Loading...
HomeMy WebLinkAbout1997-11-18; City Council; Resolution 97-6811 1 2 3 4 5 6 7 a 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 x. 0 RESOLUTION NO. 97-681 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING A CONSULTANT AGREEMENT WITH KLEINFELDER, INCORPORATED TO STUDY THE SOIL AND DRAINAGE PROBLEMS ALONG PARK DRIVE, PROJECT NO. 3478 WHEREAS, the City Council of the City of Carlsbad has previously appropriated fund: the study of the soil and drainage problems along Park Drive; and WHEREAS, proposals have been solicited for the study of the project from qual geotechnical engineering firms; and WHEREAS, Kleinfelder, Incorporated was selected as the best qualified firm to prel the study for Project No. 3478 for a fee of $16,999 bringing the total cost estimate for the prc to $33,000. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsl California, as follows: 1. That the above recitations are true and correct. 2. That the Finance Director is authorized to appropriate an additional $16,000 1 the General Capital Construction Fund. 3. That a consultant agreement with Kleinfelder, Incorporated for the study of Prc No. 3478 as described in the attached contract is hereby approved and the Mayor and City C are hereby authorized and directed to execute said agreement. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill II Exhibit 2 1 2 3 4 5 6 7 8 9 10 21 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 0 0 4. Following the Mayor’s signature of the agreement, the City Clerk is furl authorized and directed to forward copies of said agreement to Kleinfelder, Incorporated and Engineering Department design division for their files. PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad City COL held on the I8th day of November I 1997 by the following vote, to wit: AYES: Council Members Lewis, Finnila, Nygaard, Kulchin, NOES: None ABSENT: None ATTEST: (SEAL) '0 e AGREEMENT FOR ENGINEERING SERVICES FOR PROJECT NO. 34781 THIS AGREEMENT is made and entered into as of the 21 s7 day c &bb, , 199, by and between the CITY OF CARLSBAD, a municipz corporation, hereinafter referred to as "City", and KLEINFELDER' INCORPORATEC hereinafter referred to as "Contractor." RECITALS City requires the services of a professional engineering Contractor to provide tht RECITALS City requires the services of a professional engineering Contractor to provide tht necessary engineering services for a study of the soil and drainage problems alon! Park Drive; and Contractor possesses the necessary skills and qualifications to provid( the services required by the City; NOW, THEREFORE, in consideration of these recitals and the mutuz covenants contained herein, City and Contractor agree as follows: 1. CONTRACTORS OBLIGATIONS The scope of services to be provided are described in Exhibits "A", "B", "C" an "D", as follows: one 0 Exhibit "A" - Your proposal of July 17, 1997 consisting of 10 pages anc %attachmentvncluding Table 1 (Fee Itemization),-. 0 Exhibit "B" - Fax of August 1, 1997, Revised Fee Proposal consisting c three sheets. rev. 8/26/91 I Exhibit 3 0 0 0 Exhibit “C” - Memorandum of August 19, 1997, Confirmation of Fees, consisting of one sheet. 0 Exhibit ”D” - Memorandum of August 19, 1997, Description of Work fol Soil Borings at Top of Slope for Park Drive SlopelDrainage Study, consisting of one sheet. 2. CITY OBLIGATIONS The City shall provide: A. Copies of all existing City reference data as researched and requested by Contractor. B. Review of the study, plans, specifications and cost estimate for the purpose of determining the general conformity to City Standards and Project Scope. C. Permission to enter onto private property for purposes of soil borings. 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (1 0) days after receipt of notification to proceed by the City and be completed in accordance with Exhibit “A”. Extensions of time may be granted if requested by the Contractor and agreed to in writing by the Project Manager. The Project Manager will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a rev. 8/26/96 2 0 0 lack of foresight on the part of the Contractor, or delays caused by City 'inaction o other agencies' lack of timely action. 4. FEES TO BE PAID TO CONTRACTOR The total fee payable for the services to be performed shall be in accordancc with Exhibit "C". No other compensation for services will be allowed except those item: covered by supplemental agreements per Paragraph 8, "Changes in Work." The Cit' reserves the right to withhold a ten percent (10%) retention until the project has bee1 accepted by the City. Incremental payments, if applicable, should be made as outlined in attachel Exhibit "A." 5. DURATION OF CONTRACT This agreement shall extend for a period of time as shown on Exhibit "A". Thl contract may be extended by the City Manager for one (1 ) additional one (1 ) yea periods or parts thereof, based upon a review of satisfactory performance and thl City's needs. The parties shall prepare extensions in writing indicating effective datl and length of the extended contract. 6. PAYMENT OF FEES Payment of approved items on the invoice shall be mailed to the Contractc within 30 days of receipt of the invoice. 7. FINAL SUBMISSIONS Within five (5) days of completion and approval of the study, plan; .-: - rev. 8/26/9 3 0 0 specifications and cost estimate, the Contractor shall deliver to the City the followin1 items: A. All items as described in Exhibits “A, “B”, “C” and “D”. B. Two (2) copies of all other reports, test results and calculations generatel by the Contractor in the completion and execution of the provisions of this contract. 8. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or thc City, and informal consultations with the other party indicate that a change in tht conditions of the contract is warranted, the Contractor or the City may request a changt in contract. Such changes shall be processed by the City in the following manner: I letter outlining the required changes shall be forwarded to the City by Contractor tc inform them of the proposed changes along with a statement of estimated changes il charges or time schedule. A Standard Amendment to Agreement shall be prepared bl the City and approved by the City according to the procedures described in Carlsbac Municipal Code Section 3.28.172. Such Amendment to Agreement shall not rende ineffective or invalidate unaffected portions of the agreement. 9. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained an) company or person, other than a bona fide employee working for the Contractor, tc 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, rev. 8/26/96 4 0 0 percentage, brokerage fee, gift, or any other consideration contmgent 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 contingeni fee. 10. NONDlSCRtMlNATlON 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 City Engineer. The City Engineer shall make a determination of fact based upon the documents delivered tc 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) rev. 8/26/96 5 0 0 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 of 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. 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. A copy of such documented dispute shall be forwarded to both parties involved along with recommended methods of resolution which would be of benefit tc both parties. The City .Engineer or principal receiving the letter shall reply to the lettel along with a recommended method of resolution within ten (10) 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 rev. 8/26/96 6 .a 0 involved, although nothing in this procedure shall prohibit the parties seeking remedie available to them at law. 13. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the City must b asserted as part of the contract process as set forth in this agreement and not i anticipation of litigation or in conjunction with litigation. The Contractor acknowledge that if a false claim is submitted to the City, it may be considered fraud and th Contractor may be subject to criminal prosecution. The Contractor acknowledges thz California Government Code sections 12650 et seq., the False Claims Act, provides fo civil penalties where a person knowingly submits a false claim to a public entity. Thesc provisions include false claims made with deliberate ignorance of the false informatiol or in reckless disregard of the truth or falsity of information. If the City of Carlsbal seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover it litigation costs, including attorney's fees. The Contractor acknowledges that the filing c a false claim may subject the Contractor to an administrative debarment proceedin wherein the Contractor may be prevented to act as a Contractor on any public work c improvement for a period of up to five years. The Contractor acknowledges debarmen by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contract0 from the selection process. -4?&4477 initial) fi\. ,Qp%\41 The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, -. rev. 8/26/9( 7 e m 3.32.02 and 3.32.028 pertaining to false claims are incorporated herein by reference. 1.12.I i SI P~K - (Initial) 14. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor': own way as an independent Contractor and in pursuit of Contractor's independen 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 providec 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 purpose: whatsoever. The Contractor is an independent Contractor of the City. The payment made tc the Contractor pursuant to the contract shall be the full and complete compensation tc 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 01 unemployment .contributions on behalf of the Contractor or hislher employees 01 subcontractors. The Contractor agrees to indemnify the City within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment 01 workers' compensation payment which the City may be required to make on behalf o' 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 from any rev. 8/26/96 8 e 0 balance owing to the Contractor. The Contractor shall be aware of the requirements of the Immigration Reforn and Control Act of 1986 and shall comply with those requirements. including, but no 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 a1 applicable requirements of law: federal, state and local. Contractor shall provide al necessary supporting documents, to be filed with any agencies whose approval i: necessary. 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 hereir 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. rev. 8/26/96 - Y m 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the City of Carlsbad and i, officers, officials, employees and volunteers from and against all claims, damage losses and expenses including attorney fees arising out of the performance of the WOI described herein caused in whole or in part by any willful misconduct or negligent act c omission of the Contractor, any subcontractor, anyone directly or indirectly employe by any of them or anyone for whose acts any of them may be liable, except wher caused by the active negligence, sole negligence, or willful misconduct of the City ( Carlsbad. Contractor shall at its own expense, upon written request by the City, defend an such suit or action brought against the City, its officers, officials, employees an1 volunteers. Contractors indemnification of City shall not be limited by any prior c subsequent declaration by the Contractor. 19. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any monie 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 thi: contract by the Contractor, Contractor shall be fully responsible to the City for the act! and omissions of Contractor's subcontractor and of the persons either directly o indirectly employed by the subcontractor, as Contractor is for the acts and omissions o rev. 81261% 10 0 0 persons directly emptoyed by Contractor. Nothing contained in this contract shal create any contractual relationship between any subcontractor of Contractor and tht City. The Contractor shall bind every subcontractor and every subcontractor of 2 .subcontractor by the terms of this contract applicable to Contractor's work unlesf specifically noted to the contrary in the subcontract in question approved in writing b) the City. 21. PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the City tc negotiate, make, accept, or approve, or take part in negotiating, making, accepting, or approving of this agreement, shall become directly or indirectly interested personally il: 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 rev. 8/26/96 11 W 0 terms, conditions, and provisions hereof shall inure to and shall btnd each of the partie! hereto, and each of their respective heirs, executors, administrators, successors, an( assigns. 