HomeMy WebLinkAboutMINUTES - 11081994 - 1.13 - r
TO: BOARD OF SUPERVISORS
FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR
DATE: November 8, 1994
SUBJECT: Approve Consulting Service Agreement with Applied Geotechnology Inc. for Storm
Damage Repairs on San Pablo Dam Road, Sta. 252+00
Project Nos.: 0672-6R6523-93
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
-I. Recommended Action:
APPROVE and AUTHORIZE the Public Works Director to execute the Consulting Services
Agreement with Applied Geotechnology Inc. to provide a geotechnical site analysis and design
parameters for the above.-referenced project for an amount not to exceed $25,000.
II. Financiallm6act:
The estimated contract cost is$25,000 funded by Federal aid storm damage repair funds (88.5%)
and County gas tax (11.5%).
III. Reasons for Recommendations and Background:
The existing failure of roadway embankment threatens future undermining and failure of
pavement. The services of a consultant are needed to provide field investigations, laboratory
tests, and conclusions and recommendations regarding design of a drilled pier-tieback wall.
Applied Geotechnology Inc. was selected from a group of several firms to provide services for an
earlier phase of work on this project.
The Consultant has declared their intent to meet the County's MBE/WBE goals through the use
of subconsultants.
Continued on Attachment: X SIGNATURE: tC G
_RECOMMENDATION OF COUNTY ADMINISTRATOR
_RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER
SIGNATURE(S):
ACTION OF BOARD ON NOV 8 "1994 9 APPROVED AS RECOMMENDED W OTHER
VOTE OF SUPERVISORS
UNANIMOUS (ABSENT )
AYES: NOES:
ABSENT: ABSTAIN:
1 hereby certify that this is a true and correct copy of
JY:jlg an action taken and entered
Rbennttered on the minutes of the
c\BO:BOd.t1 Board of ATTESTED:pP16 thell shown.
Contact: Joe Yee(313-2323 PHIL BATCHELOR,Clerk�odf►the Board
Orig.Div: Public Works(Design Division) of Supervisors and county Administrator
cc: Auditor Controller ,
E.Kuevor,CAO By .Deputy
P.W.Accounting
CONSULTING $ERVIGES AGREVENNT
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: AGI Technologies
827 Broadway__. Suite 210
Oakland. -C"4607
(c) Project Name, Number & Location: San Pablo Dam Rd. Slide Repair (Sta. 253+00), El Sobrante, #0672-6R6523-93
(d) Effective Date: Phase 1: 11/8/94 (e)Payment Limit(s): Phase 1: $19,742
Phase 2: 5/1/95 Phase 2: $4,000
(f) Completion Date(s): Phase 1: 12/31/94, Phase 2: 9/30/95
(g) Federal Taxpayer's I.D. or Social Security Number: 91-1212102
2. Signatures. These signatures attest the parties' agreement hereto:
PUBLIC AGENCY
By: J. Michael Watford [[��.�
Public Works Director/ B&4N5f'
Chief Engineer
(Desi at official capacity in the business
Type f usiness (sole proprietorship, government
agenCy, partnership, c rporation, etc.)
I o rati f Incorp�ora//tion:
B a By: C[nIt 1/
(Desigkifie official 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 ACKNOWLEDGEMENT
State of Cttifarrfta— )
County of A/) ss.�h y )
On the date written below, before me, the undersigned Notary Public, personally appeared the person(s) 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(s) is/are subscribed
to the within instrument and acknowledged to me that he/she/they executed same in his/her/their authorized capacity(ies), and
that by his/her/their signature(s) on the instrument the person(s), or the entitt upon behalf of which the person(s) acted, executed
the instrument.
WITNESS
my hand and official seal.
Dated:
Nota ry�c
(Notary's Seal)
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, upon 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.
1�tiC�'�tdu0
7. Insurance. Consultant shalt, 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
maximum deductible of *5 'Tff, and (c) Comprehensive General Liability Insurance, including blanket contractual (or
ontractuat 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 or 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, and naming
Public Agency, East Bay Municipal Utility District, their 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.
8. 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 a shall be reimbursable by Public
Agency to Consultant, provided that Consultant submits copies of receipts 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. Payment will
be made within thirty (30) days after receipt of each statement.
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 and federal 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.
