Loading...
HomeMy WebLinkAboutCal Southwest Construction Inc; 1998-06-10; 31821A-35331h 2351 DOG : 1999-0655384 Recording requested by: CITY OF CARLSBAD When recorded mail to: SEP 27, 1999 XL:07 WI m1cIm. EaRB flflta&yyrn~~ FiEB: ’ 7.00 City Clerk City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 lQ9Q-0055384 Space above this line for Recorder’s Use NOTICE OF COMPLETION Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. 8. The undersigned is owner of the interest or estate stated below in the property hereinafter described. The full name of the undersigned is City of Carlsbad, a ‘municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed on June 9, 1999. The name of the contractor, if any, for such work of improvement is Cal Southwest Construction Inc. The property on which said work of improvement was completed is in the City of Cartsbad, County of San Diego, State of California, and is described as the construction of the Jefferson Street 12” water main and reach 5A Vista/Carlsbad interceptor sewer replacement project, described as CMWD Project No. 94-101, Contract No. 31821A-35331-35581. The address of said property is within the limits of the City of Carlsbad. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on SegtM- , 1999, accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on September 22, , 1999, at Carlsbad, California. KAREN R. KUNDTZ, Assistant City Clerk .* ,,/N I,,,, 1y,F”y-‘, J j* ~‘.---. - --- __ --_ _ “. ---- ‘-- f r- -/- C - C Y-- c .’ CITY OF CARLSBAD and CARLSBAD MUNICIPAL WATER DISTRICT San Diego County California CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR ’ JEFFERSON STREET 12-INCH WATER MAIN AND REACH 5A VISTA/CARLSBAD INTERCEPTOR SEWER REPLACEMENT PROJECT CMWD PROJECT NO. 94-101 CONTRACT NO. 31821A-35331 February 12,1998 CARLSBAD MUNICIPAL WATER DISTRICT 5950 EL CAMINO REAL CARLSBAD, CALIFORNIA 92008 (760) 438-3367 43 09/05/97 Contract No. 31821A-35331 Page 1 of 102 Pages I- - TABLE OF CONTENTS Paae NOTICE INVITING BIDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 CONTRACTOR’S PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 EQUIPMENT/MATERIAL SOURCE INFORMATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20 BID SECURITY FORM . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 BIDDER’S BOND TO ACCOMPANY PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 22 GUIDELINES FOR COMPLETING THE“DESIGNATION OF SUBCONTRACTOR AMOUNT OF SUBCONTRACTOR’S BID” AND “DESIGNATION OF OWNER OPERATOR/LESSOR & AMOUNT OF OWNER OPERATOR/LESSOR WORK’ FORMS. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR’S BID . . . . . . . . . ...26 DESIGNATION OF OWNER OPERATOR/LESSOR 81 AMOUNT OF OWNER OPERATOR/LESSOR WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27 BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 29 BIDDER’S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS’ LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS’ COMPENSATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 BIDDER’ S STATEMENT OF RE-DEBARMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31 BIDDER’S DISCLOSURE OF DISCIPLINE RECORD . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..32 NON-COLLUSIQN AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34 CONTRACT PUBLIC WORKS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 35 LABOR AND MATERIALS BOND . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 41 FAITHFUL PERFORMANCE/WARRANTY BOND . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 43 REPRESENTATION AND CERTIFICATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 45 <- ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION (OPTIONAL) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 46 SPECIAL PROVISIONS SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 1, GENERAL PROVISIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 49 - P 09/05/97 Contract No. 31821A-35331 Page 2 of 102 Pages /- SPECIAL CONDITIONS TECHNICAL SPECIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 75 APPENDIX A GEOTECHNICAL INVESTIGATION APPENDIX B STANDARD DRAWINGS APPENDIX C LOCATION MAP INFORMATION