Loading...
HomeMy WebLinkAbout4.2 AgrmntW/EarthSystemsCITY OF DUBLIN AGENDA STATEMENT CITY COUNCIL MEETING DATE: NOVEMBER 25, 1991 SUBJECT: Agreement with Earth Systems Consultants (ESC) to Conduct Geotechnical and Soils Investigation of the Western Hillside of San Ramon Road. Report by Lee S. Thompson, Public Works Director EXHIBITS ATTACHED: RECOMMENDATION: FINANCIAL STATEMENT: 1) Resolution Approving Agreement 2) Agreement 3) Copy of City Request for Proposal (RFP) ~~Adopt Resolution . The co~t of the study is not to exceed $15,872. The amount of $10,000 is budgeted in the line item for soils testing in the San Ramon Road Improvement Phase IV Capital Improvements Project (CIP) for this purpose. There are sufficient total funds budgeted for 1991-92 to cover the increase in this line item. These funds are to be paid from State Gas Tax subventions. DESCRIPTION: Included within the San Ramon Road Phase IV Capital Improvement Project is a geotechnical and soils investigation to determine the soil stability of the western hillside of San Ramon Road. The soil on the western hillside of San Ramon Road, between Vomac Road and Alcosta Boulevard shows possible signs of previous instability, and it is suspected that the Calaveras Fault also traverses this area. There has been a long-term plan to landscape the western slope of San Ramon Road within the public right-of-way, if feasible. A geotechnical and soils investigation needs to be performed to determine (1) if this hillside will be stable in an earthquake on the Calaveras Fault for the safety of the residents above the slope and of the road below; (2) whether this slope will remain stable if irrigated or if an earthquake occurs, and the cause of any instability resulting in slope movement; and (3) to recommend mitigation measures, if needed, to improve stability. The Public Works Department received three (3) proposals from local qualified engineering consulting firms. After reviewing all three proposals for past performance, experience, knowledge of the area, ability to complete the project in a timely manner, and equipment and staffing, Staff considered Earth Systems Consultants (ESC) as best able to fulfill the City's requirements. After selecting Earth Systems Consultants, Staff opened the fee proposal package and found ESC's fees to be in line with the scope of work to be performed. In accordance with State law, selection of engineers and architects must be based upon qualifications, rather than bid price. Staff recommends that the City Council adopt the Resolution approving the Agreement with Earth Systems Consultants. ITEM NO. COPIES TO: Earth Systems Consultants RESOLUTION NO. -91 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN APPROVING AGREEMENT WITH EARTH SYSTEMS CONSULTANTS FOR GEOTECHNICAL AND SOILS INVESTIGATION TO DETERMINE SOIL STABILITY OF THE WESTERN HILLSIDE OF SAN RAMON ROAD (BETWEEN VOMAC ROAD AND ALCOSTA BOULEVARD) AND WHETHER LANDSCAPING IN THE AREA IS FEASIBLE WHEREAS, the City of Dublin plans to landscape the western slope of San Ramon Road within the public right-of-way at a future date; and WHEREAS, the soil on the western hillside of San Ramon Road between Vomac Road and Alcosta Boulevard shows signs of previous instability; and WHEREAS, a geotechnical investigation is needed to determine whether the slope in this area is stable or can be made stable; and WHEREAS, earthquake and/or landscaping with irrigation in this area may promote instability and if so, a determination of the steps necessary to lessen the chance for instability needs to be made; and WI{EREAS, contract personnel are needed to perform this technical service; and WHEREAS, Earth Systems Consultants has demonstrated adequate ability to perform the work; NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does approve the agreement with Earth Systems Consultants to conduct a geotechnical investigation for the western hillside of San Ramon Road between Vomac Road and South of Alcosta Boulevard. BE IT FURTHER RESOLVED that the City Manager is authorized to execute the agreement. PASSED, APPROVED A19D ADOPTED this 25th day of November, 1991. AYES: NOES: ABSENT: Mayor ATTEST: City Clerk a:reso\hillside STANDARD CONSULTING ENGINEERING SERVICES AGREEMENT THIS AGREEMENT is made at Dublin, California, as of /~E~ .5 ., 1991, by and between the CITY OF DUBLIN, a municipal corporation ("City"), and Earth Systems Consultants, ("Consultant"), who agree as follows: 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in Exhibit A. Consultant shall provide said services at the time, place, and in the manner specified in Exhibit A. 2. PAYMENT. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth in Exhibit B. The payments specified in Exhibit B shall be the only payments to be made to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all billings for said services to City in the manner specified in Exhibit B; or, if no manner be specified in Exhibit B, then according to the usual and customary procedures and practices which Consultant uses for billing clients similar to City. 3. FACILITIES AND EQUIPMENT. Except as set forth in Exhibit C, Consultant shall, at its sole cost and expense, furnish all facilities and equipment which may be required for furnishing services pursuant to this Agreement. City shall furnish to Consultant only the facilities and equipment listed in Exhibit C according to the terms and conditions set forth in Exhibit C. Agreement Page 1 of 4 October 31, 1991 4. GENERAL PROVISIONS. The general provisions set forth in Exhibit D are part of this Agreement. In the event of any inconsistency between said general provisions and any other terms or conditions of this Agreement, the other term or condition shall control insofar as it is inconsistent with the general provisions. 5. EXHIBITS. Ail exhibits referred to herein are attached hereto and are by this reference incorporated herein. 6. SUBCONTRACTING. The Consultant shall perform the work contemplated with resources available within its own organization and no portion of the work pertinent to this contract shall be subcontracted without written authorization by the City, except that which is expressly identified in the Consultant's proposal. 7. CHANGES. City may from time to time require changes in the scope of the services by Consultant to be performed under this Agreement. Such changes, including any change in the amount of Consultant's compensation which are mutually agreed upon by City and Consultant, shall be effective as amendments to this Agreement only when in writing. 