C18-91AGREEMENT FOR PROFESSIONAL SERVICES BY INDEPENDENT CONTRACTOR
THIS AGREEMENT FOR PROFESSIONAL SERVICES BY INDEPENDENT
CONTRACTOR is made and effective as of the 4th day of December, 2018, by and between the
CITY OF BEAUMONT ("CITY") whose address is 550 E. 6th Street, Beaumont, California 92223
and Tetra Tech, Inc., a Delaware corporation whose address is 160 East Via Verde, Suite 240, San
Dimas, CA 91773 ("CONTRACTOR").
RECITALS
This Agreement is entered into on the basis of the following facts, understandings and
intentions of the parties to this Agreement:
A. CITY desires to engage CONTRACTOR to provide design and geotechnical
services for the Seneca Springs Lift Station Project; and
B. CONTRACTOR has made a proposal ("Proposal") to the CITY to provide such
professional services, which Proposal is attached hereto as Exhibit "A" and made a
part hereof by this reference; and
C. CONTRACTOR agrees to provide such services pursuant to, and in accordance
with, the terms and conditions of this Agreement, and represents and warrants to CITY that
CONTRACTOR possesses the necessary skills, licenses, certifications, qualifications, personnel
and equipment to provide such services.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing Recitals and mutual covenants
contained herein, CITY and CONTRACTOR agree as follows:
1. Term of Agreement. This Agreement is effective as of the date first above written
and shall continue until terminated as provided for herein. Notwithstanding anything in this
Agreement to the contrary, this Agreement shall automatically terminate after one (1) year unless
extended by the parties with the approval of the City Council of the CITY.
2. Services to be Performed. CONTRACTOR agrees to provide the services
("Services") as follows: Provide Geotechnical report, Structural, civil, and mechanical design, bid
document to include plans and specifications along with an engineer's estimate as provided in the
Proposal. All Services shall be performed in the manner and according to the timeframe set forth
in the Proposal. CONTRACTOR designates Chris Bartleman as CONTRACTOR'S professional
responsible for overseeing the Services provided by CONTRACTOR.
3. Associates and Subcontractors. CONTRACTOR may, at CONTRACTOR's sole
cost and expense, employ such competent and qualified independent associates, subcontractors
and consultants as CONTRACTOR deems necessary to perform the Services; provided, however,
that CONTRACTOR shall not subcontract any of the Services without the written consent of
Page 1 of 10
CITYA. Compensation.
4.01 CONTRACTOR shall be paid at the rates set forth in the Proposal and shall
not increase any rate without the prior written consent of the CITY. Notwithstanding
anything in this Agreement to the contrary, total fees and charges paid by CITY to
CONTRACTOR for the completion of the Services under this Agreement shall not exceed
Forty Three Thousand, Seven hundred Ninety Three Dollars ($43,793.00).
4.02 CONTRACTOR shall not be compensated for any Services rendered nor
reimbursed for any expenses incurred in excess of those authorized unless approved in
advance by the CITY, in writing.
4.03 CONTRACTOR shall submit to CITY, on or before the fifteenth (15th) of
each month, itemized invoices for the Services rendered in the previous month. The CITY
shall not be obligated to pay any invoice that is submitted more than sixty (60) days after
the due date of such invoice. CITY shall have the right to review and audit all invoices
prior to or after payment to CONTRACTOR. This review and audit may include, but not
be limited to CITY'S:
a. Determination that any hourly fee charged is consistent with this
Agreement's approved hourly rate schedule;
b. Determination that the multiplication of the hours billed times the
approved rate schedule dollars is correct;
C. Determination that each item charged is the usual, customary, and
reasonable charge for the particular item. If CITY determines an item charged is
greater than usual, customary, or reasonable, or is duplicative, ambiguous,
excessive, or inappropriate, CITY shall either return the bill to CONTRACTOR
with a request for explanation or adjust the payment accordingly, and give notice
to CONTRACTOR of the adjustment.
4.04 If the work is satisfactorily completed, CITY shall pay such invoice within
thirty (30) days of its receipt. Should CITY dispute any portion of any invoice, CITY shall
pay the undisputed portion within the time stated above, and at the same time advise
CONTRACTOR in writing of the disputed portion.
5. Obligations of CONTRACTOR.
5.01 CONTRACTOR agrees to perform all Services in accordance with the
terms and conditions of this Agreement and the Proposal. In the event that the terms of the
Proposal shall conflict with the terms of this Agreement, or contain additional terms other
than the Services to be rendered and the price for the Services, the terms of this Agreement
shall govern and said additional or conflicting terms shall be of no force or effect.
5.02 Except as otherwise agreed by the parties, CONTRACTOR will supply all
personnel, materials and equipment required to perform the Services. CONTRACTOR
shall provide its own offices, telephones, vehicles and computers and set its own work
K
hours. CONTRACTOR will determine the method, details, and means of performing the
Services under this Agreement.
5.03 CONTRACTOR shall keep CITY informed as to the progress of the
Services by means of regular and frequent consultations. Additionally, when requested by
CITY, CONTRACTOR shall prepare written status reports.
5.04 CONTRACTOR is responsible for paying, when due, all income and other
taxes, fees and withholding, including withholding state and federal taxes, social security,
unemployment and worker's compensation, incurred as a result of the compensation paid
under this Agreement. CONTRACTOR agrees to indemnify, defend and hold harmless
CITY for any claims, costs, losses, fees, penalties, interest, or damages suffered by CITY
resulting from CONTRACTOR's failure to comply with this provision.
5.05 In the event CONTRACTOR is required to prepare plans, drawings,
specifications and/or estimates, the same shall be furnished in conformance with local, state
and federal laws, rules and regulations.
5.06 CONTRACTOR represents that it possesses all required licenses necessary
or applicable to the performance of Services under this Agreement and the Proposal and
shall obtain and keep in full force and effect all permits and approvals required to perform
the Services herein. In the event CITY is required to obtain an approval or permit from
another governmental entity, CONTRACTOR shall provide all necessary supporting
documents to be filed with such entity.
5.07 CONTRACTOR shall be solely responsible for obtaining Employment
Eligibility Verification information from CONTRACTOR's employees, in compliance
with the Immigration Reform and Control Act of 1986, Pub. L. 99-603 (8 U.S.C. 1324a),
and shall ensure that CONTRACTOR's employees are eligible to work in the United
States.
5.08 In the event that CONTRACTOR employs, contracts with, or otherwise
utilizes any CalPers retirees in completing any of the Services performed hereunder, such
instances shall be disclosed in advance to the CITY and shall be subject to the' CITY's
advance written approval.
5.09 Drug-free Workplace Certification. By signing this Agreement, the
CONTRACTOR hereby certifies under penalty of perjury under the laws of the State of
California that the CONTRACTOR will comply with the requirements of the Drug -Free
Workplace Act of 1990 (Government Code, Section 8350 et seq.) and will provide a drug-
free workplace.
5.10 CONTRACTOR shall comply with all applicable local, state and federal
laws, rules, regulations, entitlements and/or permits applicable to, or governing the
Services authorized hereunder.
6. Insurance. CONTRACTOR hereby agrees to be solely responsible for the health
and safety of its employees and agents in performing the Services under this Agreement and shall
3
comply with all laws applicable to worker safety including but not limited to Cal -OSHA.