FOR CONTRACTOR A. TO OBTAIN A COPY OF CURRENT PLAN HOLDERS LIST PHONE (760) 438-3367 EXT. 128 B. QUESTIONS PERTAINING TO PLANSAND CONTRACT DOCUMENTS ASSOCIATE ENGINEER PHONE (760) 438-3367 EXT. 124 DISTRICT ENGINEER PHONE (760) 438-3367 EXT. 126 09/05/97 Contract No. 31821 A-35331 Page 3 of 102 Pages ,- CITY OF CARLSBAD and CARLSBAD MUNICIPAL WATER DISTRICT - NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carlsbad Village Drive, Carlsbad, California 92008-1989, until 4:00 P.M. on the 2ND day of m, 1998, at which time they will be opened and read, for performing the work as follows: JEFFERSON STREET 12-INCH WATER MAIN AND REACH 5A VISTAKARLSBAD INTERCEPTOR SEWER REPLACEMENT PROJECT CMWD PROJECT NO. 94-101 - CONTRACT NO. 31821A-35331 The work shall be performed in strict conformity with the specifications as approved by the City Council of the City of Carlsbad on file with the Enaineerinq Department. The specifications for the work include the Standard Soecifications for Public Works Construction, 1997 Edition, all hereinafter designated “SSPWC” as issued by the Southern California Chapter of the American Public Works Association and as amended by the special provisions sections of this contract. Reference is hereby made to the specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owned businesses. - The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. -- The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. - No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder’s security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The documents which comprise the Bidder’s proposal and that must be completed, properly executed and notarized are: P p3 09/05/97 Contract No. 31821A-35331 Page 4 of 102 Pages - 1. Contractor’s Proposal ,- 2. Bidder’s Bond -- - 3. Non-Collusion Affidavit 4. Designation of Subcontractors and Amount of Subcontractor Bid 5. Designation of Owner Operator/Lessors & Amount of Owner Operator/Lessor Work 6. Bidder’s Statement of Financial Responsibility 7. Bidder’s Statement of Technical Ability and Experience 8. Certificate of Insurance 9. Bidder’ s Statement Re Debarment 10. Bidder’s Disclosure Of Discipline Record 11. Purchasing Department Representation and Certification 12. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) All bids will be compared on the basis of the Engineer’s Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer’s Estimate is $1 .OOO.OOO (One Million Dollars). No bid shall be accepted from a contractor who is not licensed in accordance with the provisions of California state law. The contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. The following classifications are acceptable for this contract: Class A in accordance with the provisions of state law. - If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. - Sets of plans, special provisions, and Contract documents may be obtained at the Purchasing Department, City Hall, 1200 Carlsbad Village Drive, Carlsbad, California, for a non-refundable fee of If plans and specifications are to be mailed, the cost for postage should be added. $50.00 per set. C - The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, “Subletting and Subcontracting Fair Practices Act.” The City Engineer is the City’s and the Districts “duly authorized officer” for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A pre-bid meeting and tour of the project site will be held at IO:00 A.M., on March 19, 1998, at Carlsbad Municipal Water District, 5950 El Camino Real, Carlsbad, California 92008. All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected 09105/97 Contract No. 31821A-35331 Page 5 of 102 Pag’es ,- extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. c Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. Bonds to secure faithful performance and warranty of the work and payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) and fifty percent (50%) respectively, of the Contract price will be required for work on this project. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the Special Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: /c 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner.. - If the bid is accepted, the City may require copies of the insurer’s most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer’s receipt of a request to submit the statements. - Insurance is to be placed with insurers that have (1) a rating in the most recent Best’s Key ‘Rating Guide of at least A-V, and (2) are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: (1) meet the conditions stated above for all insurance companies and (2) cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. Workers’ compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best’s rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers’ compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council and the Board of Directors is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be /” forfeited. I-- The prime contractor and all subcontractors are required to have and maintain a valid City of 09/05/97 Contract No. 31821 A-35331 Page 6 of 102 Pages I.- Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, and the Board of Directors of the Carlsbad Municipal Water District by City of Carlsbad Resolution No. 97-564, and Carlsbad Municipal Water District Resolution No. 994 adopted on the 26’h day of Auoust, 199J. - Jj& i-) i !j 9 i’ Date P - -. @S % 09/05/97 Contract No. 31821A-35331 Page 7 of 102 Pages - - P CITY OF CARLSBAD and CARLSBAD MUNICIPAL WATER DISTRICT CONTRACT NO. 3182lA-35331 CONTRACTOR’S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 al Board of Directors Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, Special Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 31821A-35331 in accordance with the Plans, Specifications, Special Provisions and addenda thereto and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: C - SCHEDULE A: 12” POTABLE WATER MAIN t-- C - Approximate Item Quantity Unit No. Descriotion and Unit Price Total 1 Mobilization and preparatory LS $25,000 work at a lump sum amount not to exceed Twentv-five Thousand Dollars (Lump Sum) 2 Install pipeline trench shoring lump sum price of fwb .4&g&&& Dollars (Lump Sum) 3 Remove existing forms and shoring inside bridge bay for a lump sum price of +wE *&&22)AQ c Dollars (Lump Sum) LS LS ?a 09/05/97 Contract No. 31821 A-35331 Page 8 of 102 Pages Item No. Descriotion 4 Point of Connection at Sta. 7+09 (12+37.40) complete and in place including removal, disposal of PVC pipe, installation of flange outlet assembly with 6-inch gate valves, fittings, and thrust blockin for a lump sum price of +w &J&w4 &cl , Dollars (Lump Sum) 5 Point of Connection at Sta. l+OO complete and in place including removals, disposal of AC pipe, installation of tee assembly and 12-inch gate valve, fittings, and thrust blocking for.a lump sum price of Dollars (Lump Sum) 6 Construct 12-inch CL 150 welded steel pipe CML&C potable water main complete and in place including fittings, access to bridge cells, installation in bridge cells, all Dollars (Lump Sum) 8 Approximate Quantity and Unit Unit Price Total LS 323 LF 167 LF $/Zz- - IaaGz~ - Construct 12-inch CL 150 welded steel pipe CML&C potable water main complete and in place including pavement removal, excavation, bedding, fittings, couplings, adapters, thrust blocks, backfill, temporary pavement, for a lineal foot price of tw2?/5!zx~ 7-+baw~flW Dollars (per lineal foot) Construct 12-inch CL 150 welded steel pipe CML&C potable water main inside casing pipe complete and in place including casing insulators, and rubber end 63 LF Dollars (per lineal foot) $&r- $4932) - l m w 09/05/97 Contract No. 31821 A-35331 Page 9 of 102 Pages Approximate Quantity and Unit Unit Price Total Item No A 10 - 11 - 12 Ic. 13 14 Descriotion Construct .12-inch CL 200 PVC pipe potable water main complete and in-place including pavement removal, excavation, 8” PVC removal and disposal, 4” ACP removal and disposal, bedding, backfill, fittings, and detector taoe. and temoorarv Pavement 480 LF k fo’ a’ lineal fool p$& of 09-Y - 2 Dollars (per lineal foot) Furnish and install 1Zinch gate valve at Sta. 12+63.43 and t9.Fd 4- 57.65 for a unit price