Loading...
HomeMy WebLinkAbout1997-08-26; City Council; 14314; Contract - Geotechnical Investigationf3 9 g h 2 .. z 0 i= 0 4 -I G 2 3 0 0 CITY OF CARLSBAD -AGENDA BILL AB# I,% TITLE: APPROVAL OF CONTRACT WITH DEPT. HD, WOODWARD- CLYDE INTERNATIONAL-AMERICAS TO MTG. 08/26/97 PROVIDE A GEOTECHNICAL INVESTIGATION FOR CITY ATTY DEPT. CMWD AND SOUTH CARLSBAD VILLAGE STORM DRAIN, CITY CITY MGR- VISTNCARLSBAD INTERCEPTOR SEWER, CMWD 91 -403 CONTRACT NO. 31821/35281 RECOMMENDED ACTION: Adopt Resolution No. 9 3 -565 for approval of contract with Woodward-Clyde In1 Americas to provide a geotechnical investigation for VistaKarlsbad Interceptor Seu Proiect No. 91-403 and South Carlsbad Village Storm Drain Project, City CC 140. 31821135281. ITEM EXPLANATION: The proposed sewer replacement pipeline consists of approximately 2,700 lineal fee diameter pipeline along Jefferson Street, 3,500 lineal feet of 42-inch pipeline alonc Street and Oak Avenue, 5,700 lineal feet of 48-inch pipeline along the railroad right-c 1,750 lineal feet of 12-inch pipeline along Chestnut Avenue. A total of 40 acces: planned. The sewer may be constructed of either reinforced concrete pipe or ductile Sewer invert depths below grade will range from approximately 6 to 21 feet. The proposed storm drain pipeline will consist of approximately 5,000 lineal feet along the railroad right-of-way, 700 lineal feet of pipeline along Oak Avenue, 1,750 Ii pipeline along Chestnut Avenue, 1,750 lineal feet along Harding Street, 400 lineal Madison Street, 200 lineal feet along Palm Avenue, and 650 lineal feet along Magno The storm drain pipe sizes are anticipated to range from 12-inch to 102-inch in diamf drain invert depths below grade will range from approximately 6 to 20 feet. The nortt the storm drain will connect to existing improvements and ultimately flow into Agu; Lagoon. Proposals were requested to provide a geotechnical investigation for the Vis Interceptor Sewer and South Carlsbad Village Storm Drain and received responses and Moore, Kleinfelder, and Woodward-Clyde International-Americas, and after proposals, the staff recommended Wooward Clyde International-Americas ba: evaluation of their experience and expertise in the field of geotechnical invc Woodward-Clyde International-Americas will provide a combination of subsurface and sampling plan including soil borings, water sampling, and groundwater dewat tests for these two pipeline projects. A suitable laboratory testing program is propos proper characterization of subsurface soil and groundwater conditions with res1 proposed pipeline design and construction methods. ENVIRONMENTAL IMPACT: The work for this project is categorically exempt in accordance with Article 19, Exemptions, section 15306 Information Collection. 7 0 0 Page 2 of Agenda Bill No. 1 Vi 3 I y ? FISCAL IMPACT: Funds in the amount of $3,000,000 have been appropriated in the 1997-98 bud Vista/Carlsbad Interceptor Sewer. The project cost estimated for the interceptor sewe the geotechnical investigation is $73,630 and $6,250 for contingencies; therefore sufficient funds available for this project. This is a joint project between Carlsbad anc Carlsbad is responsible for $30,415. Carlsbad will be reimbursed $43,215 by the C The GontingenGy ~ost will be apportioned when work is authorized by the District Eng Funds in the amount of $940,000 have been appropriated in the 1997-98 budget fc South Carlsbad Village Storm Drain Project. The project cost for the geotechnical ir is $51,680 and $6,250 for contingencies; therefore, there are sufficient funds avail: project. EXHIBITS: 1. 2. 3. Location Map - VistaKarlsbad Interceptor Sewer Replacement Project, CM\ Location Map - South Carlsbad Village Storm Drain Project No. 31821/35281 Resolution No. 99-545 for approval and acceptance of a proposal from l Clyde International-Americas to provide a geotechnical investigation for Visi Interceptor Sewer, CMWD Project No. 91-403 and South Carlsbad Village S Project, City Project No . 31821/35281, and its attachment, the Profession' Agreement. NO. 91-403. 1 LOCATION MAP VISTA 1 CARLSBAD INTERCEPTER SEWER REPLACEMENT PROJECT Project Name: Project No, 31821/35281 SOUTH CARLSBAD VILLAGE STORM DRAIN PROJECT Ex1 I\ I I t .. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 0 0 RESOLUTION NO. 97-565 A RESOLUTION OF CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, FOR APPROVING AN AGREEMENT PROVIDE A GEOTECHNICAL INVESTIGATION FOR VISTNCARLSBAD INTERCEPTOR SEWER, CMWD PROJECT PROJECT, CONTRACT NO. 31821/35281 WITH WOODWARD-CLYDE INTERNATIONAL-AMERICAS TO NO. 91-403 AND SOUTH CARLSBAD VILLAGE STORM DRAIN WHEREAS, proposals were requested to provide a geotechnical investigation VistalCarlsbad Interceptor Sewer and South Carlsbad Villaae hrm Drain and responses from Ninyo and Moore, Kleinfelder, Woodward-Clyde International-Americ after review of proposals, the staff recommended Woodward-Clyde International4 based on an evaluation of their experience and expertise in the field of geoi investigations; and WHEREAS, the City Council of the City of Carlsbad, California, has deter necessary and in the public interest for approval and acceptance of a proposal from Wc Clyde international-Americas to provide a geotechnical investigation for Vista/[ Interceptor Sewer, CMWD Project No. 91-403 and South Carlsbad Village Storm Drair Contract No. 31 821/35281; and WHEREAS, funds appropriated in the amount of $3,000,000 ha appropriated in the 1997-98 budget for the Vista/Carlsbad Interceptor Sewer and th cost estimated for the interceptor sewer portion of the geotechnical investigation is $73 $6,259 for contingencies, therefore, there are sufficient funds available for this project; WHEREAS, the City of Carlsbad is responsible for $30,415 and will be re $43,215 by the City of Vista; and WHEREAS, funds in the amount of $940,000 have been appropriated in the budget for the South Carlsbad Village Storm Drain Project, and the project cost estir the storm drain project portion of the geotechnical investigation is $51,680 and $ contingencies, therefore, there are sufficient funds available for this project; I ? w 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 0 0 WHEREAS, the amount of $79,880 shall be appropriated from the Vista/( Interceptor Sewer fund and the amount of $57,930 shall be appropriated from thc Carisbad Village Storm Drain fund: and NOW, THEREFORE, BE IT RESOLVED, by the City Council of the Carlsbad, California, as follows: 1. 2. That the above recitations are true and correct. That the attached agreement between Woodward-Clyde International4 and the City of Carlsbad to provide a geotechnical investigation associated 1 Vista/Carlsbad Interceptor Sewer and the South Carlsbad Village Storm Drain pro approved and accepted. 3. That the Mayor is authorized and directed to execute the proposed as between Woodward-Clyde International-Americas and the City of Carlsbad. PASSED, APPROVED, AND ADOPTED at a regular meeting of the City Coun , 1997, by the following vote City of Carlsbad held on 26th day of August AYES: Council Members Lewis, Finnila, Nygaard, and Hall NOES: None ABSENT: Council Member Kulchin CiWmDE A.