Therefore, throughout the duration of this Agreement, CONTRACTOR hereby covenants and
agrees to maintain insurance in conformance with the requirements set forth below. If existing
coverage does not meet the requirements set forth herein, CONTRACTOR agrees to amend,
supplement or endorse the existing coverage to do so. CONTRACTOR shall provide the following
types and amounts of insurance:
6.01 Commercial general liability insurance in an amount of not less than
$1,000,000 per occurrence and $2,000,000 in the aggregate; CONTRACTOR agrees to
have its insurer endorse the general liability coverage required herein to include as
additional insured's CITY, its officials, employees and agents. CONTRACTOR also
agrees to require all contractors and subcontractors to provide the same coverage required
under this Section 6.
6.02 Business Auto Coverage in an amount no less than $1 million per accident.
If CONTRACTOR or CONTRACTOR's employees will use personal autos in
performance of the Services hereunder, CONTRACTOR shall provide evidence of
personal auto liability coverage for each such person.
6.03 Workers' Compensation coverage for any of CONTRACTOR's employees
that will be providing any Services hereunder. CONTRACTOR will have a state -approved
policy form providing statutory benefits as required by California law. The provisions of
any workers' compensation will not limit the obligations of CONTRACTOR under this
Agreement. CONTRACTOR expressly agrees not to use any statutory immunity defenses
under such laws with respect to CITY, its employees, officials and agents.
6.04 Optional Insurance Coverage. Choose and check one: Required _X_ /Not
Required _; Errors and omissions insurance in a minimum amount of $2 million per
occurrence to cover any negligent acts or omissions committed by CONTRACTOR, its
employees and/or agents in the performance of any Services for CITY.
7. General Conditions rertainin i to Insurance Coverage
7.01 No liability insurance coverage provided shall prohibit CONTRACTOR
from waiving the right of subrogation prior to a loss. CONTRACTOR waives all rights of
subrogation against CITY regardless of the applicability of insurance proceeds and shall
require all contractors and subcontractors to do likewise.
7.02. Prior to beginning the Services under this Agreement, CONTRACTOR shall
furnish CITY with certificates of insurance, endorsements, and upon request, complete
copies of all policies, including complete copies of all endorsements. All copies of policies
and endorsements shall show the signature of a person authorized by that insurer to bind
coverage on its behalf.
7.03. All required policies shall be issued by a highly rated insurer with a minimum
A.M. Best rating of "A:VII"). The insurer(s) shall be admitted and licensed to do business
in California. The certificates of insurance hereunder shall state that coverage shall not be
suspended, voided, canceled by either party, or reduced in coverage or in limits, except
4
after thirty (30) days' prior written notice has been given to CITY.
7.04 Self-insurance does not comply with these insurance specifications.
CONTRACTOR acknowledges and agrees that that all insurance coverage required to be
provided by CONTRACTOR or any subcontractor, shall apply first and on a primary, non-
contributing basis in relation to any other insurance, indemnity or self-insurance available
to CITY.
7.05 All coverage types and limits required are subject to approval, modification
and additional requirements by CITY, as the need arises. CONTRACTOR shall not make
any reductions in scope of coverage (e.g. elimination of contractual liability or reduction
of discovery period) that may affect CITY's protection without CITY's prior written
consent.
7.06 CONTRACTOR agrees to provide immediate notice to CITY of any claim
or loss against CONTRACTOR or arising out of the Services performed under this
Agreement. CITY assumes no obligation or liability by such notice, but has the right (but
not the duty) to monitor the handling of any such claim or claims if they are likely to
involve CITY.
8. Indemnification.
8.01 CONTRACTOR and CITY agree that CITY, its employees, agents and
officials should, to the extent permitted by law, be fully protected from any loss, injury,
damage, claim, lawsuit, cost, expense, attorneys' fees, litigation costs, defense costs, court
costs or any other costs arising out of or in any way related to the negligent performance
of this Agreement by CONTRACTOR or any subcontractor or agent of either.
Accordingly, the provisions of this indemnity are intended by the parties to be interpreted
and construed to provide the fullest protection possible under the law to CITY.
CONTRACTOR acknowledges that CITY would not enter into this Agreement in the
absence of the commitment of CONTRACTOR to indemnify and protect CITY as set forth
herein.
a. To the fullest extent permitted by law, CONTRACTOR shall
defend, indemnify and hold harmless CITY, its employees, agents and officials,
from any liability, claims, suits, actions, arbitration proceedings, administrative
proceedings, regulatory proceedings, losses, expenses, damages or costs of any
kind, , actual attorneys' fees incurred by CITY, court costs, interest, defense costs,
including expert witness fees and any other costs or expenses of any kind
whatsoever without restriction or limitation incurred in relation to, as a
consequence of or arising out of or in any way attributable actually, allegedly or
impliedly, in whole or in part to the negligent performance of this Agreement.
CONTRACTOR's obligation to defend, indemnify and hold harmless shall include
any and all claims, suits and proceedings in which CONTRACTOR (and/or
CONTRACTOR's agents and/or employees) is alleged to be an employee of CITY.
All obligations under this provision are to be paid by CONTRACTOR as they are
incurred by CITY.
5
b. Without affecting the rights of CITY under any provision of this
Agreement or this Section, CONTRACTOR shall not be required to indemnify and
hold harmless CITY as set forth above for liability attributable solely to the fault of
CITY, provided such fault is determined by agreement between the parties or the
findings of a court of competent jurisdiction. The foregoing provisions of this
Section 8 are intended to be and shall be interpreted in a manner that is consistent
with California Civil Code Section 2782 and 2782.8 and shall apply only to claims
that arise out of, pertain to, or relate to the negligent, reckless, or willful misconduct
on Contractor.
9. Additional Services, Chan, -,es and Deletions.
9.01 In the event CONTRACTOR performs additional or different services than
those described herein without the prior written approval of the City Manager and/or City
Council of CITY, CONTRACTOR shall not be compensated for such services.
CONTRACTOR expressly waives any right to be compensated for services and materials
not covered by the scope of this Agreement or authorized by the CITY in writing.
9.02 CONTRACTOR shall promptly advise the City Manager and Finance
Director of CITY as soon as reasonably practicable upon gaining knowledge of a condition,
event or accumulation of events which may affect the scope and/or cost of Services. All
proposed changes, modifications, deletions and/or requests for additional services shall be
reduced to writing for review and approval by the CITY and/or City Council.
10. Termination of A,-, reement.
10.01 Notwithstanding any other provision of this Agreement, CITY, at its sole
option, may terminate this Agreement with or without cause, or for no cause, at any time
by giving twenty (20) days' written notice to CONTRACTOR.
10.02 In the event of termination, the payment of monies due CONTRACTOR for
undisputed Services performed prior to the effective date of such termination shall be paid
within thirty (30) business days after receipt of an invoice as provided in this Agreement.
Immediately upon termination, CONTRACTOR agrees to promptly provide and deliver to
CITY all original documents, reports, studies, plans, specifications and the like which are
in the possession or control of CONTRACTOR and pertain to CITY.
11. Status of CONTRACTOR.
11.01 CONTRACTOR shall perform the Services in CONTRACTOR's own way
as an independent contractor, and in pursuit of CONTRACTOR's independent calling, and
not as an employee of CITY. However, CONTRACTOR shall regularly confer with
CITY's City Manager as provided for in this Agreement.
11.02 CONTRACTOR agrees that it is not entitled to the rights and benefits
afforded to CITY's employees, including disability or unemployment insurance, workers'
compensation, retirement, CalPers, medical insurance, sick leave, or any other employment
benefit. CONTRACTOR is responsible for providing, at its own expense, disability,
2
unemployment, workers' compensation and other insurance, training, permits, and licenses
for itself and its employees and subcontractors.