of A3+@Lkm ?aT;ews 3XEA Dollars (each) Furnish and install 2-inch manual air release assembly Dollars (each) Furnish and install 2-inch automatic air vacuum valve assembly at Sta. 12+64.43 and appurtenance for a unit price of 1 EA icw rn@W 6% md- Dollars (each) Relocation of a 6-inch ACP water at Sta. 2+10 for a Dollars (each) Replace 3” thick asphalfic concrete pavement and aggregate base per trench section on sheet 4 of plans including temporary pavement striping and marking, for a Dollars (per lineal foot) LS 3,618 LF $445 - $24 xJJ,o - $pm- &p%P $ Mm- $pw - $5 $ij$#- f$Z,Q/o- / Contract No. 31821A-35331 Page 10 of 102 Pages - I- + - - C - Item No A Descriotion 15 16 17 18 19 20 Furnish and install 12-inch flexible expansion joint including flange connection for unit price of & 7%w%wP Dollars (each) Furnish and install welded steel pipe casing through bridge abutments including polyethylene wrap, and removal and replace- ment of abutment knock-outs for a lineal foot price of Dollarslper lineal foot) Install concrete pipe support per Detail 1 on sheet 11 including steel strap, bolts, reinforcing steel, wax tape’coating, neoprene sheet, stainless steel bands, adhesive anchor system, and epoxy adhesive Furnish and install water service laterals (3) as shown on sheet 8 and oer CMWD Standard Drawina Approximate Quantity and Unit Unit Price Total 2 EA $&i?m- $7~.myl- 63 LF 30 EA LS Dollars (Lump Sum) Furnish and install fire hydrant assemblv per CMWD Standard ce of Dollars (each) Point of Connection at Sta. 46+52 complete and in place including installation of tee with 12-inch gate valves, fittings, and thrust Dollars (Lump Sum) LS 09/05/97 Contract No. 31821 A-35331 Page 11 of 102 Pages 9. On Page 12 of the Specifications, ADD the following: se5 Approx. Item -4 Quantity No. Description and Unit Flashing Arrow Boards for a 2EA unit price of 26 Construction of 12” Water Main Storm Drain Crossing in the vicinity of Ski 1+40 for a lump sum price of 1 IS !$,f+mJ- I $c6y&2w D- 6. On Page 12 of the Specifications, ADD the following: &FA-@+- sz s4. Description Approx - Quantity and Unit Field Office for a monthly unit price of 6 MOS. Unit Price Total Unit Price Q%?t?9 - TotaI $4 &a - PAGE 3 of 4 ,* Item No - Descriotion Approximate Quantity and Unit Unit Price Total 22 23 .+ 24 rc- - Construct 12-inch CL 200 PVC pipe potable water main complete and in place including pavement removal; excavation, bedding, backfill, fittings, detector tape, and temporary pavement for a lineal Dollars (per lineal foot) Furnish and install water services connections per CMWD Standard Dollars<each) Construction Schedule ump sum price of 95sma&!!/ Dollars (Lump Sum) 2,906 LF 4 EA LS pi& - $wp% - Raise valve boxes to grade for a unit price of gm4G &Mm 17EA s/km- !iqfl- - Dollars (p’er square foot) &A SCHEDULE A BID ITEM NOS. l-G+? Total amount of bid for Schedule A in words: Fkn L/ti~.J~~dk%kV -sin ?-~%~~~tic(- I ’ J . Ucfn/dF9sc4 4~/~J=~~~ f9&2? noLJL49Y-5 Add l/d s2aw=G Total Amount of Bid Schedule A in numbers: Price(s) given above are firm for 90 days after date of bid opening. SCHEDULE B: REACH 5A VISTA CARLSBAD INTERCEPTOR SEWER REPLACEMENT Item No. DescriDtion 1 Furnish all labor, materials and equipment to mobilize, demobilize and provide cleanup of construction site, complete and in place for a lump sum price not to exceed Twentv-Five Thousand Dollars (Lump Sum) Approximate Quantity and Unit LS Unit Price Total $25,000 P?# 09/05/97 Contract No. 31821 A-35331 Page 12 of 102 Pages C Item No A DescriDtion C 2 Install shoring for a lump sum - Dollars (Lump Sum) .