J
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 listed in Appendix B. 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 (10X) of the monies due the Consultant as security for the
fulfillment of this Agreement. After the Consultant has completed a phase of work under this Agreement, submitted a phase
billing for that phase, and the Public Agency has found the work to be accurate, the Public Agency will pay all withheld
funds. Payment of withheld funds will be made within thirty (30) days of completing this work and submittal of a phase
billing. 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 non-judicial arbitration. Any litigation involving this
Agreement or relating to the work shall be brought in Contra Costa Canty, and Consultant hereby waives the removal provisions
of Code of Civil Procedure Section 394.
19. Cormliance 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.
20. Assignment. 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. 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.
22. 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.
USE THE FOLLOWING PARAGRAPH FOR DESIGN, SOILS OR ENVIRONMENTAL WORK
23. Indemnification. Consultant shall defend, indemnify, save and hold harmless Public Agency, East Bay Municipal Utility
District, their governing bodies, officers and employees from any and all claims, costs and liability for any damages, injury
or death arising directly or indirectly from, or connected with, the services provided hereunder and due to, or claimed or
alleged to be due to, negligence or willful misconduct of Consultant, its officers, employees, agents, subconsultents, or
any person under its direction or control, save and except claims or litigation arising through the sole negligence or sole
willful misconduct of Public Agency, and will make good to and reimburse the indemnitees for any expenditures, including
reasonable attorney's fees, the indemnitees may make by reason of such matters and, if requested by any of the indemnitees,
will defend any such suits at the sole cost and expense of Consultant. Consultant's obligations under this section shalt
exist regardless of concurrent negligence or willful misconduct on the part of the Public Agency or any other person;
provided, however, that Consultant's obligation to indemnify shall be limited to the proportion of negligence or willful
misconduct attributable to Consultant, its subconsultants, or any person under Consultant's direction or control.
24. 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, executors, personal representatives and assigns of the parties.
25. Public EndoIsements. Contractor shall not in its capacity as a contractor with Public Agency publicly endorse or oppose the
use of anylparticular brand name or commercial product without the prior approval of the Public Agency's governing board.
In its Public Agency Contractor capacity, Contractor shall not publicly attribute qualities or lack of qualities to a
particular lbrand name or commercial product in the absence of a well-established and widely-accepted scientific basis for
such claims or without the prior approval of the Public Agency's governing board. In its Public Agency contractor capacity,
Contractor shall not participate or appear in any commercially-produced advertisements designed to promote a particular brand
name or commercial product, even if Contractor is not publicly endorsing a product, as long as the Contractor'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, Contractor may express its views on products to other contractors, 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 viewsi
26. Proiect Peronnel. In performing the services under this Agreement, Consultant shall use the personnel Listed in Appendix
C, 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, Appendix B, Appendix C
g:\design\janet\AGI-182.tll
11/1/94
APPENDIX A
SCOPE OF SERVICE
Phase One:
This phase shall include field exploration, soil sampling, geotechnical laboratory
testing, engineering analysis, design development, report preparation and review of the
plansand specifications.
Phase Two:
This phase shall include geotechnical services during construction on an "on call"
basis.
APPENDIX A
AGI
TECHNOLOGIES
November 2, 1994
15,763.004.04
Mr. Dean Eckerson
Contra Costa County Public Works Department
255 Glacier Drive
Martinez, California 94553
Dear Mr. Eckerson:
Scope of Services and Fee Estimate (Third Revision)
Geotechnical Investigation
San Pablo Dam Road Slide Repair (Station 252+00)
Contra Costa County, California
AGI Technologies (AGI) is pleased to present this scope of services and fee estimate (third revision)
to perform geotechnical engineering services during investigation of the subject landslide. This
scope and fee estimate is based upon information from the following sources:
• Our discussions with Mr.Joe Yee and Mr. Dean Eckerson of the Contra Costa County Public
Works Department (CCCPWD).
• Review of the following correspondence regarding the site:
- Geotechnical Engineering Study,Repair of Slide Damaged Shoulder,San Pablo Dam Road
Station 250, Contra Costa County, California, dated February 2, 1984.
- Evaluation of Alternate Schemes for Slope Repair, dated December 17, 1994 by
Geospectra.
- Geotechnical Consultation, dated May 31, 1994 by AGI.
