant shall provide an evaluation of the necessity or desirability of incurring such costs

13132 For purchase of any item service or consulting work not covered in Consultantrsquos Cost Proposal and exceeding $5000 prior authorization by Countyrsquos Contract Administrator three competitive quotations must be submitted with the request or the absence of bidding must be adequately justified

13133 Any equipment purchased as a result of this contract is subject to the following ldquoConsultant 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 $5000 or more If the purchased equipment needs replacement and is sold or traded in County shall receive a proper refund or credit at the conclusion of the contract or if the contract is terminated Consultant may either keep the equipment and credit County in an amount equal to its fair market value or sell such equipment at the best price obtainable at a public or private sale in accordance with established County procedures and credit County in an amount equal to the sales price If Consultant elects to keep the equipment fair market value shall be determined at Consultant expense on the basis of a competent independent appraisal of such equipment Appraisals shall be obtained from an appraiser mutually agreeable to by County and Consultant if it is determined to sell the equipment the terms and conditions of such sale must be approved in advance by Countyrdquo 49 CFR Part 18 requires a credit to Federal funds when participating equipment with a fair market value greater than $5000 is credited to the project

14 Miscellaneous Provisions

141 No Waiver of Breach

The waiver by County of any breach of any term or promise contained in this Agreement shall not be deemed to be a waiver of such term or provision or any subsequent breach of the same or any other term or promise contained in this Agreement

142 Construction

To the fullest extent allowed by law the provisions of this Agreement shall be construed and given effect in a manner that avoids any violation of statute ordinance regulation or law The parties covenant and agree that in the event that any provision of this Agreement is held by a court of competent jurisdiction to be invalid void or unenforceable the remainder of the provisions hereof shall remain in full force and effect and shall in no way be affected impaired or invalidated

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 18 October 2017

thereby Consultant and County acknowledge that they have each contributed to the making of this Agreement and that in the event of a dispute over the interpretation of this Agreement the language of the Agreement will not be construed against one party in favor of the other Consultant and County acknowledge that they have each had an adequate opportunity to consult with counsel in the negotiation and preparation of this Agreement

143 Consent

Wherever in this Agreement the consent or approval of one party is required to an act of the other party such consent or approval shall not be unreasonably withheld or delayed

144 No Third Party Beneficiaries

Nothing contained in this Agreement shall be construed to create and the parties do not intend to create any rights in third parties

145 Applicable Law and Forum

This Agreement shall be construed and interpreted according to the substantive law of California regardless of the law of conflicts to the contrary in any jurisdiction Any action to enforce the terms of this Agreement or for the breach thereof shall be brought and tried in Santa Rosa or the forum nearest to the city of Santa Rosa in the County of Sonoma

146 Captions

The captions in this Agreement are solely for convenience of reference They are not a part of this Agreement and shall have no effect on its construction or interpretation

147 Merger

This writing is intended both as the final expression of the Agreement between the parties hereto with respect to the included terms and as a complete and exclusive statement of the terms of the Agreement pursuant to Code of Civil Procedure Section 1856 No modification of this Agreement shall be effective unless and until such modification is evidenced by a writing signed by both parties

148 Survival of Terms

All express representations waivers indemnifications and limitations of liability included in this Agreement will survive its completion or termination for any reason

149 Time of Essence

Time is and shall be of the essence of this Agreement and every provision hereof

1410 Rebates Kickback or Other Unlawful Consideration

Consultant warrants that this contract was not obtained or secured through rebates kickbacks or other unlawful consideration either promised or paid to any County employee For breach or violation of this warranty County shall have the right in its discretion to terminate the contract

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 19 October 2017

without liability to pay only for the value of the work actually performed or to deduct from the contract price or otherwise recover the full amount of such rebate kickback or other unlawful consideration

1411 Funding Requirements

14111 It is mutually understood between the parties that this contract 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 contract were executed after that determination was made

14112 This contract is valid and enforceable only if sufficient funds are made available to County for the purpose of this contract In addition this contract is subject to any additional restrictions limitations conditions or any statute enacted by the Congress State Legislature or County Board of Supervisors that may affect the provisions terms or funding of this contract in any manner

14113 It is mutually agreed that if sufficient funds are not appropriated this contract may be amended to reflect any reduction in funds

14114 County has the option to void the contract under the 30-day termination clause pursuant to Article 4 or by mutual agreement to amend the contract to reflect any reduction of funds

1412 Evaluation of Consultant

Consultantrsquos performance will be evaluated by County A copy of the evaluation will be sent to Consultant for comments The evaluation together with the comments shall be retained as part of the contract record

1413 Claims Filed by Countyrsquos Construction Contractor

14131 If claims are filed by Countyrsquos construction contractor relating to work performed by Consultantrsquos personnel and additional information or assistance from Consultantrsquos personnel is required in order to evaluate or defend against such claims Consultant agrees to make its personnel available for consultation with Countyrsquos construction contract administration and legal staff and for testimony if necessary at depositions and at trial or arbitration proceedings

14132 Consultantrsquos personnel that County considers essential to assist in defending against construction contractor claims will be made available on reasonable notice from County Consultation or testimony will be reimbursed at the same rates including travel costs that are being paid for Consultantrsquos personnel services under this contract

14133 Services of Consultantrsquos personnel in connection with Countyrsquos construction contractor claims will be performed pursuant to a written contract amendment if necessary extending the termination date of this contract in order to resolve the construction claims

14134 Any subcontract in excess of $25000 entered into as a result of this contract shall contain

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 20 October 2017

all of the provisions of this Article

1414 National Labor Relations Board Certification

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

1415 Retention of Funds

14151 Any subcontract entered into as a result of this Contract shall contain all of the provisions of this section

14152 The County shall hold retainage from the prime consultant and shall make prompt and regular incremental acceptances of portions as determined by the County of the contract work and pay retainage to the prime consultant based on these acceptances The prime consultant or subconsultant shall return all monies withheld in retention from a subconsultant within thirty (30) days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency Federal law (49 CFR 2629) requires that any delay or postponement of payment over thirty (30) days may take place only for good cause and with the agencyrsquos prior written approval Any violation of this provision shall subject the violating prime consultant or subconsultant to the penalties sanctions and other remedies specified in Section 71085 of the Business and Professions Code These requirements shall not be construed to limit or impair any contractual administrative or judicial remedies otherwise available to the prime consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the prime Consultant deficient subconsultant performance or noncompliance by a subconsultant This provision applies to both DBE and non-DBE prime consultant and subconsultants

1416 Contingent Fee

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

1417 Inspection of Work

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

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 21 October 2017

1418 Safety

14181 Consultant shall comply with OSHA regulations applicable to Consultant regarding necessary safety equipment or procedures Consultant shall comply with safety instructions issued by County Safety Officer and other County representatives Consultant personnel shall wear hard hats and safety vests at all times while working on the construction project site

14182 Pursuant to the authority contained in Section 591 of the Vehicle Code County has determined that such areas are within the limits of the project and are open to public traffic Consultant shall comply with all of the requirements set forth in Divisions 11 12 13 14 and 15 of the Vehicle Code Consultant shall take all reasonably necessary precautions for safe operation of its vehicles and the protection of the traveling public from injury and damage from such vehicles

14183 Any subcontract entered into as a result of this contract shall contain all of the provisions of this Article

IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the Effective Date

SIGNATURES FOLLOW ON NEXT PAGE

THIS SPACE LEFT INTENTIONALLY BLANK

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 22 October 2017

CONSULTANT

By

Name

Title

Date

COUNTY COUNTY OF SONOMA

CERTIFICATES OF INSURANCE ON FILE AND APPROVED AS TO SUBSTANCE FOR COUNTY

By

Department Head

Date

APPROVED AS TO FORM FOR COUNTY

By

County Counsel

Date

By

or Purchasing Agent

Date

By

Chair Board of Supervisors

Date

ATTEST

Clerk of the Board of Supervisors

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 23 October 2017

Sonoma County Project No C14007

Bridge No 20C0326 EXHIBIT A Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

SCOPE OF WORK

The Franz Creek Bridge (Bridge No 20C-0326) located on Franz Valley School Road crosses

Franz Creek approximately 1500 feet east of the intersection with Franz Valley Road The nearest

population center is the City of Calistoga approximately 55 miles east of the bridge Franz Valley

Road is classified as a rural local road and has an ADT of 350 (2010) projected to increase to 420

by 2032 The road provides ruralagricultural access between State Route 128 and Franz Valley

Road The existing bridge a 32 foot long by 23 foot wide single span steel girder structure with an

unknown foundation type (BIR Item 113 = U) was determined by Caltrans to be scour critical and

structurally deficient with a sufficiency rating of 226 and as such the bridge has been approved for

replacement TRCrsquos goal will be to develop the simplest and most cost-effective structure that will

provide the County with a long life minimal maintenance and minimize impacts on local users

Within this Scope of Work TRCrsquos team is referred to as ldquothe consultantrdquo This is in reference to

the entire consultant team consisting of

Firm Areas of Expertise TRC Engineering Inc (Prime Consultant)

Civil and structural Design

Environmental Engineering

Shannon and Wilson Inc Shannon and Wilson ndash Geotechnical Engineering

WRECO Hydraulic amp Water Resources Engineering

Cinquini amp Passarino Inc Surveying amp Right-of-Way

Anchor QEA Noise

Tom Origer amp Associates Cultural Resources

National Analytical Laboratories Inc Certified Asbestos Consultant

TRC as the prime consultant will be responsible to the County for seeing that the tasks listed

herein are completed by the appropriate team members

Task 1 Project Management

11 Project Kickoff

The consultant will meet with the County at a pre-design kickoff meeting to review the

scope of work project requirements and design criteria obtain additional material and

information and discuss the Countys scheduling and review process While meeting with

the County we shall conduct a visual on-site field investigation to identify existing

conditions and confirm initial design assumptions

The consultant understands that the field review has already been held and the field review

forms including a PES form have been signed by Caltrans The consultant will familiarize

ourselves with those forms and follow the findings therein to develop the design

Franz Creek Bridge Scope 1 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

12 ProjectStaff Management

The consultant shall be responsible for project management activities throughout the life of

the contract The scope of project management includes

bull Managing the project schedule and budget

bull Setting up and facilitating client meetings

bull Interagency meetings public meetings

bull Field reviews

bull Other project related meetings

bull Managing sub-consultant staff

13 Meetings

The consultant shall prepare meeting agendas meeting notes identify action items and how

they are accounted for and sign in sheets for all meetings and manage the consultant team

involved in the project (ldquoproject teamrdquo) Managing the project team includes preparing

contract paperwork memos letters and e-mails making phone calls and maintaining

project files

Meetings will include at a minimum a project kick off meeting a meeting after the 35

65 and the 95 submittal to discuss comments with the County Two (2) meetings are

assumed in the Preliminary phase of the project and four (4) meetings are assumed in the

Final Design PSampE phase of the project These meetings will be held at the County office

Outside of the in-person meetings conference calls will be held with the County to discuss

progress throughout the project (10 total)

14 Work Progress Form

On a monthly basis the consultant shall submit a Work Progress Form provided by the

County This summarizes accomplishments in the previous month anticipated work for the

next month and key decisions that need to be made to keep the project on schedule Invoices

shall show the original budget any reallocated budgets amount spent to-date amount spent

this period budget remaining and percentage spent to date for each task

Task 2 - Preliminary Engineering

This task will consist of investigatory studies preliminary design and other work necessary to

bring the project to 35 design and to provide a final Type Selection Report

Task 2A- Alignment Engineering

2A1 Assess Available Information

The consultant shall assess available information on the project Such information may

include existing drawings studies and reports or preliminary engineering performed by

others The County will provide any such information in their possession

2A2 Alignment Alternatives Analysis

The Consultant shall recommend the alignment of the new bridge and the extent of the

roadway approaches in close collaboration with the County The assumed roadway width is

31rsquo which includes 2- 10rsquo lanes a 3rsquo outside shoulder and an 8rsquo inside shoulder around

Franz Creek Bridge Scope 2 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

the curve approaching the bridge structure

The consultant shall analyze two alignment alternatives and propose the most feasible

alternative based on the site constraints public input AASHTO and Caltrans geometric

standards and drainage patterns (so that the adjacent properties are not adversely impacted

by the new improvements) The 45 mph alternative and the Stage Construction alternative

on the same alignment will not be analyzed in detail but should be mentioned in the

alternative analysis memo as to why they were rejected Alignment alternatives to be

analyzed shall provide a 30 mph design speed with a 4 maximum superelevation (or the

maximum superelevation allowed per the CT HDM safe comfortable speed chart) located

upstream of the existing bridge Even though the 30mph meets the minimum design speed

for the roadway the second alternative shall provide a 25 mph design speed with similar

superelevation criteria as noted above The alternative alignments are shown in Exhibit 1

located in Attachment B The consultant will examine the two alignment alternatives with

the goal to optimize material balance bridge length right-of-way acquisitions and sight

distance Typical sections layout profile and superelevation diagrams will be created for

each alternative Engineering cost estimates will be developed in a Caltrans 7-page

estimate format for the two alignment alternatives being studied It is understood that the

existing structure will remain in place to carry traffic during construction A preferred

alignment will be submitted for County review and approval The results of the

alternatives analysis will be summarized in an Alignment Alternatives Analysis memo

Task 2A Deliverables

bull Preliminary Alignment Alternatives (two alternatives)

bull Construction cost estimates (7-page Caltrans format) for each alternative

bull Alignment Alternatives Analysis memo

Task 2A County Decision Point

bull Approve Preliminary Alignment

Task 2B- Preliminary Structure Engineering and 35 Design

2B1 Bridge Type Selection Report Preparation (DraftFinal)

The consultant shall work closely with County staff to develop the appropriate bridge

replacement design Key issues to consider include (in no particular order)

bull New bridge alignment vs existing bridge alignment

bull Project detour

bull Public input

bull Flood water elevations

bull Site geology and seismicity

bull Environmental issues

bull Maintenance of traffic

bull Available ROW

bull Construction access

bull Unique project design criteria

bull Noise impacts (concerns about the neighbors so close and bioacoustics)

Franz Creek Bridge Scope 3 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Overall cost

bull Constructability

Two structure types will be considered

Cast in Place Prestressed concrete slab

Precast prestressed concrete slab units

Consultant shall prepare a Type Selection Report that will document the structure

types and configurations considered with estimated costs and recommendations for the

final structure type The Type Selection Report shall be prepared for approval by the

County and Caltrans Local Assistance following the guidelines established in the Caltrans

Memo to Designers The proposed replacement bridge shall be presented on general plan

drawings and documented in a report The Type Selection Report will appear in the same

format used by Caltrans Engineering Services Division These documents will be

submitted to the County and the County will submit to Caltrans for review and approval

before beginning final design

2B2 Prepare 35 Design Plans

Upon receipt of comments on the Type Selection Report the consultant will incorporate

them into the preferred alternative This structure configuration will then be developed and

a Bridge General Plan drafted and submitted to the County for approval

With approval of the General Plan and the Countys preferred alignment alternative the

consultant will develop the remaining 35 design plans as shown on the Plan List as listed

in Attachment A and described in Task 8

2B3 General Plan Cost Estimate

The consultant will prepare the necessary General Plan Cost Estimate for the bridge The

General Plan Estimate will be prepared in accordance with Caltrans Bridge Design Aids

Manual Chapter 11 The General Plan Estimates will appear in the same format used by

Caltrans Division of Structures The Caltrans 7-page preliminary estimate will be

generated for the other civil portions of the project in order to generate the total

construction cost estimate

Task 2B Deliverables

bull Preliminary (35) design drawings and reports

bull Bridge Type Selection Report (DraftFinal)

bull Construction Cost Estimates

bull AutoCAD dwg files of preliminary design drawings

Task 2B County Decision Point

bull Select Bridge Type

bull Provide 35 PSampE Review Comments

Task 2C - Utility Coordination

Consultant shall lead the utility coordination efforts Tasks include

bull Obtaining a County provided list of current utility contacts

bull Creating and mailing Utility Letters on the Countyrsquos letterhead

Franz Creek Bridge Scope 4 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Mapping existing utilities

bull Identifying potential conflicts

bull Working with utility companies during their design of relocations

bull Identifying possible easements

bull It is assumed that relocation costs for the various utility facilities will be borne by the utility

companies

Unless specifically stated herein it is assumed that all new or relocated facilities will be designed

and constructed by the owners of the utilities Attention is directed to Attachment A for the

anticipated plan sheets to be completed in this task

2C1 ndash Utility Letters

The consultant will prepare signature ready Utility A letters and submit copies hard copy and on

computer disk to the County Project Manager for transmittal to utility owners within the project

limits on County letterhead Response information received from each owner will be provided

back to the consultant When design is approximately 65 complete the consultant will prepare

Utility B letters and submit copies hard copy and on computer disk to the County Project Manager

for transmittal to recipients on County letterhead At the Utility B letter stage any potential

conflicts will be noted specifically in each B letter in order to begin discussions with the utility

companies for relocation efforts Utilities in conflict will be identified and utility companies will

be asked to prepare relocation plans Consultant will prepare Utility Plans designating the facilities

that are located within the project corridor along with their new locations Refer to Task 2C3 for

the creation of the Utility Relocation Plans

County will forward to the consultant a copy of utility B letters sent and of all correspondence

received For utilities owned or maintained by County the County project manager will forward

the Utility B letters to the appropriate County staff member and send a copy of the transmittal to

the consultant The consultant will then correspond directly with the identified County staff

member Utility C letters will be prepared by the consultant and likewise sent to the County for

distribution upon submittal of the 95 PSampE The C letters shall note the construction start date

and final coordination for relocation of the utilities shall commence

2C2 ndash Utility Company Coordination

Ongoing coordination with utility agencies for relocation of the facilities will be required so that

the facilities are relocated prior to construction If the utilities will be relocated during

construction the Special Provisions will be written to alert the contractor of the potential Utility

work and coordination

2C3 ndash Develop Utility Relocation Plans

Utility Relocation Plans will be prepared Based on information received from the A letter

responses the consultant will prepare base mapping of the existing utilities and will show these

Franz Creek Bridge Scope 5 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

utilities on the plan sheets As the design progresses all utilities that are in conflict with the

proposed construction will be clearly delineated and the responsible party to relocate the facility

will be clearly denoted on the plans

2C4 ndash Utility Relocation Cost Estimates

Consultant will work with the Utility agencies to receive their estimate of the cost of utility

relocation construction required for the Project The utility estimates will include estimates for new

utility easements if required

Task 2C Deliverables

bull Utility A B and C Letters

bull Conflict Resolution Plans

bull Coordination of utility relocations required for construction with the affected utility companies

Task 3 ndash SurveyingMappingROW Engineering

The Survey consultant shall be responsible for data collection mapping and surveying necessary

for preliminary engineering design cost estimates right-of-way impacts and the level of

environmental clearance All surveying and mapping shall comply with the provisions of the

Professional Land Surveyors Act Sections 8700 to 8805 Business and Professions Code the

provisions of the California Coordinate System Sections 8801 through 8819 of the Public

Resources Code and any other applicable code in the State of California The scope of

comprehensive base mapping and surveying includes but is not limited to Control Surveys Aerial

Photogrammetry Limited Design Level Topographic Surveys Right-of-Way Retracement and a

Record of Survey

The goals of this task are to establish project controls acquire site topography data for bridge and

road design and develop stream cross section data necessary for hydraulic analysis including an

ordinary water mark Also to resolve existing Right of Way (ROW) and determine additional ROW

needs for the following

bull Stormwater treatment

bull Staging areas and storage for excess materials generated by construction of the bridge

bull Prepare legal descriptions

bull Plats and closure calculations for permanent acquisitions and temporary construction

easements

Control

Survey vertical control shall be NAVD 88 Survey horizontal control shall be California

Coordinate System of 1983 Zone 2 Epoch 20100 Where more than one datum is required by

multiple agencies the Survey consultant shall prepare the necessary conversion tables to enable the

transformation from one datum to another

Terrain and vegetation will make getting a good GPS signal difficult The Survey consultant will

use static base stations to establish California Coordinate System and NAVD 88 elevations based

on ties to nearby CORS stations

Franz Creek Bridge Scope 6 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

31 - Topographic Survey

The topographic survey will be at a drawing scale of 1 inch = 20 feet with a one foot

contour interval The topographic survey will include the following existing road facilities

and will extend a minimum of 20 feet beyond the edge of pavement

Topographic survey coverage area shall include at minimum Franz Valley School Road

from 400 feet north of the bridge to 600 feet south of the existing bridge (as measured

along the centerline of the road)

Mapping shall include the proposed bridge alignment by surveying approximately 200

feet (as measured along the creek) upstream of the existing bridge and 100 feet

downstream measured from the edges of the existing bridge

Topographic survey shall include all necessary work to produce a topographic map and an

electronic surface model compatible with Civil3D including features such as but not

limited to pavement utility markings on the pavement all utility facilities driveways trees

four (4) inches and larger diameter at breast height headwalls bridge retaining wall or

decorative walls vineyard rows structures drainage facilities pavement delineation and any

other pertinent information that could apply to the project during design

32 - Right of Way (ROW)

The consultant shall perform the following ROW survey tasks

321 ndash Boundary Surveys

bull Perform boundary research to locate the existing ROW data

bull Perform boundary surveys to search for locate and tie existing monumentation

bull Perform a resolution of the existing road ROW

bull Determine additional ROW needs

bull Prepare an acquisition map

bull Complete a Record of Survey showing the existing ROW and the project

centerline(s) The Record of Survey shall show at least two permanent monuments

that will survive the construction of the project

33 ndash Title Reports

This proposal assumes the consultant will procure between 2 and 4 title reports

34 ndash Legal Descriptions

After the 65 submittal the Consultant will establish the Right of Way boundaries and will

submit the boundaries for permanent right of way acquisition and temporary construction

easements to the County

The Consultant will prepare approximately 2 to 4 legal descriptions for permanent ROW

acquisition and 2 to 4 legal descriptions for temporary construction easement acquisition

Consultant shall prepare ROW Data sheets per the guidelines in the Caltrans Right of Way

Manual

35 ndash Creek Cross Sections for Hydraulic Analysis

This will include surveying creek cross sections Creek cross sections shall be taken at the

upstream and downstream faces of the existing bridge and the proposed location of the new

Franz Creek Bridge Scope 7 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bridge Sections will also be taken at 200 foot intervals downstream of the existing

bridge up to 800 feet from the bridge and upstream at 100 foot intervals for 300 feet A

cross section will also be taken below and just above the stream confluence 200 feet

upstream of the proposed bridge

36ndash Survey Control Sheet

The consultant will prepare a Survey Control Sheet to be included in the Plans that

conforms to the standards of Sonoma County This sheet will include the survey

monuments and controls for the project

Task 3 Deliverables

bull Topographic survey map and electronic surface model compatible with Civil3D

bull Acquisition map

bull Record of Survey

bull Legal descriptions plats and closure calculations for ROW acquisition

bull AutoCAD dwg file of the topographic survey containing the survey points a n d stream

cross section survey Map (1rdquo = 30rsquo)

bull Survey Control Sheet

Task 4 - Geotechnical Engineering

Shannon amp Wilson shall prepare a geotechnical report for the site as required for the completion of

design construction documents and permit applications The geotechnical report shall include an

evaluation of the effects of any slope erosion or periodic land movements during extreme storm and

seismic events hydrological and soils data tied to the channel scour scour analysis and seismic

parameters and recommendations for the bridge foundation design

Shannon amp Wilsonrsquos subsurface exploration shall include drilling test borings at key locations

obtaining soil and rock samples for observation and laboratory testing and measuring the depth to

and variation in embankment groundwater levels The coordination of boring locations must be

discussed with the County prior to beginning boring

In general this task shall include the following

41 - Preliminary Foundation Memo (PFM)

As part of preliminary engineering phase for bridge-type selection Shannon amp Wilson will

prepare a preliminary foundation memo (PFM) This memo will be based on such

subsurface data that is available preliminary planning studies Caltrans bridge inspection

records published geologic mapping aerial photographs and survey and topographic data

Shannon amp Wilson will use a Caltrans ARS online default shear wave velocity and assume

a Class D soil type when the preliminary ARS curve is developed

The PFM will include the following

Project location and vicinity map

Summary of site geology and subsurface conditions based on review of available

record documents published geologic data and geologic reconnaissance

Seismic data and evaluation using current Caltrans seismic design criteria including

design ARS curve using Caltrans ARS Online tool

Franz Creek Bridge Scope 8 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Approach roadway considerations

Preliminary foundation alternatives eg CIDH piling driven piles spread footing

foundations etc

Preliminary foundation recommendations with conditions and constraints on likely

foundation types and

Preliminary construction considerations

Task 41 Deliverables

Final PFM ndash 1 hard copy 1 electronic copy

42 - Planning amp Permitting

Shannon amp Wilson will obtain a Sonoma County Encroachment Permit and Sonoma

County Permit and Resource Management Department (PRMD) drilling permit Shannon amp

Wilson assumes that the County will waive any encroachment permit fees and bond

requirements Shannon amp Wilson will pay for the fees associated with obtaining the

PRMD drilling permit The exploration locations are within at most three parcels for

permitting purposes Prior to commencement of subsurface explorations Shannon amp

Wilson will notify Underground Service Alert for underground utility locations

The County will obtain rights of entry to private residences and provide copies of the rights-

of-entry documents to Shannon amp Wilson

Assumptions include

bull Apply for and obtain Sonoma County Permit and Resource Management

Department (PRMD) drilling permit

bull Apply for and obtain a Sonoma County encroachment permit (we expect the permit

not to require fees or bonds)

bull Schedule field exploration

bull Field stake boring locations coordinate utility clearance with Underground Service

Alert

43 - Traffic Control

As part of the encroachment permit process Shannon amp Wilson will prepare a traffic control

plan to be approved by the County for traffic control Flagmen and portable orange traffic

warning signs and cones shall be used to control traffic whenever drilling operations

present a potential obstruction to traffic We expect traffic control is required based on the

roadway geometry limited sight distance and anticipated field exploration locations A

subconsultant managed under the Consultants (geotechnical) contract will provide traffic

control during drilling

44 - Geologic Reconnaissance and Field Exploration

bull Research published documents including geologic maps of the site and vicinity

bull Perform an engineering geologic reconnaissance of the channel and areas

surrounding the existing and proposed bridge alignments

Shannon amp Wilsonrsquos reconnaissance will be directed toward identifying and mapping

bedrock types bedding orientation fracturing faulting and other bedrock characteristics

as appropriate Work will include

Franz Creek Bridge Scope 9 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Geotechnical Investigations

bull Attend a kick off meeting among representatives of the County and consultant

(may be available by phone)

bull Shannon amp Wilson shall perform borings to collect subsurface information required

for foundation design This shall include locating borings at the project site marking

out field test locations with paint or other acceptable means for Underground

Service Alert notification and for utility location logging earth materials

groundwater depth and the depth of refusal or solid rock if either are encountered

Each boring site shall be located using a measuring tape and transit level

For the bridge foundation design study we will include a maximum of two borings to 80

foot depth for bridge foundation supports We assume exploration is for one proposed

roadway alignment that includes a single-span bridge founded on Caltrans Standard driven

pile or CIDH piles at the abutments Shannon amp Wilson expects to drill the borings during

dry field conditions with a truck-mounted drill rig using auger andor mud-rotary drilling

methods through soil and then diamond-bit core drilling where we encounter boulders

andor rock We will collect subgrade soil samples from auger cuttings at the abutment

borings We will recover soil samples at 3-5 foot (typical) intervals using Standard

Penetration Test equipment and other split-spoon samplers as necessary

A representative from Shannon amp Wilson will log the soil rock and groundwater

encountered in the borings Shannon amp Wilson will backfill the borings in accordance with

County permit requirements Shannon amp Wilson expects that drill cuttings removal is

required and cuttings cannot be spread on site and will include disposal costs in the fee

estimate for this work

Shannon amp Wilson will attempt to drill along existing roadway shoulders at the proposed

west abutment but may partially encroach into the travelled way For the east abutment

rights of entry to the private property on the east side of the creek (to be obtained by the

County) are needed in order to perform a boring at the proposed abutment locations If right

of entry is not approved then a boring would be completed in the roadway on the east side

of the creek that may result in being 100 feet away from the proposed abutment location

45 - Laboratory Testing

Selected soil and rock samples obtained from the consultantrsquos borings will be subjected to

laboratory testing at a certified geotechnical laboratory to assess their pertinent

geotechnical engineering characteristics Tests to be performed include moisture contentdry

density classification strength corrosivity R-value (for pavement design) any other tests

recommended as appropriate by the Geotechnical Engineer We will perform two R-value

tests to evaluate subgrade materials for new pavement section recommendations Laboratory

tests will be in accordance with ASTM andor Caltrans Standards Shannon amp Wilson will

use point load index testing if rock cores are recovered If sound hard rock core pieces of

sufficient length are recovered we will perform compressive strength tests if practical In

addition consultant shall also be responsible for providing the following basic soil

characteristics and bearing capacity The environmental consultant (TRC) shall also be

responsible for testing hazardous materials when pertinent

A quantity estimate of laboratory tests required is as follows

Franz Creek Bridge Scope 10 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull 17 - Moisture Content - Unit Dry Weight (ASTM-D2216 ndash ASTM-D4767)

bull 5 - Sieve Analysis (ASTM-D6913)

bull 5 - Plasticity Index (ASTM-D4318)

bull 1 - Resistance Value (CTM-301)

bull 5 - Point Load Index (ASTM-D5731)

bull 2 - Unconfined Compression Rock (ASTM D7012)

Samples will be collected using Standard Penetration Test equipment or other split-spoon

samplers using a calibrated automatic drop hammer

46 - Engineering and Geologic Analyses

Shannon amp Wilson shall characterize the creek channel and surrounding terrain within the

vicinity of the proposed and existing bridge alignments in terms of regional and local

geological and seismic conditions including geologic hazards (primarily creek bank

stability and channel scour) Shannon amp Wilson shall analyze the field and laboratory data

and conduct engineering and geologic analyses to provide conclusions and

recommendations regarding the bridge foundation design criteria Shannon amp Wilson will

also identify foundation alternatives based on their experience with similar projects and the

results of the investigation The field geology and boring log data-will be presented on a

geologic map and subsurface profile sheet The geologic subsurface profile will be along

the proposed bridge alignment Laboratory test data will be presented on the boring logs

alongside the samples tested

Shannon amp Wilson will determine the appropriate seismic design parameters and prepare an

ARS design curve using Caltrans ARS online and perform pile analysis for the pile design

using AASHTO LRFD Bridge Design Specifications with Caltrans amendments as

appropriate

The consultant will develop geotechnical criteria for design including the following

Axial pile and bearing capacity

Lateral pile capacity

Foundation design criteria for potential foundation type including drivability and

axial analyses (as appropriate) for Cast-in-Drilled-Hole (CIDH) Cast-in-Steel-Shell

(CISS) or driven pile design

Liquefaction

Settlement

Slope Stability

Site seismicity including deterministicprobabilistic procedures consistent with

current Caltrans Seismic Design Criteria to determine the site ARS

Lateral earth pressures and coefficient of friction to resist sliding

Soil corrosivity

Scour analysis and bank stability analysis

New flexible pavement design

Site preparation and grading including excavation characteristics suitability of

excavated soils within the roadway for re-use as fill and the treatment of existing

fill as appropriate

Lpile parameters for the structural engineers lateral pile analysis

Franz Creek Bridge Scope 11 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The County recommends avoiding pile driving given the year round water at this

site Additionally addressing bioacoustic effects on fish are expected to be avoided

unless that is the only foundation design given site constraints (See Supplemental

Service 69)

Anticipated geotechnical construction considerations if applicable

47 ndash Prepare Draft Geotechnical Report

The consultant shall summarize the results of the investigation testing and analysis in a

draft report The draft report shall include recommendations for foundation type elevation

and allowable loading of proposed foundation elements discuss groundwater and other

subsurface conditions encountered affecting foundation design construction and service

and include a Log of Test Boring drawing suitable for inclusion with the project plans

Seismic criteria for use in structure design will also be reported (peak ground acceleration soil profile

type ARS curve etc) in accordance with Caltrans practice including an evaluation of the potential

geohazards such as seismically induced liquefaction settlement and ground instability The

Foundation Report will include geotechnical design criteria for the approach roadway sections

The Draft Foundation Report will include

bull Summary of geotechnical services

bull Vicinity map

bull Site plan

bull Site description

bull Project description

bull Field exploration descriptions

bull Laboratory testing results

bull Site geology and subsurface conditions

bull Seismic data and evaluation

bull Scour considerations (based on Hydraulics Report prepared by others)

bull Corrosion evaluation

bull Foundation recommendations

bull Approach roadway subgrade and new pavement section recommendations

bull Construction considerations

bull Caltrans ARS curve

bull Log of Test Borings (LOTB) drawing and

The draft report shall be submitted for the 65 PSampE

48 ndash Prepare Final Geotechnical Report

After the County has commented on the draft report and all outstanding questions answered

the Foundation Report shall be finalized

Task 4 Deliverables

bull Preliminary Foundation Memo

bull Draft Foundation Report

bull Final Foundation Report

bull Site-specific ARS Curves

bull Log of Test Borings for PSampE

Franz Creek Bridge Scope 12 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Geotechnical Assumptions

bull The exploration program indicated is for bridge foundation design and additional exploration may be required to adequately define construction conditions

bull The project does not require a Site Specific Seismic Hazard Analysis that includes time-

history analysis

bull ARS Curves will be developed using Caltrans ARS online and the USGS Seismic Hazard

Website for Deaggregation of seismic hazards

bull The County will provide all necessary rights-of-entry

bull Topographic surveys will be provided by others with maximum 1-ft contour interval for the

project site

bull Shannon amp Wilson will prepare a traffic control plan and submit an encroachment permit

bull Hazardous materials assessment and evaluation is not included in our scope of services

Task 5 Hydrology and Hydraulics

The consultant shall complete the Design Hydrology and Hydraulics Report Location Hydraulic

Study Floodplain Evaluation Report Summary Floodplain Encroachment Report as needed and

to establish the 100-year flood level at the bridge

51 - Data Collection and Site Review

WRECO will review available data including previous studies provided by the County

Sonoma County Water Agency (SCWA) and the Project Team Key information to review

will be the available hydrologic and hydraulic data for Franz Creek topographic survey

available cross-sections County and Caltrans Bridge Inspection Reports as-built data

published geological and seismological studies and maintenance records for the Project

site WRECO will also conduct a field reconnaissance to assess the existing conditions in

the vicinity of the Project site

52 - Hydraulics Analyses

The consultant will develop hydraulic analysis models to incorporate information obtained

from its assessment of available information and the creek cross section data from the

topographic survey

The consultant shall evaluate the 50 year and 100 year drainage flows and overtopping

event for existing and proposed conditions of the new bridge and approach roadways

Modeling shall include the 50- and 100-year recurrence events Flow results shall be used

for the existing bridge geometry and calibrated against published data gauge data field

observations of high water marks and any available anecdotal data

The hydraulic model of choice will be the US Army Corps of Engineersrsquo HEC-RAS

model WRECO will coordinate with the Project Team to obtain the survey data of river

channel topography and bathymetry

53 - Documentation

The consultant shall prepare studies and reports that document their findings The reports

will describe methodology used summarize model output include creek cross sections in

plan and profile view and will delineate the 100-year water level for existing and proposed

conditions through the project reach as well as scour analysis

Franz Creek Bridge Scope 13 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The reports shall be prepared in accordance with the format and guidelines presented in the

ldquoChecklist for Drainage Studies and Reportsrdquo Local Assistance Procedures Manual

(LAPM) Exhibit 11-E The draft report shall be submitted for the 35 PSampE After the

County has commented on the draft report and all outstanding questions answered the report

shall be finalized

54 Scour Analysis

WRECO will perform a bridge scour analysis to determine the scour potential per the

methodology specified in the Federal Highway Administrationrsquos (FHWA) HEC-18 HEC-

20 and HEC-23 manuals WRECO will make recommendations on the need for scour

countermeasures for the proposed bridge per the HEC-23 and California Bank and Shore

Protection Manual

55 - Design Hydrology and Hydraulics Reports and Studies

Task 551 Design Hydrology and Hydraulics Study

WRECO will prepare a Design Hydraulics Study (DHS) which will summarize the results

from the hydraulic and bridge scour analyses and recommendations for bridge scour

countermeasures The report will also include all of the detailed hydraulic model output

Task 552 Location Hydraulic Study

Based on WRECOrsquos preliminary qualitative hydrologic hydraulic and geomorphic

assessments no floodplain encroachments or impacts are anticipated as a result of the

Project Therefore WRECO will prepare a Floodplain Evaluation Report Technical

Memorandum including the Technical Information for a Location Hydraulic Study and the

Floodplain Evaluation Report Summary form to document the investigation and summarize

the results

56 - Dry Weather Flow and Bypass

WRECO will determine the magnitude of the dry weather flow volume during the

construction period and will work with the Project Team to develop the design concept for

the flow bypass system during construction

Task 5 Deliverables

bull Design Hydraulics Study

o Draft Design Hydrology and Hydraulics Study (PDF and 2 hard copies)

o Final Design Hydrology and Hydraulics Study (PDF and 5 hard copies)

bull Location Hydraulic Study

o Draft Location Hydraulic Study (PDF and 2 hard copies)

o Final Location Hydraulic Study (PDF and 5 hard copies)

bull Scour Analysis

Franz Creek Bridge Scope 14 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 6 Environmental

The County has in-house environmental specialists from PRMD who will lead the environmental

clearance effort (CEQANEPA and environmental permits) including setting up and facilitating

interagency meetings The consultant shall work closely with PRMD s t a f f to support their

work in obtaining environmental clearance and identifing environmental constraints and

opportunities to minimize costs and time delays This will include providing engineering

information and documentation in a timely manner

Listed below is an outline of the anticipated environmental studies to be prepared by the consultant

necessary to satisfy portions of the environmental documents (NEPACEQA) including three

additional subtasks 64 65 and 66 that were included in the Caltrans District 4 correspondence to

Sonoma County (letter dated January 15 2016)

Task 601 Project Management

Consultantrsquos Environmental Project Manager will be responsible for a variety of general

project management tasks throughout the process of coordinating preparation of technical

studies preparing the environmental documentation and coordinating with the County and

Caltrans Local Assistance staff This also includes coordinating the day-to-day

environmental activities with the Consultant Project Manager and design team and

monitoring the scope budget and scheduling of the environmental aspects of the project

Task 602 Meetings

Consultantrsquos Environmental staff will attend the kick-off meeting and up to four (4) Project

Development Team (PDT) meetings via conference call and (1) agency meeting

Task 603 Environmental Engineering Support

The consultant shall provide preliminary engineering services or site assessments needed

for the following tasks

6031 - Assist the County with preparation of the bridge project NEPACEQA documents

The Consultant shall assist in the preparation of the Area of Potential EffectsImpact Map

(APEI) and Biological Study Area (BSA) Maps of the enveloped alternatives for use in the

environmental studies Consultant will provide a base map to the Consultant (Tom Origer

amp Associates) that will finalize the (APEI) Maps and then will submit the APEI Maps for