-LbEWM,wMZybf ATTEST: ALETHA L. RAUTEN (SEAL) CMWD 91-403 I r 0 0 AGREEMENT THIS AGREEMENT is made and entered into as of the /z" day /uf,y 5+ , 19o/z by and between the CITY OF CARLSBAD, a munici corporation, hereinafter referred to as "City", and Woodward-Clvde lnternation Americas, hereinafter referred to as "Contractor." RECITALS City requires the sewices of a Geotechnical Contractoi services for preparatioi provide the necessary geotechnical a aeotechnical investiaation; and Contractor possesses the necessary skills qualifications to provide the services required by the City; NOW, THEREFORE, in consideration of these recitals and the mutual coven: contained herein, City and Contractor agree as follows: 1. CONTRACTORS OBLIGATIONS The Contractor's obligations are outlined in Exhibit "A" and Exhibit "B". rev. 81; 1 I e I) 2. CITY OBLIGATIONS The City shall: A. Provide Contractor, in writing, all information relating to Cit requirements for the project; 6. Notify Contractor of any potential hazardous substances or he; and safety hazard or condition know to City existing on or nc the project site: C. Give Contractor prompt written notice of any suspec deficiency in the Services; and, D. With reasonable promptness, provide required approvals i decisions. 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (10) days after receipl notification to proceed by the City Engineer or designee and be completed wii ninetv (00) days of that date. Extensions of time may be granted if requested by Contractor and agreed to in writing by the City Engineer or designee. The 1 Engineer or designee will give allowance for documented and substanti: unforeseeable and unavoidable delays not caused by a lack of foresight on the pal the Contractor, or delays caused by City inaction or other agencies' lack of tir action. rev. 812 2 1 T 0 4. FEES TO BE PAID TO CONTRACTOR The total fee payable for the services to be performed shall be one hundr twenty-five thousand, three hundred ten dollars ($1 25.31 0.) No ott compensation for services will be allowed except those items covered by supplemer agreements per Paragraph 8, "Changes in Work." The City reserves the right withhold a ten percent (1 0%) retention until the project has been accepted by the Cit) Incremental payments, if applicable, should be made as outlined in attact Exhibit "A." 5. DURATION OF CONTRACT This agreement shall extend for a period of ninetv (90) davs from date there The contract may be extended by the City Manager for not-aDDlicable additional ( (1) year periods or parts thereof, based upon a review of satisfactory performance i the City's needs. The parties shall prepare extensions in writing indicating effective d and length of the extended contract. 6. PAYMENT OF FEES Payment of approved items on the invoice shall be mailed to the Contra within 30 days of receipt of the invoice. 7. FINAL SUBMlSSiONS Within fourteen (14) days of completion and approval of the Draft Geotechn Report, the Contractor shall deliver to the City the following items: Six (6) copies of the Final Geotechnical Investigation and all Attachments. rev. 8/2( 3 I f 0 0 8. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or t City, and informal consultations with the other party indicate that a change in t conditions of the contract is warranted, the Contractor or the City may request a char in contract. Such changes shall be processed by the City in the following manner: letter outlining the required changes shall be forwarded to the City by Contractor inform them of the proposed changes along with a statement of estimated change: charges or time schedule. A Standard Amendment to Agreement shall be prepared the City and approved by the City according to the procedures described in Carist Municipal Code Section 3.28.172. Such Amendment to Agreement shall not ren ineffective or invalidate unaffected portions of the agreement. 9. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained company or person, other than a bona fide employee working for the Contractor solicit or secure this agreement, and that Contractor has not paid or agreed to pay company or person, other than a bona fide employee, any fee, commiss percentage, brokerage fee, gift, or any other consideration contingent upon, or resul from, the award or making of this agreement. For breach or violation of this warrz the City shall have the right to annul this agreement without liability, or, in its discre to deduct from the agreement price or consideration, or otherwise recover, the amount of such fee, commission, percentage, brokerage fees, gift, or contingent fee ._ rev. 812 4 , 1 0 0 IO. NONDISCRIMINATION CLAUSE The Contractor shall comply with the state and federal laws regard nondiscrimination. 11. TERMINATION OF CONTRACT In the event of the Contractor's failure to prosecute, deliver, or perform the w as provided for in this contract, the City Manager may terminate this contract nonperformance by notifying the Contractor by certified mail of the termination of Contractor. The Contractor, thereupon, has five (5) working days to deiiver : documents owned by the City and all work in progress to the District Enqineer, - ' District Enqineer shall make a determination of fact based upon the documt delivered to City of the percentage of work which the Contractor has performed whic usable and of worth to the City in having the contract completed. Based upon finding as reported to'the City Manager, the Manager shall determine the final payn of the contract. This agreement may be terminated by either party upon tendering thirty days written notice to the other party. In the event of such suspension or termina upon request of the City, the Contractor shall assemble the work product and put s in order for proper filing and closing and deliver said product to City. In the eve1 termination, the Contractor shall be paid for work performed to the termination t however, the total shall not exceed the lump sum fee payable under paragraph 4. City Manager shall make the final determination as to the portions of tasks compl and the compensation to be made. rev. 81; 5 I 1 0 0 12. DISPUTES If a dispute should arise regarding the performance of work under tt agreement, the following procedure shall be used to resolve any question of fact interpretation not otherwise settled by agreement between parties. Such questions they become identified as a part of a dispute among persons operating under t provisions of this contract, shall be reduced to writing by the principal of the Contrac or the City Engineer or designee. forwarded to both parties involved along with recommended methods of resolut which would be of benefit to both parties. The City Engineer or designee or princi receiving the letter shall reply to the letter along with a recommended method resolution within ten (IO) days. If the resolution thus obtained is unsatisfactory to aggrieved party, a letter outlining the dispute shall be fowarded to the City Council A copy of such documented dispute shall their resolution through the Office of the City Manager. The City Council may then to consider the directed solution to the problem. In such cases, the action of the ( Council shall be binding upon the parties involved, although nothing in this proced shall prohibit the parties seeking remedies available to them at law. 13. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the City must asserted as part of the contract process as set forth in this agreement and no anticipation of litigation or in conjunction with litigation. The Contractor acknowled that if a false claim is submitted to the City, it may be considered fraud and Contractor may be subject to criminal prosecution. The Contractor acknowledges rev. 8/21 6 I I 0 0 California Government Code sections 12650 et sea., the False Claims Act, provides civil penalties where a person knowingly submits a false claim to a public entity. Thc provisions include false claims made with deliberate ignorance of the false informal or in reckless disregard of the truth or falsity of information. If the City of Carlsbad se to recover penalties pursuant to the False Claims Act, it is entitled to recover litigation costs, including attorney's fees. The Contractor acknowledges that the filinc a false claim may subject the Contractor to an administrative debarment proceec wherein the Contractor may be prevented to act as a Contractor on any public wori improvement for a period of up to five years. The Contractor acknowledges debarrr by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contra1 from the selection process. rn lniti The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.C 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by referenc M &(In it, 14. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor's way as an independent Contractor and in pursuit of Contractor's independent cal and not as an employee of the City. Contractor shall be under control of the City ( as to the result to be accomplished, but shall consult with the City as provided for in request for proposal. The persons used by the Contractor to provide services under agreement shall not be considered employees of the City for any purposes whatsoe? The Contractor is an independent Contractor of the City. The payment mad rev. 812 7 I w 0 the Contractor pursuant to the contract shall be the full and complete compensation which the Contractor is entitled. The City shall not make any federal or state withholdings on behalf of the Contractor or hidher employees or subcontractors. 1 City shall not be required to pay any workers' compensation insurance unemployment contributions on behalf of the Contractor or hidher employees subcontractors. The Contractor agrees to indemnify the City and the Carlsl Municipal Water District within 30 days for any tax, retirement contribution, so security, overtime payment, unemployment payment or workers' compensai payment which the City and the Carlsbad Municipal Water District may be requirec make on behalf of the Contractor or any employee or subcontractor of the Contrac for work done under this agreement or such indemnification amount may be deduc by the City and the Carlsbad Municipal Water District from any balance awing to Contractor. The Contractor shall be aware of the requirements of the Immigration Ref( and Control Act of I986 and shall comply with those requirements, including, but limited to, verifying the eligibility for employment of all agents, employt subcontractors and Consultants that are included in this agreement. 15. CONFORMITY TO LEGAL REQUIREMENTS The Contractor shall cause all drawings and specifications to conform tc applicable requirements of law: federal, state and local. Contractor shall providc necessary supporting documents, to be filed with any agencies whose approv: necessary. rev. 8/21 a I I 0 0 The City will provide copies of the approved plans to any other agencies. 16. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as her required are the property of the City, whether the work for which they are made executed or not. In the event this contract is terminated, all documents, pla specifications, drawings, reports, and studies shall be delivered forthhith to the Ci Contractor shall have the right to make one (I) copy of the plans for hislher records, 17. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the w pursuant to this contract shall be vested in City and hereby agrees to relinquish claims to such copyrights in favor of City. 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the City of Carlsbad and Carlsbad Municipal Water District and its officers, officials, employees and voluntc from and against all claims, damages, losses and expenses including attorney 1 arising out of the performance of the work described herein caused in whole or in by any willful misconduct or negligent act or omission of the Contractor, subcontractor, anyone directly or indirectly employed by any of them or anyone whose acts any of them may be liable, except where caused by the active neglige sole negligence, or willful misconduct of the City of Carlsbad and the Carl: Municipal Water District. Contractor shall at its own expense, upon written request by the City and rev. 812 9 I e 0 Carlsbad Municipal Water District, defend any such suit or action brought against i City and the Carlsbad Municipal Water District, its officers, officials, employees 2 volunteers. Contractors indemnification of City and the Carlsbad Municipal Wz District shall not be limited by any prior or subsequent declaration by the Contractor. 19. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any mor due thereunder without the prior written consent of the City. 20. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under 1 contract by the Contractor, Contractor shall be fully responsible to the City for the i and omissions of Contractor's subcontractor and of the persons either directly indirectly employed by the subcontractor, as Contractor is for the acts and omission! persons directly employed by Contractor. Nothing contained in this contract s create any contractual relationship between any subcontractor of Contractor and City. The Contractor shall bind every subcontractor and every subcontractor c subcontractor by the terms of this contract applicable to Contractor's work unl specifically noted to the contrary in the subcontract in question approved in writin5 the City. 21. PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the Cit negotiate, make, accept, or approve, or take part in negotiating, making, acceptinc approving of this agreement, shall become directly or indirectly interested personal rev. 8/21 10 L e 0 this contract or in any part thereof. No officer or employee of the City who is authoriz in such capacity and on behalf of the City to exercise any executive, supervisory, similar functions in connection with the performance of this contract shall becoi directly or indirectly interested personally in this contract or any part thereof, 22. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of City, either before, during or after the execution of this contract, shall affect or moc any of the terms or obligations herein contained nor entitle the Contractor to : additional payment whatsoever under the terms of this contract. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, "Hold Harmless Agreement," terms, conditions, and provisions hereof shall inure to and shall bind each of the par hereto, and each of their respective heirs, executors, administrators, successors, ; assigns. 24. EFFECTIVE DATE This agreement shall be effective on and from the day and year first wri above. 25. CONFLICT OF INTEREST The City has determined, using the guidelines of the Political Reform Act and City's conflict of interest code, that the Contractor will not be required to file a conflic interest statement as a requirement of this agreement. However, Contractor hei acknowledges that Contractor has the legal responsibility for complying with rev. 8121 11 0 0 Political Reform Act and nothing in this agreement releases Contractor from t responsibility. 26. INSURANCE The Contractor shall obtain and maintain for the duration of the contract and i and all amendments insurance against claims for injuries to persons or damage property which may arise out of or in connection with performance of the w hereunder by the Contractor, his agents, representatives, employees or subcontractc Said insurance shall be obtained from an insurance carrier admitted and authorizec do business in the State of California. The insurance carrier is required to havc current Best's Key Rating of not less than "A-:VI' and shall meet the City's policy insurance as stated in Resolution No. 91-403. A. Coveraaes and Limits. Contractor shall maintain the types of coverages and minimum lir indicated herein, unless a lower amount is approved by the City Attorney or ( Manager: 1. Comprehensive General Liability Insurance. $1,000,000 combi single-limit per occurrence for bodily injury, personal injury and property damage. If submitted policies contain aggregate limits, general aggregate limits shall ay separately to the work under this contract or the general aggregate shall be twice required per occurrence limit. 