Loading...
HomeMy WebLinkAbout27-Public Works CITY OF SAN BER~DINO - REQUEST .R COUNCIL ACTION File No. 1.835 Authorization to Execute Agreement Subject: for Professional Design Services - Redlands Blvd. Pavement Rehabili- tation, Hunts Lane to East City Limit Line -- C G ENGINEERING From: ROGER G. HARDGRAVE Dept: Public Works/Engineering Date: 1-22-92 Synopsis of Previous Council action: July, 1991 -- Allocation 57835, for approved on of $222,000, under Account No. 129-309- Redlands Blvd. Pavement Rehabilitation, 1/2-Cent Sales Tax 1991/92 Budget. Recommended motion: Adopt resolution. cc: Shauna Clark Andy Green Jim Penman Contact person: Gene R. Klatt Staff Report, Aqreement, Resolution Phone: 5125 Supporting data attached: Ward: 3 FUNDING REQUIREMENTS: Amount: $25,007 !1/2-Cent Sal.es Tax-Local Funds) Source: (Acct. No.) 129-309-57835 (Acct. Description) East City Limit Line Rehabilitation Redlands Blvd., Hunts Lane to C,. \ . --'" Finance: >. ,......-\,-,,_J /),' Council Notes: 75-0262 Agenda Item No. !l_7 CITY OF SAN BERN.DINO - REQUEST F4tR COUNCIL ACTION STAFF REPORT In September of 1991, letters of interest were sent to 31 firms concerning performing professional engineering services on seven different projects. In October of 1991, a screening com- mittee selected between 3 and 6 firms to receive Requests for Proposals on each of the projects. Proposals were submitted on October 31, 1991. An evaluation committee was selected, with representatives from the Mayor's Office, Council Office, Administrator's office and Public Works. On November 12th and 13th, oral interviews were conducted with each of these firms. Selection of the most qualified firm was made for each of the projects. The firm of CG ENGINEERING was selected to perform the engineering services for the rehabilitation of the pavement on Redlands Boulevard, from Hunts Lane to Easterly City Limits. A contract has been negotiated in accordance with the standard City format. The agreement provides, in general, that C G ENGINEERING, will prepare plans, specifications and estimates for this project, for a fee not to exceed $25,007.00. All costs incurred for services provided under this contract will be paid from the approximate $222,000 allocated under Account No. 129-309-57835. Staff recommends adoption of the resolution authorizing execution of the agreement. 1-22-92 75-0264 ------ . . 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. RESOLUTION OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT WITH C G ENGINEERING RELATING TO THE PROVISION OF PROFESSIONAL ENGINEERING DESIGN SERVICES FOR REHABILITATION OF RED LANDS BOULEVARD FROM HUNTS LANE TO THE EASTERLY CITY LIMITS. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. The Mayor of the City of San Bernardino is hereby authorized and directed to execute, , on behalf of said City, an agreement with C G Engineering relating to the provision of professional engineering design services for the rehabilitation of Redlands Boulevard, from Hunts Lane to the easterly City Limits, a copy of which agreement is attached hereto, marked Exhibit "A" and incorporated herein by reference as fully as though set forth at length. SECTION 2. The agreement shall not take effect until fully signed and executed by both parties. The City shall not be obligated hereunder unless and until the agreement is fully executed and no oral agreement relating thereto shall be implied or authorized. SECTION 3. This resolution is rescinded if the parties to the agreement fail to execute it within sixty (601 days of the passage of this resolution. / / / / / / / / / / / / / / / / / / / / / / / / 1-22-92 RESO: AUTHORIZING EXECUTION OF AGREEMENT WITH C G RELAT. TO PROFESSIONAL ENGINEE~G DESIGN REHAB TATION OF REDLANDS BOULE~D. ENGINEERING SERVICES FOR 1 I HEREBY CERTIFY that the foregoing resolution was duly 2 adopted by the Mayor and Common Council of the City of San 3 Bernardino at a meeting thereof, held on the 4 day of 5 Council Members: 6 ESTRADA 7 REILLY 8 HERNANDEZ 9 MAUDSLEY 10 MINOR 11 POPE-LUDLAM 12 MILLER , 1992, by the following vote, to-wit: ABSENT ABSTAIN NAYS AYES 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Rachel Krasney, City Clerk The foregoing resolution is hereby approved this , 1992. day of W. R. Holcomb, Mayor City of San Bernardino Approved as to form and legal content: James F. Penman City Attorney By ~~c~,~ 7 o f >::--'"-----<--. - 2 - . . AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is made and entered into this day of , 1992, by and between the CITY OF SAN BERNARDINO, California, a municipal corporation, hereinafter referred to as the "CITY" and C G Engineering, a California corporation, hereinafter referred to as "ENGINEER". WIT N E SSE T H WHEREAS, City desires to obtain professional services to prepare plans, specifications, estimates and construction