8. RESPONSIBLE CHARGE. Consultant shall assign a project manager(s) to the project for the duration of the project. There shall be no change in the Project Manager or members of the project team without prior written approval by the City. The Project Manager for Consultant shall be Dr. Wayne S. Smith. 9. CONTRACT ADMINISTRATION. This Agreement shall be administered by LEE S. THOMPSON ("Administrator"). Ail correspondence shall be directed to or through the Administrator or his designee. Agreement Page 2 of 4 October 31, 1991 to: 10. NOTICES. Any written notice to Consultant shall be sent Earth Systems Consultants 5880 West Las Positas Blvd., #52 Pleasanton, CA 94588 (510) 463-0844 Agreement Page 3 of 4 October 31, 1991 Attest: Any written notice to City shall be sent to: Lee S. Thompson Director of Public Works/City Engineer P. O. Box 2340 Dublin, CA 94568 Executed as of the day first above stated: CITY OF DUBLIN, a municipal corporation City Clerk Approved as to form: By "City" "Cdnsultant" } City Attorney Agreement Page 4 of 4 October 31, 1991 EXHIBIT A SCOPE OF SERVICES AND SCHEDULE PER JOB NO. pP-101 DATED SEPTEMBER 18, 1991 AND REVISED JOB NO. PP-10t DATED NOVEMBER 4, 1991, FROM EARTH SYSTEMS CONSULTANTS (ATTACHED). Exhibit A Page 1 of t November 5, 1991 EXHIBIT B PAYMENT SCHEDULE City shall pay Consultant an amount not to exceed the total sum of FIFTEEN THOUSAND SEVEN HUNDRED EIGHTY-TWO DOLLARS (15,782) for services to be performed pursuant to this Agreement. Consultant shall submit invoices monthly based on the cost for services performed in accordance with the Job No. PP-101 dated September 18, 1991 and revised Job No. pP-101 dated November 4, 1991. The total sum stated above shall be the total which City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further or additional service pursuant to this Agreement unless such extra service and the price therefor is agreed to in writing executed by the City Manager or other designated official of City authorized to obligate City thereto prior to the time such extra service is rendered. If the cost for additional services is over 25% of the original contract amount, City Council approval is required. Exhibit B Page 1 of 2 November 5, 1991 The services to be provided under this Agreement may be terminated without cause at any point in time in the sole and exclusive discretion of City. If the Agreement is terminated by City, Consultant shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents and other materials to the effective date of such termination. In that event, all finished and unfinished documents and other materials shall, at the option of the City, become City's sole and exclusive property. Consultant hereby expressly waives any and all claims for damages or compensation arising under this Agreement. Consultant shall maintain adequate logs and timesheets in order to verify costs incurred to date. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of a fully executed Purchase Order from the Finance Department of the City of Dublin. Exhibit B Page 2 of 2 November 5, 1991 EXHIBIT C City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Contractor's use while consulting with City employees and reviewing records and the information in possession of City. The location, quantity, and time of furnishing said physical facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility which may involve incurring any direct expense, including, but not limiting the generality of this exclusion, long- distance telephone or other communication charges, vehicles, and reproduction facilities. Exhibit C Page 1 of 1 October 31, 1991 EXHIBIT D GENERAL PROVISIONS o INDEPENDENT CONTRACTOR. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. City shall have the right to control Consultant only insofar as the results of Consultant's engineering services rendered pursuant to this Agreement; however, City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. LICENSES; PERMITS; ETC. Consultant represents and warrants to City that he has all licenses, permits, qualifications and approvals of whatsoever nature which are legally required for Consultant to practice his profession. Consultant represents and warrants to City that Consultant shall~ at his sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals which are legally required for Consultant to practice his profession. TIME. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary for satisfactory performance of Consultant's obligations pursuant to this Agreement. INSURANCE REQUIREMENTS. Consultant shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Consultant, his agents, representatives, employees or subcon- tractors. The cost of such insurance shall be included in the Consultant's bid. A. Minimum Scope of Insurance. Coverage shall be at least as broad as: (1) Insurance Services Office form number GL 0002 (Ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability; or Insurance Services Office Commercial General Liability coverage ("occurrence" form CG 0001). (2) Insurance Services Office form number CA 0001 (Ed. 1/78) covering Automobile Liability, code 1 "any auto" and endorsement CA 0025. (3) Worker's Compensation insurance as required by the Labor Code of the State of California and Employers Liability Insurance. Exhibit D Page 1 of 5 October 31, 1991 B. Minimum Limits of Insurance. Consultant shall maintain m o limits no less than: (1) General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. (2) Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. (3) Workers Compensation and Employers Liability: Workers Compensation limits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per accident. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials and employees; or the Consultant shall procure a bond guarantee- ing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The policies are to contain, or be endorsed to contain, the following provisions: (1) General Liability and Automobile Liability Coverages. (a) The City, its officers, officials, employees and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Consultant; products and completed operations of the Consultant, premises owned, occupied or used by the Consultant, or automobiles owned, leased, hired or borrowed by the Consultant. The coverage shall contain no special limitations on the scope of the protection afforded to the City, its officers, officials, employees or volunteers. (b) The Consultant's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. Exhibit D Page 2 of 5 October 31, 1991 E o Ho (c) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. (d) The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2) Worker's Compensation and Employers Liability Coverage. The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from work performed by the Consultant for the City. 3) Professional Liability. Consultant shall carry professional liability insurance in an amount deemed by the City to adequately protect the City against liability caused by negligent acts, errors or omissions on the part of the Consultant in the course of performance of the services specified in this Agreement. 4) Ail Coverages. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a Bests' rating of no less than A:VIII. Verification of Coveraqe. Consultant shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. The ]Risk Manager of City may approve a variation of those insurance requirements upon a determination that the coverages, scope, limits and forms of such insurance are either not commercially available or that the City's interests are otherwise fully protected. Exhibit D Page 3 of 5 October 31, 1991 o o o CONSULTANT NO AGENT. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. ASSIGNMENT PROHIBITED. No party to this Agreement may assign any right or obligation pursuant to this Agreement. Any attempted or purported assignment of any right or obligation pursuant to this Agreement shall be void and of no effect. PERSONNEL. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the removal of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, cause the removal of such person or persons. STANDARD OF PERFORMANCE. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged in the geographical area in which Consultant practices his profession. Ail instruments of service of whatsoever nature which Consultant delivers to City pursuant to this Agreement shall be prepared in a substantial, first class and workmanlike manner and conform to the standards of quality normally observed by a person practicing in Consultant's profession. HOLD HARMLESS AND RESPONSIBILITY OF CONSULTANTS. Consultant shall take all responsibility for the work, shall bear all losses and damages directly or indirectly resulting to him, to any subcon- sultant, to the City, to City officers and employees, or to parties designated by the City, on account of the negligent performance or character of the work, unforeseen difficulties, accidents, occurrences or other causes predicated on active or passive negligence of the Consultant or of his subconsultant. Consultant shall indemnify, defend and hold harmless the City, its officers, officials, directors, employees and agents from and against any or all loss, liability, expense, claim, costs (including costs of defense), suits, and damages of every kind, nature and description directly or indirectly arising from the negligent performance of the work. This paragraph shall not be construed to exempt the City, its employees and officers from its own fraud, willful injury or violation of law whether willful or negligent. For purposes of Section 2782 of the Civil Code the parties hereto recognize and agree that this Agreement is not a construction contract. By execution of this Agreement Consultant acknowledges and agrees that he has read and understands the provisions hereof and that this paragraph is a material element of consideration. Approval of the insurance contracts does not relieve the Consultant or subconsultants from liability under this paragraph. Exhibit D Page 4 of 5 October 31, 1991 10. 11. GOVERNMENTAL REGULATIONS. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. DOCUMENTS. All reports, data, maps, models, charts, designs, plans, studies, surveys, photographs, memoranda or other written documents or materials prepared by Consultant pursuant to this Agreement shall become the property of City upon completion of the work to be performed hereunder or upon termination of the Agreement. No such materials or properties produced in whole or in part under this Agreement shall be subject to private use, copyrights, or patent rights by Consultant in the United States or in any other country without the express written consent of City. City shall have unrestricted authority to publish, disclose (as may be limited by the provisions of the California Public Records Act), distribute, and otherwise use, copyright or patent, in whole or in part, any such reports, studies, data, statistics, forms or other materials or properties produced under this Agreement. a:agmt\berlogar Exhibit D Page 5 of 5 October 31, 1991 Eart___h_h S__ys__tems Consultants Northern California 5880 West Las Positas Blvd., Suite 52 Pleasanton, CA 94588 (510) 463-0844 FAX (510) 463-06~t8 PP-101 (Revised) November 4, 1991 Mr. Lee Thompson, Director Public Works / City Engineer City of Dublin 100 Civic Plaza Dublin, California 94568 Subject: Western Hillside of San Ramon Road Between Vomac Road and South of AIcosta Boulevard Dublin, California REVISIONS TO PROPOSAL AND FEE ESTIMATE FOR GEOTECHNICAL INVESTIGATION Gentlemen: Earth Systems Consultants previously submitted a Proposal For Geotechn/cal Investigation and a Fee Estimate for Geotechnical Investigation for the subject project, located in Dublin, California. Both documents were dated September 18, 1991. At our negotiations meeting on October 30, 1991, you requested that we consider reducing our scope of work on the project in order to reduce our total estimated fee of $19,517.00. Based on our discussions with you and our review of available geotechnical and geologic data contained in the provided reports and maps, we present the following revisions to our scope of work and the revised estimated fees. The subsurface exploration described in Item (4)of the Proposed Work Program in our proposal was based on analyzing three cross-sections of the slope. Instead we will analyze only two cross-sections thereby reducing the number of required soil borings from six to four. This reduction in scope was possible since the northern area of the site is privately owned. Therefore, the estimated fee for Task II (a) will be reduced from $5,606.00 