Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 04112006 - C.01
Co ' TO: BOARD OF SUPERVISORS Contra��``�-==-r}'-'-����' FROM: MAURICE M. SHIU PUBLIC WORKS DIRECTOR Costa DATE: April 11, 2006 eco - _ ti`�o� s- ----- County SUBJECT: APPROVE and AUTHORIZE THE Public Works Director, or designee, to execute a contract with Cal Engineering & Geology, unincorporated area of Martinez.(Local Road Funds) (District II) SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDED ACTION: APPROVE and AUTHORIZE the Public Works Director, or designee, to execute an agreement with Cal Engineering&Geology in the amount of$28,000 for geotechnical services in connection with the Alhambra Valley Road Embankment Repair Project effective April 11,2006 through completion of project in the unincorporated area of Martinez. (Local Road Funds) (District II), Project Nos. 0672-6R6113 & 0672-6R6114. CONTINUED ON ATTACHMENT: ❑D SIGNATURE: , t/ RECOMMENDATION OF COUNTY ADMINISTItA'rOR RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF BO 65) ��� (O I APPROVED AS RECOMMENDED OTHER VOTE OF SUPERVISORS: 1 HEREBY CERTIFY THAT THIS IS A TRUE AND CORRECT COPY OF AN ACTION TAKEN AND ENTERED ON UNANIMOUS(ABSENT MINUTES OF THE BOARD OF SUPERVISORS ON THE ADATE SHOWN. YES: NOES: ABSENT: ABSTAIN: M"1'I I:DS:kp G:\GrpDa1a\Design\B0ARD ORDERS\2006\BO 4-11-06 Cal Engineering.doc Originator:Public Works(Design) ATTESTED Contact: Gary Huisingh(925)313-2257 JOHN CUI.i•I:N,CLERK OF THE BOARD OF SUPERVISORS A cc: Public Works—Design Division E.Kuevor-CAO -Auditor—Controller , Public Works—Accounting BY: DEPUTY Public Works-Construction SUBJECT: APPROVE and AUTHORIZE THE Public Works Director,or designee,to execute a contract with Cal Engineering & Geology, unincorporated area of Martinez.(Local Road Funds) (District II) DATE: April 11, 2006 PAGE: 2 of 2 FISCAL IMPACT: The estimated cost for Consulting Services is $28,000, funded by Local Road Funds (100%). REASONS FOR RECOMMENDATIONS AND BACKGROUND: There are two locations on Alhambra Valley Road,adjacent to Vaca Creek,where the guardrail and portions of the road embankment have deteriorated as a result of the December 2005 storms. The areas are in need of immediate repair. After a solicitation process,this firm was selected as the top candidate to provide consulting geotechnical services for this project. CONSEQUENCES OF NEGATIVE ACTION: If the Consulting Services Agreement is not approved, we cannot proceed with the needed improvement and the road embankment will continue to deteriorates and require closing Alhambra Valley Road. CONSULTING SERVICES AGREEMENT ,1. Special Conditions, These Special Conditions are incorporated below by.reference. (a) Public Agency: Contra Costa County Public Works Department (b) Consultant's Name &Address: Cal Engineering & Geology 1870 011ympic Boulevard Walnut Creek, CA 94596 (c) Project Name, Number, & Location: Alhambra Valley Road Embankment Repair 0672�6R-6.113, 0672-6R6114 Alhambra Valley Road, Contra Costa County (d) Effective Date: April 11, 2006 (e) Payment Limit(s): Phase 1 services not to exceed $19,000; Phase 2 not to exceed.$9,000 (f) Completion Date(s): Acceptance by the Board of Supervisors of the constructed project(Upon completion of project). (g) Federal Taxpayer's I.D. or Social Security Number:. 2. Signatures. These signatures attest the parties' agreement hereto: PUBLIC AGENCY CONSULTANT , k , //, By: MauriceM Shiu Public Works Director/ By: CIE Co vor tzv ti Chief Engineer, or Designee (Design of i i I ca aci 'n the business Type of Business: (sole p ri ors ip, overn ent agency, partnership, corporation, etc.) If Corporat' n, t e f c rporati By: By: F CGa (besifinate offi al capacity in the business) Note to Consultant: For corporations, the contract must be signed.by two officers. The first signature must be that of the chairman of the board, president, or vice-president; the second signature must be that of the secretary, assistant secretary, chief financial officer, or assistant treasurer. (Civ. Code, Sec. 1190 and Corps. Code. Sec. 313.)The acknowledgment below must be signed by.a Notary Public. CERTIFICATE OF ACKNOWLEDGMENT State of California. ) ss. County of CO✓-t r of C © S On the date written below, before me, the undersigned Notary Public, personally appeared the.person(e) signing above for Consultant, personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s}whose name(e)- is/arm subscribed to the within instrument and acknowledged to me that he/sge/t executed the same in his/heiithe r- authorized capacity(ies), and that by liis/hwAhek--signature(sa-on the instrument the person(s} or the entity upon behalf of which the person(&) acted, executed the instrument. WITNESS my hand and official seal. Dated:. �O? 9-. " Notary Public PAMELA K.NELSON � "" (Notary's Seal `) �•"'Z: a ' Commission# 1510427 z 6 Notary Public-California Contra Costa County My Comm.Expires Aug 29,2008 ALL-PURPOSE ACKINOWLEDGMENT State of California SS. County of �lia1 � G. On before me, V,,61 t4, Uck.