County review The County will markup the base map and then the Consultant will prepare

the final maps based on those markups The County will submit to Caltrans for approval

The Consultant shall assist in preparation of the project description and determining NEPA

and CEQA boundaries

6032 - Identify issues that must be addressed in the design

Consultant shall assist during the preparation of the environmental documentation for

supporting documents and calculations as the studies require

6033 ndash Prepare Equipment Staging Technical Memo

The consultant will prepare an Equipment Staging Technical Memorandum The memo

Franz Creek Bridge Scope 15 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

will describe the proposed staging areas to be utilized during the construction of the Project

identify potential impacts to the surrounding environment traffic patterns and nearby

residents and describe how these potential impacts will be minimized

It is assumed that the County will assist the Consultant by providing the necessary traffic

data (existing and proposed ADT) to supplement the information required in the Land

Use memo

6034 ndash Prepare Right-of-Way Technical Memo

The consultant will prepare a Right-of-Way Technical Memorandum This memo will

describe the Right-of-Way needs of the project which parcels will be impacted what is on

the parcels the land use detail rights of entry and describe how the project will impact the

existing land use

NEPA STUDIES 61 - Initial Site Assessment (ISA)

The Consultant shall prepare an ISA that will attempt to identify potential or known

hazardous materials hazardous waste and contamination in the project area as well as those

responsible The ISA will also include a preliminary screening level study of roadway

striping paint and existing bridge construction materials A certified asbestos consultant

will also review the site and take samples of potential existing asbestos containing building

materials (including bridge concrete samples) as necessary The existing bridge and

alignment alternatives will be evaluated and reported on in the Initial Site Assessment (ISA)

report The certified asbestos consultant report will be appended to the ISA This report will

follow American Society for Testing and Materials (ASTM) Standard E1527-05

A Phase I Initial Site Assessment (ISA) will be prepared The ISA will be prepared in

accordance with the scope and limitations of the American Society of Testing and Materials

Practice E 1527-13 Standard Practice for Environmental Site Assessments Phase I

Environmental Site Assessment Process (ASTM E 1527-13)

62 - Visual Impact Assessment (VIA)

The consultant shall prepare a Moderate Level VIA and is required to follow the Guidelines

for the Visual Impact Assessment of Highway Projects (FHWA-HEP-15-029) written by

the Federal Highway Administration

The PES indicates that a Visual Resources Technical Memorandum should be prepared to

address visual issues and that a VIA may not be required The analysis will be supported by

a set of realistic computer-generated visual simulations to illustrate existing and post-project

visual conditions as seen from key public viewpoints Four visual simulations will be

prepared Visual simulations showing one existing (before) view and one simulation (after)

image from each of two viewpoints is included The simulations will be produced using

high resolution digital photographs and advanced computer modelingrendering techniques

The visual simulations will be based on engineering design data including digital (CAD)

plan and elevation drawings The visual impact assessment will be based on review of

ground level and aerial photographs topographicGIS data pertinent public policies

regarding visual quality project engineering drawings and other descriptive project data

63 - Cultural Resources

Franz Creek Bridge Scope 16 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The consultant (Tom Origer amp Associates) shall prepare the Section 106 of the Historic

Preservation Act reports APE map Historical Property Survey Report (HPSR) Historical

Resources Evaluation Report (HRER) to include a re- evaluation of the bridge for eligibility

for the National Register of Historic Places and an Archeological Survey Report (ASR)

The consultant will also complete a California Department of Parks and Recreation

Form 523 (DPR Form 523) for the existing bridge evaluating the bridges potential for

eligibility on the California Register of Historic Resources

Prior to beginning the Cultural Resources Studies the Consultant (Tom Origer amp

Associates) will create the APE map The APE map will be reviewed and approved by the

County and Caltrans prior to beginning any of the Cultural Resources Studies The County

will submit the APE Map and Project Description to Caltrans for Review and Approval

Based on the list of studies required for the Franz Creek Bridge Replacement project the

following scope of work complies with Section 106 of the National Historic Preservation

Act and the California Environmental Quality Act Based on information contained in the

Caltrans memorandum dated January 26 2016 the following scope of work is proposed

631 ndash Historic Resources Evaluation Report (HRER)

An HRER will be prepared that evaluates elements of the built environment that are within

the APE and are older than 50 years Buildings and structures older than 50 years will be

evaluated for eligibility for the National Register of Historic Places and the California

Register of Historic Resources

To evaluate resources an historic context(s) will be developed that will identify themes

events and people that were important to the area and its development The historic context

will draw upon historical documents existing histories and reports and interviews with

knowledgeable individuals The Consultant (Tom Origer amp Associates) will also consult

with local historical societies and other interested parties The results of these evaluations

will be presented in the HRER along with the appropriate resource documentation (DPR

523 forms)

632 ndash Archaeological Survey Report (ASR)

The archaeological APE will be surveyed in its entirety including areas of direct effect

staging areas and the locations of any temporary easements As part of this task the Native

American Heritage Commission and local Native American groups will be consulted

regarding the project Upon completion of the survey a technical report (ASR) will be

prepared that presents the results of the archaeological survey Resource documentation

(DPR 523 forms) will be completed if archaeological sites are identified No formal

evaluation of archaeological sites is included in this scope

633 ndash Historic Properties Survey Report (HPSR)

The Consultant (Tom Origer amp Associates) will prepare a new HPSR that will include the

results of all studies completed for this project and will discuss potential project effects on

historic properties found within the APE

64 - Natural Environment Study and Biological Assessment (By County) The County shall prepare an NES and BA (if needed) per the Caltrans guidance in the

Franz Creek Bridge Scope 17 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Standard Environmental Reference

As part of the NES and based on the potential for federally listed species to occur within

the project area the County will prepare an EFH in accordance with the most recent

Caltrans guidance to evaluate project effects to federally listed species and critical habitat

as well as identify appropriate avoidance and minimization measures If it is determined that

the project may adversely affect federally listed species Caltrans will use the EFH to

facilitate Section 7 consultation with the National Marine Fisheries Service (NMFS)

It is also assumed that the County will conduct a tree survey for the trees that are to be

removed The Consultant will submit a tree removal plan which is included in the

removal sheets of the Plans but the County will determine the species of the tree

designated for removal

65 ndash Farmlands (By County)

The County will prepare a Farmlands Technical Memorandum and if needed the AD 1006

form will be prepared and submitted

66 - Prepackaged Agency Permits (By County) During the preparation of the 65 PSampE the County will prepare the following permit packages to the respective regulatory agencies Refer to Task 87 for a description of the engineering support task for the permit process

bull CDFW 1602 Streambed Alteration Agreement requires an approved CEQA

document

bull USACE Section 404 Requires a USFWS approved Biological Opinion

bull CRWQCB Section 401 Water Quality Certification requires approval before

applying for other permits

CEQA Studies 67 - Noise

A noise study shall be prepared that addresses potential noise impacts of the proposed project It is

anticipated that road noise and construction noise will be evaluated Drilling is the preferred

method of construction The noise standards as provided in the Noise Element of the Sonoma

County General Plan 2020 shall be used to guide the analysis Given the anticipated construction

methods a bioacoustics analysis is not likely to be required and is therefore excluded from this

task but is included as a supplemental service Task 69 herein

68 - Water Quality Assessment Report (WQAR)

The consultant will assist and provide PRMD with storm flows and drainage pattern information

(existing and proposed) for inclusion in the WQAR The consultant shall prepare a WQAR per the

Caltrans guidance in the Standard Environmental Reference

WRECO will provide the existing physical and regulatory environment information for the water

quality and identify the design criteria applicable to the Project to comply with the County standards

post-construction BMPs requirements and other water quality requirements WRECO will also

review the applicable water quality regulatory requirements for the Project site

Franz Creek Bridge Scope 18 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 6 Deliverables

bull APE Map

bull Project Description

bull Equipment Staging Technical Memo

bull Right of Way Technical Memo

bull Phase I ISA

bull VIA Memo

bull Cultural ReportsHPSR HRER ASR

bull DPR Form 523

bull WQAR (DraftReviseFinal)

bull Noise Study

Task 7 ndash Public Outreach

71 ndash Public Outreach Meetings

The County will lead the Public Outreach efforts for this project with support from the Consultant

at the following meetings

Property Owner Meetings

The County will prepare a database of potential stakeholders and property owners (Refer to Task

72) It is anticipated that this project will require (1) meeting directly with the individual property

owners affected by the project Since there are only two property owners that are affected it is

anticipated that both meetings will occur during the same day The meeting will be held either on-

site or at the County offices Consultant will attend this meeting with the property owners to

explain the project answer questions take meeting notes and prepare a summarization of the

meeting notes

Sonoma County Board of Supervisor Meetings

The team will work with the County and attend two (1) One Board of Supervisor meeting related to

the project and take meeting notes as needed This will occur during the Environmental Process

72 ndash Database (By County)

The County will develop and maintain a stakeholder database which can be used to

efficiently distribute project information

Task 7 Deliverables

bull One (1) County Board of Supervisorrsquos meeting attend and prepare summaries

bull Two (2) Property Owner Meetings on the same day attend and prepare summaries

Task 8 ndash 65 PSampE

Task 8 represents the beginning of Final Design phase of the project The consultant staff will meet

with the County at a final-design kick-off meeting to discuss the Final Engineering Scope of Work

project requirements design criteria and the Countyrsquos most current scheduling and review

requirements An agenda and outline will be prepared and distributed before the meeting and

minutes will be prepared and distributed after the meeting

Franz Creek Bridge Scope 19 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

81 - BridgeStructural Design Development

The consultant shall perform structural design investigations analysis computations and

prepare detailed structure plans for the proposed replacement bridge in accordance with the

latest Caltrans bridge design techniques including a Foundation Report and a Design

Hydraulic Study Standard construction materials shall be used in the design of the proposed

bridge replacement wherever possible Where specialized non-standard

constructionbuilding materials are required the consultant shall first obtain approval from

the County prior to incorporating them into the design

The consultant shall confirm and verify the design criteria and loading conditions then

verify the structural adequacy of the selected bridge type

Permanent transient and extreme event load cases shall be considered per Caltrans BDS and

AASHTO LRFD Manuals Global analyses shall consider soil-structure interaction

Project plans prepared by the consultant shall include a set of plans at the 65 level All

identified and affected existing utilities shall be accurately indicated on the plans Plans at

65 should be of sufficient level to start ROW acquisition

Contract drawings will be developed using AutoCAD 2015 or newer at the Consultantrsquos

sole discretion

82 - Bridge Approach Roadways

The consultant shall perform roadway design in accordance with the latest version of the

AASHTO Green Book and the County design standards Design shall include details for

traffic control plans in accordance with the Caltrans Manual of Uniform Traffic Control

Devices

Re-alignment at the bridge approaches may be necessary depending on the project

alternative that is selected

The consultant will design the approach roadways and prepare the contract drawings for

these The pavement section roadside drainage and roadside barriers are included in the

design of the bridge approach roadways

The consultant will prepare approach design plans Plans will be coordinated and integrated

with the structure plans for the 65 PSampE package Design will incorporate County

Standard Plans standards per Caltrans Local Assistance Procedures Highway Design and

Traffic Manuals 2015 Caltrans Standard Plans or newer and the current AASHTO Green

Book Standards used will be those in effect as of the date of Notice to Proceed New

standards or modifications to standards which occur during the course of work may require

redesign of particular project features In this case County agrees to compensate the

consultant for extra work which is required to meet the new or modified standards

821 - Roadway Civil Design

The consultant will proceed with final civil design of the project based on the approved

preliminary engineering design concept and the consultantrsquos prior experience with County

project plan preparation Attention is directed to Attachment A for the anticipated plan

Franz Creek Bridge Scope 20 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

sheets to be completed in this task

The Title sheet will include the appropriate County and federal funding project

identification This plan sheet will include a sheet schedule a vicinity map the project

legend general notes and the project control points

The Typical Section Sheet will include the roadway structural section as designed based on

a County supplied Traffic Index (TI) and the R-value recommendations of our geotechnical

subconsultant based on approach soil borings Design will conform to County standards

Standard details will be included to reconstruct raised medians and concrete barriers

Typical sections will be produced for Franz Valley School Road

The total alignment length is approximately 600 The Layout Sheets will be produced at a

horizontal scale of 1 = 20 The plan view will delineate the general roadway

improvements and pavement dimensions Profile and superelevation sheets will be

prepared at a horizontal scale of 1 = 20 and a vertical scale of 1rdquo = 4rsquo The profile grade

will be refined from that shown in the preliminary engineering report Geometric

information tied to the project control points will be shown to sufficiently describe both

the profile and horizontal alignments Spot elevations will be shown at conforms

Construction Detail Sheets shall be created to identify specific details for the project

including but not limited to removal sheets (including a tree removal plan) driveway

conforms and any other details needed to clarify the Plans

It is assumed that existing road surface drainage will be allowed to runoff and infiltrate It

is envisioned that a system will be required to capture predevelopment runoff volumes in

order to satisfy the water balance calculator A system will be designed and shown on the

drainage plan It should be noted that this project is not in an MS4 boundary but roadside

ditches may need to have a treated system before outfalling into the creek

Contour Grading sheets will not be prepared this information will be shown on the Erosion

Control Plan and Details sheets

822 ndash Traffic Design

Permanent Signing and Striping Plan

A Pavement Delineation and Signing Plan will be prepared utilizing the County standards

MUTCD standards and Caltrans standard details This plan will generally match the

existing striping layout The Consultant staff will work closely with the County Traffic

Engineer to incorporate applicable requirements To this end conceptual plan sheets will

be produced for the Traffic Control System and Construction Area Signs plan sheets These

sheets will be transmitted to the County Traffic Engineer and the County project manager

and a meeting held to discuss the design concept prior to the first formal project submittal

Franz Creek Bridge Scope 21 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Subsequent submittals will follow the schedule outlined for the overall project submittals

Existing as well as new sign locations will be shown Sign panels will be shown for new

non-standard signs Standard signs will only be designated by the appropriate Caltrans sign

number

Stage Construction and Traffic Handling Plan

The consultant will prepare combined Traffic Handling and Staged Construction sheets

The plan will generally maintain one travel lane in each direction on the existing bridge

during the construction of the structure No practical detour exists and therefore the road is

assumed to have at least one lane of traffic open at all times Occasional one lane two-way

traffic control will be accomplished through the use of flaggers Brief closures (a few days

to a week) of the approaches will be employed during tie-in operations and construction of

approach pavement The public will be notified of these closures well in advance and

appropriate signage placed at the ends of the approaching roadways

The Caltrans Traffic Manual Sign Specifications and Standard Plans will be used as

applicable Temporary signing and striping portable delineators temporary crash cushion

arrays and temporary railing (Type K) as necessary will be shown on this plan No

temporary signal work for pedestrian or vehicular traffic is currently included within this

scope of work Attention is directed to Attachment A for the anticipated plan sheets to be

completed in this task

83 Channel Protection Design (WRECO)

The use of rock slope protection for scour and slope protection is anticipated at this site

Design will be based on the results of our scour analysis Attention is directed to

Attachment A for the anticipated plan sheets to be completed in this task Slope protection

installations will be designed at the channel banks specifically at the abutment faces up to

the right-of-way upstream and downstream of the bridge and along the roadway approaches

adjacent to the creek The design of the slope protection will include details for toe

trenches cutoff walls and intermediate shear keys as necessary Additionally layout and

elevation information will be shown and tied to the project coordinate system

84 ndash Stormwater Pollution Prevention Plan

The project specifications will require the Contractor to prepare a SWPPP for the project so

it is assumed that Temporary Water Pollution Control sheets will not be necessary and are

expressly excluded from this scope of work Stormwater BMPs will be required by the

Regional Board thus informal temporary water pollution control design sheets will be

produced in order to estimate the BMPrsquos that may be required during construction for

estimating purposes The cost of anticipated BMPrsquos will be included in the 65

Construction Cost Estimate

Franz Creek Bridge Scope 22 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

85 ndash Erosion Control Plans

This task will include parameters to stabilize the soil and will include a revegetation plan

for the site after construction

86 ndash Engineering Support to Permitting Process

During the 65 PSampE preparation the consultant will provide the County and our

subconsultants engineering support as the permitting documents are drawn up This support

will be in the form of preparing exhibits calculating areas and quantities of impacts as

required by the permit documents

87 ndash Cost Estimate and Specifications

The Consultant will prepare an itemized engineers estimate at the 65 stage for the

roadway items Bridge items will be based on a General Plan Estimate method The format

will be consistent with the Caltrans Ready-to-List Guide and a BEES listing will be

included Unit prices shall be applied to each contract item resulting in the Engineerrsquos

Estimate of Probable Construction Cost (Estimate) Prices used shall be based on the latest

available data from the COUNTY and Caltrans reflecting the location of the project and the

quantity of each item

The consultant will develop project specifications and special provisions from the most

current Caltrans and County standards

At the 65 stage a bid item list will be prepared and will be submitted with the Plans and

Estimate Special Provisions will not be prepared until the 95 stage as standard special

provisions change frequently

88 - Contract Drawings

Contract drawings for the bridge and roadway approaches are shown in Attachment A

All drawings will be prepared per the most current Caltrans FHWA and County standards

89 - Quality Control and Quality Assurance

A Quality Control (QC) and Quality Assurance (QA) program will be implemented on the project to capture any design or drafting errors

The consultant shall employ a QC program that consists of checking and back-checking the design calculations and contract plans

QA entails ensuring that all QC procedures have been followed and that all critical issues have been addressed and resolved

The 65 PSampE will be submitted after QAQC has been completed

Task 8 Deliverables

bull 65 Plans and Estimate

bull 65 Design Calculations

Franz Creek Bridge Scope 23 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 8 County Decision Points

bull Provide 65 Plans and Estimate review comments

bull The County requires a 30 day review period for the 65 PSampE submittal

Task 9 - 95 PSampE

PSampE shall be 95 complete Major subtasks for this phase of the work are

91 ndash Address County Comments

Incorporate County 65 review comments into the design and bidding documents if any

Consultant shall provide written responses to County comments on the 65 plans After

receiving County concurrence on responses Consultant will proceed with the preparation of

the 95 plans Plan revisions will include addressing 65 comments and design changes to

address mitigation measures and concerns expressed by the County

92 ndash Complete Design and Bid Documents

Complete the design documents and bidding documents to 95 level

93 - Independent Design Check

Perform an independent design check The independent design check of the bridge will be

performed by individual(s) that werent involved in the originating of the design calculations

Where possible the independent checker shall use alternative methods of design and

analysis than used by the designer

The independent check is complete when the independent checker finishes their

calculations compares results with those of the designer and all discrepancies between the

independent check and the original design are reconciled

The 95 PSampE will be submitted when the independent design check is complete The

design of the bridge and approaches is essentially complete at this time

94 ndash Cost Estimate and Specifications

The Consultant will prepare an itemized engineers estimate at the 95 stage Work includes

updating the quantities and project cost estimate including calculating updated quantities for

the changes related to work performed hereunder Two independent sets of quantity

calculations shall be performed by individuals experienced in this work for the bridge design

Work also includes updating the bid item list to correspond to Caltrans current standards

Prices will be updated to current expected values

Plans shall be cross checked with the specifications and the engineerrsquos estimate The

specifications shall then be compiled using the bid item list to collect and edit the applicable

Caltrans Standard Special Provisions (SSPs) and prepare required special provisions in

coordination with the roadway designers CONSULTANT shall utilize the County boiler

plate documents including the notice to bidders proposal bond forms and agreement

Franz Creek Bridge Scope 24 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Specifications will be updated and finalized with comments from the County after the 95

submittal

95 ndashPerform 95 QCQA

The QCQA procedures described in Task 8 will be implemented during this task as well this

time with an emphasis on coordination between structure roadway traffic and utility

documents and the elimination of conflicts between them

Task 9 Deliverables

bull 65 Response to Comments

bull 95 PSampE

bull 95 Design Calculations

bull Independent Design Check

Task 9 County Decision Point

bull Provide 95 PSampE review comments

bull The County may hire a bridge consultant to perform a constructability review

bull The County requires a 30 day review period including the constructability review for the

95 PSampE Submittal

Task 10 - Final (100) PSampE

This phase begins after the 95 PSampE is submitted and County has responded with comments

The consultant shall not prepare the deliverables for this task until receiving written authorization

from the County

The objective in this task is to provide the design and construction documents the County will use

to advertise for bids and administer the construction contract PSampE shall be 100 complete

Major sub tasks for this phase of the work include

101 - Address County Comments

Incorporate County 95 review comments if any into the design and bidding documents

Consultant shall provide written responses to County comments on the 95 plans After

receiving County concurrence on responses Consultant will proceed with the preparation of

the 100 plans Plan revisions will include addressing 95 comments and design changes

to address mitigation measures and concerns expressed by the County

102 ndash Finalize Documents

Complete the design documents and bidding documents to 100 level this includes

updating the Plans Specifications and Engineerrsquos Cost Estimate

Sign and seal the design and bidding documents and prepare for reproduction

103 ndash Prepare Final Deliverables

Prepare one (1) copy and one (1) electronic copy of design calculations and design check

calculations and ten (10) sets of PSampE bidding documents to the County

Franz Creek Bridge Scope 25 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

104 ndash Federal Funding Assistance

Assist the County in securing federal bridge funding through Caltrans if needed

Task 10 Deliverables

bull 95 Response to Comments

bull (1) Set of reproducible final design plans (printed in black ink on mylar)

bull (10) Sets of hardcopy final design plans (11rdquox 17rdquo)

bull (10) Copies of Specifications (seven bound two loose-leaf bound and one printer ready)

bull (10) Copies of Engineerrsquos Estimate

bull (1) Copy of design check calculations

bull (1) Copy of design check quantities

bull (2) Copies of Resident Engineer pending file

bull (2) Copies of the Geotechnical Report including the Bridge Foundation Report

bull (2) Copies of hydraulic studies and reports

bull (1) Flash drive with electronic versions of all Task 10 deliverables itemized above in

DWG MS Excel or MS Word format Print ready PDF files of same will be provided

Design plans will be provided in AutoCAD and PDF formats

Task 10 County Decision Point

bull Provide written authorization to proceed

Task 11 - Pre-Construction Engineering Services

The consultant shall remain available to provide assistance during bidding and award This work

may include clarification of contract documents in response to contractor inquiries preparing

addenda and evaluating bids Pre-construction engineering services shall be included in this

proposal

111 ndash Pre-Bid Meeting

The consultant Project Manager and Project Engineer will attend the pre-bid meeting to

assist the County in responding to questions regarding intent of PSampE documents

112 ndash Respond to Bidder Inquiries

The consultant will provide the County written responses to technical inquiries by bidders

for County distribution

113 ndash Prepare Addenda

The consultant will prepare addenda documents for distribution by the County should any

changes to the bid documents be required during the bid phase

114 ndash Assist in Evaluating Bids

The consultant will assist the County in evaluating Contractor bids

SUPPLEMENTAL SERVICES TRC and our subconsultants are prepared to perform other tasks as required by the County and the

Project as Supplemental Services A more detailed scope and fee will be developed for these

Franz Creek Bridge Scope 26 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

supplemental services at the time they are deemed necessary No work will be performed on the

Supplemental services without written authorization from the County

Some supplemental services that may be necessary include the following

2C5 ndash Utility Potholing

If utility conflicts are discovered during the design process positively locating the utilities in the

field will be required Consultant with the approval of the County can obtain a price quote from a

utility potholing sub-consultant to perform the work The Consultantrsquos surveyor will survey the

potholed location of the utilities and provide the information in AutoCAD to the designer The

utility drawings will be updated with the correct information If this task is required a refined scope

and fee will be prepared to include the total number of potholes needed the sub-consultant to

perform the work the surveyor to pick up the locations and the engineering design and support to

complete this task

49 ndash Geotechnical Retaining Wall Investigation and Analysis Optional borings for retaining wall foundations and roadway approaches will include one 50 foot

deep boring at each of two potential retaining wall locations Bulk soil samples for pavement

section subgrade analysis will be obtained from the bridge abutment borings previously indicated

If Retaining Walls are required both the draft and final foundation memoreports will be updated

accordingly

69 ndash Noise ndash Bioacoustic Analysis A bioacoustics analysis is excluded from the Noise Study noted in Task 67 The County per task

64 will perform the EFH However if the County requires assistance the Consultant can perform a

bioacoustics analysis if required

Task 7A -Public Outreach led by the Consultant

In this task it is assumed that the County prefers the Consultant to lead the public outreach effort

The goal of the subtasks listed below are to assist the County with informing the public about the

importance of the bridge replacement project identify the communitiesrsquo key issues and concerns

and provide information to the community on project status and design options for the proposed

bridge We will incorporate input from the public into the decision making process for design

aesthetics and location of the new bridge

7A1 - Facilitate Public Meetings

The consultant shall work closely with County staff to develop meeting agendas

presentations and meeting materials for one public outreach meeting and attend two of the

Sonoma County Board of Supervisorrsquos meetings The consultant shall coordinate and

facilitate the public meeting and keep notes that can be shared with the public after review

by County staff

Public Outreach Meetings ndash The County will prepare a database of potential stakeholders

Franz Creek Bridge Scope 27 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

and property owners (Refer to Task 72 of the Scope) It is anticipated that this project will

require (1) meeting directly with the individual property owners affected by the project

Since there are two property owners that are affected it is assumed that both meetings will

occur during the same day The meeting(s) will be held either on-site or at the County

offices The Consultant County and Public Outreach Staff will attend this meeting with

the property owner to explain the project answer questions take meeting notes and prepare

a summarization of the meeting notes

Sonoma County Board of Supervisor Meetings

The team will work with the County and attend one (1) One Board of Supervisor meeting

related to the project and take meeting notes as needed This will occur during the

Environmental Process

7A2 - Distribute Informational Materials to the Community

The consultant will work with County staff to develop and distribute

informationeducational materials as needed to the community to keep all stakeholders

informed of progress on the project

Informational Materials - Fact sheet and FAQrsquos will take 2-3 weeks to prepare review and

finalize with County and project team input Updates will take 1-2 days each

The consultant will develop information for posting on the County project website to

announce public meetings and show progress in project development We will also prepare

a project fact sheet and FAQs to communicate project information The factsheet and FAQs

will each be an 85 x 11 full color handout for use at public meetings and optimized for

posting on the project website Both will be updated twice during the project

ndash

7A3 - Media Relations

Assist the Countyrsquos public information officer with news releases media advisories or other

interactions with the media as needed

This task will be ongoing throughout the project with County and project team input News

releases and media advisories will take approximately 5 days each to prepare review and

distribute In an attempt to maintain positive coverage of the project the Consultant will

assist the Countyrsquos public information officer with news releases media advisories or other

interactions with the media as needed

Task 7A Deliverables

bull One (1) County Board of Supervisorrsquos meeting attend and prepare summary

bull Two (2) Property Owner Meetings attend and prepare summaries

bull Public Information Materials - initial fact sheet FAQ agendas presentation materials

(one PPT updated for the public meeting) exhibits sign in sheets comment cards

Task 810 ndash Retaining Wall Design

Along the southeast side of Franz Valley School Road at the bridge an approximate 70rsquo long

retaining wall may be required This wall will be a Caltrans Standard Plan type designed per the

corresponding Caltrans Standard plan or a pre-engineered wall type designed by the wall

Franz Creek Bridge Scope 28 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

manufacturer The wall height is unknown at this time

Task 12 - Construction Support Services

Up to 100 hours of construction support services is included in this scope Key members of the

Consultant design team will remain available to perform construction support services provided

they are still employed by Consultant

If additional services are required such services will be negotiated with the County at a future date

Common construction support services are described below

121 - Pre-construction Meeting

Key members of the consultant design team shall be available to attend the preconstruction meeting

with the successful construction contractor

122 - Consultant Site Visits

Key members of the consultant design team shall remain available to review shop drawings and

check falsework structural calculations review material submittals and Request for Information

(RFI) and visit the project site during construction if required Any observed defects or

deficiencies in the work shall immediately be brought to the attention of the Countys Resident

Engineer

Attachments

Attachment A ndash Plan Sheet List

Attachment B ndash Exhibits

Attachment C - Fee

Franz Creek Bridge Scope 29 2017-09-07

Details

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

PLAN SHEET LIST DISCIPLINE DESCRIPTION NUMBER OF

SHEETS

SUBMITTED WITH

C Title Sheet 1 35

C Typical Sections 3 35

C Survey Control Sheet 1 65

C Layout Plan (2 per alternative) 4 35

C Profile amp Superelevation

(2 per alternative)

4 35 (profile only)

C Removal Plans 2 65

C Construction Details 2 65

C Contour Grading 0 65

C Traffic HandlingStaged Construction Plans 6 65

C Pavement Delineation amp Signing Plan 2 65

C Drainage Plans amp Details (Stormwater Treatment) 2 65

C Rock Slope Protection Channel Work Plan and 3 65

C Water Pollution Control Plan and Details 2

C Erosion Control Plan amp Details 2 65

C Utility Plans 2 65

S General Plan 1 35

S Deck Contours 1 65

S Foundation Plan 1 35

S Abutment Layout 2 65

S Abutment Details 2 65

S Typical Section 1 35

S Slab Details 1 65

S Tubular Bicycle Railing 1 65

G Log of Test Borings 2 65

TOTAL 46

to be shown on Erosion Control Plan and Details sheets Will be used for estimating only (not part of plan set)

Summary by Discipline

C = Civil 34

S = Structural 10

G = Geotechnical 2

TOTAL 46 Franz Creek Bridge Scope 30 2017-09-07

Attachment A

EXHIBIT 10-H TRC ENGINEERS INC COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

MImbriani Project Manager - Key Personnel 162 $9300 $15066 Manager 0 $000 $0

TLambert Bridge Project Engineer - Key Personnel 220 $6721 $14786 JConklin Roadway Project Engineer - Key Personnel 361 $6601 $23797

Environmental Principal 0 $7788 $0 PChoi Environmental Manager (B3) - Key Personne 141 $6240 $8798 C Pinkerton Bridge Senior Engineer 84 $5332 $4479 G Armstrong Roadway Senior Engineer 114 $5724 $6525 B SchoppeA Bedal Engineer II 636 $4100 $26076 K NegoroN Hernande Engineer I 778 $3300 $25674 G Imbsen Eng CADD Supervisor 93 $5148 $4788 A Cardoza Eng CADD Technician 298 $3415 $10177 J Hull Eng Desktop Publisher 56 $3000 $1680 MaechlerHawthorne Eng AdmAssistant 44 $3000 $1320 W Broeking Environmental PlannerScientist II 0 $3894 $0 G Drosky Environmental PlannerScientist I 126 $2785 $3509

Senior ScientistBiologist (A1) 0 $5492 $0 E Biolsi Technical EditorFinancial Analyst 14 $3605 $505 J Hanzel-Durbin SeniorEngineer (B3) 7 $4710 $330 D Rathnayake SeniorEnvironmental Mgr (A3) 4 $8080 $323 -- 0 $000 $0

Escalation Factor 30 $4101

Total Direct Labor Costs 3138 $15193320 INDIRECT COSTS

Rate Total Fringe Benefits 4962 General Overhead 11040 Cost of Facilities Capital 000

Overhead 16002 $24312350 Total Indirect Costs $24312350

OTHER DIRECT COSTS Quantity Per Unit Total

Airfare (round trips) 0 $0000 $000 Mileage 2900 $0535 $155150 Lodging 0 $150000 $000 Per Diem 4 $46000 $18400 Car rental 0 $0000 $000 Miscellaneous Travel 0 $0000 $000 Mail 50 $054 $2675 Overnight mail 10 $1500 $15000 Copies (85x11) 500 $012 $6000 Copies (11x17) 1000 $200 $200000 Prints (22x34) 162 $300 $48600 Mylars (22x34) 81 $1200 $97200 Environmental EDR Report 1 $35000 $35000 Miscellaneous 50 $500 $2500 Visual Assessment Study 10 $000 $000

Total Other Costs $580525

FEE (Profit) 10 $3950567

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Shannon amp Wilson (inc Woodward Drilling DBE) 2 WRECO (DBE) 3 4 5 Cinquini and Passarino 6 NAL 7 Origer 8 Anchor QEA 9 Anchor QEA (Optional)

10 Shannon amp Wilson (Optional)

Basic $5916619 $5488634

$4531371 $176323

$1710917 $1157155

$18981019

TOTAL COST $63017781

EXHIBIT 10-H TRC ENGINEERS INC COST PROPOSAL - Optional SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

MImbriani Project Manager - Key Personnel 0 $9300 $0 Manager 0 $000 $0

TLambert Bridge Project Engineer - Key Personnel 40 $6721 $2688 JConklin Roadway Project Engineer - Key Personnel 33 $6601 $2178

Environmental Principal 0 $7788 $0 PChoi Environmental Manager (B3) - Key Personnel 0 $6240 $0 C Pinkerton Bridge Senior Engineer 36 $5332 $1920 G Armstrong Roadway Senior Engineer 16 $5724 $916 B SchoppeA Bedal Engineer II 222 $4100 $9102 K NegoroN Hernande Engineer I 216 $3300 $7128 G Imbsen Eng CADD Supervisor 14 $5148 $721 A Cardoza Eng CADD Technician 78 $3415 $2664 J Hull Eng Desktop Publisher 0 $3000 $0 MaechlerHawthorne Eng AdmAssistant 2 $3000 $60 W Broeking Environmental PlannerScientist II 0 $3894 $0 G Drosky Environmental PlannerScientist I 0 $2785 $0

Senior ScientistBiologist (A1) 0 $5492 $0 E Biolsi Technical EditorFinancial Analyst 0 $3605 $0 J Hanzel-Durbin SeniorEngineer (B3) 0 $4710 $0 D Rathnayake SeniorEnvironmental Mgr (A3) 0 $8080 $0 -- 0 $000 $0

Escalation Factor 30 $827

Total Direct Labor Costs 657 $2820328 INDIRECT COSTS

Rate Total Fringe Benefits 4962 General Overhead 11040 Cost of Facilities Capital 000

Overhead 16002 $4513089 Total Indirect Costs $4513089

OTHER DIRECT COSTS Quantity Per Unit Total

Airfare (round trips) 0 $0000 $0 Mileage 500 $0535 $268 Lodging 0 $150000 $0 Per Diem 2 $46000 $92 Car rental 0 $0000 $0 Miscellaneous Travel 0 $0000 $0 Mail 10 $054 $5 Overnight mail 0 $1500 $0 Copies (85x11) 100 $012 $12 Copies (11x17) 100 $200 $200 Prints (22x34) 5 $300 $15 Mylars (22x34) 5 $1200 $60 Environmental EDR Report 0 $35000 $0 Miscellaneous 50 $500 $25

Total Other Costs $67685

FEE (Profit) 10 $733342

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Shannon amp Wilson (inc Woodward Drilling DBE) 2 WRECO (DBE) 3 Circlepoint (Optional) 4 0 5 Cinquini and Passarino 6 NAL 7 Origer 8 Anchor QEA 9 Anchor QEA (Optional)

10 Shannon amp Wilson (Optional)

Optional Basic

$2652981

$84440 $2654490

$5391912

TOTAL COST $13526355

TRC ENGINEERS 080416 Project

BASIC SERVICES - DESIGN FEE ESTIMATE WORKSHEET Increase

Sub administration

Current Date

Expenses Description

Amount DBE

358

717

1075

205

Total DBE including Supplemental)

205

$18981019

$580525

$63017781

$4531371

Subconsultants

Expenses

Total

$18981019

$1710917

$5391912

Total $76544136

$43456237Labor

Car rental

Proposal Date

$0

$184

$0

Sonoma County

Replacement of the Franz Creek Bridge

Bridge No 20C0326 County No C14007

Travel Name

NAL $176323

Basic Services

$5916619Shannon amp Wilson (inc Woodward Drilling DBE)

Miscellaneous Travel

Cinquini and Passarino

Subconsultants (Labor + ODC)

Anchor QEA

Airfare (round trips)

Mileage

Lodging

Per Diem

Total Basic Services

$0

Origer

$0

$1177

Other Direct Costs

Subconsultants Admin Costs

Travel Subtotal

Total Supplemental Services

$1736

$4070

$0

Shannon amp Wilson (Optional)

Optional Services

Total

ODC Subtotal

$5805

$4070

$2654490

$1157155

$84440

P2016-33

WRECO (DBE)

00

03-Oct-17

00

$5488634 Total Fee Estimate (wescalation)

Environmental Mileage $375

1280

Total Basic + Supplemental Fee Estimate Basic Services $63017781

Optional Services $8066759

Subconsultants Optional $5391912 $2652981

Anchor QEA (Optional)

Expenses $67685Circlepoint (Optional)

1032017

2017_10_03_Franz Creek Fee_RevisedTotals with Expenses

BASIC SERVICES ESCALATION CALCULATION

Employee Actual

Employe e Rate

Hours on Project

of Project

Weighted Portion of

Rate Project Manager - Key Personnel 9300$ 162 516 $480 Manager -$ 0 000 $000 Bridge Project Engineer - Key Pers 6721$ 220 701 $471 Roadway Project Engineer - Key P 6601$ 361 1149 $758 Environmental Principal 7788$ 0 000 $000 Environmental Manager (B3) - Key 6240$ 141 449 $280 Bridge Senior Engineer 5332$ 84 268 $143 Roadway Senior Engineer 5724$ 114 363 $208 Engineer II 4100$ 636 2027 $831 Engineer I 3300$ 778 2480 $818 Eng CADD Supervisor 5148$ 93 296 $153 Eng CADD Technician 3415$ 298 950 $324 Eng Desktop Publisher 3000$ 56 178 $054 Eng AdmAssistant 3000$ 44 140 $042 Environmental PlannerScientist II 3894$ 0 000 $000 Environmental PlannerScientist I 2785$ 126 402 $112 Senior ScientistBiologist (A1) 5492$ 0 000 $000 Technical EditorFinancial Analyst 3605$ 14 045 $016 SeniorEngineer (B3) 4710$ 7 022 $011 SeniorEnvironmental Mgr (A3) 8080$ 4 013 $010

-$ 0 000 $000 3138 10000 $4712 TRC ave rate March 2017

Year Est hours spent per

year

Est spent per

year

Unescalated Ave Rate Escalation Escalated

Ave Rate

Total Unescalated

Labor

Total Escalated

Labor

Escalated Labor by

Year Sept 2017 to December 2017 Design 500 1594 $4712 Jan 2018 to December 2018 Design 1322 4214 $4712 20 $4806 $62290 $63536 $1246 Jan 2019 to December 2019 Design 1322 4214 $4712 20 $4902 $62290 $64806 $2517 Jan 2020 to December 2020 Const 50 159 $4712 20 $5000 $2356 $2500 $144 Jan 2021 to December 2021 Const 50 159 $4712 20 $5100 $2356 $2550 $194

3244 103 $129292 $133392 $4101

Difference between Unescalated Labor and Escalated Labor

TRC ENGINEERS FEE ESTIMATE WORKSHEET Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

Travel From Rancho Cordova To Santa Rosa CA (110 mi) of people 2 of days 2 of nights 0 of trips 14

