continue date(s): item: 52. approved independent contractor...
TRANSCRIPT
SANTA CRUZ COUNTYBOARD OF SUPERVISORS INDEX SHEET
Creation Date:
Source Code:
Agenda Date:
I NVENUM:
10/18/11
PUBWK
10/25/11
65938
Resolution(s):
Ordinance(s):
Contract(s): CW13686
Continue Date(s):Index: --Letter of the Director of Public Works dated October 13, 2011
--Contract No. CW13686 with Nolte Associates, Inc.
Item: 52. APPROVED independent contractor agreement with Nolte Associates, Inc., in thenot-to-exceed amount of $403,502 for a term through June 30, 2015, forengineering design and environmental services for the Old County Road BridgeReplacement Project; and approved related actions, as recommended by theDirector of Public Works
County of Santa Cruz 0471
AGENDA: OCTOBER 25, 2011
October 13,2011
SANTA CRUZ COUNTY BOARD OF SUPERVISORS701 Ocean StreetSanta Cruz, California 95060
SUBJECT: OLD COUNTY ROAD BRIDGE REPLACEMENT PROJECTINDEPENDENT CONTRACTOR AGREEMENT NO. CW13686
Members of the Board:
The Santa Cruz County Department of Public Works has received authorizationfrom the California Department of Transportation (Caltrans) to proceed with the preliminaryengineering phase of the Old County Road Bridge (State Bridge No. 36C-095) ReplacementProject. This project, which wil replace the aging timber structure with a new concrete bridgemeeting current design standards, is funded under the Federal Highway Bridge Program (HBP).
On June 28, 2011, your Board approved a Request for Proposals (RFP) for designand environmental services for the Old County Road Bridge Replacement Project and authorizedPublic Works to begin distribution of the RFP. On July 26,2011, Public Works received seven
proposals. The proposals were evaluated, and the top five firms were interviewed. Aftercompletion of the interview process, the consultant with the highest raning was Nolte Associates,Inc., of San Jose, with a cost of $403,582 to provide the requested services.
Attached for your Board's review and approval is an independent contractoragreement with Nolte Associates, Inc., for engineering design and environmental services for theOld County Road Bridge Replacement Project in the not-to-exceed amount of $403,582 for a termthrough June 30, 2015. Sufficient funds are available in the 201112012 Road Budget. The FederalHBP Program wil provide 100 percent reimbursement of all eligible costs.
It is therefore recommended that the Board of Supervisors take the followingactions:
1. Approve the attached independent contractor agreement with NolteAssociates, Inc for engineering design and environmental services for the OldCounty Road Bridge Replacement Project in the not-to-exceed amount of$403,582 through June 30, 2015.
52
SANTA CRUZ COUNTY BOARD OF SUPERVISORSPage -2-
0472
2. Authorize the Director of Public Works to sign the original and duplicate
original agreements on behalf of the County.
Yours truly,/¿ ~ Ll-~l'i .fl", ~JO 1. PRESLEIGH
irector of Public Works
JJP:TJB:lh
Attachments
REC
inistrative Officer
Copy to: Public WorksGeneral Services Department
5 2dcountYbrdlh.dOC
COUNT OF SANTA CRUZREQUEST FOR APPROVAL OF AGREEMENT
0473
BY:
PUBLIC WORKS
/ì... L()fjA~1v lIj¡SIgMt ce th apprlaExlt Agt2Q-
(~)(SlgnabJ) I¿~ ~ J (Da)ar avil ~
to
TO: Bord of SuCO AcIrIS omAuit CoRe
FRM:
AGREEMENTlYE (Ch On)
ih Bord of Supe IS he reue to ape th attch agremet and authrie th exec of sa
1. said agt is beee th COUNTY OF SANTA CRUZNOLTE ASSOCIATES , INC.
ao 1731 NQRTH FIRST STREET. SUITE A. SAN JOSE, CA 95112-4510
(DeAg)(NamAd)
2. Th aet will pre DESIGN ENGINEERING AND El\ìTIRONflENTAL SERVICES FOR THE OLD COUNTY
ROAD BRIDGE lilPLACEHENT PROJECT
3. Pe of th agt is fr BOARD APPROVAL to JUNE 30, 2015
4. Anlpte Cot is $ $403,582.00 0 Axed 0 Monthly Rae 0 Annual ~KJ Not to Exce
R~: CONTRl~CT: $403,582.00; OVERHEAD: $34,304.47; TOTAL: $437,886.47
5. Deil: 0 On Continuing Agts li fe FY _-_' PageCC-_ Contrac No:CW13686o Sen n No Bo le rel', will be liste und Item 8o 5eon m .Bo le reuiro ~ IV Revue Agt
6. Approiations/Revenues are available and are budgeted iii 62110! 40170! 3665! (Index)
OR ~ i II Tme Agreement
3590 (Sub obieit)
NOT: IF APPROPRITIONS ARE INSUFFIOENT, ATIACHED COMPLETD AUD-74 OR AIJD-GO
Apprpriations c; available and . ~be~. encumbered.are not ~ CaL' cw13686
By: )j~Auditor-Contrller Deputy
Date: I D /S/2- i'/
Prl and acconting detil reewed and apprve. It is rermened that the Board of Superviso approve the agreement and authrie
DIRECTOR OF PUBLIC WO~XS (Det/Agenc Head) to execute on behalf of the
COin~TY OF SANTA CRUZ'o/\~J\\
Date:
JJP :TJB: 1h
By:
(Dertment/ Arerc)
Dlsbutin:Board of Supeii - WhiteAudit Cotrlle - canaryAudltor-ctrle - Pink
Dertent - Gold
County of santa Cr,I en was a1
ative Ofe by t20_
ADM - 29 (8/01)lltl i, 5e 300 Pr Ma
AUDITR-CONlOlLER USE ONLY
CODo No.
TellOAuto De~
$JE Amnt Unes Hrn Keyed By Date 52$ I
Amnt Inde Sub obje Us èo
Contract No. CW13686 0474
INDEPENDENT CONTRACTOR AGREEMENT(Design Professional- Federal)
This Contract is entered into this 25th day of October, 2011, by and between the County of SantaCruz, hereinafter called COUNTY, and NOLTE ASSOCIATES, INC., hereinafter calledCONTRACTOR. The parties agree as follows:
1. DUTIES. CONTRACTOR agrees to exercise special skill to accomplish the followingresults: To provide engineering design and environmental services as described in the Scope of Work(Attachment C) for the Old County Road Bridge ReplacementProject.
2. COMPENSATION. In consideration for CONTRACTOR accomplishing said result,COUNTY agrees to pay CONTRACTOR as follows: Payment not to exceed $403,582, processed forpayment upon receipt of invoice and approval of project manager.
3. TERM. The term of this Contract shall be: From Board approval throughJune 30,2015.
4. EARLY TERMNATION. Either party hereto may termnate this Contract at any timeby giving thirty (30) days written notice to the other pary.
5. INDEMNIFICATION FOR DAMAGES, TAXES AND CONTRIBUTIONS.CONTRACTOR shall exonerate, indemnify, defend, and hold harmless COUNTY (which for thepurpose of Section 5 and 6 of this document shall include, without limitation, its offcers, agents,empioyees and volunteers) from and against:
A. Any and all claims, demands, losses, damages, defense costs, other legal costs, or liabilityof any kind or nature which COUNTY may sustain or incur or which may be imposed upon it at anytime for injury to or death of persons, or damage to property which arise out of, pertain to, or relate toCONTRACTOR'S negligence, recklessness, or willl misconduct under the terms of this Agreement.Such indemnification includes any damage to the person(s), or property(ies) of CONTRACTOR andthird persons.
B. Any and all Federal, State and Local taxes, charges, fees, or contributions required to bepaid with respect to CONTRACTOR and CONTRACTOR'S officers, employees and agents engaged inthe performance of this Contract (including, without limitation, unemployment insurance, social securityand payroll tax withholding).
6. INSURACE. CONTRACTOR, at its sole cost and expense, for the full term of thisContract (and any extensions thereot), shall obtain and maintain, at minimum, compliance with all of thefollowing insurance coverage(s) and requirements. Such insurance coverage shall be primary coverageas respects COUNTY and any insurance or self-insurance maintained by COUNTY shall be consideredin excess of CONTRACTOR'S insurance coverage and shall not contribute to it. If CONTRACTORnormally carries insurance in an amount greater than the minimum amount required by the COUNTYfor this Contract, that greater amount shall become the minimum required amount of insurance forpurposes of this Contract. Therefore, CONTRACTOR hereby acknowledges and agrees that any and all
J:,? insurances carried by it shall be deemed liability coverage for any and all actions it performs in
/0 lSl/2connection with this Contract.S -1-
0475
If CONTRACTOR utilizes one or more subcontractors in the performance of thisContract, CONTRACTOR shall obtain and maintain Independent Contractor's Insurance as to eachsubcontractor or otherwise provide evidence of insurance coverage from each subcontractor equivalentto that required of CONTRACTOR in this contract, unless CONTRACTOR and COUNY both initialhere /
A. Types of Insurance and Minimum Limits
(1) Worker's Compensation in the minimum statutorily required coverage amounts.This insurance coverage shall be required unless the CONTRACTOR has no employees and certifies tothis fact by initialing here
(2) Automobile Liability Insurance for each of CONTRACTOR'S vehicles used in
the performance of this Contract, including owned, non-owned (e.g. owned by CONTRACTOR'Semployees), leased or hired vehicles, in the minimum amount of $500,000 combined single limit peroccurrence for bodily injury and property damage. This insurance coverage is required unless theCONTRACTOR does not drive a vehicle in conjunction with any part of the performance of thisContract and CONTRACTOR and COUNTY both certify to this fact by initialing here _ / _'
(3) Comprehensive or Commercial General Liability Insurance coverage in theminimum amount of $1,000,000 combined single limit, including coverage for: (a) bodily injury, (b)personal injury, (c) broad form property damage, (d) contractualliability, and (e) cross-liability.
. (4) Professional Liability Insurance in the minimum amount of $1 ,ooo,~mqi~~single limit, if, and only if, this Subparagraph is initialed by CONTRACTOR and COUN / Jt ./
B. Other Insurance Provisions
(1) If any insurance coverage required in this Contract is provided on a "Claims
Made" rather than "Occurrence" form, CONTRACTOR agrees to maintain the required coverage for aperiod of three (3) years after the expiration of this Contract (hereinafter "post Contract coverage") andany extensions thereof. CONTRACTOR may maintain the required post Contract coverage by renewalor purchase of prior acts or tail coverage. This provision is contingent upon post Contract coveragebeing both available and reasonably affordable in relation to the coverage provided during the term ofthis Contract. For purposes of interpreting this requirement, a cost not exceeding 100% of the lastannual policy premium during the term of this Contract in order to purchase prior acts or tail coveragefor post Contract coverage shall be deemed to be reasonable.
(2) All required Automobile and Comprehensive or Commercial General Liability
Insurance shall be endorsed to contain the following clause:
"The County of Santa Cruz, its officials, employees, agents and volunteers are added asan additional insured as respects the operations and activities of, and on behalf of, the named insured'sperformance under its/his/her/their contract with the County of Santa Cruz."