2. Automobile Liability (if the use of an automobile is involved Contractor's work for the City). $1,000,000 combined single-limit per accident for bc rev. 8/2( 12 I 0 0 injury and property damage. 3. Workers' Compensation and Employer's Liability. Work6 Compensation limits as required by the Labor Code of the State of California i Employer's Liability limits of $1,000,000 per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriatc the contractor's profession with limits of not less than $1,000,000 per claim. Cover; shall be maintained for a period of five years following the date of completion of work. B. Additional Provisions. Contractor shall ensure that the policies of insurance required under agreement contain, or are endorsed to contain, the following provisions. 1. The City and the Carisbad Municipal Water District shall be nar as an additional insured on all policies excluding Workers' Compensation Professional Liability. 2. The Contractor shall furnish certificates of insurance to the before commencement of work. 3. The Contractor shall obtain occurrence coverage, exclu Professional Liability which shall be written as claims-made coverage. 4. This insurance shall be in force during the life of the agreement any extension thereof and shall not be canceled without 30 days prior written notic the City sent by certified mail. 5. If the Contractor fails to maintain any of the insurance cover; rev. 812 13 , 0 0 required herein, then the City will have the option to declare the Contractor in breach, may purchase replacement insurance or pay the premiums that are due on exist policies in order that the required coverages may be maintained. The Contractoi responsible for any payments made by the City to obtain or maintain such insurar and the City may collect the same from the Contractor or deduct the amount paid fr any sums due the Contractor under this agreement. 27. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or to rea written notice on behalf of the City and on behalf of the Contractor in connection \ the foregoing are as follows: For City: Title William E. Plummer. District Enaineer Name Carlsbad Municipal Water District Address 5950 EP Camino Real Carlsbad. California 92008 For Contractor: Title L& ,@ #&M// /$ ,M2C-Ad C& Name Woodward-Clvde Consultants Address 1615 Murray Canvon Road San Dieao. California 92108 ArchitecVLicense Number: CE 18577 ArchitecVLicense Number: e 31 ?x rev. 812 14 , I 0 0 28. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for tl duration of the contract, Ill 111 Ill Ill Ill Ill Ill Ill I// 111 111 Ill Ill Ill 111 Ill Ill Ill ill rev. 812 15 I 0 0 29. ENTIRE AGREEMENT This agreement, together with any other written document referred to contemplated herein, embody the entire agreement and understanding between t parties relating to the subject matter hereof. Neither this agreement nor any provisi hereof may be amended, modified, waived or discharged except by an instrument writing executed by the party against which enforcement of such amendment, waiver discharge is sought. Executed by Contractor this /z* day of CONTRACTOR: WOODWARD-CLYDE INTERNATIONAL cor AMERICAS Khp7a z <&#,M &+7 .&7 ALETHA L. RAUTENKRANZ (print namehitle) City Clerk (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If on1 officer signs, the corporation must attach a resolution certified by the secretary or assistant sec under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney BY ,i&gy ‘C rev. 81: 16 I e I ) ss. STATE OF t OwQ-ABD COUNTY OFaer-] d&- J On f?k$. \3, \?q? beforeme, LESLIE 2 dA,+ld, N oh14 Rbll i DATE NAMe AND TITLE dF OFFICER NAME(S) OF SIGNER(S) personally appeared hm A T* Brm;CIL g personally known to me - OR - [7 proved to me on the basis of satisfactory evidence to be the persc name@) idare subscribed to the within instrument and acknowledged to me that he/she/they executed t hislherltheir authorized capacity(ies), and that by hislherltheir signature(s) on the instrument the person@), upon behalf of which the person@) acted, executed the instrument. WITNESS my hand and official seal. (Thi al.) My Commission m DECEMBER 22.1- Title or Type of Document ONPWH t Date of Document la. la! 144T NO. of Pages i 4 Signer(s) other than named above kd 3. dad c, It CMWD I 0 % STATE OF CALIFORNIA I ISS. COUNTY OF J On 0- \a-q? before me, / yQ& DATE NAME AND TITLE OF OFFICER personally appeared ?'JAME(S) OF SIGNER(S) personally known to me - OR - *' proved to me on the basis of satisfactory evidence to be the person(s) whc islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in authorized capacity(ies), and that by hislherltheir signature@) on the instrument the person(s), or the entity up which the person(s) acted, executed the instrument. WITNESS my hand and official seal. . u (This area for official notary seal,) Title or Type of Document A*?%- m *7E=z/ur-sx/r-c pbT5 Date of Document $ -/2 - 97 NO. of Pages /T Signer(s) other than named above CMWD 91403 ( EXHlBlT "A" Prolact muroach 0 * SECTIOHT WO 2.1 TECHNICAL APPROACH The basic approach for the proposed geotechnicai investigatior will consist of several hers of inter-related study which will bring together the tasks described in the scope of work. Initially, it wil' be important to expand our understanding of the entire project as ii relates to physical requirements and limitations in layout design construction methods, and other project constraints. For our work, we will implement a strategy for the subsurfacc explorations along the pipeline alignments utilizing existing geo conventional brings. Geotechnical and analylical laborator testing will be performed to characterize both soil and ground P water. Groundwater sampling will be performed 'using a Hydro Punchm. Groundwater dewatering pump tests will be performec j . ... to evaluate hydraulic characteristics for construction dewatering. We understand that conventional cut and cover construction ma: be planned for much of the pipeline alignments. However, due tc the presence of existing buried utilities, street and propeq improvements, vehicular and railroad traffic, potential safety haz ards, groundwater conditions, public perceptions, and other vita factors. It will be necessary to give consideration to pipeline con struction using trenchless technology wherever the condition -' 7 I logic information, cone penetrometer test (CPT) soundings. m( .. -i It will be necessary tu give considerution tu pipeline construction using trenchless !: technology wherever the - conditions appear fuvorabk i\ ..) appear favorable. 7'1 Trenchless technology Trenchless technology for pipeline tnstallation includes micra . .- for pipeline instaifatwn tunneling, pipejacking, and conventional tunneling. Each metho of trenchless construction has its own advantages and disadvar tages. In general, these methods are considered quite favorabl when dealing with shallow groundwater conditions; limiting expc sure to potential sources of subsurface contamination; reducing ( eliminating groundwater dewatering, trench excavation, so stockpiling, shoring, and trench backfill; and eliminating surfac settlements. Use of trenchless technology also reduces the safei risk to the public by not having open trenches and by not havin heavy equipment interfere with traffic flow. Woodward-Clyde will provide the necessary personnel. equipmsr and materials to review available information. prepare a work pla < -- includes microtunneling, pipejucking, and conventional tunneling. -. ? .. 