HomeMy WebLinkAboutMINUTES - 02151994 - 1.5 TO: BOARD OF SUPERVISORS
FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR
DATE: February 15, 1994
SUBJECT: Approve Consulting Service Agreement with Applied Geotechnology Inc. for Storm
Damage Repairs on Alhambra Valley Road (Pinole Valley Road) and San Pablo Dam
Road, Sta. 272+00
Project Nos.: 0672-6136529-93 and 0672-613530-93
SPECIFIC REQUEST(S) OR RECOMMENDATIONS) &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
recommend a slope repair scheme for each of the above-referenced projects for an amount not
to exceed $25,000.
II. Financial Impact:
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:
In each site location, 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 alternate slope repair
schemes and related construction costs. Applied Geotechnology Inc. was selected from a
group of several firms to provide services for an earlier phase of work on these projects.
Because of heavy rains last winter, a number of County roads were damaged. The amount of
damage qualified the County for federal storm damage repair funds which includes these two
projects. Because of the time constraints for encumbering the federal funds, these projects
must be constructed this coming summer. To meet this schedule the soils consultant must
begin work immediately.
The Consultant has declared their intent tomeet ounty s M E/WBE goals through the use
ContinA gARaw .tk. SIGNATURE:
_ RECOMMENDATION OF COUNTY ADMINISTRATOR
RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER
SIGNATURE(S):
ACTION OF BOARD ON FEB 5 1994 APPROVED AS RECOMMENDED OTHER
VOT OF SUPERVISORS
UNANIMOUS (ABSENT )
AYES: NOES: I hereby certify that this is a true and correct Copy of
ABSENT: ABSTAIN: an action taken and entered on the minutes of tho
Board of Su T=own.ATTESTED:
PHIL BATCHELOR Clerk of the Board
SC:jlg of Supervisors and 6ountty�Administrator
c\80:8015d:tt
BY
v ,Deputy
Contact: Sam Choi 313-2352
Orig. Div: Public Works (Design Division)
cc: Auditor Controller
E. Kuevor,CAO
P.W.Accounting
Approve Consulting Service Agreement with Applied Geotechnology Inc. for Storm Damage Repairs
on Alhambra Valley Road (Pinole Valley Road) and San Pablo Dam Road, Sta. 272+00
Page 2
February 15, 1994
IV. Consequences of Negative Action:
If the Consulting Services Agreement with Applied Geotechnology Inc. is not approved, design
of the slide repair projects cannot be completed and the County may lose the federal matching
funds.
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: Applied Geotechnology Inc.
827 Broadway, Suite 210
Oakland CA 94607
(c) Project Name, Number & Location: San Pablo Dam Road Slide Repair (Sta. 253 + 00), El Sobrante 0672-6R6523-93
San Pablo Dam Road Slide Repair (Sta. 272 + 00), El Sobrante 0672-6R6530-93
Alhambra Valley Road Slide Repair, Pinole 0672-686529-93 (Pinole Valley Rd.
(d) Effective Date: February 15, 1994 (e) Payment Limit(s): S 20,754
(f) Completion Date(s): September 30, 1994
(g) Federal Taxpayer's I.D. or Social Security Number: 91-1212102
2. Signatures. These signatures attest the parties' agreement hereto:
PUBLIC AGENCY CONSULTANT
By: J. Michael Watford
Public Works Director/ By: �J L
Chief Engineer (Designate ficial capacity in the business
Type of Busine sole proprietorship, government
agency, partnership,(corpo ti , tc.) L�
If r atio a Df I corporatio�n+:�wo5!' irr4T Vn�+/+
Y: Ll�.e7 /�na..c r��0777ce/
( esig a officiaT c pacity in the business)
Note to Congoltant, For corporat' ns, the contract must be signed by two officers. The first signature must be that of the chairman
of the board, president or vic president; the second signature must be that of the secretary, assistant secretary, chief financial
officer or assistant treasur r. (Civ. Code, Sec. 1190 and Corps. Code. Sec. 313.) The acknowledgment below must be signed by a
Notary Public.