(3) If any insurance policy of CONTRACTOR required by this document includes
language conditioning the insurer's legal obligation to defend of indemnify COUNTY on theperformance of any act(s) by the named insured, then said insurance policy, by endorsement, shall alsoname the County of Santa Cruz as a named insured. Notwithstanding the foregoing, both theCONTRACTOR and its insurers agree that by naming the County of Santa Cruz as a named insured, the
- 2- 52
0476COUNTY may at its sole direction, but is not obligated to, perform any act required by the namedinsured under s~id insurance policies.
(4) CONTRACTOR shall do all things required to be performed by it pursuant to itsinsurance policies including but not limited to paying within five (5) work days, all deductibles and self-insured retentions (SIR) required to be paid under any insurance policy that may provide defense orindemnity coverage to COUNTY or any additional insured.
(5) All required insurance policies shall be endorsed to contain the following clause:
"This insurance shall not be canceled until after thirty (30) days prior written notice has beengiven to:
Santa Cruz CountyDepartment of Public WorksAttn: Russell Chen701 Ocean Street, Room 410Santa Cruz, CA 95060
(6) CONTRACTOR agrees to provide its insurance broker(s) with a full copy ofthese insurance provisions and provide COUNTY on or before the effective date of this Contract withCertificates of Insurance for all required coverages. All Certificates of Insurance shall be delivered orsent to:
Santa Cruz CountyDepartment of Public WorksAttn: Russell Chen701 Ocean Street, Room 410Santa Cruz, CA 95060
7. EQUAL EMPLOYMENT OPPORTUNTY. During and in relation to the performanceof this Contract, CONTRACTOR agrees as follows:
A. The CONTRACTOR shall not discriminate against any employee or applicant foremployment because of race, color, religion, national origin, ancestry, physical or mental disability,medical condition (cancer related), marital status, sexual orientation, age (over 18), veteran status,gender, pregnancy, or any other non-merit factor unrelated to job duties. Such action shall include, butnot be limited to, the following: recruitment, advertising, layoff or termnation, rates of payor otherforms of compensation, selection for training (including apprenticeship), employment, upgrading,demotion, or transfer. The CONTRACTOR agrees to post in conspicuous places, available toemployees and applicants for employment, notice setting forth the provisions of this non-discriminationclause.
B. If this Contract provides compensation in excess of $50,000 to CONTRACTOR and if
CONTRACTOR employees fifteen (15) or more employees, the following requirements shall apply:
(1) The CONTRACTOR shall, in all solicitations or advertisements for employeesplaced by or on behalf of the CONTRACTOR, state that all qualified applicants wil receiveconsideration for employment without regard to race, color, religion, national origin, ancestry, physicalor mental disability, medical condition (cancer related), marital status, sexual orientation, age (over 18),veteran status, gender, pregnancy, or any other non-merit factor unrelated to job duties. Such actionshall include, but not be limited to, the following: recruitment; advertising, layoff or termination, rates ofpayor other forms of compensation, selection for training (including apprenticeship), employment,
- 3-
52
~ 0477upgrading, demotion, or transfer. In addition, the CONTRACTOR shall make a good faith effort toconsider MinoritylWomenlisabled Owned Business Enterprises in CONTRACTOR'S solicitation ofgoods and services. Definitions for Minority/Women/isabled Business Enterprises are available fromthe COUNTY General Services Purchasing Division.
(2) In the event of the CONTRACTOR'S non-compliance with the non-discrimination clauses of this Contract or with any of the said rules, regulations, or orders saidCONTRACTOR may be declared ineligible for further contracts with the COUNTY.
(3) The CONTRACTOR shall cause the foregoing provisions of subparagraphs 7B(I)and 7B(2) to be inserted in all subcontracts for any work covered under this Contract by a subcontractorcompensated more than $50,000 and employing more than fifteen (15) employees, provided that theforegoing provisions shall not apply to contracts or subcontracts for standard commercial supplies orraw materials.
8. INDEPENDENT CONTRACTOR STATUS. CONTRACTOR and COUNTY havereviewed and considered the principal test and secondary factors below and agree that CONTRACTORis an independent contractor and not an employee of COUNTY. CONTRACTOR is responsible for allinsurance (workers compensation, unemployment, etc.) and all payroll related taxes. CONTRACTOR isnot entitled to any employee benefits. COUNTY agrees that CONTRACTOR shall have the right tocontrol the manner and means of accomplishing the result contracted for herein.
PRINCIPAL TEST: The CONTRACTOR rather than COUNTY has the right to control themanner and means of accomplishing the result contracted for.
SECONDARY FACTORS: (a) The extent of control which, by agreement, COUNTY mayexercise over the details of the work is slight rather than substantial; (b) CONTRACTOR is engaged in adistinct occupation or business; (c) In the locality, the work to be done by CONTRACTOR is usuallydone by a specialist without supervision, rather than under the direction of an employer; (d) The skillrequired in the paricular occupation is substantial rather than slight; (e) The CONTRACTOR ratherthan the COUNTY supplies the instrumentalities, tools and work place; (f) The length of time for whichCONTRACTOR is engaged is of limited duration rather than indefinite; (g) The method of payment ofCONTRACTOR is by the job rather than by the time; (h) The work is part of a special or permissiveactivity, program, or project, rather than part of the regular business of COUNTY; (i) CONTRACTORand COUNTY believe they are creating an independent contractor relationship rather than an employer-employee relationship; and U) The COUNTY conducts public business.
It is recognized that it is not necessary that all secondary factors support creation of an
independent contractor relationship, but rather that overall there are significant secondary factors thatindicate that CONTRACTOR is an independent contractor.
By their signatures on this Contract, each of the undersigned certifies that it is his or herconsidered judgment that the CONTRACTOR engaged under this Contract is in fact an independentcontractor.
9. NONASSIGNMNT. CONTRACTOR shall not assign the Contract without the priorwritten consent of the COUNTY.
10. ACKNOWLEDGMENT. CONTRACTOR shall acknowledge in all reports andliterature that the Santa Cruz County Board of Supervisors has provided funding to the CONTRACTOR.
- 4- 52
0478
11. RETENTION AN AUDIT OF RECORDS. CONTRACTOR shall retain recordspertinent to this Contract for a period of not less than five (5) years after final payment under thisContract or until a final audit report is accepted by COUNTY, whichever occurs first. CONTRACTORhereby agrees to be subject to the examination and audit by the Santa Cruz County Auditor-Controller,the Auditor General of the State of California, or the designee of either for a period of five (5) yearsafter final payment under this Contract.
12. PRESENTATION OF CLAIMS. Presentation and processing of any or all claimsarising out of or related to this Contract shall be made in accordance with the provisions contained inChapter 1.05 of the Santa Cruz County Code, which by this reference is incorporated herein.
13. ATTACHMENTS. This Contract includes the following attachments:
Attachment A - Certifcation of Contractor, Commissions and FeesAttachment B . Certifcation of Local AgencyAttachment C - Scope of WorkAttachment D - Charge Rate ScheduleAttachment E - Exhibit 10-01 Local Agency Proposer UDBE CommitmentAttachment F Exhibit 10-02 Local Agency Proposer DBE Information
14. LIVING WAGE. This Contract is covered under Living Wage provisions if this sectionis initialed by COUNTY
If Item #14 above is initialed by the COUNY, then this Contract is subject to the provisions ofSanta Cruz County Code Chapter 2.122, which requires payment of a living wage to covered employees.Non-compliance during the term of the Contract with these Living Wage Provisions wil be considered amaterial breach, and may result in termination of the Contract and/or pursuit of other legal oradministrative remedies.
CONTRACTOR agrees to comply with Santa Cruz County Code section 2.122.140, ifapplicable.
15. COST PRINCIPLES
A. The CONTRACTOR agrees that the Contract Cost Principles and Procedures, 48 CPR,Federal Acquisition Regulations System, Chapter 1, Par 31.000 et seq., shall be used to determine theallowability of cost individual items.
B. The CONTRACTOR also agrees to comply with federal procedures in accordance with49 CPR, Part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to
State and Local Governments.
C. Any costs for which payment has been made to CONTRACTOR that are determined by
subsequent audit to be unallowable under 48 CPR, Federal Acquisition Regulations System, Chapter i,Part 31.000 et seq., are subject to repayment by CONTRACTOR to the COUNY.
16. CONTINGENT FEE. The CONTRACTOR warrants, by execution of this contract thatno person or sellng agency has been employed, or retained, to solicit or secure this contract upon anagreement or understanding, for a commssion, percentage, brokerage, or contingent fee, excepting bonafide employees, or bona fide established commercial or sellng agencies maintained by the
CONTRACTOR for the purpose of securing business. For breach or violation of this waranty, the
- 5-
52
0479COUNTY has the right to annul this contract without liability; pay only for the value of the workactually performed, or in its discretion to deduct from the contract price or consideration, or otherwiserecover the full amount of such commssion, percentage, brokerage, or contingent fee.
17. RETENTION OF RECORDS/AUDIT. For the purpose of determining compliance withPublic Contract Code 10115, et seq. and Title 21, California Code of Regulations, Chapter 21, Section2500 et seq., when applicable and other matters connected with the performance of the contract pursuantto Government Code 8546.7; the CONTRACTOR, subcontractors, and the COUNTY shall maintain allbooks, documents, papers, accounting records, and other evidence pertaining to the performance of thecontract, including but not limited to, the costs of administering the contract. All parties shall make suchmaterials available at their respective offices at all reasonable times during the contract period and forthree years from the date of final payment under the contract. The state, the State Auditor, the COUNYof Santa Cruz, FHW A, or any duly authorized representative of the federal government shall haveaccess to any books, records, and documents of the CONTRACTOR that are pertinent to the contract foraudit, examinations, excerpts, and transactions, and copies thereof shall be furnished if requested.Subcontracts in excess of $25,000 shall contain this provision.
18. NATIONAL LABOR RELATIONS BOAR CERTIFICATION. In accordance withPublic Contract Code Section 10296, the CONTRACTOR hereby states under penalty of perjury that nomore than one final unappealable finding of contempt of court by a federal court has been issued againstthe CONTRACTOR within the immediately preceding two-year period, because of theCONTRACTOR's failure to comply with an order of a federal court that orders the CONTRACTOR tocomply with an order of the National Labor Relations Board.
19. STATEMENT OF COMPLIANCE. The CONTRACTOR's signature affixed herein, anddated, shall constitute a certification under penalty of perjury under the laws of the State of Californiathat the CONTRACTOR has, unless exempt, complied with, the nondiscrimination programrequirements of Government Code Section 12990 and Title 2, California Administrative Code, Section8103.
20. DEBARMENT AND SUSPENSION CERTIFICATION.
A. The CONTRACTOR's signature affxed herein, shall constitute a certification underpenalty of perjury under the laws of the State of California, that the CONTRACTOR has complied withTitle 49, Code of Federal Regulations, Part 29, Debarment and Suspension Certificate, which certifiesthat he/she or any person associated therewith in the capacity of owner, partner, director, offcer, ormanager, is not currently under suspension, debarment, voluntar exclusion, or determnation of
ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded, ordetermned ineligible by any federal agency within the past three (3) years; does not have a proposeddebarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it bya cour of competent jurisdiction in any matter involving fraud or offcial misconduct within the pastthree (3) years. Any exceptions to this certification must be disclosed to the COUNTY.