2.2 SCOPE OF WORK perform subsurface explorations. laborator]; testing. and = oWtX nical engineering ansl>ses for the projest 3s detaiIcd in the RF To fulfill the objecti\.es stated ab0L.e. our scope of v.d .,\ include the following tasks ivhich are discussed in detail belo\\ 1 --h-=@.@ W:975??2%APRCP.8.P COC&-.iun-3-SCC - Project Uproaci e 0 r SECTIOWTWO Task 1 - Data Review. Field Reconnaissance and Work Plan Data Review Field Reconnaissance * Work Plan Task 2 - Subsurface Exploration CPT Soundings 0 Hydro-Punch Groundwater Sampling Hollow Stem Auger Borings Tasks 3 and 4 - Geotechnical and Analytical Laboratory Testing 0 Geotechnical Laboratory Testing 0 Task 5 - Groundwater Dewatering Pump Testing 0 0 Obtain Permits 0 Install and Develop Wells 0 Geophysical Logging of Wells 0 Perform Pump Tests 0 Abandon Wells Task 6 - Engineering Analyses 0 Subsurface Soil Profiles 0 Geologic Hazards 0 Groundwater Conditions 0 Construction Dewatering 0 Preliminary Contamination Screening 0 Soil Corrosivity 0 Earthwork Specifications 0 Trench Excavations and Shoring 0 0 Trenchless Technology Considerations 0 Pipe Forces and Settlements 0 Pavements Tasks 7 through 10 - Report, Design Consultation. Plans an 0 Draft Report 0 Final Report 0 Design Consultation 0 Plans and Specifications Review 0 Pre-Bid Conference Analytical Soil and Groundwater Testing Design Wells and Pump Tests i r-- "_ Remedial Earthwork Measures (not including contamination) Pipe on Slope Stabilization Measures Specification Review and Pre-Bid Conference -Iy6 0 w V751023AVROP-8-P DOCSJun-Bi\\SDG 7. Project Aflpmcl a 0 ‘ SECTIOHTWO 2.2.1 Task 1 - Data Review, Field Reconnaissance and Work Pian U’oodu ard-CI) de has performed geotechnical engineering service engineering servicesfor alignments including both Carlsbad Boulevard seawalls an over 22projects within a streethater system improvements in downtown Carlsbad. We wil I-miferadiusofthe review our project files for information pertinent to the projec proposed pipeline area. In addition. Woodward-Clyde will review other informatio alignmentsincluding provided by the CMWD and City including background dat; both Carlsbad Boulevard geologic and topographic maps, aerial photographs, plans seawalls and sireegwater geotechnical reports for adjacent properties, and records of derail system improvements in ments and accidents in the railroad right-of-way which may havc downtown Carhbad resulted in surface and subsurface contamination. Woodward Clyde uill also perform a field reconnaissance to identi@ surfacc conditions and site access for subsurface exploration equipment. Woodward-Clyde will provide a field work plan for the CMWD’2 City’s, and railroad owner’s review and approval. The field worl plan Nil1 include: utility clearance requirements; subsurface explo ration locations. types and depths; proposed groundwater observa tion, sampling. and pump testing methods; geophysical testin methods; and other vital planning information. For our work, we will prepare traffic control plans, obtain neces sary exploration permits, street encroachment permits, and NPDEZ permits for discharge of water from groundwater dewatering pum~ tests. We plan to perform all exploration within public streets and the railroad right-of-Nay. Hence, the only right-of-entry permis sion required for our work will be from the railroad owner. WI have assumed that the CMWD will provide direct payment to thi North County Transit District for any inspection services requirec for work with in the railroad right-of-hay. We have also assume( that fees for the traffic control plan and street encroachment per mits will be waived bv the CMWD and City. In addition, we hav assumed that no contamination will be present in areas of ground water dewatering pump testing. Upon acquisition of necessar permits. Woodi\ ard-Cl)de will notify Underground Service Alei to coordinate clearance of boring locations with respect to under ground utilities and subsurface structures. If necessary, borinl locario~s will be adjusted to acoid utilit: conflicts. Woodward-Code has perfarmedgeufechnicai for over 12 projects within a 1-mile radius of the proposed pipelin - I r Woodward-Clyde will provide afield workplan for :he CMWD’s, City’s, and railroad owner’ review and approval. 1 LJ - !. r- 2 -m 0 .v wst PROP aP ~ocskrrr-gnsw 2- with applicable ASTM standards. -m 0 W\9751028A\PROP&P CQCIGhrrOASOG 1 ‘1 * SECTIONTWO Project Mwoact ProJect Amroar: 0 0 1 I' ' SECTIOWTWO have assumed that disposal of the drums will be them of the CMWD - 2.2.5 Task 5 - Groundwater Dewatering Pump Tests Groundwater dewatering pump tests are specifically suited to tl determination of transmissivity and storativity in confined a unconfined aquifers. Whereas laboratory tests provide specif values of the hydrogeological parameters for discrete soil sampl and piezometers provide localized in situ groundwater measurc provide in situ measurements that are averaged over a large aquifi Following our fieid exploration and laboratory testing prograr groundwater dewatering pump tests will be performed at foi selected locations along the pipeline alignments to provide data fc OUT dewatering analysis. In order to characterize the hydraul properties of the three anticipated geologic units within the potet tial dewatering zone (sandy portion of the terrace deposits, bas gravel layer of the terrace deposits, and Santiago Formation si1 stondsandstone), we plan to install a dewatering and observatic well cluster at each testing location. The well cluster will consi of four small-diameter wells. Three of the wells will be co. structed as sealed observation wells to isolate and test each of tk geologic strata. Following drilling, construction and development of the wells, tt dewatering well will be pumped and the three sealed observatic wells will monitor drawdown and recovery at a distance of abo 10-feet from the extraction well. Tests will be monitored by a da logger to continually record .the piezometric level in each we constant-rate pumping test, and a recovery test. We will utili: either the Theis or Jacob methods to determine aquifer coefficien! whichever is deemed more appropriate. We have assumed that the well clusters will be located in are with no groundwater contamination and that an NPDES waivc will be granted to allow discharge of the pumped groundwater in the municipal sewer system. We have not prepared an estimate I the anticipated volumes of groundwater to be pumped at this time To supplement the data obtained from the groundwater dewaterir pump tests, we also plan to perform down-hole geophysical lo ging for the purpose of characterizing the physical properti - - I ments in the immediate vicinity of a piezometer tip, pumping tes c volume. -. l Testing at each cluster will include a step-drawdown test, i L. 2 WnnJwaMlYds 0 W@75102@A\PROP-8.P OOClbJUn-QA\SOG 7 - Project Approacl 6 0 ,I I' ' LI@?IOWTWO within the dewatering zone and VenQing the construction of th welis. Testing will be performed on the extraction well and on observation well within each cluster (8 total wells). A relative\ standard suite of geophysical logging in each well will includ spontaneous potential resistivity, natural gamma, and density. I addition downhole seismic velocity measurements will be obtaine in each of the tested wells at 5-foot intervals. 