Loading...
HomeMy WebLinkAbout1997-08-26; City Council; Resolution 97-565' I1 x * 0 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 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 for Vista/Carlsbad Interceptor Sewer and South Carlsbad Village Storm Drain and recei responses from Ninyo and Moore, Kleinfelder, Woodward-Clyde International-Americas, i after review of proposals, the staff recommended Woodward-Clyde International-Americ based on an evaluation of their experience and expertise in the field of geotechn investigations; and WHEREAS, the City Council of the City of Carlsbad, California, has determinec necessary and in the public interest for approval and acceptance of a proposal from Woodwa Clyde International-Americas to provide a geotechnical investigation for VistalCarlsk Interceptor Sewer, CMWD Project No. 91-403 and South Carlsbad Village Storm Drain Projc Contract No. 31821/35281; and WHEREAS, funds appropriated in the amount of $3,000,000 have be appropriated in the 1997-98 budget for the Vista/Carlsbad Interceptor Sewer and the projc cost estimated for the interceptor sewer portion of the geotechnical investigation is $73,630 a $6,259 for contingencies, therefore, there are sufficient funds available for this project; and WHEREAS, the City of Carlsbad is responsible for $30,415 and will be reimburs $43,215 by the City of Vista; and WHEREAS, funds in the amount of $940,000 have been appropriated in the 1997- budget for the South Carlsbad Village Storm Drain Project, and the project cost estimated the storm drain project portion of the geotechnical investigation is $51,680 and $6,250 f contingencies, therefore, there are sufficient funds available for this project; & 1 I1 W m 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 WHEREAS, the amount of $79,880 shall be appropriated from the Vista/Carlsbz Interceptor Sewer fund and the amount of $57,930 shall be appropriated from the Sou Carlsbad Village Storm Drain fund; and NOW, THEREFORE, BE IT RESOLVEDl by the City Council of the City Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the attached agreement between Woodward-Clyde International-Arneric; and the City of Carlsbad to provide a geotechnical investigation associated with tf Vista/Carlsbad Interceptor Sewer and the South Carlsbad Village Storm Drain projects I: approved and accepted. 3. That the Mayor is authorized and directed to execute the proposed agreemel between Woodward-Clyde International-Americas and the City of Carlsbad. PASSED, APPROVED, AND ADOPTED at a regular meeting of the City Council of th City of Carlsbad held on 26th day of August l 1997, by the following vote to wit: AYES: Council Members Lewis, Finnila, Nygaard, and Hall NOES: None ABSENT: Council Member Kulchin ATTEST: ALETHA bk- L. RAUTENKRANZ, Q- City Clerk (SEAL) ~ CMWD 91-403 I 1 I I I e 0 AGREEMENT THIS AGREEMENT is made and entered into as of the /z4' day of &uq~ 54 , 19"/z by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as "City", and Woodward-Clvde International- Americas, hereinafter referred to as "Contractor." RECITALS City requires the services of a Geotechnical Contractor to provide the necessary geotechnical services for preparation of a qestechnical investiaation; and Contractor possesses the necessary skills and qualifications to provide the services required by the City; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: I. CONTRACTOR'S OBLIGATIONS The Contractor's obligations are outlined in Exhibit "A" and Exhibit "B". rev. 8/26/96 1 I I 0 2. CITY OBLIGATIONS The City shall: A. Provide Contractor, in writing, all information relating to City's requirements for the project; B. Notify Contractor of any potential hazardous substances or health and safety hazard or condition know to City existing on or near the project site; C. Give Contractor prompt written notice of any suspected deficiency in the Services; and, D. With reasonable promptness, provide required approvals and decisions. 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (IO) days after receipt of notification to proceed by the City Engineer or designee and be completed within ninetv (90) days of that date. Extensions of time may be granted if requested by the Contractor and agreed to in writing by the City Engineer or designee. The City Engineer or designee will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of the Contractor, or delays caused by City inaction or other agencies' lack of timely action. 2 rev. 8/26/9E W I 4. FEES TO BE PAID TO CONTRACTOR The total fee payable for the services to be performed shall be one hundred twenty-five thousand, three hundred ten dollars ($125.310.) No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, "Changes in Work." The City reserves the right to withhold a ten percent (10%) retention until the project has been accepted by the City. Incremental payments, if applicable, should be made as outlined in attached . Exhibit "A." 5. DURATION OF CONTRACT This agreement shall extend for a period of ninetv (90) davs from date thereof. The contract may be extended by the City Manager for not-awlicable additional one (1) year periods or parts thereof, based upon a review of satisfactory performance and the City's needs. The parties shall prepare extensions in writing indicating effective date and length of the extended contract. 6. PAYMENT OF FEES Payment of approved items on the invoice shall be mailed to the Contractor within 30 days of receipt of the invoice. 7. FINAL SUBMISSIONS ., . 1 Within fourteen (141 days of completion and approval of the Draft Geotechnical ReDort, the Contractor shall deliver to the City the following items: Six (6) copies of the Final Geotechnical Investigation and all Attachments. I rev. 8/26/96 3 ’ I w e 8. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or the City, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor or the City may request a change in contract. Such changes shall be processed by the City in the following manner: A letter outlining the required changes shall be forwarded to the City by Contractor to inform them of the proposed changes along with a statement of estimated changes in charges or time schedule. A Standard Amendment to Agreement shall be prepared by the City and approved by the City according to the procedures described in Carlsbad Municipal Code Section 3.28.172. Such Amendment to Agreement shall not render ineffective or invalidate unaffected portions of the agreement. 9. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained any company or person, other than a bona fide employee working for the Contractor, to solicit or secure this agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this agreement. For breach or violation of this warranty, the City shall have the right to annul this agreement without liability, or, in its discretion, to deduct from the agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fees, gift, or contingent fee. rev. 8/26/96 4 I W 0 IO. NONDISCRIMINATION CLAUSE The Contractor shall comply with the state and federal laws regarding nondiscrimination. 