Rate Airfare (round trips) x trips x people = $000 Mileage $0535 x 220 miles x 10 trips = $117700 Lodging $15000 x 0 nights x 2 people = $000 Per Diem $4600 x 2 days x 2 people = $18400 Car rental x days x people = $000 Miscellaneous Travel x units x units = $000 Environmental Mileage $0535 700 $37450 Total Travel $173550

ODCs Rate

Mail $0535 50 $1500 10

$012 500 $200 1000 $300 162

$1200 81 $35000 1

$500 5 1

x pieces = Overnight mail x pieces = Copies (85x11) x copies = Copies (11x17) x prints = Prints (22x34) x prints = Mylars (22x34) x prints = Environmental EDR Report x = Miscellaneous x units = Visual Assessment Study Total ODCs

Total Travel and ODCs

$2675 $15000

$6000 $200000

$48600 $97200 $35000

$2500 $000

$406975

$580525

2017_10_03_Franz Creek Fee_RevisedExpenses Worksheet 1032017

080416

412017

ProjectSonoma County TRC Design Proposal Date P2016-33Replacement of the Franz Creek Bridge DESIGN FEE ESTIMATE WORKSHEET Start Date

Bridge No 20C0326 County No C14007 End Date

LABOR

Task Description anager - Key Personn

Project

Manager ngineer - Key Personn

Bridge Project

ngineer - Key Personn

Roadway Project

Principal

Environmental

ager (B3) - Key Perso

Environmental Bridge Senior

Engineer Engineer

Roadway Senior

II

Engineer Engineer

I

Eng CADD

Supervisor Technician

Eng CADD

Publisher

Eng Desktop

Assistant

Eng Adm

PlannerScientist II

Environmental

PlannerScientist I

Environmental

Biologist (A1)

Senior Scientist

Financial Analyst

Technical Editor

Engineer (B3)

Senior

nvironmental Mgr (A3

Senior Total

Hours

Total

$

MImbriani TLambert JConklin PChoi C Pinkerton G Armstrong B SchoppeA Bedal NegoroN Hernande G Imbsen A Cardoza J Hull MaechlerHawthorne W Broeking G Drosky E Biolsi J Hanzel-Durbin D Rathnayake --

Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Task 1 Project Management Task 11 Project kickoff Meeting 8 8 8 4 28 $1930 Task 12 ProjectStaff Management 40 24 30 16 16 126 $8497 Task 13 Meetings 58 32 68 20 178 $12633 Task 14 Work Progress Form 24 12 24 24 84 $5343 Task 2 Preliminary Engineering Task 2A Alignment Engineering Task 2A1 Assess Available Information 4 4 10 8 26 $1156 Task 2A2 Alignment Alternatives Analysis 16 32 40 2 90 $3748 Task 2B Preliminary Structure Engineering and 35 Design Task 2B1 Bridge Type Selection Report Preparation (DraftFinal) 4 4 28 12 3 12 4 4 71 $2830 Task 2B2 Prepare 35 Design Plans 4 1 4 1 32 36 8 28 114 $4473 Task 2B3 General Plan Cost Estimate 2 1 4 1 4 24 2 38 $1487 Task 2C Utility Coordination Task 2C1 Utility Letters Task 2C11 Prepare A Letters and Plans 05 8 4 4 4 205 $924 Task 2C12 Compile Utility information into Utility Drawing 8 8 16 32 $1314 Task 2C13 Prepare B Letters and Plans 05 8 6 8 6 285 $1206 Task 2C14 Utilities begin Relocation Design Task 2C15 Prepare C Letters and Plans 05 8 8 8 8 325 $1356 Task 2C16 Utilities begin Relocation Construction 2 2 $60 Task 2C2 Utility Company Coordination 12 80 24 116 $6163 Task 2C3 Develop Utility Relocation Plans 1 16 30 47 $1712 Task 2C4 Utility Relocation Cost Estimates 1 16 4 21 $854 Task 3 SurveyingMappingROW Engineering Task 31 Topographic Survey Task 32 Right-of-Way (ROW) Task 321 Boundary Surveys Task 322 Appraisal Mapping - Task Deleted Task 33 Title Reports Task 34 Legal Descriptions 2 4 16 22 $824 Task 35 Creek Cross Sections for Hydraulic Analysis Task 36 Survey Control Sheet Task 4 Geotechnical Engineering Task 41 Preliminary Foundation Memo (PFM) Task 42 Planning amp Permitting Task 43 Traffic Control Task 44 Geologic Reconnaissance Task 45 Laboratory Testing Task 46 Engineering and Geologic Analyses Task 47 Prepare Draft Geotechnical Report 4 8 12 $597 Task 48 Prepare Final Geotechnical Report 2 6 8 $380 Task 5 Hydrology and Hydraulics Task 51 Data Collection and Site Review 4 4 8 $433 Task 52 Hydraulics Analyses 8 8 16 $856 Task 53 Documentation Task 54 Scour Analyses Task 55 Design Hydrology and Hydraulics Reports and Studies Task 551 Design Hydrology and Hydraulics Report Task 5511 Draft Design Hydrology and Hydraulics Report 4 1 4 9 $499 Task 5512 Final Design Hydrology and Hydraulics Report 2 1 4 7 $364 Task 552 Location Hydraulic Study Task 5521 Draft Location Hydraulic Study 4 1 4 9 $499 Task 5522 Final Location Hydraulic Study 2 1 4 7 $364 Task 56 Dry Weather Flow and Bypass Task 6 Environmental Task 601 Environmental Project Management 60 60 $3744 Task 602 Environmental Conf CallsCoordinationMeetings 24 30 54 $3456 Task 603 Environmental Engineering Support 24 24 24 72 $3360 Task 6031 Assist the County with preparation of NEPACEQA documents 4 4 $269 Task 6032 Identify issues that must be addressed in the design 2 8 4 2 24 40 $1750 Task 6033 Prepare Equipment Staging Technical Memo 2 1 4 8 4 19 $874 Task 6034 Prepare Right of Way Technical Memo 1 8 9 $394 Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA 1 3 50 4 2 60 $1996 Task 612 Revised ISA 1 1 10 2 1 15 $582 Task 613 Final ISA 1 8 1 1 11 $413 Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations 1 4 40 24 40 8 117 $4597 Task 622 Revised VIA and Visual Simulations 1 2 10 4 17 $614 Task 623 Final VIA and Visual Simulations 2 8 2 12 $420 Task 63 Cultural Resources (Includes Developing APE map) 1 2 3 $191 Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER 1 6 7 $440 Task 6312 Revised HRER 1 4 5 $316 Task 6313 Final HRER 2 2 $125 Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR 1 4 5 $316

2017_10_03_Franz Creek Fee_RevisedTRC Design 1032017

Task 6322 Revised ASR 1 2 3 $191 Task 6323 Final ASR 2 2 $125 Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR 1 4 5 $316 Task 6332 Revised HPSR 1 2 3 $191 Task 6333 Final HPSR 2 2 $125 Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise 1 1 $66 Task 672 Revise Noise 1 1 $66 Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR 1 8 9 $565 Task 682 Revise WQAR 1 1 $66 Task 683 Final WQAR Task 7 Public Outreach Task 71 Public Outreach Meetings (2 meetings1 day) 8 8 $528 Task 72 Sonoma County Board of Supervisor Meetings (1 total) 8 8 16 $1272 Task 8 65 PSampE Task 81 BridgeStructural Design Development 20 8 140 24 112 4 4 312 $12811 Task 82 Bridge Approach Roadways Task 821 Roadway Civil Design 8 16 50 74 $2834 Task 822 Traffic Design 4 16 20 $692 Task 83 Channel Protection Design Task 84 Stormwater Pollution Prevention Plan 4 8 12 $428 Task 85 Erosion Control Plans 4 8 12 $428 Task 86 Engineering Support to the Permit Process 1 4 12 8 4 29 $1156 Task 87 Cost Estimate amp Specifications 2 4 18 36 60 $2274 Task 88 Contract Drawings - Prepare Submittal 4 4 8 2 2 8 2 2 32 $1372 Task 89 QCQA 8 8 4 20 $1404 Task 9 95 PSampE Task 91 Address County Comments 2 4 18 8 4 36 $1470 Task 92 Complete Design and Bid Documents 4 8 4 24 48 12 72 4 4 180 $6895 Task 93 Independent Design Check 8 8 24 120 160 $5908 Task 94 Cost Estimate amp Specifications 40 36 8 56 76 216 $10295 Task 95 Perform 95 QCQA 16 8 24 $2016 Task 10 Final -100 PSampE Task 101 Address County Comments 2 4 4 24 2 36 $1364 Task 102 Finalize Documents 2 4 2 16 48 4 24 2 2 104 $3891 Task 103 Prepare Final Deliverables 1 2 2 8 16 2 2 33 $1282 Task 104 Federal Funding Assistance 8 8 $528 Task 11 Pre-Construction Engineering Services Task 111 Pre-Bid Meeting 4 4 8 $533 Task 112 Respond to Bidder Inquiries 4 4 4 8 8 28 $1338 Task 113 Prepare Addenda 2 4 4 4 14 $776 Task 114 Assist in Evaluating Bids 4 4 $269 Supp Supplemental Services Task 2C5 Utility Potholing 4 8 16 16 44 $1906 Task 49 Geotechnical Retaining Wall Investigation and Analysis 4 8 12 $592 Task 69 Noise - Bioacoustic Analysis 1 1 $66 Task 7A Public Outreach led by the Consultant Task 7A1 Facilitate Public Meetings Task 7A2 Distribute Informational Materials to the Community Task 7A3 Media Relations Task 810 Retaining Wall Design 24 8 24 8 168 184 12 72 500 $19915 Task 12 Construction Support Services Task 121 Pre-Construction Meeting 4 4 8 $533 Task 122 Construction Site Visits 12 12 12 30 16 2 6 2 92 $4364

Hrs 162 Hrs Hrs 220 Hrs 361 Hrs Hrs 141 Hrs 84 Hrs 114 Hrs 636 Hrs 778 Hrs 93 Hrs 298 Hrs 56 Hrs 44 Hrs Hrs 126 Hrs Hrs 14 Hrs 7 Hrs 4 Hrs 3138 $147832 Rate 930 Rate Rate 672 Rate 660 Rate 779 Rate 624 Rate 533 Rate 572 Rate 410 Rate 330 Rate 515 Rate 342 Rate 300 Rate 300 Rate 389 Rate 279 Rate 549 Rate 361 Rate 471 Rate 808 Rate

FeeClassification 15066 14786 23797 8798 4479 6525 26076 25674 4788 10177 1680 1320 3509 505 330 323 3138 $147832 of Total HoursClassification 5 7 11 4 3 4 20 25 3 9 2 1 4 0 0 0 100

2017_10_03_Franz Creek Fee_RevisedTRC Design 1032017

Attachment to TRC Engineers Inc Exhibit 10‐K

Sonoma County ‐ Replacement of the Franz Creek Bridge 20C0326

Contract Value Basic

Firm Name Person(s) e‐mail Nal Paula Lee paulanal1com $176323

Anchor QEA Nick Duffort Katie Chamberlin

nduffortanchorqeacom kchamberlinanchorqeacom $1157155

Cinquini Jim Dickey jdickeycinquinipassarinocom $4531371 Origer Janine Origer janineorigercom $1710917 Shannon and Wilson Martin Mcllroy MWMshanwilcom $5916619 Wreco Han Bin Liang hanbin_liangwrecocom $5488634 TOTAL SUBCONSULTANTS $18981019

Attachment B

Shannon amp Wilson (inc Woodward Drilling DBE) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee

Bob Mitchell Scott Gaulke Debanik Chaudri Martin McIlroy Ben Aldridge Robert Leaf Sandy Cotrell Lori Nelson

Function

Vice President 1 - Key Personnel Vice President 4 Sr Associate 2 Associate 3 - Key Personnel Professional III 5 Professional II 6 Sr Tech Services 7 Sr Office Services 8 Escalation Factor

Hours

8 0

16 51 0

96 14 8

Hourly Rate

6289 6695 6439 6130 3064 2719 3380 3695

Total

$50312 $000

$103024 $312630

$000 $261024 $47326 $29560 $24116

$803876 $24116

Total Direct Labor Costs 193 $827992 INDIRECT COSTS

Rate Total Fringe Benefits 8640 General Overhead 10387 Cost of Facilities Capital 000

Overhead 19027 $1575421 Total Indirect Costs $1575421

OTHER DIRECT COSTS Item Description Seismic Timer NOA Testing (1 CARB 435 and 1 TEM) Survey Equipment Environmental Data Report County PRMD Permit and Inspection fees County Encroachment Permit (No Fee and No Bond) Mileage Traffic Control (DBE - Traffic Pros) Per Diem (Preliminary and Design Phases) Overnight Mail Laboratory Testing Geotechnical

Quantity 0

1

3 1

540 2 3 1 1

Per Unit $500000 $655000 $100000 $400000 $325000

$0000 $0535

$3250000 $200000 $25000

$3340000

Total $0 $0

$100 $0

$975 $0

$289 $6500 $600 $25

$3340

$0 $0

$11829

FEE (Profit) 10 $240341

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Geotechnical Drilling (Woodward Drilling -- DBE) 2 Certified Asbestos Consultant

$20900

$2090000

TOTAL COST $5916619

Sonoma County Shannon amp Wilson (inc Woodward Drillin Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Vice President

4 Vice President

2 Sr Associate

3 - Key Personnel Associate

5 Professional III Professional II

6 Sr Tech Services

7 Sr Office Services

8 Total Hours

Total $

Hours Bob Mitchell

Hours Scott Gaulke

Hours Debanik Chaudri

Hours Martin McIlroy

Hours Ben Aldridge

Hours Robert Leaf

Hours Sandy Cotrell

Hours Lori Nelson

Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 41 Preliminary Foundation Memo (PFM) 1 4 8 12 2 2 29 $1279 Task 42 Planning amp Permitting 12 12 $326 Task 43 Traffic Control Task 44 Geologic Reconnaissance 1 2 40 43 $1273 Task 45 Laboratory Testing 2 2 4 8 $357 Task 46 Engineering and Geologic Analyses 1 6 8 16 31 $1375 Task 47 Prepare Draft Geotechnical Report 2 4 23 6 10 2 47 $2368 Task 48 Prepare Final Geotechnical Report 1 2 8 6 2 4 23 $1061 Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services Task 121 Pre-Construction Meeting Task 122 Construction Site Visits

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 16 51 96 14 8 193 $803876 6289 6695 6439 6130 3064 2719 3380 3695

503 - 1030 3126 - 2610 473 296 - 193 $8039 4 8 26 50 7 4 100

1032017

2017_10_03_Franz Creek Fee_RevisedSub 1

Shannon amp Wilson (inc Woodward Drilling DBE) COST PROPOSAL - OPTIONAL SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Bob Mitchell Vice President 1 - Key Personnel 2 6289 $12578 Scott Gaulke Vice President 4 0 6695 $000 Debanik Chaudri Sr Associate 2 2 6439 $12878 Martin McIlroy Associate 3 - Key Personnel 8 6130 $49040 Ben Aldridge Professional III 5 33 3064 $101120 Robert Leaf Professional II 6 24 2719 $65256 Sandy Cotrell Sr Tech Services 7 3 3380 $10141 Lori Nelson Sr Office Services 8 3 3695 $11085 $262099

Escalation Factor $7829 $7829

Total Direct Labor Costs 75 $269927 INDIRECT COSTS

Rate Total Fringe Benefits 8640 General Overhead 10387 Cost of Facilities Capital 000

Overhead 19027 $513590 Total Indirect Costs $513590

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Seismic Timer $500000 $000 NOA Testing (1 CARB 435 and 1 TEM) $655000 $000 Survey Equipment 1 $100000 $10000 Environmental Data Report $400000 $000 County PRMD Permit and Inspection fees 1 $325000 $32500 County Encroachment Permit (No Fee and No Bond) $0000 $000 Mileage 230 $0535 $12321 Traffic Control (DBE - Traffic Pros) 2 $3250000 $650000 Per Diem (Preliminary and Design Phases) 2 $200000 $40000 Overnight Mail 0 $25000 $000 Laboratory Testing Geotechnical 1 $1260000 $126000 Laboratory Testing Analytical (DBE - Sparger Technology) $1750000 $000

$8708

FEE (Profit) 10 $78352

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Geotechnical Drilling (Woodward Drilling -- DBE) $9218 2 Certified Asbestos Consultant (NAL - DBE)

$921800

TOTAL COST $2654490

Sonoma County Shannon amp Wilson (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Vice President

4 Vice President

2 Sr Associate Associate

3 Professional III

5 Professional II

6 Sr Tech Services

7 Sr Office Services

8 Total Hours

Total $

Hours Bob Mitchell

Hours Scott Gaulke

Hours Debanik Chaudri

Hours Martin McIlroy

Hours Ben Aldridge

Hours Robert Leaf

Hours Sandy Cotrell

Hours Lori Nelson

Hours 0 $0

Task 2 Preliminary Engineering 0 $0 Task 3 SurveyingMappingROW Engineering 0 $0 Task 4 Geotechnical Engineering 0 $0 Task 41 Preliminary Foundation Memo (PFM) 0 $0 Task 42 Planning amp Permitting 10 10 $277 Task 43 Traffic Control 0 $0 Task 44 Geologic Reconnaissance 2 28 30 $982 Task 45 Laboratory Testing 0 $0 Task 46 Engineering and Geologic Analyses 1 1 4 5 12 23 $861 Task 47 Prepare Draft Geotechnical Report 1 2 2 1 6 $222 Task 48 Prepare Final Geotechnical Report 1 1 1 1 2 6 $298 Task 5 Hydrology and Hydraulics 0 $0 Task 6 Environmental 0 $0 Task 7 Public Outreach 0 $0 Task 8 65 PSampE 0 $0 Task 9 95 PSampE 0 $0 Task 10 Final -100 PSampE 0 $0 Task 11 Pre-Construction Engineering Services 0 $0 Task 12 Construction Support Services 0 $0

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

2 0 2 8 33 24 3 3 0 75 $264045 6289 6695 6502 6190 3064 2773 3380 3713

126 - 130 495 1011 666 101 111 - 75 $2640 3 0 3 11 44 32 4 4 0 100

Attachment C

WRECO (DBE) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours Hourly Rate Total

H Liang A Ochoa TBD TBD TBD TBD TBD

Principal Engineer - Key Personnel Supervising Engineer Senior Engineer Associate Engineer Staff Engineer Senior Technician Clerical Tech Editor

16 4

68 188 128 28 6

9351 7731 6487 4327 3361 2942 2500

$1496 $309

$4411 $8135 $4302 $824 $150

INDIRECT COSTS Total Direct Labor Costs 438 $1962716

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS

Rate 7195 4010 2810 14015

Total

$2750746 $2750746

Item Description Travel and Per Diem Reproductions Overnight Delivery

Quantity 632 50 4

Per Unit $0535

$50000 $50000

Total $33825

$250000 $20000

$303825

FEE (Profit) 10 $471346

$000

TOTAL COST $5488634

Sonoma County WRECO (DBE) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description ngineer - Key Person Principal

Engineer Supervising

Engineer Senior

Engineer Associate

Engineer Staff

Technician Senior

Tech Editor Clerical Total

Hours Total

$

Hours H Liang

Hours A Ochoa

Hours TBD

Hours TBD

Hours TBD

Hours TBD

Hours TBD

Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 51 Data Collection and Site Review 1 8 8 17 $959 Task 52 Hydraulics Analyses 1 4 8 16 2 31 $1296 Task 53 Documentation 1 8 12 8 29 $1401 Task 54 Scour Analyses 1 4 8 8 21 $968 Task 55 Design Hydrology and Hydraulics Reports and Studies Task 551 Design Hydrology and Hydraulics Report Task 5511 Draft Design Hydrology and Hydraulics Report 2 4 8 16 1 31 $1355 Task 5512 Final Design Hydrology and Hydraulics Report 1 2 6 8 1 18 $777 Task 552 Location Hydraulic Study Task 5521 Draft Location Hydraulic Study 1 4 10 4 1 20 $945 Task 5522 Final Location Hydraulic Study 1 2 4 2 1 10 $489 Task 56 Dry Weather Flow and Bypass 1 4 12 4 2 23 $1066 Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER Task 6312 Revised HRER Task 6313 Final HRER Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR Task 6322 Revised ASR Task 6323 Final ASR Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise Task 672 Revise Noise Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR 05 2 4 24 20 1 515 $2197 Task 682 Revise WQAR 05 1 1 12 8 05 23 $990 Task 683 Final WQAR 1 1 4 4 05 105 $462 Task 7 Public Outreach Task 8 65 PSampE Task 81 BridgeStructural Design Development Task 82 Bridge Approach Roadways Task 821 Roadway Civil Design Task 822 Traffic Design Task 83 Channel Protection Design 1 8 24 12 12 57 $2407 Task 84 Stormwater Pollution Prevention Plan Task 85 Erosion Control Plans Task 86 Engineering Support to the Permit Process Task 87 Cost Estimate amp Specifications 05 2 8 4 145 $657 Task 88 Contract Drawings - Prepare Submittal Task 89 QCQA Task 9 95 PSampE Task 91 Address County Comments 05 1 4 55 $285 Task 92 Complete Design and Bid Documents 1 4 16 8 8 37 $1550 Task 93 Independent Design Check Task 94 Cost Estimate amp Specifications 05 2 6 2 105 $503 Task 95 Perform 95 QCQA Task 10 Final -100 PSampE Task 101 Address County Comments 1 1 2 4 $245 Task 102 Finalize Documents 05 4 12 4 4 245 $1078 Task 103 Prepare Final Deliverables Task 104 Federal Funding Assistance Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

16 4 68 188 128 28 6 438 $19627 $9351 $7731 $6487 $4327 $3361 $2942 $2500

1496 309 4411 8135 4302 824 150 - - 438 $19627 4 1 16 43 29 6 1 100

Notes

1032017

2017_10_03_Franz Creek Fee_RevisedSub 2

Attachment D

Circlepoint (Optional) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Germano Title Project Mgr 12 6250 $75000 Pham Title Sr Associate 56 3466 $194096 Morales Title Coordinator 59 2765 $163135 Seward Title Sr Art Director 6 5300 $31800 Nelson Title Sr Web Designer 0 3724 $000 Krager Title Sr Graphic Design 8 3628 $29024 Sonne Title WebGraphic Design 32 3300 $105600

Escalation Factor $188

Total Direct Labor Costs 173 $617503 INDIRECT COSTS

Rate Total Fringe Benefits 5932 General Overhead 12840 Cost of Facilities Capital 000

Overhead 18772 $1159177 Total Indirect Costs $1159177

OTHER DIRECT COSTS Item Description Quantity Per Unit Total

Mileage 1296 $0535 $69300 Reproduction 1 $350000 $350000 Display Ads 1 $100000 $100000 Exhibit Boards 12 $12000 $144000 Room Rentals 1 $33333 $33333 Online Survey 1 $2000 $2000

$698633

FEE (Profit) 10 $177668

TOTAL COST $2652981

Sonoma County Circlepoint (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Title

Project Mgr Title

Sr Associate Title

Coordinator Title

Sr Art Director Title

Sr Web Designer Title

Sr Graphic Design Title

WebGraphic Design Total Hours

Total $

Hours Germano

Hours Pham

Hours Morales

Hours Seward

Hours Nelson

Hours Krager

Hours Sonne

Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 71 Public Outreach Meetings (2 meetings1 day) 5 20 24 4 4 20 77 $2686 Task 72 Sonoma County Board of Supervisor Meetings (1 total) 6 6 $208

4 15 20 2 4 12 57 $1970 3 15 15 33 $1122

Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

12 56 59 6 8 32 173 $5987 625 347 277 530 372 363 330

75000 194096 163135 31800 29024 105600 - - 173 $5987 7 32 34 3 5 18 100

Notes

56

1032017

2017_10_03_Franz Creek Fee_RevisedSub 3

Attachment E

Cinquini and Passarino COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

0 Principal Professional Land Surveyor 1 - Key Personn 26 6500 $1690 0 Professional Land Surveyor 2 88 5250 $4620 0 Staff Surveyor 3 24 3200 $768 0 Cad Technician 4 56 3100 $1736 0 1 Person Crew 5 0 3975 $0 0 2 Person Crew 6 78 7250 $5655 0 3 Person Crew 7 0 10531 $0 0 Office Manager 8 0 3245 $0 0 Admin Staff 9 0 2448 $0 0 Staff Surveyor 10 0 000 $0

Total Direct Labor Costs 272 $1446900 INDIRECT COSTS

Rate Total Fringe Benefits 7249 General Overhead 8897 Cost of Facilities Capital 000

Overhead 16146 $2336165 Total Indirect Costs $2336165

OTHER DIRECT COSTS Item Description Quantity Per Unit Total

1 Title Reports 4 $750000 $3000 2 Record of Survey 1 $700000 $700

$3700

FEE (Profit) 10 $378306

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 2

$000

TOTAL COST $4531371

Sonoma County Cinquini and Passarino Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel l Professional Land S

2 fessional Land Surve

3 Staff Surveyor

4 Cad Technician

5 1 Person Crew

6 2 Person Crew 3 Person Crew

7 Office Manager

8 Admin Staff

9 Staff Surveyor

10 ncipal Prof Land Surve

11 Total Hours

Total $

Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 31 Topographic Survey 6 16 40 30 92 $4645 Task 32 Right-of-Way (ROW) 8 32 8 24 72 $4196 Task 321 Boundary Surveys Task 322 Appraisal Mapping - Task Deleted Task 33 Title Reports 4 4 $210 Task 34 Legal Descriptions 10 24 16 50 $2422 Task 35 Creek Cross Sections for Hydraulic Analysis 6 8 24 38 $2303 Task 36 Survey Control Sheet 2 6 8 16 $693 Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

26 88 24 56 78 272 $14469 650 525 320 310 398 725 1053 325 245 1690 4620 768 1736 - 5655 - - - - - 272 $14469

10 32 9 21 29 100

1032017

2017_10_03_Franz Creek Fee_RevisedSub 5

Attachment F

NAL COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

De Arcos Senior Envir Consultant 1 8000 $80 Lee Envir Consultant - Key Personnel 8 7500 $600 Scott Technician I 3 6000 $180 Hall Office Support 4 3000 $120

0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0

Total Direct Labor Costs 16 $98000 INDIRECT COSTS

Rate Total Fringe Benefits 1500 General Overhead 2000 Cost of Facilities Capital 009

Overhead 3509 $34388 Total Indirect Costs $34388

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Mileage (one field visit and two project meetings in Santa Rosa) 256 $0535 $137 Data Collection (up to five intersections) 10 $17000 $170

$307

FEE (Profit) 10 $13239

$000

TOTAL COST $176323

Sonoma County NAL Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task Description Envir Consultant Senior Envir Consultant -

Key Personnel Technician I Office Support Total Hours

Total $

De Arcos Lee Scott HallHours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours

Task 1 Project Management Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 61 Initial Site Assessment (ISA) 5 3 8 $555 Task 611 Draft ISA 1 3 4 $170 Task 612 Revised ISA 2 05 25 $165 Task 613 Final ISA 1 05 15 $90 Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

1 8 3 4

- - - - - - - - -

16 800 750 600 300

16 $98080 600 180 120 6 50 19 25 100

Notes

1032017

2017_10_03_Franz Creek Fee_RevisedSub 6

Attachment G

Origer COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours Hourly Rate Total

Janine Origer Vicki Beard

Principal Investgator 1 - Key Personnel Architectural Historian 2 Staff

60 122

0

2800 2800 1800

$1680 $3416

$0

Total Direct Labor Costs INDIRECT COSTS

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS Item Description mileage Northwest Inform Hourly access fee Copies per page fee for paper or digital copies Historical societ Research fees

182

Quantity 40

1

Rate 9000 11300

005 20305

Per Unit $0535

$100000 $0150

$100000

Total

$1034743

Total $21 $100

$0 $0

$509600

$1034743

$121

FEE (Profit) 10 $154434

TOTAL COST $1710917

Sonoma County Origer Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Principal InvestgatorA

2 rchitectural Historian Staff Total

Hours Total

$

Hours Janine Origer

Hours Vicki Beard

Hours Hours Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) 12 102 114 $3192 Task 631 Historic Resources Evaluation Report (HRER) 16 16 $448 Task 6311 Draft HRER 4 4 $112 Task 6312 Revised HRER Task 6313 Final HRER 32 32 $896 Task 632 Archaeological Survey Report (ASR) 4 4 $112 Task 6321 Draft ASR 2 2 $56 Task 6322 Revised ASR Task 6323 Final ASR 6 6 $168 Task 633 Historic Properties Survey Report (HPSR) 2 2 $56 Task 6331 Draft HPSR 2 2 $56 Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise Task 672 Revise Noise Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR Task 682 Revise WQAR Task 683 Final WQAR Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

60 122 182 280 280 180 1680 3416 - - - - - - - 182 $5096

33 67 100 Notes

2017_10_03_Franz Creek Fee_RevisedSub 7

1032017

Attachment H

Anchor QEA COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Josh Burnam Managing Partner 8 $9010 $721 Katie Chamberlin Project Manager - Key Personnel 6 $5600 $336 Nick Duffort Senior PlannerBiologist - Key Personnel 66 $3800 $2508 Jordan Theyel Editor 14 $2480 $347

0 0 $000 $0 0 0 $000 $0

Total Direct Labor Costs 94 $391200 INDIRECT COSTS

Rate Total Fringe Benefits 9354 General Overhead 7297 Cost of Facilities Capital 018

Overhead 16669 $652091 Total Indirect Costs $652091

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Hotel $200000 $0 Travel 178 $0535 $95

$95

FEE (Profit) 10 $104329

TOTAL COST $1157155

Sonoma County Anchor QEA Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Managing Partner t Manager - Key PernnerBiologist - Key Editor Total Hours

Total $

Hours Josh Burnam

Hours Katie Chamberlin

Hours Nick Duffort

Hours Jordan Theyel

Hours Hours Hours Hours Hours

Task 11 Project kickoff Meeting Task 12 ProjectStaff Management Task 13 Meetings Task 14 Work Progress Form Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER Task 6312 Revised HRER Task 6313 Final HRER Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR Task 6322 Revised ASR Task 6323 Final ASR Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise 20 20 $760 Task 671 Draft Noise 6 4 34 10 54 $2305 Task 672 Revise Noise Task 673 Final Noise 2 2 12 4 20 $847 Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR Task 682 Revise WQAR Task 683 Final WQAR Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 6 66 14 94 $9010 $5600 $3800 $2480

721 336 2508 347 - - - - - 94 $3912 9 6 70 15 100

Notes

2017_10_03_Franz Creek Fee_RevisedSub 8

1032017

Anchor QEA (Optional) COST PROPOSAL - OPTIONAL SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours

Josh Burnam Managing Partner 0 Katie Chamberlin Project Manager - Key Personnel 0 Nick Duffort Senior PlannerBiologist - Key Personne 8 Jordan Theyel Editor 0

0 0 0 0

Total Direct Labor Costs 8 INDIRECT COSTS

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS Item Description Quantity Hotel Travel

Hourly Rate

90 $5599 $3598 $2403 $000 $000

Rate 9354 7297 018 16669

Per Unit $235000

$0535

Total

$0 $0

$288 $0 $0 $0

Total

$47980

Total $0 $0

$28784

$47980

$0

FEE (Profit) 10 $7676

TOTAL COST $84440

Sonoma County Anchor QEA (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Managing Partner t Manager - Key PernnerBiologist - Key Editor Total Hours

Total $

Hours Josh Burnam

Hours Katie Chamberlin

Hours Nick Duffort

Hours Jordan Theyel

Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 67 Noise Task 671 Draft Noise 8 8 $288 Task 672 Revise Noise Task 673 Final Noise Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 8 9005 5599 3598 2403

- - 288 - - - - - - 8 $288 100 100

Notes

2017_10_03_Franz Creek Fee_RevisedSub 8-Optional

1032017

EXHIBIT B- Insurance Requirements

With respect to performance of work under this Agreement Consultant shall maintain and shall require all of its subcontractors consultants and other agents to maintain insurance as described below unless such insurance has been expressly waived by the attachment of a Waiver of Insurance Requirements Any requirement for insurance to be maintained after completion of the work shall survive this Agreement

County reserves the right to review any and all of the required insurance policies andor endorsements but has no obligation to do so Failure to demand evidence of full compliance with the insurance requirements set forth in this Agreement or failure to identify any insurance deficiency shall not relieve Consultant from nor be construed or deemed a waiver of its obligation to maintain the required insurance at all times during the performance of this Agreement

1 Workers Compensation and Employers Liability Insurance a Required if Consultant has employees as defined by the Labor Code of the State of

California b Workers Compensation insurance with statutory limits as required by the Labor Code of

the State of California c Employers Liability with minimum limits of $1000000 per Accident $1000000 Disease

per employee $1000000 Disease per policy d Required Evidence of Insurance Certificate of Insurance

If Consultant currently has no employees as defined by the Labor Code of the State of California Consultant agrees to obtain the above-specified Workers Compensation and Employers Liability insurance should employees be engaged during the term of this Agreement or any extensions of the term

2 General Liability Insurance a Commercial General Liability Insurance on a standard occurrence form no less broad than

Insurance Services Office (ISO) form CG 00 01 b Minimum Limits $1000000 per Occurrence $2000000 General Aggregate $2000000

ProductsCompleted Operations Aggregate The required limits may be provided by a combination of General Liability Insurance and Commercial Excess or Commercial Umbrella Liability Insurance If Consultant maintains higher limits than the specified minimum limits County requires and shall be entitled to coverage for the higher limits maintained by Consultant

c Any deductible or self-insured retention shall be shown on the Certificate of Insurance If the deductible or self-insured retention exceeds $25000 it must be approved in advance by County Consultant is responsible for any deductible or self-insured retention and shall fund it upon Countyrsquos written request regardless of whether Consultant has a claim against the insurance or is named as a party in any action involving the County

d The County of Sonoma its Officers Agents and Employees shall be endorsed as additional insureds for liability arising out of operations by or on behalf of the Consultant in the performance of this Agreement

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 1 of 3 STPLZ-5920(149)

e The insurance provided to the additional insureds shall be primary to and non-contributory with any insurance or self-insurance program maintained by them

f The policy definition of ldquoinsured contractrdquo shall include assumptions of liability arising out of both ongoing operations and the products-completed operations hazard (broad form contractual liability coverage including the ldquofrdquo definition of insured contract in ISO form CG 00 01 or equivalent)

g The policy shall cover inter-insured suits between the additional insureds and Consultant and include a ldquoseparation of insuredsrdquo or ldquoseverabilityrdquo clause which treats each insured separately

h Required Evidence of Insurance i Copy of the additional insured endorsement or policy language granting additional

insured status and ii Certificate of Insurance

3 Automobile Liability Insurance a Minimum Limit $1000000 combined single limit per accident The required limits may

be provided by a combination of Automobile Liability Insurance and Commercial Excess or Commercial Umbrella Liability Insurance

b Insurance shall cover all owned autos If Consultant currently owns no autos Consultant agrees to obtain such insurance should any autos be acquired during the term of this Agreement or any extensions of the term

c Insurance shall cover hired and non-owned autos d Required Evidence of Insurance Certificate of Insurance

4 Professional LiabilityErrors and Omissions Insurance a Minimum Limits $1000000 per claim or per occurrence $1000000 annual aggregate b Any deductible or self-insured retention shall be shown on the Certificate of Insurance If

the deductible or self-insured retention exceeds $25000 it must be approved in advance by County

c If the insurance is on a Claims-Made basis the retroactive date shall be no later than the commencement of the work

d Coverage applicable to the work performed under this Agreement shall be continued for two (2) years after completion of the work Such continuation coverage may be provided by one of the following (1) renewal of the existing policy (2) an extended reporting period endorsement or (3) replacement insurance with a retroactive date no later than the commencement of the work under this Agreement

e Required Evidence of Insurance Certificate of Insurance

5 Standards for Insurance Companies Insurers other than the California State Compensation Insurance Fund shall have an AM Bests rating of at least AVII

6 Documentation a The Certificate of Insurance must include the following reference Franz Valley School

Road over Franz Creek Bridge Replacement (C14007)

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 2 of 3 STPLZ-5920(149)

b All required Evidence of Insurance shall be submitted prior to the execution of this Agreement Consultant agrees to maintain current Evidence of Insurance on file with County for the entire term of this Agreement and any additional periods if specified in Sections 1 ndash 4 above

c The name and address for Additional Insured endorsements and Certificates of Insurance is The County of Sonoma its Officers Agents and Employees Attn Olesya Tribukait 2300 County Center Drive Suite B100 Santa Rosa CA 95403

d Required Evidence of Insurance shall be submitted for any renewal or replacement of a policy that already exists at least ten (10) days before expiration or other termination of the existing policy

e Consultant shall provide immediate written notice if (1) any of the required insurance policies is terminated (2) the limits of any of the required policies are reduced or (3) the deductible or self-insured retention is increased

f Upon written request certified copies of required insurance policies must be provided within thirty (30) days

7 Policy Obligations Consultants indemnity and other obligations shall not be limited by the foregoing insurance requirements

8 Material Breach If Consultant fails to maintain insurance which is required pursuant to this Agreement it shall be deemed a material breach of this Agreement County at its sole option may terminate this Agreement and obtain damages from Consultant resulting from said breach Alternatively County may purchase the required insurance and without further notice to Consultant County may deduct from sums due to Consultant any premium costs advanced by County for such insurance These remedies shall be in addition to any other remedies available to County

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 3 of 3 STPLZ-5920(149)

ATTACHMENT B DATE (MMDDYYYY)

CERTIFICATE OF LIABILITY INSURANCE 03182017

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER

Suite 370 3780 Mansell Road

Greyling Insurance Brokerage

Alpharetta GA 30022

1-770-552-4225 CONTACT NAME Jerry Noyola PHONE (AC No Ext) 770-552-4225

FAX (AC No) 866-550-4082

ADDRESS E-MAIL jerrynoyolagreylingcom

INSURER(S) AFFORDING COVERAGE NAIC

INSURER A NATIONAL UNION FIRE INS CO OF PITTS 19445

INSURED

Rancho Cordova CA 95670 Suite 100 10680 White Rock Road TRC Companies Inc TRC Engineers Inc

INSURER B XL SPECIALTY INS CO 37885

INSURER C NEW HAMPSHIRE INS CO 23841

INSURER D STEADFAST INS CO 26387

INSURER E

INSURER F

COVERAGES CERTIFICATE NUMBER 49364000 REVISION NUMBER

CERTIFICATE HOLDER

AUTHORIZED REPRESENTATIVE

CANCELLATION

LOCJECT PROshy

POLICY

GENL AGGREGATE LIMIT APPLIES PER

OCCURCLAIMS-MADE

COMMERCIAL GENERAL LIABILITY

PREMISES (Ea occurrence) $ DAMAGE TO RENTED EACH OCCURRENCE $

MED EXP (Any one person) $

PERSONAL amp ADV INJURY $

GENERAL AGGREGATE $

PRODUCTS - COMPOP AGG $

$RETENTIONDED

CLAIMS-MADE

OCCUR

$

AGGREGATE $

EACH OCCURRENCE $UMBRELLA LIAB

EXCESS LIAB

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES (ACORD 101 Additional Remarks Schedule may be attached if more space is required)

