Loading...
HomeMy WebLinkAboutRESOLUTIONS - 01011969 - 69-532 .. .................................................................................................................................................................................................. IN J.55.... BOA?1D OF SUPERVISORS OF COFTRA COSTA. COUNTY, STATE OF CALIFORNIA A In the Matter of Certification } concerning the selection of a ) Consultant for soils engineering ) RESOLUTaON NO. 69/532 work on -pan Pablo Ilam Road Slide, } Project No. 0961-6 .87-69, '1 Ori.nda - El Sobrante Area. } WY12REAS this Board understands that there is available to this County Federal funds under Section 125 of Title 23 U. S. Code for the repair and restoration, of flood damaged Federal-aid Secondary highways which occurred between January 17 and March ;, 1969; and WHEREAS this County has suffered damage to Federal-aid Secondary highway Route 794 between FAS mileposts 4.10 and 4.60 (also known as being at Stations 225, 236 and 250) otherwise known as San Pablo Dam Toad in the County Road System of this County and desires Federal Bund participation in the cost of such repair and restoration; and iHEREAS Contra Costa County has insufficient engineering personnel to design the replacement facility within a reasonable time considered to be in the public interest and has contracted with the farm. of Dames and Moore , Consulting wgineers, 500 Sansome Street, San Francisco, California for the performance of engineering services it accordance with the attached contract; and WHEREAS as a condition of obtaining; Federal funds assistance in the performance of the work described in said contract the State Highway department is required by the U. S. Secretary of Transporta- tion through its Bureau of Public Roads to execute a certificate regarding-, the employment of consultants for engineering services, to the effect that any such consulting firm or his representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this contract to (a) employ or retain, or agree to employ or retain, any firm or person, or (b) pay, or agree to pay, to any firm, person or organization any fee, contribution, donation, or consideration of any kind., NOW, THEREFORE, BE IT RESOL' ED by the Board of Supervisors that the County of Contra Costa does hereby certify that the above consulting firm or his representative has not been required., directly or indirectly as an express or implied condition in connection with obtaining or carrying out this contract to (a.) employ or retain, or agree to employ or retain, any firm or person., or (b) pay , or agree to pay, to any firm, person or organization any fee, contribution, donation or consideration of any kind, and that the State Highway Department is hereby authorized to execute a certificate to this effect on behalf of the County of Contra Costa and RESOLUTION NO. 69/532 BE FURTHER ESOL'0ED that i.: making this certification t'_-,.e Count; agrees to hold the State Highway Department and the State harmless from any liability vWhic:r may be established in the event any of the above staterents are not true and correct. PASSED AND ADOPTED this 19th day of August, 1969 by the following vote of the :Board: sS: Supervisors James P. Kenny, Alfred Tl. Dias, Thomas John Coll, Edmund A. Linsche-.d, James E. Moriarty. NOES : None. ABSENT: None . RESOLUTION O. 69/532 __.... .....:. ........... ............ ......_.. _.... ..... ..._...._....._....__...._ .......... ___ _.. _...... _. ......_ ............ _..._... ......... ...................._.......... . .................................................................................................................................................................................................................................................... ..... ........_. ......... ......... .......... ....... _ _ _ ..._.. ,.... ._. ... .: w w ...t _ ,. .. AGREEMENT FOR PRELIMINARY ENGINEERING SERVICES SAN PABLO DAM ROAD Federal -Aid Emergency Relief Project 4-CC-794-CR-ER-562 (3) , San Pablo Dam Road, 0961 -64,87-69 , Contra Costa County. Character of Proposed Improvement - Reconstruction of road and/ or realignmentslide repair. ) THIS AGREEMENT dated August , 1969, between the County of Contra Costa, a political s-ubdivision of the State of California , whose offices are located at 651 Pine Street , Martinez, California , 94553, hereinafter known as the COUNTY ; and Dames and Moore , Consulting Engineers in the Applied Earth Sciences , a partnership, located at BOO. Sansome Street, San Francisco, California , 94111 , hereinafter known as the CONSULTANT. WITNESSETH , that in consideration of the covenants and agreements hereinafter stated, the Consultant hereby agrees to perform the re- quired soils and geological investigation leading to a recommendation for the proposed repair of three slide areas of San Pablo Dam Road between FAS mileposts 4. 