&A, Puke 1;E.. (DATE) (NOFARY) . personally appeared 1 kC�e SIGNER(S) ❑ personally known to me - OR - proved to me on the basis of satisfactory evidence to be the person(?�whose name is/aye subscribed to the within instrument and acknowledged to me that he/she44te�-executed the same in his/heir authorized capacity(i?91 and that by his/he e+r JOSHUA LEE VANVLEET COMM.. #15291 signatures on the instrument the personsa�j, 2911.7].7 NOTARYPL!BLIC-CALIFORNIAN or the entity upon behalf of which the ALAMEDA COt)NTY My Comm.Expires Nov.22,2008 person f?l acted, executed the instrument. WITNESS my hand and official seal. WrARY'S SIGNATURE OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl edement to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL CORPORATE OFFICER Cod �k kO!; be cq R r,-,,Q Oe(l d— TITLNZR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) _ ❑ ATTORNEY-1N-FACT NUMBER OF PAGES ❑ TRUSTEE(S) , ❑ GUARDIAN/CONSERVATOR DATE OF DOCUMENT ❑ OTHER: OTHER L SIGNER IS REPRESENTING: RIGHT THUMBPRINT NAME OF PFRSON(S)OR ENTITY(IES) a OF E L SIGNER o a i APA 5/99 VALLEY-SIERRA, 800-362-3369 3. Parties. Effective on the above date, the above-named Public Agency and Consultant mutually agree and promise as . follows: 4. Employment. Public Agency hereby employs Consultant, and Consultant accepts such employment, to perform the professional services described herein, ipon the terms and in consideration of the payments stated herein. 5. Scope of Service..Scope of service shall be as described.in Appendix A, attached hereto and made a part hereof by this reference. 6. Report Disclosure Section.Any document or written report prepared hereunder by Consultant, or a subcontractor,for Public Agency shall contain, in a separate section,the numbers and dollar amounts of this contract and all subcontracts relating to the preparation of such document or written report, provided that the payment limit specified in Sec. 1(e) exceeds $5,000. When multiple documents or written reports are the subject or products of this agreement, the disclosure section may also contain a statement indicating that the total contract amount represents compensation for multiple documents or written reports. 7. Insurance. Consultant shall, at no cost to Public Agency, obtain and maintain during the term hereof: (a) Workers' Compensation Insurance pursuant to state law; (b) Professional Liability Insurance with minimum coverage of $1,000,000 and a maximum deductible of $25,000; and.(c) Comprehensive General Liability Insurance, including blanket contractual(or contactual liability)coverage, broad form property damage coverage, and coverage for owned and non-owned vehicles, with a minimum combined single.limit coverage of$500,000 for all damages due to bodily injury, sickness or disease, or death to any,person, and damage to property, including the loss of use thereof, arising out of each accident or occurrence, andnaming Public Agency, its governing bodies, officers and employees as additional insureds. Consultant shall promptly furnish to Public Agency,certificates of insurance evidencing such. coverage and requiring 30 days' written notice to Public Agency of policy lapse; cancellation or material change in coverage. S. Payment. Public Agency shall pay Consultant for professional services performed at the rates shown in Appendix B attached hereto, which include all overhead and incidental expenses, for which no additional compensation shall be allowed. Notwithstanding the foregoing, those incidental expenses specifically itemized in Appendix B shall be reimbursable by Public Agency to Consultant, provided that Consultant submits copies of Feceipts and,if applicable, a detailed mileage log to Public Agency. In no event shall the total amount paid to Consultant exceed.the payment limit(s) specified in Sec. 1(e) without prior written approval of the Public Agency. Consultant's billing statements shall be submitted at convenient intervals approved by Public Agency and shall list, for each item of services, the employee categories, hours and rates. Public Agency will pay.consultant in accordance with the requirements of Civil Code Section 3320 as applicable. 