B. Exceptions will not necessarily result in denial of recommendation for award, but wil beconsidered in determining CONTRACTOR responsibility. Disclosures must indicate to whomexceptions apply, initiating agency, and dates of action.
21. CONFLICT OF INEREST.
A. The CONTRACTOR shall disclose any financial, business, or other relationship with theCOUNY that may have an impact upon the outcome of this contract, or any ensuing COUNTYconstruction project. The CONTRACTOR shall also list current clients who may have a financial
- 6- 52-:
0480interest in the outcome of this contract, or any ensuing COUNTY construction project, which wilfollow.
B. The CONTRACTOR hereby certifies that it does not now have, nor shall it acquire anyfinancial or business interest that would conflct with the performance of services under this agreement.
C. Any subcontract in excess of $25,000 entered into as a result of this contract, shallcontain all of the provisions of this Article.
D. The CONTRACTOR hereby certifies that neither CONTRACTOR, nor any firmaffliated with the CONTRACTOR wil bid on any construction contract, or on any contract to provideconstruction inspection for any construction project resulting from this contract. An affliated fIrm is
one, which is subject to the control of the same persons through joint-ownership, or otherwise.
E. Except for subcontractors whose services are limited to providing surveying or materials
testing information, no subcontractor who has provided design seryices in connection with this contractshall be eligible to bid on any construction contract, or on any contract to provide construction
inspection for any construction project resulting from this contract.
22. MISCELLANOUS. This written Contract, along with any attachments, is the full andcomplete integration of the parties' agreement formng the basis for this Contract. The parties agree thatthis written Contract supersedes any previous written or oral agreements between the parties, and anymodifications to this Contract must be made in a written document signed by all parties. Anyarbitration, mediation, or litigation arising out of this Contract shall occur only in the County of SantaCruz, notwithstanding the fact that one of the contracting parties may reside outside of the County ofSanta Cruz.
23. CHANGE IN TERMS.
A.parties.
This contract may be amended or modified only by mutual written agreement of the
B. The CONTRACTOR shall only commence work covered by an amendment after theamendment is executed and notification to proceed has been provided by the COUNTY's ContractManager.
C. There shall be no change in the CONTRACTOR's Project Manager or members of the
project team, as listed in the approved Cost Proposal, which is a part of this contract without priorwritten approval by the COUNTY's Contract Manager.
24. DISPUTES.
A. Any dispute, other than audit, concerning a question of fact arising under thiscontract that is not disposed of by agreement shall be decided by a commttee consisting of theCOUNTY's Contract Manager and Director of Public Works, who may consider written orverbal information submitted by the CONTRACTOR.
B. Not later than 30 days after completion of all deliverables necessary to complete theplans, specifications and estimate, the CONTRACTOR may request review by the COUNTYGOVERNING BOAR of unresolved claims or disputes, other than audit. The request for review wilbe submitted in writing.
52- 7 -
0481
C. Neither the pendency of a dispute, nor its consideration by the commttee wil excuse the
CONTRACTOR from full and timely performance in accordance with the terms of this contract.
25. EQUIPMENT PURCHASE
A. Prior authorization in writing, by the COUNTY's Contract Manager shall be required
before the CONTRACTOR enters into any unbudgeted purchase order, or subcontract exceeding $5,000for supplies, equipment, or CONTRACTOR services. The CONTRACTOR shall provide an evaluationof the necessity or desirability of incurring such costs.
B. For purchase of any item, service or consulting work not covered in the
CONTRACTOR's Cost Proposal and exceeding $5,000 prior authorization by the COUNTY's ContractManager; three competitive quotations must be submitted with the request, or the absence of biddingmust be adequately justified.
C. Any equipment purchased as a result of this contract is subject to the following: ''TheCONTRACTOR shall maintain an inventory of all nonexpendable property. Nonexpendable propert isdefined as having a useful life of at least two years and an acquisition cost of $5,000 or more. If thepurchased equipment needs replacement and is sold or traded in, the COUNTY shall receive a properrefund or credit at the conclusion of the contract, or if the contract is terminated, the CONTRACTORmay either keep the equipment and credit the COUNY in an amount equal to its fair market value, orsell such equipment at the best price obtainable at a public or private sale, in accordance with
established COUNTY procedures; and credit the COUNTY in an amount equal to the sales price. If theCONTRACTOR elects to keep the equipment, fair market value shall be determined at theCONTRACTOR's expense, on the basis of a competent independent appraisal
of such equipment.
Appraisals shall be obtained from an appraiser mutually agreeable to by the COUNTY and theCONTRACTOR, if it is determined to sell the equipment, the terms and conditions of such sale must beapproved in advance by the COUNTY."
D. All subcontracts in excess $25,000 shall contain the above provisions.
26. SAFTY
A. The CONTRACTOR shall comply with OSHA regulations applicable toCONTRACTOR regarding necessary safety equipment or procedures. The CONTRACTOR shallcomply with safety instructions issued by the COUNTY Safety Officer and other COUNTYrepresentatives. CONTRACTOR personnel shall wear hard hats and safety vests at all times whileworking on the construction project site.
B. Pursuant to the authority contained in Section 591 of the Vehicle Code, the COUNTY
has determined that such areas are within the limits of the project and are open to public traffic. TheCONTRACTOR shall comply with all of the requirements set forth in Divisions 11, 12, 13, 14, and 15of the Vehicle Code. The CONTRACTOR shall take all reasonably necessary precautions for safeoperation of its vehicles and the protection of the traveling public from injury and damage from suchvehicles.
C. Any subcontract entered into as a result of this contract, shall contain all of the provisionsof this Article.
- 8-
52
27. OWNRSHIP OF DATA0482
A. Upon completion of all work under this contract, ownership and title to all reports,documents, plans, specifications, and estimates produce as par of this contract wil automatically be
vested in the COUNTY; and no further agreement wil be necessary to transfer ownership to theCOUNTY. The CONTRACTOR shall furnish the COUNTY all necessary copies of data needed tocomplete the review and approval process.
B. It is understood and agreed that all calculations, drawings and specifications, whether in
hard copy or machine-readable form, are intended for one-time use in the construction of the project forwhich this contract has been entered into.
C. The CONTRACTOR is not liable for claims, liabilities, or losses arising out of, orconnected with the modification, or misuse by the COUNTY of the machine-readable information anddata provided by the CONTRACTOR under this agreement; further, the CONTRACTOR is not liablefor claims, liabilities, or losses arising out of, or connected with any use by the COUNTY of the projectdocumentation on other projects for additions to. this project, or for the completion of this project byothers, except only such use as many be authorized in writing by the CONTRACTOR.
D. Applicable patent rights provisions described in 41 CPR 1-91, regarding rights toinventions shall be included in the Agreements as appropriate.
E. The CONTRACTOR is not liable for claims, liabilities or losses arising out of, orconnected with, the modification or misuse by the COUNTY of the machine readable information anddata provided by the CONTRACTOR under this agreement; further, the CONTRACTOR is not liablefor claims, liabilities or losses arising out of, or connected with, any use by the COUNTY of the projectdocumentation on other projects; for additions to this project, or for the completion of this project byothers, except only such use as may be authorized, in writing, by the CONTRACTOR.
F. The COUNTY may permit copyrighting reports or other agreement products. Ifcopyrights are permtted; the agreement shall provide that the FHW A shall have the royalty-freenonexclusive and irevocable right to reproduce, publish, or otherwise use; and to authorize others touse, the work for governent purposes.
G. Any subcontract in excess of $25,000 entered into as a result of this contract, shallcontain all of the provisions of this Article.
28. CLAIMS FILED BY COUNTY'S CONSTRUCTION CONTRACTOR
A. If claims are filed by the COUNTY's construction contractor relating to work performed
by CONTRACTOR's personnel, and additional information or assistance from the CONTRACTOR'spersonnel is required in order to evaluate or defend against such claims; CONTRACTOR agrees tomake its personnel available for consultation with the COUNTY'S construction contract administrationand legal staff and for testimony, if necessary, at depositions and at trial or arbitration proceedings.
B. CONTRACTOR's personnel that the COUNTY considers essential to assist in defendingagainst construction contractor claims wil be made available on reasonable notice from the COUNTY.Consultation or testimony wil be reimbursed at the same rates, including travel costs that are being paidfor the CONTRACTOR's personnel services under this agreement.
52- 9-
0483C. Services of the CONTRACTOR's personnel in connection with the COUNTY's
construction contractor claims wil be performed pursuant to a written contract amendment, if necessary,extending the termination date of this agreement in order to finally resolve the claims.
D. Any subcontract in excess of $25,000 entered into as a result of this contract, shallcontain all of the provisions of this Article.
29. CONFDENTIALITY OF DATA
A. All financial, statistical, personal, technical, or other data and information relative to theCOUNTY's operations, which are designated confidential by the COUNTY and made available to theCONTRACTOR in order to carr out this contract, shall be protected by the CONTRACTOR fromunauthorized use and disclosure.
B. Permission to disclose information on one occasion, or public hearing held by the
COUNTY relating to the contract, shall not authorize the CONTRACTOR to further disclose suchinformation, or disseminate the same on any other occasion.
C. The CONTRACTOR shall not comment publicly to the press or any other mediaregarding the contract or the COUNTY's actions on the same, except to the COUNTY's staff,CONTRACTOR's own personnel involved in the performance of this contract, at public hearings or inresponse to questions from a Legislative commttee.
D. The CONTRACTOR shall not issue any news release or public relations item of anynature, whatsoever, regarding work performed or to be performed under this contract without priorreview of the contents thereof by the COUNTY, and receipt of the COUNTY'S written permission.
E. Any subcontract entered into as a result of this contract shall contain all of theprovisions of this Article.
F. All information related to the construction estimate is confidential, and shall not
be disclosed by the CONTRACTOR to any entity other than the COUNTY.
30. EVALUATION OF CONSULTANT
The CONTRACTOR's performance wil be evaluated by the COUNY. A copyof the evaluation wil be sent to the CONTRACTOR for comments. The evaluation togetherwith the comments shall be retained as part of the contract record.
IN WITNESS WlREOF, the parties hereto have set their hands the day and year first abovewritten.
3. COUNTY OF SANTA CRUZ
Bud Mullanix, Regional DirectorPRINTED
By: ØlL--¡L
o SIGNED IO/i,C.)'û ,:
John Presleigh, Director of Public WorksPRINTED
- 10- 52
Company Name: NOLTE ASSOCIATES, INC.