CERTIFICATE OF ACKNOWLEDGEMENT
State of -eai!Fonvie vvas i rf -on .)
County of Ki n� ) ss.
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)40/are subscribed
to the within instrument and acknowledged to me that *eJ.MWthey executed the same in fr+afher/their authorized capacity(ies), and
that by h157" /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed
the instrument.
WITNESS my hand and official steal. �/�I J / '
Dated: _ C��YI�I�t I 1 1614 l f n �t , / �v �j
(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.
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
amaximum deductible of $50,000; and (c) Comprehensive General Liability Insurance, including blanket contractual (or
contractual 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, and naming
Public Agency, East Bay Municipal Utility District, and 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.
'i Notwithstanding the foregoing, those incidental expenses specifically itemized in Appendix B shalt be reimbursable by Public
I 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 shalt 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.
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 (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. Payment of withheld
funds will be made within thirty (30) days of completing this work and submittal of a final 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 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.
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.
23. Indemnification. Consultant shall defend, indemnify, save and hold harmless Public Agency, East Bay Municipal Utility
District, and 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, subconsultants,
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 shall
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 Endorsements. Contractor shall not in its capacity as a contractor 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 Contractor capacity, Contractor 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 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 views.
26. Proiect Personnel. 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 6, Appendix C
Form approved by County Counsel (8/93)
c:sanpablo.gen
Applied Geotechnology Inc.
APPENDIX A
February 11, 1994
94-4007
Mr. Dean Eckerson
Contra Costa County Public Works Department
255 Glacier Drive
Martinez, California 94553
Dear Mr. Eckerson:
Revised Scope of Services and Fee Estimate
Geotechnical Services
Alhambra Valley Road Slide (Pinole Valley Road)
Project No. : 0672-6R6529-93
San Pablo Dam Road Slide (Station 272+00)
Project No. : 0672-6R6530-93
San Pablo Dam Road Slide (Station 252+00)
Contra Costa County, California
Applied Geotechnology Inc. (AGI) is pleased to present this revised scope of
services and fee estimate to perform geotechnical services during investigation
of the subject landslides. We submitted our Statement of Qualifications, and
a scope and fee estimate to you in our correspondence dated January 24, and
February 3, 1994. This scope and fee estimate is based upon information from
the following sources:
► Letter dated January 27, 1994 from the Contra Costa County Public Works
Department (County) .
► A site plan and cross-section by Geospectra dated November 1993, of the
landslide at Station 252+00 on along San Pablo Dam Road.
► Brief visits to each site.
► Review of geologic maps and reports in our files regarding the sites.
Revisions included in this scope and fee estimate are based upon our conversa-
tions on February 7 and 8, 1994.
Our project team consists of AGI (prime consultant) , Joyce & Associates (geology
consultant) , Pitcher Drilling (a Women owned Business Enterprise (WBE) ) , and HEW
Drilling (a Minority owned Business Enterprise (MBE) ) . We will attempt to meet
the County's goals of 10 percent WBE and 5 percent MBE involvement in the
project.
BACKGROUND
The three slides are located along Alhambra Valley Road and San Pablo Dam Road
in Contra Costa County, California. Brief descriptions of each slide area
follow.
Alhambra Valley Road Slide
We understand that this slide has .also been called the "Pinole Valley Road
Slide". The slide is located at the north side of Alhambra Valley Road about
300 feet west of the intersection with Castro Ranch Road. The slide is about
100 feet wide, 50 feet long, and 30 feet high. The slide scarp is along the
roadway shoulder. The slide bottom is along Pinole Creek. Slope inclinations
827 Broadway,Suite 210 Oakland,CA 94607 FAX 510/238-4599 Telephone 510/238-4590
I
Applied Geotechnology Inc.
APPENDIX A
Mr. Dean Eckerson
Contra Costa County Public Works Department
February 11, 1994
Page 2
vary from about 2:1 (horizontal:vertical) on undisturbed slopes adjacent to the
slide, to 1:1 on the slide. A few cracks, apparently related to the slide, are
located in the asphaltic concrete paved road.
