HomeMy WebLinkAbout041823-03.1 FINANCE COMMITTEE MEMORANDUM 3.1
TO: Mayor and Town Council April 18, 2023
SUBJECT: Authorize the Town Manager to execute a Professional Services
Agreement with ENGEO for biological monitoring, and laboratory and
field testing services during construction of the Diablo Road Culvert
Emergency Replacement Project, CIP No. A-330
BACKGROUND
The Town recently awarded a construction contract for the Diablo Road Culvert
Emergency Replacement Project, Contract No. A-330, to Teichert Construction, Inc. of
Pleasanton, California. The project consists of removing and replacing of an existing 12-
ft diameter CMP culvert.
DISCUSSION
The Town has previously established a Quality Assurance Program (QAP), a sampling
and testing program that will provide assurance that the materials and workmanship
incorporated into each construction project is in conformance with the contract
specifications. Some of the testing includes hot mix asphalt (HMA) materials, and soils
and aggregate base compaction. Field testing will be performed in accordance with
AASHTO (American Association of State Highway and Transportation Officials), ASTM
(American Society of Testing and Measurement), or Caltrans (CT) standards.
During the emergency replacement project, there was a need for biological monitoring,
and laboratory and field testing services during the construction phase. On March 30,
2023, ENGEO submitted a proposal with a not to exceed budget of $49,500 to provide the
desired biological monitoring and laboratory and field testing services. The proposal and
rate schedule is included as Attachment A.
Consistent with the Town’s Purchasing Policy, the total not to exceed budget of $49,500
requires authorization from the Finance Committee. Sufficient funds have been
appropriated in the approved 2022/23 Capital Improvement Program for CIP A-330
(Attachment B) to cover the contract costs.
It is recommended that the Finance Committee approve a contract not to exceed $49,500
to ENGEO for laboratory and field testing services.
Finance Committee – Services
During Construction (CIP No. A-330) 2 April 18, 2023
Prepared by:
Steven Jones, P.E.
City Engineer
Reviewed by:
Tai J. Williams
Assistant Town Manager
Attachments: A – ENGEO proposal for services during construction
B – CIP Page A-330
Internal Review: 1. JB 2. MT
2010 Crow Canyon Place, Suite 250
San Ramon, CA 94583-4634
(925) 866-9000 | FAX (888) 279-2698
ADDENDUM TO
PROFESSIONAL SERVICES AGREEMENT
TO: Mr. Nader Salama
Town of Danville
510 La Gonda Way
Danville, CA 94526
DATE: March 30, 2023 ENGEO Project No. 8870.000.013
Phases: 003, 004, and 005
ENGEO Contact: Jonathan Buck
PROJECT NAME: Diablo Road Emergency Culvert Replacement Project
ORIGINAL CONTRACT NO.: 8870.000.000
ORIGINAL CONTRACT DATE: October 22, 2014
Scope of Services: Provide consultation during the replacement of the existing failed 12-foot-diameter culvert near the
intersection of Diablo Road and Alameda Diablo.
Phase 003: We will provide biological monitoring services on the project using Live Oak Associates (LOA) as a
subconsultant. LOA has been providing consulting services for the adjacent Magee Preserve project and is very familiar
with special status biological species issues associated with Green Valley Creek in the vicinity of the culvert. We have
discussed their required level of involvement with the United States Fish and Wildlife Service and the California
Department of Fish and Wildlife. ($22,500)
Phase 004: We will provide testing and observation services for the project in accordance with the Town’s Quality
Assurance Plan. ($23,000)
Phase 005: We will prepare a final letter to conclude that the project has been constructed in accordance with our
emergency recommendations and include testing results. The report can be used to close the Town’s permit with the
United States Army Corps of Engineers and be used to obtain funding through the Federal Emergency Management
Agency. ($4,000)
Estimated Fees: Total: $49,500
Our fees will be billed on a time-and-expense basis in accordance with our 2022 preferred client fee schedule. We will
inform you if an additional budget is necessary to finish the project if this estimate is exceeded.