2.2.6 Task 6 - Engineering Analyses Engineering analyses will be performed to substantiate discussion conclusions, and recommendations to be presented in the geotecf nical investigation report and will include: Subsurface soil profiles dong the proposed sewer and ston drain alignments including logs of explorations with geolog formations, soil classifications, and laboratory test results. Tl soil profiles will be presented on reduced-size plan and ptofi sheets (to be provided by the CMWD). Information pertaining to geologic hazards including faultin seismicity, ground motions, ground rupture, and liquefactic: Determination of groundwater levels at the time of exploratic and recommendations for special construction methods ( required). Estimation of groundwater dewatering drawdown and steac state pumping rates at five feet below pipe invert elevatio from field pump tests in areas where groundwater may 1 encountered during construction. Groundwater recovery di from five feet below invert elevations will also be provided. Determination of the presence of soil and groundwater co tamination based on preliminary screening at sampled groun water locations along the alignment. Particular attention u. be given to areas adjacent to industriaVwarehouse stora facilities along Oak Street and areas of recorded train dera mens. Recommendations for remedial earthwork measures for potc tial adverse subsurface conditions which may be encounter which could affect the performance of the pipelines (excludi soil and groundwater contamination). paction requirements for various bedding and backfill mater1 , - -x potential (if any). 0 Preparation of earthwork specifications including relative co -w 0 w 1975102BAWROP-S-P OC€S-Ju+SA\SDG Pmlect Approacn 0 0 ..' " ' $ECTIOWTWO around the sewer and storm drain pipes. Relative cornpactior recommendations will include the three distinct pipe zones .A B, and C as indicated on Exhibit 2 of the RFP. Recornmenda tions regarding concurrent trenching for both pipelines. includ ing the situation where one pipeline is deeper than the othe will be provided. inclinations and shoring design including computed safe? factors. In addition, recommendations regarding open-cu construction as compared to pulling a shoring shield to reducl horizontal excavation width. Train loading will be included ii the lateral shoring pressures for areas within the railroad right of-way . Recommendations for backfill benching, concrete slop anchors, or other stabilization measures for steep pipe ant backfill conditions. This will be of particular importanc where the proposed storm drain descends down toward Agu Hedionda Lagoon. Recommendations and design considerations regardin trenchless technology including microtunneling, pipejacking construction for all pipeline alignments. Trenchless technolog is currently being considered at the intersection of Jefferso Street and Carlsbad Village Drive and the railroad right-o way. Recommendations and discussions generally includc shaft construction, excavation methods, anticipated groun behavior, support systems, anticipated. settlement, grouting requirements, muck handling, and instrumentation and mon toring. 0 Recommendations for pipe, thrust block, and access ho design loads including soil reaction modulus, estimated tot and differential settlements. Evaluation of the potential effec of construction on adjacent structures including vibration ar settlement. 0 Recommendations for trench excavation maximum side slop r r r i: f and conventional tunneling as compared to open cut and cou f' i I I' 0 Replacement pavement, base, and subgrade sections. hhe necessary. A summary table of cored existing pavement s2 tions where subsurface explorations were performed in trii areas will be provided. 9 -0 We751028APROP 8-P DOC6-Jun-9ASOG - Pr0jeCt Upmad e 0 ..I ‘’ ’ SECTIONTWO * A general assessment of soil corrosivity along the pipelin alignments including resistit ity. soluble sulfate and solubi chloride. 2.2.7 Task 7 - Draft and Final Reports Woodward-Clyde will prepare a draft and final geotechnicd repoi presenting discussions, conclusions, recommendations, and con struction considerations for the combined projects. The results c field explorations, laboratory testing, and engineering anaiyses u 11 also be presented. r i I 2.2.8 Task 8 - Design Consultation f- Following submittal of our report, we propose to provide geotech nical consultation services during the design phase of the projecl These services will be provided at the request of the CMWD o City to assist the designe6)with technical issues and the selectioi .- economical a1 ternatives. $4 -1 2.2.9 Task 9 - Plans and Specifications Review Woodward-Clyde will perform reviews of the geotechnical poi tions of the project plans and specifications for both pipeline proj ects when they become available. The reviews are to veri6 whether the intent of our design recommendations have beel properly incorporated into the project design. The results of ou reviews will be presented two separate letters. 2.2.10 Task 10 - Pre-Bid Conference - Woodward-Clyde will attend the one pre-bid conference for th storm drain and ?hw pre-bid conferences for the sewer phases c the project to answer geotechnical related questions from prospec tive bidding contractors. Responses to contractor questions wi either be addressed at the pre-bid meetings or in one wriqen letters Construction phase services including review of contractor qualif cations and submittals, laboratory testing, excavation and bachfii observation, and compaction testing are not included in this prc posal. A cost estimate for these services can be provided UFO request. -Y -rvrk 0 N’975102&4\PROP-8-P oOC\6-Jcn-gn\50G -‘ e 0 (' x' ' SECTIONTHREE mlect Mafl WOr and ~nglneer/6eoiogim We recognize the importance of this project and have assembled i project team especially well qualified to perform the work. A brie description of the relevant experience and qualifications for thret of our principal team members is presented below; their complett resumes are included in Appendix A. 3.1 PROJECT Moi Arzamendi, P.E., will be assigned as Woodward-Clyde' Project Manager for the project. Mr. Arzamendi is a registerec civil engineer and geotechnical engineer in the state of California Clyde since 1985 and has a well rounded background and signifi. cant experience in water resources projects including water anc tion phase services. Mr. Arzamendi has been the geotechnica project manager for the South Bay International Wastewate Treatment Plant; the associated 5 border raw sewage diversion collection, and pump station systems; the hture South Bay Recla mation Plant and pipeline conveyance systems; and the potablc water main which services all the South Bay facilities Mr.Arzamendi has become very familiar with the Carisbad are; through his work on both Carlsbad Boulevard seawalls, thc Batiquitos Lagoon Enhancement Project, the SDG&E Encin Power Plant, dredging and shoreline improvements at Agua Hedi. onda Lagoon, and numerous smaller projects in the area. Mr. Gregory Raines, P.E., will be the senior technical reviewe for the project. Mr. Raines is a registered civil engineer in the statc engineering and underground construction. Mr. Raines specialize in pipeline and tunnel projects and is a recognized authority ii trenchless technology. He is one of Woodward-Clyde five nationa been an instructor of several engineering training courses at th Colorado School of Mines. Mr. Raines has overseen design an1 construction of pipelines and tunnels for the SDG&E Pipelin 2000 Project. North Metro Interceptor Sewer Project, Encinita Highway 10 1 Storm Drain Project, and several major trenchles technology projects in Hawaii. MANAGER Mr* Arzamendi has been i thegeotechnicaiprojecf managerfor the 'Our' I-' Bay International Wartewurer Trearmenr 'lcln' r I Mr. Arzamendi has worked in the San Diego office' of Woodward. wastewater treatment plants, conveyance pipelines, and sonstruc 1. t' 3.2 SENIOR TECHNICAL REVIEWER Mr. RainessPecialiZesifl Pipeline and tmnel PrOb aufhori?Y in trenchkm techno&Y* He is one Of wOOdward-c&defive nationalpractice managemfor tm~~ls and underground srrucrures. of California and has over 15 years of experience in geotechnica I eels and * a recognized practice managers for tunnels and underground structures. He ha -)yd. e Wi975*02M\PROP 8-P 00Cfi-~un-9A\SOG 3- 0 PmJect Manager and Enginear/Geoloub a .