Address: 1731 North First Street, Suite ASan Jose, CA 95112-4510
Telephone: (831) 392-7200
Fax: (831) 392-0101
Email: [email protected]
2. APPROVED AS TO INSURANCE:
RistL::é¿;JJP:TJB:lh
DISTRIBUTION: Public WorksAuditor-ControllerRisk ManagementContractor
ieA Design Professionals - FEDERAL.dodoldcountybrdical.doc
REVISED 9110
5211
0484
0485
Certification of Contractor, Commssions and Fees
Certification of Contractor
I HEREBY CERTIFY that I am the engineer, and duly authoried representative of the firm of
Nolte Associates, Inc., whose address is 1731 North First Street, Suite A, San Jose, CA 951 i 2-4510,
and that, except as hereby expressly stated, neither I nor the above firm that I represent have:
(a) employed or retained for a commission, percentage, brokerage, contingent fee, or otherconsideration, any firm or person (other than a bona fide employee working solely for me or the
above CONTRACTOR) to solicit or secure this agreement; nor
(b) agreed, as an express or implied condition for obtaining this contract, to employ or retain theservices of any firm or person in connection with caring out the agreement; nor
(c) paid, or agreed to pay, to any firm, organization or person (other than a bona fide employeeworking solely for me or the above CONTRACTOR) any fee, contribution, donation, or
consideration of any kind, for or in connection with, procuring or carying out this agreement.
I acknowledge that this Certificate is to be made available to the California Department of
Transportation (Caltrans) in connection with this agreement involving paricipation of Federal-aid
Highway funds, and is subject to applicable state and federallaws, both criminal and civiL.
\O~s-t((Date)
oldcountybrdi calh.doc
ATTACHMENT A
REVISED 9/10 12
52
Certification of Local Agency 0486
Certification of Local Agency
I HEREBY CERTIFY that I am the Director of the Santa Cruz County Department of
Public Works, and that the consulting fIrm of Nolte Associates, Inc.,or its representative has
not been required except as herein expressly stated), directly or indirectly, as an express or
Implied condition in connection with obtaining or carrying out this Agreement to:
(a) employ, retain, agree to employ or retain, any fim or person, or
(b) payor agree to pay, to any fim, person or organization, any fee, contribution,donation, or consideration of any kind.
I acknowledge that this Certificate is to be made avai1~ble to the California Department of
Transportation (Caltrans) in connection with this Agreement involving participation of federal-
aid highway funds, and is subject to applicable state and federallaws, both criminal and civiL.
iDle, /LOt (, (dae)
oldcountybrdica.docATTACHMENT B
REVISED 9/1 0 13
52
NIVI5Old County Road Bridge Replacementl County of Santa Cruz
0487
Attachment C
Scope of Work
Phase 1. - Preliminary Engineering & Environmental
Clearance
The NV5 scope outlined below specifically adheres to the tasks requested by the County within your
request for proposal for the subject bridge Federal number BRLO-5936(089 and the additional
engineering task to evaluate and design the storm damage on Old County Road north of Brooks Road. Toassist in your review of our proposed scope, where appropriate, we have includèd for cross reference the
task numbers and descriptions presented in your request for proposals. We have developed our scope
based upon our knowledge and experience gained for providing similar engineering services for bridge
projects throughout California.
Task 1 - Project ImplementationTask 1.1 Project Management
NV5 wil provide constant communication with the County and the project stakeholders to provide for a
complete and successful project. NV5 views the daily coordination and continuous management activity
from scoping though final design as a primary project goal and objective. Therefore, our team wil be
focused on providing the County uninterrpted communication servce thought out the project.
Task 1.2 Meetings
NV5 will facilitate and attend a project kick off meeting and five additional meetings (site field reviews
or other meetings) as required. The kickoff meeting with key Santa Cruz County personnel and the teamis to thoroughly discuss the project objectives, scope, design criteria and management process. In
addition, we would notify any neighborhood community groups of the project and it's objectives to createa sense that they are also project stakeholders.
Task 1.3 Quality Assurance/Quality Control
Throughout the project, NV5 wil ensure project quality at all levels of design by incorporating ourstandadized Quality Assurance/Quality Control Plan. We have referenced the various steps of our
Quality Assurance/Quality Control Plan throughout our proposed project scope of work.
Task 1.4 Project Schedule
NV5 ~ill prepare a comprehensive project schedule and submit it to the County for review and approvaL.
The schedule will be updated on a monthly basis to reflect any changes and will then be resubmitted to
the County for continued review.
Page 11
52
NIVI5Old County Road Bridge Replacementl County of Santa Cruz
Task 2 - Existing Document Review0488
NV5 will review all available documents regarding the project. This includes any existing road plans,
utility, HBP programming details, available Old County Road slipout information, etc. The information
determined in our research will assist us in pursuing the best project alternative for bridge reconstrction
and a permanent repair solution to the storm damaged (Slipout) on Old County Road
Task 3 - Environmental Studies (RFP Task II.A)As a subconsultant to NV5, ICF International (ICF) will take the lead on preparing the anticipated
environmental technical studies and developing the project NEPA document. Based on our current
understanding of the proj ect, the anticipated technical studies include those required for biological
resources and cultural resources, and the anticipated NEP A document is a Categorical Exclusion. Upon
review of the Preliminary Environmental Study and the field visit, Cal trans may require additional
technical studies not included in this scope of work.
Task 3.1 Project Management and Meetings
The ICF Jones & Stokes project manager shall attend up to 4 meetings with Santa Cruz County. It isassumed that other team members wil attend 2 of these meetings, as needed. Anticipated meetingsinclude a kick-off meeting with the County, a field review meeting with Caltrans, and two in-progressmeetings durng preparation of the technical studies to discuss the project and review comments. This taskalso includes the coordination and management efforts by the ICF project management team.
Task 3.2 Prepare Preliminary Environmental Study and Project Description
The ICF team will prepare the Prelinnary Environmental Study (PES) and project description. The projectdescription will include detailed inormtion (e.g., bridge specifications, excavation requirements, constrctionmethodology, best management practices, figures) to be provided by the engineering firm and/or the County. Theproject description will be comprehensive so it can be used for both the PES and the technical studies. The PES willalso include the four required attachments as they apply to the project site: flood inurance rate map, Caltran'Visual Assessment checklist to be completed by a landscape architect, GeoTracker data, and USFWS species list.
The PES is used by Cal trans to determe the tye of techncal studies/memos required and the NEP A class of
action. As indicated in the RFP, techncal studies for biological resources and cultual resources are anticipated andtherefore included in this scope of work. Based on our curent understanding of the project featues and the project
site, ths scope assumes that the other technical reports included on the PES form wil not be required. However, it isultimately up to Caltrans to decide upon their review of the PES form and the field visit (refer to "Assumptions"below).
Task 3.3 Prepare Draft and Final Technical Studies for Biological Resources
Sensitive biological resources in the project area include the Earl Creek riparian habitat, wetlands, and special-statusspecies that may occur in this area, including the San Lorenzo River immediately downstream of the project site.
Special-status wildlife species that may occur in the project area include California red-legged frog, San Franciscogarter snake, and western pond tules. A determnation of the presence of suitable habitat for all special-status
species will be made followig the site assessment. USFWS-approved site assessments will be completed for the
Page 12
52
NIVI5Old County Road Bridge Replacementl County of Santa Cruz
California red-legged frog (CRLF) and Californa tiger salamander (CTS). No protocol-level presence/absence 0489sureys wil be conducted for either species. California tiger salamander (CTS) may occur, but it is expected that thehabitat wil be determned not to be suitable. The project area provides potential nesting and foraging habitat forseveral migratory bird species and roosting and foraging habitat for bats along the riparian corridor and possiblyunder the bridge. Two special-status fish species, Central Californa Coast (Ccq coho salmon and CCC steelhead,are known to occur in the San Lorenzo River (which is considered critical habitat for CCC steelhead) and have thepotential to occur in Earl Creek or be impacted by constrction activities along Earl Creek. It is understood thatthere is an II-foot drop strctue beneath the creek that would be a migration barrer, but constrction-related
sedimentation could reach the San Lorenzo River. There is potential for several special-status plant species to occurin the riparian corridor or surounding coniferous forest, including slender silver moss, Santa Cru maanita, marshsandwort, swamp harebell, deceiving sedge, tear drop moss, woodland woollythreads, and white-flowered reinorchid. Trees, including redwood trees and oak trees, would likely need to be removed for the project, andmitigation for the tree losses will include plantig redwood and oak trees consistent with the guidelines of theCounty of Santa Cru's Significant Tree Protection and Riparian Corridor Protection sections of the County Code.The scope of work includes preparation of the following techncal studies.
. Californa Red-Legged Frog Habitat Site Assessment
. Californa Tiger Salamander Habitat Site Assessment
. Natual Environment Study (NBS)
. Delineation of Waters of the United States
. Biological Assessment for Wildlife
. Biological Assessment for Fish
The NES will be prepared using the guidelines from Caltrans' Guidance for Consultants Procedures for Completingthe Natual Environmental Study and Related Biological Reports (1997) and Caltrans' April 30, 2002 memorandum.ICF will include coordinatig with federal and state biologists at USFWS, NMFS, Caltrans, and DFG to obtaininormtion on special-status species and confir surey methods and discuss project effects and needed mitigation
for impacts on sensitive biological resources. ICF biologists will conduct field sureys to characterie biologicalcommunities, delineate waters of the United States that are subject to regulation by the Corps under Clean Water ActSection 404, and identify and map suitable habitat for special-status plant, wildlife, and fish species that have thepotential to occur in the project area. ICF will conduct a site habitat assessment/reconnaissance level surey for allspecial-status species with potential to occur in the project area based on the best scientific surey and referenceinformtion available. Ths will include a habitat site assessment for CRLF/CTS that is consistent with USFWSguidelines. ICF will also conduct a qualitative special-status fish habitat assessment based on a reconnaissance-levelsurey of the project area and informtion obtained from agency biologists and existing reports on fish species andhabitat occurence in the project area. The results of the reconnaissance-level, habitat-based assessment wil identifywhether or not additional biological studies (e.g., botanical sureys for special-status plants during appropriate tiesof year and protocol-level surveys for specific anal species) are needed. Ths scope does not include protocol-level sureys for listed wildlife species because these would be determned though coordination with the USFWSandDFG. This scope of work does include spring and sumer botanical sureys.
The Delineation of Waters of the United States will be prepared consistent with the methods and reporting standardsacceptable to the Corps. The delineation map wil contain the boundaries of all waters of the U.S., data points, andacreages of each tye of waters of the U.S. The delineation will be prepared consistent with the Corps' guidance forprelimiary jursdictional determations (IDs) and wil not include the additional information required in support of
Page i 3
52
NIVI5Old County Road Bridge Replacementl County of Santa Cruz~ VERTCArvt:
0490an approved JD. Under the prelimnary JD option, the associated Section 404 permt wil treat all delineated watersand wetlands as under the Corps' jursdiction. Under ths approach, a wetland verification process in which theCorps officially approves the presence or absence of waters and wetlands is not needed, and therefore, this processoften takes less time than the approved JD approach. Furhermore, because of the project location over Earl Creek,which would qualify as a water of the United States, there is a low probability of any non-jurisdictional featuresoccuring in the project area. The wetland delineation will be an appendix to the NES.
The Biological Assessments will be prepared in accordance with Section 7 of the Endangered Species Act andCaltrans standards and guidance. ICF will prepare one biological assessment (BA) addressing listed wildlife and oneBA addressing listed fish species. The BAs wil provide technical inormation and supportg analyses ofprojecteffects on listed species and designated critical habitat, including proposed avoidance and miniation measures.The BAs will be prepared for submittal to USFWS and NMFS, respectively, in support of the request for formlconsultation and preparation of a biological opinon and incidental take statement. The BAs will be an appendix tothe NES.