10 .and 4.60 ,. (also known as being at Stations 226, 236 and 250). as follows : 1 . Consultant shall furnish and perform the following services : (a) Gather, review and analyze all applicable existing data In the files of both the County and Consultant .related to the project. (b) Based on the above , test borings , piezometer instal - lation soil sampling and testing, 'and seismic survey work will be conducted by Consultant , or by others hired by him to provide such specialized services , leading to a recommendation of alternative methods to rebuild the damaged sections of the subject road. (c) Arrange for the grading of pioneer roads , as necessary, to 'allow testing equipment access to the project area. 01:$ �, .*�-. "♦ i (d) Furnish a report for each of the slides , in six copies , to County showing the findings of the in- vestigation and the possible alternate corrective measures for the project, including an evaluation of the economic aspects of the proposed alternatives . Such report shall also include a record of field notes and boring logs , all design calculations and analyses , drawings and estimates . (e) In the event that it becomes necessary for the State of California, hereinafter known as STATE , ' or the County to have special field inspections or meetings with the Consultant, Consultant shall make himself available for such field inspections or meetings , when requested. {f) The Consultant shall maintain books , documents , papers , accounting records ,- and other evidence pertaining to costs incurred and to make such materials available at his offices at all reasonable times during the contract period and for three years from the date of final payment under the contract , for inspection by ` the State , the Bureau of Public Roads , or any authorized representatives of the Federal Government and copies thereof shall be furnished if requested. (g) All tracings , plans , specifications and maps obtained or prepared as part of the Consultant `s work under the provisions of this contract shall be delivered to and become the property of the State. Basic notes , sketches , charts , calculations and other data obtained or 'prepared under this contract , shall be made avail - able, upon request , to the Stats without restriction or limitation on their use-. 2 . 2. County shall furnish and perform the following services : (a) All field surveying necessary for and the preparation of topographic maps to show the existing condition of the project area. (b) Secure permits for access to the old San Pablo Dam Road, now used by the East Day Municipal utility District as a patrol road, and adjacent areas for the purposes of test borings and soil sampling . (c) Provide the customary cooperation to Consultant in the course of performance by Consultant of his obligations under this Agreement. 3. The studies shall take into consideration and comply with all requirements of the State and the Bureau of Public Roads and shall be presented in the form of engineering reports signed by a licensed professional civil engineer. 4. Work provided for in this Agreement shall not be started until Consultant is notified in writing by County. Consultant shall complete the performance of it's obligations under this Agreement not later than 90 .calendar. days following notification to proceed from County, unless an extension of time is granted, in writing , by the County Public Works Director, which said extension of time , if any, shall be granted only for causes determined in the sole discretion of the County Public Works Director to be good and . sufficient cause for such extension. S. (a) County agrees to pay to Consultant , and Consultant agrees to accept payments based on Consultant' s Standard Schedule of Charges for Services and equipment (a copy of which is attached hereto and marked Appendix 8) . The total amount of such pay- ments for investigation and reports shall not exceed Eighteen Thousand and no/1.00.t.hs Dollars ($ 1,8,000). without prior approval in writing by the County Public Works Director. 69/ 56 " 3 - ..... ...... ...::... 