BACKGROUND
The slide is located along San Pablo Dam Road about 2.5 miles north of the intersection of Bear
Creek Road in Contra Costa County, California. The slide is located in an embankment fill slope
below San Pablo Dam Road and above Old San Pablo Dam Road. The slope is inclined at about
827 Broadway,Suite 210 Oakland,California 94607 • (510)238-1590 • FAX(510)238-4599
WASHINGTON OREGON CALIFORNIA
s
APPENDIX A
Oki
Mr. Dean Eckerson
Contra Costa County Public Works Department
November 2, 1994
Page 2
1.1:1 (horizontal:vertical) and flatter. Erosion and slumping along the edge of the roadway have
resulted in cracking of the asphaltic concrete pavement and surface settlement. The slide consists
of a scarp up to about 20 feet high, with slide debris below. The slide area is covered with grass
and brush.
Surficial soils at the site consist of landslide debris and artificial fill. The area lies within an area
interpreted to be a large landslide complex. The landslide debris from the large landslide complex
is derived from deep seated failures in bedrock. Smaller secondary landslides, including the subject
slide, exist within the large landslide. In the area containing the subject slide, San Pablo Dam Road
is located on an artificial fill embankment up to about 20 feet deep, which in turn lies over the large
landslide.
In our May 31, 1994 letter, we discussed methods for mitigating the slide including a drilled pier
and tieback wall, gravity retaining structure (crib wall, reinforced earth wall and soil nail wall), and
a compacted fill buttress. Because it is impractical to repair the large landslide complex, all of the
subject slide repair methods would be founded in the large landslide debris. Accordingly, they
would be subject to movements of the large landslide complex.
We understand you desire to mitigate the part of the slide that affects the roadway with a drilled
pier and tie back retaining wall. The wall would be located between about Stations 251+80 and
253+60 along the east side of San Pablo Dam Road.
PURPOSE AND SCOPE
General
The purpose of our services is to provide geotechnical design recommendations for a drilled pier
and tie back retaining wall for the subject slide. Our scope of services consists of field exploration,
geotechnical laboratory testing, engineering analyses, preparation of a written report and review of
plans and specifications to be prepared by the CCCPWD, as outlined below.
Field Exploration
The more information is available regarding subsurface conditions at the site, the less risk there will
be of change orders during construction. Costly change orders could result from deeper than
anticipated pier lengths. Accordingly, we recommend drilling at least 3 test borings along the
retaining wall alignment (at about the north end, center and south end) to identify the depth to
supporting material so that the anticipated pier lengths can be determined. We also recommend that
APPENDIX A
AGI
TECHNOlOG1E5
Mr. Dean Eckerson
Contra Costa County Public Works Department
November 2, 1994
Page 3
the CCCPWD mark the proposed retaining wall location in the field so that the borings can be
accurately located. Less costly change orders could result from longer than anticipated tie back
lengths. At the CCCPWD option, we could drill 1 to 3 test borings to determine the anticipated
depth to supporting material in the area where the tie backs will be located. The more test borings
are drilled in this area, the more accurate will be the anticipated depth to supporting material. If
we are not requested to drill 1 or all of these test borings, we will assume a depth to supporting
material based upon the results of surface observations and previous studies.
Prior to field exploration, we will notify Underground Service Alert to identify underground utilities
in the areas to be explored. We will apply for a drilling permit from the Contra Costa County
Department of Health Services (CCCDHS). We assume the CCCPWD will obtain other permits
and/or permission as necessary to perform the field exploration.
We will explore subsurface conditions along the proposed retaining wall alignment with 3 test
borings. The ground surface along the retaining wall alignment is relatively steep and inaccessible
to conventional drill rigs. We will provide access by constructing a temporary roadway using a
dozer. At the completion of drilling we will regrade the slope to allow surface drainage and apply
hydroseed erosion protection.
At the CCCPWD's option, we can also drill 1 to 3 borings along the area where the tiebacks will be
supported. We understand that the CCCPWD desires that San Pablo Dam Road not be blocked by
drilling operations. Accordingly, the test borings along the area where the tiebacks will be
supported will be located within the west roadway shoulder. We will assume subsurface conditions
beneath the roadway by interpolating between the conditions encountered within the borings.
The borings will extend at least 20 feet below supporting material or to auger refusal (whichever is
shallower). We anticipate the average boring depth will be 40 feet. Test borings will be drilled
using truck-mounted, solid-flight or hollow-stem auger rig. Upon completion, the boreholes will
be backfilled with grout as required by the CCCDHS.
