Loading...
HomeMy WebLinkAbout2012-05-08; City Council; 20888; Approve Amendment No. 6 with Brown and Caldwell for Design of Vista-Carlsbad Interceptor Sewer Reaches 11-B-15 and the Agua Hedionda Sewer Lift Station Project Nos 3492 3886 3949CITY OF CARLSBAD - AGENDA BILL AB# MTG. 20,888 5/8/12 DEPT. UTIL APPROVAL OF AMENDMENT NO. 6 WITH BROWN AND CALDWELL FOR THE DESIGN OF THE VISTA/CARLSBAD INTERCEPTOR SEWER, REACHES 118-15, AND THE AGUA HEDIONDA SEWER LIFT STATION PROJECT NOS. 3492, 3886, AND 3949 DEPT. DIRECTOR CITY ATTORNEY CITY MANAGER RECOMMENDED ACTION: Adopt Resolution No. 2012-102 approving Amendment No. 6 to extend and amend the professional sen/ices agreement with Brown and Caldwell for the design of the Vista/Carisbad Interceptor Sewer, Reaches 11B -15, and the Agua Hedionda Sewer Lift Station, Project Nos. 3492, 3886, and 3949. ITEM EXPLANATION: Proiect Background: The Vista/Carlsbad Interceptor Sewer System was constructed in 1965 and is jointly- owned by the City of Vista and the City of Carisbad. The alignment, approximately eight miles in length within the City of Carisbad, extends from just west of College Boulevard and Highway 78 to the Encina Water Pollution Control Facility (Encina). There are two sewer lift stations within the alignment, the Buena Vista Lift Station, and the Agua Hedionda Lift Station (see Exhibit 1). Both are maintained and operated by the Encina Wastewater Authority through a joint agreement. The upper reaches of the Vista/Carisbad Interceptor Sewer System from VCI through VC11A have been replaced or rehabilitated in recent years. Reaches VCI IB to VCI5, which include the Agua Hedionda Lift Station and the adjacent trestle bridge supporting the sewer across the Agua Hedionda Lagoon, are in a state of declining condition and need to be replaced. Additionally, these facilities do not have the capacity to convey the ultimate flows projected for the basin. The Agua Hedionda Lift Station is the City's largest sewer lift station and is located adjacent to the lagoon on property owned by NRG Energy. The remaining portion of the gravity sewer to Encina, approximately two miles in length, does not have adequate capacity to meet future flows that are anticipated. Furthermore, this reach of interceptor sewer has been identified for replacement in Carisbad's Sewer Master Plan to address the capacity deficit. In 2008, the City selected the engineering firm of Brown and Caldwell to perform the final engineering design of the project. In addition to the engineering sen/ices. Brown and Caldwell was asked to provide a full sen/ice consultant team that could provide sun/ey support, geotechnical investigation, environmental compliance documents and acquisition of resource agency permits. Proiect Description: The project includes the replacement of the existing wood trestle bridge with a new 140-foot long steel truss bridge, construction of a new sewer lift station approximately 50-feet east of the current facility, and construction of a new parallel force main and gravity sewer to provide increased capacity and reliability to the sewer system. The new gravity sewer will be constructed in Avenida Encinas and a portion of the new sewer will require installation by microtunneling. The new force main will require construction by Horizontal Directional Drilling to avoid utilities within the area. The existing gravity sewer downstream of the lift station was inspected in 2009 and will continue to be utilized to convey a portion of the daily sewage flows from the new lift station and to maintain existing sewer connections south of Cannon Road. The new sewer bridge is being designed to accommodate the occasional maintenance vehicle and will be suitable for use by the Coastal Rail Trail as that project moves fonA/ard in the future. FOR CITY CLERKS USE ONLY V COUNCIL ACTION: APPROVED X CONTINUED TO DATE SPECIFIC • DENIED • CONTINUED TO DATE UNKNOWN • CONTINUED • RETURNED TO STAFF • WITHDRAWN • OTHER-SEE MINUTES • AMENDED • Page 2 Amendment Description: Amendment No. 6 to the Brown and Caldwell agreement addresses additional engineering sen/Ices necessary to comply with CEQA requirements and to address unforeseen design Issues. Some of the more significant Items of work being added to Brown and Caldwell's scope of work include making revisions to the Storm Water Management Plan, revising plans to reflect ground elevation changes as a result of Amtrak's double-track projeot, and preparing a soil and groundwater management plan to address the requirements for handling contaminated soil during construction. Additionally, Amendment No. 6 also extends the duration of the original agreement for an additional 3-year term to allow for the completion of current design activities and to provide engineering design support during construction. The project design is approximately 90% complete and It Is anticipated that the first construction contract for the pipeline installation in Avenida Encinas will go out for bid in the fall of 2012. The remaining two construction contacts for the bridge and lift station will be bid in eariy 2013 once the design is complete and the project receives all easements and discretionary permits. ENVIRONMENTAL IMPACT: The proposed approval of a contract amendment does not qualify as a "project" under the Califomia Environmental Quality Act (CEQA) per State CEQA Guidelines Section 15378, as it does not result In a direct or reasonable foreseeable indirect physical change in the environment. A Mitigated Negative Declaration (MND) and Mitigation Monitoring and Reporting Program (MMRP) were prepared for the Agua Hedionda Sewer Lift Station, Force Main and Gravity Sewer Replacement project (PDP 00-02(C)/SP 144(L)/RP 10-26/CDP 10-17/HDP 10-05/SUP 10-02/HMP 10-03) and were adopted by the City Council at meeting held on December 6, 2011. FISCAL IMPACT: The fee for the additional sen/ices included in this Amendment is $81,718, which includes a $20,000 contingency amount. Subsequently, it is anticipated that another amendment with Brown and Caldwell will be required prior to the start of construction to provide engineering support sen/ices during construction. These sen/ices will be negotiated at a future date. A summary of current and projected project costs is as follows: PROJECT COST SUMMARY FOR THE AGUA HEDIONDA SEWER LIFT STATION AND V/C INTERCEPTOR SEWER REPLACEMENT PROJECT, REACHES VCI IB - VCI5 (PROJECT