5 . {b} The Consultant shall show his charges separately for each slide location within the project area. (c) The State shall reimburse the County for such payments to Consultant to the extent permitted under Sections ( 120 (p) and 125 of Title 23 , U. S . Code. The County shall not be reimbursed by State for any payments made under this contract , which ars not collectible from the Bureau - of Public Roads . (d) Consultant shall maintain books , documents , papers , accounting records and other evidence pertaining to costs Incurred and to make such materials avail - able at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract , for Inspection by the State, the Bureau of Public Roads , or any authorized representatives of the Federal Government and copies thereof shall be - furnished if requested. 6. Consultant warrants that he has not employed or retained any company or person , other than a bona fide employee working solely for the Consultant , to solicit or secure this contract , and that he has not paid or agreed to pay any company or person , other than a bona fide employee working solely for the Consultant , any fee , com- mission, percentage, brokerage fee,. gifts or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the County shall have the right to annul this contract without liability , -or, in its discretion to - deduct from the contract price or consideration , or otherwise re- cover, the full amount of such fee, commission, percentage , brokerage fee, gift, or contingent fee. 7. The right is reserved by the County to terminate the contract at any time upon written notice , in the event the project is to be abandoned or indefinitely postponed , or in case the Consultant ' s services , in the judgment of the County, are unsatisfactory; or be- cause of the Consultant's failure to prosecute the work with diligence 4 - or within the time limits specified , or because of his disability or death . in any such case the Consultant may be paid the reasonable value of the services rendered up to the time of the termination on the basis of the payment provisions of this con- tract. if the services of the Consultant are terminated for fault on his part , the County may procure the completion of the services or work in such manner as it deems best and shall charge to the Consultant any excess cost over that provided for in the contract or any damages the County may sustain by reason of the default . 8. The Consultant shall comply with all Federal , State and local laws , ordinances and regulations applicable to. the work. Reference is made to Appendix A of this Agreement . The Consultant shall procure all licenses , permits , etc. , necessary for the ful - fillment of his obligations under this Agreement . 9 . The contract further provides that the Consultant shall not engage the services of any person or persons now in the employ of the State of California, or County, for work covered by the terms of the contract without the written consent of the employers of such persons . 10 .. No change in the character or extent of the work to be per- formed by the Consultant shall be made except by ,supplemental agree- ment in writing between the County and the Consultant. The supple- mental agreement shall set forth the changes of work, extension of time for preparation and adjustment of the fee to be paid by the County to the Consultant , if any. 11 . duly authorized representatives 'of the State, County and Federal Government shall have the right of access to the Consultant 's plans and files -and records relating to the projects included by this Agreement. Such materials will be available at the Consultant' s San Francisco office or in the offices of the County Public Works Depart- ment , Martinez,. California. 12 . Consultant shall not assign , sublet or transfer this Agree- ment , or any part thereof, without the written consent of the County, nor shall the Consultant assign any monies due or to become due to him hereunder without the previous written consent of the County. 5 13. It is expressly understood that in the performance of the engineering services herein provided for Consultant shalt be , and is an independent Consultant, and is not an agent or employee of County. Consultant has and shall retain the right to exercise full control and supervision of the services , and full control over the employment , direction, compensation and discharge of all persons assisting Con- sultant in the performance of said engineering services hereunder. Consultant shall be solely responsible and save County harmless for all matters relating to the payments of his employees including compliance with social security, withholding and a] I other regulations governing such matters . ik. The Consultant , in advance of performing any work under this Agreement , shall , at no expense to the County, furnish to County certificates or other acceptable evidence as to his being insured for public liability and property damage providing for a' limit of not less than Two Hundred Fifty Thousand Dollars {$250 ,.000.