documents for the Rehabilitation of Redlands Blvd., from Hunts Lane to the easterly City limits; and WHEREAS, in order to develop, plans, specifications, estimates and construction documents, it is necessary to retain the professional services of a qualified engineering and consulting firm; and WHEREAS, Engineer is qualified to provide said professional services; and WHEREAS, San Bernardino City Council has elected to engage the services of Engineer upon the terms and conditions as hereinafter set forth. NOW, THEREFORE, it is mutually agreed, as follows: 1. SCOPE OF SERVICES Engineer shall perform those services specified in "Scope of Services", and as contained in the proposal dated October 31, 1991, a copy of which is attached hereto as Exhibit "1" and incorporated as though set forth in full. 2. TERM OF AGREEMENT The services of Engineer are to commence within thirty (30) days after the City has authorized work to start by issuance of a Notice to Proceed. The scheduled completion dates specifically set forth in Exhibit "2" attached hereto and incorporated herein as though set forth in full, will be adjusted by Engineer as the City authorizes the work. Such adjustments shall require city approval prior to commencement of performance of each phase. This Agreement shall expire as specified by the Exhibit "2" schedule unless extended by written agreement of the parties. 1 . . 3. STANDARD OF PERFORMANCE Engineer shall complete all work product and design in confor- mance with Standard Specifications for Public Works Construction (Greenbook) and the City of San Bernardino's Standard Drawings. 4. CHANGES/EXTRA SERVICES A. Performance of the work specified in the "Scope of Servic- es", is made an obligation of Engineer under this Agreement, subject to any changes made subsequently upon mutual agreement of the parties. All such changes shall be incorporated by written amendments to this Agreement and i.nclude any increase or decrease in the amount of compen- sation due Engineer for the change in scope. Any change which has not been so incorporated shall not be binding on either party. B. No extra services shall be rendered by Engineer under this Agreement unless such extra services are authorized, in writing, by City prior to performance of such work. Authorized extra services shall be invoiced based on Engineer's "Schedule of Hourly Rates" dated Januarv 13. 1992 , a copy of which is attached hereto as Exhibit "4" and incorporated herein as though set forth in full. 5. COMPENSATION A. The City shall reimburse the Engineer for actual costs (including labor costs, employee benefits, overhead, profi t, other direct and indirect costs) incurred by the Engineer in performance of the work, in an amount not to exceed $25.007.00 Actual costs shall not exceed the estimated wage rates and other costs as set forth in Exhibit "3", attached hereto and incorporated herein as though set forth in full. B. Said compensation shall not be altered unless there is significant alteration in the scope, complexity or character of the work to be performed. Any such significant alteration shall be agreed upon in writing by city and Engineer before commencement of performance of such significant alteration by Engineer. Any adjustment of the total cost of services will only be permitted when the Engineer establishes and City has agreed, in writing, that there has been, or is to be, a significant change in: 1. Scope, complexi ty, or character of the services to be performed; 2. Conditions under which the work is required to be performed; and 3. Duration of work if the change from the time period speci- fied in the Agreement for Completion of the work warrants such adjustment. 2 . . C. The Engineer is required to comply with all Federal, state and local laws and ordinances applicable to the work. The Engineer is required to comply with prevailing wage rates in accordance with Calif- ornia Labor Code section 1775. 6. PAYMENT BY CITY A. The billings for all services rendered pursuant to this Agreement shall be submitted monthly by Engineer to city and shall be paid by City within twenty (20) days after receipt of same, excepting any amounts disputed by City. Dispute over any invoiced amount shall be noticed to the Engineer within ten (10) days of billing and a meet and confer meeting for purposes of resolution of such dispute shall be initiated by the City within ten (10) days of notice of such dispute. Interest of 1-1/2 percent per month (but not exceeding the maximum rate allowable by law) will be payable on any amounts not in dispute and not paid within thirty (30) days of the billing date, payment thereafter to be applied first to accrued interest and then to the principal unpaid amount. On disputed amounts, interest shall accrue from thirty (30) days of the invoice date if the amount in dispute is resolved in