INSR LTR TYPE OF INSURANCE POLICY NUMBER

POLICY EFF (MMDDYYYY)

POLICY EXP (MMDDYYYY) LIMITS

PER STATUTE

OTHshyER

EL EACH ACCIDENT

EL DISEASE - EA EMPLOYEE

EL DISEASE - POLICY LIMIT

$

$

$

ANY PROPRIETORPARTNEREXECUTIVE

If yes describe under DESCRIPTION OF OPERATIONS below

(Mandatory in NH) OFFICERMEMBER EXCLUDED

WORKERS COMPENSATION AND EMPLOYERS LIABILITY Y N

AUTOMOBILE LIABILITY

ANY AUTO ALL OWNED SCHEDULED

HIRED AUTOS NON-OWNED

AUTOS AUTOS

AUTOS

COMBINED SINGLE LIMIT

BODILY INJURY (Per person)

BODILY INJURY (Per accident)

PROPERTY DAMAGE $

$

$

$

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSD ADDL

WVD SUBR

N A

$

$

(Ea accident)

(Per accident)

OTHER

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

1000000

Department of Transporation and Public Works County of Sonoma

Including Pollution Liability

Contractual Liability

Professional Liability

X

X

040117

040117

040118 040118

D

1000000

Suite B-100 2300 County Center Drive

500000

X

non-contributory where required by written contract contract The above referenced liability policies with the exception of professional liability are primary amp liability policies with the exception of workers compensation amp professional liability where required by written The County of Sonoma its officers agents amp employees are named as Additional Insureds on the above referenced

10000

Re As contracted with Sonoma County Transportation amp Public Works

040118

040118

040118

N 1000000

2000000

X

X

9000000

Santa Rosa CA 95403

X

X

9000000

1000000

USA

040117

040117

1000000

040118A

B

X

2000000

X

0401175341999

040118X

5000000

5000000

Martha Cheever

X

25000

Aggregate

Per ClaimPEC019684301

US00075712LI17A

040117 040117

4773667 (AOS)

22298274 (AOS)

4773668 (MA)

22298275 (CA)

1000000

X

A

C

A

A

copy 1988-2014 ACORD CORPORATION All rights reserved ACORD 25 (201401) The ACORD name and logo are registered marks of ACORD JNoyola 49364000

Exhibit C

DISADVANTAGED BUSINESS ENTERPRISES (DBE)

THIS PROJECT IS SUBJECT TO TITLE 49 CFR 2613(B)

The consultant sub recipient or subcontractor shall not discriminate on the basis of race color

national origin or sex in the performance of this contract The consultant shall carry out

applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted

agreements Failure by the consultant to carry out these requirements is a material breach of this

agreement which may result in the termination of this agreement or such other remedy as the

recipient deems appropriate which may include but is not limited to (1) Withholding monthly progress payments (2) Assessing sanction (3) Liquidated damages andor (4) Disqualifying

the contractor from future bidding as non-responsible

Consultant must take necessary and reasonable steps to ensure that DBEs have opportunity to

participate in the agreement (49 CFR 26)

To ensure equal participation of DBEs provided in 49 CFR 265 the Department shows a goal

for DBEs Consultant must make work available to DBEs and select work parts consistent with

available DBE subcontractors and suppliers

Consultant must meet the DBE goal shown in Section 1342 of Agreement or demonstrate that

adequate good faith efforts have been made to meet this goal It is the consultantrsquos responsibility

to verify that the DBE firm is certified as DBE at date of proposal opening For a list of DBEs

certified by the California Unified Certification Program go to

httpwwwdotcagovhqbepfind_certifiedhtm

All DBE participation will count toward the Departments federally mandated statewide overall

DBE goal

Credit for materials or supplies you purchase from DBEs counts towards the goal in the

following manner

1 100 percent counts if the materials or supplies are obtained from a DBE manufacturer

2 60 percent counts if the materials or supplies are obtained from a DBE regular dealer

3 Only fees commissions and charges for assistance in the procurement and delivery of

materials or supplies count if obtained from a DBE that is neither a manufacturer or

regular dealer 49 CFR 2655 defines manufacturer and regular dealer

You receive credit towards the goal if you employ a DBE trucking company that performs a

commercially useful function as defined in 49 CFR 2655(d)(1) through (4) and (6)

DBE GOAL The Disadvantaged Business Enterprise (DBE) goal for this project is 11

DBE COMMITMENT SUBMITTAL Submit DBE information on the Caltrans Bidder ndash DBE Commitment form included as within this Agreement The form must be completed and returned with the agreement Submit written confirmation from each DBE stating that it is participating in the contract Include confirmation with the DBE Commitment form A copy of a DBEs quote will serve as written confirmation that the DBE is participating in the contract

It is the consultantrsquos responsibility to verify that the firm is certified as of the date of submittal Listings of DBEs certified by the CUCP are available at httpwwwdotcagovhqbeq Click the ldquoFind a Certified Firmrdquo link

GOOD FAITH EFFORTS SUBMITTAL If you have not met the DBE goal complete and submit the Good Faith Efforts Documentation form with the proposal showing that you made adequate good faith efforts to meet the goal Only good faith efforts directed towards obtaining participation by DBEs will be considered If your DBE Commitment form shows that you have met the DBE goal or if you are required to submit the DBE Commitment form you must also submit good faith efforts documentation Good faith efforts documentation must include the following information and supporting documents as necessary

1 Items of work the consultant has made available to DBE firms Identify those items of

work you might otherwise perform with its own forces and those items that have been

broken down into economically feasible units to facilitate DBE participation For each

item listed show the dollar value and percentage of the total contract It is your

responsibility to demonstrate that sufficient work to meet the goal was made available to

DBE firms

2 Names of certified DBEs and dates on which they were solicited to bid on the project

Include the items of work offered Describe the methods used for following up initial

solicitations to determine with certainty if the DBEs were interested and the dates of the

follow-up Attach supporting documents such as copies of letters memos facsimiles

sent telephone logs telephone billing statements and other evidence of solicitation You

are reminded to solicit certified DBEs through all reasonable and available means and

provide sufficient time to allow DBEs to respond

3 Name of selected firm and its status as a DBE for each item of work made available

Include name address and telephone number of each DBE that provided a quote and

their price quote If the firm selected for the item is not a DBE provide the reasons for

the selection

4 Name and date of each publication in which you requested DBE participation for the

project Attach copies of the published advertisements

5 Names of agencies and dates on which they were contacted to provide assistance in

contacting recruiting and using DBE firms If the agencies were contacted in writing

provide copies of supporting documents

6 List of efforts made to provide interested DBEs with adequate information about the

plans specifications and requirements of the contract to assist them in responding to a

solicitation If you have provided information identify the name of the DBE assisted the

nature of the information provided and date of contact Provide copies of supporting

documents as appropriate

7 List of efforts made to assist interested DBEs in obtaining bonding lines of credit

insurance necessary equipment supplies and materials excluding supplies and

equipment that the DBE subcontractor purchases or leases from the prime consultant or

its affiliate If such assistance is provided by you identify the name of the DBE assisted

nature of the assistance offered and date assistance was provided Provide copies of

supporting documents as appropriate

8 Any additional data to support demonstration of good faith efforts

SUBCONTRACTOR AND DBE RECORDS

The Consultant shall maintain records showing the name and business address of each first-tier

subcontractor The records shall also show the name and business address of every DBE

subcontractor DBE vendor of materials and DBE trucking company regardless of tier The

records shall show the date of payment and the total dollar figure paid to all of these 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

Upon completion of the Agreement a summary of these records shall be prepared on Final

Report-Utilization of Disadvantaged Business Enterprise (DBE) First Tier Subcontractors

Form CEM-2402(F) and certified correct by the Consultant or the Consultants authorized

representative and shall be furnished to the County Engineer The form shall be furnished to the

Engineer within 90 days from the date of contract acceptance

Prior to the fifteenth of each month the Consultant shall submit documentation to the Engineer

showing the amount paid to DBE trucking companies The Consultant shall also obtain and

submit documentation to the Engineer showing the amount paid by DBE trucking companies to

all firms including owner-operators for the leasing of trucks If the DBE who leases trucks

from a non-DBE the Consultant may count only for the fee or commission the DBE receives as

a result of the lease arrangement

The Consultant shall also obtain and submit documentation to the Engineer showing the truck

number owners name California Highway Patrol CA number and if applicable the DBE

certification number of the owner of the truck for all trucks used during that month This

documentation shall be submitted on Monthly DBE Trucking Verification Form CEM- 2404

(F)

DBE CERTIFICATION STATUS

If a DBE subcontractor is decertified during the life of the project the decertified subcontractor

shall notify the Consultant in writing with the date of decertification If a subcontractor becomes

a certified DBE during the life of the project the subcontractor shall notify the Consultant in

writing with the date of certification The Consultant shall furnish the written documentation to

the Engineer

Upon completion of the contract Disadvantaged Business Enterprise (DBE) Certification Status

Change Form CEM-2403 (F) indicating the DBEs existing certification status shall be signed

and certified correct by the Consultant The certified form shall be furnished to the Engineer

within 90 days from the date of contract acceptance

PERFORMANCE OF DBE SUBCONTRACTORS AND SUPPLIERS

The DBEs listed by the Consultant in response to the provisions in Section 2-102B Submission

of DBE Information and Section 3 Award and Execution of Contract of these special

provisions which are determined by the Department to be certified DBEs shall perform the

work and supply the materials for which they are listed unless the Consultant has received prior

written authorization to perform the work with other forces or to obtain the materials from other

sources

Authorization to use other forces or sources of materials may be requested for the following

reasons

A The listed DBE after having had a reasonable opportunity to do so fails or

refuses to execute a written contract when such written contract based upon the

general terms conditions plans and specifications for the project or on the terms of

such subcontractors or suppliers written bid is presented by the Consultant

B The listed DBE becomes bankrupt or insolvent

C The Listed DBE fails or refuses to perform the subcontract or furnish the listed

materials

D The Consultant stipulated that a bond was a condition of executing a subcontract

and the listed DBE subcontractor fails or refuses to meet the bond requirements of

the Consultant

E The work performed by the listed subcontractor is substantially unsatisfactory and

is not in substantial conformance with the plans and specifications or the

subcontractor is substantially delaying or disrupting the progress of the work

F It would be in the best interest of the County

The Consultant shall not be entitled to any payment for such work or material unless it is

performed or supplied by the listed DBE or by other forces (including those of the

Consultant) pursuant to prior written authorization of the Engineer

Local Assistance Procedures Manual ATTACHMENT P Exhibit 10-01 middot Consultant Proposal DBE Commitment

EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT

1 Local Agency County Of Sonoma 2 Contract DBE Goal 11 ~~~~~~~~~~~~~

3 Project Description Consulting Engineering Services for Replacement of the Franz Creek Bridge

4 Project Location Franz Valley School Road Sonoma County CA

5 Consultants Name TRC Engineers Inc 6 Prime Certified DBE O

7 Description of Work Service or Materials Supplied

Geotechnical - Driller

Traffic Control

HydrologyHydraulicsScour

8 DBE Certification

Number

37877

42433

30066

Local Agency to Complete this Section

17 Local Agency Contracl Number C14007

18 Federal-Aid Project Number BRL0-5920(149)

19 Proposed Contract Execution Date

Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate

~~ 2oy-a1 Agency Representatives Signature

Angela Silvestri 22 Local Agency Representatives Name

Department Analyst DBELO 24 Local Agency Representatives Title

1 ZtJ 12 21 Date

707-565-2758 23 Phone

9 DBE Contact Information

Woodward Drilling

Traffic Control Pros

WRECO

11 TOTAL CLAIMED DBE PARTICIPATION

10 DBE

393

170

717

128

IMPORTANT Identify all DBE firms being claimed for credit regardless of tier Written confirmation of each listed DBE is required

~

~ cfZV(A_---fl0617 12 Preparers SiJ(r-i~ture 13 Date

Mark lmbriani 916-366-0632 14 Preparers Name 15 Phone

Vice President 16 Preparers Title

DISTRIBUTION Original - Included with consultants proposal to local agency

ADA Notice For individuals with sensory disabilities this document is available in alternate formats For information call (916) 654-641 O or TDD (916) 654shy3880 or write Records and Forms Management 1120 N Street MS-89 Sacramento CA 95814

Page 1 of2 July 23 2015

Local Assistance Procedures Manual Exhibit 10-O1 Consultant Proposal DBE Commitment

INSTRUCTIONS ndash CONSULTANT PROPOSAL 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 Consultantrsquos Name - Enter the consultantrsquos firm name 6 Prime Certified DBE - Check box if prime contractor is a certified DBE 7 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 consultantrsquos 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 8 DBE Certification Number - Enter the DBErsquos Certification Identification Number All DBEs must be certified on the date bids are opened 9 DBE Contact Information - Enter the name address and phone number of all DBE subcontracted consultants Also enter the prime consultantrsquos name and phone number if the prime is a DBE 10 DBE - Percent participation of work to be performed or service provided by a DBE Include the prime consultant if the prime is a DBE See LAPM Chapter 9 for how to count fullpartial participation 11 Total Claimed DBE Participation - Enter the total DBE participation claimed If the total claimed is less than item ldquoContract DBE Goalrdquo an adequately documented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM) 12 Preparerrsquos Signature - The person completing the DBE commitment form on behalf of the consultantrsquos firm must sign their name 13 Date - Enter the date the DBE commitment form is signed by the consultantrsquos preparer 14 Preparerrsquos Name - Enter the name of the person preparing and signing the consultantrsquos DBE commitment form 15 Phone - Enter the area code and phone number of the person signing the consultantrsquos DBE commitment form 16 Preparerrsquos Title - Enter the positiontitle of the person signing the consultantrsquos DBE commitment form

LOCAL AGENCY SECTION

17 Local Agency Contract Number - Enter the Local Agency contract number or identifier 18 Federal-Aid Project Number - Enter the Federal-Aid Project Number 19 Proposed Contract Execution Date - Enter the proposed contract execution date 20 Local Agency Representativersquos 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 21 Date - Enter the date the DBE commitment form is signed by the Local Agency Representative 22 Local Agency Representativersquos Name - Enter the name of the Local Agency Representative certifying the consultantrsquos DBE commitment form 23 Phone - Enter the area code and phone number of the person signing the consultantrsquos DBE commitment form 24 Local Agency Representative Title - Enter the positiontitle of the Local Agency Representative certifying the consultantrsquos DBE commitment form

Page 2 of 2 July 23 2015

--------

Local Assistance Procedures Manual Exhibit 10-02 Consultant Contract DBE Commitment

E XHIBIT 10-02 CONSULTANT CONTRACT DBE COMMITMENT

1 Local Agency County of Sonoma 2 Contract DBE Goal 11 -------------------~ ------------~

3 Project Description Consulting Engineering Services for Replacement of the Franz Creek Bridge

4 Project Location Franz Valley School Road Sonoma County CA

5 Consultants Name TRC Engineers Inc 6 Prime Certified DBE D 7 Total Contract Award Amount

8 Total Dollar Amount for ALL Subconsultants $258 148 9 Total Number of ALL Subconsultants 9

10 Description of Work Service or Materials Supplied

11 DBE Certification

Number

Geotechnical- Driller 37877

HydrologyHydraulicsScourGeotechnical 30066

Local Agency to Complete this Section

20 Local Agency Contract ~h1mhormiddot

21 Federal-Aid Project Number

22 Contract Execution n

Local Agency certifies that all DBE certifications are valid and infonnation on this fonn is complete and accurate

23 Local Agency Representatives Signature 24 Date

25 Local Agency Representatives Name 26 Phone

27 Local Agency Representatives Title

13 DBE 12 DBE Contact lnfonnation Dollar

Amount

Woodward Drilling 550 River Road FOO Vista CA 94571 $26274707-374-4300

NRECO 1243 Alpine Roa d 108 Walnut Creek CA 94 596 $54886925-941 -0017

$81 160 14 TOTAL CLAIMED DBE PARTICIPATION

116

IMPORTANT Identify all DBE inns being claimed for credit regardless of tier Written confirmation of each listed DBE is required

PMd~A-- 102616 15 Preparers S~ature 16 Date

Mark A lmbriani 916-366-0632 17 Preparers Name 18 Phone

Vice President 19 Preparers Title

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

ADA Notice For individuals with sensory disabilities this document is available in alternate fonmats For infonmation call (916) 654-6410 or TDD (916) 654shy3880 or write Records and Fonms Management 1120 N Street MS-89 Sacramento CA 95814

Page 1 of2 July 23 2015

Local Assistance Procedures Manual Exhibit 10-02 Consultant Contract DBE Commitment

INSTRUCTIONS - CONSUL TANT CONTRACT DBE COMMITMENT

CONSUL TANT 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 Consultants Name - Enter the consultants 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 consultants 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 ofDBE firms 11 DBE Certification Number - Enter the DBEs 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 consultants name and phone number ifthe 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 fullpartial 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) Ifthe 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 Preparers Signature - The person completing the DBE commitment form on behalf of the consultants firm must sign their name 16 Date - Enter the date the DBE commitment form is signed by the consultants preparer 17 Preparers Name - Enter the name of the person preparing and signing the consultants DBE commitment form 18 Phone - Enter the area code and phone number of the person signing the consultants DBE commitment form 19 Preparers Title - Enter the positiontitle of the person signing the consultants 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 Representatives 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 Representatives Name - Enter the name of the Local Agency Representative certifying the consultants DBE commitment form 26 Phone - Enter the area code and phone number of the person signing the consultants DBE commitment form 27 Local Agency Representative Title - Enter the positiontitle of the Local Agency Representative certifying the consultants DBE commitment form

Page 2 of2 July 23 2015

  • 10 24 17 TPW Roads TRCAgreeFranzCreekBridgeC14007_Att1 Agreepdf
    • Standard Professional Services Agreement (ldquoPSArdquo)
    • Federal Funds
      • l Scope of Services
        • 11 Consultants Specified Services
        • 12 Cooperation With County
        • 13 Performance Standard
        • 14 Assigned Personnel
        • 15 Consultantrsquos Reports or Meetings
          • 2 Allowable Costs and Payments
            • 21 Method of payment
            • 22 Fixed Fee
            • 23 Transportation amp Subsistence
            • 24 Milestone Costs
            • 25 Progress Payments
            • 26 Payment
            • 27 Invoices
            • 28 Contract Value
            • 29 Salary Increases
            • 210 Invoicing
            • 211 Taxes
              • 3 Term of Agreement
                • 31 Term
                • 32 Contract Execution
                  • 4 Termination
                    • 41 Notice Period
                    • 42 Grounds for Termination
                    • 43 Liability
                    • 44 Authority to Terminate
                      • 5 Indemnification
                      • 6 Insurance
                      • 7 Prosecution of Work
                      • 8 Extra or Changed Work
                      • 9 Representations of Consultant
                        • 91 Standard of Care
                        • 92 Status of Consultant
                        • 93 No Suspension or Debarment
                        • 94 Taxes
                        • 95 Records Maintenance
                        • 96 Conflict of Interest
                        • 97 Statutory Compliance
                        • 98 Living Wage Ordinance
                        • 99 Nondiscrimination
                        • 910 Statement of Compliance
                        • 911 AIDS Discrimination
                        • 912 Assignment of Rights
                        • 913 Ownership and Disclosure of Work Product
                        • 914 Authority
                          • 10 Demand for Assurance
                          • 11 Assignment and Delegation
                          • 12 Method and Place of Giving Notice Submitting Bills and Making Payments
                          • 13 Federal Requirements
                            • 131 Contract Assurance
                            • 132 Prompt Progress Payments to Subcontractors
                            • 134 Disadvantaged Business Enterprise (DBE) Participation
                            • 135 Prevailing Wage
                            • 136 Text Messaging While Driving
                            • 137 Buy America
                            • 138 Prohibition of Expending Local Agency State or Federal funds for Lobbying
                            • 139 Cost Principals and Administrative Requirements
                            • 1310 Retention of RecordsAudit
                            • 1311 Audit Review Procedures
                            • 1312 Subcontracting
                            • 1313 Equipment Purchase
                              • 14 Miscellaneous Provisions
                                • 141 No Waiver of Breach
                                • 142 Construction
                                • 143 Consent
                                • 144 No Third Party Beneficiaries
                                • 145 Applicable Law and Forum
                                • 146 Captions
                                • 147 Merger
                                • 148 Survival of Terms
                                • 149 Time of Essence
                                • 1410 Rebates Kickback or Other Unlawful Consideration
                                • 1411 Funding Requirements
                                • 1412 Evaluation of Consultant
                                • 1413 Claims Filed by Countyrsquos Construction Contractor
                                • 1414 National Labor Relations Board Certification
                                • 1415 Retention of Funds
                                • 1416 Contingent Fee
                                • 1417 Inspection of Work
                                • 1418 Safety
                                    • 03 Exhibit A - Scope of Workpdf
                                      • Attachment H - Anchor QEA Cost Proposalpdf
                                        • 2017_08_22_Franz Creek Fee_Revised
                                        • 2017_08_22_Franz Scope Final
                                          • SCOPE OF WORK
                                            • Task 1 Project Management
                                            • Task 2 - Preliminary Engineering
                                            • Task 3 ndash SurveyingMappingROW Engineering
                                            • Task 4 - Geotechnical Engineering
                                            • Task 5 Hydrology and Hydraulics
                                            • Task 6 Environmental
                                            • Task 7 ndash Public Outreach
                                            • Task 8 ndash 65 PSampE
                                            • Task 9 - 95 PSampE
                                            • Task 10 - Final (100) PSampE
                                            • Task 11 - Pre-Construction Engineering Services
                                            • SUPPLEMENTAL SERVICES
                                            • 2C5 ndash Utility Potholing
                                            • 49 ndash Geotechnical Retaining Wall Investigation and Analysis
                                            • 69 ndash Noise ndash Bioacoustic Analysis
                                            • Task 7A -Public Outreach led by the Consultant
                                            • Task 810 ndash Retaining Wall Design
                                            • Task 12 - Construction Support Services
                                                • Att B -Exhibit 1-Interview
                                                    • 04 Exhibit B - Sonoma County Insurance Requirementspdf
                                                      • Exhibit B
                                                        • Sonoma County Insurance Requirements
                                                        • Contractor Required Insurance
                                                          • A Workers Compensation Insurance amp Employers Liability Insurance
                                                          • B General Liability Insurance
                                                          • C Automobile Liability Insurance
                                                          • D Contractors Pollution Liability Insurance
                                                          • E Professional LiabilityErrors and Omissions Insurance
                                                          • F Increase of Minimum Limits
                                                          • G Standards for Insurance Companies
                                                          • H Documentation
                                                          • I Policy Obligations
                                                          • J Subcontractors ndash Required Insurance
                                                            • a Minimum Limit $1000000 per claim or per occurrence
                                                              • ADPA99Ftmp
                                                                • 1 Workers Compensation and Employers Liability Insurance
                                                                • 2 General Liability Insurance
                                                                • 3 Automobile Liability Insurance
                                                                • 4 Professional LiabilityErrors and Omissions Insurance
                                                                • 5 Standards for Insurance Companies
                                                                • 6 Documentation
                                                                • 7 Policy Obligations
                                                                • 8 Material Breach
                                                                      1. Page 2 of 2_3
Page 9: County of Sonoma Agenda Item Summary Report - Granicus

hereunder whether or not there is concurrent negligence on Countys part but to the extent required by law excluding liability due to Countys conduct This indemnification obligation is not limited in any way by any limitation on the amount or type of damages or compensation payable to or for Consultant or its agents employees contractors subcontractors or invitees under workers compensation acts disability benefits acts or other employee benefit acts This indemnity provision survives the Agreement

6 Insurance

With respect to performance of work under this Agreement Consultant shall maintain and shall require all of its subcontractors consultants and other agents to maintain insurance as described in Exhibit B which is attached hereto and incorporated herein by this reference

7 Prosecution of Work

The execution of this Agreement shall constitute Consultantrsquos authority to proceed immediately with the performance of this Agreement Performance of the services hereunder shall be completed within the time required herein provided however that if the performance is delayed by earthquake flood high water or other Act of God or by strike lockout or similar labor disturbances the time for Consultantrsquos performance of this Agreement shall be extended by a number of days equal to the number of days Consultant has been delayed

8 Extra or Changed Work

Extra or changed work or other changes to the Agreement may be authorized only by written amendment to this Agreement signed by both parties Minor changes which do not increase the amount paid under the Agreement and which do not significantly change the scope of work or significantly lengthen time schedules may be executed by the Department Head in a form approved by County Counsel The Board of SupervisorsPurchasing Agent must authorize all other extra or changed work The parties expressly recognize that pursuant to Sonoma County Code Section 1-11 County personnel are without authorization to order extra or changed work or waive Agreement requirements Failure of Consultant to secure such written authorization for extra or changed work shall constitute a waiver of any and all right to adjustment in the Agreement price or Agreement time due to such unauthorized work and thereafter Consultant shall be entitled to no compensation whatsoever for the performance of such work Consultant further expressly waives any and all right or remedy by way of restitution and quantum meruit for any and all extra work performed without such express and prior written authorization of the County

9 Representations of Consultant

91 Standard of Care

County has relied upon the professional ability and training of Consultant as a material inducement to enter into this Agreement Consultant hereby agrees that all its work will be performed and that its operations shall be conducted in accordance with generally accepted and applicable professional practices and standards as well as the requirements of applicable federal state and local laws it being understood that acceptance of Consultants work by County shall not operate as a waiver or release

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 6 October 2017

92 Status of Consultant

The parties intend that Consultant in performing the services specified herein shall act as an independent contractor and shall control the work and the manner in which it is performed Consultant is not to be considered an agent or employee of County and is not entitled to participate in any pension plan workerrsquos compensation plan insurance bonus or similar benefits County provides its employees In the event County exercises its right to terminate this Agreement pursuant to Article 4 above Consultant expressly agrees that it shall have no recourse or right of appeal under rules regulations ordinances or laws applicable to employees

93 No Suspension or Debarment

Consultantrsquos signature affixed herein shall constitute a certification under penalty of perjury under the laws of the State of California that Consultant has complied with Title 2 CFR Part 180 ldquoOMB Guidelines to Agencies on Government wide Debarment and Suspension (nonprocurement)rdquo which certifies that heshe or any person associated therewith in the capacity of owner partner director officer or manager is not currently under suspension debarment voluntary exclusion or determination of ineligibility by any federal agency has not been suspended debarred voluntarily excluded or determined ineligible by any federal agency within the past three (3) years does not have a proposed debarment pending and has not been indicted convicted or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years Any exceptions to this certification must be disclosed to County

Exceptions will not necessarily result in denial of recommendation for award but will be considered in determining Consultant responsibility Disclosures must indicate to whom exceptions apply initiating agency and dates of action

Exceptions to the Federal Government Excluded Parties List System maintained by the General Services Administration are to be determined by the Federal highway Administration

94 Taxes

Consultant agrees to file federal and state tax returns and pay all applicable taxes on amounts paid pursuant to this Agreement and shall be solely liable and responsible to pay such taxes and other obligations including but not limited to state and federal income and FICA taxes Consultant agrees to indemnify and hold County harmless from any liability which it may incur to the United States or to the State of California as a consequence of Consultants failure to pay when due all such taxes and obligations In case County is audited for compliance regarding any withholding or other applicable taxes Consultant agrees to furnish County with proof of payment of taxes on these earnings

95 Records Maintenance

Consultant shall keep and maintain full and complete documentation and accounting records concerning all services performed that are compensable under this Agreement and shall make such documents and records available to County for inspection at any reasonable time Consultant shall maintain such records for a period of four (4) years following completion of work hereunder

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 7 October 2017

96 Conflict of Interest

961 Consultant shall disclose any financial business or other relationship with County that may have an impact upon the outcome of this contract or any ensuing County construction project 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

962 Consultant hereby certifies that it does not now have nor shall it acquire any financial or business interest that would conflict with the performance of services under this contract

963 Consultant hereby certifies that neither Consultant nor any firm affiliated with Consultant will bid on any construction contract or on any contract to provide construction inspection for any construction project resulting from this contract An affiliated firm is one which is subject to the control of the same persons through joint-ownership or otherwise

964 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 contract 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

97 Statutory Compliance

Contractor agrees to comply with all applicable federal state and local laws regulations statutes and policies applicable to the services provided under this Agreement as they exist now and as they are changed amended or modified during the term of this Agreement Without limiting the generality of the foregoing Consultant expressly agrees on behalf of itself and on behalf of all its agents employees subconsultants and subcontractors to comply with the federal contract requirements set forth in Section 13 herein

98 Living Wage Ordinance

Consultant agrees to comply with all applicable federal state and local laws regulations statutes and policies including but not limited to the County of Sonoma Living Wage Ordinance applicable to the services provided under this Agreement as they exist now and as they are changed amended or modified during the term of this Agreement Without limiting the generality of the foregoing Consultant expressly acknowledges and agrees that this Agreement is subject to the provisions of Article XXVI of Chapter 2 of the Sonoma County Code requiring payment of a living wage to covered employees Noncompliance during the term of the Agreement will be considered a material breach and may result in termination of the Agreement or pursuit of other legal or administrative remedies

99 Nondiscrimination

Without limiting any other provision hereunder Consultant shall comply with all applicable federal state and local laws rules and regulations in regard to nondiscrimination in

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 8 October 2017

employment because of race color ancestry national origin religion sex marital status age medical condition pregnancy disability sexual orientation or other prohibited basis including without limitation the Countyrsquos Non-Discrimination Policy All nondiscrimination rules or regulations required by law to be included in this Agreement are incorporated herein by this reference

910 Statement of Compliance

9101 Consultantrsquos signature affixed herein and dated shall constitute a certification under penalty of perjury under the laws of the State of California that Consultant has unless exempt complied with the nondiscrimination program requirements of Government Code Section 12990 and Title 2 California Administrative Code Section 8103

9102 During the performance of this Contract Consultant and its subconsultants shall not unlawfully discriminate harass or allow harassment against any employee or applicant for employment because of sex race color ancestry religious creed national origin physical disability (including HIV and AIDS) mental disability medical condition (eg cancer) age (over 40) marital status and denial of family care leave Consultant and subconsultants shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment Consultant and subconsultants shall comply with the provisions of the Fair Employment and Housing Act (Gov Code sect12990 (a-f) et seq) and the applicable regulations promulgated there under (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 this Contract by reference and made a part hereof as if set forth in full Consultant and its subconsultants shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other Agreement

9103 The Consultant shall comply with regulations relative to Title VI (nondiscrimination in federally-assisted programs of the Department of Transportation ndash 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

9104 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 215 of the US DOTrsquos Regulations including employment practices when the Agreement covers a program whose goal is employment

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 9 October 2017

911 AIDS Discrimination

Consultant agrees to comply with the provisions of Chapter 19 Article II of the Sonoma County Code prohibiting discrimination in housing employment and services because of AIDS or HIV infection during the term of this Agreement and any extensions of the term

912 Assignment of Rights

Consultant assigns to County all rights throughout the world in perpetuity in the nature of copyright trademark patent right to ideas in and to all versions of the plans and specifications if any now or later prepared by Consultant in connection with this Agreement Consultant agrees to take such actions as are necessary to protect the rights assigned to County in this Agreement and to refrain from taking any action which would impair those rights Consultants responsibilities under this provision include but are not limited to placing proper notice of copyright on all versions of the plans and specifications as County may direct and refraining from disclosing any versions of the plans and specifications to any third party without first obtaining written permission of County

Consultant shall not use or permit another to use the plans and specifications in connection with this or any other project without first obtaining written permission of County

913 Ownership and Disclosure of Work Product

All reports original drawings graphics plans studies and other data or documents (ldquodocumentsrdquo) in whatever form or format assembled or prepared by Consultant or Consultantrsquos subcontractors consultants and other agents in connection with this Agreement shall be the property of County County shall be entitled to immediate possession of such documents upon completion of the work pursuant to this Agreement Upon expiration or termination of this Agreement Consultant shall promptly deliver to County all such documents which have not already been provided to County in such form or format as County deems appropriate Such documents shall be and will remain the property of County without restriction or limitation Consultant may retain copies of the above- described documents but agrees not to disclose or discuss any information gathered discovered or generated in any way through this Agreement without the express written permission of County

914 Authority

The undersigned hereby represents and warrants that he or she has authority to execute and deliver this Agreement on behalf of Consultant

10 Demand for Assurance

Each party to this Agreement undertakes the obligation that the others expectation of receiving due performance will not be impaired When reasonable grounds for insecurity arise with respect to the performance of either party the other may in writing demand adequate assurance of due performance and until such assurance is received may if commercially reasonable suspend any performance for which the agreed return has not been received Commercially reasonable includes not only the conduct of a party with respect to performance under this Agreement but also conduct with respect to other agreements with parties to this Agreement or others After receipt of a justified demand failure to provide

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 10 October 2017

within a reasonable time but not exceeding thirty (30) days such assurance of due performance as is adequate under the circumstances of the particular case is a repudiation of this Agreement Acceptance of any improper delivery service or payment does not prejudice the aggrieved partys right to demand adequate assurance of future performance Nothing in this Article limits Countyrsquos right to terminate this Agreement pursuant to Article 4

11 Assignment and Delegation

Neither party hereto shall assign delegate sublet or transfer any interest in or duty under this Agreement without the prior written consent of the other and no such transfer shall be of any force or effect whatsoever unless and until the other party shall have so consented

12 Method and Place of Giving Notice Submitting Bills and Making Payments

All notices bills and payments shall be made in writing and shall be given by personal delivery or by US Mail or courier service Notices bills and payments shall be addressed as follows

To County

Sonoma County Department of Transportation and Public Works Attn Olesya Tribukait 2300 County Center Drive Suite B-100 Santa Rosa CA 95403 (707) 565-2231 olesyatribukaitsonoma-Countyorg

To Consultant

TRC Engineers Inc Attn Mark Imbriani 10680 White Rock Road Suite 100 Rancho Cordova CA 95670 (916) 366-0632 mimbrianitrcsolutionscom

When a notice bill or payment is given by a generally recognized overnight courier service the notice bill or payment shall be deemed received on the next business day When a copy of a notice bill or payment is sent by facsimile or email the notice bill or payment shall be deemed received upon transmission as long as (1) the original copy of the notice bill or payment is promptly deposited in the US mail and postmarked on the date of the facsimile or email (for a payment on or before the due date) (2) the sender has a written confirmation of the facsimile transmission or email and (3) the facsimile or email is transmitted before 5 pm (recipientrsquos time) In all other instances notices bills and payments shall be effective upon receipt by the recipient Changes may be made in the names and addresses of the person to whom notices are to be given by giving notice pursuant to this paragraph

13 Federal Requirements

131 Contract Assurance

The consultant sub recipient or subcontractor shall not discriminate on the basis of race color

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 11 October 2017

national origin or sex in the performance of this contract The consultant shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted agreements Failure by the consultant to carry out these requirements is a material breach of this agreement which may result in the termination of this agreement or such other remedy as the recipient deems appropriate which may include but is not limited to (1) Withholding monthly progress payments (2) Assessing sanction (3) Liquidated damages andor (4) Disqualifying the contractor from future bidding as non-responsible

132 Prompt Progress Payments to Subcontractors

Attention is directed to Section 71085 of the California Business and Professions Code which requires a prime contractor or subcontractor to pay any subcontractor not later than ten (10) days of receipt of each progress payment unless otherwise agreed to in writing In addition federal regulations (Title 49 Code of Federal Regulations Part 2629) require a prime contractor or subcontractor to pay a subcontractor no later than thirty (30) days of receipt of each payment unless any delay or postponement of payment among the parties takes place only for good cause and with the prior written approval of County Section 71085 of the California Business and Professions Code also contains enforcement actions and penalties The requirements apply to both Disadvantaged Business Entities (ldquoDBErdquo) and non-DBE subcontractors Consultant shall include the foregoing progress payment requirements in every subcontract entered into by Consultant in the performance of its obligations under this Agreement

133 Prompt Payment of Withheld Funds to Subcontractors

No retainage will be held by the County from progress payments due the prime consultant Any retainage held by the prime consultant or subconsultants from progress payments due subconsultants shall be promptly paid in full to subconsultants within 30 days after the subconsultantrsquos work is satisfactorily completed Federal law (49 CFR2629) requires that any delay or postponement of payment over the 30 days may take place only for good cause and with the Agencyrsquos prior written approval Any violation of this provision shall subject the violating prime consultant or subconsultant to the penalties sanctions and other remedies specified in Section 71085 of the Business and Professions Code These requirements shall not be construed to limit or impair any contractual administrative or judicial remedies otherwise available to the prime consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the prime consultant deficient subconsultant performance or noncompliance by a subconsultant This provision applies to both DBE and non-DBE prime consultant and subconsultants

134 Disadvantaged Business Enterprise (DBE) Participation

1341 This contract is subject to 49 CFR Part 26 entitled ldquoParticipation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programsrdquo Consultants who obtain DBE participation on this contract will assist Caltrans in meeting its federally mandated statewide overall DBE goal

1342 The goal for DBE participation for this contract is 11 Participation by DBE consultant or subconsultants shall be in accordance with information contained in the Consultant Proposal DBE Commitment (Exhibit 10-O1) or in the Consultant Contract DBE Information (Exhibit 10-O2) attached hereto and incorporated as part

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 12 October 2017

of the Contract If a DBE subconsultant is unable to perform Consultant must make a good faith effort to replace himher with another DBE subconsultant if the goal is not otherwise met

1343 DBEs and other small businesses as defined in 49 CFR Part 26 are encouraged to participate in the performance of contracts financed in whole or in part with federal funds Consultant or subconsultant shall not discriminate on the basis of race color national origin or sex in the performance of this contract Consultant shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of US DOT-assisted agreements Failure by Consultant to carry out these requirements is a material breach of this contract which may result in the termination of this contract or such other remedy as County deems appropriate

1344 Any subcontract entered into as a result of this contract shall contain all of the provisions of this section

1345 A DBE firm may be terminated only with prior written approval from County and only for the reasons specified in 49 CFR 2653(f) Prior to requesting County consent for the termination Consultant must meet the procedural requirements specified in 49 CFR 2653(f)

1346 A DBE performs a Commercially Useful Function (CUF) when it is responsible for execution of the work of the contract 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 ordering 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 contract is commensurate with the work it is actually performing and other relevant factors

1347 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

1348 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

1349 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

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 13 October 2017

the date of work performed by their own forces along with the corresponding dollar value of the work

13410 Upon completion of the Contract a summary of these records shall be prepared and submitted on the form entitled ldquoFinal Report-Utilization of Disadvantaged Business Enterprise (DBE) First-Tier Subconsultantsrdquo CEM-2402F [Exhibit 17-F of the LAPM] certified correct by Consultant or Consultantrsquos 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 form is submitted The amount will be returned to Consultant when a satisfactory ldquoFinal Report-Utilization of Disadvantaged Business Enterprises (DBE) First-Tier Subconsultantsrdquo is submitted to the Contract Administrator