- t xq * SECTIONTHREE 3.3 PROJECT GEOLOGlST Mr. Michael Hatch, C.E.G., RG., will be the project geologi Mr. Hatch has over 13 years experience in engineering geolo and geologic hazards studies relative to siting major municil pipelines and water conveyance and storage projects. Mr. Hal specializes in field mapping, aerial reconnaissance, photograpi analyses, subsurface investigations, hydrogeologic characteri geologist for the South Bay Ocean Outfall, SDG&E Pipeline 2C and Mexicali gas distribution pipelines. r tion, and geologic hazard assessments. He has been proj t' r- 3.4 CLIENT The following is a single client reference for each of our key te: REFERENCES members: Moi Arzamendi, P.E., G.E. Project Manager Mr. Dion McMicheaux, P.E. International Boundary and Water Commission 2225 Dairy Mart Road San Diego, CA 92143-4232 Mr. Mike Farmarzi, P.E. 6 1 9-662-7600 Gregory Raines, P.E. Senior Technical Metropolitan Wastewater Department I-; Reviewer City of San Diego 6000 B Street San Diego, CA 92 10 1 r 619-533-4267 Michael Hatch C.E.G., R.G. Engineering Geologist Mr. Craig Riker, P.E. San Diego Gas & Electric Company P.O. Box 183 1 San Diego, CA 92 1 I2 i r 6 19-696-4862 L t I' I -lvla 0 w \9751028AWROP8-P WCSJurr9ASOG 0 Technical Qualtdlcations e -: " * SEGTIQNFOUR 4.1 CORPQMTE PROFILE Woodwurdac~deiran inrernarional cOrosu~*ing firmthathmachieved prominence Os a leader in geotechnical engineering. In Our 'pinion, no Other company in southem cai~ornia has us much quafifling =Perience in geofechnicaf engineering for pipeiines* Woodward-Clyde has performed servicesfor some of the mosf resource projects involving water, sewage, and storm drain facifities in the County. Woodward-Clyde is an international consulting firm that has achieved prominence as a leader in geotechnical engineering. Founded in California in 1950 as a geotechnical and materials testing firm, the company has grown to more than 80 offices throughout the United States and abroad Engineering News-Rec- ord has listed Woodward-Clyde among the top 50 U.S. design firms since it began that listing in 1965. As demonstrated by the discussions presented above in the execu- tive summary, scope of work, and project personnel list, Wood- ward-Clyde is technically qualified to perform the proposed geotechnicd investigation for the project. ~n our opinion, no other company in southern California has as much qualifLing experience in geotechnical engineering for pipelines. Our ability to under- stand project needs and requirements in combination with main- taining current in developing construction technologies sets us apart from our competition. Woodward-Clyde has performed services for some of the most I significant water resource projects involving water, sewage, and L storm drain facilities in the County. These projects have included -, significant water significant geotechnical engineering design and construction con- siderations such as earthquake fault crossings, liquefiable and compressible soils, ground improvement, contaminated soil and groundwater, and hard rock excavation. An abbreviated list of recent projects include: Point Loma WTP and Outfall Extension, San Diego - ( 1995 California Geotechnical Engineers Association Outstanding Project) South Bay International WTP and Outfall, San Diego South Bay Reclamation Plant and Pipeline, San Diego North Metro Sewer Interceptor, San Diego Mission Valley Pipeline, San'Diego East Mission Bay Pipeline, San Diego Pipeline 2A, North San Diego County Pipeline 4 Extension, San Diego Pipeline 6 Extension, S. Riverside and N. San Diego County 0 Ranch Santa Fe Pipeline, Rancho Santa Fe Cowles Mountain Tunnel, San Diego La Posas Tunnel, North San Diego County 0 San Marcos Tunnel, san Marcos 0 Otay Valley Trunk Sewer, San Diego Cannel Valley Trunk Sewer, San Diego Highway 101 Storm Drains, Encinitas ---w.@ WW5102BAPROP8P WCI~J~F~A~DG 4- 1 0 0 SECTIONFIVE local lEJmerfenc8 and howledge et D16Wct hciliae 1 71 ' 5.1 LOCAL EXPERIENCE Our local experience and geologic datu base is unparaf'efed in the region* Woodward-Clyde has performed numerous engineering servicesfor local projects. Woodward-Clyde has been operating in the local area for near1 40 years. Woodward-Clyde has performed geotechnical and env ronmental engineering services for over 15,000 projects in Sl Diego County, over 100 projects in the City of Carlsbad, and ovc 12 projects within a one mile radius of the proposed pipelir alignments. We believe our local experience and geologic da base is unparalleled in the region. Woodward-Clyde has performed numerous engineering servicc for local projects owned by the City and clients in Carlsbad. The projects include the existing (3,100-foot) and under constructio (2,500-foot) Carlsbad Boulevard seawalls; the Batiquitos Lagoa Grove Firestonn emergency mitigation; many residential, con mercial, and industrial developments; the SDG&E Encina Pow1 Plant; Shell Carlsbad service station; Carlsbad Bakery Compan Avaira Elementary and Middle Schools; and many stre improvement projects to name a few. In Encinitas, Woodward-Clyde is currently working on the Hig way 10 1 storm drain project. The Encinitas project is similar to tl subject project in that geologic conditions are comparable, pipelii alignment configurations are mainly north-south trending adjace to the railroad, and trenchless technology for construction is beii I r Enhancement Project; Cannon Road bridge; the 1996 Harmon The Encinitasproject is similar to the subject projeck i I designed. f: 5.2 KNOWLEDGE OF DISTRICT FAC~L~T~ES Woodward-Clyde has experience working in Carlsbad with respel to providing geotechnical engineering and construction pha: services for water system improvements- constructed in 197 Information contained in our project files indicate that constructic inspection and testing services were performed for water pipelir installed beneath 27streets in downtown Carlsbad at that tin including Oak Avenue, Jefferson Street, and Chestnut Avenue. Although it has been a few years since Woodward-Clyde has pe formed geotechnical engineering services for the CMWD, we ( have a very strong relationship with the City Engineering Depai ment based on other previous and current work performed by o! firm. Key City personnel that we have worked directly wi include Messrs. Lloyd Hubbs, John Cahill, Pat Entezari, and Stei Jantz and Dick Cook.. We encourage the CMWD to contact the individuals at the City as additional references. We do have a verystrung relationship with the Cig Engineering Department. i ! -etyda 0 W t9751028AWROP-8-P OOC'bJ~-3n\SDG 5 * ,! ‘ SEGTIONSIX Proposed Schedule, q udget and Agreemen e 6.1 SCHEDULE We plan to submit a draft geotechnical report (6 copies) with1 3 months of the CMWD’s written notice to proceed. The fin: geotechnical report (10 copies and one reproducible copy) will t: submitted within 2 weeks after receiving review comments fro1 the CMWD and the City. A tentative schedule for the project shown in Figure 2. We understand that the fees for the proposed geotechnical invest sewer projects, respectively. A breakdown of our proposed fees are as follows: 6.2 BUDGET gation are to be separated into two parts for the storm drain ar Proposed Budget Part I Part II Task Description (Storm Drain) (Sewer) 1 Data Review, Field Reconnais- $1,400 $1,400 2 Subsurface Exploration 9,630 11,780 3 Geotechnical Laboratory Testing 2,560 3,130 sance and Work Plan I 4 Analytical Soil and Groundwater 4,380 8.760 5 Groundwater Dewatering Pump 14,850 29,700 Testing Testing 1 6 Engineering Analyses 6,430 7,86a 7 Draft and Final Reports 4,900 6,070 8 Design Consultation 3,850 3,85a 9 Plans and Specifications Review 1,280 1,28C 10 Pre-Bid Conference 550 1.65c Subtotals $49,030 $75,48C TOTAL $1 25,31 C Although the project has been broken down in to two parts, T would plan to only mobilize once for the field work and issue single report covering the joint sewer and storm drain projects. \ propose to perform the scope of work presented herein for a to lump sum of $125,310. 