favor of the Engineer. All tasks as specified in Exhibit "1" shall be completed prior to final payment. B. section 9-10 of the Cal-Trans Standard specifications is hereby specifically waived and not applicable to this agreement. The parties hereto otherwise agree not to be bound by any other require- ments for arbitration of any dispute arising hereunder. Disputes shall be resolved by agreement of the parties, or upon the failure of such agreement, by direct application to the Courts. C. Should litigation be necessary to enforce any term or provision of this Agreement, or to collect any portion of the amount payable under this Agreement, then all litigation and collection expenses, witness fees, and court costs, and attorney's fees shall be paid to the prevailing party. 7. SUPERVISION AND ACCEPTANCE OF SERVICES A. The Director of Public Works of city, or his designee, shall have the right of general supervision over all work performed by Engineer and shall be city's agent with respect to obtaining Engineer's compliance hereunder. No payment for any services rendered under this Agreement shall be made without prior approval of the Director of Public Works or his designee. B. The Office of the Administrator may review and inspect the Engineer's activities during the progress of the program. 8. COMPLIANCE WITH CIVIL RIGHTS LAWS Engineer hereby certifies that it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, marital status or national origin. Engineer shall promote affirmative action in its hiring practices and employee policies for minorities and other designated classes in accordance with 3 . . federal, state and local laws. Such action shall include, but not be limited to, the following: recruitment and recruitment advertising, employment, upgrading, and promotion. In addition, Engineer shall not exclude from participation under this Agreement any employee or applicant for employment on the basis of age, handicap or religion in compliance with State and Federal laws. 9. TERMINATION OF AGREEMENT A. This agreement may be terminated by either party upon thirty (30) days' written notice in the event of substantial failure of the other party to perform in accordance with the terms of this Agreement. Each party shall have twenty (20) days following date of such notice within which to correct the substantial failure giving rise to such notice. In the event of termination of this Agreement, city shall within thirty (30) days pay Engineer for all the fees, charges and services performed to City's satisfaction by Engineer, which finding of satisfaction shall not be unreasonably withheld. Engineer hereby covenants and agrees that upon termination of this Agreement for any reason, Engineer will preserve and make immediately available to City, or its designated representatives, maps, notes, correspondence, or records related to work paid for by the city and required for its timely completion, and to fully cooperate with city so that the work to be accomplished under this Agreement may continue within forty-five (45) days of termination. Any subsequent use of such incomplete documents shall be at the sole risk of the City and the city agrees to hold harmless and indemnify Engineer from any claims, losses, costs, including Attorney's fees, and liability arising out of such use. Engineer shall be compensated for such services in accordance with Exhibit "4". B. This agreement may be terminated for the convenience of the city upon thirty (30) days written notice to Engineer. upon such notice, Engineer shall provide work product to City and City shall compensate Engineer in the manner set forth above. C. Following the effective date of termination of Agreement pursuant to this section, the Agreement shall continue all obligations arising from such termination are satisfied. this until 10. CONTINGENCIES In the event that, due to causes beyond the control of and without the fault or negligence of Engineer, Engineer fails to meet any of its obligations under this Agreement, and such failure shall not constitute a default in performance, and the City may grant to Engineer such extensions of time and make other arrangements or additions, excepting any increase. in payment, as may be reasonable under the circumstances. Increases in payment shall be made only under the "changes" provision of this Agreement. Engineer shall notify City within three (3) days in writing when it becomes aware of any event or circumstance for which it claims or may claim an extension. 4 . . 