11. TERMINATION OF CONTRACT In the event of the Contractor's failure to prosecute, deliver, or perform the work as provided for in this contract, the City Manager may terminate this contract for nonperformance by notifying the Contractor by certified mail of the termination of the Contractor. The Contractor, thereupon, has five (5) working days to deliver said documents owned by the City and all work in progress to the District Enaineer. The District Enaineer shalt make a determination of fact based upon the documents delivered to City of the percentage of work which the Contractor has performed which is usable and of worth to the City in having the contract completed. Based upon that finding as reported to the City Manager, the Manager shall determine the final payment of the contract. This agreement may be terminated by either party upon tendering thirty (30) days written notice to the other party. In the event of such suspension or termination, upon request of the City, the Contractor shall assemble the work product and put same in order for proper filing and closing and deliver said product to City. In the event 01 termination, the Contractor shall be paid for work performed to the termination date: however, the total shall not exceed the lump sum fee payable under paragraph 4. The City Manager shall make the final determination as to the portions of tasks completec and the compensation to be made. 5 rev. 8/26/96 I w W 12. DISPUTES If a dispute should arise regarding the performance of work under this agreement, the following procedure shall be used to resolve any question of fact or interpretation not otherwise settled by agreement between parties. Such questions, if they become identified as a part of a dispute among persons operating under the provisions of this contract, shall be reduced to writing by the principal of the Contractor or the City Engineer or designee. A copy of such documented dispute shall be forwarded to both parties involved along with recommended methods of resolution which would be of benefit to both parties. The City Engineer or designee or principal receiving the letter shall reply to the letter along with a recommended method of resolution within ten (IO) days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the dispute shall be forwarded to the City Council for their resolution through the Office of the City Manager. The City Council may then opt to consider the directed solution to the problem. In such cases, the action of the City Council shall be binding, upon the parties involved, although nothing in this procedure 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 be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. The Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. The Contractor acknowledges that rev. 8/26/96 A tj W W California Government Code sections 12650 et sea., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. The Contractor acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five years. The Contractor acknowledges debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor from the selection process. 'm The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. @ &(Initial) 14. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor's own way as an independent Contractor and in pursuit of Contractor's independent calling, and not as an employee of the City. Contractor shall be under control of the City only as to the result to be accomplished, but shall consult with the City as provided for in the request for proposal. The persons used by the Contractor to provide services under this agreement shall not be considered employees of the City for any purposes whatsoever. The Contractor is an independent Contractor of the City. The payment made to rev. 8/26/96 7 w 0 the Contractor pursuant to the contract shall be the full and complete compensation to which the Contractor is entitled. The City shall not make any federal or state tax withholdings on behalf of the Contractor or hidher employees or subcontractors. The City shall not be required to pay any workers' compensation insurance or unemployment contributions on behalf of the Contractor or hidher employees or subcontractors. The Contractor agrees to indemnify the City and the Carlsbad Municipal Water District within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which the City and the Carlsbad Municipal Water District may be required to make on behalf of the Contractor or any employee or subcontractor of the Contractor for work done under this agreement or such indemnification amount may be deducted by the City and the Carlsbad Municipal Water District from any balance owing to the Contractor. The Contractor shall be aware of the requirements of the Immigration Reform and Control Act of 1986 and shall comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and Consultants that are included in this agreement. 15. CONFORMITY TO LEGAL REQUIREMENTS The Contractor shall cause all drawings and specifications to conform to all applicable requirements of law: federal, state and local. Contractor shall provide all necessary supporting documents, to be filed with any agencies whose approval is necessary. rev. 8126196 8 W m 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 herein required are the property of the City, whether the work for which they are made be executed or not. In the event this contract is terminated, all documents, plans, specifications, drawings, reports, and studies shall be delivered forthwith to the City. Contractor shall have the right to make one (1) copy of the plans for hidher records. 17. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the work pursuant to this contract shall be vested in City and hereby agrees to relinquish all claims to such copyrights in favor of City. 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the City of Carlsbad and the Carlsbad Municipal Water District and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney fees arising out of the performance of the work described herein caused in whole or in part by any willful misconduct or negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, except where caused by the active negligence, sole negligence, or willful misconduct of the City of Carlsbad and the Carlsbad Municipal Water District. Contractor shall at its own expense, upon written request by the City and the rev. 8/26/96 9 w W Carlsbad Municipal Water District, defend any such suit or action brought against the City and the Carlsbad Municipal Water District, its officers, officials, employees and volunteers. Contractors indemnification of City and the Carlsbad Municipal Water 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 monies 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 this contract by the Contractor, Contractor shall be fully responsible to the City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this contract shall create any contractual relationship between any subcontractor of Contractor and the City. The Contractor shall bind every subcontractor and every subcontractor of a subcontractor by the terms of this contract applicable to Contractor's work unless specifically noted to the contrary in the subcontract in question approved in writing by the City. 21. PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the City to negotiate, make, accept, or approve, or take part in negotiating, making, accepting, 01 approving of this agreement, shall become directly or indirectly interested personally ir rev. 8/26/96 10 w w this contract or in any part thereof. No officer or employee of the City who is authorized in such capacity and on behalf of the City to exercise any executive, supervisory, or similar functions in connection with the performance of this contract shall become 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 the City, either before, during or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained nor entitle the Contractor to any additional payment whatsoever under the terms of this contract. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, "Hold Harmless Agreement," all terms, conditions, and provisions hereof shall inure to and shall bind each of the parties hereto, and each of their respective heirs, executors, administrators, successors, and assigns. 24. EFFECTIVE DATE This agreement shall be effective on and from the day and year first written above. 25. CONFLICT OF INTEREST The City has determined, using the guidelines of the Political Reform Act and the City's conflict of interest code, that the Contractor will not be required to file a conflict of interest statement as a requirement of this agreement. However, Contractor hereby acknowledges that Contractor has the legal responsibility for complying with the rev. 8/26/96 11 w W Political Reform Act and nothing. in this agreement releases Contractor from this responsibility. 26. INSURANCE The Contractor shall obtain and maintain for the duration of the contract and any and all amendments insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. Said insurance shall be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:V" and shall meet the City's policy for insurance as stated in Resolution No. 91-403. A. Coveraaes and Limits. Contractor shall maintain the types of coverages and minimum limits indicated herein, unless a lower amount is approved by the City Attorney or City Manager: 1. Comprehensive General Liability Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits shall apply separately to the work under this contract or the general aggregate shall be twice the required per occurrence limit. 2. Automobile Liability (if the use of an automobile is involved for Contractor's work for the City). $1,000,000 combined single-limit per accident for bodily rev. 8/26/96 12 0 0 injury and property damage. 3. Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the Labor Code of the State of California and Employer's Liability limits of $1,000,000 per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriate to the contractor's profession with limits of not less than $1,000,000 per claim. Coverage shail be maintained for a period of five years following the date of completion of the work. B. Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. 1. The City and the Carlsbad Municipal Water District shall be named as an additional insured on all policies excluding Workers' Compensation and Professional Liability. 2. The Contractor shall furnish certificates of insurance to the City before commencement of work. 3. The Contractor shall obtain occurrence coverage, excluding Professional Liability which shall be written as claims-made coverage. 4. This insurance shall be in force during the life of the agreement and any extension thereof and shall not be canceled without 30 days prior written notice to the City sent by certified mail. 5. If the Contractor fails to maintain any of the insurance coverages rev. 8126/96 13 e required herein, then the City will have the option to declare the Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order that the required coverages may be maintained. The Contractor is responsible for any payments made by the City to obtain or maintain such insurance and the City may collect the same from the Contractor or deduct the amount paid from 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 receive written notice on behalf of the City and on behalf of the Contractor in connection with the foregoing are as follows: For City: For Contractor: Title William E. Plummer. District Enaineer Name Carlsbad Municipal Water District Address 5950 El Camino Real Carlsbad, California 92008 Title Le ,@ #!M///< ,I& /%5fdmT Name Woodward-Clvde Consultants Address 1615 Murrav Canvon Road San Dieqo. California 92108 Architecvlicense Number: CE 18577 ArchitectlLicense Number: e 31 ?x rev. 8/26/96 14 W e 28. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the contract. Ill Ill 111 Ill Ill Ill 111 Ill Ill Ill Ill Ill Ill Ill Ill 111 Ill Ill 111 rev. 8/26/96 15 m e 29. ENTIRE AGREEMENT This agreement, together with any other written document referred to or contemplated herein, embody the entire agreement and understanding between the parties relating to the subject matter hereof. Neither this agreement nor any provision hereof may be amended, modified, waived or discharged except by an instrument in writing executed by the party against which enforcement of such amendment, waiver or discharge is sought. Executed by Contractor this /z* day of CONTRACTOR: AMERICAS WOODWARD-CLYDE INTERNATIONAL By: (sign here) ~ )i hikj z I /?[fly c.ic A</ ,L* 7 (prinfname/title) n 2? c $4- ALETHA L. RAUTENKRANZ City Clerk (Proper notariai acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL 16 rev. 8/26/96 W W STATE OF L OWLADD 1 COUNTY OFhddM i ss. On Qkq. 13, \q9~ beforeme, [LSLIE S. d~~d, NQfaXy Rb/li " DATE NAMC AND TITLE dF OFFICER personally appeared 3av-i d T- Bl*nq; t L NAME(S) OF SIGNER(S) H personally known to me - OR - proved to me on the basis of satisfactory evidence to be the person(s) name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the Si his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or tht upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. My Commission Expbw DECEMBER 221- Title or Type of Document WRt Date of Document u- la! 1993 NO. of Pages I 4 Signer(s) other than named above b 3. kl-d & I k I CMWD 0611 41 a 0 STATE OF CALIFORNIA 1 COUNTY OF >ss. On 0 - \a-Q? DATE before me, / cYu+9& NAME AND TITLE OF OFFICER personally appeared hAME(S) OF SIGNER(S) personally known to me - OR - '* proved to me on the basis of satisfactory evidence to be the person(s) whose n is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/h authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon b which the person(s) acted, executed the instrument. WITNESS my hand and official seal. m \ m \ I""- i pnB >;- (This area for official notary seal.) Title or Type of Document /?e*&- * "Heepc flh3'- Date of Document B -12 - 7 7 NO. of Pages /T Signer(s) other than named above I CMWD 91 -403 06/14 -- 7 I P {i ... r -- ti 1 i! ..I i-' _- -. 7 -. 'SECTIONTWO 2.1 TECHNICAL APPROACH It will be necessary to give consideration to pipeline construction using trenchless technology wherever the conditions appear favorable. Trenchless technology for piperine installatwn includes microtunneling, pipejacking, and conventional tunneling. 