11.03 CONTRACTOR hereby specifically represents and warrants to CITY that
it possesses the qualifications and skills necessary to perform the Services under this
Agreement in a competent, professional manner, without the advice or direction of CITY
and that the Services to be rendered pursuant to this Agreement shall be performed in
accordance with the standards customarily applicable to an experienced and competent
professional rendering the same or similar services in the same geographic area where the
CITY is located. Further, CONTRACTOR represents and warrants that the individual
signing this Agreement on behalf of CONTRACTOR has the full authority to bind
CONTRACTOR to this Agreement.
12. Ownership of Documents: Audit.
12.01 All draft and final reports, plans, drawings, studies, maps, photographs,
specifications, data, notes, manuals, warranties and all other documents of any kind or
nature prepared, developed or obtained by CONTRACTOR in connection with the
performance of Services performed for the CITY shall become the sole property of CITY,
and CONTRACTOR shall promptly deliver all such materials to CITY upon request. At
the CITY's sole discretion, CONTRACTOR may be permitted to retain original
documents, and furnish reproductions to CITY upon request, at no cost to CITY.
12.02 Subject to applicable federal and state laws, rules and regulations, CITY
shall hold all intellectual property rights to any materials developed pursuant to this
Agreement. CONTRACTOR shall not such use data or documents for purposes other than
the performance of this Agreement, nor shall CONTRACTOR release, reproduce,
distribute, publish, adapt for future use or any other purposes, or otherwise use, any data
or other materials first produced in the performance of this Agreement, nor authorize others
to do so, without the prior written consent of CITY.
12.03 CONTRACTOR shall retain and maintain, for a period not less than four
years following termination of this Agreement, all time records, accounting records and
vouchers and all other records with respect to all matters concerning Services performed,
compensation paid and expenses reimbursed. At any time during normal business hours
and as often as CITY may deem necessary, CONTRACTOR shall make available to
CITY's agents for examination all of such records and shall permit CITY's agents to audit,
examine and reproduce such records.
13. Miscellaneous Provisions.
13.01 This Agreement, which includes all attached exhibits, supersedes any and
all previous agreements, either oral or written, between the parties hereto with respect to
the rendering of Services by CONTRACTOR for CITY and contains all of the covenants
and agreements between the parties with respect to the rendering of such Services in any
manner whatsoever. Any modification of this Agreement will be effective only if it is in
writing signed by both parties.
7
13.02 CONTRACTOR shall not assign or otherwise transfer any rights or interest
in this Agreement without the prior written consent of CITY. Unless specifically stated to
the contrary in any written consent to an assignment, no assignment will release or
discharge the assignor from any duty or responsibility under this Agreement.
13.03 CONTRACTOR shall timely file FPPC Form 700 Conflict of Interest
Statements with CITY if required by California law and/or the CITY's conflict of interest
policy.
13.04 If any legal action or proceeding, including an action for declaratory relief,
is brought to enforce or interpret the provisions of this Agreement, the prevailing party will
be entitled to reasonable attorneys' fees and costs, in addition to any other relief to which
that party may be entitled.
13.05 This Agreement is made, entered into and shall be performed in the County
of Riverside in the State of California and shall in all respects be interpreted, enforced and
governed under the laws of the State of California.
13.06 CONTRACTOR covenants that neither it nor any officer or principal of its
firm has any interest, nor shall they acquire any interest, either directly or indirectly, which
will conflict in any manner or degree with the performance of their Services hereunder.
CONTRACTOR further covenants that in the performance of this Agreement, no person
having such interest shall be employed by it as an officer, employee, agent, or
subcontractor.
13.07 CONTRACTOR has read and is aware of the provisions of Section 1090 et
seq. and Section 87100 et seq. of the Government Code relating to conflicts of interest of
public officers and employees. CONTRACTOR agrees that they are unaware of any
financial or economic interest of any public officer or employee of the CITY relating to
this Agreement. It is further understood and agreed that if such a financial interest does
exist at the inception of this Agreement, the CITY may immediately terminate this
Agreement by giving notice thereof. CONTRACTOR shall comply with the requirements
of Government Code section 87100 et seq. and section 1090 in the performance of and
during the term of this Agreement.
13.08 Improper Consideration. CONTRACTOR shall not offer (either directly or
through an intermediary) any improper consideration such as, but not limited to, cash,
discounts, services, the provision of travel or entertainment, or any items of value to any
officer, employee or agent of the CITY in an attempt to secure favorable treatment
regarding this Agreement or any contract awarded by CITY. The CITY, by notice, may
immediately terminate this Agreement if it determines that any improper consideration as
described in the preceding sentence was offered to any officer, employee or agent of the
CITY with respect to the proposal and award process of this Agreement or any CITY
contract. This prohibition shall apply to any amendment, extension or evaluation process
once this Agreement or any CITY contract has been awarded. CONTRACTOR shall
immediately report any attempt by any CITY officer, employee or agent to solicit (either
directly or through an intermediary) improper consideration from CONTRACTOR.
8
IN WITNESS WHEREOF, the parties hereby have made and executed this Agreement to
be effective as of the day and year first above -written.
CITY:
CITI
0
E
CONTRACTOR:
7—VTFA
7 h.l L
By:
Print Name: klg6
Title: Vjy rs /ISG 1T
EXHIBIT "A"
PROPOSAL
July 17, 2018
Mr. Chris Sorensen
City of Beaumont
550 E. 6th Street
Beaumont, CA 92223
Reference: Seneca Springs Lift Station
Dear Mr. Sorensen:
Understanding and Approach
The City is experiencing what appears to be settlement problems with the Seneca Springs Sewer Lift Station.
Settlement appears to be a few inches and this is creating problems with piping. The City would like to identify
the cause of the problem, identify a recommendation for repair, and then obtain construction bids to
implement the repair.
From our preliminary desktop evaluation, it appears that the concrete slab is settling but the wet well and
large diameter piping are not. We imagine that the wet well construction included removal and replacement
of the adjacent soils and that the replacement soil was not correctly compacted. The Contractor may have
not adequately compacted the entire 33' of soil.
We will conduct a site visit and look more thoroughly through the data and interview City staff to confirm
the above. We have assumed the above as the basis for this proposal.
We expect to evaluate two alternatives. The first alternative would be a traditional removal of the concrete
slab, overex and recompact the soils, and reconstruct the slab. If the lift station cannot be completely taken
out of service, the slab could be cut and the process completed in two phases. There are a couple of
considerations for this method. One is that if compaction is poor deeper down, it may not be practical to
overex very deep. In that case, the slab would be prone to settle after reconstruction. One fix would be to
add structural strength that attaches the slab to the wet well and cantilevers off of the wet well. That fix
would make the slab less dependent on the underlying soils.
The second alternative, which would require further investigation, would be to pressure grout under the slab
and lift it back into place. Due to the size of the slab, controls would need to be identified in order to ensure
that the raising of the slab can be controlled so that the entire slab is raised in unison.
Project Team and Experience
Our team specializes in engineering for public wastewater/water systems. Experience includes planning,
engineering, and construction assistance for distribution conveyance/system components including lift
160 E. Via Verde, Suite 240, San Dimas, CA 91773-5121
Tel 909.30S.2930 tetratech.com
stations. We have included abbreviated resumes for each team member which highlights some relative
projects. We would be happy to expand on our team members experience at the request of the City.