24. EFFECTIVE DATE This agreement shall be effective on and from the day and year first writter 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 oi interest statement as a requirement of this agreement. However, Contractor herebb acknowledges that Contractor has the legal responsibility for complying with the Political Reform Act and nothing in this agreement releases Contractor from thiz 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 tc 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-:VI and shall meet the City's policy for rev. 8/26/96 12 m 0 insurance as stated in Resolution No. 91-403. A. Coverages and limits. Contractor shall maintain the types of coverages and minimum limit indicated herein, unless a lower amount is approved by the City Attorney or Cit Manager: 1. Comprehensive General Liability insurance. $1,000,000 combine single-limit per occurrence for bodily injury, personal injury and property damage. If tht submitted policies contain aggregate limits, general aggregate limits shall appl: separately to the work under this contract or the general aggregate shall be twice thc required per occurrence limit. 2. Automobile Liability (if the use of an automobile is involved fo Contractor's work for the City): $1,000,000 combined single-limit per accident fo bodily 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 anc Employer's Liability limits of $1,000,000 per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriate tc the contractor's profession with limits of not less than $1,000,000 per claim. Coverage shall be maintained for a period of five years following the date of completion of the work. 13 rev. 8/26/96 0 0 B. Additional Provisions. Contractor shall ensure that the policies of insurance required under thi agreement contain, or are endorsed to contain, the following provisions. 1. The City shall be named as an additional insured on all policie; excluding Workers' Compensation and Professional Liability. 2. The Contractor shall furnish certificates of insurance to the Citl before commencement of work. 3. The Contractor shall obtain occurrence coverage, excludinc 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 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. rev. 8/26/96 14 0 a 27. RESPONSIBLE PARTIES The name of the persons who are authorized to give wrrtten notices or to receij written notice on behalf of the City and on behalf of the Contractor in connection wi the foregoing are as follows: For City: For Contractor: Title City Enqineer Name Lloyd Hubbs Address 2075 Las Palmas Drive Carlsbad, CA 92009-4895 Title Senior Enqineer Name Rick E. Larson Address 9555 Chesapeake Dr. Suite 101 San Diecao, CA 92123-6300 R.C.E. License Number: k&k~E:s=kw: RCE 39226 28. BUSINESS LICENSE .. . Contractor shall obtain and maintain a City of Carlsbad Business License for tht duration of the contract. 29. ENTIRE AGREEMENT This agreement, together with any other written document referred to 0. contemplated herein, embody the entire agreement and understanding between the parties relating to the subject matter hereof. Neither this agreement nor any provisior .. 15 rev. 8/26/96 0 0 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 zi sT day of oC-f;,h I 19 9 7. CONTRACTOR: KLEINFELDER INCORPORATED ATTEST: LLmL R. 2- ALETHA L. RAUTEN&RANZ City Clerk (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant iecretary 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 City Attorney BY -&k"&/r wCity&.tbiney 16 rev. 8/26/96 CALIFORNIA ALL-PUR &E ACKNOWLEDGMENT 0 ate personally appeared GJ rn\h ~a\bnt.c< \ Narne(s) of Signer(s) I )&personally known to me 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name@) idare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: 0 Individual 0 Corporate Officer Title(s): 0 Partner - 0 Limited 0 General D Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: rI Top of I I I Signer Is Representing: I I I L"l Signer's Name: 0 Individual 0 Corporate Officer Title(s): 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee Guardian or Conservator Other: Signer Is Representing: Q 1996 National Notary Association ,8236 Rernmel Ave.. P.O. Box 7184 * Canoga Park, CA 91309-7184 Prod. No. 5907 Reorder: Call Toll-Free 1-800-1 0 0 %hllbI&gme~ Witnesring or Attesting a Signature State of Nevada. 1 County of ~ML 1% 1 Signed or attested to before me on ..WM...da.t..mz ........................ (dm) by .............................................................................................................................................................. ?&y tl.ha f" of Prn(S)) (Seal if any) RAND1 D. NELSON ! MUry Public - state of Nevada Api~~inWlsl#oCowy i +JIXO~-~~W~-EPRIES DEC. 1, ID00 .___.*- I yd$/de ................... m J;. =frank) .. .&+A- ,-~~~s:bLLJs_ssCr_., Nnnda Legal Forms Inc (702) 870-8971 0 Acknowledmt, Wimerring or Anating a Signature A% I23 ry 931001 0 SEC 17 A, .. ' EXhw97- 'pP kq KLEINFELDER .An cmid,n.w OL$ nrd ronipant July 17, 1997 Proposal No. 5 1 -YP7- 147 Mr. Galen N. Peterson, Consulting Project Manager City of Carlsbad Engineering Department 2075 Las Palmas Drive Carlsbad, California 92009-4589 Subject: Geotechnicai Proposal for Park Drive Sloughing/Drainage Study Carlsbad, California Dear Mr. Peterson: Kleinfelder is pleased to present this proposal for performing a geotechnical study to provid recommendations for the soil sloughing and drainage problems along Park Drive in the City c Carlsbad, California. This proposal is based on our review of your letter of July 9, 1997 whic requested this proposal and described the general problems, problem area. and anticipate contents of the proposal. The following sections describe OUT understanding of the propose project, scope of Kleinfelder services, our approach to the project plan, personnel to be assigne