Soil samples from the borings will be collected using a split barrel sampler (2.4-inch inside diameter
and 3.0-inch outside diameter) equipped with brass liner rings. The sampler will be driven 18 inches
with a 140 pound hammer with a 30 inch drop. The sample will be driven less than 18 inches if the
blow counts are greater than 50 per 6 inches. Blow counts will be recorded for the last 12 inches
of each sample (or less if the sampler cannot be driven at least 12 inches). Blow counts will be
recorded for the length of the sample.
APPENDIX A
AGI
TECHNOLOGIES
Mr. Dean Eckerson
Contra Costa County Public Works Department
November 2, 1994
Page 4
We will determine the test boring locations by taping from existing surface features and/or marked
stakes. Elevations will be measured using a hand level from existing stakes in the ground of known
elevation. The depth to the unstabilized groundwater level (if encountered) in the boreholes will
be measured prior to backfilling.
An experienced field geologist will coordinate all utility location, permitting, field exploration,
placement of borings, and preparation of logs. Soil samples will be collected from the borings at 2.5-
to 5-foot intervals and at changes in soil and rock conditions. Upon completion of site exploration,
soil and rock samples will be transported to our laboratory for examination and selection of
representative samples for testing.
Geotechnical Laboratory Testing
Geotechnical laboratory testing will be performed to assess pertinent physical characteristics of the
materials encountered and to correlate them with those determined in previous investigations. We
expect the testing program will include strength (triaxial and direct shear), classification (Atterberg
Limits) and moisture/density.
Analyses and Report
Based upon the results of our subsurface exploration and laboratory testing, we will perform
engineering analyses to develop detailed design and construction recommendations for the
geotechnical aspects of the drilled pier with tieback retaining wall. Our analyses will also include
evaluation of the lateral extent and depth of the existing slide to be repaired.
We will work closely with the design team members during our services, and provide verbal
conclusions and recommendations as they are developed. We will present results in a written report
(draft and final), which will include:
• Detailed description of the exploration and geotechnical laboratory test results.
• Boring logs showing sampler size and type,soil descriptions,depth of strata, blow counts,
and approximate boring and groundwater elevations.
• Design recommendations for the drilled pier retaining wall including:
- Depth to supporting material along the retaining wall alignment and estimated depth
to supporting material along the tie backs
- Lateral pressures due to soil, vehicles and seismic loads
- Passive resistance of supporting materials
- Tieback adhesion
APPENDIX A
AGI
TECHNOLOGIES
Mr. Dean Eckerson
Contra Costa County Public Works Department
November 2, 1994
Page 5
• Recommendations for slope inclination for temporary excavations that may be required
for slide repair.
• Recommendations for site preparation and grading including overexcavation and
replacement criteria, and gradation and compaction criteria for on-site and imported soils.
• Recommendations for surface and subsurface drainage related to the slide repair.
• Comments regarding anticipated geotechnical-related construction problems and methods
to mitigate such occurrences.
The report will also include detailed construction recommendations covering drilled pier and tieback
installation, and earthwork procedures. These recommendations will be presented in a form suitable
for incorporation directly into project specifications.
Plans and Specifications Review
AGI will review the plans and specifications for conformance with the intent of the
recommendations presented in our report.
SCHEDULE
We will schedule field investigation upon written authorization. We will provide verbal preliminary
conclusions and recommendations after about 4 weeks. We will present the draft report about 6
weeks after authorization, and submit the final report about 1 week after receiving your comments.
FEE ESTIMATE
We propose the scope of services described herein be provided on a time and expense fee basis in
accordance with our attached Schedule of Charges. Based upon our telephone conversation on
October 19, 1994, you have elected to have AGI drill one test boring in the tie back area. For the
scope of services described herein, we estimate our fee will be $19,472, including the cost of dozer
and drill rig rental. We will not exceed these amounts without your prior written authorization.
A fee estimate detail is attached. We suggest that you include a contingency of at least 20 percent
of this amount for unanticipated conditions and services.
We recommend that during construction we be retained to observe the subsurface conditions
encountered. Our purpose would be to confirm the conditions upon which we based our
geotechnical engineering recommendations, or revise our recommendations if different conditions
APPENDIX A
AGI
TECHNOLOGIES
Mr. Dean Eckerson
Contra Costa County Public Works Department
November 2, 1994
Page 6
are encountered. It is not possible to accurately estimate the costs for the geotechnical engineering
services during construction at this time because the geotechnical investigation has not been
performed, the retaining wall has not been designed, and the rate of construction is not known. We
understand that you are budgeting $4,000 for geotechnical engineering services during construction.