NOS. 3492, 3886, AND 3949) Manhole Rehabilitation Contract (Completed - Actual Costs) $344,900 Studies, Environmental Compliance and Design Activities (As of 3/31/2012) $3,549,121 Existing Encumbrances $433,993 Proposed Amendment No. 6 to Brown and Caldwell Agreement $81,718 City Project Management and Miscellaneous Costs (Estimated) $50,000 Subtotal of Costs (Through Design) $4,459,732 Utility Relocation, Easement Acquisition and Railroad Fees $1,380,000 Estimated Construction Phase Costs & Contingency $40,261,000 TOTAL ESTIMATED PROJECT COST $46,100,732 TOTAL APPROPRIATIONS TO DATE $46,230,000 ADDITIONAL APPROPRIATION REQUIRED $0 Sufficient funds are currently available for the completion of the project. All project related costs will be shared between the City of Carisbad and the City of Vista as described within the existing 2002 ownership agreement between the two cities for operation and maintenance of the Vista/Carlsbad Interceptor Sewer System. Pages A project specific agreement has been prepared with Vista to define the administrative procedures and payment schedule for expenses incurred during the planning and design phase of the project. Vista has paid Carisbad for their share of these expenses incurred to date. A second project agreement with Vista will be prepared prior to bidding the project to address noticing requirements and billing procedures during construction. The total project cost share between the two cities is approximately 65-percent Vista and 35- percent Carisbad; however, the actual cost share varies with each reach ofthe sewer. Carisbad's share of the project is funded from the Sewer Connection Fee Fund. The City of Vista will be using State Revolving Funds to pay for their portion ofthe project. EXHIBITS: 1. Location Map. 2. Resolufion No. 2012-102 approving Amendment No. 6 to extend and amend the professional sen/ices agreement with Brown and Caldwell for the design of the Vista/Carisbad Interceptor Sewer System, Reaches IIB -15, and the Agua Hedionda Sewer Lift Stafion, Project Nos. 3492, 3886, and 3949. 3. Amendment No. 6 to Extend and Amend Agreement for Professional Engineering Sen/ices with Brown and Caldwell for the Design of the Vista/Carisbad Interceptor Sewer System, Reaches 11B - 15, and the Agua Hedionda Sewer Lift Station. 3 LOCATION MAP BUENA VISTA LIFT STATION VISTA METER STATION EXISTING LAGOON BRIDGE VCI IB EXISTING AGUA HEDIONDA LIFT STATION LEGEND: VC11B-VC15 VC1-VC11A ENCINA WATER POLLUTION CONTROL FACILITY PROJECT NAME AGUA HEDIONDA LIFT STATION & VISTA/CARLSBAD INTECEPTOR SEWER REACHES VC11B THROUGH VC15 PROJECT NUMBER CP3492, 3886 & 3949 EXHIBIT 1 DRAWN BY: SCOTT EVANS: CARLSBAD UVUVES DEPT. 1/13/11 C:\UVUVES DEPARmENV^DESIGN 0/WS/ON\SM/TH\VC SEWER LOCAVON MAP.DWG V 8 9 10 15 16 17 21 22 23 24 25 26 27 28 RESOLUTION NO. 2012-102 1 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 CARLSBAD, CALIFORNIA, APPROVING AMENDMENT NO. 6 TO EXTEND AND AMEND THE PROFESSIONAL SERVICES 4 AGREEMENT WITH BROWN AND CALDWELL FOR THE DESIGN OF THE VISTA/CARLSBAD INTERCEPTOR SEWER SYSTEM, 5 REACHES 11 B-15, AND THE AGUA HEDIONDA SEWER LIFT STATION. PROJECT NOS. 3492. 3886. AND 3949. 6 " J WHEREAS, the City Council of the City of Carisbad, California, has determined it necessary and in the public interest to approve Amendment No. 6 to the agreement with Brown & Caldwell, Inc., for the design of the replacement of the Vista/Carisbad Interceptor Sewer System, Reaches IIB through 15, and the Agua Hedionda Sewer Lift Station; and WHEREAS, On June 10, 2008, the City entered into an agreement with Brown & Caldwell in ^ ^ the amount of $2,382,281 to provide engineering design and environmental sen/ices; and 12 WHEREAS, the current agreement term expires on June 9, 2012; and 13 WHEREAS, it is in the best interest of the City to extend the agreement with Brown & .j4 Caldwell for an addifional three (3) year term to allow for the complefion of all sen/ices anficipated in the original agreement; and WHEREAS, five (5) subsequent amendments have been authorized to Brown & Caldwell in the amount of $624,501; and WHEREAS, City staff and Brown & Caldwell have negofiated fees in an amount not-to- exceed $81,718 to provide addifional engineering and environmental sen/ices for the project, as 19 described in this Amendment No. 6 to professional sen/ices agreement; and 20 WHEREAS, funds have been appropriated in the 2011-2012 Capital Improvement Program from the Sewer Connecfion Fee Fund and sufficient funds are currenfiy available; and WHEREAS, the City of Vista will reimburse Carisbad for their portion of the design fees as stated in an agreement tified, "Agreement for Ownership, Operafion and Maintenance of the Vista/Carisbad Interceptor Sewer", dated February 26, 2002. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 1 2. That Amendment No. 6 to the Agreement with Brown and Caldwell will extend the 2 agreement for an addifional 3-year term that expires on June 9, 2015. 2 3. That Amendment No. 6 to Agreement with Brown and Caldwell in an amount not-to- exceed $81,718 for the Design of the Vista/Carisbad Interceptor Sewer System, Reaches IIB through 15, and the Agua Hedionda Sewer Lift Stafion is approved and the Mayor is hereby authorized and directed to execute said amendment. /// /// 8 /// 9 10 11 12 13 ill III III III III III 14 /// 15 /// 16 17 18 19 20 23 24 25 26 27 28 /// /// /// /// /// /// 21 /// 22 /// /// /// /// /// /// /// 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 PASSED, APPROVED AND ADOPTED at a Regular Meeting ofthe City Council of the City of Carisbad on the 8*^ day of May, 2012, by the following vote to wit: AYES: NOES: Council Members Kulchin, Blackburn, Douglas and Packard. None. ABSENT: Council Member Hall. ANN KULCHIN, Mayor Pro Tem ATTEST: L (SEAL) M. WOOD, City Clerk Sc.