9. Status. The Consultant is an independent contractor, and shall not be considered an employee of Public Agency. 10. Time for Completion. Unless the time is extended.in writing by Public Agency, Consultant shall complete all services covered by this Agreement no later than the Completion Date(s) listed above. 11. Record Retention and Auditing. Except for materials and records delivered to Public Agency,Consultant shall retain all materials and records prepared or obtained in the performance of this Agreement, including financial records, for a period of at least five years after Consultant's receipt of the final payment under this Agreement. Upon request by Public Agency, at no additional charge, Consultant shall promptly make such records available to Public Agency, or to authorized representatives of the state andfederal governments,at a convenient location within Contra Costa County designated by Public Agency, and without restriction or limitation on their use. 12. Documentation. Consultant shall prepare and deliver to Public.Agency at no additional charge,the items described in Appendix A to document the performance of this Agreement and shall furnish to Public Agency such information as is necessary to enable Public Agency to monitor the performance of this Agreement. 13.. Ownership of Documents. All materials and records of a finished nature, such as final plans, specifications, reports, and maps, prepared or obtained in the performance of this Agreement,shall be delivered to and become the property of Public Agency.All materials of a preliminary,nature,such as survey notes, sketches, preliminary plans,computations and other data, prepared or obtained in the performance of this Agreement, shall be made available, upon request,to Public Agency at no additional charge and without restriction or limitation on their use. 14. Extra Work. Any work or services in addition to the work or services described in Appendix A shall be performed by Consultant according to the rates or charges.agreed upon. In the event that no rate or charge is listed for a particular type of extra work, Consultant shall be .paid for the extra work at a rate to be mutually agreed on prior to commencement of the extra work. In no event shall Consultant be entitled to compensation for extra work unless a written authorization or change order describing the work and payment terms has been executed by Public Agency prior to the commencement of the work. 15. . Payment Retention. Public Agency shall retain ten percent(10%)of the monies due the Consultant as security for the fulfillment of this Agreement.After the Consultant has completed all work under this.Agreement,submitted final billing, and the Public Agency has found the work to be accurate,the Public Agency will pay all withheld funds. Public Agency will pay withheld funds in accordance with the requirements of Civil Code Section 3320 as applicable.A retention will, not be withheld for any"on-call"work. 16. Termination by Public Agency.At its option, Public Agency shall have the right to terminate this Agreement at any time by written-notice to Consultant, whether or not Consultant is then in default: Upon such termination, Consultant shall, without delay, deliver to Public Agency all materials and records prepared or obtained in the performance of this Agreement, and shall be paid, without duplication, all amounts due for the services rendered up to the date of ,termination. 17. Abandonment by Consultant. In the event the Consultant ceases performing services under this Agreement or otherwise abandons the project prior to completing all of the services described in this Agreement, Consultant shall, without delay, deliver to Public Agency all materials and records prepared or obtained in.the performance of this Agreement, and shall be paid for the reasonable value of the services performed up to the time of cessation or abandonment, less a deduction for any damages or additional expenses which Public Agency incurs as a result of such cessation or abandonment. 