The undersigned parties agree to make the following changes to the subject contract; all other provisions of the subject
contract shall remain in effect. If the undersigned party differs from that of the original contracting party, the undersigned
agrees to all the original terms and conditions of the subject contract. Any limitations shall be an aggregate amount that
applies to the original work and all subsequent change orders and/or addendums.
AGREED TO AND ACCEPTED BY:
ENGEO INCORPORATED TOWN OF DANVILLE
BY: _______________________________________ BY:
PRINT NAME: _______________________________ PRINT NAME:
TITLE: ______________________________________ TITLE:
DATE: _____________________________________ DATE:
ATTACHMENT A
www.danville.ca.govCIP34
72:1:,'(67250'5$,16<67(00$1$*(0(17
&,31R 67$786(M#DRHFM 35,25,7<.MFNHMF 352-(&70$1$*(52)
352-(&7'(6&5,37,21$1'/2&$7,21
'(6&5,37,212)02',),&$7,216
$GGHGIXQGLQJIRU
5$7,21$/()25352326('352-(&7
0DLQWHQDQFHRIWKHH[LVWLQJVWRUPGUDLQV\VWHPLVQHHGHGRQDQ
RQJRLQJEDVLV
(;3(&7(',03$&72123(5$7,1*%8'*(7$GGLWLRQDOZRUNHUKRXUVUHTXLUHGWRPDLQWDLQSHU\HDU
$GGLWLRQDO7RZQGLUHFWRSHUDWLQJFRVWVSHU\HDU
352-(&7&267(67,0$7(
7KLVSURMHFWKDVEHHQPRGLILHGIURPWKHSUHYLRXV\HDU
352-(&7$335235,$7,21$1')81',1*
7KLVSURMHFWSURYLGHVIRURQJRLQJFDSLWDOUHSODFHPHQWDQGPDLQWHQDQFHRI
WKH7RZQZLGHGUDLQDJHV\VWHP
2QJRLQJDQGDVQHHGHGZRUNLQFOXGHV
&OHDQLQJDQGGHVLOWLQJGLWFKHVDQGSLSHVDVQHHGHG
5HSDLUEURNHQSLSHVFDWFKEDVLQVDQGFRQFUHWHOLQHGGLWFKHV
5HSDLUEURNHQFXUEVJXWWHUVDQGYDOOH\JXWWHUV
,QVWDOODQGPDLQWDLQWUDVKUHPRYDOGHYLFHVLQWKH'RZQWRZQDUHD
5HSDLURIIDLOHGRXWIDOOSLSHLQWR6DQ5DPRQ&UHHNDW1RUWK
+DUW]$YHQXH'DQYLOOH%RXOHYDUG&RPSOHWH
3HUIRUPDFRQGLWLRQDVVHVVPHQWDQGGHYHORSD6WRUP
'UDLQDJH0DVWHU3ODQWRLGHQWLI\SULRULWL]HDQGHVWLPDWHWKH
FDSLWDOLPSURYHPHQWFRVWVRIIXWXUHSURMHFWV
)XWXUH3URMHFWV9LVWD*UDQGH'UDLQDJH,PSURYHPHQWV
(OVLH'ULYHDQG/RPLWDV'ULYH6WRUP'UDLQ5HSODFHPHQW
*UHHQEURRN'ULYH6WRUP'UDLQ5HSDLU
35,17('21
*5((1352-(&78DR
3ULRU<HDUV 7RWDO([SHQGLWXUH&DWHJRU\
'HVLJQ3ODQ5HYLHZ
&RQVWUXFWLRQ
,QVSHFWLRQ $GPLQ
7RWDO&RVW(VWLPDWH
7RWDO([SHQGLWXUH8QH[SHQGHGRQ
3ULRU<HDUV 7RWDO)XQGLQJ6RXUFHV
$53$
&,3*HQ3XUSRVH5HY
&OHDQZDWHU3URJUDP
'HYHORSHU&RQWULEXWLRQ
7RWDO)XQGLQJ
Projects
ATTACHMENT B