to $3,366.00. The laboratory testing program described in Item (6) of the Proposed Work Program in our proposal will be reduced accordingly because there will be less sampling. Therefore, the estimated fee for Task III will be reduced from $2,920.00 to $2,100.00. We have also reduced the length of the meeting associated with Item (1) of the Proposed Work Program in our proposal from three hours to two hours, and the number of representatives from our firm attending the meet!rig from three to two. Therefore, t. he estimated fee for Task I will be reduced from $2,420.00 to $1,745.00. PP-101 (Revised) November 4, 1991 The revised estimated fees associated with each task are as follows: Original Task Description ~ Meet with City's representatives to review scope of work and fees; site reconnaissance and review of existing geotechnical reports, drawings, aerial photographs, topographic maps, and other pertinent documents. Revised $ 2,420.00 $ 1,745.00 II a) Planning and implementation of a field program, which will include borings and sampling. b) Seismic survey of the site. 5,606.00 3,366.00 2,200.00 2,200.00 III Planning and implementation of a laboratory testing program to determine relevant engineering characteristics of the sampled subsurface materials. 2,920.00 2,100.00 IV Engineering analysis of geotechnical data and meet with City of Dublin Public Works staff to discuss findings. 3,185.00 3,185.00 V Preparation of a report with the appropriate graphics which will present the findings of study and recommendations for the project. TOTAL ESTIMATED FEE: 3.186.00 3.186.00 $19,517.00 $15,782.00 As stated in our September 18, 1991 fee estimate letter, the above estimated fees are based on the hourly rates and unit prices listed on the enclosed Fee Schedule (5/90), and is valid through the end of 1991. We will notify you immediately if there are any changed field conditions that would result in a substantial change from the above revised estimate. The foregoing estimate does not include any services that may be required after submittal of the report. ?P-101 (Revised) November 4, 1991 If the above revised scope of work and estimated fees are satisfactory, and you wish us to proceed with the geotechnical services described above, please submit the appropriate contract documents for our review and signature. Respectfully submitted, EARTH SYSTEMS CONSULTANTS ~:~RT~CAUFORNIA Fernando Silva Staff Engineer Dr. Wayne S. Smith Vice President FS/WSS :tm 101 Enclosures: Fee Schedule (5/90) Copies: 3 to City of Dublin 3 Eart___~h_h ?_ys__tems Consultants Northern California 5880 West Las Positas Blvd., Suite 52 Pleasanton, CA 94588 (510) 463-0844 FAX (510) 463-0648 The following schedule presents typical rates for professional and technical services. services can be contracted on a negotiated fixed-fee basis, or lixed-rate basis. I1 desired, personnel Non-Technical Assistant ................................................................. $ Word Processor .............................................................................. Technical Aide/Drafler ................................................................... Technician ...................................................................................... Senior Technician ........................................................................... Supervisory Technician .................................................................. Assistant Engineer/Geologist .......................................................... Staff Engineer/Geologist .................................................................. Project Engineer/Geologist ............................................................. Senior Engineer/Geologist, Project Manager ................................. Associate ........................................................................................... Principal Engineer/Geologist .......................................................... Principal .......................................................................................... Consultant ........................................................................................ Hourly Rate 37.00 42.00 47.00 52.00 55.00 - 61.00 64.00 - 67.00 67.00 - 69.00 70.00 - 73.00 70.00 73.00 80.00 - 84.00 85.00 95.00 95.00 -105.00 110.00 -120.00 125.00 -135.00 140.00 -160.00 160.00 -180.00 personnel-Related Char(3es Minimum Fee for professional services is $600.00. Minimum Fee for 1/2 day (4-hour maximum) for Deposition, Hearing or Court Appearance is $800.00. Time running through the noon hour will carry a full day charge of $1,400.00. Field services at the applicable hourly rates are billed portal-to portal, in accordance with the following minimum charges. Nuclear density gauge charged at $3.00 per hour of testing. --2 hours minimum charge per day for field services; --4 hours minimum charge per day for field services in excess of 2 hours in one day; or --8 hours minimum charge per day tor field services in excess of 4 hours in one day. Overtime for time in excess of 8 hours and Saturday work are 1.5 times hourly rate. Sunday work is two times and Holiday work is three times hourly rate. Mileage: Auto and Pic~,up mileage .............. $ 0.35 per mile Truck mileage .............................. $ 0.50 per mile Other Cheroes Subcontract services are charged at cost plus 20%. These include, but are not limited to, consultants' fees, equipment rental (such as drilling, bulldozing, trenching and special access equipment needed for geotechnical Investigations), aerial photographs, incidental expenses, and extra report copies. Replacement Costs: Shelby Tubes ..........................$ 16.00 Brass Liners ........................... $ 13.00 Invoices will be submitted at the completion ot work or at two-week intervals. Invoices are payable upon presentation. Invoices 30 days past due will be subject to a service charge of one and one-half percent (11/2 %) per month from date of invoice, annual percentage rate of 18%. 