18. Breach. In the event that Consultant fails to perform any of the services described in this Agreement or otherwise breaches this Agreement, Public Agency shall have the right to pursue all remedies provided by law or equity. Any disputes relating to the performance of this Agreement shall not be subject to nonJudicial arbitration. Any litigation involving this Agreement or relating to the work shall be brought in Contra Costa County,and Consultant hereby waives the removal provisions of Code of Civil Procedure Section 394. 19.. Compliance with Laws. In performing this Agreement, Consultant shall comply with all applicable laws, statutes, . ordinances, rules and regulations, whether federal, state, or local in origin. This includes compliance with prevailing wage rates and their payment in accordance with California Labor Code, Section 1775. 20. Assiqnment. This Agreement shall not be assignable or transferable in whole or in part by Consultant, whether voluntarily, by operation of law or otherwise';provided, however,that Consultant shall have the right to sub-contract that portion of the services for which Consultant does not have the facilities to perform so long as Consultant notifies Public Agency of such subcontracting prior to execution of this Agreement.Any other purported assignment, transfer or sub- contracting shall be void. 21 : Subcontracting.All subcontracts exceeding$25,000 in cost shall contain all of the required provisions of this contract. Consultant will pay each subconsultant in accordance with the requirements of Civil.Code Section 3321 as applicable. 22. Endorsement on Plans. Consultant shall endorse all plans,specifications,estimates,reports and other items described in Appendix A prior,to delivering them to Public Agency, and where appropriate, indicate.his/her registration number. 23. Patents and Copyrights.The issuance of a patent or copyright to Consultant or any other person shall not affect Public Agency's rights to the materials and records prepared or obtained in the performance of this Agreement.Public Agency reserves a license to use such materials and records without restriction or limitation, and Public Agency shall not be required to pay any additional fee or royalty for such materials or records.The license reserved by Public Agency shall continue for a period of fifty years from the date of execution of this Agreement, unless extended by operation of law or otherwise. 24. Indemnification. Consultant shall indemnify, defend, save, protect, and hold harmless Public Agency, its governing. body, officers, employees,'representatives, and agents ("Indemnitees") from any and all demands, losses, claims, costs,suits, liabilities,and expenses for any damage, injury, or death(collectively"Liability")arising directly or indirectly from or connected with the services provided hereunder which is caused,or claimed or alleged to be caused, in whole or in part, by the negligence or willful misconduct of Consultant, its officers, employees, agents, contractors; subconsultants,or any persons under its direction or control and shall make good to and reimburse Indemnitees for any. expenditures, including reasonable attor,eys'fees and costs, the Indemnitees may make by reason of such matters and , if requested by any of the Indemnitees, shall defend any such suits at the sole cost and expense of Consultant. Consultant's obligations under this section shall exist regardless of concurrent negligence or willful misconduct on the part of the Public Agency or any other person; provided, however, that Consultant shall not be required to indemnify Indemnitees for the proportion of liability a court determines is attributable to the negligence or willful misconduct of the Public Agency, its governing body, officers, or employees. This indemnification.clause shall survive the termination or expiration of this Agreement. 25. Heirs, Successors and Assigns. Except as provided otherwise in Section 20 above,this Agreement shall inure to the benefit of and bind the heirs, successors,1 executors, personal representatives, and assigns of the parties. 