6.3 AGREEMENT Woodward-Clyde’s Risk Manager is cunently reviewing the C of Carlsbad’s Standard Agreement for Professional Services. F will forward our comments and concerns regarding the Agreemi after our review is completed. -lvb 0 W 19751028AWROP 8-P OOCS-Jun-97WDG 3 ‘1 * Woodward-&de w n 0 Engineering d sciences applied 10 [he earlh d lis envtronmeni EXHIBIT “8” July 2, 1997 Ms, Kelly J, Weaver, P,E, Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, CA 92008 Subject: Amendment No. 1 Proposal for a Geotechnicai Investigation Vista/Carlsbad Interceptor Sewer Replacement Project and South Carlsbad Village Storm Drain Project CMWD Project No. 91403 and Project No. 3538 Carlsbad, California Woodward-Clyde Reference No. 975 1028A-PROP Dear Ms. Weaver: Woodward-clyde International-Americas (Woodward-Clyde) is pleased to present her ment No. 1 to our proposal for a geotechnical investigation for the subject project- TI Amendment has been prepared in response to your letter dated June 23, 1997 requesti Mer clarification to our proposal dated June 6,1997. Our responses follow the order oft comments contained therein (not reprinted herein). 1. Depending on the results of analytical testing, which could indicate various levels contamination, soil and groundwater may k disposed of at a local landfill, treated incinerated by a licensed waste transpoddisposal service, or discharged into the lot sewer system with permission from the Carlsbad Municipal Water District (CMW A company such as Soil-Wash Technologies, Inc. (located in Mission Valley) could utilized for transpoddisposal services. Although principally suited for treati contaminated soil, Soil-Wash, Technologies, inc. can also had, receive, treat. a dispose Contaminated groundwater as well. Clean soil and groundwater will disposed of in conventional means not requiring a pennit as described in Response ’ 3. Contaminated soil and groundwater which may be encountered in Task 2 (Subsurt Exploration) will likely be of small volume and not present a significant disp( problem. Cost for disposal of these materials may be assumed to be included in cost estimate. However, larger volumes of groundwater which will be encoi:r:, during Task 5 (Groundwater Dewatering Pump Testing) may require ad&: handling and expense for disposal. We plan to temporary store the F.~-- 2. Woodword-Ctyde Consultants A subsidiary of Woodward-Clyde Group. Inc Sunroad Plaza 3 Suite 1000 - 161 5 Murray Canyon Road - San Oiego California 921 C8 W\915102M9RCP-C 4. DOC . - 619-294-9400 F~x 619-293-7920 1 rF * rn @ Woodward-Clyd Ms. Kelly J. Weaver, P.E. Carlsbad Municipal Water District July 2, 1997 Page 2 groundwater in a large Baker tank(s) during the pump testing and avoid the need fc numerous drums. The stored water will be screened for contamination by testing fc Total Recoverable Petroleum Hydrocarbons (TRPH). If permissible by the CMWD, v will discharge the stored water into the sewer system. A proposed contingency plan I cover additional expenses is described at the end of this letter. Groundwater extracted during dewatering pump tests and stored in a Baker tank(s) wi planned to be discharged into the sewer system at a regulated inflow rate on the order ( 100 gpm or less. However, if this method of disposal is not permitted, we wou discharge onto an approved receiving area (Le., City park or cultivated land). possible, dewatering pump tests performed in the railroad right of way should 1 considered for direct surface discharge. However, we understand that due to tin constraints involved in obtaining a NPDES permit that such a discharge may not 1 possible. Reinjection of pumped groundwater back into the ground after the tests ha7 been performed is not be considered a cost effective alternative due to the tin required. Discussions regarding options for disposal of construction dewaterii effluent will be presented in our geotechnicai investigation report. Preliminary calculations suggest that each pump test may be expected to produce up 10,000 gallons of water over a period of I to 2 days in order to stress the aquifi Percolation or reinjection of extracted groundwater back into the subsurface may 1 considered inappropriate or costly due to the effort required to construct an injectil well and the time required. Reinjection may take an order of magnitude longer completely dispose of stored groundwater and could impact our planned investigatil efforts. 3. 4. 5. Steep slope considerations (eg., slope anchors) pertain only to the segment of t proposed storm drain descending down toward Agua Hedionda Lagoon. The costs 1 analyses of these conditions have been separated in our proposal. The distributed cost for Task 5 (Groundwater Dewatering Pump Tests) in Section t have been incorrectly presented. The breakdown should be $16,706 (37.5% share) a $27,844 (62.5% share) for Part I and Part 11, respectively. Thus, the total cost for Pa is 531,686 and Part I1 is $73,623. Costs for additional pumping tests may be assumed to be $11,137 each if perforrr concurrently with the first 4 tests plus $1,334 for dewatering analyses (Task 6). 1 cost for remobilization of equipment and personnel may be taken as $500 per test if 1 performed concurrently with the first 4 tests. Therefore, the cost for additional te 6. 7. W\975102BA\PROPGI C031.JIJ-97 4 1%- a Woodward=Clydl Ms. Kelly J. Weaver. P.E. Carisbad Municipal Water Dlstrict Page 3 July 2, 1997 would be either $12,571 or $13,071 depending on whether or not the work was donc I, concurrently with the originally planned Task 5 field program. CONTINGENCY PLAN We suggest that an additional 10 percent contingency reserve on our fees be secured by th CMWD in the event that expenditures not anticipated, as described above, may be coverec Under this plan, Woodward-Clyde would be required to submit a detailed explanation ant itemized cost breakdown in order to be authorized any payments from the contingenc reserve. At this time, we expect that the majority of the contingency reserve would be use for hauling, treating, and disposal pumped groundwater by Soil-Wash Technologies, Inc. at rate of 30 cents per gallon. Assuming a roughly 40,000 gallons of water to be disposed th added cost would be about $12,000. We appreciate the opportunity to submit this Amendment to our proposal to the CMWD an the City of Carisbad. If you have any questions, please call. Very truly yours, WOODWARD-CLYDE MT ATIONAL-AMERICAS d/g# Leo Vice D. President Han elt, P. . LDH\MA:rad CLIENT: Signature Date Typed or Printed Name Title W\9751028A\PROPC L DOC\1 Jul-3R a r* w e * -- August 27,1997 TO: FROM: KAREN KUNDTZ, DEPUTY CITY CLERK William E. Plummer, District Engineer PROFESSIONAL SERVICES AGREEMENT BETWEEN WOODWARD-CLY. INTERNATIOAL-AMERICAS AND THE CITY OF CARLSBAD TO PROVIDE GEOTECHNICAL INVESTIGATION FOR VISTNCARLSBAD INTERCEPT( SEWER, CMWD PROJECT NO. 91-403 Attached is the original copy of the subject document for signatures of the City Carlsbad. This item is listed as agenda bill #14,314 on the August 26, 1997, C Council Agenda. Please return a fully executed copy of the agreement to Sar Schuck for further processing with the purchasing department and for District's record Sincerely, &am- ?PA WILLIAM E. PLUMMER, P.E. District Engineer WEP:sjs attachment CMWD 91-403 ,I - / ,3 - -I p 2, v c r- 1 . I ~ 4.i r r -1 - .* /- *,/ , r '2 ,I i-