}. for all damages arising out of bodily Injury or death to any one person and a total - limit of not less- than Five Hundred Thousand Dollars 0500 ,000) for all damages arising out of bodily injuries to or death of two or more persons in one accident or occurrence , and property damage liability insurance providing for a limit of not less than Fifty Thousand Do l l a rs ($50,.0.013.).. 15. All ' controversies arising out of the work which cannot be settled by mutual agreement will be decided in the manner provided by law. IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed in triplicate by their duly authorized officers . COUNTY OF CONTRA COSTA ENGINEER: Dames and Moore Consulting Engineers in the Applied Ea th Scie s By BY JA S E. MORIARTY, airman Board of Supe ry i so s :",�' dt� ATTEST : ATTEST: WALTER T. PAASCH, County Clerk B y .. .... ---- Deputy Date 9 1368 Date PT D .. ....... ........ APPROVED AS TO FORM: JOHN B. CLAUSEN, Acting District Attorney By Depu y ATTACHMENTS: APPENDIX A - Compliance to Federal , State.' S "County: Regulations APPENDIX -6 - Schedule of Charges Dames and Moore. *APPENDIX C - Certifications *NOTE.: The Certifications on Appendix C , attachet hereto, shall .be executed by the signato-ries representing the parties to this Agreement.. 6915 _.. ..... _ ......... ........... ......... ......... ......... ............. ............. ........................ :. .. APPENDIX A Sheet I of I Turing the performance of this contract, the contractor, for itself, its assignees and successors in interest (hwreinafter referred to as the "contrac- tor"), agrees as follows: (1) Compliance with: Regulations: The Contractor will comply with the Regulations of the Department of Commerce relative to nondiscrimina. .,, tion in federally-assisted programs of the Department of Commerce (Title 15, Code of Federal Regulations, Part 8, hereinafter referred to as the Regulations), which are herein incorporated by reference and madeapart of this contract, '($) Nondiscrimination: The contractor, with regard to the work performed by it after award and prior to completion of the contract work, will not discriminate on the ground of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate either directly or indirectly in the discrimination prohibited by Section 8.4 of the Regulations, including employment pr etices when the con- tract covers a program set .forth in Appendix A-ft of the Regulations, (3} Solicitations for Subcontracts, Including Procurements of Xaterials and Equipment: Tn all solicitations either by competitive bidding or negoti- ation made by the contractor for work to be performed under a sub- contract, including procurements of materials or equipment, each potential subcontractor or supplier shall be notified by the-contractor ''of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the ground of race, color or national origin. . . (4) Information and Reports: The contractor will provide all information and reports required by the Regulations, or orders and instructions issued pursuant thereto, and will permit access to its boobs, records, accounts, other sources of information, and its .facilities as may be determined by the State Highway Department or the Bureau of Public Roads to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required-of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the State Highway Department, or the Bureau of Public Roads as appropriate, and shall set forth what efforts it has made to obtain the information. (b) Sanctions for Noncompliance: In the event of the contractor's noncom- pliance with the nondiscrimination provisions of this contract, the State Highway Department shall impose such contract sanctions as it or the Bureau of Public Roads may determine to be appropriate, including, but not limited to, (a) withholding of payments to the contractor under the eo atract until the contractor complies, and/or (b) cancellation, termination or-suspension of the contract, in whole or in part. (6) Incorporation of Provisions; The contractor 'will include the provisions of paragraph (1) through (6, in every subcontract, including procure- ments of materials and leases of equipment,unless exempt by the Regu-. lations, order, or instructions issued pursuant thereto. The contractor will take such action with respect to any subcontract or procurement as the State Highway Department or the Bureau of Public Roads may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, howevor, that, 'in the event a contractor be- comes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the State to eater into such litigation to protect the interests of the State, and,is addition, the contractor may rerc*,est the united States to anter into such litigation to protect the interests of the United States. FORM M-M-51 4/67 - . Sheet I of 3 Dames Moore SCHEDULE OF CHARGES { Personnel ( including secretarial and clerical services) Senior Resident Partner --_-----__-____ ..