2.2 SCOPE OF WORK - "-w.o e CAIIlt5lI "A" 0 Project ADuteach The basic approach for the proposed geotechnical investigation will consist of several tiers of inter-related study which will bring together the tasks described in the scope of work. Initially, it will be important to expand our understanding of the entire project as it reiates to physical requirements and limitations in layout design, construction methods, and other project constraints. For OUT work, we will implement a strategy for the subsurface explorations along the pipeline alignments utilizing existing geo- logic infomation, cone penetrometer test (CPT) soundings. and conventional borings. Geotechnical and analytical laboratory testing will be performed to characterize both soil and ground- water. Groundwater sampling will be performed using a Hydro- PunchfM. Groundwater dewatering pump tests will be performed to evaluate hydraulic characteristics for construction dewatering. We understand that conventional cut and cover construction may be planned for much of the pipeiine alignments. However, due to the presence of existing buried utilities, street and property improvements, vehicular and railroad MIC, potential safety haz- ards, groundwater conditions, public perceptions, and other vital factors. It will be necessary to give consideration to pipeline con- struction using trenchless technology wherever the conditions appear favorable. Trenchless technology for pipeline installation includes micro- tunneling, pipejacking, and conventional tunneling. Each method of trenchless construction has its own advantages and disadvan- tages. In general, these methods are considered quite favorable when dealing with shallow groundwater conditions; limiting expo- sure to potential sources of subsurface contamination; reducing or eliminating groundwater dewatering, trench excavation, soil stockpiling, shoring, and trench backfill; and eliminating surface settlements. Use of trenchless technology also reduces the safety risk to the public by not having open trenches and by not having heavy equipment interfere with traffic flow. Woodward-Clyde will provide the necessary personnel. equipment. and materials to review available information. prepare a work plan. perfom subsurface eypiorations. laboratory testing. and geotech- nical engineering mai>.ses for the projzct as detailed in [he RFP. To fulfill the objectives stated above. our scope of v.cJrk ..$ill include the following tasks lvhich are discussed in detail belo\\ W \97S!C2W'PRCP.B-P OOC'€-jun8TSDG 2- 1 .SECTIONTWO 0 0 Project Approach -~~~~~~~~ ~ I r- ~~ ~ ~ ~ Task 1 - Data Review. Field Reconnaissance and Work Plan Data Review 0 Field Recomiaissance Work Plan Task 2 - Subsurface Exploration CPT Soundings 0 Hydro-Punch Groundwater Sampling 0 Hollow Stem Auger Borings Tasks 3 and 4 - Geotechnical and Analytical Laboratory Testing 0 Geotechnical Laboratory Testing 0 Analytical Soil and Groundwater Testing Task 5 - Groundwater Dewatering Pump Testing 0 Design Wells and Pump Tests 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 Geologic Hazards 0 Groundwater Conditions 0 Construction Dewatering 0 Preliminary Contamination Screening 0 Soil Conosivity 0 Remedial Earthwork Measures (not including contamination) 0 Earthwork Specifications Trench Excavations and Shoring 0 Pipe on Slope Stabilization Measures Trenchless Technology Considerations 0 Pipe Forces and Settlements 0 Pavements Tasks 7 through 10 - Report, Design Consultation, Plans and Draft Report Finai Report 0 Design Consultation 0 Plans and Specifications Review 0 Pre-Bid Conference " Specification Review and Pre-Bid Conference -tvde 0 W \9751025A\PROP-B-P DOC\S-Jun-9A\SOG 2-2 "- iI r I . 1 ..I - I L. r- .. ' SECTIONTWO 0 e Project llpproach Woodward-Clyde has performed geotechnical engineering services for over 62projects within a 1-mile radius of the proposed pipeiine alignments including both Carlsbad Boulevard seawalls and streetfwater system improvements in downtown Carlsbad Woodward-Clyde will provide a fieid work plan for the CMWD's, City's, and railroad owner' review and approval, ~~ ~ ~~~ ~~~ 2.2.1 Task 1 - Data Review, Field Reconnaissance and Work Woodwrd-Clyde has performed geotechnical engineering services for over 12 projects within a 1 -mile radius of the proposed pipeline alignments including both Carlsbad Boulevard seawalls and streedwater system improvements in downtown Carlsbad. We will review our project files for information pertinent to the project area. In addition, Woodward-Clyde will review other information provided by the CMWD and City including background data, geologic and topographic maps, aerial photographs, plans, geotechnical reports for adjacent properties, and records of derail- ments and accidents in the railroad right-of-way which may have resulted in surface and subsurface contamination. Woodward- Clyde will also perform a field reconnaissance to identify surface conditions and site access for subsurface exploration equipment. Woodward-Clyde will provide a field work plan for the CMWD's, City's, and railroad owner's review and approval. The field work plan Nil1 include: utility clearance requirements; subsurface explo- ration locations. types and depths; proposed groundwater observa- tion, sampling. and pump testing methods; geophysical testing methods; and other vital planning information. For our work, we will prepare traftic control plans, obtain neces- sary exploration permits, street encroachment permits, and NPDES permits for discharge of water from groundwater dewatering pump tests. We plan to perform all exploration within public streets and the railroad right-of-way. Hence, the only right-of-entry permis- sion required for our work will be from the railroad owner. We have assumed that the CMWD will provide direct payment to the North County Transit District for any inspection services required for work ~ith in the railroad right-of-way. We have also assumed - that fees for the traffic control plan and street encroachment per- mits will be waived bv the CMWD and City. In addition, we have assumed that no contamination will be present in areas of ground- water dewatering pump testing. Upon acquisition of necessary permits. Woodward-Clyde will notify Underground Service Alert to coordinate clearance of boring locations with respect to under- ground utilities and subsurface structures. If necessary, boring locations \vi11 be adjustcd to avoid utility conflicts. Plan -m 0 w IS~~~;:BAIPROP-BP DOCIGJUn-97\\SDG 2-3 j r .- il r ! ' SECTIONTWO e Prolea Approach Planned subsurface explorations will include 23 CPT soundings and I I small diameter hollow stem auger borings. The CPT soundings will provide a continuous record of material classification and strength. 112 will sample groundwater in 6 locations using a CPT rig-mounted Hydro- PunchTM. 2.2.2 Task 2 - Subsurface Exploration Available geologic information indicates that the project area is generally underlain by 15 to 20 feet of poorly consolidated Pleisto- cene age sandy terrace deposits which in turn is underlain by very dense indurated Eocene age sandstone and siltstone of the Santiago Formation. The pipeline alignment ground surface and contact between these geologic units have a relatively uniform dipping inclination of about 1 to 2 percent to the west as seen in borings performed for the Carlsbad Seawall, Carlsbad Bakery Company, Shell Carlsbad service station, and other Woodward-Clyde proj- ects. However, the presence of westerly descending ancient wavecut terraces in the Santiago Formation may be present within the proposed pipeline alignment. In addition, a perched water bearing basal gravel zone may be present along the terrace contact which is consistent with the regional groundwater table. We plan to perform explorations at 400 foot intervals along the pipeline alignments to characterize subsurface soils and obtain representative samples for laboratory testing (Figure 1). Planned subsurface explorations will