The roadway appears to have been constructed over alluvium and minor amounts of
fill. Materials exposed by the slide consist mostly of clayey alluvium. The
slide appears to be relatively shallow. It may have been caused by undercutting
of the slope by Pinole Creek.
San Pablo Dam Road Slide (Station 272+001
The slide is located on the east side of San Pablo Dam Road about 2.9 miles
north of the intersection with Bear Creek Road. The slide is about 60 feet
wide, 60 feet long and about 30 feet high. The slide scarp is along the roadway
shoulder. The slide bottom is in the middle of the slope. Slope inclinations
on the slide and adjacent slopes are about 2:1. No cracks were observed in the
asphaltic concrete paved roadway above the slide. The roadway gradient and a
recently installed asphalt curb suggest that roadway drainage has concentrated
above the slide and has been allowed to flow over the slide area during rainy
weather. Eroded areas exist within and below the slide. A small tree within
the slide area has fallen over.
Geology maps show the area in which the slide is located to contain a large
ancient landslide. Repair of the subject slide will not result in stabilization
of the ancient landslide.
The roadway appears to have been constructed by placing fill over a native
slope. Materials exposed by the slide consist mostly of gravelly clay fill.
The slide appears to be relatively shallow, and located within the roadway fill.
It may have been caused by inadequate surface and subsurface drainage.
San Pablo Dam Road Slide (Station 252+00)
The slide is located on the east side of San Pablo Dam Road about 2.5 miles
north of the intersection with Bear Creek Road. A geotechnical investigation
of the slide was performed by Geospectra; the results were presented in their
report dated December 17, 1993. During their investigation, no borings were
drilled at the planned cribwall location.
PURPOSE AND SCOPE
General
The purpose of our services is to provide recommendations for slope repair of
the slides at Alhambra Valley Road and San Pablo Dam Road (Station 272+00) , and
determine the depth to.bedrock at the San Pablo Dam Road (Station 252+00) 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 County, as outlined below.
Field Exploration
Prior to field exploration, we will notify Underground Service Alert to identify
underground utilities in the areas to be explored. We will apply for drilling
permits from the Contra Costa County Department of Health Services.
I
Applied Geotechnology Inc.
APPENDIX A
Mr. Dean Eckerson
Contra Costa County Public Works Department
February 11, 1994
Page 3
Subsurface exploration will be by test borings and test pits. We anticipate
that 1 boring and 2 test pits will be drilled/excavated at the Alhambra Valley
Road site, 2 borings and 3 test pits will be drilled/excavated at the San Pablo
Dam Road (Station 272+00) site, and 1 boring will be drilled at the San Pablo
Dam Road (Station 252+00) site. The borings will extend at least 10 feet below
the creek elevation at the Alhambra Valley Road site, at least 10 feet into
native soil beneath the fill at the San Pablo Dam Road site (Station 272+00) ,
and at least 10 feet into bedrock at the San Pablo Dam Road (Station 252+00)
site; or to auger refusal at each site (whichever is shallower) . The test pits
will extend to a depth of about 14 feet below the groundsurface or to backhoe
refusal, whichever is shallower. We anticipate that the proposed boring and
test pit depths will reveal the slide planes; if not, we will meet with you to
discuss other exploration options. Test borings will be drilled in the roadway
shoulders near the landslide scarps. The boring at the Alhambra Valley Road
site will be drilled with a truck-mounted, solid-flight auger rig to the
anticipated depth of about 40 feet. Due to limited access at the scarp of the
San Pablo Dam Road (Station 272+00) site, the boring will be drilled with a
portable "minuteman" rig. "Minuteman" drilled borings will also be located
within the San Pablo Dam Road (Station 272+00) slide and at the planned crib
wall location at the San Pablo Dam Road (Station 252+00) slide. Test pits will
be excavated with a track-mounted backhoe. Upon completion, the boreholes and
test pits will be backfilled with the auger cuttings and excavated soil with no
compaction.