26. Public Endorsements. Consultant shall not in its capacity as a Consultant with Public Agency publicly endorse or oppose the use of any particular brand name or commercial product without the prior approval of the Public Agency's governing board. In its Public Agency Consultant capacity, Consultant shall not publicly attribute qualities or lack of qualities to a particular brand name or commercial product in the absence of a well-established and widely accepted scientific basis forsuch claims or witho l t the prior approval of the Public Agency's governing board. In its Public Agency Consultant capacity,Consultant shall not participate or appear in any commercially-produced advertisements designed to promote a particular brand name or commercial product, even if Consultant is not:publicly endorsing a product, as long as the Consultant's presence in the advertisement can reasonably be interpreted as an endorsement of the product by or on behalf of Public Agency. Notwithstanding the foregoing, Consultant may express its views on products to other Consultants,the Public Agency's governing board, its officers, or others who may be authorized by the Public Agency's governing board or by law to receive such views. 27. Project Personnel. In performing the services under this Agreement, Consultant shall use the personnel listed in Appendix A, attached hereto and made a part hereof by this reference. Changes in project personnel may only be made with Public Agency's written consent,and Consultant shall notify Public Agency in writing at least thirty(30)days in advance of any proposed change. Any person proposed as a replacement shall possess training,experience and credentials comparable to those of the person being replaced. Attachments:Appendix A and Appendix B APPENDIX-A SCOPE OF A70RK Alhambra Valley Road Embankment Repair Project This Agreement is consummated for the purpose. of investigating present soil conditions and providing soil parameters for the purpose of stabilizing slopes and replacing roadway adjacent to an existing creek on the north side of Alhambra Valley Road(approximately 1.2 miles west of Deer Creek Drive) in the unincorporated area of Contra Costa County. Work to be performed by this Agreement in general shall include, but not be limited to: Investigation of subsurface conditions, and evaluation of the soil type of the project area. • Preparation of a detailed soil report,with parameters for structural designs ofrecommended alternatives. • Coordination with Contra Costa County Design Engineer in charge of the design of other civil work. • Design and construction support. ASSUMPTIONS The following assumptions have been made in preparing the scope of services: •: The proposed project will not be subject to Caltrans review,therefore the report does not need to comply with Caltrans formatting requirements. It is assumed that hazardous materials will not be encountered during the subsurface evaluation and cuttings may be disposed of in a landfill accepting non-hazardous waste without analytical testing to characterize the waste. If hazardous materials are encountered or suspected, a revised scope of work and fee estimate will be provided to account for appropriate health and safety requirements, analytical characterization, and additional disposal costs. The county materials lab will provide compaction testing and verification testing of soil, aggregate, asphalt and concrete during construction. • Cal Engineering &: Geolo,I must have prior written approval'from the county to perform Phase 2 work in order to be reimbursed for said work. APPENDIX A -SCOPE O.r SERVICES Pa-e2 SCOPE OF SERVICES The scope of work will be'divided into two phases as follows: 1 Geotechnical Evaluation Ser-Oces (Phase 1) 1.1 Review readily available background materials, including preliminary project plans, geologic maps and literature,stereoscopic aerial photographs,as well as geotechnical reports and other information submitted by the County. 1.1.2 Conductpreliminary engineering geologic mapping of the project site and surrounding area to evaluate the soil type(s). 1.3 Meet at the site with County staff to discuss the limits of the area to be repaired prior to and/or during marking of the plannedexploratory borings. Call Underground Service Alert and if required coordinate with a private utility locator,as necessary,to locate underground utilities and other buried structures in the vicinity of the borings: 1.4 Obtain boring/grouting permit and road encroachment permits from the Contra Costa Environmental Health and Contra Costa County Permit Center, respectively. 