The techncal studies will follow local, state, and federal environmental guidelines. This scope assumes preparationof one draft, one revised draft, and one final version of each techncal report; and that a total of i 5 hard copies, aswell as an electronic copy, of each techncal report will be produced. ICF wil initiate consultation with the CaltransDistrct 5 reviewer/environmental planner and County staff early to manage agency review expectations and focusthe evaluation.
Task 3.4 Prepare Draft and Final Technical Studies for Cultural Resources
(Section 106 Documentation)The Old County Road Bridge (BRLO-5936) over Earl Creek in Santa Cruz County was built in 1940 andwas identified as Category 5, not eligible for listing in the National Register of Historic Places (NP),by Caltrans' Historic Bridge Inventory in 19S7 and inventory update in 2010. This scope of work assumes
that it is still a Category 5 bridge.
rCF wil conduct a records search at the Northwest Information Center of the California HistoricalResources Information System at Sonoma State University, Rohnert Park and conduct research at localand state repositories to learn of the bridge's historical context and any architectual or engineering valuethat it may have; initiate Native American consultation through the Native American HeritageCommission; and contact any additional museums, historical societies, and interested persons to requestinformation regarding the tyes of potential cultual resources in the project area; and conduct fieldsurveys for archaeological and architectual resources.
This scope includes preparation of the following documentation based on information gathered from thetasks listed above.
. Area of Potential Effects (APE) map and description
. Historic Propert Survey Report (HPSR)
. Archaeological Surey Report (ASR)
The technical studies will follow local, state, and federal environmental guidelines particularly Caltrans'Standard Envionmental Reference (SER). The APE, HPSR, and ASR will be prepared using the
52Page 14
NIVI5Old County Road Bridge Replacementl County of Santa Cruz
0491guidelines from Caltrans' Guidance for Consultants' Procedures for Completing Archaeological andHistorical Properties Studies within the SER. rCF archaeologists and architectural historians wil conductfield surveys, do research, and evaluate resources in accordance with these guidelines. The results oftheir findings wil be documented in the above described reports. This scope assumes preparation of onedraft, one revised draft, and one final version of each technical report; and that a total of 15 hard copies,as well as an electronic copy, of each technical report will be produced. reF will initiate consultation withthe Caltrans Distrct 5 reviewer/environmental planner and County staff early to manage agency reviewexpectations and focus the evaluation.
Based on the 2010 bridge inventory update, this scope and cost assume that the bridge is stil a Category5, non-eligible bridge, and therefore does not include preparation of a Historic Resources EvaluationReport (HRR), Section 4(f) document, Finding of Adverse Effect, a Memorandum of Agreement
(MOA), or Historic American Engineering Record (HAR). It assumed that the APE for ArchitectualHistory will not include any nearby parcels with buildings and if so, these strctures or residences wil not
require evaluation. Additionally, it is also assumed that no archaeological resources are located withinthe APE and therefore no archaeological resources will need to be evaluated.
Task 3.5 Prepare NEPA Categorical Exclusion
Following Caltrans review, comment, and approval of all technical studies, Caltrans will confirm that aCategorical Exclusion (CE) is the appropriate NEPA documentation. rCF will prepare and submit the CEfor County and Cal trans review and Caltrans signatue. Per Caltrans Local Assistance requirements, rCF
will list all environmental commitments on the CE Determnation Form Continuation sheet.
AssumptionsBiological Resources Evaluation
. This scope does not include protocol-level presence/absence surveys for special-status wildlife
species because the need for these would be determned through coordination with USFWS andDFG. The scope includes a habitat site assessment for CRLF/CTS that is consistent with USFWSguidance.
. The scope includes three field survey days to assess waters of the United States and special-statusplant species. The delineation of waters of the United States wil be conducted at the same timeas the mapping of vegetation communities. Two additional botanical surveys (spring andsummer) wil be required to cover the blooming periods of special-status plants with potential tooccur in the project area. The botanical sureys will be conducted in 2012, and the results wil beadded to the NES before it is finalized.
. The scope assumes that the delineation can be desk-verified by the Corps as a preliminary JD. Inthe unlikely event that a site visit with the Corps is necessary for the verification, it would be atan additional cost.
. The specific locations of trees to be removed will be surveyed as part of the bridge design.
Species and sizes of trees will be documented by the botanist for the purpose of impact
Page 15
52
NIVI5Old County Road Bridge Replacementl County of Santa Cruz!o VERTCALfNE
0492assessment and mitigation estimates, but a tree survey and mapping of all trees is not part of thisscope of work.
Cultural Resources Evaluation
. The bridge is still a Category 5, non-eligible bridge. Therefore, a Section 4(f) document, a
Finding of Adverse Effect, a Memorandum of Agreement (MOA), and a Historic AmericanEngineering Record (HAR) will not be required for the project.
. The APE for Architectual History will not include any nearby parcels with strctures/residencesand if so, these propertes will not require evaluation.
. No archaeological resources are located within the APE; therefore, no archaeological resources
will require evaluation and mitigation.
Project Description
. Prior to preparing the PES, detailed project description information (e.g., bridge specifications,
excavation requirements, constrction methodology, best management practices, figues) will beprovided.
. The replacement bridge will likely be clear span, cast-in-place concrete using cast-in-driled-holes
(CIDH) with abutments so no or minimal encroachment below ordinary high water mark and nopile driving required. It is also assumed that no constrction activities will occur in the low flowchanneL.
. The closed section of Old County Road will be improved so it can be open for access during
constrction and likely remain permanently open. Therefore, the entire segment of Old CountyRoad from SR 9 to SR 9 will be included in the project description, and the improvements will beevaluated for impacts to biological and cultual resources. Because the specific improvementshave not yet to be detennned, this scope assumes they will include some distubance on eitherside of the road. Based on the limited number of residences along Old County Road, it is assumethat opening the road will not generate a substantial amount of traffc on the road that couldcreate traffic, air quality and noise impacts. Because of site distance issues where Old CountyRoad exits onto SR 9 at the north end, it is assume that the engineering firm or County willaddress traffc issues and prepare any documentation that might be required by Caltrans.
. Sensitive receptors include approximately IO residents on Old County Road east of the bridge to
Hillside Road and approximately 5 residences on Brooks Road (a private road) West ofthe bridge.There are also residences and a motel north of the bridge site between Highway 9 and Old CountyRoad and north of the closed portion of Old County Road. Therefore, rCF will coordinate withthe County and engineers to include constrction-related best management practices to reducenoise and air quality effects in the project description.
. The project will not result in acquisition of private propert or relocation of residences; therefore,
it is not anticipated that a relocation impact report wil be required. .
Page 16
52
NIVISOld County Road Bridge Replacementl County of Santa CruzNC VERTlCALfIVI!
0493. The project will not result in a substantial change in vertical or horizontal alignment or increase
roadway and bridge capacity. The project will use CIDH so no pile driving will be required, andwill include noise reduction measures. Therefore, it is not anticipated that a traffic noise study,traffic report, or hydroacoustics analysis wil be required.
. The project is not in close proximity to scenic routes or view points; therefore, it is notanticipated that a visual impact assessment wil be required.
. The project will include best management practices to address constrcted-related water quality
impacts; therefore, a water quality report wil not be required.
. The project will include dust control and emission reduction measures durng constrction.
Further, Santa Cruz County is "unclassified attainment". Therefore, it is not anticipated that anair quality study will be required.
NEP A Documentation
. This scope includes technical studies for biological resources and cultual resources, based on our
curent understanding of the project Upon review of the PES and field visit, Caltrans may require
additional technical studies. Our experience has been that Caltrans' required technical studiesvaries greatly depending on the project and Caltrans staff.
. This scope assumes that ICF will prepare a first draft (for County review), a second draft (forCaltrans review), and a final version of each technical report; and that a total of 15 hard copies, aswell as an electronic copy, of each technical report will be produced.
CEQA Documentation and Permitting
. The County wil prepare, process, and obtain all necessary environmental permits.
. The County wil prepare environmental documentation in compliance with the California
Environmental Quality Act (CEQA).
Cost Estimate
The cost estimate to complete the scope of work described above is provided in Task 3 of the attachedFee Schedule. As discussed under Task 1, Caltrans will confirm the technical studies required. Additionalwork or technical studies to be performed by ICF would require a scope and cost amendment
ScheduleFollowing is an estimated schedule for the tasks outlined above. It is presented in weeks.
Prepare PES (8 weeks total). The PES cannot be started until we have specific project description
information including: bridge design selection, details regarding constrction methodology (tye ofequipment, techniques, excavation amount, staging areas, tree removal, etc) for the bridge and any otherrelated work (e.g., modifications to closed portion and north end of Old County Road). The PES willdetermne conclusively which tech reports will be required by Cal trans. The 8-week schedule presented
below begins after project description information is provided.
Page 17
52
NIVI5Old County Road Bridge Replacementl County of Santa Cruz
. rCF prepares draft PES - 2 weeks 0494
· County/Engineer review and comment - 1 week
. rCF revise and complete PES - 1 week
. Caltrans review, field visit, confirm required technical studies - 4 weeks
Complete NEPA Documentation (31 weeks total). This work begins once Caltrans approves the PESand identifies the required technical studies. It should be noted that the plant surveys will need to beconducted twice, durng the spring and summer of 20 12. The schedule below may need to be adjusted toaccount for the surveys depending on when these activities fall within the overall schedule.
· rCF completes APE and prepares first draft of technical studies - 16 weeks
· County staff reviews technical studies - 3 weeks
· rCF prepares second draft of technical studies - 4 weeks
. Cal trans reviews technical studies - 4 weeks
. rCF prepares final technical studies - 4 weeks
Complete NEPA CEo The CE can be completed within a couple weeks of Cal trans approval of the finaltechnical studies.
The CEQA hiitial Study being prepared by the County will occur durg the same timeframe. It issuggested that the initial study be distrbuted for 30-day public review after Caltrans has reviewed thetechnical studies so any comments can be considered by the County prior to public distribution. TheInitial Study and Mitigated Negative Declaration can likely be completed 4 weeks following the end ofthe 30-day public review period.
Optional TasksPublic Outreach. Although it is required for a CEQA Initial Study, public outreach and review is notrequired as part of the NEPA documentation and Caltrans studies included in this scope of work, and it isnot required for a NEP A CE. If the County would like assistanc.e with any public outreach efforts, rCFcan develop a scope of work and cost. A general cost estimate for developing a public information letterfor surounding properties is $ 1,000 and for also conducting a public information meeting is $5,000.
Task 4 - Survey/Utility Coordination (RFP Task II.D)
Task 4.1 Survey (Bridge and Slipout)
NV5 wil provide the project base mapping in AutoCAD. The base mapping will include:
. Existing Topography
Design Surey Control
Existing and Proposed Right-of-Way Limits
.
.