Due to environmental concerns, the Alhambra Valley Road site investigation will
be performed such that drilling and backhoe equipment will not enter Pinole
Creek. We will perform the drilling and excavating in a manner to prevent auger
cuttings and excavated soil from entering the creek during the course of our
field exploration.
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. At the borings drilled with a truck-mounted rig, the sampler will
be driven 18 inches with a 140 pound hammer with a 30 inch drop. Blow counts
will be recorded for the last 12 inches of each sample. At the borings drilled
with the "minuteman" rig, the sampler will be driven with a hand operated 40
pound hammer. Blow counts will be recorded for the length of the sample. Soil
samples from the test pits will be collected using a hand sampler driven with
a slide hammer.
Test boring and pit locations will be located by measuring from existing
features. 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 and test pits will be measured prior to
backfilling.
An experienced geologist will coordinate all utility location, permitting, field
exploration, placement of borings and test pits, and preparation of logs for
each exploration. Soil samples will be collected from the borings and test pits
at 2.5- to 5-foot intervals and at changes in soil conditions. Upon completion
of site exploration, soil samples will be transported to our laboratory for
examination and selection of representative samples for testing.
Applied Geotechnology Inc.
APPENDIX A
Mr. Dean Eckerson
Contra Costa County Public Works Department
February 11, 1994
Page 4
Geotechnical Laboratory Testing
Geotechnical laboratory testing will be performed to assess pertinent physical
characteristics of the soils encountered. We expect the testing program will
include strength (triaxial and direct shear) , expansion potential (as indicated
from Atterberg Limits) , classification, moisture/density, and compaction. We
will also perform strength testing of remolded samples of on-site material
anticipated to be excavated and reused as part of the slide repair.
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 slide repairs. at the
Alhambra Valley Road and San Pablo Dam Road (Station 272+00) sites. Our
analyses will include:
► Evaluation of aerial photographs for past and recent slope instability at
each site.
► Evaluation of the lateral extent and depth of the existing slides.
► Evaluation of slide repair methods we consider to be most practical.
► Evaluation of on-site materials to be used as part of the slide repairs.
We will work closely with the design team members during development of our
recommendations, and provide verbal recommendations regarding slide repair
methods as they are developed. The design team will choose the slide repair
method considered most viable for each site. The study results will be
presented in separate written draft reports (2 copies) and final reports (5
copies) for each site. The reports 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.
► Recommendations for the slide repair method chosen by the design team.
► 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
earthwork procedures. These recommendations will be presented in a form
compatible with Caltrans specifications.
Applied Geotechnology Inc.
APPENDIX A
Mr. Dean Eckerson
Contra Costa County Public Works Department
February 11, 1994
Page 5
We will present the results of our test boring at the San Pablo Dam Road
(Station 252+00) site in a brief letter including a copy of the site plan by
Geospectra showing the boring location and the boring log showing the depth to
bedrock.
Plans and Specifications Review
We understand that project plans, specifications and a cost estimate for each
slide repair will be developed by the County and will be reviewed by Caltrans.
AGI will review the plans and specifications for conformance with the intent of
the recommendations presented in our report, and respond to comments by Caltrans
pertaining to geotechnical findings and design recommendations.
SCHEDULE
We will schedule field investigation of the sites upon written authorization.
We will provide verbal preliminary conclusions and recommendations for the
Alhambra Valley Road and San Pablo Dam Road (Station 272+00) sites, and the
depth to bedrock at the San Pablo Dam Road (Station 252+00) site about 2 weeks
after authorization. Based upon authorization by February 15, 1994, the report
and letter will be completed in mid to late March.
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. For the
scope of services described herein, we estimate our fee will be $20,754,
including the cost of drill rig and backhoe rental. We will not exceed this
amount without your prior written authorization. A fee estimate detail for each
site and a list of proposed project personnel are attached.
AGI will submit invoices monthly and a final bill upon completion of services.
Separate invoices will be sent for each of the 3 sites.
If you are in agreement with the proposed scope of services and fee estimate,
please issue your standard contract.
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,
APPLIED GEOTECHNOLOGY INC.
William K. Wikander, P.E. , G.E.