-A-X.,- h^-<^ w * PWENG643 AMENDMENT NO. 6 TO EXTEND AND AMEND AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR THE DESIGN OF THE VISTA/CARLSBAD INTERCEPTOR SEWER, REACHES 11 B-15, AND THE AGUA HEDIONDA SEWER LIFT STATION (BROWN AND CALDWELL) This Amendment No. 6 is entered into and effective as of the ? day of Mncf , 20i3Lf amending the agreement dated June 10, 2008, (the "Agreemeh?) by and between the City of Carisbad, a municipal corporation, ("City"), and Brown and Caldwell, a private employee-owned company ("Contractor") (collectively the "Parties") for professional engineering services for the design of the Vista/Carisbad Interceptor Sewer, Reaches 11 B-15 and the Agua Hedionda Sewer Lift Station. RECITALS A. On November 30, 2009, the Parties executed Amendment No. 1 to the Agreement to provide additional engineering studies and design services; and B. On May 28, 2010, the Parties executed Amendment No. 2 to the Agreement to extend it for one (1) addifional year; and C. On February 23, 2011, the Parties executed Amendment No. 3 to the Agreement to provide additional design services, permit assistance and environmental sun/eys; and D. On June 22, 2011, the Parties executed Amendment No. 4 to the Agreement to extend it for one (1) addifional year; and E. On December 8, 2011, the Parties executed Amendment No. 5 to the Agreement to provide additional design services and assistance with easement acquisition; and R The Parties desire to alter the Agreement's scope of work to provide additional design services and reports; and G. The Parties desire to extend the Agreement for a period of three (3) additional years; and H. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein. City and Contractor agree as follows: I. In addifion to those services contained in the Agreement, as may have been amended from time to time. Contractor will provide those services described in Exhibit "A". 2. City will pay Contractor for all work associated with those services described in Exhibit "A" on a time and materials basis not-to-exceed eighty one thousand seven hundred eighteen dollars ($81,718). Contractor will provide City on a monthly basis, copies of invoices sufficiently detailed to include hours performed, houriy rates, and related activities and costs for approval by City 3. Contractor will complete all work described in Exhibit "A" by June 9, 2015. City Attorney Approved Version 5/12/11 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 5. All requisite insurance policies to be maintained by Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. 6. The individuals execufing this Amendment and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Amendment. CONTRACTOR BROWN AND CALDWELL, a private employee-owned company ^ By: ^ CITY OF CARLSBAD, a municipal corporation of the State of California By: (sign here) ^^A/LC DAMnCguAS /vic<f P^SiOe^V (print name/title) Mayor Pro Tem ATTES By: (sign here) LORRAINE M. WOOD City Clerk (print name/title) If required by City, proper notarial acknowledgment of execution by Contractor must be attached. If a corporation. Agreement must be signed by one corporate officer from each of the following two groups: Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney BY: Assistant City Attorney City Attorney Approved Version 5/12/11 ACKNOWLEDGMENT State of California County of ORANGE J On before me, R-H. BADANI. Notary Public (insert name and title of the officer) pe rsonally appeared C(\cAs>tCL (V 'll^q m I \fsO}^"^ who proved to me on the basis of satisfactory evidence to be the person(9) whose name^is/are-; ^ubsSto t^^^^^^ instmment and acknowledged to me that she/^Y exe^^^^^^^^^^^ hShei^eir authorized capacity(iee). and that by his/^^^sjgnature^ ttie .^^^^^ the person(sy, or the entity upon behalf of which the person(s)- acted, executed the instmment. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official seal. Signature (Seal) R. H. BADANI I C0MM...1799863 S NOTARY PUBLIC-CALIFORNIA H ORANGECOUNTY • My Term Exp. May 31.2012 R OPTIONAL TT,„„gh *<= intaa.ion Wow is nut rc<,ui,<»l by law, it may pro., valuable to person, rdyjag on lire docume. ^ could preven, fraudulc. removal and reallachment of ihis form lo anolher document. Description of Attached Document Title or Type of Document: A n>«->vcirru? Document Date: ^ 15 | Number of Pages: (Not including this page) Signer(s) Other Than Named Above: 16 CERTIFICATE OF SECRETARY OF BROWN AND CALDWELL, A CALIFORNIA CORPORATION I, the undersigned, do hereby certify that: 1. I am the duly elected and acting Secretary of Brown and Caldwell, a California corporation, and am keeper of the corporate records and seal of said corporation. 2. At the annual meeting of the Board of Directors on Febmary 3, 2012, the foUowing resolution was adopted: RESOLVED that all Brown and Caldwell officers currentiy appointed to serve are ratified and authorized to continue to hold their offices at the pleasure of the Board of Directors of this corporation until the next annual meeting of the Board of Directors of this corporation or until their respective successors are elected or qualified, or until theic earlier resignation. A listing of current company officers is attached. BE IT FURTHER RESOLVED tiiat aU Brown and CaldweU officers listed are authorized to financially commit the corporation in accordance with the Company procedures and policies within their respective area of responsibility or as stated in the Bylaws. 3. Marc G. Darrdkolas is a Vice President of Brown and Caldwell, is so identified in the February 3, 2012, resolution referenced above, and in that capacity is duly authorized to financially commit the corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of the Corporation this 2"^^ day ofMareh, 2012. SIGNED: ROBERT D. GOODSON, Secretary (SEAL) (( EXHIBIT A Agua Hedionda Lift Station and V/C Sewer interceptor Repiacement Projects - City of Carisbad Proposal for Additional Engineering Support and Final Design Services - Updated March istt'2012 Background The City of Carisbad engaged Brown and Caldweii in June 2008 to prepare three (3) separate bid packages for construction of the Agua Hedionda Lift Station (AHLS) and V/C Interceptor Sewer project facilities as follows: • Package 1 - Agua Hedionda Sewer Lift Station and Forcemain Project • Package 2 - V/C Interceptor Sewer and Lagoon Bridge Replacement Project • Package 3 - V/C Interceptor Relief Sewer and Recycled Water Pipeline in Avenida Encinas. Currently Packages 1, 2 and 3 are atthe approximate 90 percent design completion level and project construction is scheduled to begin in 2013. The construction efforts will occur in parallel with some overlap, and will be completed in the following series: • Package 3 - V/C Interceptor Relief Sewer and Recycled Water Pipeline in Avenida Encinas. • Package 2 - V/C Interceptor Sewer and Lagoon Bridge Replacement Project . Package 1 - Agua Hedionda Sewer Lift Station and Forcemain Project Amendment - 006 Proposal for Additional Engineering Support and Final