This amount may or may not be enough depending upon the actual conditions encountered during
construction.
If you are in agreement with the proposed scope of services and fee estimate, please issue a contract
including the revisions we mutually agreed upon for County Project Numbers 0672-6R6529-93 and
0672-6R6530-93 dated February 11, 1994.
If you have questions of comments regarding the proposed scope of services and fee estimate, please
call. We look forward to providing services to you on this project.
Sincerely,
AGI Technologie
William K. Wikander, P.E., G.E.
Associate Engineer
WKW/WPH/wkw
attachments
APPENDIX A
AGI
TECHNOLOGIES
FEE ESTIMATE DETAIL
Geotechnical Investigation
Drilled Pier and Tieback Retaining Wall
San Pablo Dam Road Station 252+00 Slide Repair
Contra Costa County, California
IN- OUT-
PERSONNEL
UTPERSONNEL or ITEM NO. UNIT RATE LABOR HOUSE SIDE AMOUNT
Retaining Wall Alignment Field Exploration (3 test borings)
Includes the following:
Utility clearance
Temporary access road construction and removal
Subsurface investigation with test borings
Soil Sampling
Assume:
3 borings with average depth of 40 feet
A total of 1.5 days of field exploration
A total of 3 days of access road construction and removal
No subsurface utilities
Boreholes backfilled with grout
Erosion protection is applied after.removal of the temporary access road
The slide and surrounding area does not contain hazardous wastes
County does not want roadways to be partially or fully blocked
Principal Engineer 1 hour @ $135 $135 $135
Associate Engineer 12 hours @ $95 1,140 1,140
Field Geologist 28 hours @ $75 2,100 2,100
Sampling Equipment 1.5 days @ $50 75 75
Vehicle 120 miles.@ $0.35 42 42
Drilling Permit 1 site @ $272 272 272
Dozer 24 hours @ $100 2,400 2,400
Drill Rig 12 hours @ $150 1,800 1,800
Hydroseeding 1 site @ $1,000 1,000 1,000
AGI Mark Up 15 percent 821 821
Subtotal $3,375 $938 $5,472 $9,785
Retaining Wall Alignment Geotechnical Laboratory Testing -
Includes the following:
Testing soil samples from within and beneath the slide for strength (triaxial shear),
classification (Atterberg Limits), moisture content and dry density
Assume:
24 soil and rock samples
Triaxial (UU) 3 tests @ $90 $270 $270
Atterberg Limits 1 test @ $55 55 55
Moisture/Density 21 tests @ $10 210 210
Subtotal $0 $535 $0 $535
APPENDIX A
AGI
TECHNO�OCIES
Tie Back Location Field Exploration (1 test boring)
Includes the following:
Utility clearance
Subsurface investigation with test borings
Assume:
1 test boring about 40 feet deep
A total of 0.5 day of field exploration
No additional drilling permit is required
The boring is drilled immediately after the borings along the retaining wall alignment are
drilled
No subsurface utilities
Borehole backfilled with grout
The slide and surrounding area does not contain hazardous wastes
County does not want roadways to be partially or fully blocked
Geotechnical testing of 8 soil and rock samples
Drafting of the boring log
Principal Engineer 0.5 hour @ $135 $68 $68
Associate Engineer 2 hours @ $95 190 190
Field Geologist 6 hours @ $75 450 450
Drafting 1 hour @ $50 50 50
Sampling Equipment 0.5 day @ $50 25 25
Drill Rig 4 hours @ $150 600 600
AGI Mark Up 15 percent 90 90
Moisture/Density 8 , tests @ $10 80 80
subtotal $758 $195 $600 $1,553
Analyses and Report
Includes the following:
One meeting with County
Geotechnical design recommendations for a drilled pier and tieback retaining wall
Draft and final reports
Principal Engineer 2 hours @ $135 $270 $270
Engineering Geologist 4 hours @ $130 520 520
Associate Engineer 20 hours @ $95 1,900 1,900
Staff Engineer 40 hours @ $75 3,000 3,000
Technical Editor 8 hours @ $55 440 440
Drafting 12 hours @ $50 600 600
Clerical 10 hours @ $40 400 400
Vehicle 40 miles @ $0.35 14 14
Subtotal $7,130 $14 $0 $7,144
APPENDIX A
AGI
TECHNOLOGIES
Plans and Specifications Review
Principal Engineer 1 hours @ $135 $135 $135
Engineering Geologist 1 hours @ $130 130 130
Associate Engineer 4 hours @ $95 380 380
Clerical 2 hours @ $40 80 80
Subtotal $725 $0 $0 $725
TOTAL (for Station 252 Investigation) $11,988 $1,682 $6,072 $19,742
,
. . .