Associate Engineer
WKW/JBA/wkw
attachments
Applied Geotechnology Inc.
APPENDIX A
FEE ESTIMATE DETAIL
slide Repair Investigation
Alhambra Valley Road (Pinole Valley Road)
Contra Costa County, California
IN- OUT-
PERSONNEL or ITEM NO. UNIT RATE LABOR HOUSE SIDE AMOUNT
Field Exploration
Includes the following:
Utility clearance by Underground Service Alert
Subsurface investigation with drill rig and backhoe
Soil sampling
Assume:
Slide depth no greater than 15 feet
A total of one day in the field to investigate the site
No subsurface utilities
Boreholes can be backfilled with auger cuttings
Test pits can be backfilled with cuttings, and with no compaction
The slide and surrounding areas do not contain hazardous wastes
County does not want roadways to be partially or fully blocked
Principal Engineer 0.5 hour @ $135 $ 68 $ 68
Associate Engineer 3 hours @ $92 276 276
Staff Geologist 8 hours @ $67 536 536
Sampling Equipment 1 day @ $50 50 50
Vehicle 60 miles @ $0.35 21 21
Eng. Geologist (J&A) 6 hours @ $75 450 450
Drilling Permit 267 267
Drill Rig (truck) 10 hours @ $160 1,600 1,600
Backhoe (track-hoe) 5 hours @ $90 450 450
AGI Mark Up 15 percent 415 415
Subtotal ---$$b T--Tn T
Geotechnical Laboratory Testing
Includes the following:
Testing soil samples from within and beneath the slide for:
Strength (short term and long term)
Expansion potential
Classification
Moisture content and density
Testing remolded samples of potential buttress material for:
Compaction
Strength (short term and long term)
Assume:
15 soil samples
On-site soils will be used to make buttress
TX(UU) 2 tests @ $90 $ 180 $ 180
Direct Shear 2 tests @ $110 220 220
Atterberg Limits 1 tests @ $55 55 55
Particle Size 1 tests @ $45 45 45
Moisture/Density 11 tests @ $10 110 110
Compaction Curves 1 tests @ $110 110 110
Remolding 1 tests @ $40 40 40
Subtotal � a � 7�6
Applied Geotechnology Inc.
APPENDIX A
FEE ESTIMATE DETAIL (Cont.)
Slide Repair Investigation
Alhambra Valley Road (Pinole Valley Road)
Contra Costa County, California
IN- OUT-
PERSONNEL or ITEM NO. UNIT RATE LABOR HOUSE SIDE AMOUNT
Analyses and Report
Includes the following:
One meeting with County
Slope stability analyses of the existing slope and proposed repair
Draft and final reports
Principal Engineer 1 hour @ $135 $ 135 $ 135
Associate Engineer 12 hours @ $92 1,104 1,104
Staff Geologist 14 hours @ $67 938 938
Technical Editor 2 hours @ $55 110 110
Drafting 6 hours @ $40 240 240
Clerical 7 hours @ $35 245 245
Vehicle 60 miles @ $0.35 21 21
Eng. Geologist (J&A) 10 hours @ $75 750 750
AGI Mark Up 15 percent 112 112
Subtotals T3= T—Tb T-3-ITS-9
Plans and Specifications Review, and Response to Caltrans Comments
Principal Engineer 1 hour @ $135 $ 135 $ 135
Associate Engineer 2 hours @ $92 184 184
Clerical 1 hour @ $35 35 35
Eng. Geologist 1 hour @ $75 75 75
AGI Mark Up . 15 percent 11 11
Subtotal 33T T--T1
TOTAL $ 4,006 $ 1,390 $ 3,592 $ 8,988
Applied Geotechnology Inc.