the project, schedule, our current workload, and fees. We have also included our curre1 Standard Form 254. PROJECT DESCRIPTION Based on our preliminary site visit of July 15,1997, it is obvious that about 500 feet of the ea: side of Park Drive just north of Marina Drive is experiencing some drainage and soil sloughin problems. Water reportedly continuously percolates through the lower portion of the slope, an we observed draining and ponded water during our recent site visit. Cattails and bamboo tend I confirrn that the areas are probably continuously wet. The drainage for the existing retainic walls is primarily through open joints in the face of the wall which allow drainage and soil I accumulate on the sidewalk area. The existing pipe drain collections system appears inadequa and simply conducts the water through the sidewalk area where it tends to collect on the stree owing to the flat grade of Park Drive in the study area. It also appears obvious that the lower 25 to 40 feet of the west facing sandstone bluff experiencing typical bluff erosion similar to sea cliffs adjacent to the Pacific Ocea Accumulations of erosion material at the base of the bluff are apparently washing further dov the lower section of the bluff, over the existing retaining walls, and are being deposited on tl 51-YP7-147\517PG151.DOC Copyright I997 Kleinfelder, Inc. Page 1 of 10 July 17. 199 KLEINFELDER 955.5 Chesapeake Drive, Suite 101, San Diego, CA 92723-6300 (619) .511-1135 i619) 341-1045 i'lx )I 0 0 sidewalk and street. Based on our preliminary site visit, we did not note any conditions whicl could indicate that the gross stability of the bluff was being impacted other than the continuou erosion and occasional surface related sloughing as portions of the bluff are undernlined b erosion. Two pipelines are visible along the slope above the sidewalk area which are being uncovered b: erosion and could potentially be impacted in the near future. KLEINFELDER APPROACH TO THE PROBLEMS Based on our site visit and the request for proposal of July 9, 1997, we coasider that two primar: problems are present, namely: A. Drainage of the lower slope, and B. Evaluating the erosion of the bluff. Also included in the erosion problem are the subse problems of how to mitigate the erosion and how to reduce the eroded sedimer transportation to the sidewalk and street areas. The most likely approach to the drainage is to add additional drainage and low retaining wall; The walls may also reduce the amount of sediment reaching the street during storm period? Portions of the existing walls may need to be replaced to provide a better drainage system. W anticipate that all drainage will be collected at the upper subsurface with a drainage collectio trench and carried to a suitable underground sewer. For the erosion and sediment, we anticipate that we will need to complete a geologi reconnaissance of the bluff to evaluate the effects of erosion and to provide recommendations fc potential measures. At this time we anticipate that some type of aesthetically acceptable storag method will be required that will accommodate temporary storage and periodic removal c accumulated sediment. We do not foresee that increasing the height of existing retaining walls c alteration of the bluff face will be either practical, economical, or acceptable to the City Park and Recreation Commission. SCOPE OF SERVICES The scope of Kleinfelder’s service will be to complete a geologic evaluation of the bluff and limited geotechnical study at the bIuff toe to evaluate foundations design parameters for ne retaining walls and a subdrain system. The specific tasks to be completed include: S1-YP7-147\517PG151.DOC Copyright 1997 Kleinfelder, Inc. Page 2 of 10 July 17, 199 KLEINFELDER 9555 Chesapeake Drive, Suite 101, San Diego, CA 92123-6300 (619) .541-114j (619) 541-1045 iax 0 0 Task 1: Initial Meeting with City Engineering The purpose of this meeting will be to go over Kleinfelder’s proposal and work plan. Our senior engineer will attend this meeting with the Consulting Project Manager and any pertinent staff from the Engineering Department. Someone from the Maintenance Department who is aware of the frequency of sediment clean-up and a representative from the Parks and Recreation Commission should also be present. We have budgeted for a two hour meeting to discuss the project, Kleinfelder’s scope, and to transfer additional knowledge and information the City may have. Task 2: Geologic Slope Reconnaissance Our senior engineer and engineering geologist will visit the site to map the local geology of the affected bluff face area. We will then prepare a report which will consider, describe. and analyze the following: 1) cliff geometry and site topography, extending the reconnaissance work beyond the site as 2) current and foreseeable cliff erosion; 3) geologic conditions, including soil, sediment and rock types and characteristics in addition to 4) evidence of past or potential landsIide conditions; 5) impact of construction activity for the addition of retaining walls and drainage trenchs on the 6) ground and surface water conditions and variations; 7) potential erodibility of site and potential measures to be used to mitigate erosion; 8) Preliminary evaluation of factor of safety against deep seated circular failure using estimates for soil strength parameters and other geologic conditions. We will aiso compute a pseudo- static slope stability factor of safety using a seismic component of 0.1 5s to evaluate the earthquake effects on the slope stability. needed to depict unusual geomorphic conditions that might affect the site; structural features, such as bedding, joints, and faults; stability of the study area; At the geologic slope reconnaissance level, the conclusions will not be long and detailed. The observed conditions will be stated, and a general overview of the site geology as it correlates to the stability of the existing bluff will be presented. An assessment of the degree of slope stability and erosion hazards present, based on exiting information. will be given. If there are suspected geologic problems that cannot be evaluated except through in-depth investigations, then this will be clearly stated in the report. Since the evaluation of the factor of safety of the slope will be based on assumed parameters, this evaluation should only be considered preliminary in nature. Please note that if the geological reconnaissance report recommends further investigation, the recommended investigation is not a part of this current scope. Five copies of the draft report and fifteen copies of the final report will be provided. 