11. INDEPENDENT CONTRACTOR Engineer shall act as an independent contractor in the perfor- mance of the services provided for under this Agreement. Engineer shall furnish such services in its own manner and in no respect shall it be considered an agent or employee of City. 12. ASSIGNMENT OR SUBCONTRACTING Neither this Agreement, nor any portion thereof, may be assigned by Engineer without the written consent of City. Any attempt by Engineer to assign or subcontract any performance of this Agreement without the written consent of the City shall be null and void and shall constitute a breach of this Agreement. All subcontracts exceeding $10,000, shall contain all provisions of this contract. 13. NOTICES All official notices relative to this Agreement shall be in writing and addressed to the following representatives of Engineer and city: ENGINEER CITY C G Engineering 25814 Business Center Drive, suite A Redlands, CA 92374 Mr. Roger Hardgrave Director of Public Works/ city Engineer 300 North "0" Street San Bernardino, CA 92418 14. RESPONSIBILITIES OF PARTIES A. The Engineer may reasonably rely upon the accuracy of data provided through the City or its agents without independent evaluation. B. The city shall pay all costs of inspection and permit fees. Charges not specifically covered by the terms of this Agreement shall be paid as agreed by the parties hereto at the time such costs arise; but in no event shall the work to be performed hereunder cease as a consequence of any unforeseen charges unless by mutual written agree- ment of city and Engineer. C. All tracings, survey notes, and other original documents are instruments of service and shall remain the property of Engineer except where by law, precedent, or agreement these documents become public property. All such documents or records shall be made accessible to City. Engineer shall maintain all records for inspection by the City, state, or their duly authorized representatives for a period of three (3) years after final payment. Engineer shall stamp and sign all specifications, estimates, plans and engineering data furnished, and, where appropriate, indicate registration number. 5 . . . 15. CONSTRUCTION COST ESTIMATES A. Any opinion of the Construction Cost prepared by Engineer represents his judgment as a design professional and is supplied for the general guidance of the city. Since Engineer has no control over the cost of labor and material, or over competitive bidding or market conditions, Engineer does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to the City. 16. COVENANT AGAINST CONTINGENT FEE Engineer warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement 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 Engineer for the purpose of securing business. For breach or violation of this warranty, City shall have the right to terminate this Agreement in accordance with the clause permitting termination for cause and, at its sole discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage or contingent fee. 17. HOLD HARMLESS CAUSE A. Engineer hereby agrees to hold City, its elective and appointive boards, officers, and employees, harmless from any liability for damage orclaims for damage for personal injury including death, as well as from claims for property damage, which may arise from Eng- ineer's negligent acts, errors or omissions under this Agreement. B. Engineer shall indemnify, defend and hold free and harmless the city, its officers and its employees from all claims, damages, costs, expenses, and liability, including, but not limited to attor- ney's fees imposed upon them for any alleged infringement of patent rights or copyrights of any person or persons in consequence of the use by city, its officers, employees, agents and other duly authorized representatives, of programs or processes supplied to City by Engineer under this Agreement. 18. INDEMNITY Engineer shall indemnify, defend and hold harmless City from and against any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including attorney's fees) and liabilities, of, by, or with respect to third parties, which arise solely from Engineer's negligent performance of services under this Agreement. Engineer shall not be responsible for, and City shall indemnify, defend and hold harmless Engineer from and against, any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including attorney's fees) and liabilities of, by or with respect to third parties, which arise solely from the city's negligence. with respect to any and all claims, demands, suits, actions, proceedings, 6 . . . judgments, losses, damages, injuries, penalties, costs, expenses (including attorney's fees) and liabilities of, by or with respect to third parties, which arise from the joint or concurrent negligence of Engineer and city, each party shall assume responsibility in proportion to the degree of its respective fault. 