APPENDIX A
FEE ESTIMATE DETAIL
Slide Repair Investigation
San Pablo Dam Road (Station 272+00)
Contra Costa County, California
IN- OUT-
PERSONNEL or ITEM NO. UNIT RATE LABOR HOUSE SIDE AMOUNT
Field Exploration
Includes the following:
Utility clearance by Underground Service Alert
Subsurface investigation with drill rig and backhoe
Soil sampling
Assume:
Slide depth no greater than 15 feet
A total of one day in the field to investigate the site
No subsurface utilities
Boreholes can be backfilled with auger cuttings
Test pits can be backfilled with cuttings, and with no compaction
The slide and surrounding areas do not contain hazardous wastes
County does not want roadways to be partially or fully blocked
Principal Engineer 0.5 hour @ $135 $ 68 $ 68
Associate Engineer 3 hours @ $92 276 276
Staff Geologist 8 hours @ $67 536 536
Sampling Equipment 1 day @ $50 50 50
Vehicle 60 miles @ $0.35 21 21
Eng. Geologist (J&A) 6 hours @ $75 450 . 450
Drilling Permit 267 267
Drill Rig (minuteman) 10 hours @ $125 1,250 1,250
Backhoe (track-hoe) 5 hours @ $90 450 450
AGI Mark Up 15 percent 363 363
Subtotal T—S$a T__TjT 3
Geotechnical Laboratory Testing
Includes the following:
Testing soil samples from within and beneath the slide for:
Strength (short term and long term)
Expansion potential
Classification
Moisture content and density
Testing remolded samples of potential buttress material for:
Compaction
Strength (short term and long term)
Assume:
15 soil samples
On-site soils will be used to make buttress
TX(UU)- 2 tests @ $90 $ 180 $ 180
Direct Shear 2 tests @ $110 220 220
Atterberg Limits 1 tests @ $55 55 55
Particle Size 1 tests @ $45 45 45
Moisture/Density 11 tests @ $10 110 110
Compaction Curves 1 tests @ $110 110 110
Remolding 1 tests @ $40 40 40
Subtotal s T__70 T6b
Applied Geotechnology Inc.
APPENDIX A
FEE ESTIMATE DETAIL (Cont.)
Slide Repair Investigation
San Pablo Dam Road (Station 272+00)
Contra Costa County, California
IN- OUT-
PERSONNEL or ITEM NO. UNIT RATE LABOR HOUSE SIDE AMOUNT
Analyses and Report
Includes the following:
One meeting with County
Slope stability analyses of the existing slope and proposed repair
Draft and final reports
Principal Engineer 1 hour @ $135 $ 135 $ 135
Associate Engineer 12 hours @ $92 1,104 1,104
Staff Geologist 14 hours @ $67 938 938
Technical Editor 2 hours @ $55 110 110
Drafting 6 hours @ $40 240 240
Clerical 7 hours @ $35 245 245
Vehicle 60 miles @ $0.35 21 21
Eng. Geologist (J&A) 10 hours @ $75 750 750
AGI Mark Up 15 percent 112 112
Subtotal y ,-T7� i33
Plans and Specifications Review, and Response to Caltrans Comments
Principal Engineer 1 hour @ $135 $ 135 $ 135
Associate Engineer 2 hours @ $92 184 184
Clerical 1 hour @ $35 35 35
Eng. Geologist 1 hour @ $75 75 75
AGI Mark Up 15 percent 11 11
Subtotal � � � 4�
TOTAL $ 4,006 $ 1,338 $ 3,242 $ 8,586
i
Applied Geotechnology Inc.