- - C C P 3 Furnish all labor, materials and equipment to construct 36-inch diameter T-lock lined RCP (1800-D) gravity sewer pipeline including excavation backfill, and compaction as shown on the Plans and called for in the Specifications complete and Dollars (per lineal foot) 4 Furnish all labor and materials construct sewer access hole #52 at Sta. 110+79.23 including excavation, cast-in-place concrete, frame and cover, installation of T-lock lining system, backfill, compac- tion, access hole channeling, connec- tions, and all appurtenant work, as shown on the Plans and called for in the Specifications, complete and in Dollars (Lump Sum) 5 Furnish all labor and materials to construct sewer access hole #53 at Sta. 113+82.00 including excavation, cast-in-place concrete new frame and cover, installation of T-lock lining system, backfill, compac- tion, access hole channeling, connec- tions, and all appurtenant work, as shown on the Plans and called for in the Specifications, complete and in Dollars (Lump Sum) Approximate Quantity and Unit LS Unit Price Total $ +v+J 680 LF LS LS $gzQ’ $/A? +++&v Contract No. 31821A-35331 Page 13 of 102 Pages Item No L rc‘ 6 7 8 - 9 IO DescriDtion Furnish all.labor and materials to construct sewer access hole #54 at Sta. 117+23.34 including excavation, cast-in-place concrete new frame and cover, installation of T-lock lining system, backfill, compaction, access hole chan- neling, connections, and all appurtenant work, as shown on the Plans and called for in the Specifications, complete and in place for the lump sum price of /Pth??d 7-.2&e ’ -A P Dollars (Lump Sum) Furnish all labor materials and equipment for asphaltic pavement replacement, including terhporary pavement striping and marking, as shown on the Plans and called for in the Specifications, complete Dollars (per Square Foot) Furnish all labor, materials and equipment for the wastewater by-pass including all piping, pumps, connections, and temporary surfaces for a lump sum price of Dollars (Lump Sum) Furnish all labor, materials and equipment to abandon the existing sewer pipeline and existing sewer access hole as shown on the Plans and called for in the Specifications Dollars (Lump Sum) Raise manholes to grade Dollars (Lump Sum) Approximate Quantity and Unit Unit Price Total LS $-a=- 3,100 SF LS LS 5 EA $ykw $/d,’ 6-o- $gm,od @pm-- fi7 6 0‘ $@iw- Contract No. 31821A-35331 Page 14 of 102 Pages C - - c- Approximate Item Quantity Unit No A Descrbtion and Unit Price Total SCHEDULE B BID ITEM NOS. l-1 0 S&*,9* QA7. Ba Total amount of bid for Schedule B in words: a&W /-,!!#J&J r//iye 7%~~5& E+$ k-f , hlu&@gfj f& Avy bAYE dt7l-bSAfs A%fld A4 e&hi& Total amount of bid for Schedule B in numbers: $ 379 X3/. 023 Price(s) given above are firm for 90 days after date of bid opening. SCHEDULE C: JEFFERSON STREET PAVEMENT OVERLAY Item No. 1 Description Grind AC pavement for re foot pricwf Un3d , Approximate Quantity and Unit 7,600 SF Unit Price $t%4Z Total $~9~z- Dollars (per square foot) AC leveling course and 1%” area AC overlay for a tonnage price of ~M;en, i#GJE- Dollars (per ton) Final signage and striping for a lump sum price of 7izhwfl />rleHMw--~ Dollars (Lump Sum) Installation of pavement fabric quare foot.pe of 449 l&n Dollars (per square foot) 1,000 Tons LS $+m’ iii 8.9bd - 9,060 SF !$0.75- s<.z//c- q b 09/05/97 Contract No. 31821A-35331 Page 15 of 102 Pages -- C - Approximate Item Quantity Unit No A Descriotion and Unit Price Total SCHEDULE C BID ITEM NOS. I-4 $&7,/P-- Total amount of bid for Schedule C in words: 6zm WM25 779w-bYa Pd4G Total amount of bid for Schedule C in numbers: $ //7- r,. Price(s) given above are firm for 90 days after date of bid opening. Total amount of bid for Schedules A, B, and C in words: f~kf ,%#Ahfld &A I/ ,%@I% /- n/rbl fti A’i&d~sd r+hvl.qI.2s~ JOLLMY RHJ mb-wy5 Total amount of bid for Schedules A, B, and C in numbers: $ Price(s) given above are firm for 90 days after date of bid op The City/District reserves the right to award only Bid SC Schedule C. The bid will be awarded to the overall responsive, responsible low bidder for Bid Schedules A, B, and C. Addendum(s) No(s). /. z, 3 has/have been received and is/are included in this proposal. The Undersigned has barefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of Cali license number TFC,+?ZJY \/ , classification A Y rnia, validly licensed under /z -TV-SiF / which expires on , and that this statement is true and as the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as Business and Professions Code shall be considered nonresponsive and shall be rejected by the City 3 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code 