include 23 CPT soundings and 11 small diameter hollow stem auger borings. CPT soundings and borings will be advanced to depths of approximately 35 feet below the surface along the proposed pipeline alignments or to practical- refusal depths. Since there may be a possibility using trenchless technology (i.e., pipejacking, microtunneling, and directional drilling), the planned exploration depths are generally 20 feet below the sewer pipeline invert elevations and will meet or exceed the requirements listed in Item 3 of the UP. We plan to use the services of Gregg In-Situ, Inc. and West Hazmat Drilling, Inc. for the CPT soundings and borings, respectively-. The CPT soundings will provide a continuous record of material classification and strength. Subsurface materials encountered in the borings will be obtained at 5-foot depth intervals using a modified California sampler. Bulk samples of representative materials will be collected from the borings. An organic vapor analyzer (OVA) will be used to screen for the presence of hydro- carbon contamination in soils above the groundwater table. All explorations will be logged by a geologist/engineer in accordance with applicable ASTM standards. It is anticipated that groundwater will be encountered at depths of 10 to 20 fxt throughout the proposed pipeline alignments. Groundwater e1eLations shall be measured at the time of the explorations (if encountered). We will sample groundwater in 6 locations using a CPT rig-mounted Hydro-Punch'". Upon -tvdb 0 W\9751028A\PROP-&P DOCI&Juf+97l\SDG 2-4 ' SECTIONTWO e a Project Approach completion of the drilling and sampling, the CPTs and borings will be backfiiled with grout. The upper 6 inches of bore holes will be cold patched with asphalt concrete if performed in streets. 2.2.3 Task 3 - Geotechnical Laboratory Testing We wilt conduct geotechnical laboratory testing of soil samples to determine their physical and mechanical engi- neering properties. Soil will be evaluated with respect to suitability as beach nourishmentflll in accordance with the City 3 Opportunistic Beach Fill Program Samples of subsurface materials obtained during the field expiora- tions will be returned to Woodward-Clyde's laboratory for further examination and testing. We will conduct geotechnical laboratory testing of soil samples to determine their physical and mechanical engineering properties. Soil testing will include moisture content, density, grain size distribution, plasticity, compaction, shear strength, compressibility, permeability, R-vdue, and corrosion potential (pH, resistivity, soluble sulfates and soluble chlorides). Soil will be evaluated with respect to suitability as beach nourish- ment fill in accordance with the City's Opportunistic Beach Fill Program. All testing will be done in accordance with applicable ASTM or other approved testing methods and procedures. 2.2.4 Task 4 - Analytical Soil and Groundwater Testing I Analytical testing of Analytical testing of soil and groundwater will be performed at six groundwater will be locations for preliminary screening of potential contamination only performedfor and will include total recoverable petroleum hydrocarbons preliminary screening of (EPA 41 8.1/9071), volatile (EPA 624/8240/8260) and semivolatile potential contaminafion. (EPA 625/8270) organic compounds, PCBs (EPA 608/8080), and EPA Priority Pollutants (EPA 6010/7000) including arsenic, bar- ium, cobalt, chromium, copper, molybdenum, nickel, lead, anti- mony, vanadium, and zinc. The soils samples will be obtained within the upper 5 feet of the 6 borings. Investigation for remedia- tion of contaminated soil and groundwater are not included in this proposal. We plan to use the services Pacific Treatment Analytical Services, Inc. for analytical soil and groundwater testing. A quantitative summary table of test results will be provided. At this time, we do not anticipate that encountered soil and groundwater will be considered hazardous. Woodward-Clyde will advise the CMWD in the event that storage of hazardous materials is required. Upon completion of analytical groundwater testing, soil and groundwater samples will be disposed of in accordance with Regional Water Quality Control Board (RWQCB) guidelines. We understand that no onsite storage of soil or groundwater con- tainer drums will be permitted and that transportation of the drums will be required to a secure offsite storage area provided by the CXIWD or City. The storage time will be less than 90 days. Li-r: - -m 0 W\9751028APROP-B-P DOtE-Jurr97lSDG 2-5 * % ' SECTIONTWO w a PrOlect Uproach 7- t r- -. ! i ._ I t. have assyned that disposal of the drums will be the rewsibility of the CMWD. w 2.2.5 Task 5 - Groundwater Dewatering Pump Tests Groundwater dewatering pump tests are specifically suited to the determination of transmissivity and storativity in confined and unconfined aquifers. Whereas laboratory tests provide specific values of the hydrogeological parameters for discrete soil samples and piezometers provide localized in situ groundwater measure- ments in the immediate vicinity of a piezometer tip, pumping tests provide in situ measurements that are averaged over a large aquifer volume. Following our field exploration and laboratory testing program, groundwater dewatering pump tests will be performed at four selected locations along the pipeline alignments to provide data for our dewatering analysis. In order to characterize the hydraulic properties of the three anticipated geologic units within the poten- tial dewatering zone (sandy portion of the terrace deposits, basal gravel layer of the terrace deposits, and Santiago Formation silt- stone/sandstone), we plan to install a dewatering and observation well cluster at each testing location. The well cluster will consist of four small-diameter wells. Three of the wells will be con- structed as sealed observation wells to isolate and test each of the geologic strata. Following drilling, construction and development of the wells, the dewatering well will be pumped and the three sealed observation wells will monitor drawdown and recovery at a distance of about 10-feet fiom the extraction well. Tests will be monitored by a data logger to continually record the piezometric level in each well. Testing at each cluster will include a step-drawdown test, a constant-rate pumping test, and a recovery test. We will utilize either the Theis or Jacob methods to determine aquifer coefficients. whichever is deemed more appropriate. We have assumed that the well clusters will be located in areas with no groundwater contamination and that an NPDES waive; will be granted to allow discharge of the pumped groundwater into the municipal sewer system. We have not prepared an estimate of &e anticipa volumes of groundwater to be pumped at this time. To supplement the data obtained from the groundwater dewatering pump tests, we also plan to perform down-hole geophysical log- ging for the purpose of characterizing the physical properties wo0dwardc)yde 0 W\975102BA\PROP-B-P DOCS-Jun-9A\SDG 2-6 ' ' 'SECTIONTWO W 0 Project Approach within the dewatering zone and verifying the construction of the wells. Testing will be performed on the extraction well and one observation well within each cluster (8 total wells). A relatively standard suite of geophysical logging in each well will include spontaneous potential resistivity, natural gamma, and density. In addition downhole seismic velocity measurements will be obtained in each of the tested wells at 5-foot intervals. 