APPENDIX A
FEE ESTIMATE DETAIL
Geotechnical Services
San Pablo Dam Road (Station 252+00)
Contra Costa County, California
IN- OUT-
PERSONNEL or ITEM NO. UNIT RATE LABOR HOUSE SIDE AMOUNT
Field Exploration
Includes the following:
Utility clearance by Underground Service Alert
Subsurface investigation with "minuteman" drill rig
Soil sampling
Assume:
Slide depth no greater than 20 feet
A total of one day in the field to investigate the site
No subsurface utilities
The borehole can be backfilled with auger cuttings
The slide and surrounding areas do not contain hazardous wastes
Principal Engineer 0.5 hour @ $135 $ 68 $ 68
Associate Engineer 3 hours @ $92 276 276
Staff Geologist 8 hours @ $67 536 536
Sampling Equipment 1 day @ $50 50 50
Vehicle 60 miles @ $0.35 21 21
Drilling Permit 267 267
Drill Rig (minuteman) 8 hours @ $125 1,000 1,000
AGI Mark Up 15 percent 190 190
Subtotal ff$� "�i 1�GT $
Analyses and Report
Includes the following:
Letter report
Principal Engineer 1 hour @ $135 $ 135 $ 135
Associate Engineer 2 hours @ $92 184 184
Staff Engineer 4 hours @ $67 268 268
Drafting 2 hours @ $40 80 80
Clerical 3 hours @ $35 105 105
Subtotals —t31 f$
TOTAL $ 1,652 $ 261 $ 1,267 $ 3,180
TOTAL (ALL THREE SITES) $ 9,664 $ 2,989 $ 8,101 $20,754
APPENDIX B Applied Geotechnology Inc.
-
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.
Computer Services...................................................................................................................... 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, tolls, 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.4/93
Applied Geotechnology Inc.
APPENDIX B
Laboratory Schedule of Charges
Symbol Type of Test Rate
MD Moisture/Density test, brass liner sample......................................................................................$ 10.00
MMoisture Content(ASTM D2216).................................................................................................. 7.00
MC Chunk Moisture/Density (waxed chunk method).......................................................................... 18.00
HYD Particle Size Analysis (ASTM D422) ............................................................................................ 100.00
MA Particle Size Analysis (sieve only)................................................................................................. 45.00
M200 Percent passing#200 sieve (ASTM D1140).................................................................................. 35.00
PI Atterberg Limits (ASTM D4318)................................................................................................... 55.00
Non-Plastic................................................................................................................................. 30.00
SL Shrinkage Limit(ASTM D427)...........................:.......................................................................... 40.00
SG Specific Gravity, Apparent(ASTM D854 or C 127)..................................................................... 40.00
PHpH measurement (ASTM G51, D2976) ......................................................................................... 15.00
CO Electrical Conductivity of Water.................................................................................................... 15.00
SRSoil Resistivity ................................................................................................................................. 35.00
MOLD Remolding specimen to specified moisture/density...................................................................... 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 (minimum four points)
Standard (ASTM D698) 4 inch diameter mold ............................................................................. 100.00
Standard (ASTM D698) 6 inch diameter mold ............................................................................. 130.00
Modified (ASTM D1557) 4 inch diameter mold........................................................................... 110.00
Modified (ASTM D1557) 6 inch diameter mold........................................................................... 140.00
UCUnconfined Compression ................................................................................................................ 75.00
TX Triaxial Compression (ASTM D2850)
/UU Unconsolidated, undrained.............................................................................................................. 90.00
/UU/S Unconsolidated, undrained, backpressure saturated ..................................................................... 150.00
/CU/S/P Consolidated, undrained, backpressure saturated
with pore pressure measurements................................................................................................. 245.00
/CD/S Consolidated, drained, backpressure saturated.............................................................................. 270.00
VS Vane Shear (ASTM D4648) per test .............................................................................................. 40.00
DS Direct Shear (ASTM D3080)
/CD "S„ type, granular soils.................................................................................................................... 55.00
/CD "S„ type test on plastic soils ........................................................................................................... 110.00
/CU "R„ type test ..................................................................................................................................... 85.00
C Consolidation (ASTM D2435)Time rate controlled load increment duration .......................... 250.00
Full 24-hour load increments .......................................................................................................... 325.00
PT Permeability in Triaxial Cell (ASTM 5084)
allsoils except CH, MH types ...................................................................................................... 200.00
CH, MH type soil ........................................................................................................................... 225.00
P Permeability in Permeameter(granular soils only) ...................................................................... 60.00
Side 1 of 1 Rev.4/92
Applied Geotechnology Inc.
APPENDIX C
PROJECT PERSONNEL
Geotechnical Services
Alhambra Valley Road, and
San Pablo Dam Road (Stations 252+00 and 272+00)
Contra Costa County, California
Principal Engineer: Donald E. Bruggers, 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)
I
i