PROJECT TEAM CHARY
Awa T
TETRA TECH
PR0IECT MANAGER
Ken Berard, PE
Scope
1. Project Management. Manage and coordinate project including budget, schedule, subconsultants,
invoicing, etc.
2. Geotechnical Report - Using the RFP and as -built plans, our subconsultant, Leighton Consulting, proposes
forensic geotechnical subsurface exploration to support a geotechnical/structural design -fix intended to
stabilize this lift station. The proposed work will include drilling borings at this lift station site, performing
geotechnical laboratory testing and prepare a Geotechnical -Distress Subsurface Exploration report to design
a fix for this lift station. The geotechnical -distress exploration scope is described in more detail as follows:
Mobilization Preparation and Coordination: Leighton Consulting, Inc. will mark out proposed borings
locations, coordinate access with City of Beaumont staff and notify Underground Service Alert (USA) at
least 48 -hours prior to drilling, to locate and avoid known underground utilities and easements. We will
also review our in-house reports for this area and any relevant published geologic reports/maps (USGS,
CGS, Riverside County, etc.). We will also request that the City provide all available geotechnical reports
for this site, for our review.
• Private Utility Locator: As noted above, we will contact Underground Service Alert (USA) prior to
beginning fieldwork so that registered public utilities in the area of our proposed borings will be marked.
However, due to the close proximity of existing buried sewer and other pipes (and other substructures),
we will also subcontract a private utility locator to help reduce risk of damaging underground utilities
during subsurface exploration. Our primary goal is to "do no harm."
• Exploratory Borings: Leighton will drill, log and sample two large -diameter borings within accessible
asphalt pavement (not concrete) areas of this lift station site. Our borings will be drilled to a maximum
50 feet below existing ground surface or practical auger refusal on dense/coarse alluvium. Leighton
Consulting, Inc.'s field staff will log borings from the surface and downhole (if the subsurface conditions
TETRA TECH
allow downhole logging safely). Driven "California" ring -lined samples and bulk soil samples will be
collected. Soil samples will be transported to our in-house geotechnical laboratory for testing. Borings
will be backfilled with excavated soil cuttings from drilling and pavement will be patched at the surface
with quick -setting concrete, if needed.
• Geotechnical Laboratory Testing: Geotechnical laboratory tests will be performed on selected,
representative soil samples to determine pertinent engineering properties. Tests may include in-situ
moisture/density, sieve analysis, modified Proctor compaction curves and consolidation tests. As an
option (Option 1), site soils can be tested with a soil corrosivity suite (sulfate content, chloride, pH, and
resistivity).
• Geotechnical Analyses and Report: Geotechnical data analyses will consist of review of existing in-house
data and analyses of collected subsurface and geotechnical laboratory data by our California licensed
Geotechnical Engineer (GE). Leighton Consulting, Inc. will prepare a report summarizing field and
laboratory findings and conclusions of this exploration and provide geotechnical recommendations. This
report will be signed and stamped by a GE.
3. Site Visit & Kick-off Meeting. Visit the site and attend kick-off meeting with the City either at the City
offices or at the site.
4. Technical Memo. Evaluate traditional remove and replace vs. pressure grout repair. Provide technical
memo summarizing the evaluation and recommendation. Technical memo is anticipated to be 2 to 3
pages long. Submit draft, make revisions if needed after City review, and finalize.
5. Construction Documents. Traditional remove and replace is assumed. Pressure grouting option may be
less. Includes structural calculations. Piping is assumed to be removed and then replace with existing
piping. Anticipate structural design of slab to include cantilever support from the wet well.
6. Cost Estimates & Submittals. A complete draft of the construction documents and -cost estimates will be -
made. After City comments, the documents will be revised and the final bid set will be submitted.
Schedule
We will complete a draft technical memo with recommendations in about 2 weeks from the site visit/kick-
off meeting. Draft construction documents will take about 4 weeks from acceptance of the technical memo
and the final construction documents will take 1 to 2 weeks from receipt of City comment on the draft.
Budget
We propose a time and materials budget with a not -to -exceed fee of $44,000. We anticipate that if a pressure
grout repair method is utilized, we may not reach the fee cap. Please contact me any time to discuss this
proposal at (909) 305-2939.
Sincerely,
X7�t� AAt_v�
Ken Berard, P.E.
Senior Project Manager
KB:mr
Attachment(s)
M:Marketing/Proposals/WTRS/FY201818eaumont SenecoSpringsLiftStotion
TETRA TECH
�tQ Price Proposal
La or Pian
Price Summary Totals
Task PricirrP Tctalsl
43 793
6Resource_
Seneca Springs Lift Station
Specify A M Fees on Setup
0
Technolo Use Fee
Total Price
43,793
"°t a°n
u.m o: Eit V of 5 eau mon
_
-
-
Pricing by Resource
9
Contract Type: T&M
r
s Total
;
Task Pricing
Schedule a a LaborHrs
m19
5 ,6 ,�
i
e g
wtal><. Labor Travel Mads &Equip DDC:
Total
Project Phases /Tasks Fmm
Thry mnntna 3 0 3 167
23,Eaa 19..J45
''1 R ct mt
e
6
2
]sim
1.650
Geet4ehnlul R rt
19,795
19,795
3 Sit, 111s1t & KkkoH
B
4
4
1�87a - 110
1,938
I Ev41u813on& R4wrrtmendetlon
_ _ _ _ 13
2
_4 2 4
1
1.969 _
Ir969
Technical Memo
Is
3 4
1
1,959
]969
4 construction Dmum4nts
127
6
27 11 31
49
3
1fi,859 -
16,as9
Ulctdatlom
B
_
-
-
L]Oa _
;loo
Dwp
91
3
33 7 >9
11,456 -
� -
It...
1t%
.<er Sbeet
GencralNntes _ 9
IY_mo5lion plan 1
Pining Vlan&Section
rvc rai Gnmal N9tc
ural Slab %ana pelaila
6peclficedons
L
3
1 a
s
Y 2 6
s
2
3
a
_
3,899
-
4a
3,899
E,u City Frani F.nB Balk, PlateH 1 B
02D60 Nemwal of fshx rn�iliues
raj.Tn,I.-.B
o13m Ear[hvnv4.
O Yi10 Ganaral Cnrc,ete Conztturtlon
ISCostEstimat &SUbMIMI
SS
1
S. 1 3
1,582
1.02
vla6
167 1
is
I a M
=3-x1,9 f9,i+Y !IJ
g79g'
Tetra Tech -Confidential and Proprietary Page 1 of 1 Printed 71172018
TETRATECH
Kenneth R. Berard, P.E.
Senior Project Manager
Mr. Berard has extensive experience in many facets of water/wastewater
engineering. Mr. Berard has performed numerous studies ranging from complete
water master plans to efficiency studies. His design experience includes
preparing bid documents for sewers, reservoirs, pump stations, wells, pipelines,
chlorination facilities, and pressure reducing facilities. Mr. Berard also has
extensive experience in hydraulic modeling. He has used and is familiar with
more than six software packages in addition to open channel flow software.
Rounding out Mr. Berard's experience is work he has done in inspection,
construction administration, shop drawing review, and plan checking.
EXPERIENCE
East End Avenue Storm Water Lift Station, Alameda Corridor East,
Pomona, CA. Prepared plans, specifications, and cost estimate for a 14 cfs
storm water lift station in the City of Pomona. Four submersible pumps were
located in a 20 -foot deep vault and were used to pump water from the sump
created by a grade separation project.