5/90 (Side1) PROPOSAL FOR GEOTECHNICAL INVESTIGATION WESTERN HILLSIDE OF SAN RAMON ROAD BETWEEN VOMAC ROAD AND SOUTH OF ALCOSTA BOULEVARD Dublin, California Prepared for CITY OF DUBLIN Dublin, California 5880 By EARTH SYSTEMS CONSULTANTS NORTHERN CALIFORNIA W. Las Positas Boulevard, Suite Pleasanton, California 52 SEPTEMBER 1991 Earth Systems Consultants Northern California PP-101 September 18, 1991 5880 West Las Positas Blvd., Suite 52 Pieasanton, CA 94588 (510) 463-0~-~4 FAX (510) 463-0648 Mr. Lee Thompson, Director Public Works / City Engineer City of Dublin 100 Civic Plaza Dublin, California 94568 Subject: Western Hillside of San Ramon Road Between Vomac Road and South of Alcosta Boulevard Dublin, California PROPOSAL FOR GEOTECHNIOAL INVESTIGATION Dear Mr. Thompson: Earth Systems Consultants Northern California is pleased to respond to your Request for Proposal to provide a geotechnical investigation of the western hillside of San Ramon Road, located between Vomac Road and South of Alcosta Boulevard, in Dublin, California. We have reviewed the information provided with the Request for Proposal (RFP), with special attention to the scope of work, proposal format and general information. Our firm is well qualified to provide the services requested for the subject project. The attached proposal has been prepared in accordance with the format and content described in the Proposal Requirements section of the RFP. The proposed services will be performed under the direction of Dr. Wayne S. Smith, Engineering Manager. Thank you for the opportunity to submit this proposal. If there are any questions regarding our qualifications, proposed services or other aspects of this proposal, please contact the undersigned at our Pleasanton office. Respectfully submit,!ed, EARTH SYSTEMS CONSULTANTS ~~.~AU,~FO RNIA '"--F~rnando Silva Staff Engineer Vice President Dr. Way/ne S. Smith, C.E. 28278 Engineering Manager FS/WS S/M L:tm 1 01 Copies:. 3 to City to Dublin pp-101 September 18, 1991 PROPOSAL FOR GEOTECHNICAL INVESTIGATION CLIENT: City of Dublin PROJECT: Western Hillside of San Ramon Road Between Vomac Road and South of Alcosta Boulevard Dublin, California INTRODUCTION Based on the information provided with the Request for Proposal (RFP), it is our understanding that the City of Dublin plans to landscape the western slope of San Ramon Road, located between Vomac Road and just south of AIcosta Boulevard. The location of the slope is shown on the attached Figure 1, which was reproduced from the figure attached to the RFP. A geotechnical study is required to evaluate the stability of the subject slope and whether landscaping of the slope is feasible. If the slope is determined to be unstable, recommendations are required for mitigative measures for stabilization. If the slope is stable, then a study is required to evaluate if landscaping irrigation will tend to destabilize the slope. If so, then recommendations for mitigation measures are required to develop a stable slope. As we understand the project, the City of Dublin has two main concerns: 1) the long-term stability of the slope; and 2) whether the slope is impacted by an active fault. Earth Systems Con~,ultants Northern California (ESC) is in an excellent position to provide the requested geologic and geotechnical information. ESC previously mapped the Calaveras Fault south of the proposed site, in Shannon Park, while working on the Southgate Subdivision, and we recommended the setback zone in use today. In a study done by ESC at Laborers Camp, just north of the Alameda County line, no evidence of the fault was found. We have also done geologic studies for The Springs (old Hansen Ranch) and the Dublin Ice Rink. On these projects an active fault was located and a set back zone was established. This zone has been utilized to position the PP-101 September 18, 1991 various structures along San Ramon Road. These reports were reviewed and approved by Dave Carpenter, the County Geologist at that time. These reForts are on file with the County and at our offices. Earth Systems Consultants has various types and scales of stereo aerial photographs on file that date from 1948 to the present. Many of the photos were specifically flown under contract to ESC. The types of photos include large and small scale black and white, black and white Iow sun angle, infrared, false color infrared and color. These photos will be used in this study. The position of the "Calaveras Fault" as it relates to this site is presently in question. At a recent Geological Society of America Convention held in San Francisco in February 1991, three papers (USGS fault studies) indicated that the activity of the Calaveras Fault may transfer to the Hayward Fault at Sunol (south of Dublin). The Special Studies Map (CDMG, 1982) shows the position of the fault along the western property line, where as in 1974 the previous special studies zone map showed the fault in the valley. The USGS (1976) shows the fault as stopping at the county line north of this site. The fault is placed in the valley east of the site. Numerous other publications, including oil company studies, have various locations for the fault. There is no agreement in the literature as to the location of the fault in this part of Dublin. Prior to the formation of the City of Dublin the site specific geologic repods were reviewed by the engineering geologist for Alameda County. The position of the fault from the studies he reviewed placed the fault as trending toward the valley south of Shannon Avenue. It is our opinion, therefore, that a seismic survey should be performed on the site rather than a trenching study for several reasons: a) to verify that the fault is not located on site; b) trench backfill on the slope~:face would probably wash out in a future heavy rain; and c) trenches on the top of the hill could allow water to penetrate the upper slope, potentially decreasing the stability of the slope. Our proposed seismic survey, along with our boring program, should give us sufficient information to model the slope for stability. The soil characteristics will govern the stability of the slope rather than the geologic bedding. As pointed out by Dorothy Radbruch, 1964, landslides in the Orinda formation occur as often across the bedding planes as with the bedding PP-101 September 18, 1991 planes. She also pointed out that north-facing slopes failed much more often than south-facing slopes, since the north-facing slopes accumulated more water and could not dry out due to a lack of sunlight. Therefore, our study will include analyzing the subject east-facing slope and whether the added irrigation and lack of afternoon sunlight could decrease the stability of the slope. Pro.Dosed Work Program We propose the following items of work to provide the required geotechnical information for this project. 