5 1 -Y P7- 147\5 17PG 1 5 1 .DOC Copyright 1997 Kieinfelder, Inc. Page 3 of 10 July 17, 1997 KLEINFELDER 355.5 Chesapeake Drive, Suite IO:, San Diego. CA 92123-6300 161:)) 5-11-1145 ((319) .%1-16~.? iax 0 0 Task 3: Geotechnical Investigation of the Bluff Toe The purpose of our geotechnical investigation will be to explore the immediate foundation areas in the vicinity of the proposed retaining walls to provide recommendations for the design of the retaining walls, surface and subsurface drainage, and potential methods for sediment retention. We proposed to explore the subsurface conditions by completing four small diameter test borings in the street area to maximum depths of 10 to 15 feet below street level, or auger refusal, whichever is shallower, and completing two dynamic cone penetrometer soundings to five feet. The cone penetrometer soundings will be completed using light, portable equipment and will be used behind the sidewalk area to estimate the depth of loose material. Samples of the subsurface soils will be taken at nominal five-foot increments in the borings by conventional standard penetration tests. The cone soundings will consist of driving a 1.5 inch diameter cone into the soil with a free falling, 35 pound driving, apparatus. The actual blow counts will be recorded in 4-inch (100 millimeter) increments and will be converted to dynamic cone resistance and equivalent SPT-blow counts by a computer program. A Kleinfelder staff member will maintain a log of the soils encountered in the borings and obtain samples for visual classification and laboratory testing. We anticipate that laboratory program will consist of the following tests: Three Sieve Analyses 0 One Plasticity Index 0 One Direct Shear Test Eight Unit Weighthloisture Contents Based upon the results of our field exploration, laboratory testing, and engineering analyses, we will provide the following: Discussion of the surface and subsurface conditions; Total stress and unit weight properties of the retained and foundation soils for retaining wall designs; Recommendations for ranges of total stress and unit weight properties of typical soil types for retaining wall drainage fill and the reinforced (infill) soil zone; Bearing capacity of the retaining wall foundation soils, including recommendations for a foundation leveling pad, minimum foundation embedment, and anticipated foundation settlement; Recommendations for retaining wall drainage and toe-of-slope; Discussion of methods to anchor existing pipelines or relocate them, if required; Guidelines for earthwork construction, including recommendations for site preparation, fill placement, and compaction. Sl-YP7-147\j17PG151.DOC Copyright 1997 Kleinfelder, lnc. Page 4 of 10 July 17. 1997 KLEINFELDER 9555 Chesapeake Drive, Suite 101, San Diego, CA 92123-6300 (619) 531-1145 (619) 5-II-1635 i,lx 0 0 The above information will be summarized in a written report (five preliminary, fifteen final) that will include boring logs, cone sounding data, and laboratory test results. Task 4: Second Meeting with City Engineering The purpose of this second meeting is to review Kleinfelder's preliminary reports. As a minimum, the same individuals attending the initial meeting (Task 1) should attend this second meeting. We have budgeted for a two hour meeting, but have not budgeted for a formal presentation to be made. We will submit five copies of the preliminary reports. Task 5: Revise Preliminary Report We will incorporate the City's review comments from our preliminary report and issue a final report. Fifteen copies of the final report will be provided. b KLEINFELDER CURRENT WORK LOAD With our current work load and a local staff of over 50 employees, we do not anticipate that we will have any problem meeting the project schedule. Our project manager, Rick Larson. will be on vacation from July 24'h through August 8h . However, if the project needs to start within this period, other members of the Kleinfelder staff can attend the initial meeting. SCHEDULE We anticipate that we can begin work on this project within five working days following our notice to proceed. We have formulated the following work plan and schedule for your review. The work plan and schedule are flexible and subject to your needs. Schedule Activity Receive notice to proceed (NTP) No activity required 1 Working day (WD) after NTP Schedule first meeting (Task 1) Within 5 WD after NTP Task 1 Within 3 %TI after Task 1 Submit revised scope/work plan 3 WD after acceptance of Task 1 or Begin geologic slope review (Task 2) 'revised Task 1 51-YP7-147\517PG151.DOC Copyright 1997 Klcinfcider, Inc. Page 5 of' IO July 17. 1997 KLEINFELDER 9335 Chesapeake Drive. Suite 101, San Diego, CA 97123-6300 1619) 531-1135 1619) .541-1045 tax m 0 5 WD after acceptance of Task 1 or Begin geotechnical study (Task 3) revised Task 1 4 weeks after beginning of Task 3 Submit preliminary reports for Task 2 and Task 3 5 weeks after beginning of Task 3 Schedule Second Meeting (Task 4) Within 2 weeks after Task 4 Submit final reports (Task 5) FEES Our lump sum fees to provide each task are as follows: Task 1 Initial Meeting with City Engineering $430.00 Task 2 Geologic Slope Reconnaissance $4.065.00 Task 3 Geotechnical Investigation $7,446.00 Task 4 Second Meeting with City Engineering $430.00 Task 5 Revise Preliminary Reports to Final $1,240.00 Total Fee $13,611.00 A breakdown of ow fees is shown on Table 1 attached. As a matter of clarification, Kleinfelder will be providing only those services Iisted above which have been accepted in final negotiations with the City of Carlsbad. Attendance at meetings, review of plans and specifications, or the preparation of supplemental reports and letters not specifically detailed in this proposal are not included in our scope for work. If our investigation indicates that unanticipated conditions are present which would require additional work, we will discuss the situation with you and revise our scope, schedule, and fees accordingly. An invoice for our services will be submitted upon completion- of our report or on an end-of-the-month basis, whichever occurs first. This proposal is valid for a period of 60 days from the date of the proposal. We reserve the right to review our scope and costs if any agreement to provide our services has not been reached with the 60-day period. QUALIFICATIONS OF KEY PERSONNEL We have selected key personnel with a great deal of local experience along with knowledge of slope stability and drainage type of projects. 