Building 980 Sewage Lift Station Engineering Study, Navy, Naval Air
Station Lemoore, CA. Project Manager for study of 45 -year-old two-story 2
mgd sewage lift station. Study focused on structural integrity and included field
investigations such as concrete cores, soils analyses, and exploratory trenching.
Civil, mechanical, electrical, and structural systems were evaluated and
improvement recommendations made.
Project Role:
Project Manager
Education:
B.S., Civil Engineering,
California State Polytechnic
University, Pomona, 1986
Reg istrationslCertificati ons:
Professional Civil Engineer,
California, No. 45499, 1992
Professional Affiliations:
American Water Works
Association
Inland County Water
Association
Office:
San Dimas, CA
Years of Experience:
30
Years with Tetra Tech:
30
Reservoir St. Storm Water Lift Station, Alameda Corridor East, Fontana, CA. Project manager for the design
of a 43 CFS storm water lift station in the City of Pomona designed to pump water from the sump created by a grade
separation project. Four submersible pumps were located in a 50 -foot deep wet well. The discharge piping was
located in a vault. Design included piping, site work, electrical, and structural work.
Library Lift Station, City of Ontario, Ontario, CA. Project Manager for improvements to an existing lift station
located inside the basement of the City of Ontario Library. Two pumps were replaced with 100 gpm, 3 horsepower
pumps. Controls and discharge piping were also replaced. Replacing the discharge piping required coring through
the library wall.
H-633 Family Housing Wastewater Lift Station, Lemoore Naval Air Station, Lemoore, CA. Project Manager
for the design of an 800 gpm wastewater lift station. The design included flow projections, 40 -foot deep wet well
with two submersible pumps, emergency bypass, and a fiberglass enclosure for piping and controls.
Building 980 Sewage Lift Station Engineering Study, Navy, Naval Air Station Lemoore, CA. Project manager
for study of 45 -year-old two story 2 MGD sewage lift station. Study focused on structural integrity and included
field investigations such as concrete cores, soils analyses, and exploratory trenching. Civil, mechanical, electrical,
and structural systems were evaluated and improvement recommendations made.
Mission Springs Water District Comprehensive Wastewater Facilities Strategic Plan, Army Corps of
Engineers, Mission Springs, CA. Project Manager for a study that evaluated wastewater treatment strategies to
allow the District to treat anticipated future increases in flows. The recommended strategy involved demolition of
the 0.2 mgd Desert Crest Wastewater Treatment Plant, construction of a new 40.0 mgd regional wastewater
treatment plant, and sending the solids from the 2.3 mgd Horton Wastewater Treatment Plant to the new regional
wastewater treatment plant. In addition, the capacity of some key trunk lines was evaluated. The Strategic Plan
identified phasing for the improvements and the triggers of when to begin the design process for each of those
phases. The end result was a schedule that utilized flows to trigger the design, bidding, and construction of each of
the phases.
Page 1
TETRATECH Kenneth R. Berard, P.E.
Senior Project Manager
Sewer Rehabilitation/ Replacement, City of Compton, Compton, CA. Project Engineer for the design of over.
10,000 feet of 6- and 8 -inch sewer rehabilitation and over 4,000 feet of 8- and 15 -inch sewer replacement.
Trenchless Sewer System Repairs, City of Norwalk, Norwalk, CA. Project Manager for the design of the repair
for 12 sewer segments totaling 5,800 linear feet of 8 -inch pipe. Preliminary Design Report evaluated traditional cut
and cover replacement, pipe bursting, slip lining, cured -in-place pipe, cut and cover spot repairs, mechanical spot
repairs, and cured -in-place spot repairs. Design was completed for cured -in-place pipe, cut and cover spot repairs,
and mechanical spot repairs. Projects were located in areas varying from a highly congested State Highway to
residential easements with sheds, walls, and other superstructure encroaching the easements.
Santa Ana River Interceptor Relocation Project, Orange County Flood Control District, Santa Ana, CA.
Project Manager for preliminary and final design services for relocation of 19,500 linear feet segment of 54 -inch
trunk interceptor, 6,000 linear feet of 15- and 18 -inch sewer mains, flow metering station and the decommissioning
of the existing trunk interceptor segment. The project included the installation of two separate siphons below the
Santa Ana River using microtunneling construction method while complying with multiple environmental and
permitting constrains.
Archibald Trunk Relief Sewer, Inland Empire Utilities Agency, Ontario, CA. Project Engineer for 6,000 linear
feet of trunk sewer mains, ranging in size from 30- to 54 -inch in diameter, in the City of Ontario. The work included
several junction structures and extensive traffic. control, as well as permitting.
Sewer Master Plan, City of Monterey Park, Monterey Park, CA. Project Engineer for the sewer system master
plan. The sewer system was divided into eleven separate subsystems for computer modeling. The report
recommended over 10,000 feet of sewer for immediate replacement and an additional 3,000 feet of sewer was
projected to require upgrading by the year 2015.
City of Fontana, Fontana, CA. Design of two inverted sanitary sewer siphons for an existing industrial waste line.
City of Pico Rivera, Pico Rivera, CA. Design all of three phases of 5,000 feet of 12- to 18 -inch sewer pipe.
Chino 11 1010 & 1110 Pump Station and HVAC, Chino Basin Desalter Authority, Miraloma, CA. Project
Manager for the design and construction assistance for two pump stations that deliver the finished water from the
Chino II Desalter Plant. Two vertical turbine pumps, each with 450 hp motors and a capacity of 3,450 gpm were
added to the existing four 1110 pumps to increase capacity and reliability. A new 1010 pump station was added next
to the 1110 pump station which included two vertical turbine pumps with 350 hp motors and a capacity of 3,700
gpm each. Electrical equipment, including VFDs for all new pumps, was enclosed in a stand-alone structure. In
addition, two 12.5 ton A.C. units were constructed to help cool an existing electrical room that serves the existing
R.O. pumps. Although the existing electrical room included some A.C., it was inadequate on warm days. A.C. was
also provided for the new electrical equipment serving the 1010 and 1110 pump stations.
Central Water Integration Project (CWIP), San Antonio Water System, TX. Project Engineer. Project consists
of treatment facilities, conveyance pipelines, and improvements to existing pump stations and distribution facilities
to integrate a new 48.0 MGD potable water supply source into the utility's potable water distribution system. The
supply source for this project consisted of a $900 million P3 water supply project that will import groundwater from
a wellfield that is 140 miles from the City of San Antonio. The designed treatment facilities include pressurized
solution injection of carbon dioxide for pH adjustment, time storage and batch slaking, lime saturators (solids
contactors) for calcium remineralization, dual media pressure filters, a sodium hypochlorite on-site generation
system, fluoride storage and feed, backwash recovery, filtered solids and lime sludge gravity thickener, sludge
handling and dewatering using centrifuges, and associated polymer storage and feed systems.
Page 2
N TETRA TECH
Man Hong (Eric) Yuen, PE, SE
Structural Project Manager
Mr. Yuen has more than 11 years of experience in the design, analysis and detailing of
Education:
structural engineering. He is knowledgeable in reinforced concrete, masonry, structural
BS, Civil Engineering, California
steel and wood frame design, and construction for a variety of building and
State Polytechnic University,
Pomona, 2007
infrastructure projects including reservoirs, water/wastewater treatment facilities, as
well as seismic retrofit of existing structures.