52Page i 8
NIVISOld County Road Bridge Replacementl County of Santa Cruz
Task 4.1.1 Topographic Survey 0495
NV5 will provide topographic field sureys necessary to prepare the project base map(s). The
topographic items include:
Bridge Site
. Ground elevations suffcient to create l' contours on site
. Cross sections of Earl Creek suffcient to provide hydraulic criteria for the proposed bridge
. Road cross sections at 50' intervals 500 feet north and south of Earl Creek
. Road cross sections at 25' intervals within the bridge constrction area
. Location of existing utilities
. Existing ditches
. Existing power lines, poles & communication lines
. Surey control monumentation
Old County Road Slipout
. Ground elevations sufficient to create l' contours on site
. Roadway and slope cross sections of the estimated 150' slipout at 20' intervals for 300 feet
centered with the existing slide area
. Location of existing utilities
. Existing ditches through the project
. Project survey control
The following items are excluded from this proposal:. Potholing
. Replacing or setting monuments for propert comers
. Constrction Staking
. Easement or Right-of-Way Staking
Task 4.2 Right-of-Way Survey & Constraints Map (Bridge & Slipout)
NV5 wil perform field surveys necessary to locate existing right-of-way monumentation, review
Preliminary Title Reports (as provided by the County), calculate the location of the existing right-of-way
and prepare a Right-of-Way Constraint Exhibit after the preferred alternative has been determined and the
project limits set. This exhibit will show the project footprint superimposed on the existing right-of-way
to help determne the location of any revised right-of-way limits.
Based on our knowledge of the project site, it does not appear that additional right of way wil be needed
to constrct the project. As a result, NV5's scope includes the preparation of an estimated two plat and
legal descriptions for parcel takes. If during the course of the design process, however, it becomes evident
that additional right of way is needed, NV5 will provide these services. It is assumed that title reports
with existing right of way and adjoining propert information would be provided by the County to NV5.
Page i 9
52
NIVI5 0496Old County Road Bridge Replacementl County of Santa Cruz~ VERìCAIVE
Task 4.3 Utility Coordination
NV5 will provide utility coordination services with the objective to obtain all data on the various utility
encroachments within the project limits. From our field reconnaissance, there appears to be no utilities at
the project site. Further investigation wil continue and to assure that all possible utilities have been
accounted for the standard A, B, and C letters of utility notification will be prepared by NV 5 for signatue
and submission by Santa Cruz County. NV5 anticipates contacting the following utilities:
. Pacific Gas & Electrc
. San Lorenzo Water Distrct (servces only a portion of Old County Road and not BrooksRoad)
. Charter Cable & Communications
. AT&T
Task 5 - Location Hydraulic Study/Bridge Hydraulic Report
Task 5.1 Location Hydraulics Study
NV5 will prepare the Location Hydraulics Study. The Location Hydraulics Study is a preliminar study
of the base floodplain impacts, prepared in support of the Preliminary Assessment and Environmental
Document phase. The LHS is intended to identify in a preliminary level effort the potential rise in the
floodplain elevations due to the project, as necessary a hydraulic model should be ru to quantify the
potential impacts. For the Old County Road Bridge over Earl Creek the tributary watershed is less than a
half square mile and the creek has very tall banks at the bridge location. Therefore it is understood that the
lOO-year floodplain is contained within the bank with the water surface very likely below the soffit of
the existing bridge. Because of the proximity of the bridge to San Lorenzo River, the FEMA 100-year
elevation on the San Lorenzo will be considered in the LHS and the hydraulic modeling. The product of .
this effort is the preparation and submittl of a Location Hydraulics Study formatted in compliance with
Cal trans Local Assistance guidelines.
Task 5.2 Bridge Hydraulic Report
Using the hydrologic and hydraulic data previously described and the results of our Location Hydraulics
Study, NV5 will prepare the project Bridge Hydraulic Report. This report will include the appropriate
items identified in the Caltrans Local Assistance Procedures Manual, Section 11, Exhibit 1 l-E, Checklist
for Drainage Studies and Report. The Bridge Hydraulic Report will evaluate the Design Flood (Q50),
Base Flood (QlOO) and Overtopping Flood (or Flood of Record). The proposed bridge is understood to be
a clear span strcture from top of bank on each side, replacing the existing multi-span strctue withfootings within the creek banks. Flooding limits along Earl Creek are not defined on FEMA maps and a
hydraulic model for Earl Creek is not likely available. If flood flows are not defined for Earl Creek, flood
flows for the studied recurence intervals will be calculated based on regional regression equations
presented in the Caltrans Highway Design ManuaL. For each flow condition the following flow
characteristics will be investigated and defined:
. Design Flows
52Page 110
NIVI5Old County Road Bridge Replacementl County of Santa Cruz
. Water Surface Elevations
. Water Surface Profiles
. Freeboard
. Flooding Limits
. Flow Velocities
0497
Task 5.3 Drainage Design
Separate from the bridge location, there is an existing embankment failure that will be repaired as part of
the project. The embankment slipout is located approximately 550 feet northwest of the bridge along OldCounty Road. As par of the embankment repair the existing drainage inlet and 18" diameter culvert
crossing Old County Road will be reconstrcted. The replacement culvert will collect flows from the newembankent stability measures as well as the existing watershed, convey the runoff across the road in
approximately the same location, and outlet to the same point of discharge as the existing culvert. The
drainage design effort will include hydrologic and hydraulic calculations and constrction design plans
and specifications for the design ofthe replacement culvert. The technical elements of the design wil bepresented in a Drainage Design Memorandum that complies with design guidance and format of Santa
Cruz County.
Task 6 - Geotechnical InvestigationsAs a subconsultant to NV5, HK will take the lead on performing the geotechnical investigations and
preparig the geotechnical reports. The intent of the geotechnical investigations will be to provide Santa
Cru County and NV5 with a foundation report and develop bridge foundation design and roadway
strctual section parameters. The investigation will also include a preliminary evaluation of the 150 to
200 foot long slip out north of Brooks Road and provide design criteria and recommendations for a CIDH
soldier pile retaining wall to stabilize and widen the outboard edge of the road.
Task 6.1 Desk Study
HKA will review available information pertinent to the site and geological environment. This involves a
search through records, maps (topographic and geological), and other information which is relevant to the
geology, history, and present condition ofthe project site. This task includes site reconnaissance to
characterize surficial site conditions, geologic mapping and preparations of geologic sections of the
bridge abutment site and slipout site as part of the preliminary analysis of the geology. This work willassist in determining the location of field test borings for evaluation of stability of slopes and
development of foundation design parameters.
Task 6,2 Field Exploration Program
Based on the project objective to replace the existing bridge and HK's familiarity with subsurface soil
and bedrock conditions at the project site, HK wil perform five (5) borings. Three (3) borings will besited at the new abutment locations on the east and west sides of the bridge and two (2) borings wil be
drilled at the slipout site. The borings at the bridge site will be drilled through the overburden soils and
20 feet into the sandstone bedrock or to a depth of 50 feet whichever is the lesser requirement. The
Page 111
52
NIVI5Old County Road Bridge Replacementl County of Santa Cruz~ ..ERTCAlJfV.E
0498slipout borings will be drilled to a depth of 10 feet below the estimated bottom of proposed CIDH holes
unless drlling refusal is encountered.
The field exploration work will begin upon completion of a topographic survey ofthe project site and
creek slopes. Sampling will be in general accordance with industr standard procedures wherein split-
barrel samples are obtained. Four samples will be retreved in the upper 1 (f feet of each boring (within
overburden soils) and at intervals of 5 feet thereafter.
In addition to the split-spoon samples HK will also collect rock cored samples. Selective specimens
from these retreved samples wil be used to perform strength testing (traxial shear, direct shear and
unconfined compression) as appropriate. HK will also observe and record groundwater levels during
and after drilling.
Once the samples have been collected and classified in the field, the boreholes wil be backflled with acement-bentonite slurr to seal the hole and help avoid cross contamination and/or limit the possibility oflocalized void formation in the subsurface earth materials.
Based on HK's preliminary site reconnaissance of the bridge site, test boring locations at the proposed
abutment locations and slipout site will be accessed from Old County Road. It will be necessary to have
the gate opened at the east end of Old County Road to allow access to the east abutment site and slipout
site.
HK wil contact Underground Service Alert (USA) for location of utilities in public easements.
Location of private lines which may cross the project site is not part of the USA or HK scope. All
private lines should be marked by others prior to commencement of drilling. HK will provide traffc
control while performing test borings located within the roadway. HK will also take reasonable efforts
to reduce damage to the project site, such as rutting of the ground surface. However, it should also be
understood that in normal course of our work some such distubance can occur. HK has not budgeted to
restore the site beyond backfllng the boreholes made as part of the field exploration. If there are any
restrctions or special requirements regarding this site or exploration, these should be known prior to
commencing field work.
Task 6.3 Laboratory Testing
Test samples wil be tested in HK's laboratory or a certified laboratory to determne physical
engineering characteristics. Testing will be performed under the direction of a geotechnical engineer and
will include visual classification, moistue content, dry density, Atterberg Limit, and strength tests
(traxial, direct shear, unconfined compression), as appropriate.
Task 6.4 & Task 6.5 Engineering Analysis & Report Laboratory Testing
The results of the field exploration and laboratory programs will be evaluated by a professional
geotechnical engineer. Based on the results ofHKA's evaluation, an engineering report will be prepared
that details the results of the testing performed, provides logs of test boring (LOBT), and a diagram of the
sitelboring layout. The report will include the following:
52Page 112
NIVI5Old County Road Bridge Replacementl County of Santa Cruz
. Geologic mapping of the bridge site and slip out site; 0499Geologic hazards evaluation;
Computer generated boring logs with soil stratification based on visual soil classification;
Groundwater levels observed durng and after completion of drilling;
Boring Site Plan;
Subsurface exploration procedures;
Encountered soilledrock conditions;
Summary of engineer's observation of the existing conditions at both sides of the river banks
at the proposed abutments and the slipout site;
Slope stability analysis of existing slope configuration at the bridge abutments for long term
conditions;
Scour potential;
Analysis for bridge foundations;
Analysis for proposed CIDH soldier pile retaining wall to stabilize and widen the outboard
edge of the Old County Road north of Brooks Road.
General discussion of the geotechnical and geologic conditions at the abutments and slipout
site
.
.
.
.
.
.
.
.
.
.
.
.
Task 7 Bridge Preliminary Engineering, Type Selection & General
Plan (RFP Task II.B/II.C)
NV5 will plan, design, and coordinate the required preliminary engineering documents needed to scope
the extents of the project. This task will include the analysis of three bridge replacement alternatives, the
preparation of a Bridge Type Selection Report, and the preparation of a 30% plan set and estimate of the
preferred project alternative. Portons ofthe 30% plans will be used as figures in the project
environmental clearance documents to describe the proposed project.
Task 7.1 Bridge Type Selection Report
hiformation taken from our research and Task 2 will be used to assist us in determining the best project
alternative for replacing the existing bridge. In Coordination with the County, NV5 wil provide the
necessary alternative analyses and tye selection services necessary to select the most appropriate road
alignment and bridge replacement tye and prepare the Bridge Type Selection Report. Upon completion
of our analysis, we wil produce and submit a report recommending the preferred roadway alignment and
bridge replacement tye to Santa Cruz County and Caltrans for review and selection.