19. LIABILITY/INSURANCE A. Engineer's liability to the City for injury or damage to persons or property arising out of work performed by the City and for which legal liability may be found to rest upon Engineer other than for professional errors and omissions, will be limited to $1,000,000. For any damage on account of any error, omission or other professional negligence Engineer's liability, will be limited to a sum not to exceed $50,000 or Engi.neer's fee, whichever is greater. B. The City will require the Engineer to provide Workers Compensation and comprehensive general liability insurance, including completed operations and contractual liability, with coverage suffi- cient to insure the Engineer's indemnity, as above required; and, such insurance will include the City, the Engineer, their consultants, and each of their officers, agents and employees as additional insureds. C. Engineer shall provide evidence of insurance in the form of a policy of insurance, in which the city is named as an additional named insured to the extent of the coverage required by this Agreement. 20. VALIDITY Should any provision herein be found or deemed to be invalid, this Agreement shall be construed as not containing such provision, and all other provisions which are otherwise lawful shall remain in full force and affect, and to this end the provisions of this Agreement are declared to be severable. 21. ENTIRE AGREEMENT This Agreement represents the entire and integrated agreement between the parties hereto and supersedes all prior and contemporaneous negotiations, representations, understandings and agreements, whether written or oral, with respect to the subject matter thereof. This Agreement may be amended only by written instrument signed by both parties. IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII 7 AGREEMENT: ENGINEER~ DESIGN SERVICES FOR RE~LITATON OF REDLANDS . BOULEVAR~ ~ IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed on the date written above by their duly authorized officers on their behalf. ATTEST: C G ENGINEERING (ENGINEER) By: President CITY OF SAN BERNARDINO, a municipal corporation By: W. R. Holcomb, Mayor Approved as to form and legal content: JAMES F. PENMAN City Attorney BY'f-~ t- Pe..._. 8 . . " EXHIBIT "I" PHASE I Data Gathering and Evaluation · Field review paving rehabilitation area · The City will provide design traffic index to C G Engine.ring · Cole Surveying to tie out monuments, manholes and water valve covers · Conduct deflection testing and perform soils sampling and testing (if necessary) · Coordinate with Cal-West for any soils sampling design · Evaluate various rehabilitation methods · The City will provide photo negatives of the rehabilitation area to C G Engineering to be used for base plans. Field Survey, Base Mapping and Design · Meet with City to discuss timing, phasing and coordination with the traffic signal and sewer extensions in Redlands BOUlevard · Notify Caltrans of proposed rehabilitation and schedules established by City of San Bernardino · Order photo mylar strip base map based on photo neg~tives provided by the City · Design plan for r..uvals and rehabilitation · Coordinate with utility cOEparlles · Meet with City at JO% and 75% completion of design plans * Prepare specifications and construction estimates * Coordinate with Caltrans for construction timing . .. . . EXHIBiT 2' ... " .... .., .... 1111 N .... " II .... .... ~ II 0 .... II" C7I All:> A8 M31^3~ co W ~ .J I ~ ::::> ~ Q w '" J: ~ 0 III en AV13C ~3HlV3M W OlOHd lVI~3V :E ... .11 II" II - t- .., II N PI " II .. = .... .. N 1= ]6 ! ~IJ ]E ~j &1 ~ ~a] ~f ~~ JI i~fti~ ... ... ... .~ ~ .J i f ~ ~~ '> 'B~ . "L ..1 ~ ~~~H = ii ~ .-t.-t... I ~if 8:i 'tI 'tI1Il...... I ~~~i~~ .,;;; fill Ii ~ . . EXHIBIT 3 EXHIBIT 4 EXHIBIT liB" COST ESTIMATE Work Item Principle Engineer $132.00 Project Manager $97.00 Designer Draftsman Clerical Total Cost $68.00 $49.00 $30.00 Phase I 1 Field Review 4 4 $ 660.00 2 Evaluate 12 6 1,572.00 Rehabilitation Methods 3 Order Strip of 1 4 369.00 Photo Mylars 4 Order Surveys 2 136.00 5 Review Existing 2 4 466.00 Profile and Cross Sections Phase II 301. 00 6 utility Mapping 1 3 7 Design Plan 3 40 40 4,971.00 8 Title Sheet 4 10 762.00 9 Prepare 10 28 10 4,084.00 Specifications Estimates 10 City/ca1trans 8 13 24 1,660.00 Coordination 11 Quality Assurance 12 1,584.00 TOTAL $ 16,565.00 SUBCONSULTANTS Cole Surveying $ 2,328.00 Pictoral Sciences 800.00 Cal-West 5,314.00 900005.00 011334(64,1 sv) . . J:AL WEST CONSTRUCTION MATERIALS ENGINEERS TESTING & INSPECTION JAN 1 3 1992 ~I CG ENGINEERING Ronald F. Carducci. P.E. Jerry Bland January 10, 1992 C G Engineering 25814 Business Center Drive, Suite A Redlands, CA 92374-2835 ATIN: Mr. Bob Schoenborn RE: Oty of San Bernardino Redlands Boulevard Rehabilitation Hunts Lane to Easterly Oty Limit Line Revised Proposal Dear Bob: At your request, we have revised our p!OJlOS8l to provide materials and seotechnical engineering services for the RedlandS Boulevard Project. This revision IS based on a more clearly defined scope of services received at a meeting with the Oty of San Bernardino. CAL- WEST Consultants' approach