Professional Engineer,
California, No. 75983, 2009
EXPERIENCE
Professional Structural
Burris Pump Station, Orange County Water District (OCWD), Anaheim, CA.
Engineer, California, No. 6177,
Design Engineer for the replacement of an existing pumping facility at the Burris Pump
2014
Station location. Mr. Yuen was involved in the comprehensive design of the 0.8 MG
Cal OES Safety Assessment
buried circular wet well. The new facility will allow OCWD to transfer up to 200 cubic
Program Evaluator Training
feet per second from the Santa Ana River, which will be utilized for groundwater
Professional Affiliations:
recharge to the Santiago Basins. Mr. Yuen also reviewed shop drawings and responded
American Institute of Steel
to RFIs during the ongoing construction phase of this project.
Construction
Office Location:
Plant 224 Pump Station, Surburban Water System, Whittier, CA. Served as the San Dimas, CA
Structural Design Engineer for the design of a 2,700 -square foot single story concrete
Total Years of Experience:block pump station building on continuous concrete footings in the City of Whittier.
(2007) 11
The pump station serves two new concrete reservoirs with a capacity of 2.4 MG and 4.7
MG, and will pump potable water to Suburban Water Systems customers. The masonry Years with tetra Tech:
building was designed with high parapet walls to satisfy several design criteria which (032007) 11
included the city's building architectural guidelines, shielding the roof mounted HVAC
equipment from view, and reducing noise from the roof mounted equipment. The building was designed with specially
reinforced shear walls based on seismic design category D. The building uses a flexible roof diaphragm comprised of 1 'Yz-
inch deep metal deck supported on wide flange roof joists that span approximately 34 feet. The masonry building was
designed for gravity loads due to roof dead and live loads, as well as lateral loading from a seismic event.
Milliken Pump Station, Chino Basin Desalter Authority, Ontario, CA. Structural Design Engineer for the design of a
building for a booster pump station with separate pump and electrical rooms. The building has concrete block walls and a
steel framed roof structure: Consideration was given to the appearance of the building so that it will complement the
existing well building and 2 9 MG prestressed concrete tanks which share the site with the Milliken Pump Station.
Santa Ana River Interceptor Relocation Project, Orange County Flood Control District, Santa Ana, CA. Structural
Design Engineer for preliminary and final design services for the relocation of a 19,500 linear feet segment of 54 -inch trunk
interceptor, 6,000 linear feet of 15- and 18 -inch sewer mains, flow metering station and the decommissioning of the
existing trunk interceptor segment. The project included the installation of two separate siphons below the Santa Ana River
using microtunneling construction method while complying with multiple environmental and permitting constrains.
Santa Monica Clean Beaches Initiative, City of Santa Monica, Santa Monica, CA. Structural Design Engineer.
Provided independent structural review and oversight in support of site improvements, a diversion structure, pretreatment,
underground storage reservoirs, and piping systems for this stormwater management project. The project objective is to
improve Santa Monica Beach water quality by increasing the diversion capacity at the Santa Monica Pier and Pico-Kenter
storm drain outfalls. The 85th percentile storm event volume would be treated and diverted from the Pier watershed to the
Santa Monica Urban Runoff Recycling Facility (SMURRF) or the sanitary sewer. The project proposes storm drain
diversion and runoff storage systems at two separate storm drain outfalls, routed to two subsurface storage areas. 1.6
million gallons will be stored at the historical Deauville Beach Club site and an additional 80,000 gallons will be stored at
the Pico-Kentor storm drain outfall.
Pyrite Canyon Treatment Facility, State of California, Department of Toxic Substances Control, Glen Avon, CA.
Structural Design Engineer. The existing Stringfellow Pretreatment Plant located in Glen Avon, California, was designed
and built in 1986 as an interim facility under the direction of the US Environmental Protection Agency to pre -treat extracted
contaminated groundwater prior to sewer discharge. The plant continues to be operational; however, it requires significant
expenditure of funds and effort to continuously repair and replace its aging components and to keep it operating within its
current permit limits. Because of the plant's age and more stringent effluent discharge requirement, the treatment plant will
be replaced by the new Pyrite Canyon Treatment Facility (PCTF). The plant is designed to treat approximately 120 gpm of
contaminated groundwater. In 2009, the California Department of Toxic Substances retained Tetra Tech for design and
construction services of the new PCTF. The scope of work for the five-year project included preparation of a basis of
Yuen, Page 1
N
TETRATECH Man Hong (Eric) Yuen, PE, SE
Structural Project Manager
design report, preliminary and final design plans and specifications, construction cost estimate, bidding services and
construction administration services.
Plant 224 Reservoirs and Pump Station, Suburban Water System, City of Whittier, CA. Design Engineer for the new
construction of two separate above ground concrete rectangular reservoirs and the replacement of an existing Pump Station
to accommodate the City's need for increased water storage capacity. Mr. Yuen was involved in the comprehensive design
of both reservoirs with water storage capacities of 4.69 MG and 2.37 MG, respectively during the design phase. Additional
tasks included reviewing shop drawings, responding to RFIs, and performing structural observation during the on-going
construction phase of this project.
Export Sludge Design -Build Project, South Orange County Water Authority (SOCWA), Laguna Niguel, CA.
Structural Design Engineer. Assisted with the design and provided the construction support for this design -build project.
This project consisted of three main structures: the sludge equalization tank, the pump station, and the electrical building.
The sludge equalization tank is a 40 -foot diameter, 26 -foot deep, conventionally reinforced cylindrical tank whose design
conforms to ACI 350. The pump station is an open concrete enclosure, surrounded on three sides by 4 -foot high concrete
walls. The electrical building is a masonry building with a steel framed roof.
Brackish Groundwater Desalination Reverse Osmosis Water Treatment Plant, San Antonio Water System (SAWS),
TX. Design Engineer. Assisted with the structural design, plans, and specifications for post treatment structures of SAWS'
brackish groundwater treatment plant. The structures designed by Tetra Tech as part of this project include a cast -in-place
reinforced concrete chlorine contact tank, chemical storage building and electrical room with masonry walls and steel
framed roof, finished water pump station, calcite contactors foundation and structural steel access platforms, steel flush tank
foundation, and carbon dioxide storage tank foundations. Foundation design of all structures incorporated geotechnical
recommendations to mitigate the effects of expansive native clayey soils.
Rancho Del Rey Wellhead Treatment Facility, Otay Water District, Chula Vista, CA. Structural Design Engineer for
the design of a 5,100 -square foot masonry building, with a steel truss framed roof, which houses a well head, RO treatment
facility, disinfection equipment, conventionally reinforced concrete clearwell pump station, control room, office and storage
area. The design of the building balances the functional water production requirements with the aesthetic, architectural
design of the exterior of the building, which was critical for compliance with local planning agency requirements
Design -Build of Wells 21 and 22 Desalter, Irvine Water District, Irvine, CA. Structural Design Engineer. This project
was a membrane water treatment plant that consisted of a buried rectangular concrete wet well, a concrete tilt -up process
building and numerous concrete mat foundations. Pascal & Ludwig was our Design -Build Partner and prime contractor on
the project.
Michelson Water Reclamation Plant, Phase II Improvements, Irvine Ranch Water District, Irvine, CA. Design
Engineer for the structural design and detailing of the expanded Primary Sedimentation Tank (PST). Assisted on reviewing
shop drawings, responding to RFI and providing structural observations during the construction phase. Tetra Tech, in
collaboration with HDR, designed the expansion of Michelson Water Reclamation Plant from a nominal existing now of 12
mgd to a peak flow of 33 mgd. The expansion of the plant facilities included intercepting the existing sewers pipes, new
headworks, expanded Primary Sedimentation Tank (PST), new primary effluent pump station, new aeration blower,
membrane bio -reactor (MBR), high rate clarifier (HRC), ultra violet (UV) disinfection, expanded effluent pump station and
various chemicals.