1.5 Perform a subsurface exploration consisting of the drilling, sampling, and logging of four exploratory borings'to. a depths of 30 feet unless competent bedrock is- encountered at a shallower depth. The biorings will be located within Alhambra Valley Road in the lane currently protected by k-rail. This will require coordination with. County maintenance personnel to move or.re' move k-rail at each end of the sites for access with a truck mounted drillrig. The borings will be logged by representatives of Cal Engineering&Geology,and bulk and relatively undisturbed soil and bedrock samples will be collected at selected intervals for laboratorytesting. The borings will be backfilled with cement grout in accordance with the requirements of the' Contra Costa County Environmental Health Agency. Cuttings will be disposed of off site. 1.6 Obtain verbal approval for entry from property owners adjacent to the creek at least(5)five days prior to the beginning of site investigation work. 1.7 It is anticipated that the existing stop sign control oftraffic can be used while working within' the lane protected by k rail. Orange cones and Road Work signs will be placed at either end of the area. investigated. 1.8 An engineer or geologist shall log the borings as they are drilled and collect samples for fw ther examination. 1.9 Perform laboratory tests on selected soil samples to evaluate soil classification, m.-situ moisture and density,Atterberg Limits,particle size distribution,R-value,compressibility, soil corrosivity, and she strength, as appropriate.' The actual number and type of tests performed will be influenced by the subsurface conditions encountered and may differ from the planned laboratory testing program. 1.10 Prepare recommendations for alternative methods of embankment support. 1.11 Meet with Contra Costa County personnel to discuss.preliminary findings, and foundation design alternatives prior to completing the analysis. .. 1.12 Compile and analyze the field and laboratory data and the results of the geologic review to evaluate the following, as appropriate: 1.12.1• Preparation of an idelalized geologic cross-section across the project alignment. 1.12.2 Recommendations for pier depth and design capacity,.alternatives for a.wall and proposed shoring regiuirements, as needed. APPENDIX A -SCOPE OF SERVICES Page 3 1.12.3 Description of the geology and on-site soils anticipated at the site, including groundwaterl conditions. 1.12.4 Geotechnical engineering design parameters for a wall retaining system consisting of foundation bearing values and active lateral earth pressures. 1.12.5 Future stability of the slopes along portions of the alignment under the influence of the various alternatives. 1.12.6 Earthwork recommendations for the alternatives (including and not limited to wall backfill, compaction and drainage. 1.12.7 Engineering analyses to support all conclusions and recommendations. 1.13 Preparation of one draft report presenting the fmdings, conclusions, and stabilization - recommendations from our evaluation pertaining to the design and construction of the proposed improvements. The report shall include all boring logs and laboratory test results. 1.14 Submit (2) two copies of the draft report for review by County. 1.15 Preparation of a final report incorporating comments from county staff. Submit (5) five copies of the final report to.the County. 2 Design and Construction Support Services (Phase H) 2.1 Attendance at up to two design phase meetings. 2.2 Review of project plans and specifications to evaluate conformance with design recommendations. 2.3 Assist in the preparation of engineering cost estimates. 2.4 Provide consulting services during construction of the project including: 2.4.1 Project coordination, client liaison, technical support, and regular review of compaction test Ieports. 2.4.2 Review final plans and specifications prior to advertising project for conformance with the findings and recommendations of the geotechnical report. 2.4.3 Assist in the engineering cost estimates for the designed project. 2.4.4 Attendance at the pre-construction conference and as-needed field meetings. 2.4.5 Review of and response to project submittals and requests for information relating to earthwork, retaining walls or foundations. 