13411 If a DBE subconsultant is decertified during the life of the contract the decertified subconsultant shall notify Consultant in writing with the date of decertification If a subconsultant becomes a certified DBE during the life of the Contract the subconsultant shall notify Consultant in writing with the date of certification Any changes should be reported to Countyrsquos Contract Administrator within 30 days

135 Prevailing Wage

1351 Consultant shall comply with the State of Californiarsquos General Prevailing Wage Rate requirements in accordance with California Labor Code Section 1770 and all Federal State and local laws and ordinances applicable to the work

1352 Any subcontract entered into as a result of this contract if for more than $25000 for public works construction or more than $15000 for the alteration demolition repair or maintenance of public works shall contain all of the provisions of this Article

1353 When prevailing wages apply to the services described in the scope of work transportation and subsistence costs shall be reimbursed at the minimum rates set by the Department of Industrial Relations (DIR) as outlined in the applicable Prevailing Wage Determination See httpwwwdircagov

Note The Federal ldquoPayment of Predetermined Minimum Wagerdquo applies only to federal-aid construction contracts

136 Text Messaging While Driving

In accordance with Executive Order 13513 Federal Leadership on Reducing Text Messaging While Driving and Department of Transportation Order 390210 Text Messaging While Driving text messaging while driving is prohibited in the performance of any duties included in this agreement for both consultant and any sub-consultants hired for performance of duties under this Agreement Consultant shall include a provision prohibiting texting while driving in all sub-consultant agreements entered into related to the performance of its obligations under this Agreement

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 14 October 2017

Definitions The following definitions are to be used in conjunction with this section ldquoDrivingrdquo

1) Means operating a motor vehicle on a roadway including while temporarily stationary because of traffic a traffic light stop sign or otherwise

2) It does not include being in your vehicle (with or without the motor running) in a location off the roadway where it is safe and legal to remain stationary

ldquoText Messagingrdquo means reading from or entering data into any handheld or other electronic device including for the purpose of short message service texting e-mailing instant messaging obtaining navigational information or engaging in any other form of electronic data retrieval or electronic data communication

137 Buy America

Furnish Steel and iron materials to be incorporated into the work with certificates of compliance Steel and iron materials must be produced in the US except

1) Foreign pig iron and processed pelletized and reduced iron ore may be used in the domestic production of the steel and iron materials [60 Fed Reg 15478(3241995)]

2) If the total combine cost of the materials does not exceed the great of 01 percent of the total bid or $2500 materials produced outside the U S may be used

Production includes

1) Processing steel and iron materials including smelting or other processes that alter the physical form or shape (such as rolling extruding machining bending grinding and drilling0 or chemical composition

2) Coating application including epoxy coating galvanizing and painting that protects or enhances the value of steel and iron materials

138 Prohibition of Expending Local Agency State or Federal funds for Lobbying

1381 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 Consultant to any person for influencing or attempting to influence an officer or employee of any state or federal agency a Member of the State Legislature or United States Congress an officer or employee of the Legislature or Congress or any employee of a Member of the Legislature or Congress in connection with the awarding of any state or federal contract the making of any state or federal grant the making of any state or federal loan the entering into of any cooperative agreement and the extension continuation renewal amendment or modification of any state or federal contract grant loan or cooperative agreement

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 15 October 2017

2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with this federal contract grant loan or cooperative agreement Consultant shall complete and submit Standard Form-LLL ldquoDisclosure Form to Report Lobbyingrdquo in accordance with its instructions

1382 This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352 Title 31 US Code Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10000 and not more than $100000 for each such failure

1383 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 $100000 and that all such sub recipients shall certify and disclose accordingly

139 Cost Principals and Administrative Requirements

1391 Consultant agrees that the Contract Cost Principles and Procedures 48 CFR Federal Acquisition Regulations System Chapter 1 Part 31000 et seq shall be used to determine the cost allowability of individual items

1392 Consultant also agrees to comply with federal procedures in accordance with 49 CFR Part 18 Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments

1393 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 31000 et seq are subject to repayment by Consultant to County

1310 Retention of RecordsAudit

For the purpose of determining compliance with Public Contract Code 10115 et seq and Title 21 California Code of Regulations Chapter 21 Section 2500 et seq when applicable and other matters connected with the performance of the contract pursuant to Government Code 85467 Consultant subconsultants and County shall maintain and make available for inspection all books documents papers accounting records and other evidence pertaining to the performance of the contract including but not limited to the costs of administering the contract All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract The state State Auditor County FHWA or any duly authorized representative of the Federal Government shall have access to any books records and documents of Consultant and itrsquos certified public accountants (CPA) work papers that are pertinent to the contract and indirect cost rates (ICR) for audit examinations excerpts and transactions and copies thereof shall be furnished if requested

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 16 October 2017

1311 Audit Review Procedures

13111 Any dispute concerning a question of fact arising under an interim or post audit of this contract that is not disposed of by agreement shall be reviewed by Countyrsquos Chief Financial Officer

13112 Not later than 30 days after issuance of the final audit report Consultant may request a review by Countyrsquos Chief Financial Officer of unresolved audit issues The request for review will be submitted in writing

13113 Neither the pendency of a dispute nor its consideration by County will excuse Consultant from full and timely performance in accordance with the terms of this contract

13114 Consultant and subconsultant contracts including cost proposals and 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 CPA ICR audit work paper review If selected for audit or review the contract cost proposal and ICR and related work papers 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 work paper review it is Consultantrsquos responsibility to ensure federal state or local government officials are allowed full access to the CPArsquos work papers including making copies as necessary The contract cost proposal and ICR shall be adjusted by Consultant and approved by County contract manager to conform to the audit or review recommendations Consultant agrees that individual terms of costs identified in the audit report shall be incorporated into the contract by this reference if directed by County at its sole discretion Refusal by Consultant to incorporate audit or review recommendations or to ensure that the federal state or local governments have access to CPA work papers will be considered a breach of contract terms and cause for termination of the contract and disallowance of prior reimbursed costs

1312 Subcontracting

13121 Nothing contained in this contract or otherwise shall create any contractual relation between County and any subconsultant(s) and no subcontract shall relieve Consultant of its responsibilities and obligations hereunder Consultant agrees to be as fully responsible to 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 Consultant CONSULTANTrsquos obligation to pay its subconsultant(s) is an independent obligation from Countyrsquos obligation to make payments to the Consultant

13122 Consultant shall perform the work contemplated with resources available within its own organization and no portion of the work pertinent to this contract shall be subcontracted without written authorization by Countyrsquos Contract Administrator except that which is expressly identified in the approved Cost Proposal

13123 Consultant shall pay its subconsultants within ten (10) calendar days from receipt of each payment made to Consultant by County

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 17 October 2017

13124 All subcontracts entered into as a result of this contract shall contain all the provisions stipulated in this contract to be applicable to subconsultants

13125 Any substitution of subconsultant(s) must be approved in writing by Countyrsquos Contract Administrator prior to the start of work by the subconsultant(s)

1313 Equipment Purchase

13131 Prior authorization in writing by Countyrsquos Contract Administrator shall be required before Consultant enters into any unbudgeted purchase order or subcontract exceeding $5000 for supplies equipment or Consultant services Consultant shall provide an evaluation of the necessity or desirability of incurring such costs

13132 For purchase of any item service or consulting work not covered in Consultantrsquos Cost Proposal and exceeding $5000 prior authorization by Countyrsquos Contract Administrator three competitive quotations must be submitted with the request or the absence of bidding must be adequately justified

13133 Any equipment purchased as a result of this contract is subject to the following ldquoConsultant 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 $5000 or more If the purchased equipment needs replacement and is sold or traded in County shall receive a proper refund or credit at the conclusion of the contract or if the contract is terminated Consultant may either keep the equipment and credit County in an amount equal to its fair market value or sell such equipment at the best price obtainable at a public or private sale in accordance with established County procedures and credit County in an amount equal to the sales price If Consultant elects to keep the equipment fair market value shall be determined at Consultant expense on the basis of a competent independent appraisal of such equipment Appraisals shall be obtained from an appraiser mutually agreeable to by County and Consultant if it is determined to sell the equipment the terms and conditions of such sale must be approved in advance by Countyrdquo 49 CFR Part 18 requires a credit to Federal funds when participating equipment with a fair market value greater than $5000 is credited to the project

14 Miscellaneous Provisions

141 No Waiver of Breach

The waiver by County of any breach of any term or promise contained in this Agreement shall not be deemed to be a waiver of such term or provision or any subsequent breach of the same or any other term or promise contained in this Agreement

142 Construction

To the fullest extent allowed by law the provisions of this Agreement shall be construed and given effect in a manner that avoids any violation of statute ordinance regulation or law The parties covenant and agree that in the event that any provision of this Agreement is held by a court of competent jurisdiction to be invalid void or unenforceable the remainder of the provisions hereof shall remain in full force and effect and shall in no way be affected impaired or invalidated

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 18 October 2017

thereby Consultant and County acknowledge that they have each contributed to the making of this Agreement and that in the event of a dispute over the interpretation of this Agreement the language of the Agreement will not be construed against one party in favor of the other Consultant and County acknowledge that they have each had an adequate opportunity to consult with counsel in the negotiation and preparation of this Agreement

143 Consent

Wherever in this Agreement the consent or approval of one party is required to an act of the other party such consent or approval shall not be unreasonably withheld or delayed

144 No Third Party Beneficiaries

Nothing contained in this Agreement shall be construed to create and the parties do not intend to create any rights in third parties

145 Applicable Law and Forum

This Agreement shall be construed and interpreted according to the substantive law of California regardless of the law of conflicts to the contrary in any jurisdiction Any action to enforce the terms of this Agreement or for the breach thereof shall be brought and tried in Santa Rosa or the forum nearest to the city of Santa Rosa in the County of Sonoma

146 Captions

The captions in this Agreement are solely for convenience of reference They are not a part of this Agreement and shall have no effect on its construction or interpretation

147 Merger

This writing is intended both as the final expression of the Agreement between the parties hereto with respect to the included terms and as a complete and exclusive statement of the terms of the Agreement pursuant to Code of Civil Procedure Section 1856 No modification of this Agreement shall be effective unless and until such modification is evidenced by a writing signed by both parties

148 Survival of Terms

All express representations waivers indemnifications and limitations of liability included in this Agreement will survive its completion or termination for any reason

149 Time of Essence

Time is and shall be of the essence of this Agreement and every provision hereof

1410 Rebates Kickback or Other Unlawful Consideration

Consultant warrants that this contract was not obtained or secured through rebates kickbacks or other unlawful consideration either promised or paid to any County employee For breach or violation of this warranty County shall have the right in its discretion to terminate the contract

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 19 October 2017

without liability to pay only for the value of the work actually performed or to deduct from the contract price or otherwise recover the full amount of such rebate kickback or other unlawful consideration

1411 Funding Requirements

14111 It is mutually understood between the parties that this contract 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 contract were executed after that determination was made

14112 This contract is valid and enforceable only if sufficient funds are made available to County for the purpose of this contract In addition this contract is subject to any additional restrictions limitations conditions or any statute enacted by the Congress State Legislature or County Board of Supervisors that may affect the provisions terms or funding of this contract in any manner

14113 It is mutually agreed that if sufficient funds are not appropriated this contract may be amended to reflect any reduction in funds

14114 County has the option to void the contract under the 30-day termination clause pursuant to Article 4 or by mutual agreement to amend the contract to reflect any reduction of funds

1412 Evaluation of Consultant

Consultantrsquos performance will be evaluated by County A copy of the evaluation will be sent to Consultant for comments The evaluation together with the comments shall be retained as part of the contract record

1413 Claims Filed by Countyrsquos Construction Contractor

14131 If claims are filed by Countyrsquos construction contractor relating to work performed by Consultantrsquos personnel and additional information or assistance from Consultantrsquos personnel is required in order to evaluate or defend against such claims Consultant agrees to make its personnel available for consultation with Countyrsquos construction contract administration and legal staff and for testimony if necessary at depositions and at trial or arbitration proceedings

14132 Consultantrsquos personnel that County considers essential to assist in defending against construction contractor claims will be made available on reasonable notice from County Consultation or testimony will be reimbursed at the same rates including travel costs that are being paid for Consultantrsquos personnel services under this contract

14133 Services of Consultantrsquos personnel in connection with Countyrsquos construction contractor claims will be performed pursuant to a written contract amendment if necessary extending the termination date of this contract in order to resolve the construction claims

14134 Any subcontract in excess of $25000 entered into as a result of this contract shall contain

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 20 October 2017

all of the provisions of this Article

1414 National Labor Relations Board Certification

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

1415 Retention of Funds

14151 Any subcontract entered into as a result of this Contract shall contain all of the provisions of this section

14152 The County shall hold retainage from the prime consultant and shall make prompt and regular incremental acceptances of portions as determined by the County of the contract work and pay retainage to the prime consultant based on these acceptances The prime consultant or subconsultant shall return all monies withheld in retention from a subconsultant within thirty (30) days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency Federal law (49 CFR 2629) requires that any delay or postponement of payment over thirty (30) days may take place only for good cause and with the agencyrsquos prior written approval Any violation of this provision shall subject the violating prime consultant or subconsultant to the penalties sanctions and other remedies specified in Section 71085 of the Business and Professions Code These requirements shall not be construed to limit or impair any contractual administrative or judicial remedies otherwise available to the prime consultant or subconsultant in the event of a dispute involving late payment or nonpayment by the prime Consultant deficient subconsultant performance or noncompliance by a subconsultant This provision applies to both DBE and non-DBE prime consultant and subconsultants

1416 Contingent Fee

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

1417 Inspection of Work

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

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 21 October 2017

1418 Safety

14181 Consultant shall comply with OSHA regulations applicable to Consultant regarding necessary safety equipment or procedures Consultant shall comply with safety instructions issued by County Safety Officer and other County representatives Consultant personnel shall wear hard hats and safety vests at all times while working on the construction project site

14182 Pursuant to the authority contained in Section 591 of the Vehicle Code County has determined that such areas are within the limits of the project and are open to public traffic Consultant shall comply with all of the requirements set forth in Divisions 11 12 13 14 and 15 of the Vehicle Code Consultant shall take all reasonably necessary precautions for safe operation of its vehicles and the protection of the traveling public from injury and damage from such vehicles

14183 Any subcontract entered into as a result of this contract shall contain all of the provisions of this Article

IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the Effective Date

SIGNATURES FOLLOW ON NEXT PAGE

THIS SPACE LEFT INTENTIONALLY BLANK

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 22 October 2017

CONSULTANT

By

Name

Title

Date

COUNTY COUNTY OF SONOMA

CERTIFICATES OF INSURANCE ON FILE AND APPROVED AS TO SUBSTANCE FOR COUNTY

By

Department Head

Date

APPROVED AS TO FORM FOR COUNTY

By

County Counsel

Date

By

or Purchasing Agent

Date

By

Chair Board of Supervisors

Date

ATTEST

Clerk of the Board of Supervisors

C14007- Franz Creek Bridge Replacement Project ndash Design Services PSA 23 October 2017

Sonoma County Project No C14007

Bridge No 20C0326 EXHIBIT A Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

SCOPE OF WORK

The Franz Creek Bridge (Bridge No 20C-0326) located on Franz Valley School Road crosses

Franz Creek approximately 1500 feet east of the intersection with Franz Valley Road The nearest

population center is the City of Calistoga approximately 55 miles east of the bridge Franz Valley

Road is classified as a rural local road and has an ADT of 350 (2010) projected to increase to 420

by 2032 The road provides ruralagricultural access between State Route 128 and Franz Valley

Road The existing bridge a 32 foot long by 23 foot wide single span steel girder structure with an

unknown foundation type (BIR Item 113 = U) was determined by Caltrans to be scour critical and

structurally deficient with a sufficiency rating of 226 and as such the bridge has been approved for

replacement TRCrsquos goal will be to develop the simplest and most cost-effective structure that will

provide the County with a long life minimal maintenance and minimize impacts on local users

Within this Scope of Work TRCrsquos team is referred to as ldquothe consultantrdquo This is in reference to

the entire consultant team consisting of

Firm Areas of Expertise TRC Engineering Inc (Prime Consultant)

Civil and structural Design

Environmental Engineering

Shannon and Wilson Inc Shannon and Wilson ndash Geotechnical Engineering

WRECO Hydraulic amp Water Resources Engineering

Cinquini amp Passarino Inc Surveying amp Right-of-Way

Anchor QEA Noise

Tom Origer amp Associates Cultural Resources

National Analytical Laboratories Inc Certified Asbestos Consultant

TRC as the prime consultant will be responsible to the County for seeing that the tasks listed

herein are completed by the appropriate team members

Task 1 Project Management

11 Project Kickoff

The consultant will meet with the County at a pre-design kickoff meeting to review the

scope of work project requirements and design criteria obtain additional material and

information and discuss the Countys scheduling and review process While meeting with

the County we shall conduct a visual on-site field investigation to identify existing

conditions and confirm initial design assumptions

The consultant understands that the field review has already been held and the field review

forms including a PES form have been signed by Caltrans The consultant will familiarize

ourselves with those forms and follow the findings therein to develop the design

Franz Creek Bridge Scope 1 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

12 ProjectStaff Management

The consultant shall be responsible for project management activities throughout the life of

the contract The scope of project management includes

bull Managing the project schedule and budget

bull Setting up and facilitating client meetings

bull Interagency meetings public meetings

bull Field reviews

bull Other project related meetings

bull Managing sub-consultant staff

13 Meetings

The consultant shall prepare meeting agendas meeting notes identify action items and how

they are accounted for and sign in sheets for all meetings and manage the consultant team

involved in the project (ldquoproject teamrdquo) Managing the project team includes preparing

contract paperwork memos letters and e-mails making phone calls and maintaining

project files

Meetings will include at a minimum a project kick off meeting a meeting after the 35

65 and the 95 submittal to discuss comments with the County Two (2) meetings are

assumed in the Preliminary phase of the project and four (4) meetings are assumed in the

Final Design PSampE phase of the project These meetings will be held at the County office

Outside of the in-person meetings conference calls will be held with the County to discuss

progress throughout the project (10 total)

14 Work Progress Form

On a monthly basis the consultant shall submit a Work Progress Form provided by the

County This summarizes accomplishments in the previous month anticipated work for the

next month and key decisions that need to be made to keep the project on schedule Invoices

shall show the original budget any reallocated budgets amount spent to-date amount spent

this period budget remaining and percentage spent to date for each task

Task 2 - Preliminary Engineering

This task will consist of investigatory studies preliminary design and other work necessary to

bring the project to 35 design and to provide a final Type Selection Report

Task 2A- Alignment Engineering

2A1 Assess Available Information

The consultant shall assess available information on the project Such information may

include existing drawings studies and reports or preliminary engineering performed by

others The County will provide any such information in their possession

2A2 Alignment Alternatives Analysis

The Consultant shall recommend the alignment of the new bridge and the extent of the

roadway approaches in close collaboration with the County The assumed roadway width is

31rsquo which includes 2- 10rsquo lanes a 3rsquo outside shoulder and an 8rsquo inside shoulder around

Franz Creek Bridge Scope 2 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

the curve approaching the bridge structure

The consultant shall analyze two alignment alternatives and propose the most feasible

alternative based on the site constraints public input AASHTO and Caltrans geometric

standards and drainage patterns (so that the adjacent properties are not adversely impacted

by the new improvements) The 45 mph alternative and the Stage Construction alternative

on the same alignment will not be analyzed in detail but should be mentioned in the

alternative analysis memo as to why they were rejected Alignment alternatives to be

analyzed shall provide a 30 mph design speed with a 4 maximum superelevation (or the

maximum superelevation allowed per the CT HDM safe comfortable speed chart) located

upstream of the existing bridge Even though the 30mph meets the minimum design speed

for the roadway the second alternative shall provide a 25 mph design speed with similar

superelevation criteria as noted above The alternative alignments are shown in Exhibit 1

located in Attachment B The consultant will examine the two alignment alternatives with

the goal to optimize material balance bridge length right-of-way acquisitions and sight

distance Typical sections layout profile and superelevation diagrams will be created for

each alternative Engineering cost estimates will be developed in a Caltrans 7-page

estimate format for the two alignment alternatives being studied It is understood that the

existing structure will remain in place to carry traffic during construction A preferred

alignment will be submitted for County review and approval The results of the

alternatives analysis will be summarized in an Alignment Alternatives Analysis memo

Task 2A Deliverables

bull Preliminary Alignment Alternatives (two alternatives)

bull Construction cost estimates (7-page Caltrans format) for each alternative

bull Alignment Alternatives Analysis memo

Task 2A County Decision Point

bull Approve Preliminary Alignment

Task 2B- Preliminary Structure Engineering and 35 Design

2B1 Bridge Type Selection Report Preparation (DraftFinal)

The consultant shall work closely with County staff to develop the appropriate bridge

replacement design Key issues to consider include (in no particular order)

bull New bridge alignment vs existing bridge alignment

bull Project detour

bull Public input

bull Flood water elevations

bull Site geology and seismicity

bull Environmental issues

bull Maintenance of traffic

bull Available ROW

bull Construction access

bull Unique project design criteria

bull Noise impacts (concerns about the neighbors so close and bioacoustics)

Franz Creek Bridge Scope 3 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Overall cost

bull Constructability

Two structure types will be considered

Cast in Place Prestressed concrete slab

Precast prestressed concrete slab units

Consultant shall prepare a Type Selection Report that will document the structure

types and configurations considered with estimated costs and recommendations for the

final structure type The Type Selection Report shall be prepared for approval by the

County and Caltrans Local Assistance following the guidelines established in the Caltrans

Memo to Designers The proposed replacement bridge shall be presented on general plan

drawings and documented in a report The Type Selection Report will appear in the same

format used by Caltrans Engineering Services Division These documents will be

submitted to the County and the County will submit to Caltrans for review and approval

before beginning final design

2B2 Prepare 35 Design Plans

Upon receipt of comments on the Type Selection Report the consultant will incorporate

them into the preferred alternative This structure configuration will then be developed and

a Bridge General Plan drafted and submitted to the County for approval

With approval of the General Plan and the Countys preferred alignment alternative the

consultant will develop the remaining 35 design plans as shown on the Plan List as listed

in Attachment A and described in Task 8

2B3 General Plan Cost Estimate

The consultant will prepare the necessary General Plan Cost Estimate for the bridge The

General Plan Estimate will be prepared in accordance with Caltrans Bridge Design Aids

Manual Chapter 11 The General Plan Estimates will appear in the same format used by

Caltrans Division of Structures The Caltrans 7-page preliminary estimate will be

generated for the other civil portions of the project in order to generate the total

construction cost estimate

Task 2B Deliverables

bull Preliminary (35) design drawings and reports

bull Bridge Type Selection Report (DraftFinal)

bull Construction Cost Estimates

bull AutoCAD dwg files of preliminary design drawings

Task 2B County Decision Point

bull Select Bridge Type

bull Provide 35 PSampE Review Comments

Task 2C - Utility Coordination

Consultant shall lead the utility coordination efforts Tasks include

bull Obtaining a County provided list of current utility contacts

bull Creating and mailing Utility Letters on the Countyrsquos letterhead

Franz Creek Bridge Scope 4 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Mapping existing utilities

bull Identifying potential conflicts

bull Working with utility companies during their design of relocations

bull Identifying possible easements

bull It is assumed that relocation costs for the various utility facilities will be borne by the utility

companies

Unless specifically stated herein it is assumed that all new or relocated facilities will be designed

and constructed by the owners of the utilities Attention is directed to Attachment A for the

anticipated plan sheets to be completed in this task

2C1 ndash Utility Letters

The consultant will prepare signature ready Utility A letters and submit copies hard copy and on

computer disk to the County Project Manager for transmittal to utility owners within the project

limits on County letterhead Response information received from each owner will be provided

back to the consultant When design is approximately 65 complete the consultant will prepare

Utility B letters and submit copies hard copy and on computer disk to the County Project Manager

for transmittal to recipients on County letterhead At the Utility B letter stage any potential

conflicts will be noted specifically in each B letter in order to begin discussions with the utility

companies for relocation efforts Utilities in conflict will be identified and utility companies will

be asked to prepare relocation plans Consultant will prepare Utility Plans designating the facilities

that are located within the project corridor along with their new locations Refer to Task 2C3 for

the creation of the Utility Relocation Plans

County will forward to the consultant a copy of utility B letters sent and of all correspondence

received For utilities owned or maintained by County the County project manager will forward

the Utility B letters to the appropriate County staff member and send a copy of the transmittal to

the consultant The consultant will then correspond directly with the identified County staff

member Utility C letters will be prepared by the consultant and likewise sent to the County for

distribution upon submittal of the 95 PSampE The C letters shall note the construction start date

and final coordination for relocation of the utilities shall commence

2C2 ndash Utility Company Coordination

Ongoing coordination with utility agencies for relocation of the facilities will be required so that

the facilities are relocated prior to construction If the utilities will be relocated during

construction the Special Provisions will be written to alert the contractor of the potential Utility

work and coordination

2C3 ndash Develop Utility Relocation Plans

Utility Relocation Plans will be prepared Based on information received from the A letter

responses the consultant will prepare base mapping of the existing utilities and will show these

Franz Creek Bridge Scope 5 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

utilities on the plan sheets As the design progresses all utilities that are in conflict with the

proposed construction will be clearly delineated and the responsible party to relocate the facility

will be clearly denoted on the plans

2C4 ndash Utility Relocation Cost Estimates

Consultant will work with the Utility agencies to receive their estimate of the cost of utility

relocation construction required for the Project The utility estimates will include estimates for new

utility easements if required

Task 2C Deliverables

bull Utility A B and C Letters

bull Conflict Resolution Plans

bull Coordination of utility relocations required for construction with the affected utility companies

Task 3 ndash SurveyingMappingROW Engineering

The Survey consultant shall be responsible for data collection mapping and surveying necessary

for preliminary engineering design cost estimates right-of-way impacts and the level of

environmental clearance All surveying and mapping shall comply with the provisions of the

Professional Land Surveyors Act Sections 8700 to 8805 Business and Professions Code the

provisions of the California Coordinate System Sections 8801 through 8819 of the Public

Resources Code and any other applicable code in the State of California The scope of

comprehensive base mapping and surveying includes but is not limited to Control Surveys Aerial

Photogrammetry Limited Design Level Topographic Surveys Right-of-Way Retracement and a

Record of Survey

The goals of this task are to establish project controls acquire site topography data for bridge and

road design and develop stream cross section data necessary for hydraulic analysis including an

ordinary water mark Also to resolve existing Right of Way (ROW) and determine additional ROW

needs for the following

bull Stormwater treatment

bull Staging areas and storage for excess materials generated by construction of the bridge

bull Prepare legal descriptions

bull Plats and closure calculations for permanent acquisitions and temporary construction

easements

Control

Survey vertical control shall be NAVD 88 Survey horizontal control shall be California

Coordinate System of 1983 Zone 2 Epoch 20100 Where more than one datum is required by

multiple agencies the Survey consultant shall prepare the necessary conversion tables to enable the

transformation from one datum to another

Terrain and vegetation will make getting a good GPS signal difficult The Survey consultant will

use static base stations to establish California Coordinate System and NAVD 88 elevations based

on ties to nearby CORS stations

Franz Creek Bridge Scope 6 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

31 - Topographic Survey

The topographic survey will be at a drawing scale of 1 inch = 20 feet with a one foot

contour interval The topographic survey will include the following existing road facilities

and will extend a minimum of 20 feet beyond the edge of pavement

Topographic survey coverage area shall include at minimum Franz Valley School Road

from 400 feet north of the bridge to 600 feet south of the existing bridge (as measured

along the centerline of the road)

Mapping shall include the proposed bridge alignment by surveying approximately 200

feet (as measured along the creek) upstream of the existing bridge and 100 feet

downstream measured from the edges of the existing bridge

Topographic survey shall include all necessary work to produce a topographic map and an

electronic surface model compatible with Civil3D including features such as but not

limited to pavement utility markings on the pavement all utility facilities driveways trees

four (4) inches and larger diameter at breast height headwalls bridge retaining wall or

decorative walls vineyard rows structures drainage facilities pavement delineation and any

other pertinent information that could apply to the project during design

32 - Right of Way (ROW)

The consultant shall perform the following ROW survey tasks

321 ndash Boundary Surveys

bull Perform boundary research to locate the existing ROW data

bull Perform boundary surveys to search for locate and tie existing monumentation

bull Perform a resolution of the existing road ROW

bull Determine additional ROW needs

bull Prepare an acquisition map

bull Complete a Record of Survey showing the existing ROW and the project

centerline(s) The Record of Survey shall show at least two permanent monuments

that will survive the construction of the project

33 ndash Title Reports

This proposal assumes the consultant will procure between 2 and 4 title reports

34 ndash Legal Descriptions

After the 65 submittal the Consultant will establish the Right of Way boundaries and will

submit the boundaries for permanent right of way acquisition and temporary construction

easements to the County

The Consultant will prepare approximately 2 to 4 legal descriptions for permanent ROW

acquisition and 2 to 4 legal descriptions for temporary construction easement acquisition

Consultant shall prepare ROW Data sheets per the guidelines in the Caltrans Right of Way

Manual

35 ndash Creek Cross Sections for Hydraulic Analysis

This will include surveying creek cross sections Creek cross sections shall be taken at the

upstream and downstream faces of the existing bridge and the proposed location of the new

Franz Creek Bridge Scope 7 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bridge Sections will also be taken at 200 foot intervals downstream of the existing

bridge up to 800 feet from the bridge and upstream at 100 foot intervals for 300 feet A

cross section will also be taken below and just above the stream confluence 200 feet

upstream of the proposed bridge

36ndash Survey Control Sheet

The consultant will prepare a Survey Control Sheet to be included in the Plans that

conforms to the standards of Sonoma County This sheet will include the survey

monuments and controls for the project

Task 3 Deliverables

bull Topographic survey map and electronic surface model compatible with Civil3D

bull Acquisition map

bull Record of Survey

bull Legal descriptions plats and closure calculations for ROW acquisition

bull AutoCAD dwg file of the topographic survey containing the survey points a n d stream

cross section survey Map (1rdquo = 30rsquo)

bull Survey Control Sheet

Task 4 - Geotechnical Engineering

Shannon amp Wilson shall prepare a geotechnical report for the site as required for the completion of

design construction documents and permit applications The geotechnical report shall include an

evaluation of the effects of any slope erosion or periodic land movements during extreme storm and

seismic events hydrological and soils data tied to the channel scour scour analysis and seismic

parameters and recommendations for the bridge foundation design

Shannon amp Wilsonrsquos subsurface exploration shall include drilling test borings at key locations

obtaining soil and rock samples for observation and laboratory testing and measuring the depth to

and variation in embankment groundwater levels The coordination of boring locations must be

discussed with the County prior to beginning boring

In general this task shall include the following

41 - Preliminary Foundation Memo (PFM)

As part of preliminary engineering phase for bridge-type selection Shannon amp Wilson will

prepare a preliminary foundation memo (PFM) This memo will be based on such

subsurface data that is available preliminary planning studies Caltrans bridge inspection

records published geologic mapping aerial photographs and survey and topographic data

Shannon amp Wilson will use a Caltrans ARS online default shear wave velocity and assume

a Class D soil type when the preliminary ARS curve is developed

The PFM will include the following

Project location and vicinity map

Summary of site geology and subsurface conditions based on review of available

record documents published geologic data and geologic reconnaissance

Seismic data and evaluation using current Caltrans seismic design criteria including

design ARS curve using Caltrans ARS Online tool

Franz Creek Bridge Scope 8 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Approach roadway considerations

Preliminary foundation alternatives eg CIDH piling driven piles spread footing

foundations etc

Preliminary foundation recommendations with conditions and constraints on likely

foundation types and

Preliminary construction considerations

Task 41 Deliverables

Final PFM ndash 1 hard copy 1 electronic copy

42 - Planning amp Permitting

Shannon amp Wilson will obtain a Sonoma County Encroachment Permit and Sonoma

County Permit and Resource Management Department (PRMD) drilling permit Shannon amp

Wilson assumes that the County will waive any encroachment permit fees and bond

requirements Shannon amp Wilson will pay for the fees associated with obtaining the

PRMD drilling permit The exploration locations are within at most three parcels for

permitting purposes Prior to commencement of subsurface explorations Shannon amp

Wilson will notify Underground Service Alert for underground utility locations

The County will obtain rights of entry to private residences and provide copies of the rights-

of-entry documents to Shannon amp Wilson

Assumptions include

bull Apply for and obtain Sonoma County Permit and Resource Management

Department (PRMD) drilling permit

bull Apply for and obtain a Sonoma County encroachment permit (we expect the permit

not to require fees or bonds)

bull Schedule field exploration

bull Field stake boring locations coordinate utility clearance with Underground Service

Alert

43 - Traffic Control

As part of the encroachment permit process Shannon amp Wilson will prepare a traffic control

plan to be approved by the County for traffic control Flagmen and portable orange traffic

warning signs and cones shall be used to control traffic whenever drilling operations

present a potential obstruction to traffic We expect traffic control is required based on the

roadway geometry limited sight distance and anticipated field exploration locations A

subconsultant managed under the Consultants (geotechnical) contract will provide traffic

control during drilling

44 - Geologic Reconnaissance and Field Exploration

bull Research published documents including geologic maps of the site and vicinity

bull Perform an engineering geologic reconnaissance of the channel and areas

surrounding the existing and proposed bridge alignments

Shannon amp Wilsonrsquos reconnaissance will be directed toward identifying and mapping

bedrock types bedding orientation fracturing faulting and other bedrock characteristics

as appropriate Work will include

Franz Creek Bridge Scope 9 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull Geotechnical Investigations

bull Attend a kick off meeting among representatives of the County and consultant

(may be available by phone)

bull Shannon amp Wilson shall perform borings to collect subsurface information required

for foundation design This shall include locating borings at the project site marking

out field test locations with paint or other acceptable means for Underground

Service Alert notification and for utility location logging earth materials

groundwater depth and the depth of refusal or solid rock if either are encountered

Each boring site shall be located using a measuring tape and transit level

For the bridge foundation design study we will include a maximum of two borings to 80

foot depth for bridge foundation supports We assume exploration is for one proposed

roadway alignment that includes a single-span bridge founded on Caltrans Standard driven

pile or CIDH piles at the abutments Shannon amp Wilson expects to drill the borings during

dry field conditions with a truck-mounted drill rig using auger andor mud-rotary drilling

methods through soil and then diamond-bit core drilling where we encounter boulders

andor rock We will collect subgrade soil samples from auger cuttings at the abutment

borings We will recover soil samples at 3-5 foot (typical) intervals using Standard

Penetration Test equipment and other split-spoon samplers as necessary

A representative from Shannon amp Wilson will log the soil rock and groundwater

encountered in the borings Shannon amp Wilson will backfill the borings in accordance with

County permit requirements Shannon amp Wilson expects that drill cuttings removal is

required and cuttings cannot be spread on site and will include disposal costs in the fee

estimate for this work

Shannon amp Wilson will attempt to drill along existing roadway shoulders at the proposed

west abutment but may partially encroach into the travelled way For the east abutment

rights of entry to the private property on the east side of the creek (to be obtained by the

County) are needed in order to perform a boring at the proposed abutment locations If right

of entry is not approved then a boring would be completed in the roadway on the east side

of the creek that may result in being 100 feet away from the proposed abutment location

45 - Laboratory Testing

Selected soil and rock samples obtained from the consultantrsquos borings will be subjected to

laboratory testing at a certified geotechnical laboratory to assess their pertinent

geotechnical engineering characteristics Tests to be performed include moisture contentdry

density classification strength corrosivity R-value (for pavement design) any other tests

recommended as appropriate by the Geotechnical Engineer We will perform two R-value

tests to evaluate subgrade materials for new pavement section recommendations Laboratory

tests will be in accordance with ASTM andor Caltrans Standards Shannon amp Wilson will

use point load index testing if rock cores are recovered If sound hard rock core pieces of

sufficient length are recovered we will perform compressive strength tests if practical In

addition consultant shall also be responsible for providing the following basic soil

characteristics and bearing capacity The environmental consultant (TRC) shall also be

responsible for testing hazardous materials when pertinent

A quantity estimate of laboratory tests required is as follows

Franz Creek Bridge Scope 10 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

bull 17 - Moisture Content - Unit Dry Weight (ASTM-D2216 ndash ASTM-D4767)

bull 5 - Sieve Analysis (ASTM-D6913)

bull 5 - Plasticity Index (ASTM-D4318)

bull 1 - Resistance Value (CTM-301)

bull 5 - Point Load Index (ASTM-D5731)

bull 2 - Unconfined Compression Rock (ASTM D7012)

Samples will be collected using Standard Penetration Test equipment or other split-spoon

samplers using a calibrated automatic drop hammer

46 - Engineering and Geologic Analyses

Shannon amp Wilson shall characterize the creek channel and surrounding terrain within the

vicinity of the proposed and existing bridge alignments in terms of regional and local

geological and seismic conditions including geologic hazards (primarily creek bank

stability and channel scour) Shannon amp Wilson shall analyze the field and laboratory data

and conduct engineering and geologic analyses to provide conclusions and

recommendations regarding the bridge foundation design criteria Shannon amp Wilson will

also identify foundation alternatives based on their experience with similar projects and the

results of the investigation The field geology and boring log data-will be presented on a

geologic map and subsurface profile sheet The geologic subsurface profile will be along

the proposed bridge alignment Laboratory test data will be presented on the boring logs

alongside the samples tested

Shannon amp Wilson will determine the appropriate seismic design parameters and prepare an

ARS design curve using Caltrans ARS online and perform pile analysis for the pile design

using AASHTO LRFD Bridge Design Specifications with Caltrans amendments as

appropriate

The consultant will develop geotechnical criteria for design including the following

Axial pile and bearing capacity

Lateral pile capacity

Foundation design criteria for potential foundation type including drivability and

axial analyses (as appropriate) for Cast-in-Drilled-Hole (CIDH) Cast-in-Steel-Shell

(CISS) or driven pile design

Liquefaction

Settlement

Slope Stability

Site seismicity including deterministicprobabilistic procedures consistent with

current Caltrans Seismic Design Criteria to determine the site ARS

Lateral earth pressures and coefficient of friction to resist sliding

Soil corrosivity

Scour analysis and bank stability analysis

New flexible pavement design

Site preparation and grading including excavation characteristics suitability of

excavated soils within the roadway for re-use as fill and the treatment of existing

fill as appropriate

Lpile parameters for the structural engineers lateral pile analysis

Franz Creek Bridge Scope 11 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The County recommends avoiding pile driving given the year round water at this

site Additionally addressing bioacoustic effects on fish are expected to be avoided

unless that is the only foundation design given site constraints (See Supplemental

Service 69)

Anticipated geotechnical construction considerations if applicable

47 ndash Prepare Draft Geotechnical Report

The consultant shall summarize the results of the investigation testing and analysis in a

draft report The draft report shall include recommendations for foundation type elevation

and allowable loading of proposed foundation elements discuss groundwater and other

subsurface conditions encountered affecting foundation design construction and service

and include a Log of Test Boring drawing suitable for inclusion with the project plans