Design Services Recently, and during project final design, certain changing site conditions have resulted due to nearby construction completed by others, agency requirements, additional design work, additional engineering support and coordination work, and design changes requested bythe City. As a result, these changes necessitate additional engineering services outside the contracted scope of work. This proposal requests additional compensation for work as described in the phases outlined below. The work described below will be added to the existing project contract by Amendment 006 and is proposed to be completed for the costs shown on the attached detailed fee breakdown. Schedule for Work: Note: The work of Amendment 006 is planned to be completed by the fall of FY 2012. However EC's current contract is set to expire prior to the end of the year and completion of project final design including the Amendment 006 work items prior to this. BC's project engineer Nicholas Boswell next requested thatthe City provide a 1 year extension to the contract. At that time City of Carlsbad PM Terry Smith (on 2-16-2012) advised that the City is aware of the issue and is working with the City Attorney's office to obtain a needed 1 year extension to complete the work. Brown AND Caldwell jl Amendment 006 - Additional Engineering Support and Final Design Services Amendment Scope Elements by Work Phase The proposed additional scopes of work (Phases 20 through 25) include descriptions for detailing which of the three project construction bid packages (Bridge, Lift Station and Gravity Sewer) will be updated by the work, and expected engineering, CAD, and subconsultant work needed for their completion. Phase 020 - Update to Storm Water Management Pian Bid Package(s) Impacted: • All packages. Phase CAD and Engineering Effort: • Work includes update to project SWMP prepared for construction of the AHLS facility to be submitted as attachment to each final Bid Packages 1-3. Under Phase 020, Brown and Caldwell will update the project Storm Water Management Plan (SWMP) prepared previously for construction of the AHLS project facilities to justify project hydromodification exemption. The work includes generation of one updated CAD figure showing that the project directly discharges storm water runoff to Agua Hedionda Lagoon, which is exempt from hydromodificafion criteria. Mean tide levels and lOO-year floodplain information forthe lagoon will be obtained and compared to the Agua Hedionda Lift Station site outfall elevation. Addifionally, the energy dissipation system at the conveyance system outfall will be reviewed and to ensure that the post construction local scour from the combined project discharge is mitigated as required bythe project discharge requirements established bythe regional board. If found out of compliance. Brown and Caldwell will notify the City immediately ofthe issue and, if requested, provide proposal for detailed design to modify and correct the discharge outlet condifion. Phase Assumption: Estimate includes time for coordinafion phone calls with the City of Carlsbad staff and one City meeting. Phase Deliverables: 1. Draft language and figure needed to update SWMP; one electronic copy as PDF and nafive file formats. 2. Final updated SWMP; one electronic copy as PDF and native file formats, plus two updated hard copies of Final SWMP. Phase 021 - Add to Project Design Work to Locate and Rehabilitate IVIanhole Bid Package(s) Impacted: • Bid Package 3 Engineering Effort: • Prepare one plan view blow up detail and notes to direct the work. • Prepare one section detail and notes for the work. • Prepare one specification section to direct the Contractor how to complete the work and incorporate one City-provided specification for manhole rehabilitation. • Coordination w/ City, CAD and cost estimator to add work. CAD Effort: • Prepare one plan view blow up detail and notes to direct the work. • Prepare one section detail and notes for the work. Cost Estimation: • Add to Bid Package 3 cost estimate the new construction work of Phase 021. The City previously completed a manhole rehabilitation contract for all manholes located on sewer reaches VCllB - VC15 that repaired manholes found to be in poor condition. At that time all manholes were addressed, with the exception of one located near the intersection of Avenida Encinas Road and Palomar Airport Road that was not able to be physically located from above grade. It is believed that the manhole rim and access shaft were buried by construction of the Palomar Airport Road Bridge Crossing project with the rim underneath the bridge embankment fill and not raised to grade. The City has internal closed-circuit television (CCTV) inspection data which confirms the manhole's existence. The manhole is located in close proximity to existing buried high pressure gas pipeline and other utilities. Under Phase 021, Brown and Caldwell will add to the Package 3 design the work for the Contractor to locate and repair this manhole. Upon commencement ofthe Phase 021 design work. Brown and Caldwell will discuss with the City and confirm the preferred replacement method to be used for the project and incorporated into the Package 3 bid documents. The manhole will be repaired by either: • Rehabilitating the manhole interior per City specification, capping the manhole in place, removing the remaining exisfing risers, then backfilling to restore exisfing conditions; or • Rehabilitafing the manhole interior per City specification and installing new manhole risers to grade for future access, risers, and then backfilling to restore exisfing condifions. Brown Caldwell I 2 13 Amendment 006 - Additional Engineering Support and Final Design Services Following City direcfion. Brown and Caldwell will update the contract documents and cost esfimate. Brown and Caldwell will prepare and incorporate to the drawings one plan detail figure and one manhole excavation section figure with notes to direct the work. Brown and Caldwell will prepare one new specificafion secfion to for the addifional work and will incorporate one City-provided specification section for manhole rehabilitafion. The work is located within an exisfing City of Carlsbad sewer easement but is also in close proximity to the vehicle overpass at Palomar Airport Road for the railroad. If right-of-way permits are required for the work. Brown and Caldwell will include