2.2.6 Task 6 - Engineering Analyses- Engineering analyses will be performed to substantiate discussions, conclusions, and recommendations to be presented in the geotech- nical investigation report and will include: 0 Subsurface soil profiles along the proposed sewer and storm drain alignments including logs of explorations with geologic formations, soil classifications, and laboratory test results. The soil profiles will be presented on reduced-size ~lan and profile sheets (to be provided by the CMWD). - Information pertaining to geologic hazards including faulting, seismicity, ground motions, ground rupture, and liquefaction -_I potential (if any). Determination of groundwater levels at the time of exploration and recommendations for special construction methods (if required). Estimation of groundwater dewatering drawdown and steady state pumping rates at five feet below pipe invert elevations from field pump tests in areas where groundwater may be encountered during construction. Groundwater recovery data from five feet below invert elevations will also be provided. Determination of the presence of soil and groundwater con- tamination based on preliminary screening at sampled ground- water locations along the alignment. Particular attention will be given to areas adjacent to industriaUwarehouse storage facilities along Oak Street and areas of recorded train derail- ments. Recommendations for remedial earthwork measures for poten- tial adverse subsurface conditions which may be encountered which could affect the performance of the pipelines (excluding soil and groundwater contamination). Preparation of earthwork specifications including relative com- paction requirements for various bedding and backfill materials -tyds 0 W\975102&4WROPS-P DOC'&JUn-9A\SDG 2-7 9 ' ' ' SECTIONTWO w i . Project Approacb 7- L .. P L r I ~. .. f' i 1. I- around the sewer and storm drain pipes. Relative compaction recommendations will include the three distinct pipe zones X, B, and C as indicated on Exhibit 2 of the RFP. Recommenda- tions regarding concurrent trenchmg for both pipelines, includ- ing the situation where one pipeline is deeper than the other will be provided. 0 Recommendations for trench excavation maximum side slope inclinations and shoring design including computed safety factors. In addition, recommendations regarding open-cut construction as compared to pulling a shoring shield to reduce horizontal excavation width. Train loading will be included in the lateral shoring pressures for areas within the railroad right- of-way. Recommendations for backfill benching, concrete slope anchors, or other stabilization measures for steep pipe and backfill conditions. This will be of particular importance where the proposed storm drain descends down toward Agua Hedionda Lagoon. Recommendations and design considerations regarding trenchless technology including microtunneling, pipejacking, and conventional tunneling as compared to open cut and cover construction for all pipeline alignments. Trenchless technology is currently being considered at the intersection of Jefferson Street and Carlsbad Village Drive and the railroad right-of- way. Recommendations and discussions generally include: shaft construction, excavation methods, anticipated ground behavior, support systems, anticipated settlement, groutings requirements, muck handling, and instrumentation and moni- toring. Recommendations for pipe, thrust block, and access hole design loads including soil reaction modulus, estimated total and differential settlements. Evaluation of the potential effects of construction on adjacent structures including vibration and settlement. 0 Replacement pavement, base, and subgrade sections. where necessary. A summary table of cored existing pavement sec- tions where subsurface explorations were performed in traffic areas will be provided. -0 W\9751028AWROP-8-P DOCS-Jun-97USDG 2-8 *' ' SECTIONTWO *. Project Approach w a c .. I i f" I r- t, -, ~~~ ~ ~~ A general assessment of soil corrosivity along the pipeline alignments including resistivity. soluble sulfate and soluble chloride. 2.2.7 Task 7 - Draft and Final Reports Woodward-Clyde will prepare a draft and final geotechnical report presenting discussions, conclusions, recommendations, and con- struction considerations for the combined projects. The results of field explorations, laboratory testing, and engineering analyses will also be presented. 2.2.8 Task 8 - Design Consultation Following 'submittal of our report, we propose to provide geotech- nical consultation services during the design phase of the project. These services will be provided at the request of the CMWD or City to assist the designer6)wit.h technical issues and the selection 4 economical alternatives. 2.2.9 Task 9 - Plans and Specifications Review Woodward-Clyde will perform reviews of the geotechnical por- tions of the project plans and specifications for both pipeline proj- ects when they become available. The reviews are to verify whether the intent of our design recommendations have been properly incorporated into the project design. The results of our 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 the storm drain and rfireie pre-bid conferences for the sewer phases of the project to answer geotechnical related questions from prospec- tive bidding contractors. Responses to contractor questions \\ill either be addressed at the pre-bid meetings or in one wriqen letters. Construction phase services including review of contractor qualifi- cations and submittals, laboratory testing, excavation and backfill observation, and compaction testing are not included in this pro- posal. A cost estimate for these services can be provided upon request. ,_ . wMnhlmrdcryd8 0 W!975102&4WROP-B-P DOCSJub9TISDG 2-9 * :' 'SECTIOWTHREE w Prolect Manager and Englneer/Geologists 0 I- i r- i. r i ~~ ~ ~~ We recognize the importance of this project and have assembled a project team especially well qualified to perform the work. A brief description of the relevant experience and qualifications for three of our principal team members is presented below; their complete resumes are included in Appendix A. 3.1 PROJECT MANAGER Mr. Arzamendi has been the geotechnical project manager for the South Bay International Wastewater Treatment Plant. 