to this project would be'to obtain from your office copies of the design base maps for the project. We would then perform a field review of the project noting on the plaiJs locations of specific distress areas and any areas which need to be completely removed and replaced. A review of appropriate existing records at your office and at the office of the Oty of San Bernardino would be made. At your office we would review your files relative to the data obtained on the Redlands Boulevard Project in the city of Loma Linda. At the Oty of San Bernardino, we will review infOIDllltion contained in the storm drain and sewer projects that were recently completed on Redlands Boulevard, R-values the Oty has on file from tests performed in the area of Redlands Boulevard and deflection testing available from streets in the general area. We would then analyze all infOIDllltion obtained from our field reviews and reviews 'of existing data. Based upon this analysis, if additional field infOIDllltion is needed, it would be performed at this time. This additional information coule include cores of the pavment at specific locations. All cores would be used to determine structural section thicknesses and at some locations we would sample subgrade soils for R-value testing. In our office, we would analyze all of our data in accordance with the Asphalt Institute Methods for Asphalt Overlays for Highways and Street Rehabilitation. Based upon this analysis, we would prepare recommendations for rehabilitation of Redlands Boulevard. These recommendations could include new pavement construction in areas of severe deterioration and rehabilitation methods in other areas. A preliminary review of the site indicates that rehabilitation methods would be al;'plicable over a majority of the project. In our rehabilitation recommendations, we would give consideration to: L CAL-WEST Consultants 12210 MICHIGAN AVE. . SUITE 26 . GRAND TERRACE. CA 92324.5476 Phone (714) 124-1777 . FAX (714) 713.3101 EA'- WEST . . C G Engineering Page 2 January 10, 1992 ~ Crack seal and overlay. 2. Grind and overlay. 3. Using a paving fabric with items 1 and 2. 4. Heater-scarification and overlay. 5. Stress absorbing membrane interlayer (SAMI) and overlay. 6. In-place hot recycling. 7. In-place cold recycling. We would recommend that there be a brief meeting at the start of the project with all involved, and then once our basic field work and office analysis is completed, that there be a meeting with the Cty in order to discuss the results of our analysis and the alternates being presented. Following this meeting, we would complete a Dna1 report to your office suitable for completion of the design of the project. Attached is a revised cost estimate for this project. We hope this information is sufficient for your needs at this time. H you have any questions, please contact this office. Very truly yours, ~Cr~ Ronald F. Carducci. P.E. President RFC:slsI1316B.PRP Attachment L .. . . --------------------------------------------------------------------------------------------------------- CAL-WEST CONSULTANTS I CLlENT:C G Engineering, Inc. :ONST~UCTION MATERIALS ENGINEERS!PROJECT:Redlands 31vd. from Hunts Lane to East :ity Limits REVISED COST ESTiMATE :DESC. :Pavement Investigation W:O. : 1316B.PRP MILES: 5 PROPOSAL DATE: 10-Jan-S2 --------------------------------------------------------------------------------------------------------- TASK ENGINEERING ESTIMATED MANPOWER - MAN DAYS UNIT ----------------------------------------------- COST QUANTITY UNI'S ENGR SR TECH TECH CLER OF $15 $49 $44 $26 TEST DIRECT COSTS ($) -OTAL COSTS ($) --------------------------------------------------------------------------------------------------------- FIELD F~e~o Technician Fie1d S~oerv~s;on Field Engineering Mileage 16 Teen. Hr. 3 Tech. Hr. 14 Engr. Hr. o Mnes 2.D $0.30 104 I~T 1,050 o 0.4 1.8 ------------------------------------------------------ sua TOTAl 1.8 0.4 2.0 0.0 $1,901 LABORATORY Sand Eouiva lent 3 Tests 0.3 $4D '20 ------------------------------------------------------ SUBTOTAL 0.0 0.0 0.3 0,0 $." ". OFFICE Drafting Engineering Report Preoaration Clerical 8 Tech. Hr. 16 Engr. Hr. 2.0 5 Engr. Hr, 0.6 8 Cler. Hr. 1.0 352 1,200 ~ . C 375 208 ------------------------------------------------------ SUBTOTAL 2.6 0.0 1.0 1.0 $2,135 CONSULTANTS AND SUBCONTRACT R-Value Cores - 10' Diam. :ores - 4- Oiam. Traffic Cant~o1 Jei~ection Test~ng 1 Tests 3 Each 2 Each 1 L.S. o L.S. $175 $1~5 $69 $530 $1,840 115 3~5 138 500 o 175 345 138 500 o ------------------------------------------------------ SUBTOTAL 0.0 0.0 0.0 0.0 $1,158 -------------------------------------------------------------------------------------------------------- -------------------------------------------------------------------------------------------------------- GRANO TOTAL 4.~ 0.4 3.3 1.0 $5,311