NV5 will analyze three bridge replacement alternatives:
. Cast-In-Place Conventional Reinforced or Post-Tensioned Concrete Box Girder
. Steel Plate Girder with Composite Deck
. Precast Prestressed Concrete Girder Types with Composite Deck (subject to delivery and
placement method review)
pageõ2
NIVI5Old County Road Bridge Replacementl County of Santa CruzNr VERlCALFII(E
0500
The substrcture tyes anticipated are concrete diaphragm abutment walls and seat walls on piles or
spread footings. NV5 will weigh the advantages and disadvantages associated with each of these bridge
tyes to determine the most appropriate bridge replacement tye. A General Plan Sheet wil be prepared
to convey each bridge alternative. The vertical profile and horizontal alignment of each bridge alternative
will be based upon the hydraulic information and preliminary roadway geometries developed by NV5.
The Highway Bridge Program requires the replacement bridge strcture to pass the storm of record, 50
year storm flow plus 2 feet of freeboard, or the i 00 year storm, whichever requires the highest bridge
soffit elevation. A narative description addressing pertnent information about each bridge alternative
will be provided in the tye selection report. A cost estimate for each alternative wil also be prepared.
Costs will be preliminary and will be prepared in accordance with Caltrans Standard Planning Study Cost
Estimating practices based upon cost per square foot.
Upon completion of our alternative analysis, NV5 will prepare a Bridge Type Selection Report. This
report will include a General Plan Sheet for each ofthe bridge replacement alternatives, as well as a
preliminary layout sheets showing the roadway alternatives plans and profiles. NV5 will prepare final
PS&E project plans based on the selection of a preferred alternative by the County and the approval of theBridge tye Selection Report.
A draft version of the Bridge Type Selection Report wil be submitted to the County and Cal trans for
review and comment. Upon receipt of the comments of the draft report, NV5 will prepare a final BridgeType Selection Report.
Task 7.2 General Plan
Upon receipt of wrtten documentation from Santa Cru County identifying the preferred bridge tye forthe project and the approval of the Bridge Type Selection Report, NV5 wil prepare preliminary roadwayand bridge plans (General Plan) fot: the selected project alternative (one alternative). The preliminary
plans wil consist of:
. Title Sheet
. Preliminary Typical Sections
. Preliminary Roadway Plan and Profie Sheet
. Right-of-Way Constraint Exhibit
. Preliminary Bridge General Plan Sheet
These preliminary plans will provide enough data to convey a complete scope of the project. All of the
plans will be prepared in accordance with the Caltrans Local Assistance Procedures ManuaL.
Concurent with the development of the 50% plans, NV5 will prepare a preliminary constrction cost
estimate. Costs will be estimated for approximate quantities of roadway materials and strctual bridge
items. The cost estimate spreadsheet will be developed using Microsoft ExceL.
Page 114
52
NIVI5Old County Road Bridge Replacementl County of Santa Cruz
Task B Final Design & PS&E Development (RFP Task II.B/II.C/II.E)0501
After the environmental documents have been approved and acceptance has been given on the
Preliminary Plans, NV5 wil begin the design work and preparation of the PS&E. This phase will include
the development of the bridge and roadway plans which will be prepared in accordance with the Bridge
Design Details Manual and the Highway Design Manual as published by Cal trans. This phase will also
include the preparation of Special Provisions to accompany the State of California Standard
Specifications.
The initial step of the final design phase wil be the development ofthe intermediate (50%) submittal of
the plans, special provisions, and estimate (PS&E). Permanent repair of the existing slipout on Old
County Road wil also be engineered and individual plans and an estimate of costs may be submitted for
Public Works staff evaluation.
500/0 Preliminary Plans, Special Provisions & Estimate Criteria
Concurrently with the design efforts for your project, NV5 will prepare the 50% PS&E. This phase will
include the development of the bridge and roadway plans, the individual slip out repair concept includingroadway layout, drainage and potential signing and strping requirements. These plans will be prepared in
accordance with the Bridge Design Details Manual, the Highway Design Manual as published by Caltrans
and the County's Standard Design Criteria. This task wil also include the preparation of Special
Provisions to accompany the State of California Standard Specifications and the County Special
Provisions. Environmental mitigation measures, as required, will be incorporated into the development of
these documents.
Plans
The plan sheets wil be prepared in English units. NV5 intends to use AutoCAD Civil 3D. We willdevelop our drawing fies using Santa Cru County's standard sheet format. We anticipate roadway
layout plans to be at a scale of 1"=40' or 1"=20', and roadway constrction details to be at a scale ofI "= I 0' unless otherwise requested by the County. Bridge plans will be at the required feet and inch
scales.
Plans for all submittals for both the bridge site and the Old County Road shpout will include the
following:
. Title Sheet & Key Map
. Roadway Typical Cross Section Sheets
. Roadway Plan and Profie Sheets
. Constrction Detail Sheets
. Temporar Erosion/ollution Control Sheets
. Roadway Drainage Plans
. Utility Plans
. Signing and Strping Plans
. Traffic Control Plans
Pagel ~2
NIVI5Old County Road Bridge Replacementl County of Santa Cruz
. Bridge General Plan
. Bridge Foundation Plan
. Abutment Detail Sheets
. Bridge Typical Section Sheet
. Bridge Girder Layout Sheet
. Bridge Railing Plan
. Slipout Repair Plans
. Log of Test Borings Sheets
Special Provisions
0502
NV5 wil use the most current version of the Standard Special Provisions available from Caltrans, May
2006 (or 2010 version), and will revise the Standard Special Provisions to meet the requirements for these
specific projects. The special provisions document will be developed using Microsoft Word.
Cost Estimate
Along with the plans and special provisions, a detailed constrction cost will be developed for both the
primary bridge site and the Old County Road Slipout. A Marginal Estimate will be prepared as an
estimate of probable constrction cost for the combined project. The estimates will be based on quantity
take-off calculations performed and checked by the designer and unit cost information for each of the
items listed. The unit cost data will be based on past relevant experience with similar projects; including
any Santa Cru County constrction cost data, and the latest version of Contract Cost Data as prepared by
Caltrans.
Task 8.1 50% Bridge/Structural Design
NV5 will prepare a full strctual design on the selected bridge alternative identified in the Bridge Type
Selection Report. The design will be conducted in accordance with:
. Cal trans Bridge Design Manuals
. AASHTO LRFD Bridge Design Specifications with 2006 mterims and Caltrans Addenda
(Blue Sheets)
. Caltrans Seismic Design Criteria
A detailed description ofNV5's bridge design sub tasks follows:
Superstructure Design
The superstrcture will be designed to meet LRFD requirements specified by Caltrans. Vertical loads will
include HL-93, Permit, and Alternative Vehicle live loads as well as prescribed dead loads. The seismic
design will adhere to the requirements specified in the Caltrans Seismic Design Criteria and the Caltrans
Memo to Designers ManuaL. The analysis of the bridge superstrcture will utilize the CT Bridge computer
program for live loads, used by Cal trans.
52Page 116
NIVI5Old County Road Bridge Replacementl County of Santa Cruzi'TE VERTCALfJVE
Substructure Design 0503
The support reactions from the superstrctue will be used to design the substrcture components. Thesubstrctue system will incorporate strcture movement, drainage, strctue approach, and seismic
requirements. The substrcture items wil be designed in accordance with the Cal trans Bridge Design
Specifications Manual for vertical loading and lateral loading.
Seismic Design
After member sizes have been determined during the Superstrctue and Substrcture designs, NV5 wil
analyze the bridge for seismic loading. Information that will be used to determne the design seismic
loads includes the maximum ground acceleration, and depth to bedrock. This information is to be
supplied by HKA. Once NV5 has obtained the site parameters, this information wil be coupled with the
strctual parameters of the bridge to determine seismic loads and reactions. . Requirements in the
Caltrans Seismic Design Criteria and the Caltrans Memo to Designers Manual wil be used to determine
the loading.
Task 8.2 50% Roadway Design (Bridge)
NV5 wil refine the selected horizontal and vertical roadway alignent developed in our 50% submittalpackage. NV5 wil design roadway cross sections and constrction details as part of this task. Detailed
earthwork calculations wil be performed as well. Drainage systems and constrction staging
requirements will also be developed.
Task 8.3 50% Slipout Design
NV5 will prepare a draft preliminar layout plan of the proposed slip out improvements. A field walk-
through meeting will be scheduled to verify the extent of these improvements. Preliminary design cross-
sections will be generated at 20-foot interals along the longitudinal roadway alignent to identify slopecatchpoints. Conceptual Design Plans wil be prepared and will inclU(te the layout plan of the
improvements at a scale of i" = 20 ft, and the necessary tyical sections. The layout plan will show thereplacement of a minimum roadway width to provide for daily travel including a width to accommodate
emergency vehicles. NV5 will prepare a preliminary Engineer's Estimate for this specific portion of the
overall project in a manner that the final plan set may become an individual project if determned
necessar by the County
Drainage Design - Slipout
NV 5 will evaluate the drainage runoff impacts associated with the proposed roadway slipout repair work.
This wil include addressing the potential mitigation of site overland storm flows related to the cause of
the storm damage. A technical memorandum will be produced to focus on any water related cause of the
site damage and a resulting mitigation of overland storm flow or subsurface water to arrest hydraulic
action that could compromise the repair or the contiguous roadway and properties. The site memo wil
also include the method for which water is discharged from the site during proposed repair activities,
fugitive dust control and water quality effects associated with soil erosion.
page52
NIVI5Old County Road Bridge Replacementl County of Santa Cruz~ VERTCAIVI!
Task 8.4 50% Soldier Pile Wall - Bridge Approaches 1 Slipout0504
To allow for the additional anticipated bridge width and slipout improvements, down slope roadway
width must be designed. NV5 will design the necessary strctural wall components to allow for the
added roadway width.
Task 8.5 Traffic Control Plan
Traffic Control and use of the closed portion of Old County Road are fudamental to the proj ect. NV 5
will provide sufficient engineering on the presently closed storm damaged segment of Old County Road
to allow its use as a normal functioning County road or as detour leading to Ben Lomond and State Route
9 depending upon County direction.
Phase II - Final Engineering
Task 9 - Final Plans and Special Provisions (RFP Task II.B/II.CII,E)
Task 9.1 Independent Design Check
At the 50% complete stage of the project, a comprehensive Quality Control Review of the Plans,
Specifications, and Constrction Cost Estimate will be performed by a senior staff member. In addition,
an independent bridge/slipout design check will be conducted. The independent design check will be
performed on the 50% plan set by an engineer not involved in the initial design of the project. It wil
consist of a thorough review of the Bridge and Roadway Repair Plans and Draft Special Provisions. The
design checker, for action or response, will prepare a list of issues to be addressed by the designer and a
set of independent check calculations.
Task 9.2 Intermediate Design (90% PS&E)
At this stage in project development, specific design elements will be added or amended to the bridge, the
slip out and the roadway plans based upon additional criteria and the County 50% review. Signing andstrping plans wil be furher developed to follow the specific layout required by the County and the
MUTCD. Additional special provisions edits will be applied to the working document to incorporate the
environmental process and permit criteria.