13th Street Underground Reservoir Structural Retrofit, City of Ontario, CA. Structural Design Engineer. The primary
objective of this project was to reduce the potential damages to the reservoirs in the aftermath of an earthquake that may
jeopardize public safety both within the local Upland neighborhood or the Ontario community they serve miles away.
In 2008, the City of Ontario had a Reservoir Seismic Vulnerability Evaluation Report (Seismic Report) performed by Tetra
Tech on all of its reservoirs to determine their ability to resist current seismic code loads. The Structural Evaluation of the
Report evaluated each of the seismic force resisting components of each of the reservoirs and provided seismic retrofit
recommendations for those found to be deficient. The retrofit recommendations for the 13th Street Reservoir is a cast -in-
place reinforced concrete overlay which is added to the walls, roof, and floor of each reservoir.
The Preliminary Engineering Design Phase included the necessary engineering services that confirmed the findings and
recommendations of the 2008 Seismic Report (or recommend another less time consuming, cost-effective alternative) and
resulted in the production of a Preliminary Design Report (PDR) and preliminary design drawings that were used as a basis
for the Final Design and ultimately the Final Construction Documents.
Yuen, Page 2
TETRATECH
Mr. Lee has over 10 years of experience in the development of conceptual
studies for domestic water and reclaimed water systems, as well as final design
for water distribution and transmission systems, sewer conveyance facilities, and
utility relocations.
EXPERIENCE
Whittier Sewer Master Plan, City of Whittier, CA. 2016. Performed
hydraulic modeling and completed the technical writing for a 2016 Sewer
Master Plan for the City of Whittier. Imported City's GIS data and created a
calibrated sewer model with H2OMAP (Innovyze). Analyzed model based on
pre -determined criteria, and provided improvement
recommendations. Formulated a prioritized Capital Improvement Project List.
Pyrite Canyon Treatment Facility, State of California, Department of Toxic
Substances Control, Glen Avon, CA. 2011.The existing Stringfellow
Pretreatment Plant located in Glen Avon, California, was designed and built in
1986 as an interim facility under the direction of the U.S. Environmental
Protection Agency to pre -treat extracted contaminated groundwater prior to
sewer discharge. The plant continues to be operational; however, it requires
significant expenditure of funds and effort to continuously repair and replace its
aging components and to keep it operating within its current permit limits. As a
result of the plant's age and more stringent effluent discharge requirement, the
treatment plant will be replaced by the new Pyrite Canyon Treatment Facility
(PCTF). The plant is designed to treat approximately 120 gpm of contaminated
groundwater. In 2009, the California Department of Toxic Substances retained
Tetra Tech for design and construction services of the new PCTF. Mr. Lee
served as a design engineer during construction to provide construction
administration services.
Adrian Lee, PE
Design Engineer
Education:
B.S., Civil Engineering,
University of California at Irvine,
2007
Reg istrations/Certification s:
Professional Civil Engineer,
California, 2011, No. 79032
Professional Affiliations:
American Society of Civil
Engineers
National Society of Professional
Engineers
Professional Engineers in
Private Practice
Water Environment Federation
American Water Works
Association
Office:
San Dimas, California
Years of Experience:
9
Years with Tetra Tech:
(08/2008) 9
Chino 11 1010 & 1110 Pump Station and HVAC, Chino Basin Desalter
Authority, Miraloma, CA. 2016. Design Engineer for the design and
construction assistance for two pump stations that deliver the finished water
from the Chino H Desalter Plant. Two vertical turbine pumps, each with 450 hp motors and a capacity of 3,450 gpm,
were added to the existing four 1110 pumps to increase capacity and reliability. A new 1010 pump station was
added next to the 1110 pump station which included two vertical turbine pumps with 350 hp motors and a capacity
of 3,700 gpm each. Electrical equipment, including VFDs for all new pumps, was enclosed in a stand-alone
structure. In addition, two 12.5 ton AC units were constructed to help cool an existing electrical room that serves the
existing RO pumps. Although the existing electrical room included some AC, it was inadequate on warm days. AC
was also provided for the new electrical equipment serving the 1010 and 1110 pump stations.
Milliken Pump Station, Chino Basin Desalter Authority, Ontario, CA. 2014. Design Engineer for the design and
construction for a 2,800 gpm firm capacity booster pump station with three 125 hp vertical turbine pumps including
one standby pump. A concrete block masonry unit building houses the pumps and includes a separate room for the
electrical equipment. Roof hatches provide access to the pumps. The SCADA and controls were tied into and
utilized existing equipment on site for two wells and two reservoirs. Tetra Tech responsibilities included a Caltrans
encroachment permit and several other permits, conceptual design, construction observation, and construction
administration.
Central Water Integration Pipeline Project, San Antonia Water System, San Antonio, TX. Ongoing. Design
Engineer. Tetra Tech, in collaboration with Kiewit Infrastructure South (Kiewit), was selected by the San Antonio
Water System (SAWS) to design and construct the Central Water Integration Pipeline Project. Key project elements
include a 47 mgd treatment plant to mitigate water quality blending issues associated with the introduction of this
Adrian, Page 1
TETRATECH Adrian Lee, PE
Design Engineer
new water supply (the treatment plant includes lime and carbon dioxide addition, pressure filtration, disinfection,
and solids handling). The treated water will be conveyed through several miles of pipeline. Mr. Lee is working on
the following pipeline segments:
• Pipeline Segment 5-1: Construct approximately 10,500 (LF) of 54 -inch pipeline (steel) from Terminus to
Voigt Drive — approximately 9,500 LF of this will be trenchless construction
• Pipeline Segment 5-2: Construct approximately 4,000 LF of 36 -inch pipeline (ductile iron) from Terminus
to Knight's Cross Drive
• Pipeline Segment 5-3: Construct approximately 1,800 LF of 48 -inch pipeline (steel) from Aspen Wells to
Bitters Pump Station
• Pipeline Segment 5-4: Construct approximately 3,700 LF of 24 -inch pipeline (HDPE) from Mertz Drive to
Basin Pump Station
The project also includes the construction of 10 MG and 5 MG storage tanks, new pump stations, and the
replacement and/or rehabilitation of storage tanks and electrical systems.
Suburban Water Systems, Plant 224 Facility Improvements, Whittier, CA. 2014. Design Engineer for the
design and construction assistance for the plant improvements. A conceptual plan was developed to construct a
13,000 gpm pump station and as much potable water storage as practical at Suburban Water System's 224 Plant.
The concept required close coordination with the City of Whittier in order to obtain DRA, CUP, and Building
Department permits. A detailed report was developed and presented to the Public Utility Commission in order to
justify the project and obtain funding.
Two conventionally reinforced partially buried reservoirs store 2.4 MG and 4.7 MG of potable water. In order to
meet the City of Whittier's development requirements, an Art Deco architectural style was adopted which included a
30 -foot high fagade in the front of the site and architectural pilasters and cornices on the exposed reservoir and pump
station walls. The fagade includes a 5.5 -foot diameter clock and bronzed letters identifying the owner. The
architectural theme is compatible with a historical pump station building at an adjacent site.