2.4.6 Observation of site excavations and temporary shoring systems. 2.4.7 Observation of pier drilling for bridge abutments. 2.4.8 Evaluation of excavation side-walls, slope/wall back-cuts, keyways, trenches, and subgrade for foundations or prior to placement of fill. 2.4.9 Observation of placement and compaction of fills. 2.4.10 Evaluation of materials proposed for use as fill. 2.4.11 Preparation of daily reports and field memoranda to document the work observed. 2.4.12 Preparation of a summary letter presenting the field observations for the earthwork performed. APPENDIX A—SCOPE OF SERVICES Page 4 CONTINGENT FEE The Consultant warrants, by execution of this contract, that no person or selling agency has been employed or retained to solicit or secure this contract upon'an agreement or understanding for a commission, percentage, brokerage, or contingent."fee, excepting bona fide employees or bona. fide established commercial or selling agencies maintained by the Consultant for the purpose of securing business. For breach of violation of this warranty, the COUNTY has the right to annul this contract without liability, pay only for the value of the work actually performed, or in its dis- cretion, to deduct from the contract price or consideration, or otherwise recover the full amount of such commission,percentage or contingent fee. PROJECT SCHEDULE Cal Engineering & Geology shall prepare to begin the geotechnical evaluation upon receipt of the authorization to proceed. The subsurface evaluation will be completed approximately 2 weeks after receipt of the notice to proceed provided that there are no delays arising from drill rig avail- ability, permit processing, inclement weather, or site access. The laboratory testing will be completed approximately two weeks after completion of the field evaluation, the preliminary analysis will.be completed approximately one week after completion of laboratory testing, and the draft geotechnical report will be issued approximately two weeks after meeting with the county to discuss preliminary findings and recommendations (six weeks after the notice to pro- ceed provided that the meeting with the county is scheduled promptly after completion of the preliminary analysis). KEY PROJECT PERSONNEL Name Title-Role Mark Myers, P.E., G.E. Senior Project Engineer-Project Manager Gregory Bellas, P.E. Senior Project Engineer-Lead Design Engineer Philip Gregory. P.E., G.E. Principal Engineer-Technical Review/Quality Control Eli Zane, E.I.T. Project Engineer David Burger Geologist APPENDIX B -COST PROPOSAL TABLE 1 -LABOR CONSULTING ENGINEERING SERVICES ALHAMBRA VALLEY ROAD EMBANKMENT REPAIR PROJECT, STAFFING REQUIREMENTS(hours) DIRECT LABOR AND OVERHEAD COSTS t L Lo C) Co CJ � i0 -C 49 VJ m O m PHASE AND TASK " 2 12 ° 2 m o CD o to m d o c� m CD c� rnrn v c C N C N m W o c 0 w o = g n a` w J a d w u o a o d a C C 0 C = O O O I O o`' °' PHASE 1-GEOTECHNICAL EVALUATION SERVICES I , 1.1 Review of background materials 11 21 21 SIS 1501 $ 210 15 170 IS 530 1.2 Preliminary geologic mapping 1 01 of 61 61$. - $ Is 510 Is 510 l Utility location 0 2 0 2 $ - $ 210 $ - $ 210 Permits(Grout,encroachment) 0 0 2 2 $ - $ - $ 170 $ 170 Subsurface exploration .1 0 0 0 0 $ - $ $ - $ - Obtain right to enter(if reqd) D 0 0 0 $ - $ $ - $ - Traffic Control 0 0 0 0 $ - $ $ - $ - Engineer or.Geologist during 1.5 0 2 12 14 $ $ 210 $ 1,020 $ 1,230 Laboratory testing 0 2 2 4 $ - $ 210 $ 170 $ 380 Develop design altematives 2 10 0 12 S 300 $ 1,050 $ - $ 1,350 Meet w/CCC to discuss conditions and atives 4 4 0 8 $ 600 S 420 $ - $ 1,020 .1 Idealized geologic cross-sections 0 2 4 6 $ $ 210 $ 340 $ 5502 Evaluation of altematives and shoring I 1 4 4 9 $ 150 $ 420 $ 340 $ 9101. 3 Description of geology and soil anddwater conditions 0 1 4 5 $ - $ 105 $ 340 S 445 Retaining wall recommendations 1 4 D 51$ 150 $ 420 S - $ 570 1.12.5 Future stability of various alternatives 1 4 D 51$ 150 $ 420 $ - $ 570 1.12.6 Earthwork and Drainage recommendations 0 2 0 2 $ - $ 210 $ - $ 210 1.12.7 Engineering Analyses to support conclusion and recommendations 1 4 8 13 $ 150 $ 420 $ 680 $ 1,250 1.13 Preparation of Draft report 4 10 16 301$ 600 $ 1,050 $ 1,360 $ 3,010 1.14 Submit Draft to CCC 0 .01 01 0 $ Is - I $ - 1 $ incorporating CCC comments 2 .41 81 141$ 300 1$ 420 1 $ 680 1$ 1,400 PHASE 1 TOTALI 1 171 571 681 1421$ 2,550 $ 5,985 1.