'
Applied Geotechnology Inc.
,
APPENDIX B
Laboratory Schedule of Charges
Symbol Type ofTest Rate
MDK8oisxune/Deusityrost. brass liner sample......................................................................................S 10.00
M Moisture Content (ASTM D22i6)......................................-.......................................................... 7.00
MC Chunk Moisture/Density (waxed chunk method).......................................................................... 18.00
0O/D Particle Size Analysis(ASTM D4Z2) ............................................................................................ 100.00
MA Particle Size Analysis (sieve only)................................................................................................. 451X0
M200 Percent passing#2O0sieve (ASTM Dll4O).................................................................................. 35.00
PIAttecbergLimits(ASTM D43l8)................................................................................................... 55.00
Non-Plastic................................................................................................................................. 30.00
SLShrinkage Limit(ASTM D427)...................................................................................................... 40.00
SG Specific Gravity, Apparent(ASTM D854ocCl27)..................................................................... 4000
PH pBmeasurement (ASTM <35l. D2976) ......................................................................................... 15.00
CO Electrical Conductivity o[Water.................................................................................................... 15.00
Q0L Soil Resistivity.............................................................. 35.00
MOLD Remolding specimen mspecified -----'----__-_.-----...--.. 40.00
TRIM Trimming to 1.43^ or 2.46" diameter............................................................................................. 15.00
SHELBY Shelby Tube handling and sample extrusion (per sample)........................................................... 15.00
COMP Compaction Test (minimunifour points)
Standard (ASTM D698)4 inch diameter mold ....-------'-------..----.----.. 100.00
Standard (ASTM DhQ#) 6 inch diameter mold .-'-----.----.-.--_-._-_----'_.. 13010
Modified (ASTM Dl557)4 inch diameter mold........................................................................... 110.00
Modified (ASTM D/557) 6inch diameter mold......... ................................................................ 140.80
UCUnconfined Compression................................................................................................................ 75.00
, TX 7duxbd Compression (ASTM D2850)
0JDUnconsolidated,undrained.............................................................................................................. 90.00
/DD/S Ducnuso\bdau:d,undnained, backpressure saturated ..................................................................... 150.00
/CU/S/P Consolidated, undrained. backpressure saturated
with pore pressure measurements................................................................................................. 245.00
/CD/3 Consolidated,drained, backpressure saturated.............................................................................. 270.00
V6 Vane Shear(ASTM D4648) per test -.---------.--.----_--.—.---'-----. 40.00
0S Direct Shear(ASTM D300)
/CD ~S-type, granular soils.................................................................................................................... 5510
/CD ~3~ type test ooplastic soils _''--'-'-''_--'.—'''''_'--'_----..--'-',_-- 110.00
/CU "R. type �s '-'-'—_---'''--_.._'---.-----._-------'_-_----. 85l0
C Consolidation (ASTM D2435)Time rate controlled \nud increment duration .......................... 250.80
Full 24-hour load increments............................................................................................... ..... ]25.)0
PT Permeability in Triaxial Cell (ASTM 5O84)
all soils except CB. MB gpcx ---''---------.--_-_ ...................................... 20010
CR, MB type soil......... ............................................................................................................... l25{X)
P Permeability in permcamen:r(grunuho onUo only) —'.—'---'---------------.. 60.00
APPENDIX B
AGI
TECHNOLOGIES
Schedule of Charges
Personnel
Principal.............................................................................................................................. $ 95 - 135 per hour
Associate............................................................................................................................. 80 - 100 per hour
Senior Professional............................................................................................................ 70 - 90 per hour
Project Professional........................................................................................................... 60 - 80 per hour
Staff Level II Professional................................................................................................ 50 - 70 per hour
Staff Level I Professional ..................................................................... ................. 40 - 60 per hour
Technician (Field & Laboratory)..................................................................................... 30 - 55 per hour
Graphics.............................................................................................................................. 40 - 50 per hour
ProjectSupport................................................................................................................... 30 - 55 per hour
Equipment
Highway Vehicle Mileage ......................................................................................................... $ 0.35 per mile
Dedicated Field Vehicle............................................................................................................. 40.00 per day
All-Wheel Drive Vehicle ........................................................................................................... 45.00 per day
CellularTelephone ..................................................................................................................... 1.00 per min.