requirements for the Contractor to prepare the permit applications and acquire permits. No permit acquisition work is included by Brown and Caldwell. Brown and Caldwell will update the Project 3,90 percent and Final engineer's cost esfimate to include the work of Phase 021 to field locate and rehabilitate the sewer manhole. Phase Assumptions: • No field or aerial survey work is included in Phase 021 by Brown and Caldwell. Contractor to field locate manhole prior to construction. Design will be based on record information provided by the City. • City to provide CCTV data inspection reports and manhole rehabilitafion specificafion from previous manhole rehabilitafion project. Phase Deliverables: 3. Final Package 3 contract documents to include manhole locafion and rehabilitafion work. 4. Add to Package 3 90 and 100 percent engineer's construction cost estimate for Phase 021 work. Phase 022 - Design Updates for Revised Grades Resulting from Amtrak's Rail Expansion Project Bid Package(s) Impacted: Engineering Effort - Bid Package 1: CAD Effort - Bid Package 1: Engineering Effort - Bid Package 2 Bid Packages 1 and 2. Update to Structural Design for Bridge Abutments and Reduced Wall Design by R2H. See Attachment B for proposal. Engineering redesign and coordinafion efforts with San Dieguito Engineering (SDE), City, and Amtrak to collect the informafion needed to update the existing grading background topographic files, correct all existing topographic backgrounds, correct all proposed grading work impacted bythe changes including drainage designs, incorporate the changes to Brown and Caldwell's Bid Packages 1, and QA/QC for all design changes. Sheet C-500. Redesign exisfing and proposed grading including designs for the infiltration basins, etc., to accommodate new grade conditions from Amtrak fill. Sheet C-501. Revise existing grading and proposed drainage connecfion piping, to match infiltrafion basin changes. Sheet C-502. Revise existing grading and paving plan for changes to grade condifions Sheet C-505. Section revisions for existing and proposed grading. Sheet C-505. Section revisions for existing and proposed grading. Sheet C-500. Modify exisfing and proposed grading around infiltrafion basins, etc., to accommodate new grade condifions from Amtrak fill and redesign final grading. Sheet C-501. Revise proposed drainage connection piping to match infiltration basin changes. Sheet C-502. Revise paving plan for changes to grade conditions Sheet C-505. Section revisions. Sheet C-505. Section revisions. Revise existing grading to accommodate new grade conditions from Amtrak fill. Revise pipeline proposed grading to accommodate new grade conditions from Amtrak fill. Engineering redesign and coordinafion efforts with SDE, R2H, City, and Amtrak to update the existing grading background topographic files to reflect flnal topographic conditions and to work with R2H to incorporate the changes associated with the grading and reduce the overall impact of the project by reducing the flll depth and associated concrete needed for the lagoon crossing for Bid Package 2 bridge design, and QA/QC for all design changes as presented below: Brown Caldwell 13 Amendment 006 - Additional Engineering Support and Finai Design Services CAD Effort - Bid Package 2 R2H - Structural Design Effort: - Update proposed grading for the project where impacted by Amtrak's work. - Update pipeline proflle to reflect final surface grades, check new cover and condifions of pipeline. - C-2 and C-3, plan and proflle sheet revisions - Sheets C-5 and C-6. Revisions for enlarged plan details. - Sheet C-7 and C-9. Revise existing and proposed ground proflles shown. - All B drawing sheets. Engineering work to QA/QC and coordinate exisfing grading changes, proposed grading changes, and proposed design modificafions with structural subconsultant R2H. Sheet G-8. Background grading change. Sheets C-2 and C-3. Background grading change. Revised proposed grading. Changes to plan view and grading for pipeline profile. Sheets C-5 and C-6. Update background files for enlarged plan details. Sheet C-7 and C-9. Update existing and proposed ground profiles shown. All B drawing sheets. CAD time to coordinate exisfing grading changes, proposed grading changes, and proposed design modifications with structural sub consultant R2H. See attached R2H proposal. Update to all structural drawings for lowering of the fill over the trunk sewer and bridge deck by 2-feet to better match existing flnal grade condifions. Check of bridge and footing designs for potential impacts due to new Amtrak earthwork. Following completion ofthe project aerial mapping, field survey and base drawing development efforts, and at the approximate 90 percent design level, Amtrak began construction of its "Double Track Expansion Project" which installed a new second rail line east of the current track and adjacent to the project area. Attached to this proposal is an aerial photo from project survey subconsultant SDE that shows the approximate limits of Amtrak's work which impacts the AHLS project. The improvements include construction ofa new rail line, drainage improvements, retaining walls, bridge crossing for the Agua Hedionda Lagoon, and mass earthwork north and south ofthe lagoon crossing. These changes impact the survey and design work completed previously for project Bid Package 1 and Bid Package 2. Additionally, based on the flnal grades in the area of the lagoon crossing the existing structural design of Package 2 will be updated to lower the flll near the bridge deck by 2-feet to reduce the project cost. The work to update the bridge and retaining walls will be completed by subconsultant R2H Engineering with coordination by BC. The Phase 022 work includes all effort needed to update Bid Package 2 and Bid Package 1 for Amtrak's fleld changes including engineering, CAD, project management and QA/QC. Initially work will be completed by SDE to generate new electronic aerial survey the Amtrak grading changes that impact the job in order to update the project topographic base mapping. The work by SDE is not part of Amendment 6 and will be coordinated through the City. Through Amendment 6, Brown and Caldwell will use the updated topographic data provided by SDE to update the grading and redesign the proposed grading, drainage systems, and other design elements for all plans of Package 2 and Package 1. Brown and Caldwell