Seismic criteria for use in structure design will also be reported (peak ground acceleration soil profile

type ARS curve etc) in accordance with Caltrans practice including an evaluation of the potential

geohazards such as seismically induced liquefaction settlement and ground instability The

Foundation Report will include geotechnical design criteria for the approach roadway sections

The Draft Foundation Report will include

bull Summary of geotechnical services

bull Vicinity map

bull Site plan

bull Site description

bull Project description

bull Field exploration descriptions

bull Laboratory testing results

bull Site geology and subsurface conditions

bull Seismic data and evaluation

bull Scour considerations (based on Hydraulics Report prepared by others)

bull Corrosion evaluation

bull Foundation recommendations

bull Approach roadway subgrade and new pavement section recommendations

bull Construction considerations

bull Caltrans ARS curve

bull Log of Test Borings (LOTB) drawing and

The draft report shall be submitted for the 65 PSampE

48 ndash Prepare Final Geotechnical Report

After the County has commented on the draft report and all outstanding questions answered

the Foundation Report shall be finalized

Task 4 Deliverables

bull Preliminary Foundation Memo

bull Draft Foundation Report

bull Final Foundation Report

bull Site-specific ARS Curves

bull Log of Test Borings for PSampE

Franz Creek Bridge Scope 12 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Geotechnical Assumptions

bull The exploration program indicated is for bridge foundation design and additional exploration may be required to adequately define construction conditions

bull The project does not require a Site Specific Seismic Hazard Analysis that includes time-

history analysis

bull ARS Curves will be developed using Caltrans ARS online and the USGS Seismic Hazard

Website for Deaggregation of seismic hazards

bull The County will provide all necessary rights-of-entry

bull Topographic surveys will be provided by others with maximum 1-ft contour interval for the

project site

bull Shannon amp Wilson will prepare a traffic control plan and submit an encroachment permit

bull Hazardous materials assessment and evaluation is not included in our scope of services

Task 5 Hydrology and Hydraulics

The consultant shall complete the Design Hydrology and Hydraulics Report Location Hydraulic

Study Floodplain Evaluation Report Summary Floodplain Encroachment Report as needed and

to establish the 100-year flood level at the bridge

51 - Data Collection and Site Review

WRECO will review available data including previous studies provided by the County

Sonoma County Water Agency (SCWA) and the Project Team Key information to review

will be the available hydrologic and hydraulic data for Franz Creek topographic survey

available cross-sections County and Caltrans Bridge Inspection Reports as-built data

published geological and seismological studies and maintenance records for the Project

site WRECO will also conduct a field reconnaissance to assess the existing conditions in

the vicinity of the Project site

52 - Hydraulics Analyses

The consultant will develop hydraulic analysis models to incorporate information obtained

from its assessment of available information and the creek cross section data from the

topographic survey

The consultant shall evaluate the 50 year and 100 year drainage flows and overtopping

event for existing and proposed conditions of the new bridge and approach roadways

Modeling shall include the 50- and 100-year recurrence events Flow results shall be used

for the existing bridge geometry and calibrated against published data gauge data field

observations of high water marks and any available anecdotal data

The hydraulic model of choice will be the US Army Corps of Engineersrsquo HEC-RAS

model WRECO will coordinate with the Project Team to obtain the survey data of river

channel topography and bathymetry

53 - Documentation

The consultant shall prepare studies and reports that document their findings The reports

will describe methodology used summarize model output include creek cross sections in

plan and profile view and will delineate the 100-year water level for existing and proposed

conditions through the project reach as well as scour analysis

Franz Creek Bridge Scope 13 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The reports shall be prepared in accordance with the format and guidelines presented in the

ldquoChecklist for Drainage Studies and Reportsrdquo Local Assistance Procedures Manual

(LAPM) Exhibit 11-E The draft report shall be submitted for the 35 PSampE After the

County has commented on the draft report and all outstanding questions answered the report

shall be finalized

54 Scour Analysis

WRECO will perform a bridge scour analysis to determine the scour potential per the

methodology specified in the Federal Highway Administrationrsquos (FHWA) HEC-18 HEC-

20 and HEC-23 manuals WRECO will make recommendations on the need for scour

countermeasures for the proposed bridge per the HEC-23 and California Bank and Shore

Protection Manual

55 - Design Hydrology and Hydraulics Reports and Studies

Task 551 Design Hydrology and Hydraulics Study

WRECO will prepare a Design Hydraulics Study (DHS) which will summarize the results

from the hydraulic and bridge scour analyses and recommendations for bridge scour

countermeasures The report will also include all of the detailed hydraulic model output

Task 552 Location Hydraulic Study

Based on WRECOrsquos preliminary qualitative hydrologic hydraulic and geomorphic

assessments no floodplain encroachments or impacts are anticipated as a result of the

Project Therefore WRECO will prepare a Floodplain Evaluation Report Technical

Memorandum including the Technical Information for a Location Hydraulic Study and the

Floodplain Evaluation Report Summary form to document the investigation and summarize

the results

56 - Dry Weather Flow and Bypass

WRECO will determine the magnitude of the dry weather flow volume during the

construction period and will work with the Project Team to develop the design concept for

the flow bypass system during construction

Task 5 Deliverables

bull Design Hydraulics Study

o Draft Design Hydrology and Hydraulics Study (PDF and 2 hard copies)

o Final Design Hydrology and Hydraulics Study (PDF and 5 hard copies)

bull Location Hydraulic Study

o Draft Location Hydraulic Study (PDF and 2 hard copies)

o Final Location Hydraulic Study (PDF and 5 hard copies)

bull Scour Analysis

Franz Creek Bridge Scope 14 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 6 Environmental

The County has in-house environmental specialists from PRMD who will lead the environmental

clearance effort (CEQANEPA and environmental permits) including setting up and facilitating

interagency meetings The consultant shall work closely with PRMD s t a f f to support their

work in obtaining environmental clearance and identifing environmental constraints and

opportunities to minimize costs and time delays This will include providing engineering

information and documentation in a timely manner

Listed below is an outline of the anticipated environmental studies to be prepared by the consultant

necessary to satisfy portions of the environmental documents (NEPACEQA) including three

additional subtasks 64 65 and 66 that were included in the Caltrans District 4 correspondence to

Sonoma County (letter dated January 15 2016)

Task 601 Project Management

Consultantrsquos Environmental Project Manager will be responsible for a variety of general

project management tasks throughout the process of coordinating preparation of technical

studies preparing the environmental documentation and coordinating with the County and

Caltrans Local Assistance staff This also includes coordinating the day-to-day

environmental activities with the Consultant Project Manager and design team and

monitoring the scope budget and scheduling of the environmental aspects of the project

Task 602 Meetings

Consultantrsquos Environmental staff will attend the kick-off meeting and up to four (4) Project

Development Team (PDT) meetings via conference call and (1) agency meeting

Task 603 Environmental Engineering Support

The consultant shall provide preliminary engineering services or site assessments needed

for the following tasks

6031 - Assist the County with preparation of the bridge project NEPACEQA documents

The Consultant shall assist in the preparation of the Area of Potential EffectsImpact Map

(APEI) and Biological Study Area (BSA) Maps of the enveloped alternatives for use in the

environmental studies Consultant will provide a base map to the Consultant (Tom Origer

amp Associates) that will finalize the (APEI) Maps and then will submit the APEI Maps for

County review The County will markup the base map and then the Consultant will prepare

the final maps based on those markups The County will submit to Caltrans for approval

The Consultant shall assist in preparation of the project description and determining NEPA

and CEQA boundaries

6032 - Identify issues that must be addressed in the design

Consultant shall assist during the preparation of the environmental documentation for

supporting documents and calculations as the studies require

6033 ndash Prepare Equipment Staging Technical Memo

The consultant will prepare an Equipment Staging Technical Memorandum The memo

Franz Creek Bridge Scope 15 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

will describe the proposed staging areas to be utilized during the construction of the Project

identify potential impacts to the surrounding environment traffic patterns and nearby

residents and describe how these potential impacts will be minimized

It is assumed that the County will assist the Consultant by providing the necessary traffic

data (existing and proposed ADT) to supplement the information required in the Land

Use memo

6034 ndash Prepare Right-of-Way Technical Memo

The consultant will prepare a Right-of-Way Technical Memorandum This memo will

describe the Right-of-Way needs of the project which parcels will be impacted what is on

the parcels the land use detail rights of entry and describe how the project will impact the

existing land use

NEPA STUDIES 61 - Initial Site Assessment (ISA)

The Consultant shall prepare an ISA that will attempt to identify potential or known

hazardous materials hazardous waste and contamination in the project area as well as those

responsible The ISA will also include a preliminary screening level study of roadway

striping paint and existing bridge construction materials A certified asbestos consultant

will also review the site and take samples of potential existing asbestos containing building

materials (including bridge concrete samples) as necessary The existing bridge and

alignment alternatives will be evaluated and reported on in the Initial Site Assessment (ISA)

report The certified asbestos consultant report will be appended to the ISA This report will

follow American Society for Testing and Materials (ASTM) Standard E1527-05

A Phase I Initial Site Assessment (ISA) will be prepared The ISA will be prepared in

accordance with the scope and limitations of the American Society of Testing and Materials

Practice E 1527-13 Standard Practice for Environmental Site Assessments Phase I

Environmental Site Assessment Process (ASTM E 1527-13)

62 - Visual Impact Assessment (VIA)

The consultant shall prepare a Moderate Level VIA and is required to follow the Guidelines

for the Visual Impact Assessment of Highway Projects (FHWA-HEP-15-029) written by

the Federal Highway Administration

The PES indicates that a Visual Resources Technical Memorandum should be prepared to

address visual issues and that a VIA may not be required The analysis will be supported by

a set of realistic computer-generated visual simulations to illustrate existing and post-project

visual conditions as seen from key public viewpoints Four visual simulations will be

prepared Visual simulations showing one existing (before) view and one simulation (after)

image from each of two viewpoints is included The simulations will be produced using

high resolution digital photographs and advanced computer modelingrendering techniques

The visual simulations will be based on engineering design data including digital (CAD)

plan and elevation drawings The visual impact assessment will be based on review of

ground level and aerial photographs topographicGIS data pertinent public policies

regarding visual quality project engineering drawings and other descriptive project data

63 - Cultural Resources

Franz Creek Bridge Scope 16 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

The consultant (Tom Origer amp Associates) shall prepare the Section 106 of the Historic

Preservation Act reports APE map Historical Property Survey Report (HPSR) Historical

Resources Evaluation Report (HRER) to include a re- evaluation of the bridge for eligibility

for the National Register of Historic Places and an Archeological Survey Report (ASR)

The consultant will also complete a California Department of Parks and Recreation

Form 523 (DPR Form 523) for the existing bridge evaluating the bridges potential for

eligibility on the California Register of Historic Resources

Prior to beginning the Cultural Resources Studies the Consultant (Tom Origer amp

Associates) will create the APE map The APE map will be reviewed and approved by the

County and Caltrans prior to beginning any of the Cultural Resources Studies The County

will submit the APE Map and Project Description to Caltrans for Review and Approval

Based on the list of studies required for the Franz Creek Bridge Replacement project the

following scope of work complies with Section 106 of the National Historic Preservation

Act and the California Environmental Quality Act Based on information contained in the

Caltrans memorandum dated January 26 2016 the following scope of work is proposed

631 ndash Historic Resources Evaluation Report (HRER)

An HRER will be prepared that evaluates elements of the built environment that are within

the APE and are older than 50 years Buildings and structures older than 50 years will be

evaluated for eligibility for the National Register of Historic Places and the California

Register of Historic Resources

To evaluate resources an historic context(s) will be developed that will identify themes

events and people that were important to the area and its development The historic context

will draw upon historical documents existing histories and reports and interviews with

knowledgeable individuals The Consultant (Tom Origer amp Associates) will also consult

with local historical societies and other interested parties The results of these evaluations

will be presented in the HRER along with the appropriate resource documentation (DPR

523 forms)

632 ndash Archaeological Survey Report (ASR)

The archaeological APE will be surveyed in its entirety including areas of direct effect

staging areas and the locations of any temporary easements As part of this task the Native

American Heritage Commission and local Native American groups will be consulted

regarding the project Upon completion of the survey a technical report (ASR) will be

prepared that presents the results of the archaeological survey Resource documentation

(DPR 523 forms) will be completed if archaeological sites are identified No formal

evaluation of archaeological sites is included in this scope

633 ndash Historic Properties Survey Report (HPSR)

The Consultant (Tom Origer amp Associates) will prepare a new HPSR that will include the

results of all studies completed for this project and will discuss potential project effects on

historic properties found within the APE

64 - Natural Environment Study and Biological Assessment (By County) The County shall prepare an NES and BA (if needed) per the Caltrans guidance in the

Franz Creek Bridge Scope 17 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Standard Environmental Reference

As part of the NES and based on the potential for federally listed species to occur within

the project area the County will prepare an EFH in accordance with the most recent

Caltrans guidance to evaluate project effects to federally listed species and critical habitat

as well as identify appropriate avoidance and minimization measures If it is determined that

the project may adversely affect federally listed species Caltrans will use the EFH to

facilitate Section 7 consultation with the National Marine Fisheries Service (NMFS)

It is also assumed that the County will conduct a tree survey for the trees that are to be

removed The Consultant will submit a tree removal plan which is included in the

removal sheets of the Plans but the County will determine the species of the tree

designated for removal

65 ndash Farmlands (By County)

The County will prepare a Farmlands Technical Memorandum and if needed the AD 1006

form will be prepared and submitted

66 - Prepackaged Agency Permits (By County) During the preparation of the 65 PSampE the County will prepare the following permit packages to the respective regulatory agencies Refer to Task 87 for a description of the engineering support task for the permit process

bull CDFW 1602 Streambed Alteration Agreement requires an approved CEQA

document

bull USACE Section 404 Requires a USFWS approved Biological Opinion

bull CRWQCB Section 401 Water Quality Certification requires approval before

applying for other permits

CEQA Studies 67 - Noise

A noise study shall be prepared that addresses potential noise impacts of the proposed project It is

anticipated that road noise and construction noise will be evaluated Drilling is the preferred

method of construction The noise standards as provided in the Noise Element of the Sonoma

County General Plan 2020 shall be used to guide the analysis Given the anticipated construction

methods a bioacoustics analysis is not likely to be required and is therefore excluded from this

task but is included as a supplemental service Task 69 herein

68 - Water Quality Assessment Report (WQAR)

The consultant will assist and provide PRMD with storm flows and drainage pattern information

(existing and proposed) for inclusion in the WQAR The consultant shall prepare a WQAR per the

Caltrans guidance in the Standard Environmental Reference

WRECO will provide the existing physical and regulatory environment information for the water

quality and identify the design criteria applicable to the Project to comply with the County standards

post-construction BMPs requirements and other water quality requirements WRECO will also

review the applicable water quality regulatory requirements for the Project site

Franz Creek Bridge Scope 18 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 6 Deliverables

bull APE Map

bull Project Description

bull Equipment Staging Technical Memo

bull Right of Way Technical Memo

bull Phase I ISA

bull VIA Memo

bull Cultural ReportsHPSR HRER ASR

bull DPR Form 523

bull WQAR (DraftReviseFinal)

bull Noise Study

Task 7 ndash Public Outreach

71 ndash Public Outreach Meetings

The County will lead the Public Outreach efforts for this project with support from the Consultant

at the following meetings

Property Owner Meetings

The County will prepare a database of potential stakeholders and property owners (Refer to Task

72) It is anticipated that this project will require (1) meeting directly with the individual property

owners affected by the project Since there are only two property owners that are affected it is

anticipated that both meetings will occur during the same day The meeting will be held either on-

site or at the County offices Consultant will attend this meeting with the property owners to

explain the project answer questions take meeting notes and prepare a summarization of the

meeting notes

Sonoma County Board of Supervisor Meetings

The team will work with the County and attend two (1) One Board of Supervisor meeting related to

the project and take meeting notes as needed This will occur during the Environmental Process

72 ndash Database (By County)

The County will develop and maintain a stakeholder database which can be used to

efficiently distribute project information

Task 7 Deliverables

bull One (1) County Board of Supervisorrsquos meeting attend and prepare summaries

bull Two (2) Property Owner Meetings on the same day attend and prepare summaries

Task 8 ndash 65 PSampE

Task 8 represents the beginning of Final Design phase of the project The consultant staff will meet

with the County at a final-design kick-off meeting to discuss the Final Engineering Scope of Work

project requirements design criteria and the Countyrsquos most current scheduling and review

requirements An agenda and outline will be prepared and distributed before the meeting and

minutes will be prepared and distributed after the meeting

Franz Creek Bridge Scope 19 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

81 - BridgeStructural Design Development

The consultant shall perform structural design investigations analysis computations and

prepare detailed structure plans for the proposed replacement bridge in accordance with the

latest Caltrans bridge design techniques including a Foundation Report and a Design

Hydraulic Study Standard construction materials shall be used in the design of the proposed

bridge replacement wherever possible Where specialized non-standard

constructionbuilding materials are required the consultant shall first obtain approval from

the County prior to incorporating them into the design

The consultant shall confirm and verify the design criteria and loading conditions then

verify the structural adequacy of the selected bridge type

Permanent transient and extreme event load cases shall be considered per Caltrans BDS and

AASHTO LRFD Manuals Global analyses shall consider soil-structure interaction

Project plans prepared by the consultant shall include a set of plans at the 65 level All

identified and affected existing utilities shall be accurately indicated on the plans Plans at

65 should be of sufficient level to start ROW acquisition

Contract drawings will be developed using AutoCAD 2015 or newer at the Consultantrsquos

sole discretion

82 - Bridge Approach Roadways

The consultant shall perform roadway design in accordance with the latest version of the

AASHTO Green Book and the County design standards Design shall include details for

traffic control plans in accordance with the Caltrans Manual of Uniform Traffic Control

Devices

Re-alignment at the bridge approaches may be necessary depending on the project

alternative that is selected

The consultant will design the approach roadways and prepare the contract drawings for

these The pavement section roadside drainage and roadside barriers are included in the

design of the bridge approach roadways

The consultant will prepare approach design plans Plans will be coordinated and integrated

with the structure plans for the 65 PSampE package Design will incorporate County

Standard Plans standards per Caltrans Local Assistance Procedures Highway Design and

Traffic Manuals 2015 Caltrans Standard Plans or newer and the current AASHTO Green

Book Standards used will be those in effect as of the date of Notice to Proceed New

standards or modifications to standards which occur during the course of work may require

redesign of particular project features In this case County agrees to compensate the

consultant for extra work which is required to meet the new or modified standards

821 - Roadway Civil Design

The consultant will proceed with final civil design of the project based on the approved

preliminary engineering design concept and the consultantrsquos prior experience with County

project plan preparation Attention is directed to Attachment A for the anticipated plan

Franz Creek Bridge Scope 20 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

sheets to be completed in this task

The Title sheet will include the appropriate County and federal funding project

identification This plan sheet will include a sheet schedule a vicinity map the project

legend general notes and the project control points

The Typical Section Sheet will include the roadway structural section as designed based on

a County supplied Traffic Index (TI) and the R-value recommendations of our geotechnical

subconsultant based on approach soil borings Design will conform to County standards

Standard details will be included to reconstruct raised medians and concrete barriers

Typical sections will be produced for Franz Valley School Road

The total alignment length is approximately 600 The Layout Sheets will be produced at a

horizontal scale of 1 = 20 The plan view will delineate the general roadway

improvements and pavement dimensions Profile and superelevation sheets will be

prepared at a horizontal scale of 1 = 20 and a vertical scale of 1rdquo = 4rsquo The profile grade

will be refined from that shown in the preliminary engineering report Geometric

information tied to the project control points will be shown to sufficiently describe both

the profile and horizontal alignments Spot elevations will be shown at conforms

Construction Detail Sheets shall be created to identify specific details for the project

including but not limited to removal sheets (including a tree removal plan) driveway

conforms and any other details needed to clarify the Plans

It is assumed that existing road surface drainage will be allowed to runoff and infiltrate It

is envisioned that a system will be required to capture predevelopment runoff volumes in

order to satisfy the water balance calculator A system will be designed and shown on the

drainage plan It should be noted that this project is not in an MS4 boundary but roadside

ditches may need to have a treated system before outfalling into the creek

Contour Grading sheets will not be prepared this information will be shown on the Erosion

Control Plan and Details sheets

822 ndash Traffic Design

Permanent Signing and Striping Plan

A Pavement Delineation and Signing Plan will be prepared utilizing the County standards

MUTCD standards and Caltrans standard details This plan will generally match the

existing striping layout The Consultant staff will work closely with the County Traffic

Engineer to incorporate applicable requirements To this end conceptual plan sheets will

be produced for the Traffic Control System and Construction Area Signs plan sheets These

sheets will be transmitted to the County Traffic Engineer and the County project manager

and a meeting held to discuss the design concept prior to the first formal project submittal

Franz Creek Bridge Scope 21 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Subsequent submittals will follow the schedule outlined for the overall project submittals

Existing as well as new sign locations will be shown Sign panels will be shown for new

non-standard signs Standard signs will only be designated by the appropriate Caltrans sign

number

Stage Construction and Traffic Handling Plan

The consultant will prepare combined Traffic Handling and Staged Construction sheets

The plan will generally maintain one travel lane in each direction on the existing bridge

during the construction of the structure No practical detour exists and therefore the road is

assumed to have at least one lane of traffic open at all times Occasional one lane two-way

traffic control will be accomplished through the use of flaggers Brief closures (a few days

to a week) of the approaches will be employed during tie-in operations and construction of

approach pavement The public will be notified of these closures well in advance and

appropriate signage placed at the ends of the approaching roadways

The Caltrans Traffic Manual Sign Specifications and Standard Plans will be used as

applicable Temporary signing and striping portable delineators temporary crash cushion

arrays and temporary railing (Type K) as necessary will be shown on this plan No

temporary signal work for pedestrian or vehicular traffic is currently included within this

scope of work Attention is directed to Attachment A for the anticipated plan sheets to be

completed in this task

83 Channel Protection Design (WRECO)

The use of rock slope protection for scour and slope protection is anticipated at this site

Design will be based on the results of our scour analysis Attention is directed to

Attachment A for the anticipated plan sheets to be completed in this task Slope protection

installations will be designed at the channel banks specifically at the abutment faces up to

the right-of-way upstream and downstream of the bridge and along the roadway approaches

adjacent to the creek The design of the slope protection will include details for toe

trenches cutoff walls and intermediate shear keys as necessary Additionally layout and

elevation information will be shown and tied to the project coordinate system

84 ndash Stormwater Pollution Prevention Plan

The project specifications will require the Contractor to prepare a SWPPP for the project so

it is assumed that Temporary Water Pollution Control sheets will not be necessary and are

expressly excluded from this scope of work Stormwater BMPs will be required by the

Regional Board thus informal temporary water pollution control design sheets will be

produced in order to estimate the BMPrsquos that may be required during construction for

estimating purposes The cost of anticipated BMPrsquos will be included in the 65

Construction Cost Estimate

Franz Creek Bridge Scope 22 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

85 ndash Erosion Control Plans

This task will include parameters to stabilize the soil and will include a revegetation plan

for the site after construction

86 ndash Engineering Support to Permitting Process

During the 65 PSampE preparation the consultant will provide the County and our

subconsultants engineering support as the permitting documents are drawn up This support

will be in the form of preparing exhibits calculating areas and quantities of impacts as

required by the permit documents

87 ndash Cost Estimate and Specifications

The Consultant will prepare an itemized engineers estimate at the 65 stage for the

roadway items Bridge items will be based on a General Plan Estimate method The format

will be consistent with the Caltrans Ready-to-List Guide and a BEES listing will be

included Unit prices shall be applied to each contract item resulting in the Engineerrsquos

Estimate of Probable Construction Cost (Estimate) Prices used shall be based on the latest

available data from the COUNTY and Caltrans reflecting the location of the project and the

quantity of each item

The consultant will develop project specifications and special provisions from the most

current Caltrans and County standards

At the 65 stage a bid item list will be prepared and will be submitted with the Plans and

Estimate Special Provisions will not be prepared until the 95 stage as standard special

provisions change frequently

88 - Contract Drawings

Contract drawings for the bridge and roadway approaches are shown in Attachment A

All drawings will be prepared per the most current Caltrans FHWA and County standards

89 - Quality Control and Quality Assurance

A Quality Control (QC) and Quality Assurance (QA) program will be implemented on the project to capture any design or drafting errors

The consultant shall employ a QC program that consists of checking and back-checking the design calculations and contract plans

QA entails ensuring that all QC procedures have been followed and that all critical issues have been addressed and resolved

The 65 PSampE will be submitted after QAQC has been completed

Task 8 Deliverables

bull 65 Plans and Estimate

bull 65 Design Calculations

Franz Creek Bridge Scope 23 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Task 8 County Decision Points

bull Provide 65 Plans and Estimate review comments

bull The County requires a 30 day review period for the 65 PSampE submittal

Task 9 - 95 PSampE

PSampE shall be 95 complete Major subtasks for this phase of the work are

91 ndash Address County Comments

Incorporate County 65 review comments into the design and bidding documents if any

Consultant shall provide written responses to County comments on the 65 plans After

receiving County concurrence on responses Consultant will proceed with the preparation of

the 95 plans Plan revisions will include addressing 65 comments and design changes to

address mitigation measures and concerns expressed by the County

92 ndash Complete Design and Bid Documents

Complete the design documents and bidding documents to 95 level

93 - Independent Design Check

Perform an independent design check The independent design check of the bridge will be

performed by individual(s) that werent involved in the originating of the design calculations

Where possible the independent checker shall use alternative methods of design and

analysis than used by the designer

The independent check is complete when the independent checker finishes their

calculations compares results with those of the designer and all discrepancies between the

independent check and the original design are reconciled

The 95 PSampE will be submitted when the independent design check is complete The

design of the bridge and approaches is essentially complete at this time

94 ndash Cost Estimate and Specifications

The Consultant will prepare an itemized engineers estimate at the 95 stage Work includes

updating the quantities and project cost estimate including calculating updated quantities for

the changes related to work performed hereunder Two independent sets of quantity

calculations shall be performed by individuals experienced in this work for the bridge design

Work also includes updating the bid item list to correspond to Caltrans current standards

Prices will be updated to current expected values

Plans shall be cross checked with the specifications and the engineerrsquos estimate The

specifications shall then be compiled using the bid item list to collect and edit the applicable

Caltrans Standard Special Provisions (SSPs) and prepare required special provisions in

coordination with the roadway designers CONSULTANT shall utilize the County boiler

plate documents including the notice to bidders proposal bond forms and agreement

Franz Creek Bridge Scope 24 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

Specifications will be updated and finalized with comments from the County after the 95

submittal

95 ndashPerform 95 QCQA

The QCQA procedures described in Task 8 will be implemented during this task as well this

time with an emphasis on coordination between structure roadway traffic and utility

documents and the elimination of conflicts between them

Task 9 Deliverables

bull 65 Response to Comments

bull 95 PSampE

bull 95 Design Calculations

bull Independent Design Check

Task 9 County Decision Point

bull Provide 95 PSampE review comments

bull The County may hire a bridge consultant to perform a constructability review

bull The County requires a 30 day review period including the constructability review for the

95 PSampE Submittal

Task 10 - Final (100) PSampE

This phase begins after the 95 PSampE is submitted and County has responded with comments

The consultant shall not prepare the deliverables for this task until receiving written authorization

from the County

The objective in this task is to provide the design and construction documents the County will use

to advertise for bids and administer the construction contract PSampE shall be 100 complete

Major sub tasks for this phase of the work include

101 - Address County Comments

Incorporate County 95 review comments if any into the design and bidding documents

Consultant shall provide written responses to County comments on the 95 plans After

receiving County concurrence on responses Consultant will proceed with the preparation of

the 100 plans Plan revisions will include addressing 95 comments and design changes

to address mitigation measures and concerns expressed by the County

102 ndash Finalize Documents

Complete the design documents and bidding documents to 100 level this includes

updating the Plans Specifications and Engineerrsquos Cost Estimate

Sign and seal the design and bidding documents and prepare for reproduction

103 ndash Prepare Final Deliverables

Prepare one (1) copy and one (1) electronic copy of design calculations and design check

calculations and ten (10) sets of PSampE bidding documents to the County

Franz Creek Bridge Scope 25 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

104 ndash Federal Funding Assistance

Assist the County in securing federal bridge funding through Caltrans if needed

Task 10 Deliverables

bull 95 Response to Comments

bull (1) Set of reproducible final design plans (printed in black ink on mylar)

bull (10) Sets of hardcopy final design plans (11rdquox 17rdquo)

bull (10) Copies of Specifications (seven bound two loose-leaf bound and one printer ready)

bull (10) Copies of Engineerrsquos Estimate

bull (1) Copy of design check calculations

bull (1) Copy of design check quantities

bull (2) Copies of Resident Engineer pending file

bull (2) Copies of the Geotechnical Report including the Bridge Foundation Report

bull (2) Copies of hydraulic studies and reports

bull (1) Flash drive with electronic versions of all Task 10 deliverables itemized above in

DWG MS Excel or MS Word format Print ready PDF files of same will be provided

Design plans will be provided in AutoCAD and PDF formats

Task 10 County Decision Point

bull Provide written authorization to proceed

Task 11 - Pre-Construction Engineering Services

The consultant shall remain available to provide assistance during bidding and award This work

may include clarification of contract documents in response to contractor inquiries preparing

addenda and evaluating bids Pre-construction engineering services shall be included in this

proposal

111 ndash Pre-Bid Meeting

The consultant Project Manager and Project Engineer will attend the pre-bid meeting to

assist the County in responding to questions regarding intent of PSampE documents

112 ndash Respond to Bidder Inquiries

The consultant will provide the County written responses to technical inquiries by bidders

for County distribution

113 ndash Prepare Addenda

The consultant will prepare addenda documents for distribution by the County should any

changes to the bid documents be required during the bid phase

114 ndash Assist in Evaluating Bids

The consultant will assist the County in evaluating Contractor bids

SUPPLEMENTAL SERVICES TRC and our subconsultants are prepared to perform other tasks as required by the County and the

Project as Supplemental Services A more detailed scope and fee will be developed for these

Franz Creek Bridge Scope 26 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

supplemental services at the time they are deemed necessary No work will be performed on the

Supplemental services without written authorization from the County

Some supplemental services that may be necessary include the following

2C5 ndash Utility Potholing

If utility conflicts are discovered during the design process positively locating the utilities in the

field will be required Consultant with the approval of the County can obtain a price quote from a

utility potholing sub-consultant to perform the work The Consultantrsquos surveyor will survey the

potholed location of the utilities and provide the information in AutoCAD to the designer The

utility drawings will be updated with the correct information If this task is required a refined scope

and fee will be prepared to include the total number of potholes needed the sub-consultant to

perform the work the surveyor to pick up the locations and the engineering design and support to

complete this task

49 ndash Geotechnical Retaining Wall Investigation and Analysis Optional borings for retaining wall foundations and roadway approaches will include one 50 foot

deep boring at each of two potential retaining wall locations Bulk soil samples for pavement

section subgrade analysis will be obtained from the bridge abutment borings previously indicated

If Retaining Walls are required both the draft and final foundation memoreports will be updated

accordingly

69 ndash Noise ndash Bioacoustic Analysis A bioacoustics analysis is excluded from the Noise Study noted in Task 67 The County per task

64 will perform the EFH However if the County requires assistance the Consultant can perform a

bioacoustics analysis if required

Task 7A -Public Outreach led by the Consultant

In this task it is assumed that the County prefers the Consultant to lead the public outreach effort

The goal of the subtasks listed below are to assist the County with informing the public about the

importance of the bridge replacement project identify the communitiesrsquo key issues and concerns

and provide information to the community on project status and design options for the proposed

bridge We will incorporate input from the public into the decision making process for design

aesthetics and location of the new bridge

7A1 - Facilitate Public Meetings

The consultant shall work closely with County staff to develop meeting agendas

presentations and meeting materials for one public outreach meeting and attend two of the

Sonoma County Board of Supervisorrsquos meetings The consultant shall coordinate and

facilitate the public meeting and keep notes that can be shared with the public after review

by County staff

Public Outreach Meetings ndash The County will prepare a database of potential stakeholders

Franz Creek Bridge Scope 27 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

and property owners (Refer to Task 72 of the Scope) It is anticipated that this project will

require (1) meeting directly with the individual property owners affected by the project

Since there are two property owners that are affected it is assumed that both meetings will

occur during the same day The meeting(s) will be held either on-site or at the County

offices The Consultant County and Public Outreach Staff will attend this meeting with

the property owner to explain the project answer questions take meeting notes and prepare

a summarization of the meeting notes

Sonoma County Board of Supervisor Meetings

The team will work with the County and attend one (1) One Board of Supervisor meeting

related to the project and take meeting notes as needed This will occur during the

Environmental Process

7A2 - Distribute Informational Materials to the Community

The consultant will work with County staff to develop and distribute

informationeducational materials as needed to the community to keep all stakeholders

informed of progress on the project

Informational Materials - Fact sheet and FAQrsquos will take 2-3 weeks to prepare review and

finalize with County and project team input Updates will take 1-2 days each

The consultant will develop information for posting on the County project website to

announce public meetings and show progress in project development We will also prepare

a project fact sheet and FAQs to communicate project information The factsheet and FAQs

will each be an 85 x 11 full color handout for use at public meetings and optimized for

posting on the project website Both will be updated twice during the project

ndash

7A3 - Media Relations

Assist the Countyrsquos public information officer with news releases media advisories or other

interactions with the media as needed

This task will be ongoing throughout the project with County and project team input News

releases and media advisories will take approximately 5 days each to prepare review and

distribute In an attempt to maintain positive coverage of the project the Consultant will

assist the Countyrsquos public information officer with news releases media advisories or other

interactions with the media as needed

Task 7A Deliverables

bull One (1) County Board of Supervisorrsquos meeting attend and prepare summary

bull Two (2) Property Owner Meetings attend and prepare summaries

bull Public Information Materials - initial fact sheet FAQ agendas presentation materials

(one PPT updated for the public meeting) exhibits sign in sheets comment cards

Task 810 ndash Retaining Wall Design

Along the southeast side of Franz Valley School Road at the bridge an approximate 70rsquo long

retaining wall may be required This wall will be a Caltrans Standard Plan type designed per the

corresponding Caltrans Standard plan or a pre-engineered wall type designed by the wall

Franz Creek Bridge Scope 28 2017-09-07

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

manufacturer The wall height is unknown at this time

Task 12 - Construction Support Services

Up to 100 hours of construction support services is included in this scope Key members of the

Consultant design team will remain available to perform construction support services provided

they are still employed by Consultant

If additional services are required such services will be negotiated with the County at a future date

Common construction support services are described below

121 - Pre-construction Meeting

Key members of the consultant design team shall be available to attend the preconstruction meeting

with the successful construction contractor

122 - Consultant Site Visits

Key members of the consultant design team shall remain available to review shop drawings and

check falsework structural calculations review material submittals and Request for Information

(RFI) and visit the project site during construction if required Any observed defects or

deficiencies in the work shall immediately be brought to the attention of the Countys Resident

Engineer

Attachments

Attachment A ndash Plan Sheet List

Attachment B ndash Exhibits

Attachment C - Fee

Franz Creek Bridge Scope 29 2017-09-07

Details

Sonoma County Project No C14007

Bridge No 20C0326 Federal Project No BRLO-5920(149)

REPLACEMENT OF THE FRANZ CREEK BRIDGE ON FRANZ VALLEY SCHOOL ROAD

PLAN SHEET LIST DISCIPLINE DESCRIPTION NUMBER OF

SHEETS

SUBMITTED WITH

C Title Sheet 1 35

C Typical Sections 3 35

C Survey Control Sheet 1 65

C Layout Plan (2 per alternative) 4 35

C Profile amp Superelevation

(2 per alternative)

4 35 (profile only)

C Removal Plans 2 65

C Construction Details 2 65

C Contour Grading 0 65

C Traffic HandlingStaged Construction Plans 6 65

C Pavement Delineation amp Signing Plan 2 65

C Drainage Plans amp Details (Stormwater Treatment) 2 65

C Rock Slope Protection Channel Work Plan and 3 65

C Water Pollution Control Plan and Details 2

C Erosion Control Plan amp Details 2 65

C Utility Plans 2 65

S General Plan 1 35

S Deck Contours 1 65

S Foundation Plan 1 35

S Abutment Layout 2 65

S Abutment Details 2 65

S Typical Section 1 35

S Slab Details 1 65

S Tubular Bicycle Railing 1 65

G Log of Test Borings 2 65

TOTAL 46

to be shown on Erosion Control Plan and Details sheets Will be used for estimating only (not part of plan set)

Summary by Discipline

C = Civil 34

S = Structural 10

G = Geotechnical 2

TOTAL 46 Franz Creek Bridge Scope 30 2017-09-07

Attachment A

EXHIBIT 10-H TRC ENGINEERS INC COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

MImbriani Project Manager - Key Personnel 162 $9300 $15066 Manager 0 $000 $0

TLambert Bridge Project Engineer - Key Personnel 220 $6721 $14786 JConklin Roadway Project Engineer - Key Personnel 361 $6601 $23797

Environmental Principal 0 $7788 $0 PChoi Environmental Manager (B3) - Key Personne 141 $6240 $8798 C Pinkerton Bridge Senior Engineer 84 $5332 $4479 G Armstrong Roadway Senior Engineer 114 $5724 $6525 B SchoppeA Bedal Engineer II 636 $4100 $26076 K NegoroN Hernande Engineer I 778 $3300 $25674 G Imbsen Eng CADD Supervisor 93 $5148 $4788 A Cardoza Eng CADD Technician 298 $3415 $10177 J Hull Eng Desktop Publisher 56 $3000 $1680 MaechlerHawthorne Eng AdmAssistant 44 $3000 $1320 W Broeking Environmental PlannerScientist II 0 $3894 $0 G Drosky Environmental PlannerScientist I 126 $2785 $3509

Senior ScientistBiologist (A1) 0 $5492 $0 E Biolsi Technical EditorFinancial Analyst 14 $3605 $505 J Hanzel-Durbin SeniorEngineer (B3) 7 $4710 $330 D Rathnayake SeniorEnvironmental Mgr (A3) 4 $8080 $323 -- 0 $000 $0

Escalation Factor 30 $4101

Total Direct Labor Costs 3138 $15193320 INDIRECT COSTS

Rate Total Fringe Benefits 4962 General Overhead 11040 Cost of Facilities Capital 000

Overhead 16002 $24312350 Total Indirect Costs $24312350

OTHER DIRECT COSTS Quantity Per Unit Total

Airfare (round trips) 0 $0000 $000 Mileage 2900 $0535 $155150 Lodging 0 $150000 $000 Per Diem 4 $46000 $18400 Car rental 0 $0000 $000 Miscellaneous Travel 0 $0000 $000 Mail 50 $054 $2675 Overnight mail 10 $1500 $15000 Copies (85x11) 500 $012 $6000 Copies (11x17) 1000 $200 $200000 Prints (22x34) 162 $300 $48600 Mylars (22x34) 81 $1200 $97200 Environmental EDR Report 1 $35000 $35000 Miscellaneous 50 $500 $2500 Visual Assessment Study 10 $000 $000