5l-YP7-147\517PG151.DOC Copyright 1997 Kleinfelder, Inc. Page 6 of 10 July 17, I997 KLEINFELDER 9555 Chesapeake Drive, Suite 101, San Diego, CA 92123-6300 (619) 541-1145 (619) 541-101.5 bx 0 a Mr. Rick Larson, P.E., G.E., Senior Engineer: Mr. Larson will provide management and geotechnical engineer for this project. Mr. Larson has over 22 years of experience in consulting. Mr. Larson holds both Bachelor and Master of Science degrees in civil engineering from the University of Missouri, Rolla. He is a registered civil engineer and geotechnical engineer in the State of California. Mr. Larson has an extensive amount of experience with the construction of public works projects. Mr. Larson also brings to the project a great deal of experience as a design civil engineer. He has personally prepared design plans and specifications for a variety of municipal and site development projects. His combined experience brings to this project an overall insight to the proposed improvements many consultants do not have. Mr. Stephen Korbay, R.G., C.E.G., Senior Engineering Geologist: Mr. Korbay will provide the engineering geology for this project. He has over 25 years experience in both engineering geology and geotechnical disciplines and has developed a broad knowledge of subsurface investigations and analysis for sea cliff erosion and drainage. He has a Bachelors degree in geology, and is an R.G. as well as a C.E.G. He had developed strong technical and project management skills in working with both public and private sector clients and has worked extensively as cIient liaison with various public works departments and regulatory agencies. Resumes of Messrs. Korbay and Larson and other staff who may work on this project are attached for your further review. SIMILAR PROJECTS Kleinfelder's San Diego office has recently worked on various other projects in the area with similar elements observed in the Park Drive slope seepage and erosion project. Following is a list of those projects with a very brief description of these projects. The Church of Latter Day Saints. Tierrasanta. Aupust. 1994: Kleinfelder evaluated the cause of seepage near the base of an artificial fill slope at the church. Water was seeping ol'er the sidewalk and into the street. We provided recommendations to mitigate seepage and repair damage caused by erosion. Repair Erosion and Access. Building 46, Balboa Naval Hospital. April 1996: Kleinfelder evaluated the surficial stability of an existing 40 foot high slope behind the existing building. We provided recommendation for constructing segmented retaining walls, placing additional fill, and mitigating erosion to buttress the existing slope for the purpose of protecting the existing building foundation from being undermined by slope erosion. Water SeeDage Damacre at CATS Buildings, Naval Station San Diem. October 1996: Kleinfelder evaluated the causes of damage caused by water seeping through building slabs- on-grade and stem walls. We evaluated groundwater and surface water characteristics and provided recommendations for mitigating the flow of water into the buildings. 5 1 -YP7-147\5 17PG 15 1 .DOC Copyright 1997 Kleinfelder. Inc. Page 7 of 10 July 17. 1997 KLEINFELDER 955.5 Chesapeake Drive, Suite 101, San Diego, CA 97123-6300 (619) .541-111.j tblY1.3-II-IO4.j !ax .I -. * 0 0 Stabilize Hillside at Building 41. Balboa Naval Hospital. March 1996: Kleinfeldt performed a field exploration and surficial stability analysis to evaluate steep slope composed of formational sandstones near the building. We provided recommendations fc constructing cantilever retaining walls at the base of the slope and mitigating erosion of tk slope. New Generator Building. Paradise Vallev Hospital. National City. California. March 199( KleinfeIder performed a geologic hazards study, geotechnical investigation. and slo~ stability analysis for construction of a new backup generator building for the hospital. Tk building was located at the base of a slope composed of formational sandstone. The sIor was cut back to provide space for the building and buttressed with retaining wall. Kleinfeldc provided recommendations for construction of the building, the retaining wall. control ( water draining over the slope, and mitigating slope erosion. Bostonia Medical Center. Rockfall Mitigation Studv. El .Cajon. California. June 199' Kleinfelder is currently performing a rockfall hazards study to evaluate the potential of roc falling and spalling from the face of a 700-foot long by 25-foot tall vertical slope. The slor parallels a driveway behind the building. We have already provided preliminary providir recommendations for mitigating rockfall hazards. Recommendations were provided fc mitigating the rockfall hazard to protect pedestrian and vehicle traffic in the affected are Our final report will be completed within the month of July. Drainage Structure Pro-iect. MCON PO25 Camp PendIeton. California. January 1991 Kleinfelder performed a geotechnical investigation for the ,construction of a lined drainq channel in the vicinity of the Camp Pendleton Air Station. We performed a geotechnic investigation and provided recommendations for construction of the channel that includt stabilizing the channel bottom during construction and dewatering during construction. AUTHORIZATION Enclosed with this proposal are two copies of our firm's standard form of agreement. Please no that Provision 13 of the agreement limits our professional liability. Tlle fee estimate presentt herein is based upon acceptance of the standard provisions of the agreement with0 modification. Revisions to the standard provisions may require changes in the fee estimate. Please sign and return both copies of the attached agreement to our attention if this propos meets with your approval. Upon receipt, we will execute the agreement and return one, copy your attention. All terms and conditions contained in this proposal and the attached agreeme will be in effect through completion of the project should we receive verbal authorization proceed. If there is a need for any changes in the scope of service or schedule described in th proposal, please call us immediately. jl-YP7-147\517PG151.DOC Copyright 1997 Kleinfelder, Inc. Page 8 of 10 .luly 17. 