$ 5,780 1$ 14,315 I PHASE 2-DESIGN AND CONSTRUCTION SUPPORT SERVICES I 2.1 Attend two(2)design meetings I 1 01 41 Of 41$ S 420 $ 1$ 420 2.2 Review plans and specifications 1 4 0 5 $ 150 $ 420 $ $ 570 2.3 Assist with cost estimates 1 4 0 51$ 150 $ 420 $ - $ 57D 2.4 Construction Services(see 2.4.1 to 2.4.12) 1. 0 0 0 D $ $ - $. - $ - 2.4.1 Project coordination,technical support, review of compaction tests 0 6 0 6 $ -IS 630 IS $ 630 2.4.2 Review final plans prior to advertising 1 2 0 3 S 150 1$ 210 $ 1$ 360 2.4.3 Assist with final cost estimate 1 2 D 3 $ 150 $ 210 $ $ 360 2.4.4 Attend pre-constuction mtg and field mtgs as needed 0 12 0 12 -.S - $ 1,260 $ S .1,260 2.4.5 Review of submittals 1 11 41 01 51$ 150 1 $ .420 IS -1$ 570 2.4.6 Observe excavations and shoring 01 4 .01 41S - $ 420 IS. -1$ 420 2.4.7 Observe pier drilling(if piers used) I 0 0 12 121S S - IS., 1,020 $ 1,020 2.4.8 Observe excv bottom and sides prior to E2.4.12Prepare g, 0 0 6 6 S $ - S . 510 $ 510 erve fill placement 1 D 0 B B $ -IS -Is 680 5 680 aluate proposed fill materials 0 1 2 3 S S 105 S 170 S 275 epare daily reports and field da to documento bservations 0 1 2 31$, - $ 105 S : .170 IS 275 pare summary letter documenting on observation 1 2 4 7 $. 150 S 210 $ 340 S 700 PHASE 2 TOTAL 1 5 44 30 79 S 900 $ 4,830 $ 2,890 $ 6,620 APPENDIX B-COST PROPOSAL TABLE 2-REIMBURSABLES CONSULTING ENGINEERING SERVICES ALiMBRA VALLEY ROAD EMBANKMENT REPAIR.PROJECT • REIMBURSABLE QUANTITIES REIMBURSABLE COSTS L U t1 m m L m m v E o v PHASE ANI)TASK .� E v m m u w 9 m w m y n to m o E E 6 D d W N © 6 C d V N U u 3 m h m s < I PHASE i-GEOTECHNICAL EVALUATION SERVICES I 1.1 Review of backpround materials 1 41 1 1 1 1 1 1 111 S 11301$ 1 S S S $ 1S $ S 1.2 Preliminary geologic mapping I1 1 201$ 1 S s $ S $ Is S 171S 1.3 U lily location 201$ S S S S S S $ 171$ f ermits(Grout,encroachment) I 1 ' 2 $ $ $ S 329 $ S. S $ 17 $ ubsurface explo ation 12 $ $ $ 1,800 $ S S 5 S S 1,.btain right to enter(if req'd) I S S $ S s -. S S $ S affic Control 11 S S 400 S $ $ S $ - S S nglneer or Geologist during 1.5 2 S $ S S S $ S $ 17 S boratory testing 30 2 . 4 $ $ $ S S 660 $ 540 S 420 $ S 1,6 evelop design alternatives I I I I I I Its $ $ S $ S I S $ I S 1.11 Meet w/CCC to discuss conditions and alternatives 1 1 2 $ $ S S JS - $ S $ 13 S 11.12.1 Idealized geologic cross-section I its $ I$ $ 1$ S $ $ S 1.12.2 Evaluation ofaltematives and shoring I $. JS is $ S is 1$ $ JS 1.12.3 Description of geology and soil and groundwater conditions 1 $ $ JS S JS 1$ 1$ 1$ JS 11.12.4 Retaining wall recommendations 1 It$ S $ 1$ S --Is $ I$ $ 1.125 Fulure stability of various alternatives I $ JS S - S _ $ S $ is S 1.12.6 Earthwork and Drainage recommendations $ $ JS Js JS 1$ 1$ S S 1.12.7 Engineering Analyses to support conclusion and recommendations I $ $ $ -IS $ $ $ JS S 1.13 ation of Draft report Prepar $ $ S S S $ - $ $ $ 1.14 Submit Draft to CCC 2 $ $ $ S $ S - $ $ 131S 13 CCC comments I Its Is $ $ $ I S S $ Is - t-MA= I-1001 41 11 12111 301 21 41 1 IS 180 45 IS 1,8601S 329 660 0 42DIS 94 IS 4,483 I PHASE 2•DESIGN AND CONSTRUCTION SUPPORT SERVICES I 2.1 Attend two(2)design meetings. 1 1 4 IS S $ SS $ S 1$ 26IS 26 2.2 Review plans and specifications 1 11 is $ —is $ Is $ - S $ $ 2.3 Assist with cost estimates I I is S Is S - = S - S - S - $ S 2.4 Construction Services(see 2.4.1 to 2.4.12) 1 1 1 1 1 1 1 $ JS $ $ Js -4 $ Js $ irr;eviewofcompacgon .4.1 Project coordination,technical support, tests $ JS I S S s $ S S JS 2.42 Review final plans prior to advertising $ $ $ $ $ $ $ $ $ 2.4.3 Ass st with final cost estimate I Is $ $ $ $ _ $ $ _ $ _ $ 2.4.4 Attend pre-conduction mtg acid field migs as needed 1 4 S S I S S S - S S $ 30 S 30 2.4.5 Review of submittals. $ Is $ $ -is S S $ S 2.4.6 Observe excavations and shoring 10 s S S S S $ S - S 70IS 70 2.4.7 Observe pier drilling(if piers used) 10 S S S S S S $ S 7015 70 2.4.8 Observe excv bottom and sides prior to backfilling 4 S S JS S JS JS S JS 30IS 30 2.4.9 Observe fill placement 10 S S' S S S S S - $ 70 S 70 2.A.1D Evaluate proposed fill materials I $ $ $ $ _ $ $ S S $ 2.4.11 Prepare daily reports and field memoranda to document observations $ s S - S S is $ s $ 2.4.12 Prepare summary letter documenting construction observation S _ S S _ S _ S S _ S _ $ $ PHASE 2-LotaL 0 0 0 I i D 0 0 0 45 S S S S S S S S' 2961S 296 TOTAL 4 1 12 11 30 2 4 60 S 180 S 4515 1,86015 32915 660' S 5401$ 420 S 390 S 4,779