will also coordinate with R2H to modify the structural bridge design documents to reduce the project impact by lowering the flll at the lagoon crossing by 2-feet and shorten the associated retaining walls as well as incorporate the changes to our plans. See attached R2H proposal for structural design update. Phase Assumptions: • SDE to provide updated topographic grading flie in CAD format showing Amtrak's flnal grading. • Project subconsultant R2H to update the structural design package, per the attached proposal. Phase Deliverable: Modify Package 1 and Package 2 Contract Documents to account for changed condifions resulting from the Amtrak expansion project. Brown Caldwell |4 Amendment 006 - Additional Engineering Support and Final Design Services Phase 023 - Modify Project Bid Package(s) Impacted: Phase Effort - Engineering Package 1: Phase Effort - CAD Package 1: Phase Effort - Engineering Package 2: Phase Effort - CAD Package 2: Phase Effort - Sub R2H: Design to Include 6-Inch Fire Water Service Bid Package 1, Bid Package 2. Sheet C-100. Revise detail of back flow preventer at station due to upsizing of line. Sheet C-501. Revise yard piping for new pipeline alignment. Update water service labels on sheet. Sheets C-501, C-504, C-505, C-506, and C-509. Revise labeling for new size water service and flre service call outs. Engineering design for portion of 6-inch line at AHLS site including water service and flre service connecfions and hydrant. Engineering design for portion of 6-inch line from new connecfion at condominium complex to current alignment. Provide new water line alignment backgrounds and size information for bridge utility crossing to bridge subconsultant R2H. Sheet G-6. Revise sheet to show revised connection location and alignment and call outs for 6-inch water service. Sheet C-4. Revise sheet to show connecfion at condominium complex. Sheets C-2 and C-3. Revise sheets for new water line callouts. Sheets C-5, C-6 and C-9 revise water line labels. Effort to redesign 90 percent plans for the proposed larger water utility crossing for the bridge and to modify all plans as needed to call out the larger water service. Under Phase 023, Brown and Caldwell will update the Package 1 and Package 2 contract document to include construcfion of a new 6-inch water service to the AHLS including fire service, backflow prevention, and flre hydrant connection for the AHLS site as required by the Fire Department. The line will service the new lift station with potable and flre flow water and will replace the existing 3-inch water service that currently feeds the station and will be abandoned by the projects. The new connecfion will begin north of the bridge project and extend south adjacent to the new incoming AHLS gravity sewer in open space, across the new project bridge to the lift station site. The work involves engineering and CAD changes to the Package 1 and Package 2 contract documents to add informafion for flow metering, backflow prevention, fire hydrant, and changes to existing labeling, alignments, and proflles which impact many sheets as presented above. The work also includes effort by project structural bridge design subconsultant R2H to redesign 90 percent plans for the proposed larger water utility crossing the bridge and to modify their plans as needed to call out the larger water service as well as Brown and Caldwell's Project Manager effort to coordinate the changes with R2H. Phase Deliverables: 5. Modify Package 1 and Package 2 Contract Document as detailed. 6. Modify 90 percent Bridge Design Contract Document for larger 6-inch line on bridge. Work by R2H. 7. Add to Package 1 and Package 2 engineer's construction cost estimates the work added by Phase 023. Phase 024 - Construction Soil Management, Dewatering, and Safety Plan Bid Package(s) Impacted: • Phase work relates to all bid packages and will be included as attachment to contract documents. Phase Effort: • Psr attached and below scope of work descriptions. See Brown and Caldwell's attached detailed scope of work for preparation of the Phase 024 deliverables for project speciflc Soil and Groundwater Management Plan (SGMP) and associated community health and safety plan (CHSP). Under Phase 024, Brown and Caldwell will prepare a project-speciflc SGMP and CHSP. Brown and Caldwell will also update the project contract documents including earthwork, dewatering, and other related speciflcafion secfions to incorporate the recommendations of the prepared SGMP and CHSP plans for project construction. Listed in this secfion are the planned deliverables for Phase 024 work. Background: To construct the AHLS project facilities, large amounts of earthwork is needed and large volumes of existing soil must be disposed of offsite by the Contractor. During project preliminary design, soil and groundwater samples were collected from the AHLS site area and tested environmentally to asses any associated impacts needed for project construction earthwork, dewatering, and safety. The investigation results are presented in the project Environmental Soil and Groundwater Sampling Report developed by Ninyo & Moore. The report flndings indicate that soil and groundwater Brown Caldwell I 5 Amendment 006 - Additional Engineering Support and Final Design Services removed from the AHLS site during construction grading and dewatering may contain contaminants above screening levels or permitted concentrations. Therefore, the soil and groundwater that is encountered during construction may require special treatment prior to disposal by the Contractor in accordance with applicable regulations for proper disposal. The report concludes that a subsequent project speciflc construction soil, safety and groundwater management plan be developed to limit construction risk and lower construction cost. Phase Deliverables: 8. Draft construction SGMP; one hard copy and CD with one electronic copy as PDF. 9. Final construction SGMP; two hard copies and CD with one electronic copy as PDF and one electronic copy as MS Word flle(s); updated drawings and speciflcations to address SGMP and CHSP recommendations. Phase 025 - Contingency for Additional Work, Optional Phase per City Authorization Phase 025 includes $20,000 of contingency budget set aside for unforeseen additional engineering support tasks that may be requested by the City to complete the project work. The work is optional and requires City direction