1 ) Meet with representatives of the City of Dublin to review the proposed scope of work, fees and tentative completion dates. 2) Perform a site reconnaissance. The site will be checked for surface soil conditions and geologic features, equipment accessibility and other visible features, such as fill, debris and vegetation. 3) Gather, review and evaluate existing geotechnical reports, construction drawings, aerial photographs, topographic maps, and other pertinent documents. This item will include a stereoscopic analysis of aerial photographs from Earth Systems Consultants files dating back to 1948. We will also review the geotechnical data contained in the soils report for the adjacent subdivision from the City and County files files. We anticipate that the City of Dublin will provide us with a topographic map of the slope. 4) Subsurface exploration. This item will include the planning and implementation of a drilling and sampling program to evaluate the subsudace conditions in the proposed landscaping area. A series of five (5) to six (6) borings, ranging in depth from 20 to 35 feet, will be drilled at selected locations on the slope determined from our review of existing maps, reports and aerial photographs. Representative undisturbed and bulk samples will be collected from the borings and returned to our laboratory for testing. Local drilling contractors will be used as subcontractors to provide drilling and sampling equipment. We anticipate that track-mounted drilling equipment will be required due to the PP-101 September 18, 1991 5) 6) steepness of the existing terrain. Logging and sample retrieval will be done by representatives of Earth Systems Consultants. During sample retrieval, Standard Penetration Tests (SPT) and pocket penetrometer tests will be performed. Geophysical testing. A seismic survey will be performed on the site to help identify potential faulting on the site and to aid in determination of the strength characteristics of the soils. Laboratory testing program. This item will include planning and implementation of a laboratory testing program to determine the relevant engineering characteristics of the sampled subsurface materials required for slope stability analysis. The laboratory testing program will include: in-situ moisture content and dry density determinations, direct shear and unconfined compression tests in order to determine the strength parameters of the encountered materials; and Atterberg Limits and hydrometer tests to aid in soil characterization. 7) Analysis and evaluation of data. After completion of the exploration and laboratory testing program, we will evaluate the gathered data and perform the necessary slope stability analysis. The slope stability analysis will be performed with the aid of TSLOPE and TSTAB computer programs. The slope will be analyzed for both static and dynamic conditions, utilizing the seismic parameters provided by our geological staff. 8 ) Discussion of findings with City Officials. After we analyze the data we will meet with the City,of Dublin Public Works staff to discuss the findings. )Preparation of a written report with the appropriate graphics which will present the findings of our study and will include the following: a. The exact location of the Calaveras Fault in relation to the subject site if determinable; b. The soil stability of the existing hillside. If the slope is determined to be unstable, recommendations will be provided for mitigative measures to stabilize the slope; 4 PP-101 September 18, 1991 c. Recommendations on whether irrigation for landscaping will promote instability, and if so, what drainage measures should be followed; and d. Any additional pertinent geotechnical and geological information determined from our study. ]'entative Time Schedule We are prepared to begin work on this project immediately upon receipt of authorization. Assuming favorable weather conditions and site accessibility, a tentative time schedule for completion of each task from authorization date is shown below. In preparing the table shown below, we have grouped the items of work presented in our proposed work program shown above into the following tasks as outlined in your RFP. TASK I: Items (1) through (3) TASK I1: Items (4) and (5) TASK II1: Item (6) TASK IV: Items (7) and (8) TASK V: Item (9) NUMBER OF WORKING DAYS :ROM AUTHORIZATION DATE TASK 0 to 5 5 to 10 10 to 15 15 to 20 20 to 25 25 to 30 Task IV [ Pro!ect Team The proposed project will be conducted under the direct supervision of Dr. Wayne S. Smith, a California Registered Civil Engineer, who will serve as Project Manager. Senior Geologist, Mr. Murray Levish, who is a California Registered Geologist and Certified Engineering Geologist, will serve as a Consultant on the project. Mr. Fernando Silva will serve as Project Engineer. A short summary of the above personnel's qualifications, and other key personnel which will be available to work on this project is enclosed below. 5 PP-101 September 18, 1991 ESC President. Albert Gribaldo. Mr. Gribaldo is a Registered Civil and Geotechnical Engineer and has more than 35 years experience as a practicing engineer. He formed his first soils engineering firm in 1958. Since that time he has managed several geotechnical engineering firms along with their branch offices. He has served as president of ESC since its founding in 1975. Mr. Gribaldo has directed hundreds of soil and geologic projects for commercial, industrial and residential developments. His project experience includes medical and educational facilities, municipal projects, landslide and slope stabilization, foundations, roadways, bridges, and pavements. Engineerine Manager. Wayne Smith, Ph.D. Dr. Smith has a wide range of project experience dating back to 1970. He has worked on numerous private and public projects involving both geotechnical and environmental considerations. He also has substantial experience in pavement design and optimum maintenance planning. Many of these projects involved the application of probabilistic analysis and decision analysis techniques. He has performed slope stability analysis for levee systems and hillside slopes. Dr. Smith was formerly a Senior Project Engineer for Woodward-Clyde Consultants and a Professor in Civil Engineering at the University of Pacific. He is a Registered Civil Engineer in California. yice President. Murray Levish. Mr. Levish is