ComputerServices...................................................................................................................... 25.00 per hour
Printing................:....................................................................................................................... 0.15 8.5 x 11
FieldEquipment.......................................................................................................................... See Other Side
Laboratory Testing ..................................................................................................................... Separate Schedule
Supplies ..................................................................................................................................... Cost+ 10 Percent
Charges for items not ordinarily furnished by AGI such as expendable equipment,rental equipment,subsistence,
travel, toils, special fees, permits, licenses, photographs, and long distance telephone calls.
OutsideServices....................................................................................................................... Cost+ 15 Percent
Subcontracted services such as boring or excavation contractors,subconsultants,labor,and technical services.
Travel
Travel time will be charged at regular hourly rates, portal to portal, not to exceed eight hours per day.
Legal
Legal testimony and preparation will be charged at standard rates +35%.
Side 1 of 2 Rev.4193
' APPENDIX B
Field Equipment Schedule of Charges
Category Rate Field Equipment
All equipment normally required for the following activities will be charged at a single daily rate. Special Rate
Field Equipment listed below will be charged in addition.There is a one-half day minimum.Equipment lists are
available upon request.
Equipment Category Day
Soil Sampling During Investigations or Excavation Control ...................................................................... $ 50.00
Field Moisture-Density Testing, Including Nuclear Gauge.......................................................................... 80.00
Surveying Boring or Monitoring Well Locations .................................................:........................................ 20.00
Ground Water Monitoring (Elevation and Subjective Criteria) ................................................................... 25.00
Ground Water Sampling and Testing.............................................................................................................. 30.00
AirMonitoring and Testing............................................................................................................................. 15.00
Vapor Extraction System Monitoring, Operation, and Maintenance........................................................... 35.00
Ground Water Treatment System Monitoring, Operation, and Maintenance.............................................. 25.00
Personal Protective Equipment--Level D (Per Individual)......................................................................... 25.00
Personal Protective Equipment-- Level C (Per Individual) ......................................................................... 50.00
Special Rate Field Equipment
The following equipment will be charged on an individual unit rate basis. There is a one-half day minimum.
Equipment Item Day Week Month
Photoionization Detector(OVM, HNU, TIP) ........................................................ 65.00 250.00 825.00
Flame Ionization Detector(OVA)........................................................................... 75.00 300.00 975.00
Explosimeter ............................................................................................................. 40.00 160.00 525.00
InterfaceProbe.......................................................................................................... 65.00 260.00 850.00
Dissolved Oxygen Probe.......................................................................................... 30.00 120.00 400.00
Turbidimeter.............................................................................................................. 25.00 100.00 325.00
Electronic Data Logger ............................................................................................ 50.00 200.00 650.00
Electrical Resistivity Meter ..................................................................................... 30.00 120.00 400.00
Redi-Flo Pump with Converter................................................................................ 100.00 400.00 1300.00
Continuous Water Level Recorder.......................................................................... 35.00 140.00 450.00
SlopeInclinometer.................................................................................................... 50.00 200.00 650.00
Self Contained Breathing Apparatus ( SCBA)...................................................... 55.00 220.00 725.00
Electrical Generator.................................................................................................. 45.00 180.00 575.00
TrashPump 1.0 HP................................................................................................... 15.00 60.00 200.00
TrashPump 1.3 HP................................................................................................... 25.00 100.00 325.00
TrashPump 3.0 HP................................................................................................... 35.00 140.00 450.00
Regenerative Blower ............................................................................................... 25.00 100.00 325.00
Side 2 of 2 Rev.4/93
w
APPENDIX C
PROJECT PERSONNEL
Geotechnical Services
San Pablo Dam Road Slide Repair - Sta. 252+00
Contra Cost County, California
Principal Engineer: John E. Newby, P.E., G.E. (AGI)
Associate Engineer: William K. Wikander, P.E., G.E. (AGI)
Engineering Geologist: James M. Joyce, R.G., C.E.G. (J&A)
Staff Geologist: John B. Adams (AGI)
Field Engineer: Paul R. Lohman (AGI)