to undertake. Amendment Cost Summary Table 1 summarizes the costs associated with the new work elements of Phases 020 through 025, inclusive. A more detailed cost breakdown, including labor hours and cost, subconsultant fees, and other direct costs, is presented in an attachment to this proposal. Table 1. Amendment No. 006 - Cost Summary Phase No. Work Description Total Cost 020 Revise Existing SWMP $4,155 021 Locate and Rehabilitate Existing Manhole $2,812 022 Design Updates for Revised Grades Resulting from Amtrak Rail Expansion Project $32,832 023 Modify Design to Include 6" W Line w/ Connection to City Water Main and Rre Hydrant at AHLS Site; Abandon Exists" Sen/ice $5,225 024 Preparation of Soil, Groundwater, and Safety Management Plan for Project Construction $16,694 025 Contingency for Additional Unforeseen(i) $20,000 Amendment Total $81,718 (1) Work requires Client authorization Brown AN Caldwell (7 Amendment 006 - Additional Engineering Support and Final Design Services Attachment A: Detailed Fee Proposal for Amendment No, 006 Brown Caldwell Detailed Fee Proposai for Contract Amendment No. 006 Agua l-ledlonda Lift Station and V/C interceptor Project I Briggs, 1 Mark 0 • o Gordon C • Boswell, 1 Nicholas A • Osborne, 1 JonP • Herencia, 1 Victoria C • Kulnys, 1 RasaM • Matthews, 1 James L 1 Gordon, • Donald H • Ennis, I Renee C • Surio, I Emma S • Mosolgo, 1 Eric S 1 Rosenberg, 1 Phillips 1 Seeno, 1 Timothy S I c 0 •o f S I Pliase [)escription ''^HHNHBlfe Vice President Managing Enaineer Senior Engineer Supervising Engineer Principal Designer Lead Drafter Supervising Construction Engineer Principal Constructton Engineer Supervisor, Word Processing Project Analyst II Supervising Engineer Managing Geologist Senior Geologist Total L.at>or Hours Total Labor Effort I i Total Expense Cost Total Expense Effort Total Effort $243 $235 $184 $203 $184 $114 $203 $197 $100 $100 $203 $235 $176 020 Revise Existing SWMP 0 0 4 1 2 1 0 0 2 0 12 0 0 22 $4,055 $100 $100 $100 $4,155 021 Locate and Rehab Existing Manhole 0 0 4 0 2 8 1 3 0 0 0 0 0 18 $2,812 $2,812 022 Mod Design Plans-Revised Grades 2 4 16 24 40 16 0 0 0 0 0 0 0 102 $18,432 $100 $13,000 $13,100 $14400 $32,832 023 Mod Design Pians-4" W to 6" W 0 1 8 0 12 8 0 2 0 0 0 0 0 31 $5,225 $5,225 024 Prep ot Soli Mgmt Pian 2 4 8 0 24 4 0 0 6 2 0 4 40 94 $16,544 $100 $50 $150 $150 $16,694 025 Contingency 0 0 0 0 0 0 0 0 0 0 0 0 0 0 $0 $20,000 $20,000 $20,000 GRAND TOTAL 4 9 40 25 80 37 1 5 8 2 12 4 40 267 $47,068 $200 $150 $13,000 $33,350 $34,650 $81,718 Amendment 006 - Additional Engineering Support and Final Design Services Attachment B: R2H Proposal for Structural Design Updates Brown Caldwell ^6 R2H Engineering, Inc. February 16, 2012 Mr. Nicholas Boswell Brown and Caldwell 9665 Chesapeake Drive Suite 201 San Diego, CA 92123 Re: Agua Hedionda - Bridge Changes R2H Project No: 08052 01 - Revised Dear IVIr. Boswell: R2H Engineering is pleased to submit this proposal for the changes required on the Agua Hedionda project. Please review this entire document carefully to ensure a common understanding of our scope of services. Note that there are a number of conditions specific to this project. PROJECT DESCRIPTION It is our understanding the changes required forthe referenced project consists ofthe modifications required on the structural engineering and design for the pedestrian overpass. We expect the required modifications can generally be described as follows: Taskl Task 2 Incorporate new grading plan, provided by others, as a background on the structural drawings. This new grading plan lowers the cover over the buried pipe by 2'-0". Add a new 16" sleeve to accept a 12' water line. Location of the line shall be provided by others, this modification is for the placement of the sleeve only. Verification of ability of existing sleeve to accept 6" line. Modify as required. Update elevations on the pedestrian bridge. Modify structural sheets as necessary to represent the new bridge deck height, including changes to retaining wall lengths and heights, utilizing retaining walls as previously calculated and designed. If requested, redesign retaining walls providing updated calculations for the new shorter walls. Modifications are not expected to require changes to the original design of the abutment or bridge. Modifications or changes requiring structural engineering design changes to the abutment or bridge are not part of this proposal. SCOPE OF SERVICES Our basic scope of services was developed based on our conversations with Brown and Caldwell. R2H will provide services as follows: 17150 Via del Campo. Suite 306 Las Vegas, NV SanDiego, CA 92127 Salt Lake City, UT 858.673.8416 tei Idaho Falls, ID 858.673.8418 fax Brown and Caldwell February 16, 2012 Re: Agua Hedionda - Bridge Changes Page 2 Taskl 1. Modify structural drawings, lowering the bridge deck height and updating the retaining walls. All drawings shall be completed in AutoCAD and submittals will be provided in electronic format for print by others. 2. Perform checking and coordination of the structural documents. Task 2 1. Provide redesign calculations for updated retaining walls. EXCLUSIONS, CONDITiONS AND ASSUIVIPTIONS 1. No structural design changes to the bridge, abutments or piles. 2. Construction phase services. FEES Our fee and scope of services are based on accurate and sufficient documentation. We anticipate completing our scope of services for the following fees: Taskl $13,000. Task 2 $ 3,000. We hope that you find this proposal appropriate. If you have any questions or comments, please do not hesitate to contact our office. Sincerely, R2H ENGINEERING, INC. for Robert C. Hendershot, P.E. President R2H Engineering, Inc. Amendment 006 - Additional Engineering Support and Final Design Services Attachment C: BC Scope of Work for Construction Soil Management, Dewatering and Community Safety Plan Brown Caldwell c z3 AGUA HEDIONDA LAGOON LIFT STATION AND FORCE MAIN SOIL MANAGEMENT AND DEWATERING PLAN SCOPE OF WORK Project Understanding The Aqua Hedionda Lift Station project involves construction of a new 33-mgd sewer lift station, 1.5 miles of 54-inch gravity sewer, and 4,000 feet (HDD construction) of 36-inch force main needed to upgrade the existing lift station and conveyance system. As part of the preliminary design assessment for the project, several soil samples were collected from geotechnical soil borings for environmental testing. Attached to this scope of work are figures that show the locations of the borings completed for the project. In addition, samples were collected from shallow groundwater to determine potential impacts from groundwater on dewatering options. Results from this sampling were presented in the Enmronmental Soil and Groundwater Sampling "Repori developed by Ninyo & Moore.