a Certified Engineering Geologist associated with ESI companies since 1972. His 40 years of experience were in the fields of geology, seismology, soil and rock mechanics, and geologic hazard evaluation. He has served as senior geologist directing fault studies, seismic hazard evaluations and other geotechnical investigations. Senior Pro!ect Enaineer. Charles Gresser. Jr. Mr. Gresser has 12 years experience working for geotechnical and: materials testing firms. He has conducted geotechnical investigations for a wide variety of projects including custom residential, commercial, and industrial development. He is experienced in large grading projects requiring problem solving pertaining to slope stability and bearing capacity, and large materials testing jobs requiring concrete and masonry inspection. Mr. Gresser is a Registered Civil Engineer in California and a certified I.C.B.O. Special Inspector for structural masonry, reinforced concrete, and prestressed concrete. PP-101 September 18, 1991 Proiect Enaineer/Proiect Geologist. Greaorv Hanson. Mr. Hanson has more than 14 years of geotechnical experience in the Greater San Francisco Bay Area. He has served as a geologist or engineer on more than 500 projects for ESC. He has performed geotechnical investigations for commercial, industrial, and residential developments; municipal projects; landslide and slope stabilization; foundations; roadways, bridges and pavements; and fault studies. Mr. Hanson is a Registered Geologist, a Certified Engineering Geologist and a Registered Civil Engineer. ~;taff Enaineer. Fernando Silva. Mr. Silva holds a B.S. in civil engineering and a M.S. in structural engineering. He is experienced in preparing preliminary and geotechnical engineering reports, performing analysis and preparing design criteria for foundations, pavements, retaining wails, and performing slope stability analysis. He has worked on numerous residential subdivisions, business parks, commercial projects, roadways, bridges and pavements in Northern California. Assistant Geologist. Sadek Derreaa. Mr. Derrega holds a B.S. in geology and is also educated in geological field mapping. He has been with ESC for 2 years and has served as an assistant geologist, soils laboratory supervisor and geotechnical field technician. He is experienced in trench logging, geological field mapping, soil testing and geotechnical field control. Relevant Pro!eet Experience Earth Systems Consultants Northern California has experience with hundreds of projects, both large and small, on all types of terrain, covering preliminary site investigations through design and final construction. Our staff is uniformly adept at dealing with site conditions ranging from reclaimed bay lands, to expansive soils, to hillside areas involving sensitive slope problems. We have provided ~Xpert assistance on a significant number of hillside projects. The following is a list of some of our projects located near this one in which similar conditions and services were provided. The project name and services provided are noted for each. Bent Creek Development, San Ramon Slope Stability, Expansive Soils Cronin Ranch, Dublin. Fault Location, Slope Stability, Expansive Soils, Similar Geotechnical Conditions. PP-101 September 18, 1991 · Danville Crest, Danville. Slope Stability, Expansive Soils, Similar Geotechnical Conditions. · Deerwood Drive, San Ramon. Slope Stability, Similar Geotechnical Conditions. · Pleasanton Tank Site, Pleasanton. Fault Location, Slope Stability. · Stoneridge Shopping Mall, Pleasanton. Fault Location. · Westbriar Knolls, Danville. Slope Stability, Expansive Soils, Similar Geotechnical Conditions. Company Backgroun¢ and Resources Earth Systems Consultants Northern California is a full-service geotechnical engineering, geology, and materials testing firm, with offices throughout Northern and Central California. Among the services provided by our firm are soil and geologic investigations, slope stability analysis, seismic analysis, groundwater determination studies, materials testing, and construction testing. Earth Systems Consultants Northern California is part of the Earth Systems network of geotechnical and er~vironmental engineering offices located throughout the State of California. The Earth Systems network has a combined staff of nearly 300 engineers, geologists, field technicians and support staff. We are able to provide services on a local basis to each project, while still providing for specialized expedise through the Earth Systems network as required. The firm is affiliated with Earth Systems Consultants Southern California, which has offices throughout Southern California. The Earth Systems group of companies was recently named in 8 PP-101 September 18, 1991 Engineering News Record as Number 214 of the top 500 design firms. The firm's geographic range and varied expertise allows it to address a particular project's needs from project inception through completion of construction. Our Pleasanton office staff is familiar with the soil conditions, geology, hydrogeology, seismic conditions, regulatory procedures, and building requirements of the project area. In addition, where needed, we can draw from the Group's state wide resources of geotechnical and geological expertise. Each investigation is conducted under the direct supervision of an engineer or geologist, registered or certified in the appropriate specialty. This degree of involvement by professionals allows us to thoroughly address the geotechnical and geological aspects of the project in the early, critical phases. The Pleasanton office has a full-service soil testing laboratory. Our laboratory is equipped with the facilities to test for consolidation, expansion, maximum density, direct shear, Atterberg Limits, soil particle analysis, and many other soil tests. R-Value tests are performed in our San Jose Laboratory. Our laboratory has been certified by the Office of the State Architect (OSA) and reviewed by American Materials Reference Laboratories (AMRL). Pleas~ direq:t all correspondence to: Dr. Wayne S. Smith, Engineering Manager Earth Systems Consultants Northern California 5880 West Las Positas Boulevard, Suite 52 Pleasanton, California 94588 Telephone: (510) 463-0844 PP-iO1 September 18, 1991 GO CITY Of: DUBLi ':~ , ;~ 045r~8 · Pr .' C e.~. 100 Cb'lc n~ Dubin. C~.~,I.., ..;c 945~'..~ Box 2340 Dublin. Ca,,o r~.