Total Other Costs $580525

FEE (Profit) 10 $3950567

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Shannon amp Wilson (inc Woodward Drilling DBE) 2 WRECO (DBE) 3 4 5 Cinquini and Passarino 6 NAL 7 Origer 8 Anchor QEA 9 Anchor QEA (Optional)

10 Shannon amp Wilson (Optional)

Basic $5916619 $5488634

$4531371 $176323

$1710917 $1157155

$18981019

TOTAL COST $63017781

EXHIBIT 10-H TRC ENGINEERS INC COST PROPOSAL - Optional SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

MImbriani Project Manager - Key Personnel 0 $9300 $0 Manager 0 $000 $0

TLambert Bridge Project Engineer - Key Personnel 40 $6721 $2688 JConklin Roadway Project Engineer - Key Personnel 33 $6601 $2178

Environmental Principal 0 $7788 $0 PChoi Environmental Manager (B3) - Key Personnel 0 $6240 $0 C Pinkerton Bridge Senior Engineer 36 $5332 $1920 G Armstrong Roadway Senior Engineer 16 $5724 $916 B SchoppeA Bedal Engineer II 222 $4100 $9102 K NegoroN Hernande Engineer I 216 $3300 $7128 G Imbsen Eng CADD Supervisor 14 $5148 $721 A Cardoza Eng CADD Technician 78 $3415 $2664 J Hull Eng Desktop Publisher 0 $3000 $0 MaechlerHawthorne Eng AdmAssistant 2 $3000 $60 W Broeking Environmental PlannerScientist II 0 $3894 $0 G Drosky Environmental PlannerScientist I 0 $2785 $0

Senior ScientistBiologist (A1) 0 $5492 $0 E Biolsi Technical EditorFinancial Analyst 0 $3605 $0 J Hanzel-Durbin SeniorEngineer (B3) 0 $4710 $0 D Rathnayake SeniorEnvironmental Mgr (A3) 0 $8080 $0 -- 0 $000 $0

Escalation Factor 30 $827

Total Direct Labor Costs 657 $2820328 INDIRECT COSTS

Rate Total Fringe Benefits 4962 General Overhead 11040 Cost of Facilities Capital 000

Overhead 16002 $4513089 Total Indirect Costs $4513089

OTHER DIRECT COSTS Quantity Per Unit Total

Airfare (round trips) 0 $0000 $0 Mileage 500 $0535 $268 Lodging 0 $150000 $0 Per Diem 2 $46000 $92 Car rental 0 $0000 $0 Miscellaneous Travel 0 $0000 $0 Mail 10 $054 $5 Overnight mail 0 $1500 $0 Copies (85x11) 100 $012 $12 Copies (11x17) 100 $200 $200 Prints (22x34) 5 $300 $15 Mylars (22x34) 5 $1200 $60 Environmental EDR Report 0 $35000 $0 Miscellaneous 50 $500 $25

Total Other Costs $67685

FEE (Profit) 10 $733342

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Shannon amp Wilson (inc Woodward Drilling DBE) 2 WRECO (DBE) 3 Circlepoint (Optional) 4 0 5 Cinquini and Passarino 6 NAL 7 Origer 8 Anchor QEA 9 Anchor QEA (Optional)

10 Shannon amp Wilson (Optional)

Optional Basic

$2652981

$84440 $2654490

$5391912

TOTAL COST $13526355

TRC ENGINEERS 080416 Project

BASIC SERVICES - DESIGN FEE ESTIMATE WORKSHEET Increase

Sub administration

Current Date

Expenses Description

Amount DBE

358

717

1075

205

Total DBE including Supplemental)

205

$18981019

$580525

$63017781

$4531371

Subconsultants

Expenses

Total

$18981019

$1710917

$5391912

Total $76544136

$43456237Labor

Car rental

Proposal Date

$0

$184

$0

Sonoma County

Replacement of the Franz Creek Bridge

Bridge No 20C0326 County No C14007

Travel Name

NAL $176323

Basic Services

$5916619Shannon amp Wilson (inc Woodward Drilling DBE)

Miscellaneous Travel

Cinquini and Passarino

Subconsultants (Labor + ODC)

Anchor QEA

Airfare (round trips)

Mileage

Lodging

Per Diem

Total Basic Services

$0

Origer

$0

$1177

Other Direct Costs

Subconsultants Admin Costs

Travel Subtotal

Total Supplemental Services

$1736

$4070

$0

Shannon amp Wilson (Optional)

Optional Services

Total

ODC Subtotal

$5805

$4070

$2654490

$1157155

$84440

P2016-33

WRECO (DBE)

00

03-Oct-17

00

$5488634 Total Fee Estimate (wescalation)

Environmental Mileage $375

1280

Total Basic + Supplemental Fee Estimate Basic Services $63017781

Optional Services $8066759

Subconsultants Optional $5391912 $2652981

Anchor QEA (Optional)

Expenses $67685Circlepoint (Optional)

1032017

2017_10_03_Franz Creek Fee_RevisedTotals with Expenses

BASIC SERVICES ESCALATION CALCULATION

Employee Actual

Employe e Rate

Hours on Project

of Project

Weighted Portion of

Rate Project Manager - Key Personnel 9300$ 162 516 $480 Manager -$ 0 000 $000 Bridge Project Engineer - Key Pers 6721$ 220 701 $471 Roadway Project Engineer - Key P 6601$ 361 1149 $758 Environmental Principal 7788$ 0 000 $000 Environmental Manager (B3) - Key 6240$ 141 449 $280 Bridge Senior Engineer 5332$ 84 268 $143 Roadway Senior Engineer 5724$ 114 363 $208 Engineer II 4100$ 636 2027 $831 Engineer I 3300$ 778 2480 $818 Eng CADD Supervisor 5148$ 93 296 $153 Eng CADD Technician 3415$ 298 950 $324 Eng Desktop Publisher 3000$ 56 178 $054 Eng AdmAssistant 3000$ 44 140 $042 Environmental PlannerScientist II 3894$ 0 000 $000 Environmental PlannerScientist I 2785$ 126 402 $112 Senior ScientistBiologist (A1) 5492$ 0 000 $000 Technical EditorFinancial Analyst 3605$ 14 045 $016 SeniorEngineer (B3) 4710$ 7 022 $011 SeniorEnvironmental Mgr (A3) 8080$ 4 013 $010

-$ 0 000 $000 3138 10000 $4712 TRC ave rate March 2017

Year Est hours spent per

year

Est spent per

year

Unescalated Ave Rate Escalation Escalated

Ave Rate

Total Unescalated

Labor

Total Escalated

Labor

Escalated Labor by

Year Sept 2017 to December 2017 Design 500 1594 $4712 Jan 2018 to December 2018 Design 1322 4214 $4712 20 $4806 $62290 $63536 $1246 Jan 2019 to December 2019 Design 1322 4214 $4712 20 $4902 $62290 $64806 $2517 Jan 2020 to December 2020 Const 50 159 $4712 20 $5000 $2356 $2500 $144 Jan 2021 to December 2021 Const 50 159 $4712 20 $5100 $2356 $2550 $194

3244 103 $129292 $133392 $4101

Difference between Unescalated Labor and Escalated Labor

TRC ENGINEERS FEE ESTIMATE WORKSHEET Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

Travel From Rancho Cordova To Santa Rosa CA (110 mi) of people 2 of days 2 of nights 0 of trips 14

Rate Airfare (round trips) x trips x people = $000 Mileage $0535 x 220 miles x 10 trips = $117700 Lodging $15000 x 0 nights x 2 people = $000 Per Diem $4600 x 2 days x 2 people = $18400 Car rental x days x people = $000 Miscellaneous Travel x units x units = $000 Environmental Mileage $0535 700 $37450 Total Travel $173550

ODCs Rate

Mail $0535 50 $1500 10

$012 500 $200 1000 $300 162

$1200 81 $35000 1

$500 5 1

x pieces = Overnight mail x pieces = Copies (85x11) x copies = Copies (11x17) x prints = Prints (22x34) x prints = Mylars (22x34) x prints = Environmental EDR Report x = Miscellaneous x units = Visual Assessment Study Total ODCs

Total Travel and ODCs

$2675 $15000

$6000 $200000

$48600 $97200 $35000

$2500 $000

$406975

$580525

2017_10_03_Franz Creek Fee_RevisedExpenses Worksheet 1032017

080416

412017

ProjectSonoma County TRC Design Proposal Date P2016-33Replacement of the Franz Creek Bridge DESIGN FEE ESTIMATE WORKSHEET Start Date

Bridge No 20C0326 County No C14007 End Date

LABOR

Task Description anager - Key Personn

Project

Manager ngineer - Key Personn

Bridge Project

ngineer - Key Personn

Roadway Project

Principal

Environmental

ager (B3) - Key Perso

Environmental Bridge Senior

Engineer Engineer

Roadway Senior

II

Engineer Engineer

I

Eng CADD

Supervisor Technician

Eng CADD

Publisher

Eng Desktop

Assistant

Eng Adm

PlannerScientist II

Environmental

PlannerScientist I

Environmental

Biologist (A1)

Senior Scientist

Financial Analyst

Technical Editor

Engineer (B3)

Senior

nvironmental Mgr (A3

Senior Total

Hours

Total

$

MImbriani TLambert JConklin PChoi C Pinkerton G Armstrong B SchoppeA Bedal NegoroN Hernande G Imbsen A Cardoza J Hull MaechlerHawthorne W Broeking G Drosky E Biolsi J Hanzel-Durbin D Rathnayake --

Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Task 1 Project Management Task 11 Project kickoff Meeting 8 8 8 4 28 $1930 Task 12 ProjectStaff Management 40 24 30 16 16 126 $8497 Task 13 Meetings 58 32 68 20 178 $12633 Task 14 Work Progress Form 24 12 24 24 84 $5343 Task 2 Preliminary Engineering Task 2A Alignment Engineering Task 2A1 Assess Available Information 4 4 10 8 26 $1156 Task 2A2 Alignment Alternatives Analysis 16 32 40 2 90 $3748 Task 2B Preliminary Structure Engineering and 35 Design Task 2B1 Bridge Type Selection Report Preparation (DraftFinal) 4 4 28 12 3 12 4 4 71 $2830 Task 2B2 Prepare 35 Design Plans 4 1 4 1 32 36 8 28 114 $4473 Task 2B3 General Plan Cost Estimate 2 1 4 1 4 24 2 38 $1487 Task 2C Utility Coordination Task 2C1 Utility Letters Task 2C11 Prepare A Letters and Plans 05 8 4 4 4 205 $924 Task 2C12 Compile Utility information into Utility Drawing 8 8 16 32 $1314 Task 2C13 Prepare B Letters and Plans 05 8 6 8 6 285 $1206 Task 2C14 Utilities begin Relocation Design Task 2C15 Prepare C Letters and Plans 05 8 8 8 8 325 $1356 Task 2C16 Utilities begin Relocation Construction 2 2 $60 Task 2C2 Utility Company Coordination 12 80 24 116 $6163 Task 2C3 Develop Utility Relocation Plans 1 16 30 47 $1712 Task 2C4 Utility Relocation Cost Estimates 1 16 4 21 $854 Task 3 SurveyingMappingROW Engineering Task 31 Topographic Survey Task 32 Right-of-Way (ROW) Task 321 Boundary Surveys Task 322 Appraisal Mapping - Task Deleted Task 33 Title Reports Task 34 Legal Descriptions 2 4 16 22 $824 Task 35 Creek Cross Sections for Hydraulic Analysis Task 36 Survey Control Sheet Task 4 Geotechnical Engineering Task 41 Preliminary Foundation Memo (PFM) Task 42 Planning amp Permitting Task 43 Traffic Control Task 44 Geologic Reconnaissance Task 45 Laboratory Testing Task 46 Engineering and Geologic Analyses Task 47 Prepare Draft Geotechnical Report 4 8 12 $597 Task 48 Prepare Final Geotechnical Report 2 6 8 $380 Task 5 Hydrology and Hydraulics Task 51 Data Collection and Site Review 4 4 8 $433 Task 52 Hydraulics Analyses 8 8 16 $856 Task 53 Documentation Task 54 Scour Analyses Task 55 Design Hydrology and Hydraulics Reports and Studies Task 551 Design Hydrology and Hydraulics Report Task 5511 Draft Design Hydrology and Hydraulics Report 4 1 4 9 $499 Task 5512 Final Design Hydrology and Hydraulics Report 2 1 4 7 $364 Task 552 Location Hydraulic Study Task 5521 Draft Location Hydraulic Study 4 1 4 9 $499 Task 5522 Final Location Hydraulic Study 2 1 4 7 $364 Task 56 Dry Weather Flow and Bypass Task 6 Environmental Task 601 Environmental Project Management 60 60 $3744 Task 602 Environmental Conf CallsCoordinationMeetings 24 30 54 $3456 Task 603 Environmental Engineering Support 24 24 24 72 $3360 Task 6031 Assist the County with preparation of NEPACEQA documents 4 4 $269 Task 6032 Identify issues that must be addressed in the design 2 8 4 2 24 40 $1750 Task 6033 Prepare Equipment Staging Technical Memo 2 1 4 8 4 19 $874 Task 6034 Prepare Right of Way Technical Memo 1 8 9 $394 Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA 1 3 50 4 2 60 $1996 Task 612 Revised ISA 1 1 10 2 1 15 $582 Task 613 Final ISA 1 8 1 1 11 $413 Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations 1 4 40 24 40 8 117 $4597 Task 622 Revised VIA and Visual Simulations 1 2 10 4 17 $614 Task 623 Final VIA and Visual Simulations 2 8 2 12 $420 Task 63 Cultural Resources (Includes Developing APE map) 1 2 3 $191 Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER 1 6 7 $440 Task 6312 Revised HRER 1 4 5 $316 Task 6313 Final HRER 2 2 $125 Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR 1 4 5 $316

2017_10_03_Franz Creek Fee_RevisedTRC Design 1032017

Task 6322 Revised ASR 1 2 3 $191 Task 6323 Final ASR 2 2 $125 Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR 1 4 5 $316 Task 6332 Revised HPSR 1 2 3 $191 Task 6333 Final HPSR 2 2 $125 Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise 1 1 $66 Task 672 Revise Noise 1 1 $66 Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR 1 8 9 $565 Task 682 Revise WQAR 1 1 $66 Task 683 Final WQAR Task 7 Public Outreach Task 71 Public Outreach Meetings (2 meetings1 day) 8 8 $528 Task 72 Sonoma County Board of Supervisor Meetings (1 total) 8 8 16 $1272 Task 8 65 PSampE Task 81 BridgeStructural Design Development 20 8 140 24 112 4 4 312 $12811 Task 82 Bridge Approach Roadways Task 821 Roadway Civil Design 8 16 50 74 $2834 Task 822 Traffic Design 4 16 20 $692 Task 83 Channel Protection Design Task 84 Stormwater Pollution Prevention Plan 4 8 12 $428 Task 85 Erosion Control Plans 4 8 12 $428 Task 86 Engineering Support to the Permit Process 1 4 12 8 4 29 $1156 Task 87 Cost Estimate amp Specifications 2 4 18 36 60 $2274 Task 88 Contract Drawings - Prepare Submittal 4 4 8 2 2 8 2 2 32 $1372 Task 89 QCQA 8 8 4 20 $1404 Task 9 95 PSampE Task 91 Address County Comments 2 4 18 8 4 36 $1470 Task 92 Complete Design and Bid Documents 4 8 4 24 48 12 72 4 4 180 $6895 Task 93 Independent Design Check 8 8 24 120 160 $5908 Task 94 Cost Estimate amp Specifications 40 36 8 56 76 216 $10295 Task 95 Perform 95 QCQA 16 8 24 $2016 Task 10 Final -100 PSampE Task 101 Address County Comments 2 4 4 24 2 36 $1364 Task 102 Finalize Documents 2 4 2 16 48 4 24 2 2 104 $3891 Task 103 Prepare Final Deliverables 1 2 2 8 16 2 2 33 $1282 Task 104 Federal Funding Assistance 8 8 $528 Task 11 Pre-Construction Engineering Services Task 111 Pre-Bid Meeting 4 4 8 $533 Task 112 Respond to Bidder Inquiries 4 4 4 8 8 28 $1338 Task 113 Prepare Addenda 2 4 4 4 14 $776 Task 114 Assist in Evaluating Bids 4 4 $269 Supp Supplemental Services Task 2C5 Utility Potholing 4 8 16 16 44 $1906 Task 49 Geotechnical Retaining Wall Investigation and Analysis 4 8 12 $592 Task 69 Noise - Bioacoustic Analysis 1 1 $66 Task 7A Public Outreach led by the Consultant Task 7A1 Facilitate Public Meetings Task 7A2 Distribute Informational Materials to the Community Task 7A3 Media Relations Task 810 Retaining Wall Design 24 8 24 8 168 184 12 72 500 $19915 Task 12 Construction Support Services Task 121 Pre-Construction Meeting 4 4 8 $533 Task 122 Construction Site Visits 12 12 12 30 16 2 6 2 92 $4364

Hrs 162 Hrs Hrs 220 Hrs 361 Hrs Hrs 141 Hrs 84 Hrs 114 Hrs 636 Hrs 778 Hrs 93 Hrs 298 Hrs 56 Hrs 44 Hrs Hrs 126 Hrs Hrs 14 Hrs 7 Hrs 4 Hrs 3138 $147832 Rate 930 Rate Rate 672 Rate 660 Rate 779 Rate 624 Rate 533 Rate 572 Rate 410 Rate 330 Rate 515 Rate 342 Rate 300 Rate 300 Rate 389 Rate 279 Rate 549 Rate 361 Rate 471 Rate 808 Rate

FeeClassification 15066 14786 23797 8798 4479 6525 26076 25674 4788 10177 1680 1320 3509 505 330 323 3138 $147832 of Total HoursClassification 5 7 11 4 3 4 20 25 3 9 2 1 4 0 0 0 100

2017_10_03_Franz Creek Fee_RevisedTRC Design 1032017

Attachment to TRC Engineers Inc Exhibit 10‐K

Sonoma County ‐ Replacement of the Franz Creek Bridge 20C0326

Contract Value Basic

Firm Name Person(s) e‐mail Nal Paula Lee paulanal1com $176323

Anchor QEA Nick Duffort Katie Chamberlin

nduffortanchorqeacom kchamberlinanchorqeacom $1157155

Cinquini Jim Dickey jdickeycinquinipassarinocom $4531371 Origer Janine Origer janineorigercom $1710917 Shannon and Wilson Martin Mcllroy MWMshanwilcom $5916619 Wreco Han Bin Liang hanbin_liangwrecocom $5488634 TOTAL SUBCONSULTANTS $18981019

Attachment B

Shannon amp Wilson (inc Woodward Drilling DBE) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee

Bob Mitchell Scott Gaulke Debanik Chaudri Martin McIlroy Ben Aldridge Robert Leaf Sandy Cotrell Lori Nelson

Function

Vice President 1 - Key Personnel Vice President 4 Sr Associate 2 Associate 3 - Key Personnel Professional III 5 Professional II 6 Sr Tech Services 7 Sr Office Services 8 Escalation Factor

Hours

8 0

16 51 0

96 14 8

Hourly Rate

6289 6695 6439 6130 3064 2719 3380 3695

Total

$50312 $000

$103024 $312630

$000 $261024 $47326 $29560 $24116

$803876 $24116

Total Direct Labor Costs 193 $827992 INDIRECT COSTS

Rate Total Fringe Benefits 8640 General Overhead 10387 Cost of Facilities Capital 000

Overhead 19027 $1575421 Total Indirect Costs $1575421

OTHER DIRECT COSTS Item Description Seismic Timer NOA Testing (1 CARB 435 and 1 TEM) Survey Equipment Environmental Data Report County PRMD Permit and Inspection fees County Encroachment Permit (No Fee and No Bond) Mileage Traffic Control (DBE - Traffic Pros) Per Diem (Preliminary and Design Phases) Overnight Mail Laboratory Testing Geotechnical

Quantity 0

1

3 1

540 2 3 1 1

Per Unit $500000 $655000 $100000 $400000 $325000

$0000 $0535

$3250000 $200000 $25000

$3340000

Total $0 $0

$100 $0

$975 $0

$289 $6500 $600 $25

$3340

$0 $0

$11829

FEE (Profit) 10 $240341

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Geotechnical Drilling (Woodward Drilling -- DBE) 2 Certified Asbestos Consultant

$20900

$2090000

TOTAL COST $5916619

Sonoma County Shannon amp Wilson (inc Woodward Drillin Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Vice President

4 Vice President

2 Sr Associate

3 - Key Personnel Associate

5 Professional III Professional II

6 Sr Tech Services

7 Sr Office Services

8 Total Hours

Total $

Hours Bob Mitchell

Hours Scott Gaulke

Hours Debanik Chaudri

Hours Martin McIlroy

Hours Ben Aldridge

Hours Robert Leaf

Hours Sandy Cotrell

Hours Lori Nelson

Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 41 Preliminary Foundation Memo (PFM) 1 4 8 12 2 2 29 $1279 Task 42 Planning amp Permitting 12 12 $326 Task 43 Traffic Control Task 44 Geologic Reconnaissance 1 2 40 43 $1273 Task 45 Laboratory Testing 2 2 4 8 $357 Task 46 Engineering and Geologic Analyses 1 6 8 16 31 $1375 Task 47 Prepare Draft Geotechnical Report 2 4 23 6 10 2 47 $2368 Task 48 Prepare Final Geotechnical Report 1 2 8 6 2 4 23 $1061 Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services Task 121 Pre-Construction Meeting Task 122 Construction Site Visits

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 16 51 96 14 8 193 $803876 6289 6695 6439 6130 3064 2719 3380 3695

503 - 1030 3126 - 2610 473 296 - 193 $8039 4 8 26 50 7 4 100

1032017

2017_10_03_Franz Creek Fee_RevisedSub 1

Shannon amp Wilson (inc Woodward Drilling DBE) COST PROPOSAL - OPTIONAL SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Bob Mitchell Vice President 1 - Key Personnel 2 6289 $12578 Scott Gaulke Vice President 4 0 6695 $000 Debanik Chaudri Sr Associate 2 2 6439 $12878 Martin McIlroy Associate 3 - Key Personnel 8 6130 $49040 Ben Aldridge Professional III 5 33 3064 $101120 Robert Leaf Professional II 6 24 2719 $65256 Sandy Cotrell Sr Tech Services 7 3 3380 $10141 Lori Nelson Sr Office Services 8 3 3695 $11085 $262099

Escalation Factor $7829 $7829

Total Direct Labor Costs 75 $269927 INDIRECT COSTS

Rate Total Fringe Benefits 8640 General Overhead 10387 Cost of Facilities Capital 000

Overhead 19027 $513590 Total Indirect Costs $513590

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Seismic Timer $500000 $000 NOA Testing (1 CARB 435 and 1 TEM) $655000 $000 Survey Equipment 1 $100000 $10000 Environmental Data Report $400000 $000 County PRMD Permit and Inspection fees 1 $325000 $32500 County Encroachment Permit (No Fee and No Bond) $0000 $000 Mileage 230 $0535 $12321 Traffic Control (DBE - Traffic Pros) 2 $3250000 $650000 Per Diem (Preliminary and Design Phases) 2 $200000 $40000 Overnight Mail 0 $25000 $000 Laboratory Testing Geotechnical 1 $1260000 $126000 Laboratory Testing Analytical (DBE - Sparger Technology) $1750000 $000

$8708

FEE (Profit) 10 $78352

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 Geotechnical Drilling (Woodward Drilling -- DBE) $9218 2 Certified Asbestos Consultant (NAL - DBE)

$921800

TOTAL COST $2654490

Sonoma County Shannon amp Wilson (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Vice President

4 Vice President

2 Sr Associate Associate

3 Professional III

5 Professional II

6 Sr Tech Services

7 Sr Office Services

8 Total Hours

Total $

Hours Bob Mitchell

Hours Scott Gaulke

Hours Debanik Chaudri

Hours Martin McIlroy

Hours Ben Aldridge

Hours Robert Leaf

Hours Sandy Cotrell

Hours Lori Nelson

Hours 0 $0

Task 2 Preliminary Engineering 0 $0 Task 3 SurveyingMappingROW Engineering 0 $0 Task 4 Geotechnical Engineering 0 $0 Task 41 Preliminary Foundation Memo (PFM) 0 $0 Task 42 Planning amp Permitting 10 10 $277 Task 43 Traffic Control 0 $0 Task 44 Geologic Reconnaissance 2 28 30 $982 Task 45 Laboratory Testing 0 $0 Task 46 Engineering and Geologic Analyses 1 1 4 5 12 23 $861 Task 47 Prepare Draft Geotechnical Report 1 2 2 1 6 $222 Task 48 Prepare Final Geotechnical Report 1 1 1 1 2 6 $298 Task 5 Hydrology and Hydraulics 0 $0 Task 6 Environmental 0 $0 Task 7 Public Outreach 0 $0 Task 8 65 PSampE 0 $0 Task 9 95 PSampE 0 $0 Task 10 Final -100 PSampE 0 $0 Task 11 Pre-Construction Engineering Services 0 $0 Task 12 Construction Support Services 0 $0

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

2 0 2 8 33 24 3 3 0 75 $264045 6289 6695 6502 6190 3064 2773 3380 3713

126 - 130 495 1011 666 101 111 - 75 $2640 3 0 3 11 44 32 4 4 0 100

Attachment C

WRECO (DBE) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours Hourly Rate Total

H Liang A Ochoa TBD TBD TBD TBD TBD

Principal Engineer - Key Personnel Supervising Engineer Senior Engineer Associate Engineer Staff Engineer Senior Technician Clerical Tech Editor

16 4

68 188 128 28 6

9351 7731 6487 4327 3361 2942 2500

$1496 $309

$4411 $8135 $4302 $824 $150

INDIRECT COSTS Total Direct Labor Costs 438 $1962716

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS

Rate 7195 4010 2810 14015

Total

$2750746 $2750746

Item Description Travel and Per Diem Reproductions Overnight Delivery

Quantity 632 50 4

Per Unit $0535

$50000 $50000

Total $33825

$250000 $20000

$303825

FEE (Profit) 10 $471346

$000

TOTAL COST $5488634

Sonoma County WRECO (DBE) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description ngineer - Key Person Principal

Engineer Supervising

Engineer Senior

Engineer Associate

Engineer Staff

Technician Senior

Tech Editor Clerical Total

Hours Total

$

Hours H Liang

Hours A Ochoa

Hours TBD

Hours TBD

Hours TBD

Hours TBD

Hours TBD

Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 51 Data Collection and Site Review 1 8 8 17 $959 Task 52 Hydraulics Analyses 1 4 8 16 2 31 $1296 Task 53 Documentation 1 8 12 8 29 $1401 Task 54 Scour Analyses 1 4 8 8 21 $968 Task 55 Design Hydrology and Hydraulics Reports and Studies Task 551 Design Hydrology and Hydraulics Report Task 5511 Draft Design Hydrology and Hydraulics Report 2 4 8 16 1 31 $1355 Task 5512 Final Design Hydrology and Hydraulics Report 1 2 6 8 1 18 $777 Task 552 Location Hydraulic Study Task 5521 Draft Location Hydraulic Study 1 4 10 4 1 20 $945 Task 5522 Final Location Hydraulic Study 1 2 4 2 1 10 $489 Task 56 Dry Weather Flow and Bypass 1 4 12 4 2 23 $1066 Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER Task 6312 Revised HRER Task 6313 Final HRER Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR Task 6322 Revised ASR Task 6323 Final ASR Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise Task 672 Revise Noise Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR 05 2 4 24 20 1 515 $2197 Task 682 Revise WQAR 05 1 1 12 8 05 23 $990 Task 683 Final WQAR 1 1 4 4 05 105 $462 Task 7 Public Outreach Task 8 65 PSampE Task 81 BridgeStructural Design Development Task 82 Bridge Approach Roadways Task 821 Roadway Civil Design Task 822 Traffic Design Task 83 Channel Protection Design 1 8 24 12 12 57 $2407 Task 84 Stormwater Pollution Prevention Plan Task 85 Erosion Control Plans Task 86 Engineering Support to the Permit Process Task 87 Cost Estimate amp Specifications 05 2 8 4 145 $657 Task 88 Contract Drawings - Prepare Submittal Task 89 QCQA Task 9 95 PSampE Task 91 Address County Comments 05 1 4 55 $285 Task 92 Complete Design and Bid Documents 1 4 16 8 8 37 $1550 Task 93 Independent Design Check Task 94 Cost Estimate amp Specifications 05 2 6 2 105 $503 Task 95 Perform 95 QCQA Task 10 Final -100 PSampE Task 101 Address County Comments 1 1 2 4 $245 Task 102 Finalize Documents 05 4 12 4 4 245 $1078 Task 103 Prepare Final Deliverables Task 104 Federal Funding Assistance Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

16 4 68 188 128 28 6 438 $19627 $9351 $7731 $6487 $4327 $3361 $2942 $2500

1496 309 4411 8135 4302 824 150 - - 438 $19627 4 1 16 43 29 6 1 100

Notes

1032017

2017_10_03_Franz Creek Fee_RevisedSub 2

Attachment D

Circlepoint (Optional) COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Germano Title Project Mgr 12 6250 $75000 Pham Title Sr Associate 56 3466 $194096 Morales Title Coordinator 59 2765 $163135 Seward Title Sr Art Director 6 5300 $31800 Nelson Title Sr Web Designer 0 3724 $000 Krager Title Sr Graphic Design 8 3628 $29024 Sonne Title WebGraphic Design 32 3300 $105600

Escalation Factor $188

Total Direct Labor Costs 173 $617503 INDIRECT COSTS

Rate Total Fringe Benefits 5932 General Overhead 12840 Cost of Facilities Capital 000

Overhead 18772 $1159177 Total Indirect Costs $1159177

OTHER DIRECT COSTS Item Description Quantity Per Unit Total

Mileage 1296 $0535 $69300 Reproduction 1 $350000 $350000 Display Ads 1 $100000 $100000 Exhibit Boards 12 $12000 $144000 Room Rentals 1 $33333 $33333 Online Survey 1 $2000 $2000

$698633

FEE (Profit) 10 $177668

TOTAL COST $2652981

Sonoma County Circlepoint (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Title

Project Mgr Title

Sr Associate Title

Coordinator Title

Sr Art Director Title

Sr Web Designer Title

Sr Graphic Design Title

WebGraphic Design Total Hours

Total $

Hours Germano

Hours Pham

Hours Morales

Hours Seward

Hours Nelson

Hours Krager

Hours Sonne

Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 71 Public Outreach Meetings (2 meetings1 day) 5 20 24 4 4 20 77 $2686 Task 72 Sonoma County Board of Supervisor Meetings (1 total) 6 6 $208

4 15 20 2 4 12 57 $1970 3 15 15 33 $1122

Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

12 56 59 6 8 32 173 $5987 625 347 277 530 372 363 330

75000 194096 163135 31800 29024 105600 - - 173 $5987 7 32 34 3 5 18 100

Notes

56

1032017

2017_10_03_Franz Creek Fee_RevisedSub 3

Attachment E

Cinquini and Passarino COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

0 Principal Professional Land Surveyor 1 - Key Personn 26 6500 $1690 0 Professional Land Surveyor 2 88 5250 $4620 0 Staff Surveyor 3 24 3200 $768 0 Cad Technician 4 56 3100 $1736 0 1 Person Crew 5 0 3975 $0 0 2 Person Crew 6 78 7250 $5655 0 3 Person Crew 7 0 10531 $0 0 Office Manager 8 0 3245 $0 0 Admin Staff 9 0 2448 $0 0 Staff Surveyor 10 0 000 $0

Total Direct Labor Costs 272 $1446900 INDIRECT COSTS

Rate Total Fringe Benefits 7249 General Overhead 8897 Cost of Facilities Capital 000

Overhead 16146 $2336165 Total Indirect Costs $2336165

OTHER DIRECT COSTS Item Description Quantity Per Unit Total

1 Title Reports 4 $750000 $3000 2 Record of Survey 1 $700000 $700

$3700

FEE (Profit) 10 $378306

SUBCONTRACTOR COSTS (detailed cost estimate attached)

1 2

$000

TOTAL COST $4531371

Sonoma County Cinquini and Passarino Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel l Professional Land S

2 fessional Land Surve

3 Staff Surveyor

4 Cad Technician

5 1 Person Crew

6 2 Person Crew 3 Person Crew

7 Office Manager

8 Admin Staff

9 Staff Surveyor

10 ncipal Prof Land Surve

11 Total Hours

Total $

Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 31 Topographic Survey 6 16 40 30 92 $4645 Task 32 Right-of-Way (ROW) 8 32 8 24 72 $4196 Task 321 Boundary Surveys Task 322 Appraisal Mapping - Task Deleted Task 33 Title Reports 4 4 $210 Task 34 Legal Descriptions 10 24 16 50 $2422 Task 35 Creek Cross Sections for Hydraulic Analysis 6 8 24 38 $2303 Task 36 Survey Control Sheet 2 6 8 16 $693 Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

26 88 24 56 78 272 $14469 650 525 320 310 398 725 1053 325 245 1690 4620 768 1736 - 5655 - - - - - 272 $14469

10 32 9 21 29 100

1032017

2017_10_03_Franz Creek Fee_RevisedSub 5

Attachment F

NAL COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

De Arcos Senior Envir Consultant 1 8000 $80 Lee Envir Consultant - Key Personnel 8 7500 $600 Scott Technician I 3 6000 $180 Hall Office Support 4 3000 $120

0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0 0 0 0 $0

Total Direct Labor Costs 16 $98000 INDIRECT COSTS

Rate Total Fringe Benefits 1500 General Overhead 2000 Cost of Facilities Capital 009

Overhead 3509 $34388 Total Indirect Costs $34388

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Mileage (one field visit and two project meetings in Santa Rosa) 256 $0535 $137 Data Collection (up to five intersections) 10 $17000 $170

$307

FEE (Profit) 10 $13239

$000

TOTAL COST $176323

Sonoma County NAL Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task Description Envir Consultant Senior Envir Consultant -

Key Personnel Technician I Office Support Total Hours

Total $

De Arcos Lee Scott HallHours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours Hours

Task 1 Project Management Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 61 Initial Site Assessment (ISA) 5 3 8 $555 Task 611 Draft ISA 1 3 4 $170 Task 612 Revised ISA 2 05 25 $165 Task 613 Final ISA 1 05 15 $90 Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

1 8 3 4

- - - - - - - - -

16 800 750 600 300

16 $98080 600 180 120 6 50 19 25 100

Notes

1032017

2017_10_03_Franz Creek Fee_RevisedSub 6

Attachment G

Origer COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours Hourly Rate Total

Janine Origer Vicki Beard

Principal Investgator 1 - Key Personnel Architectural Historian 2 Staff

60 122

0

2800 2800 1800

$1680 $3416

$0

Total Direct Labor Costs INDIRECT COSTS

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS Item Description mileage Northwest Inform Hourly access fee Copies per page fee for paper or digital copies Historical societ Research fees

182

Quantity 40

1

Rate 9000 11300

005 20305

Per Unit $0535

$100000 $0150

$100000

Total

$1034743

Total $21 $100

$0 $0

$509600

$1034743

$121

FEE (Profit) 10 $154434

TOTAL COST $1710917

Sonoma County Origer Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description 1 - Key Personnel Principal InvestgatorA

2 rchitectural Historian Staff Total

Hours Total

$

Hours Janine Origer

Hours Vicki Beard

Hours Hours Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) 12 102 114 $3192 Task 631 Historic Resources Evaluation Report (HRER) 16 16 $448 Task 6311 Draft HRER 4 4 $112 Task 6312 Revised HRER Task 6313 Final HRER 32 32 $896 Task 632 Archaeological Survey Report (ASR) 4 4 $112 Task 6321 Draft ASR 2 2 $56 Task 6322 Revised ASR Task 6323 Final ASR 6 6 $168 Task 633 Historic Properties Survey Report (HPSR) 2 2 $56 Task 6331 Draft HPSR 2 2 $56 Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise Task 671 Draft Noise Task 672 Revise Noise Task 673 Final Noise Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR Task 682 Revise WQAR Task 683 Final WQAR Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

60 122 182 280 280 180 1680 3416 - - - - - - - 182 $5096

33 67 100 Notes

2017_10_03_Franz Creek Fee_RevisedSub 7

1032017

Attachment H

Anchor QEA COST PROPOSAL - BASIC SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR Hourly

Employee Function Hours Rate Total

Josh Burnam Managing Partner 8 $9010 $721 Katie Chamberlin Project Manager - Key Personnel 6 $5600 $336 Nick Duffort Senior PlannerBiologist - Key Personnel 66 $3800 $2508 Jordan Theyel Editor 14 $2480 $347

0 0 $000 $0 0 0 $000 $0

Total Direct Labor Costs 94 $391200 INDIRECT COSTS

Rate Total Fringe Benefits 9354 General Overhead 7297 Cost of Facilities Capital 018

Overhead 16669 $652091 Total Indirect Costs $652091

OTHER DIRECT COSTS Item Description Quantity Per Unit Total Hotel $200000 $0 Travel 178 $0535 $95

$95

FEE (Profit) 10 $104329

TOTAL COST $1157155

Sonoma County Anchor QEA Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Managing Partner t Manager - Key PernnerBiologist - Key Editor Total Hours

Total $

Hours Josh Burnam

Hours Katie Chamberlin

Hours Nick Duffort

Hours Jordan Theyel

Hours Hours Hours Hours Hours

Task 11 Project kickoff Meeting Task 12 ProjectStaff Management Task 13 Meetings Task 14 Work Progress Form Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 601 Environmental Project Management Task 602 Environmental Conf CallsCoordinationMeetings Task 603 Environmental Engineering Support Task 6031 Assist the County with preparation of NEPACEQA documents Task 6032 Identify issues that must be addressed in the design Task 6033 Prepare Equipment Staging Technical Memo Task 6034 Prepare Right of Way Technical Memo Task 61 Initial Site Assessment (ISA) Task 611 Draft ISA Task 612 Revised ISA Task 613 Final ISA Task 62 Visual Impact Assessment (VIA) Task 621 Draft VIA and Visual Simulations Task 622 Revised VIA and Visual Simulations Task 623 Final VIA and Visual Simulations Task 63 Cultural Resources (Includes Developing APE map) Task 631 Historic Resources Evaluation Report (HRER) Task 6311 Draft HRER Task 6312 Revised HRER Task 6313 Final HRER Task 632 Archaeological Survey Report (ASR) Task 6321 Draft ASR Task 6322 Revised ASR Task 6323 Final ASR Task 633 Historic Properties Survey Report (HPSR) Task 6331 Draft HPSR Task 6332 Revised HPSR Task 6333 Final HPSR Task 64 NES amp BA (By County) Task 65 Farmlands (By County) Task 66 Prepackage Agency Permits (By County) Task 67 Noise 20 20 $760 Task 671 Draft Noise 6 4 34 10 54 $2305 Task 672 Revise Noise Task 673 Final Noise 2 2 12 4 20 $847 Task 68 Water Quality Assessment Report (WQAR) Task 681 Draft WQAR Task 682 Revise WQAR Task 683 Final WQAR Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 6 66 14 94 $9010 $5600 $3800 $2480