____--__:.--------------$50.00 per hour Resident Partner _..----.._____________ _ ___________ per hour Associates ...----- _-----.._-__-_.._______,»...-___--r-----------------$35.00 per hour Senior Engineer --•----__-..w__..----_-:-------__-----_--.----__------$3I .00 per hour Project Engineer ------------------------------------------------$25.00 per hour Staff Engineer - $20.00 per hour Assistant Eng i neer - --,---_-...--_-----....-----------------------. $16.50 per hour Engineering Aide -_-_____--__-- .........-----_-----..___-_......._.�-----$13«t3fl per hour Laborator Tests ( incluin ersonnel and e, ui Ment charges) .14o i sture-Density Test -------------.------.._.----------------------S 2.50 per unit Compaction Curve Test (4-inch-diameter mold) __.....----- ----------- $50.00 per unit ` Specific Gravity fest --�_..___---.._-- -- -- -- ------------------.. .. .... .. $10.00 per unit . Sieve Analysis Test (+200 only) -------------------------------$20.00 per unit Hydrometer Analysis Test (-200 only) ----------------------------$30.00 per unit Atterberg Limits Test (LL PL) ------_------------------------;__$30.00 per unit Free Swell Test --------------w---------- _ ------.._.----------$10.00 per unit Expansion Test -_w___-.._..___-,.-----------------------------....._....-$20.00 per unit r; Consolidation Test ------------------—-----,.------------- .____:._$70.00 per unit l Time Deflection Curve Test ----_-________ ___.: -------$10.00 per unit .Unconfined Compression Test ---------------------------$16.00 per unit Triaxial Compression: Unconsolidated-Undralned Test ---------_--$20.00 per unit Direct- Shear Test: Unconsolidated--Undrained Test ----: ---- ----$16.00 per unit Conso l i dated-Undra i ned Test -----------------$20.00 per unit' Consolidated-Drained Test--- -------------$30.00 per unit 's Equi 2ment Soil Sampling Equipment --------------------------:r_-------------$ 3.00 per hour !i Soo i l Sample Rings and Containers ----------------..--- --_--_--c.-'..__$ 1 .50 each � Field Density Testing Equipment --_. _..____.._............_....,._.........,:.-.,_-$ 0.50 per hour ` Automotive Equipment: Vehicle ..._--------------------------_--..---$14.00 per day Mileage ---------------- --------------$ 0.12 per mile j Reimbursable Costs Subcontract Costs (drilling, Backhoe, etc.) ---- -----------------At cost Miscellaneous (Printing, Long Distance Telephone Costs, Etc.) ---At'cost Physical Testing Costs (Commercial Laboratory) ------ -- .----At cost i Handlinga for reimbursable costs --- charge _..,.........,.,»....,-r---_-----$300.00. lump sum , Note: 1) Tests and charges not listed above will be quoted upon request or as required. } _ .2). The varied engineering classifications',also apply to geologists. t D#'1Mr-S 4 r,'Oo ua APAEN£ti 1 X g Sheet 2 of 3 SCHEDULE OF CHARGES FOR GEOPHYSICAL AND OTHER EQUIPMENT Vecause of the various combinations of equipment required, rates for geophysical and other equipment may be quoted for each engagement considering the equipment actually needed. to the absence of a specific rate for a specific ;fob, the rates below will be used. Ist Addni Ist Addnl Ist Addnl . ITEM Day nay Week Week Month Months Shallow Geophysical S 70 $40 $ISO $120 $33o $240 Equipment Retraction Seismograph $250 $60 $350 $180 $600 $350 Vibration and Blast $ISO $80 $300 $180 Monitoring Equipment uxp ment $600 $500 : Resistivity Equipment $ 70 $40 $ISO $120 $330 $240 Meteatological Equipment Because of the varied nature of equipment, location and use, these rates will be quoted as required. Earth deformation recorder -- $100 $75 $250 $200 $550 without casing $400 Grooved casing, with coupliags, for Earth Deformation Recording Equipment..per lineal toot . . . . . .