The site work includes a bioswale and retention basin to handle storm water flows. A.C. pavement is limited and
gravel/landscaping maximized in order to minimize storm water run-off, maximize aquifer recharge, and enhance
the storm water quality run-off.
Construction was phased into three parts to match available funding. The first phase included much of the site
earthwork and perimeter fencing and Tetra Tech provided the final design, special inspection, and construction
assistance. The second phase included piping and the pump station. Tetra Tech provided HVAC, structural, and
architectural design while Suburban led the phase and provided the remaining design. Tetra Tech also provided
special inspection and construction support services. The third phase included both reservoirs, the architectural
fagade, and final site work. Tetra Tech led this effort while Suburban provided electrical and controls design. Tetra
Tech also provided comprehensive construction management services.
Plant 408 Reservoirs, Suburban Water Systems, La Mirada CA. Ongoing. Design Engineer for this multi -
phased project to replace a 7.8 MG steel hopper bottom tank with three circular steel tanks and a pump station.
Provided a condition assessment of the existing facilities and a conceptual design report for the replacement of the
reservoir. The report evaluated various concrete and steel tank options as well as a geotechnical evaluation to
stabilize a 2:1 slope and were used to obtain approval from the PUC.
The project design and construction was divided into 4 phases. Tetra Tech and Suburban Engineering collaborated
to provide a jointly engineered project. Demolition involved wastes such as AC pipe, lead paint, oil impregnated
soils, and asbestos. Rough grading of the site required about 60,000 CY of earthwork and construction of over 1000'
of retaining walls. The walls surrounding the site retained from 10' to 18' with slopes used to reduce wall heights.
The majority of wall utilized piles and tie -back construction while smaller portions utilized pile walls without tie-
backs, concrete walls, and CMU construction. Water improvements included two 2.4 MG steel tanks, a 1.9 MG steel
tank, and a 3,000 gpm pump station.
Adrian, Page 2
THOMAS C. BENSON, JR., PE, GE
Senior Principal Geotechnical Engineer (President and CEO)
EDUCATION
ti B.S., Civil Engineering, Michigan State University, 1981
M.S., Geotechnical Engineering, University of California, Berkeley, 1982
PROFESSIONAL
0 1984 / Registered Civil Engineer/ CA / 37896
■ 1989/ Registered Geotechnical Engineer/ CA/2091
■ 2005 / Registered Civil Engineer / AZ / 43412
2013 / Registered Civil Engineer / Nevada / 22539
PROFESSIONAL SUMMARY
Mr. Benson brings 33 years of experience working on Southern California waterworks
and specifically pump stations. He has been the technical lead on numerous earthwork,
shoring, dewatering, seismic, liquefaction, slope stability, tunneling, rock stabilization
and soil improvement studies, In addition, he has managed engineering geology tasks
such as geologic mapping, hydrogeological studies, fault studies, scour analyses and
rock stability analyses. His projects have been in widely different geotechnical
environments ranging from Long Beach estuaries to the San Bernardino Mountains
granitic peaks. Mr. Benson's geotechnical teams (engineers and geologists) won the
9996 Outstanding Project Award from the California Geotechnical Engineers
Association (CGEA), for the Dulzura Pipeline Restoration Project located in
southeastern San Diego County. For this remote project site, rock stabilization
innovations and geotechnical exploration on inaccessible, steep granitic slopes was
required. Large boulders that could roll onto the pipeline were stabilized in-place with
rock anchors. As President of Leighton Consulting, Inc., he has also managed CGEA
award winning teams in 2004, 2006 and 2010 for projects in Los Angeles and Orange
Counties, including stabilization of the Nohl Canyon Reservoir and construction of a 10
million -gallon (MG) water tank for the City of Anaheim.
PUMP STATION PROJECT EXPERIENCE
Chino Desalter Phase 3, 1010 and 1110 Zone Pump Station, Jurupa Valley: As
subconsultant to Tetra Tech, in 2012, Mr. Benson was hands-on Principal reviewer
of a geotechnical exploration for the design and construction of Western Municipal
Water District, Chino II Product Water Pump Station. This pump station was for the
Chino Desalter Phase 3, 1010 and 1110 Zones, and was located at the Jurupa
Community Services District facility in Jurupa Valley, Riverside County. Careful
clearance of buried utilities at tis extensively developed facility was required prior to
drilling borings.
Page 1 of 2
49
Leighton Consulting; Inc.
. 'El -INION a. Q.l • LOY ISM t
THOMAS C. BENSON, JR. PE, GE
PROJECT EXPERIENCE (Continued)
Suburban Water Systems' Plant 224 Pump Station, Whittier: As subconsultant
to Tetra Tech, in 2012, Mr. Benson was hands-on Principal reviewer of a
geotechnical exploration for the design and construction of Suburban Water
Systems' Plant 224 Pump Station and Potable Water Reservoir located in
southeastern Whittier, California. Rough grading for this pump station is underway
in March 2013, as an old reservoir on this site is being demolished and filled in to
grade a pad for this new pump station, and eventually a new reservoir at this
redeveloped waterworks site located on the north side of Whittier Boulevard. Cost-
effective geotechnical recommendations were developed to reduce differential
settlement of this proposed pump station, partially overlying a filled in demolished
reservoir area and partially over undisturbed native soils.
City of Riverside Expanded Gage Pump Station: In 2012, Mr. Benson was
hands-on Principal reviewer of a geotechnical exploration for the design and
construction of a new booster pump station consisting of a 30 by 40 foot reinforced
concrete vault and wet well extending 20 -feet below existing grade. This site is
located southeast of the SR -91, SR -60 and 1-215 interchange. Differential
settlement of an above -grade electrical room relative to the abutting below grade wet
well was considered and mitigated. Leighton's geotechnical exploration report was
completed on time and for the originally proposed fixed fee with no uncertainties; on
budget.
CVWD WRP No. 10 Effluent Pump Station, Palm Desert: As subconsultant to
Tetra Tech, in 2012, Mr. Benson was hands-on Principal reviewer of a successfully
completed geotechnical exploration for design and construction of Coachella Valley
Water District's (CVWD's) Water Reclamation Plant (WRP) No. 10, proposed
secondary effluent pump station; to be constructed within the southern portion of this
plant. This pump station will be a below -ground cast -in-place concrete clear well
with vertical turbine pumps and mechanical piping located above ground on a
structural slab -on -grade. This area of Palm Desert is known to have active alluvial
valley subsidence, as well as generally very deep groundwater; although this site
was adjacent to an existing sewage lagoon. This site is located within an active
sewage lagoon field, adjacent to and within lagoon embankments; requiring remedial
earthwork for uniform shallow foundation support.
CVWD SR -86 Pump Station, Riverside County: In 2012, Mr. Benson was hands-
on Principal reviewer of a successfully completed a geotechnical exploration for the
design and construction of a booster pump station in the Oasis area of
unincorporated Riverside County, near the northwest shore of the Salton Sea. This
proposed pump station site is located below sea level, and is within an area of
known active alluvial valley subsidence. Lacustrine soils consisting of sands and
silts were encountered. To mitigate potential for variable undocumented fill soils
within the building pad footprint, liquefaction -induced settlement and regional ground
subsidence, we recommended cost-effective remedial earthwork to support shallow
foundations. Recommendations for mitigating corrosive soils were also provided for
this lacustrine site near the Salton Sea.
Page 2 of 2
4C
Leighton Consulting, Inc.
.. IS1.4I ON 11CUY��N1