721 336 2508 347 - - - - - 94 $3912 9 6 70 15 100

Notes

2017_10_03_Franz Creek Fee_RevisedSub 8

1032017

Anchor QEA (Optional) COST PROPOSAL - OPTIONAL SERVICES

PROJECT Sonoma County Replacement of the Franz Creek Bridge Bridge No 20C0326 County No C14007

DIRECT LABOR

Employee Function Hours

Josh Burnam Managing Partner 0 Katie Chamberlin Project Manager - Key Personnel 0 Nick Duffort Senior PlannerBiologist - Key Personne 8 Jordan Theyel Editor 0

0 0 0 0

Total Direct Labor Costs 8 INDIRECT COSTS

Fringe Benefits General Overhead Cost of Facilities Capital

Overhead Total Indirect Costs

OTHER DIRECT COSTS Item Description Quantity Hotel Travel

Hourly Rate

90 $5599 $3598 $2403 $000 $000

Rate 9354 7297 018 16669

Per Unit $235000

$0535

Total

$0 $0

$288 $0 $0 $0

Total

$47980

Total $0 $0

$28784

$47980

$0

FEE (Profit) 10 $7676

TOTAL COST $84440

Sonoma County Anchor QEA (Optional) Replacement of the Franz Creek Bridge HOURS amp DESIGN FEE ESTIMATE WORKSHEET Bridge No 20C0326 County No C14007

LABOR

Task 1 Project Management

Task Description Managing Partner t Manager - Key PernnerBiologist - Key Editor Total Hours

Total $

Hours Josh Burnam

Hours Katie Chamberlin

Hours Nick Duffort

Hours Jordan Theyel

Hours Hours Hours Hours Hours

Task 2 Preliminary Engineering Task 3 SurveyingMappingROW Engineering Task 4 Geotechnical Engineering Task 5 Hydrology and Hydraulics Task 6 Environmental Task 67 Noise Task 671 Draft Noise 8 8 $288 Task 672 Revise Noise Task 673 Final Noise Task 7 Public Outreach Task 8 65 PSampE Task 9 95 PSampE Task 10 Final -100 PSampE Task 11 Pre-Construction Engineering Services Task 12 Construction Support Services

Total Hours Raw Billing Rate

Cost of Total Hours by Classification

8 8 9005 5599 3598 2403

- - 288 - - - - - - 8 $288 100 100

Notes

2017_10_03_Franz Creek Fee_RevisedSub 8-Optional

1032017

EXHIBIT B- Insurance Requirements

With respect to performance of work under this Agreement Consultant shall maintain and shall require all of its subcontractors consultants and other agents to maintain insurance as described below unless such insurance has been expressly waived by the attachment of a Waiver of Insurance Requirements Any requirement for insurance to be maintained after completion of the work shall survive this Agreement

County reserves the right to review any and all of the required insurance policies andor endorsements but has no obligation to do so Failure to demand evidence of full compliance with the insurance requirements set forth in this Agreement or failure to identify any insurance deficiency shall not relieve Consultant from nor be construed or deemed a waiver of its obligation to maintain the required insurance at all times during the performance of this Agreement

1 Workers Compensation and Employers Liability Insurance a Required if Consultant has employees as defined by the Labor Code of the State of

California b Workers Compensation insurance with statutory limits as required by the Labor Code of

the State of California c Employers Liability with minimum limits of $1000000 per Accident $1000000 Disease

per employee $1000000 Disease per policy d Required Evidence of Insurance Certificate of Insurance

If Consultant currently has no employees as defined by the Labor Code of the State of California Consultant agrees to obtain the above-specified Workers Compensation and Employers Liability insurance should employees be engaged during the term of this Agreement or any extensions of the term

2 General Liability Insurance a Commercial General Liability Insurance on a standard occurrence form no less broad than

Insurance Services Office (ISO) form CG 00 01 b Minimum Limits $1000000 per Occurrence $2000000 General Aggregate $2000000

ProductsCompleted Operations Aggregate The required limits may be provided by a combination of General Liability Insurance and Commercial Excess or Commercial Umbrella Liability Insurance If Consultant maintains higher limits than the specified minimum limits County requires and shall be entitled to coverage for the higher limits maintained by Consultant

c Any deductible or self-insured retention shall be shown on the Certificate of Insurance If the deductible or self-insured retention exceeds $25000 it must be approved in advance by County Consultant is responsible for any deductible or self-insured retention and shall fund it upon Countyrsquos written request regardless of whether Consultant has a claim against the insurance or is named as a party in any action involving the County

d The County of Sonoma its Officers Agents and Employees shall be endorsed as additional insureds for liability arising out of operations by or on behalf of the Consultant in the performance of this Agreement

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 1 of 3 STPLZ-5920(149)

e The insurance provided to the additional insureds shall be primary to and non-contributory with any insurance or self-insurance program maintained by them

f The policy definition of ldquoinsured contractrdquo shall include assumptions of liability arising out of both ongoing operations and the products-completed operations hazard (broad form contractual liability coverage including the ldquofrdquo definition of insured contract in ISO form CG 00 01 or equivalent)

g The policy shall cover inter-insured suits between the additional insureds and Consultant and include a ldquoseparation of insuredsrdquo or ldquoseverabilityrdquo clause which treats each insured separately

h Required Evidence of Insurance i Copy of the additional insured endorsement or policy language granting additional

insured status and ii Certificate of Insurance

3 Automobile Liability Insurance a Minimum Limit $1000000 combined single limit per accident The required limits may

be provided by a combination of Automobile Liability Insurance and Commercial Excess or Commercial Umbrella Liability Insurance

b Insurance shall cover all owned autos If Consultant currently owns no autos Consultant agrees to obtain such insurance should any autos be acquired during the term of this Agreement or any extensions of the term

c Insurance shall cover hired and non-owned autos d Required Evidence of Insurance Certificate of Insurance

4 Professional LiabilityErrors and Omissions Insurance a Minimum Limits $1000000 per claim or per occurrence $1000000 annual aggregate b Any deductible or self-insured retention shall be shown on the Certificate of Insurance If

the deductible or self-insured retention exceeds $25000 it must be approved in advance by County

c If the insurance is on a Claims-Made basis the retroactive date shall be no later than the commencement of the work

d Coverage applicable to the work performed under this Agreement shall be continued for two (2) years after completion of the work Such continuation coverage may be provided by one of the following (1) renewal of the existing policy (2) an extended reporting period endorsement or (3) replacement insurance with a retroactive date no later than the commencement of the work under this Agreement

e Required Evidence of Insurance Certificate of Insurance

5 Standards for Insurance Companies Insurers other than the California State Compensation Insurance Fund shall have an AM Bests rating of at least AVII

6 Documentation a The Certificate of Insurance must include the following reference Franz Valley School

Road over Franz Creek Bridge Replacement (C14007)

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 2 of 3 STPLZ-5920(149)

b All required Evidence of Insurance shall be submitted prior to the execution of this Agreement Consultant agrees to maintain current Evidence of Insurance on file with County for the entire term of this Agreement and any additional periods if specified in Sections 1 ndash 4 above

c The name and address for Additional Insured endorsements and Certificates of Insurance is The County of Sonoma its Officers Agents and Employees Attn Olesya Tribukait 2300 County Center Drive Suite B100 Santa Rosa CA 95403

d Required Evidence of Insurance shall be submitted for any renewal or replacement of a policy that already exists at least ten (10) days before expiration or other termination of the existing policy

e Consultant shall provide immediate written notice if (1) any of the required insurance policies is terminated (2) the limits of any of the required policies are reduced or (3) the deductible or self-insured retention is increased

f Upon written request certified copies of required insurance policies must be provided within thirty (30) days

7 Policy Obligations Consultants indemnity and other obligations shall not be limited by the foregoing insurance requirements

8 Material Breach If Consultant fails to maintain insurance which is required pursuant to this Agreement it shall be deemed a material breach of this Agreement County at its sole option may terminate this Agreement and obtain damages from Consultant resulting from said breach Alternatively County may purchase the required insurance and without further notice to Consultant County may deduct from sums due to Consultant any premium costs advanced by County for such insurance These remedies shall be in addition to any other remedies available to County

Franz Valley School Road over Franz Creek Bridge Replacement (C14007) Ver 110115 Page 3 of 3 STPLZ-5920(149)

ATTACHMENT B DATE (MMDDYYYY)

CERTIFICATE OF LIABILITY INSURANCE 03182017

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER

IMPORTANT If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)

PRODUCER

Suite 370 3780 Mansell Road

Greyling Insurance Brokerage

Alpharetta GA 30022

1-770-552-4225 CONTACT NAME Jerry Noyola PHONE (AC No Ext) 770-552-4225

FAX (AC No) 866-550-4082

ADDRESS E-MAIL jerrynoyolagreylingcom

INSURER(S) AFFORDING COVERAGE NAIC

INSURER A NATIONAL UNION FIRE INS CO OF PITTS 19445

INSURED

Rancho Cordova CA 95670 Suite 100 10680 White Rock Road TRC Companies Inc TRC Engineers Inc

INSURER B XL SPECIALTY INS CO 37885

INSURER C NEW HAMPSHIRE INS CO 23841

INSURER D STEADFAST INS CO 26387

INSURER E

INSURER F

COVERAGES CERTIFICATE NUMBER 49364000 REVISION NUMBER

CERTIFICATE HOLDER

AUTHORIZED REPRESENTATIVE

CANCELLATION

LOCJECT PROshy

POLICY

GENL AGGREGATE LIMIT APPLIES PER

OCCURCLAIMS-MADE

COMMERCIAL GENERAL LIABILITY

PREMISES (Ea occurrence) $ DAMAGE TO RENTED EACH OCCURRENCE $

MED EXP (Any one person) $

PERSONAL amp ADV INJURY $

GENERAL AGGREGATE $

PRODUCTS - COMPOP AGG $

$RETENTIONDED

CLAIMS-MADE

OCCUR

$

AGGREGATE $

EACH OCCURRENCE $UMBRELLA LIAB

EXCESS LIAB

DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES (ACORD 101 Additional Remarks Schedule may be attached if more space is required)

INSR LTR TYPE OF INSURANCE POLICY NUMBER

POLICY EFF (MMDDYYYY)

POLICY EXP (MMDDYYYY) LIMITS

PER STATUTE

OTHshyER

EL EACH ACCIDENT

EL DISEASE - EA EMPLOYEE

EL DISEASE - POLICY LIMIT

$

$

$

ANY PROPRIETORPARTNEREXECUTIVE

If yes describe under DESCRIPTION OF OPERATIONS below

(Mandatory in NH) OFFICERMEMBER EXCLUDED

WORKERS COMPENSATION AND EMPLOYERS LIABILITY Y N

AUTOMOBILE LIABILITY

ANY AUTO ALL OWNED SCHEDULED

HIRED AUTOS NON-OWNED

AUTOS AUTOS

AUTOS

COMBINED SINGLE LIMIT

BODILY INJURY (Per person)

BODILY INJURY (Per accident)

PROPERTY DAMAGE $

$

$

$

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSD ADDL

WVD SUBR

N A

$

$

(Ea accident)

(Per accident)

OTHER

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS

1000000

Department of Transporation and Public Works County of Sonoma

Including Pollution Liability

Contractual Liability

Professional Liability

X

X

040117

040117

040118 040118

D

1000000

Suite B-100 2300 County Center Drive

500000

X

non-contributory where required by written contract contract The above referenced liability policies with the exception of professional liability are primary amp liability policies with the exception of workers compensation amp professional liability where required by written The County of Sonoma its officers agents amp employees are named as Additional Insureds on the above referenced

10000

Re As contracted with Sonoma County Transportation amp Public Works

040118

040118

040118

N 1000000

2000000

X

X

9000000

Santa Rosa CA 95403

X

X

9000000

1000000

USA

040117

040117

1000000

040118A

B

X

2000000

X

0401175341999

040118X

5000000

5000000

Martha Cheever

X

25000

Aggregate

Per ClaimPEC019684301

US00075712LI17A

040117 040117

4773667 (AOS)

22298274 (AOS)

4773668 (MA)

22298275 (CA)

1000000

X

A

C

A

A

copy 1988-2014 ACORD CORPORATION All rights reserved ACORD 25 (201401) The ACORD name and logo are registered marks of ACORD JNoyola 49364000

Exhibit C

DISADVANTAGED BUSINESS ENTERPRISES (DBE)

THIS PROJECT IS SUBJECT TO TITLE 49 CFR 2613(B)

The consultant sub recipient or subcontractor shall not discriminate on the basis of race color

national origin or sex in the performance of this contract The consultant shall carry out

applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted

agreements Failure by the consultant to carry out these requirements is a material breach of this

agreement which may result in the termination of this agreement or such other remedy as the

recipient deems appropriate which may include but is not limited to (1) Withholding monthly progress payments (2) Assessing sanction (3) Liquidated damages andor (4) Disqualifying

the contractor from future bidding as non-responsible

Consultant must take necessary and reasonable steps to ensure that DBEs have opportunity to

participate in the agreement (49 CFR 26)

To ensure equal participation of DBEs provided in 49 CFR 265 the Department shows a goal

for DBEs Consultant must make work available to DBEs and select work parts consistent with

available DBE subcontractors and suppliers

Consultant must meet the DBE goal shown in Section 1342 of Agreement or demonstrate that

adequate good faith efforts have been made to meet this goal It is the consultantrsquos responsibility

to verify that the DBE firm is certified as DBE at date of proposal opening For a list of DBEs

certified by the California Unified Certification Program go to

httpwwwdotcagovhqbepfind_certifiedhtm

All DBE participation will count toward the Departments federally mandated statewide overall

DBE goal

Credit for materials or supplies you purchase from DBEs counts towards the goal in the

following manner

1 100 percent counts if the materials or supplies are obtained from a DBE manufacturer

2 60 percent counts if the materials or supplies are obtained from a DBE regular dealer

3 Only fees commissions and charges for assistance in the procurement and delivery of

materials or supplies count if obtained from a DBE that is neither a manufacturer or

regular dealer 49 CFR 2655 defines manufacturer and regular dealer

You receive credit towards the goal if you employ a DBE trucking company that performs a

commercially useful function as defined in 49 CFR 2655(d)(1) through (4) and (6)

DBE GOAL The Disadvantaged Business Enterprise (DBE) goal for this project is 11

DBE COMMITMENT SUBMITTAL Submit DBE information on the Caltrans Bidder ndash DBE Commitment form included as within this Agreement The form must be completed and returned with the agreement Submit written confirmation from each DBE stating that it is participating in the contract Include confirmation with the DBE Commitment form A copy of a DBEs quote will serve as written confirmation that the DBE is participating in the contract

It is the consultantrsquos responsibility to verify that the firm is certified as of the date of submittal Listings of DBEs certified by the CUCP are available at httpwwwdotcagovhqbeq Click the ldquoFind a Certified Firmrdquo link

GOOD FAITH EFFORTS SUBMITTAL If you have not met the DBE goal complete and submit the Good Faith Efforts Documentation form with the proposal showing that you made adequate good faith efforts to meet the goal Only good faith efforts directed towards obtaining participation by DBEs will be considered If your DBE Commitment form shows that you have met the DBE goal or if you are required to submit the DBE Commitment form you must also submit good faith efforts documentation Good faith efforts documentation must include the following information and supporting documents as necessary

1 Items of work the consultant has made available to DBE firms Identify those items of

work you might otherwise perform with its own forces and those items that have been

broken down into economically feasible units to facilitate DBE participation For each

item listed show the dollar value and percentage of the total contract It is your

responsibility to demonstrate that sufficient work to meet the goal was made available to

DBE firms

2 Names of certified DBEs and dates on which they were solicited to bid on the project

Include the items of work offered Describe the methods used for following up initial

solicitations to determine with certainty if the DBEs were interested and the dates of the

follow-up Attach supporting documents such as copies of letters memos facsimiles

sent telephone logs telephone billing statements and other evidence of solicitation You

are reminded to solicit certified DBEs through all reasonable and available means and

provide sufficient time to allow DBEs to respond

3 Name of selected firm and its status as a DBE for each item of work made available

Include name address and telephone number of each DBE that provided a quote and

their price quote If the firm selected for the item is not a DBE provide the reasons for

the selection

4 Name and date of each publication in which you requested DBE participation for the

project Attach copies of the published advertisements

5 Names of agencies and dates on which they were contacted to provide assistance in

contacting recruiting and using DBE firms If the agencies were contacted in writing

provide copies of supporting documents

6 List of efforts made to provide interested DBEs with adequate information about the

plans specifications and requirements of the contract to assist them in responding to a

solicitation If you have provided information identify the name of the DBE assisted the

nature of the information provided and date of contact Provide copies of supporting

documents as appropriate

7 List of efforts made to assist interested DBEs in obtaining bonding lines of credit

insurance necessary equipment supplies and materials excluding supplies and

equipment that the DBE subcontractor purchases or leases from the prime consultant or

its affiliate If such assistance is provided by you identify the name of the DBE assisted

nature of the assistance offered and date assistance was provided Provide copies of

supporting documents as appropriate

8 Any additional data to support demonstration of good faith efforts

SUBCONTRACTOR AND DBE RECORDS

The Consultant shall maintain records showing the name and business address of each first-tier

subcontractor The records shall also show the name and business address of every DBE

subcontractor DBE vendor of materials and DBE trucking company regardless of tier The

records shall show the date of payment and the total dollar figure paid to all of these 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

Upon completion of the Agreement a summary of these records shall be prepared on Final

Report-Utilization of Disadvantaged Business Enterprise (DBE) First Tier Subcontractors

Form CEM-2402(F) and certified correct by the Consultant or the Consultants authorized

representative and shall be furnished to the County Engineer The form shall be furnished to the

Engineer within 90 days from the date of contract acceptance

Prior to the fifteenth of each month the Consultant shall submit documentation to the Engineer

showing the amount paid to DBE trucking companies The Consultant shall also obtain and

submit documentation to the Engineer showing the amount paid by DBE trucking companies to

all firms including owner-operators for the leasing of trucks If the DBE who leases trucks

from a non-DBE the Consultant may count only for the fee or commission the DBE receives as

a result of the lease arrangement

The Consultant shall also obtain and submit documentation to the Engineer showing the truck

number owners name California Highway Patrol CA number and if applicable the DBE

certification number of the owner of the truck for all trucks used during that month This

documentation shall be submitted on Monthly DBE Trucking Verification Form CEM- 2404

(F)

DBE CERTIFICATION STATUS

If a DBE subcontractor is decertified during the life of the project the decertified subcontractor

shall notify the Consultant in writing with the date of decertification If a subcontractor becomes

a certified DBE during the life of the project the subcontractor shall notify the Consultant in

writing with the date of certification The Consultant shall furnish the written documentation to

the Engineer

Upon completion of the contract Disadvantaged Business Enterprise (DBE) Certification Status

Change Form CEM-2403 (F) indicating the DBEs existing certification status shall be signed

and certified correct by the Consultant The certified form shall be furnished to the Engineer

within 90 days from the date of contract acceptance

PERFORMANCE OF DBE SUBCONTRACTORS AND SUPPLIERS

The DBEs listed by the Consultant in response to the provisions in Section 2-102B Submission

of DBE Information and Section 3 Award and Execution of Contract of these special

provisions which are determined by the Department to be certified DBEs shall perform the

work and supply the materials for which they are listed unless the Consultant has received prior

written authorization to perform the work with other forces or to obtain the materials from other

sources

Authorization to use other forces or sources of materials may be requested for the following

reasons

A The listed DBE after having had a reasonable opportunity to do so fails or

refuses to execute a written contract when such written contract based upon the

general terms conditions plans and specifications for the project or on the terms of

such subcontractors or suppliers written bid is presented by the Consultant

B The listed DBE becomes bankrupt or insolvent

C The Listed DBE fails or refuses to perform the subcontract or furnish the listed

materials

D The Consultant stipulated that a bond was a condition of executing a subcontract

and the listed DBE subcontractor fails or refuses to meet the bond requirements of

the Consultant

E The work performed by the listed subcontractor is substantially unsatisfactory and

is not in substantial conformance with the plans and specifications or the

subcontractor is substantially delaying or disrupting the progress of the work

F It would be in the best interest of the County

The Consultant shall not be entitled to any payment for such work or material unless it is

performed or supplied by the listed DBE or by other forces (including those of the

Consultant) pursuant to prior written authorization of the Engineer

Local Assistance Procedures Manual ATTACHMENT P Exhibit 10-01 middot Consultant Proposal DBE Commitment

EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT

1 Local Agency County Of Sonoma 2 Contract DBE Goal 11 ~~~~~~~~~~~~~

3 Project Description Consulting Engineering Services for Replacement of the Franz Creek Bridge

4 Project Location Franz Valley School Road Sonoma County CA

5 Consultants Name TRC Engineers Inc 6 Prime Certified DBE O

7 Description of Work Service or Materials Supplied

Geotechnical - Driller

Traffic Control

HydrologyHydraulicsScour

8 DBE Certification

Number

37877

42433

30066

Local Agency to Complete this Section

17 Local Agency Contracl Number C14007

18 Federal-Aid Project Number BRL0-5920(149)

19 Proposed Contract Execution Date

Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate

~~ 2oy-a1 Agency Representatives Signature

Angela Silvestri 22 Local Agency Representatives Name

Department Analyst DBELO 24 Local Agency Representatives Title

1 ZtJ 12 21 Date

707-565-2758 23 Phone

9 DBE Contact Information

Woodward Drilling

Traffic Control Pros

WRECO

11 TOTAL CLAIMED DBE PARTICIPATION

10 DBE

393

170

717

128

IMPORTANT Identify all DBE firms being claimed for credit regardless of tier Written confirmation of each listed DBE is required

~

~ cfZV(A_---fl0617 12 Preparers SiJ(r-i~ture 13 Date

Mark lmbriani 916-366-0632 14 Preparers Name 15 Phone

Vice President 16 Preparers Title

DISTRIBUTION Original - Included with consultants proposal to local agency

ADA Notice For individuals with sensory disabilities this document is available in alternate formats For information call (916) 654-641 O or TDD (916) 654shy3880 or write Records and Forms Management 1120 N Street MS-89 Sacramento CA 95814

Page 1 of2 July 23 2015

Local Assistance Procedures Manual Exhibit 10-O1 Consultant Proposal DBE Commitment

INSTRUCTIONS ndash CONSULTANT PROPOSAL 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 Consultantrsquos Name - Enter the consultantrsquos firm name 6 Prime Certified DBE - Check box if prime contractor is a certified DBE 7 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 consultantrsquos 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 8 DBE Certification Number - Enter the DBErsquos Certification Identification Number All DBEs must be certified on the date bids are opened 9 DBE Contact Information - Enter the name address and phone number of all DBE subcontracted consultants Also enter the prime consultantrsquos name and phone number if the prime is a DBE 10 DBE - Percent participation of work to be performed or service provided by a DBE Include the prime consultant if the prime is a DBE See LAPM Chapter 9 for how to count fullpartial participation 11 Total Claimed DBE Participation - Enter the total DBE participation claimed If the total claimed is less than item ldquoContract DBE Goalrdquo an adequately documented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM) 12 Preparerrsquos Signature - The person completing the DBE commitment form on behalf of the consultantrsquos firm must sign their name 13 Date - Enter the date the DBE commitment form is signed by the consultantrsquos preparer 14 Preparerrsquos Name - Enter the name of the person preparing and signing the consultantrsquos DBE commitment form 15 Phone - Enter the area code and phone number of the person signing the consultantrsquos DBE commitment form 16 Preparerrsquos Title - Enter the positiontitle of the person signing the consultantrsquos DBE commitment form

LOCAL AGENCY SECTION

17 Local Agency Contract Number - Enter the Local Agency contract number or identifier 18 Federal-Aid Project Number - Enter the Federal-Aid Project Number 19 Proposed Contract Execution Date - Enter the proposed contract execution date 20 Local Agency Representativersquos 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 21 Date - Enter the date the DBE commitment form is signed by the Local Agency Representative 22 Local Agency Representativersquos Name - Enter the name of the Local Agency Representative certifying the consultantrsquos DBE commitment form 23 Phone - Enter the area code and phone number of the person signing the consultantrsquos DBE commitment form 24 Local Agency Representative Title - Enter the positiontitle of the Local Agency Representative certifying the consultantrsquos DBE commitment form

Page 2 of 2 July 23 2015

--------

Local Assistance Procedures Manual Exhibit 10-02 Consultant Contract DBE Commitment

E XHIBIT 10-02 CONSULTANT CONTRACT DBE COMMITMENT

1 Local Agency County of Sonoma 2 Contract DBE Goal 11 -------------------~ ------------~

3 Project Description Consulting Engineering Services for Replacement of the Franz Creek Bridge

4 Project Location Franz Valley School Road Sonoma County CA

5 Consultants Name TRC Engineers Inc 6 Prime Certified DBE D 7 Total Contract Award Amount

8 Total Dollar Amount for ALL Subconsultants $258 148 9 Total Number of ALL Subconsultants 9

10 Description of Work Service or Materials Supplied

11 DBE Certification

Number

Geotechnical- Driller 37877

HydrologyHydraulicsScourGeotechnical 30066

Local Agency to Complete this Section

20 Local Agency Contract ~h1mhormiddot

21 Federal-Aid Project Number

22 Contract Execution n

Local Agency certifies that all DBE certifications are valid and infonnation on this fonn is complete and accurate

23 Local Agency Representatives Signature 24 Date

25 Local Agency Representatives Name 26 Phone

27 Local Agency Representatives Title

13 DBE 12 DBE Contact lnfonnation Dollar

Amount

Woodward Drilling 550 River Road FOO Vista CA 94571 $26274707-374-4300

NRECO 1243 Alpine Roa d 108 Walnut Creek CA 94 596 $54886925-941 -0017

$81 160 14 TOTAL CLAIMED DBE PARTICIPATION

116

IMPORTANT Identify all DBE inns being claimed for credit regardless of tier Written confirmation of each listed DBE is required

PMd~A-- 102616 15 Preparers S~ature 16 Date

Mark A lmbriani 916-366-0632 17 Preparers Name 18 Phone

Vice President 19 Preparers Title

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

ADA Notice For individuals with sensory disabilities this document is available in alternate fonmats For infonmation call (916) 654-6410 or TDD (916) 654shy3880 or write Records and Fonms Management 1120 N Street MS-89 Sacramento CA 95814

Page 1 of2 July 23 2015

Local Assistance Procedures Manual Exhibit 10-02 Consultant Contract DBE Commitment

INSTRUCTIONS - CONSUL TANT CONTRACT DBE COMMITMENT

CONSUL TANT 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 Consultants Name - Enter the consultants 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 consultants 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 ofDBE firms 11 DBE Certification Number - Enter the DBEs 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 consultants name and phone number ifthe 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 fullpartial 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) Ifthe 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 Preparers Signature - The person completing the DBE commitment form on behalf of the consultants firm must sign their name 16 Date - Enter the date the DBE commitment form is signed by the consultants preparer 17 Preparers Name - Enter the name of the person preparing and signing the consultants DBE commitment form 18 Phone - Enter the area code and phone number of the person signing the consultants DBE commitment form 19 Preparers Title - Enter the positiontitle of the person signing the consultants 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 Representatives 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 Representatives Name - Enter the name of the Local Agency Representative certifying the consultants DBE commitment form 26 Phone - Enter the area code and phone number of the person signing the consultants DBE commitment form 27 Local Agency Representative Title - Enter the positiontitle of the Local Agency Representative certifying the consultants DBE commitment form

Page 2 of2 July 23 2015

  • 10 24 17 TPW Roads TRCAgreeFranzCreekBridgeC14007_Att1 Agreepdf
    • Standard Professional Services Agreement (ldquoPSArdquo)
    • Federal Funds
      • l Scope of Services
        • 11 Consultants Specified Services
        • 12 Cooperation With County
        • 13 Performance Standard
        • 14 Assigned Personnel
        • 15 Consultantrsquos Reports or Meetings
          • 2 Allowable Costs and Payments
            • 21 Method of payment
            • 22 Fixed Fee
            • 23 Transportation amp Subsistence
            • 24 Milestone Costs
            • 25 Progress Payments
            • 26 Payment
            • 27 Invoices
            • 28 Contract Value
            • 29 Salary Increases
            • 210 Invoicing
            • 211 Taxes
              • 3 Term of Agreement
                • 31 Term
                • 32 Contract Execution
                  • 4 Termination
                    • 41 Notice Period
                    • 42 Grounds for Termination
                    • 43 Liability
                    • 44 Authority to Terminate
                      • 5 Indemnification
                      • 6 Insurance
                      • 7 Prosecution of Work
                      • 8 Extra or Changed Work
                      • 9 Representations of Consultant
                        • 91 Standard of Care
                        • 92 Status of Consultant
                        • 93 No Suspension or Debarment
                        • 94 Taxes
                        • 95 Records Maintenance
                        • 96 Conflict of Interest
                        • 97 Statutory Compliance
                        • 98 Living Wage Ordinance
                        • 99 Nondiscrimination
                        • 910 Statement of Compliance
                        • 911 AIDS Discrimination
                        • 912 Assignment of Rights
                        • 913 Ownership and Disclosure of Work Product
                        • 914 Authority
                          • 10 Demand for Assurance
                          • 11 Assignment and Delegation
                          • 12 Method and Place of Giving Notice Submitting Bills and Making Payments
                          • 13 Federal Requirements
                            • 131 Contract Assurance
                            • 132 Prompt Progress Payments to Subcontractors
                            • 134 Disadvantaged Business Enterprise (DBE) Participation
                            • 135 Prevailing Wage
                            • 136 Text Messaging While Driving
                            • 137 Buy America
                            • 138 Prohibition of Expending Local Agency State or Federal funds for Lobbying
                            • 139 Cost Principals and Administrative Requirements
                            • 1310 Retention of RecordsAudit
                            • 1311 Audit Review Procedures
                            • 1312 Subcontracting
                            • 1313 Equipment Purchase
                              • 14 Miscellaneous Provisions
                                • 141 No Waiver of Breach
                                • 142 Construction
                                • 143 Consent
                                • 144 No Third Party Beneficiaries
                                • 145 Applicable Law and Forum
                                • 146 Captions
                                • 147 Merger
                                • 148 Survival of Terms
                                • 149 Time of Essence
                                • 1410 Rebates Kickback or Other Unlawful Consideration
                                • 1411 Funding Requirements
                                • 1412 Evaluation of Consultant
                                • 1413 Claims Filed by Countyrsquos Construction Contractor
                                • 1414 National Labor Relations Board Certification
                                • 1415 Retention of Funds
                                • 1416 Contingent Fee
                                • 1417 Inspection of Work
                                • 1418 Safety
                                    • 03 Exhibit A - Scope of Workpdf
                                      • Attachment H - Anchor QEA Cost Proposalpdf
                                        • 2017_08_22_Franz Creek Fee_Revised
                                        • 2017_08_22_Franz Scope Final
                                          • SCOPE OF WORK
                                            • Task 1 Project Management
                                            • Task 2 - Preliminary Engineering
                                            • Task 3 ndash SurveyingMappingROW Engineering
                                            • Task 4 - Geotechnical Engineering
                                            • Task 5 Hydrology and Hydraulics
                                            • Task 6 Environmental
                                            • Task 7 ndash Public Outreach
                                            • Task 8 ndash 65 PSampE
                                            • Task 9 - 95 PSampE
                                            • Task 10 - Final (100) PSampE
                                            • Task 11 - Pre-Construction Engineering Services
                                            • SUPPLEMENTAL SERVICES
                                            • 2C5 ndash Utility Potholing
                                            • 49 ndash Geotechnical Retaining Wall Investigation and Analysis
                                            • 69 ndash Noise ndash Bioacoustic Analysis
                                            • Task 7A -Public Outreach led by the Consultant
                                            • Task 810 ndash Retaining Wall Design
                                            • Task 12 - Construction Support Services
                                                • Att B -Exhibit 1-Interview
                                                    • 04 Exhibit B - Sonoma County Insurance Requirementspdf
                                                      • Exhibit B
                                                        • Sonoma County Insurance Requirements
                                                        • Contractor Required Insurance
                                                          • A Workers Compensation Insurance amp Employers Liability Insurance
                                                          • B General Liability Insurance
                                                          • C Automobile Liability Insurance
                                                          • D Contractors Pollution Liability Insurance
                                                          • E Professional LiabilityErrors and Omissions Insurance
                                                          • F Increase of Minimum Limits
                                                          • G Standards for Insurance Companies
                                                          • H Documentation
                                                          • I Policy Obligations
                                                          • J Subcontractors ndash Required Insurance
                                                            • a Minimum Limit $1000000 per claim or per occurrence
                                                              • ADPA99Ftmp
                                                                • 1 Workers Compensation and Employers Liability Insurance
                                                                • 2 General Liability Insurance
                                                                • 3 Automobile Liability Insurance
                                                                • 4 Professional LiabilityErrors and Omissions Insurance
                                                                • 5 Standards for Insurance Companies
                                                                • 6 Documentation
                                                                • 7 Policy Obligations
                                                                • 8 Material Breach
                                                                      1. Page 2 of 2_3
Page 10: County of Sonoma Agenda Item Summary Report - Granicus
Page 11: County of Sonoma Agenda Item Summary Report - Granicus
Page 12: County of Sonoma Agenda Item Summary Report - Granicus
Page 13: County of Sonoma Agenda Item Summary Report - Granicus
Page 14: County of Sonoma Agenda Item Summary Report - Granicus
Page 15: County of Sonoma Agenda Item Summary Report - Granicus
Page 16: County of Sonoma Agenda Item Summary Report - Granicus
Page 17: County of Sonoma Agenda Item Summary Report - Granicus
Page 18: County of Sonoma Agenda Item Summary Report - Granicus
Page 19: County of Sonoma Agenda Item Summary Report - Granicus
Page 20: County of Sonoma Agenda Item Summary Report - Granicus
Page 21: County of Sonoma Agenda Item Summary Report - Granicus
Page 22: County of Sonoma Agenda Item Summary Report - Granicus
Page 23: County of Sonoma Agenda Item Summary Report - Granicus
Page 24: County of Sonoma Agenda Item Summary Report - Granicus
Page 25: County of Sonoma Agenda Item Summary Report - Granicus
Page 26: County of Sonoma Agenda Item Summary Report - Granicus
Page 27: County of Sonoma Agenda Item Summary Report - Granicus
Page 28: County of Sonoma Agenda Item Summary Report - Granicus
Page 29: County of Sonoma Agenda Item Summary Report - Granicus
Page 30: County of Sonoma Agenda Item Summary Report - Granicus
Page 31: County of Sonoma Agenda Item Summary Report - Granicus
Page 32: County of Sonoma Agenda Item Summary Report - Granicus
Page 33: County of Sonoma Agenda Item Summary Report - Granicus
Page 34: County of Sonoma Agenda Item Summary Report - Granicus
Page 35: County of Sonoma Agenda Item Summary Report - Granicus
Page 36: County of Sonoma Agenda Item Summary Report - Granicus
Page 37: County of Sonoma Agenda Item Summary Report - Granicus
Page 38: County of Sonoma Agenda Item Summary Report - Granicus
Page 39: County of Sonoma Agenda Item Summary Report - Granicus
Page 40: County of Sonoma Agenda Item Summary Report - Granicus
Page 41: County of Sonoma Agenda Item Summary Report - Granicus
Page 42: County of Sonoma Agenda Item Summary Report - Granicus
Page 43: County of Sonoma Agenda Item Summary Report - Granicus
Page 44: County of Sonoma Agenda Item Summary Report - Granicus
Page 45: County of Sonoma Agenda Item Summary Report - Granicus
Page 46: County of Sonoma Agenda Item Summary Report - Granicus
Page 47: County of Sonoma Agenda Item Summary Report - Granicus
Page 48: County of Sonoma Agenda Item Summary Report - Granicus
Page 49: County of Sonoma Agenda Item Summary Report - Granicus
Page 50: County of Sonoma Agenda Item Summary Report - Granicus
Page 51: County of Sonoma Agenda Item Summary Report - Granicus
Page 52: County of Sonoma Agenda Item Summary Report - Granicus
Page 53: County of Sonoma Agenda Item Summary Report - Granicus
Page 54: County of Sonoma Agenda Item Summary Report - Granicus
Page 55: County of Sonoma Agenda Item Summary Report - Granicus
Page 56: County of Sonoma Agenda Item Summary Report - Granicus
Page 57: County of Sonoma Agenda Item Summary Report - Granicus
Page 58: County of Sonoma Agenda Item Summary Report - Granicus
Page 59: County of Sonoma Agenda Item Summary Report - Granicus
Page 60: County of Sonoma Agenda Item Summary Report - Granicus
Page 61: County of Sonoma Agenda Item Summary Report - Granicus
Page 62: County of Sonoma Agenda Item Summary Report - Granicus
Page 63: County of Sonoma Agenda Item Summary Report - Granicus
Page 64: County of Sonoma Agenda Item Summary Report - Granicus
Page 65: County of Sonoma Agenda Item Summary Report - Granicus
Page 66: County of Sonoma Agenda Item Summary Report - Granicus
Page 67: County of Sonoma Agenda Item Summary Report - Granicus
Page 68: County of Sonoma Agenda Item Summary Report - Granicus
Page 69: County of Sonoma Agenda Item Summary Report - Granicus
Page 70: County of Sonoma Agenda Item Summary Report - Granicus
Page 71: County of Sonoma Agenda Item Summary Report - Granicus
Page 72: County of Sonoma Agenda Item Summary Report - Granicus
Page 73: County of Sonoma Agenda Item Summary Report - Granicus
Page 74: County of Sonoma Agenda Item Summary Report - Granicus
Page 75: County of Sonoma Agenda Item Summary Report - Granicus
Page 76: County of Sonoma Agenda Item Summary Report - Granicus
Page 77: County of Sonoma Agenda Item Summary Report - Granicus
Page 78: County of Sonoma Agenda Item Summary Report - Granicus
Page 79: County of Sonoma Agenda Item Summary Report - Granicus
Page 80: County of Sonoma Agenda Item Summary Report - Granicus
Page 81: County of Sonoma Agenda Item Summary Report - Granicus
Page 82: County of Sonoma Agenda Item Summary Report - Granicus
Page 83: County of Sonoma Agenda Item Summary Report - Granicus
Page 84: County of Sonoma Agenda Item Summary Report - Granicus
Page 85: County of Sonoma Agenda Item Summary Report - Granicus
Page 86: County of Sonoma Agenda Item Summary Report - Granicus
Page 87: County of Sonoma Agenda Item Summary Report - Granicus
Page 88: County of Sonoma Agenda Item Summary Report - Granicus
Page 89: County of Sonoma Agenda Item Summary Report - Granicus
Page 90: County of Sonoma Agenda Item Summary Report - Granicus
Page 91: County of Sonoma Agenda Item Summary Report - Granicus
Page 92: County of Sonoma Agenda Item Summary Report - Granicus
Page 93: County of Sonoma Agenda Item Summary Report - Granicus
Page 94: County of Sonoma Agenda Item Summary Report - Granicus