^ The following findings were found from the investigation: • Boring B-6 located within the footprint of the proposed lift station showed non- detect or low concentrations for aU of the analytes with the exception of organo- chlorine pesticides (endosulfan I, endosulfan II and 4,4- dichlorodiphenyltrichloroethene [DDT]), with DDT concentrations detected above the United States Environmental Protection Agency (U.S. EPA) regional screening levels for both residential and industrial land uses. • Total petroleum hydrocarbons (TPH) were detected in samples B-7 and B-20 at depths of 36 and 5 feet below the ground surface (bgs), respectively. • Groundwater samples collected from B-14 and B-18 had detections of TPH, and B- 18 had detections of volatile organic compounds (VOCs). Soil and groundwater removed during grading and dewatering could contain contaminants above screening levels or permitted concentrations. Thus soil and groundwater may need to be properly re-used or removed for proper disposal disposed in accordance with applicable regulations. To allow for management of the potentially impacted soil and groundwater, Brown and Caldwell will develop a Soil and Groundwater Management Plan (SGMP) and associated community health and safety plan (CHSP). The following scope of work (SOW) presents the detail of the SGMP. Soil and Groundwater Management Plan The SGMP wiU be developed to aUow for the proper assessment and disposal of soil and groundwater, as to be in accordance with applicable laws and regulations, and to help prevent costiy downtime during grading or pipeline installation. The SGMP will follow and address the project CEQA mitigation requirements identified for the project. The three components of the plan, CHSP, soil management plan and groundwater management plan, are described further in the following sections of this scope of work. It should be noted that it may be appropriate to get regulatory approval of this plan, such as through a Voluntary Assistance Program (VAP) case through the San Diego County Department of Environmental Health, especially in the event that removal of significantiy 1 Ninyo & Moore, 2009. Environmental Soil and Groundwater Sampling, Agua Hedionda Lift Station and Force Main, Carlsbad, Califomia. August. impacted soil occurs prior to the grading. Community Health and Safety Plan During removal of impacted soil a CHSP will be required. The CHSP will be prepared in accordance with Section 4, IV of the San Diego County Department of Environmental Health Site Assessment and Mitigation (SAM) Manual. The plan will include a site description and maps, hazard analysis, potential monitoring equipment, control measures, emergency planning, and a public notification program. It should be noted that a Site Specific Health and Safety Plan (SSHP) wiE not be developed as part of this scope of work. A SSHP should be developed by the contractor who is performing the work, so that it meets their specific company requirements and be representative of potential project personnel. The requirement of the SSHP will be presented in the final SGMP and should be relayed to fiature contractors. Soil Management The soil management plan will be based on the assumption that the locations planned for soil reuse or disposal will be identified by the Contractor and agreed to by the Owner prior to excavation. The soil management plan will focus on three areas: • Further assessment of impacts (i.e. additional soil borings and analytical testing); • Details and regulations for removal of soil and confirmation sampling if testing indicates that "hot spots" are present that need to go to a landfill; and • A discussion of disposal options for remaining soil (if "hot spot" excavation is performed). These options will be presented, but will ultimately have to be based on the results of the additional testing; The disposal options that include potential soil re-use will include identification of associated laws and regulations, and have a general summary of associated requirements. The regulations are stringent and based on use of the soil in areas of industrial use or beneath roads or other non-residential features, so a suitable location for the placement of this soil will be identified and presented in the SGMP. Groundwater Management The SGMP will be prepared in accordance with the County of San Diego Department of Environmental Health's Site Assessment and Mitigation Manual, RWQCB guidelines, and the standard of care of the industry. For uncontaminated groundwater encountered during construction dewatering, groundwater will be tested and discharged to the local sewer system for treatment per Encina's existing NPDES permit requirements. To address disposal options for potentially contaminated groundwater, the SGMP will identify the governing regulations, testing requirements and disposal options based on the results of additional testing to be completed by the Contractor and needed for disposal of contaminated groundwater encountered during construction dewatering. Results of the preliminary groundwater sampling completed by Ninyo and Moore indicate potential containments in the soil and/or groundwater observed at the following project =^5 locations: A. At the lift station site B. At Avenida Encinas road just south of Palomar Airport road C. At Avenida Encinas road just south of Cannon road D. At Avenida Encinas road 400-500 feet north of Palomar Airport road 2C REFERENCE: 2005 THOMAS GUIDE FOR SAN DIEGO COUNTY, STREET GUIDE AND DIRECTORY. 2400 4800 APPROXIMATE SCALE IN FEET NOTE: ALL DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE. m SITE LOCATION MAP FIGURE 1 PROJECT NO. DATE AGUA HEDIONDA LIFT STATION AND FORCE MAIN CARLSBAD, CALIFORNIA FIGURE 1 106044002 8/09 AGUA HEDIONDA LIFT STATION AND FORCE MAIN CARLSBAD, CALIFORNIA FIGURE 1 ^7 Boswell, Nicholas From: Sent: To: Subject: Attachments: Andy Karydes [al^arydes® sdeinc.com] Thursday, July 28, 2011 3:24 PM Boswell, Nicholas AHLS topo limits Limits.kmz Nick, See attached. Andrew Karydes SDE, Inc. 3d 3l