Task 9.3 Response to Review Comments/90% PS&E Revisions
Upon receipt of the County, State, and other review agency comments, revisions will be made to the
Plans, Specifications and Special Provisions in preparation for the 90% submittal package. A written
response wil be prepared by the designer addressing any reviewer or checker comments, suggestions or
proposed revisions. The project Special Provisions will also be finalized in Caltrans' standard format for
inclusion in the Bid Documents along with the boilerplate portion of the Special Provisions provided by
Santa Cruz County.
52 Page 118
NIVI5Old County Road Bridge Replacementl County of Santa CruzNO VERTCALffVlI
Task 9.4 Final PS&E Submittal (100%)0505
Design comments on the 90% PS&E submittal made by Santa Cruz County and Cal trans will be
incorporated into the Final Plans Special Provisions and Estimates, as appropriate. A complete set of
checked Plans, Specifications, and Constrction Cost Estimate wil be submitted to Santa Cruz Countyand Caltrans for final review and approvaL. The 100% PS&E wil include the following items:
. Checked Strctual Bridge Plans
. Checked Slipout Strctural Plans
. Final Roadway Plans
. Special Provisions for Constrction
. Engineer's Estimates
. Resident Engineer's Files
These final drawings, special provisions, and estimates will be prepared in accordance with the Local
Programs Manual and presented to Santa Cruz County at the completion ofthe design phase oftheproject. All documents wil be stamped and signed by a licensed civil or strctual engineer registered inCalifornia.
Phase 3 - Bidding & Construction Support (Optional)
Task 10 Post Design ServicesTask 10.1 Bidding Assistance
Bid supports servces are not curently included on our scope of services. Upon completion of the final
design phase of your project, at the request of Santa Cru County, NV5 can provide Bidding Assistance.
NV5 can assist the County in answering technical questions relative to the plans, special provisions, and
quantity estimates, and the preparation of required PS&E addendums; Bidding Assistace servces can be
supplied by NV5 on a time and materials basis. The cost of these optional servces is provided in the
attched Fee Schedule.
Task 10.2 Construction Support
Constrction support services are not included in our scope of services. NV5 however is available to
provide these servces and can provide Santa Cruz County a scope and fee proposal once the project is
ready for constrction. Typical services NV5 provides for this task include:
. Responding to contractors' requests for information
. Reviewing contractor shop drawings
. Reviewing contractor requested change orders
. Making field visits to the constrction site
. Preparing as-built drawings based on Resident Engineer's red lines at the completion of the
project
Page 1152
Attachment 0 0506
NOLTE ASSOCIATES, INC.
Santa Cruz County - Old County Road2011/2012 Charge Rate Schedule
Office:Technical Services
Engieerig Aide/Plannig Aide .,",.".""................"....."''''''',,.,'''''''.'..............."...........".",'.... $70.00/hourProject Assistant".,.,,,,., ,,,.... .......... "'.... ."'"'. ''''''.'. ...".. .... ......... ......"' .."'.."'.,'" ........."'. ."'.. "".. ...... ...,." $85.00/hour
Project Admistrator "'.."''',.".,....,....,,,.. ..........."'.. ''',.".. '''''''' "...."...."..."'... ".,.,.."...... ...."'" '''..".. $100,00 /hourCADD Techncian I....,.....".... ",,,"'",,,,,,,,.,,...,,. ......."... ,""""""","",,,,. .,.,. "'....."."'"',.,.."."....."'".'.. ,,$90.00 /hourCADD Technician II .,',..,'..'........'...,............,',.,..,.,.,.,..............'..............''''..''.....'.....''''..'..'...,.. $95.00/hourCADD Techncian II............"""''''',..."'',.".,,.................,,"'.,,.,"""'".,..,'"........,""''',........"."',." $100.00/hourSenior CADD Techncian/Designer"""....................,.,"'.""..,'''',."...,.,....,,,..,.,...,..,,.....,,"""'" $110.00/hourDesig Supervsor", ..,"'."'"..................."'..."'.",.."..",,."...........................""',,",,...... ".."'"',,,........."' $120.00/hour
ProfessionalJunior Engieer/Planner/Sureyor ,.".................,,,.,",,."',",.,,.,''''.....,,......."',..,.,'"........,"',....".... $90,00/hourAssistant Engieer/Planner/Sureyor ..."........"."""""'..''''''''''"...,,........,,"','',....,,........,,"....'.. $100,00/hourAssociate Engieer/Planner/Sureyor ""...'......................."'"'....,"".................""'"'""....."'"',,..' $120.00/hourSenior Engieer/Planner/Sureyor...... .... ".,"" .,,"" ......... .... ....... .......","'.'.".,,,. ......".".. "......... $155.00/hourManager ......''''''...................."...'''.."."..."....",..........,,,"'."....,,...,......,,........."'.,",.,.............."......... $188.00/hourStrctual Engieer .'.............."'"',.".,.,,,.,,".,,,,....................,,,.".,"".'''"................"',.,''........,.."'.,,'' $210,00 /hourAssociate..... .........." -0".,,,,,,,,..,, ............."'...."."'.,'... "....... ......... .........."',,,.,,.' .... ........."'.., ,.."...... "'..., $225.00/hour
Pricipal", '''' ... ,.......... "..,. '''."..."..... ....'.... ". "."",,,. ,. ,,,...,,,,............,,............ ,,,..,,.,..... ........,.., "....... $225.00/hour
Field:Surveying (Prevailing Wage)
I-Person Surey Crew (GPS) (Robotic).".""......."'.""""...,."'''"...."".....""....."''''."""""""""... $185.00/hourI-Person Surey Crew.",,,,,......................,""'""',.,,........................"..""""'.,.,........."'"''''',............ $140.00/hour2-Person Surey Crew.".......................""",,..............."'........,.""""',.,."'"............,,,.."'........,.,,.... $238.00/hour3-Person Surey Crew.....""".........................,.,',,..,...........................,."',...,",.""....."'..."',,.......... $345.00/hour
Expenses:Plottg and In-house Reproduction."..............."'"'''"."'''''''"...,,..............."'"',.,""........"'".............1.10 x CostSubsistence,,,............."'..,.,,.........................""'."'............................,"'".,.,""',,.........,,,..,,.,,........."'.,.,,. 1.10 x CostOther Expenses - Includig Subconsultants & Purchased Servces though Subcontracts.. 1,10 x CostMieage - Outside local area .."......................"'....,""......................."'...."'".............."."" Per accepted IRS rate
Rates are effective though December 31, 2012, If contract assignent extends beyond that date, anew rate schedule wi be added to the contract. Litigation support wil be biled at $300.00 per hour,Rates based on "Prevaig Wage" (PW) for Construction Management and Sureying wil be
determied by Project and County per California law.
5 2ective 1/1/2011
W:/Charge Rate Schedules/201 1 Rates/Santa Cruz County Charge Rate.doc
,@i8O
EXHIT 10-01 Local Agency Proposer UDBE Commitment (Consultant Contracts) 0507 I
NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF TilS FORM
LOCAL AGENCY: County of Santa Cruz LOCATION: Santa Cruz County, CA
PROJECT DESCRITION: Old County Road Bridge Replacement Project-Federal No. BRLO-5936 (089)
PROPOSAL DATE: July 26,2011
PROPOSER'S NAME: NV5, Inc.
CONTRACT UDBE GOAL (%): 2.92%
WORK DESCRITION OR SERVICES TO BE UDBE CERT NO. NAME OF EACH UDBE PERCENTITEM NO, SUBCONTRACTED (or contracted if AND EXPIRATION (Must be certified at the time PARTICIPA nON
the proposer is a UDBE) DATE proposals are due - include UDBE OFEACHUDBEaddress and Dhone number)
Egret, Inc.
Environmental27903 30 El Camino Real
1.6%2/1/13 Vallejo, CA 94590
707.556.9600
WRCO1243 Alpine Road, Ste 108
Hydraulics 30066 1.6%Walnut Creek, CA 94596925.941.0017
For Local Agency to Complete:
Local Agency Proposal Number: Total Claimed UDBE
Federl-Aid Project Number: BRLD- 513(; (D89) Commtment 3.2 %
Federal Share:i ACl31 582-
Proposal Date: :r u l~ 7-",. 2-D I1
-Æft;Signature of Proposer
Local Agency cerifies that the UDBE cerfications have been verified and all July 26,2011 408.392.7200information is complete and accurate/unless noted otherse. Date (Area Code) Tel. No.
Uf" :r ßo.ll~ ~- lt~ 1t-5-1/ Mike Pugh, PE, SEPerson to Contact (please Type or Print)
Print Name Signature ~ DateLocal Agenc Representative
(Area Code) Telephone Number: (s ~ f) 4 54-).39) Loal Agency Proposer UOBE Commitment (Consultant Contrncts)(Rev 6/27/09)
Distribution: (i) Orginal - Local agency fies
52
..u~EXHIT 10-02 Local Agency Proposer DBE Information (Consultant Contracts) 0508
NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF TilS FORM
LOCAL AGENCY: County of Santa Cruz LOCATION: Santa Cruz County, CA
PROJECT DESCRITION: . Old County Road Bridge Replacement Project-Federal No. BRLO-5936 (089)
TOTAL CONTRACT AMOUNT ($): Included in "Current Fee Schedule" envelope t 403, li8t.
PROPOSER'S NAME: NV5 Associates, Inc.
WORKITEM NO.
DESCRIPTION OR SERVICES TO BE DBE CERT NO,SUBCONTRACTED (or contracted if AND EXPIRATIONthe proposer is a DBE) DA TE
279032/1/13Environmental
Hydraulics 30066
DOLLAR AMOUN T OFEACH DBE
NAME OF EACH DBE
(Must be certified at the timeproposals are due - include DBEaddress and phone number)
Egret, Inc.
30 El Camino RealVallejo, CA 94590707.556.9600
WRCO1243 Alpine Road, Ste108, Walnut Creek, CA94596,925.941.0017
$6,400
$6,500
For Local Agency to Complete:12,900
Loal Agency Contract Number: C W I '3 c; 8C: ,
Federal-Aid Project Number: ß RL.- 5 '1 :3 L: (tJf5)
Federal Share: t Aß"3, 58l-
Contarct Award: j( - 1. '5 - ( I
Local Agency certifies that the DBE certifications have been verified and allinformations is complete and accurate,
7;'r :r 8ø._.'11~Print NameLoal Agency Representative
~~R~Signatu~
I/)- 5-1 (Date
(Area Code) Telephone Number:
For Caltrans Review:
DatePrint Name SignatureCaltrs Distrct Local Assistace Engineer
Total Claimed DBEPartcipation
$
-3. Z- %
,
~f ;;Signature of Proposer
July 26, 2011Date
408.392.7200(Area Code) TeL No.
Mike Pugh, PE, SEPerson to Contact (Please Type or Prnt)
Local Agency Prposer DBE Informtion (Consultant Conttrcts)(Rev 6/27/09)
Distribution: (I) Copy - Fax or scan a copy to the Caltrns Distrct Loal Assistance Engineer (DLAE) within i 5 days after contrct execution.
Failure to send a copy to the DLAE within IS days after contrct execution may result in deobligation of funds for this project(2) Original - Local agency fies
52