199 KLEIKFELDER 9555 Chesapeake Drive, Suite 101. San DieRo, CA 91113-6300 (619) 531-114.5 f519) 511-164.5 r'lf); 0 @ LIMITATIONS -. If weather, access, or site conditions restrict our field operations. we may need to revise our fee estimate. We understand that accurate data on locations of property lines, existing structures, underground utilities, and services will be provided. Kleinfelder will not assume responsibility for disruption of utilities not accurately located. Time spent for difficult site access will be charged on a time-and-expense basis, and the repair of damaged utilities will be billed at cost. The proposed investigation specially excludes the assessment of environmental characteristics. particularly those involving hazardous waste materials. If a known contamination exists, site environmental assessment may be appropriate prior to development. Kleinfelder would be pleased to outline a scope of service for such an assessment in a separate proposal. In the event that obviously suspicious subsurface materials are encountered visually or by odor in our geotechnical exploration, we will stop our investigation and notify your office. All added costs incurred as a result of suspected hazardous substances would be charged on a time-and- expense basis over and above the estimated fees for the site investigation. Items of work and analysis which are specifically excluded from our scope of services include: 0 Actual design of the retaining walls or their drainage systems; 0 Field surveying of exploration locations; 0 Any cost estimates associated with the proposed construction; Studies for availability of construction materials and evaluation of borrow sites; Soil profile sheets; 0 Environmental characteristics of the site, particularly those involving hazardous waste; 0 Review of design concepts, plans or specifications, and coordination with a design team. and A basic assumption we have made in the preparation of this proposal is that the following datdservices will be furnished to Kleinfelder by the City of Carlsbad: Any available as-graded geotechnical reports of the immediate study areas and the subdivision above the slope. As-built drawings of existing utilities and improvements in the study area; 5 1 -YP7- 147\5 17PG 15 1 .DOC Copyright 1997 Kleinfelder, Inc. Page 9 of 10 July 17. 1997 KLEINFELDER 9555 Chesapeake Drive, Suite 101, San Diego, CA 92123-6300 (619) .531-1115 (610) S41-lhlS iax 0 e Reproducible base map of the study area for inclusion in Kleinfelder's reports showing proposed improvements; Staked field locations and vertical elevations of proposed exploration points if surveq accuracy is required; and Assistance in the clearance of Kleinfelder and Kleinfelder drilling subcontractors onto the study area. The services accepted by final negotiation with the City of Carlsbad wiIl be provided in accordance with the generally accepted practice by other consultants at the time the service are provided. No warranty is made. We thank you for the opportunity of presenting this scope of services and fees for your consideration. If you have any questions or require additional information, please contact us. Respectfully, KLEINFELDER, INC. & €* fhh Rick E. Larson, G.E. 2027 Senior Associate REL:mkb Attachments: S- 'D do4 USCJ Table 1 (Fee Itemization) - do7 uxq 51-YP7-147\517PG151.DOC Copyright 1997 Kleinfelder, Inc. Page IO of 10 July 17. 1997 KLEINFELDER 9555 Chesapeake Drive, Suite 101, Sari Diego, CA 92123-6300 ((>I()) 5.I1-114.5 (619) %1-1(,~5 iax I kq KLElNFELl TABLE 1 ESTIMATED FEES FOR PARK DRIVE STUDY c Proposal No. 51-YP7-147 July 17,19 Senior Subtotal S S55lhr S35lhr S75Ihr S95Ihr Drafting Clerical Geologist Geologist Engineer/ Engineer/ Staff Task Description 2. Geologic Slope $3 8C 4 1. Initial Meeting Man Hours $3.99( 10 6 34 3. Geotechnical Reconnaissance Study 3.1 Field 4 2 3.2 Laboratory $980 8 $4,120 8 8 20 20 3.3 Analysis $1 90 I 4. Second Meeting I 4 $380 5. Prepare Final Report 8 6 4 $1.190 Labor Subtotal 68 Subcontractor Services "(Task 3.1): $1 1,230 22 20 28 *We anticipate using Scott's Drilling Service Subcontractor Subtotal $1,188 I Drilling (includes mob/demob) for 60 lineal feet TABLE 1 TABLE 1 (CONT'D) ESTIMATED FEES FOR PARK DRIVE STUDY .. Proposal No. 51-YP7-147 July 17,19' E 4x 'p enses I Task 2 and 3.3 Printing/Copying, 1.s. Task 1,2,3 Task 3.2 Geotechnical Laboratory Tests Mileage, 400 mi. @ .50/mi. Plasticity Index, 1 @ 117.00/ea. : Gradation, 3 @ 99.00/ea. Direct Shear Tests, 1 @ $255.00/ea. Moisture ContenVUnit Weight 8 @ $28.00/ea. < Expense Total s1 GR4ND TOTAL S13 < < * - KLElNFELDER cx4? 61 7 73 I’ KLEXNFELDER, INC. 9555 Chesaptsks Driw. Suite i 01 Sm Diego, Caliiornia 92123 Fax Cover Sheet DATE: August 1,1997 TIME 1 l:23 AM TO: Mr. Galen Peterson PHONE: (61 9) 487-7000 City of Carlsbad FAX: (61 9) 487-7047 FROM: George Binger PHONE: (619) 31-1 145 PAX: (619) 541-1645 RE: REVISED FEE PROPOSAL FOR ADDITIONAL BORINGS AT PARK DRIVE PROJECT NO: SI-YP7-147 Number of pages including covet sheet: 3 Dear Mr. Peterson: Enclosed are !he revised fees for the work assoiciated with drilling four additional boring a1 rhc top 10 the slope along Park Drive. This is based on drilling four borings to depths of 50 feet 01 effective auger refusal, whichever is shallower, using conventional small diameter drilling equipment, Two borings would be in the park area, one in the dcsilting basin, and one siiyhtly down the hill southwest of the desilting basion on that lcdge. Also, for you information, I have estimatcd our costs for drilling only be boxings since that was the option you initially proposcd to me yesqerday. The order of drilling assumed in this cost estimate is the two in thc park area wiIl be first, the terrace below thc desilting basin third, and inside the desilting basin fourtll. Please call me if you have any questions. Respectfully, Gcorge Binger ~-" .. 