~a .... , '~:-' ~ ' REQUEST FOR PROPOSAL (R.F.P.) GEOTECHNICAL AND SOILS INVESTIGATION OF THE WESTERN HILLSIDE OF SAN RAMON ROAD The City of Dublin invites Submittals of Proposals to perform and prepare reports for geotechnical and soils investigation to determine soil stability of the western hillside of San Ramon Road and if the landscaping in the area is feasible. If the western slope is determined unstable, recommend mitigation for stabilization. ~ackqround The soil on the western hillside of San Ramon Road, between Vomac Road and south of Alcosta Boulevard, shows signs of previous instability. It is suspected that the Calaveras Fault also traverses this area. Spring waters have been found exiting the slope. The City of Dublin plans to landscape the western slope of San Ramon Road within the public right-of-way, if feasible. A geotechnical and soils investigation needs to be performed to determine if the soil is stable, the cause of any instability resulting in slope movement, and recommend mitigation measures to improve stability. If the slope is stable or can be made stable, a determination needs to be made whether landscaping with irrigation will promote instability, and if so, what steps should be taken to prevent this from occurring. Scope of Work The Consultant's work scope shall include the tasks outlined below: TASK I. Perform a site reconnaissance and review existing geotech- nical reports, construction drawings, aerial photographs, topographic maps, and pertinent documents. TASK II. Perform a field investigation as necessary, including borings and test pits as necessary. Soils Consultant shall be responsible for the proper backfill of these test holes. TASK III. Perform laboratory soil testing, as necessary. TASK IV. Analyze the data and meet with the City of Dublin Public Works staff to discuss findings. -':.un:st?on (415i 833-665C · C:t':,' Co~.~nc! (4151~ 82.3-66C5 · F:~anse (-~ Ccce En;orcerr. ent (z15:, 833-6620 · Er-.Tr-ee':nf~ (~15'~ 8J P'::ce ~15~ ~33-6670 · Pu~t,3";,'c'.~ u:~5~ 8226638 TASK V. Prepare a written report which shall include, but is not limited to the following items: a. The exact location of the fault in relation to the subject site if determinable. b. Address the cause(s) of the soil instability if it occurs here and recommend mitigation measures to stabilize the slope. C o Provide recommendations for landscaping, irrigation and drainage after stabilizing the soil. Provide additional pertinent geotechnical information related to this project. Ail work shall be performed by qualified personnel under the super- vision of a Registered Civil Engineer. The final report shall be signed by a Registered Civil Engineer. Ten (10) copies of the final report shall be provided by the Consultant to the City of Dublin. - 2 - Consultant Selection All Consultants' proposals submitted in response to this request will be screened by the City of Dublin. The City will determine through this process which consultant will be awarded the project. The selection of the Consultant could be based on the following: · How adequately equipped and financially able the Consultant is to perform the project. · Necessary experience, organization, technical qualification, skills, and facilities to perform this work. · Ability to complete the project in a timely matter and in a fairly short time frame. · Satisfactory record of performance and compilation of projects on time. · Knowledge of sites near this one. · Qualifications of staffmembers to be assigned to this project. · Other pertinent information in the proposal. Final selection of the Consultant will take place no later than fifteen (15) working days after the deadline for the submittal of proposal. Requirements and Authority of City of Dublin All reports, maps, plans, specifications and pertinent data or materials prepared under this agreement shall be the property of the City of Dublin and may not be used or reproduced in any form without the explicit written permission of the City of Dublin. This Request for Proposal does not commit the City to award a contract or to pay any costs incurred in the preparation of the proposal to this request. The City reserves the right to accept or reject any or all proposals received as a result of this request, to negotiate with any qualified source, or to cancel in part or entirely this Request for Proposal if it is in the best interest of the City to do so. The City may require the proposers selected to participate in negotiations and to submit such price, technical or other revisions of their proposals as may result from negotiations. The City has the authority to terminate its contract with the Consultant at any time during the period of the study if it is found by the City that the Consultant's performance is not satisfactory. - 3 - Proposal Requirements The Consultant's proposal should provide a critique of the work program and describe the program, scheduling and methodology of carrying out its tasks. The Consultant shall include: a. A time schedule for each task. b. In a separate sealed envelope, provide a fee estimate for performing each task as a starting point for negotiation. This envelope will be opened after the preferred Consultant is selected. This cost estimate must include the required project related meetings (at least two meetings: one at the beginning of the project and one at the end of the project). The proposal shall identify the project manager for the study and preparation of reports. The proposal shall be signed by an individual authorized to bind the Consultant and shall contain a statement to the effect that the proposal is a firm offer for a 75-day (or more) period. The proposal shall also provide the following information: name, title, address and telephone number of individual(s) with authority to negotiate and contractually bind the company and who may also be contacted during the period of proposed evaluation. Proposal Submittal Three (3) copies of the completed proposal must be received by the Public Works Director/City Engineer by 5:00 p.m. on Wednesday, September 18, 1991. All written proposals shall be submitted to: Mr. Lee Thompson, Director Public Works/City Engineer City of Dublin 100 civic Plaza Dublin, CA 9456~ For further information, contact Mr. Mehran Sepehri, Senior Civil Engineer, City of Dublin Public Works Department, at (415) 833-6635. a:rfpsnrmn - 4 - ~0 x, \ \ ',, ", \ X \ . X \ \, X,.' \ \ \ x .J \XX x~ \ \\ ' \\