3.2 SENIOR TECHNICAL REVIEWER Mr. Raines specializes in pipeline and tunnel proj- ects and is a recognized authority in trenchless technology. He is one of Woodward-Clyde five national practice managers for tunnels and underground structures. Moi Arzamendi, P.E., will be assigned as Woodward-Clyde's Project Manager for the project. Mr. Arzamendi, is a registered civil engineer and geotechnical engineer in the state of California. Mr. Arzamendi has worked in the San Diego office' of Woodward- Clyde since 1985 and has a well rounded background and signifi- cant experience in water resources projects including water and wastewater treatment plants, conveyance pipelines, and construc- tion phase services. Mr. Arzamendi has been the geotechnical project manager for the South Bay International Wastewater Treatment Plant; the associated 5 border 'raw sewage diversion, collection, and pump station systems; the future South Bay Recla- mation Plant and pipeline conveyance systems; and the potable water main which services all the South Bay facilities. Mr. Arzamendi has become very familiar with the Carlsbad area through his work on both Carlsbad Boulevard seawalls, the Batiquitos Lagoon Enhancement Project, the SDG&E Encina 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 reviewer for the project. Mr. Raines is a registered civil engineer in the state of California and has over 15 years of experience in geotechnical engineering and underground construction. Mr. Raines specializes in pipeline and tunnel projects and is a recognized authority in trenchless technology. He is one of Woodward-Clyde five national practice managers for tunnels and underground structures. He has been an instructor of several engineering training courses at the Colorado School of Mines. Mr. Raines has overseen design and construction of pipelines and tunnels for the SDG&E Pipeline 2000 Project. North Metro Interceptor Sewer Project, Encinitas Highway 101 Storm Drain Project, and several major trenchless technology projects in Hawaii. ~~~~ ~ ~~ ~~~~~ -w@ 0 W \975102SA\PROP-B-P OOC6-Jun-97l\SOG 3- 1 ~~ ~~ *. c $1 I SECTIOWTHREE. 0 ProJect Manaeer and Enulneer/Q;eslogisPs C' r- r- !. I L r ~ .. ( .' r- L I r1 3.3 PROJECT GEOLOGIST 3.4 CLIENT REFERENCES Moi Arzamendi, P.E., G.E. Project Manager Gregory Raines, P.E. Senior Technical Reviewer Michael Hatch C.E.G., R.G. Engineering Geologist Mr. Michael Hatch, C.E.G., RG., will be the project geologist. Mr. Hatch has over 13 years experience in engineering geology and geologic hazards studies relative to siting major municipal pipelines and water conveyance and storage projects. Mr. Hatch specializes in field mapping, aerial reconnaissance, photographic analyses, subsurface investigations, hydrogeologic characteriza- tion, and geologic hazard assessments. He has been project geologist for the South Bay Ocean Outfall, SDG&E Pipeline 2000 and Mexicali gas distribution pipelines. The following is a single client reference for each of our key team members: Mr. Dion McMicheaux, P.E. International Boundary and Water Commission 2225 Dairy Mart Road San Diego, CA 92143-4232 6 1 9-662-7600 Mr. Mike Farmarzi, P.E. Metropolitan Wastewater Department City of San Diego 6000 B Street San Diego, CA 92101 619-533-4267 Mr. Craig Riker, P.E. San Diego Gas & Electric Company P.O. Box 183 1 San Diego, CA 921 12 6 19-696-4862 I wmdwarrcc~ 0 Wi9751028APROPB-P DOCS-Jun-97\SDG 3-2 - " 'SECTIONFOUR m 0 Technical Quallflcatlons 4.1 CORPORATE PROFILE Woodward-Clyde b an international consulting firm that has achieved prominence as u leader in geotechnical engineering. In our opinion, no other company in southern California has as much qualifLing experience in geotechnical engineering for pipelines. ~ ~~ 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 ofices throughout the United States and abroad Engineering News-Rec- urd 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 geotechnical investigation for the project. In our opinion, no other company in southern California has as much qualifying 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 1 performed services for i some of the most r. sign@cant water resource projects involving water, sewage, and storm drain facilities in the County. Woodward-Clyde has performed services for some of the most significant water resource projects involving water, sewage, and storm drain facilities in the County. These projects have included 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: a e a a a a a e a e e e a a e a .. Point Loma WTP and Outfall Extension, San Diego - (1995 California Geotechnical Engineers Association Outstanding Project) South Bay International WTP and Outfail, 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 Ranch Santa Fe Pipeline, Rancho Santa Fe Cowles Mountain Tunnel, San Diego La Posas Tunnel, North San Diego County San Marcos Tunnel, San Marcos Otay Valley Trunk Sewer, San Diego Cannel Valley Trunk Sewer, San Diego Highway 101 Storm Drains, Encinitas " e W!9751028APROPS-P WCI6-Jtm-9ASDG 4- 1 . m " SECTIONFIVE local Emerfence and Knowledge of District Facilities w 0 5.1 LOCAL Woodward-Clyde has been operating in the local area for nearly EXPERIENCE 40 years. Woodward-Clyde has performed geotechnical and envi- ronmental engineering services for over 15,000 projects in San geofuk!ic data base is 12 projects within a one mile radius of the proposed pipeline unparaff@fed in the alignments. We believe our local experience and geologic data r Our focnf exgerience and Diego County, over 100 projects in the City of Carlsbad, and over 1 regiono base is unparalleled in the region. ! i r- 1: f' I .. i; i Woodward-Clyde has Woodward-Clyde has performed numerous engineering services performed numerous for local projects owned by the City and clients in Carlsbad. These engineering services for projects include the existing (3,100-foot) and under construction local projects. (2,500-foot) Carlsbad Boulevard seawalls; the Batiquitos Lagoon Enhancement Project; Cannon Road bridge; the 1996 Harmony Grove Firestorm emergency mitigation; many residential, com- mercial, and industrial developments; the SDG&E Encina Power Plant; Shell Carlsbad service station; Carisbad Bakery Company, Avaira Elementary and Middle Schools; and, many street improvement projects to name a few. The Encinitas project is In Encinitas, Woodward-Clyde is currently working on the High- similar to the subject way 10 1 storm drain project. The Encinitas project is similar to the project. subject project in that geologic conditions are comparable, pipeline alignment configurations are mainly north-south trending adjacent to the railroad, and trenchless technology for construction is being designed. 5.2 KNOWLEDGE OF Woodward-Clyde has experience working in Carlsbad with respect DISTRICT FACILITIES to providing geotechnical engineering and construction phase services for water system improvements constructed in 1971. Information contained in our project files indicate that construction inspection and testing services were performed for water pipeline installed beneath 27 streets in downtown Carlsbad at that time including Oak Avenue, Jefferson Street, and Chestnut Avenue. We do have a Although it has been a few years since Woodward-Clyde has per- verystrong formed geotechnical engineering services for the CMWD, we do relationship wirh the have a very strong relationship with the City Engineering Depart- Cig Engineering ment based on other previous and current work performed by our Department. firm. Key City personnel that we have worked directly with include Messrs. Lloyd Hubbs, John Cahill, Pat Entezari, and Steve Jantz and Dick Cook.. We encourage the CMWD to contact these individuals at the City as additional references. wO0dw-a~~ 0 WL9751028AU'ROP-8-P DOCSJUn-97l\SDG 5- 1 - ~e ., SEGTIOWSIX w PWlosed Schedule, b udget and Agreement ~~~~ 6.1 SCHEDULE We plan to submit a draft geotechnical report (6 copies) within 3 months of the CMWD’s written notice to proceed. The final geotechnical report (10 copies and one reproducible copy) will be submitted within 2 weeks after receiving review comments from the CMWD and the City. A tentative schedule for the project is shown in Figure 2. 