0 0 " TABLE 1A - ESTIMATED FEES FOR PARK DRIVE STUDY ADDITIONAL BORINGS AT TOP (four borings) TABLE 1A - E%"IMATED FEES FOR PARK DKlVE STUDY ADDITlONAL BORING$ AT TOP (four boring$) r&cnses: ,.,~,~,~~~:~~,;~~~~~'~ . ~~~.~~~~;,~~~~~~~~~~~~~~~~~~~~:~~~~~~~~~,) ,, ,,_,,,: ,,,,, ,, , ...., >,!.+,+ _.,. :~~~.-.:.:!::L~:..!::::,~~~~~.~~~~~~~~~~~~,~, .a;< ,. I"." ..'L" :;.::::::L:' b'> ' "".: '_'""' '( ...,,. " s 99.00 S 25.00 s 0.50 :.; 5,:. .,,'-;.. . ..::.. .,,.. h..:::;: .... Sqbwa! ' :: ., ...". "..." . . ,! S 396.00 I 1 !3 117.00 / s 117.00 'l'ask 1 1 Fence Repair materials Mi!eage Isk 2, Additional Laboratorq. Tests Moisture ConknKJnit Weight Plasticity Index. 1 S 60.00 50 S 60.00 16 4 s 448.00 E 28.00 I Gradation Expenses Subtotal S 1,046.00 GKAh'D TOTAL S 5,031 .OO 51-YP7-147 Copyright Kleinfelder, Inc. Page 1 811 Z!E.H/5,7- 'C .* kq KLEINFELI Memorandum TO: Gaien N. Peterson. Consulting Project Manager City of Carlsbad Engineering Department z' 8. - ,-.. ' .." __" 1. ~ -..., :... ..-:. :"<-.,. ,- FROM: Kleinfelder, Inc. Rick E. Larson, Senior Engineer &€e /yif *- I- ; s j r 8- 1;. DATE: August 19,1997 F;.'.".,. *-.,-_. L, .: ,.:..; Yi,.,' :, ' . a ' f.'., :: ;', ~,-.~.'~:;,~~~~.;.~'-: .. . . -., . SUBJECT: CONFIRMATION OF FEES PkrLY DRIT"E SLOUGNr~~'\'GICI~I~~.~e~ STUDY KLEINFELDER PROPOSAL NO. SI-YP7-147 The purpose of this memorandum is to confirm our conversation of this morning regarding our lump sum fee to provide the Park Drive SloughingDrainage Study. We understand that due to budget constraints the City has set a cap on our work for this project at about $1 7,000.00. As we discussed, Kleinfelder agrees to complete this work for a lump sum fee of $1 6.999 with the following understanding: 1. The scope of work as described in our July 17, 1997 letter will be completed. However. if Kleinfelder finds fairly similar conditions in three of the lower slope borings and the two cone penetration tests, we have the right to drop the fourth boring. We do not intend to delete the fourth boring if we feel that any significant information may be lost. Furthermore, the boring deleted would not be one of the borings we had intended to provide in the area of obvious seepage. 2. The scope of work as described in our fax of August 1. 1997 will also be completed for three borings at the top of the slope. The order of drilling would be for the desilting basin first. the terrace below the desilting bzsin second, and the park area third. Please note that for the original subcontractor services for Task 1 of Table 1 B, our costs were based on three borings up to depths of 50 feet for a maximum total of 150 lineal feet. The reference to 200 lineal feet for that table was a typographical cq-over from Table 1 A. 3. Kleinfelder understands that a separate contract will not be executed for this project. The work for this project will be completed as a task order under our existing contract with the City of Carlsbad. However, the limitations contained in our letter of July 17"' and the submitted ASFE guidelines will still apply to our work. 51-YP7-147/517MG109.DOC Copyright 1997 Kleinfelder, Inc.. August 19, 1997 "_ - .- " .- . ." 0 0 GX/-///3 / 7 'b " Memorandum TO: Galen Peterson, Ciry of Carlsbad FROM KLEINFELDER, INC. George Sin&% KLEINFELDER PROJECT NUMBER 51-YP7-147 DATE: August 19,1997 SUBJECT: DESCWPTLON OF WORK FOR SOIL BORINGS AT TOP OF SLOPE FOR PARK DMVE SLOPE/DRAlSAGE STUDY The purpose of this memorandum is to provide you with information regarding driliing three soi borings at the top of the slope running along Park drivc in Carlsbad. Thc purposc of the soi borings ac to evaluate the potential of perched water tabbies existing within the slop. WI anticipate drilling thc borings over a period of thee days using n C.M.F. truck mounted dr-iII rig Moles will be drilled with a nolninal6-inch to &inch diameter auger. ?'here will also bc a For( Ranger pickup truck at the site to suppor~ our :nginecdgeologist in the field for logging the soil: encountered. Wc plan to opcratc the rig between the hours of 730 a.m. and 450 p.m. on weekdays. Thc nois: level during operation of thc rig will the similar to the noise created by operating u GOkW, diesel poweyed generator. X7e rig wiIl remain at tke site ovcnight to reduce the potentid of dnmcging the site by driving back and forth over the sire seved times. We would like to close tlx sidewalk for the entire time the rig is at thc site for the safety of the residents. We plan to keep disturbance of landscaping to wry low levels. In order to reduce the potential el rutting soils in the grassy park area; imgation should bc sropped one week before we perform OUT soil borings. If the soil is wet, ru'Is may be up to 24 inches deep Wc also plm to stay on the sidewalk area as much BS possible to reduce the potential of rutting. We will cut 1hc sod, rcmove it, and preserve the removed piece in the actual ma we will be drilling. Sheets of plastic or plywood will bc laid down around the auger to collcct soil cuttings so as not to kill the grass in the wea of our boring. To access the boring our on the terrace, wc will have to remove a section of t5c wood fence. After completion or our work at the sire, boreholes will be backfilled with the soil cutrings. Excess soil cmings will be removcc! from the park ares and spread out in thc areas containing natural vegebtio:1 outside thc wuoden fence or within the desilting basin. Thc sod that M';IS removed will be put back into place and rails ren~oved from the fence will be nailed back into place. We will r.otify you when our field work is conlplcted so that you may contzct the hornc ow~~ers urnciation and t~cy can then rzsurne irrigahn at their conveniencc. C:\rrlydacurlcip? 147arcm.doc Copyrighl 1997 Kleinhidcr, Inc.. 5 I-Y1'7-147 TOTAL P. 8;