$2.50 s aas.s iaay.s.sat t , • APPENDIX B _ Sheet 3 of 3 F I NANC l AL COND I T I ODES FOR PROJECT COSTS Statements will be issued every four weeks, payable upon receipt, unless otherwise agreed. Interest of 11 percent per month- (but not exceeding the maximum rate allowable by law) will be payable on any amounts not paid within 30 days, payments thereafter to be applied first to accrued interost and then to the principal unpaid amount. Any attorney's fees or othor. costs incurred In collecting any delinquent amount shall be paid by the Client. In the event the client makes a claim against flames b Moore, at law or otherwise, for any alleged error, omission or ether act arising, out of the performance of our professional services, and the Client fails to prove such claim, then the Client shall pay all costs incurred by Dames b Moore in'.defending Itself against the claim. in the event that the Client requests termination of the work prior to completion of' a report, we reserve the right to complete such analyses and records as are necessary to place our files in orasr and where considered by us necessary to protect our professional roputation, to complete such analyses and records as formed to dater A •torn►ination charge to cover the cost thereof In an amount not to exceed 30 percent of all charges Incurred up to the date of the stoppage of the work may, at the discretion of Dames b Moore, be made. Dames and Moore makes no warranty or representation, either expressod or implied, and none Is Included or Intended In our proposals, contracts or reports, except that our services are performed, within the limits prescribed by our clients, with the usual thoroughness and ccinpetenice of the engineering profession. Our liability to the Cl i ont for in jury or damage to persons or property arising out of work performed by the . Client and for which legal liability may be found to rest upon us will be limited to our Insurance coverage which varies accordinq to type of. . coverage but in all cases being at 1east 'S1,000,9(tO. r Sheet 1. of 2 APPENDIX CERTIFICATION OF THE COUNTY OF CONTRA COSTA I 'rfereby certify that I am the Public Works Director of the County of Contra Costa, State of California, and that the following con- sulting firm or its representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or. carrying out this contract to: tai employ or retain, or agree to employ or retain, any firm or person, or tbj pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind. I acknowledge that this certificate is to be furnished the Bureau of Public Roads, U. S. Department of Commerce, in connection with this contract involving participation of Federal-aid highway funds, and is subject to applicable state and Federal, laws, broth criminal and civil. Date VICTOR W. SA.UER. Public Works Director . r r •w iY r +iM M 1Y0 CERTIFICATION OF ,THE CALIFORNIA STATE DIVISION OF HSGHWAYS I hereby certify that I am the of the California State Division of Highways, and that the o lowing con- sulting firm or its representative has not been required, directly -or indirectly as an express or implied condition in connection with obtaining or carrying out this contract to: raj employ or retain, or agree to employ or retain, any firm or person, or (b) pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind. I acknowledge that this certificate is to he furnished the Bureau of Public Roads, U. S. Department of Commerce, in connection with this contract involving participation of Federal-aid highway funds, and is subject to applicable State and Federal laws,, both criminal and civil. Date (Signature) _ _...-.. 4 APPENDIX L (Cont. ) Sheet 2 of 2 . CERTIFICATION OF CONSULTANT I hereby certifythat I am the and duly authorized representative of the firm of Dames and Moore,' Consulting Engineers, 500 Sansome Street , San Francisco , California, 94111 , and that 'neither i nor the above firm I here represent has :. (a) employed or retained for a commission, percentage , brokerage , contingent fee , or other consideration, any firm or person (other than a bona fide employee working solely for me or, the above consultant) to solicit or secure this contract , or (b) agreed , as an express or implied condition for obtaining this contract , to employ or retain the services of any firm or person to connection with carrying out the contract, or (c) paid , or agreed to pay , to any firm, brganiaation or person (other than a bona fide employee working solely for me or the above consultant) any fee, contribution , donation, or consideration of any kind for, or in connection with, procuring or carrying out the contract. 1 acknowledge that this certificate is to be furnished to the State Highway Department and the Bureau of Public Roads , U . S . Department of Commerce , in 'connection with this contract involving participation of Federal-aid highway funds ,- and is subject to applicable State and Federal laws , bath criminal and civil . Date Dames & Moore Signature) Consulting Engineers --------.-----_. . -- sy