6.2 BUDGET We understand that the fees for the proposed geotechnical investi- gation are to be separated into two parts for the storm drain and sewer projects, respectively. A breakdown of our proposed fees are as follows: i f Task 1 2 3 4 5 6 7 8 9 10 Description Data Review, Field Reconnais- sance and Work Plan Subsurface Exploration Geotechnical Laboratory Testing Analytical Soil and Groundwater Testing Groundwater Dewatering Pump Testing Engineering Analyses Draft and Final Reports Design Consultation Plans and Specifications Review Pre-Bid Conference Subtotals Proposed Budget Part I Part II (Storm Drain) (Sewer) $1,400 $1,400 9,630 11,780 2,560 3,130 4,380 8,760 14.850 29,700 6.430 7,860 4,900 6,070 3,850 3,850 1,280 1,280 550 1.650 $49,830 $75,480 - TOTAL $125,310 Although the project has been broken down in to two parts, we would plan to only mobilize once for the field work and issue a single report covering the joint sewer and storm drain projects. We propose to perform the scope of work presented herein for a total lump sum of $125,310. 6.3 AGREEMENT Woodward-Clyde’s Risk Manager is currently reviewing the City of Carlsbad’s Standard Agreement for Professional Services. We will forward our comments and concerns regarding the Agreement after our review is completed. -lylde 0 W\9751028AWROP-8-P OOCIGJun-9A\SOG 6- 1 a. l1 ., Woodwardmde w PI e Englneerlng h sctences applied 10 the eaRh 8 11s environment EXHIBIT "B" 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 Geotechnical Investigation Vista/Carlsbad interceptor Sewer Replacement Project and South Carlsbad Village Storm Drain Project CMWD Project No. 91-403 and Project No. 3538 Carlsbad, California Woodward-Clyde Reference No. 975 1028A-PROP Dear Ms. Weaver: Woodwad-Clyde International-Americas (Woodward-Clyde) is pleased to present Amend- ment No. 1 to our proposal for a geotechnical investigation for the subject project. This Amendment has been prepared in response to your letter dated June 23, 1997 requesting Mer clarification to our proposal dated June 6,1997. Our responses follow the order of the comments contained therein (not reprinted herein). 1. Depending on the results of analytical testing, which could indicate various levels of contamination, soil and groundwater may be disposed of at a local landfill, treated or incinerated by a licensed waste transport/disposal service, or discharged into the local sewer system with permission from the Carlsbad Municipal Water District (CMWD). A company such as Soil-Wash Technologies, Inc. (located in Mission Valley) could be utilized for transport/disposaJ services. Although principally suited for treating contaminated soil, Soil-Wash, Technologies, Inc. can also haul, receive, treat. and dispose Contaminated groundwater as well. Clean soil and groundwater will be disposed of in conventional means not requiring a permit as described in Response So. 3. 2. Contaminated soil and groundwater which may be encountered in Task 2 (Subsurface Exploration) will likely be of small volume and not present a significant disposal problem. Cost for disposal of these materials may be assumed to be included in our cost estimate. However, larger volumes of groundwater which will be encocr.rs:td during Task 5 (Groundwater Dewatering Pump Testing) may require addi::L\?nzl handling and expense for disposal. We plan to temporary store the p:i::?;.-! Woodward-Cfyde Consultants * A subsidiary of Woodward-Clyde Group. Inc. Sunroad Plaza 3. Suite 1000 * 161 5 Murray Canyon Road - San Diego. California 92108 61 9-294-9400 Fa 61 9-293-7920 W\9751028APROP-C.L OOC'.' ... .j- <I 3 w :I a 0 woodward=Clyde 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 for numerous drums. The stored water will be screened for contamination by testing for Total Recoverable Petroleum Hydrocarbons (TRPH). If permissible by the CMWD, we will discharge the stored water into the sewer system. A proposed contingency plan to cover additional expenses is described at the end of this letter. 3. Groundwater extracted during dewatering pump tests and stored in a Baker tank(s) was planned to be discharged into the sewer system at a regulated inflow rate on the order of 100 gpm or less. However, if this method of disposal is not permitted, we would discharge onto an approved receiving area (i-e., City park or cultivated land). If possible, dewatering pump tests performed in the railroad right of way should be considered for direct surface discharge. However, we understand that due to time constraints involved in obtaining a WPDES permit that such a discharge may not be possible. Reinjection of pumped groundwater back into the ground after the tests have been performed is not be considered a cost effective alternative due to the time required. Discussions regarding options for disposal of construction dewatering effluent will be presented in our geotechnical investigation report. 4. Preliminary calculations suggest that each pump test may be expected to produce up to 10,000 gallons of water over a period of 1 to 2 days in order to stress the aquifer. Percolation or reinjection of extracted groundwater back into the subsurface may be considered inappropriate or costly due to the effort required to construct an injection well and the time required. Reinjection may take an order of magnitude longer to completely dispose of stored groundwater and could impact our planned investigation efforts. 5. Steep slope considerations (eg., slope anchors) pertain only to the segment of the proposed storm drain descending down toward Agua Hedionda Lagoon. The costs for analyses of these conditions have been separated in our proposai. 6. The distributed cost for Task 5 (Groundwater Dewatering Pump Tests) in Section 6.2 have been incorrectly presented. The breakdown should be $16,706 (37.5% share) and $27,844 (62.5% share) for Part I and Part 11, respectively. Thus, the total cost for Part I is $5 1,686 and Part I1 is $73,623. 7. Costs for additional pumping tests may be assumed to be $1 1,137 each if performed concurrently with the first 4 tests plus $1,434 for dewatering analyses (Task 6). The cost for remobilization of equipment and personnel may be taken as $500 per test if not performed concurrently with the first 4 tests. Therefore, the cost for additional tests WP751028AiPROPC-L GQCll-Jul-9nSDG * .:' Y w woodward-Clyde Ms. Kelly J. Weaver, P.E. Carlsbad Municipal Water District July 2, 1997 Page 3 would be either $12,571 or $1 3,071 depending on whether or not the work was done 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 the CMWD in the event that expenditures not anticipated, as described above, may be covered. Under this plan, Woodward-Clyde would be required to submit a detailed explanation and itemized cost breakdown in order to be authorized any payments fiom the contingency reserve. At this time, we expect that the majority of the contingency reserve'would be used for hauling, treating, and disposal pumped groundwater by Soil-Wash Technologies, Inc. at a rate of 30 cents per gallon. Assuming a roughly 40,000 gallons of water to be disposed the added cost would be about $12,000. We appreciate the opportunity to submit this Amendment to our proposal to the CMWD and the City of Carisbad. If you have any questions, please call. Very truly yours, WOODWARD-CLYDE INT ATIONAL-AMERICAS A/&# Leo Vice D. President Han elt, P. LDH\MA:rad CLIENT: Signature Date Typed or Printed Name Title W\9751028A\PROPC-L DOC\~-JUI-BASDG