5 20104. The Undersigned bidder hereby represents as follows: I. That no Council member, Board of Directors member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, the Board of Directors, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and ,c 63 09/05/97 Contract No. 31821A-35331 Page 16 of 102 Pages - - 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects ir and without collusion or fraud. Accompanying this proposal is (Cash, Certified Check, Bond or Cashier’s Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. - The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. P p3 09/05/97 Contract No. 31821A-35331 Page 17 of 102 Pages . IF A SOLE OWNER OR .SOLE CONTRACTOR SIGN HERE: - (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. IF A PARTNERSHIP. SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted da L 4 dM TU~%7- cc3 M4zzmm$zN/. (2) (Signature) ~~&?+&a7 &+4C . . . . . . - . . . . . . . . . P . . . . . . ,r .-* (Title) Impress Corporate Seal here Contract No. 31821 A-35331 Page 18 of 102 Pages . I California All-Purpose Certificate of Acknowledgment . State of California County of ,C;RrJ nTE&() On this the a day of 1998, before me, s&Ad R Name of Notary Public a Notary Public for the State of California, personally appeared cs TAG TRW TCfl# n Name(s) of Signers(s) c] personally known to me OR d to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are 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. OPTIONAL The information below is optional. However, it may prove valuable and CAPACITY CLAIMED BY SIGNER (PRINCIPAL) 0 CORPORATE OFFICER Seal INFORMATION could preventfraudulent attachment of thisform to an unauthorized document. DESCRIPTION OF ATTACHED DOCUMENT Title or Type of Document Title(s) q PARTNER(S) 0 ATTORNEY-IN-FACT 0 TRUSTEE(S) q GUARDIAN/CONSERVATOR 0 OTHER: I Number of Pages Date of Document ABSENT SIGNER (PRINCIPAL) IS REPRESENTING: Other Name of Person(s) 0 1997 ES1 Educational Seminars, Inc. Reproduction Prohibited Reorder: Call I-800-303-5 123 - P (3) (4) Incorporated under the laws of the State of dfl Place of Business j!3%%?HE T &L/E* (Strett and Number) City and State #Y&ZwyW. 67-y CB (5) Zip Code ?eFo Telephone No. l&/4) 97 >- 2 If%9 NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE AlTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: ?3 Q9iO5l97 Contract No. 31821A-35331 Page 19 of 102 Pages EQUIPMENT/MATERIAL SOURCE INFORMATION - TO ACCOMPANY PROPOSAL The Bidder shall indicate opposite each item of equipment or material listed below, the name of the one supplier and manufacturer of each item or equipment or material proposed to be furnished under the bid. Awarding of a contract under this bid will not imply approval by City or the manufactures listed by the Bidder. Equipment 1. Manufacturer (Manufacturer) 2. (Manufacturer) 3. C P (Manufacturer) 09/05/97 Contract No. 31821A-35331 Page 20 of 102 Pages e - - - - rc P /4 ? I- F P - - 7 P- : BID SECURITY FORM (Check to Accompany Bid) (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of dollars ($ ), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) 09/05/97 Contract No. 31821 A-35331 Page 21 of 102 Pages BIDDER’S BOND TO ACCOMPANY - . r” KNOW ALL PERSONS BY THESE PRESENTS: - - PROPOSAL That we, CAL SOUTHWEST CONSTRUCTION INC , as Principal,and INDEMNITY COMPANY OF CALIFORNIA as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) TEN PERCENT OF BID AMOUNT for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: JEFFERSON STREET 12-INCH WATER MAIN AND REACH 5A VISTA/CARLSBAD INTERCEPTOR SEWER REPLACEMENT PROJECT CMWD PROJECT NO. 94-101 - CONTRACT NO. 31821AI35331 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..* . . . . P 09105/97 Contract No. 31821A-35331 Page 22 of 102 Pages - -P In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this z -9w of -#@53X day ,199g PRINCIPAL: J AL s&wwaw- /LLh%f~~~~ (name of Principal) imcsgi=~ 4&z (print name here) U/&E &~A!*1 (Title and Organization of Signatory) By: (sign here) Executed by SURETY this 9TH day of MARCH ,19 98. SURETY: INDEMNITY COMPANY OF CALIFORNIA (name of Surety) 17780 FITCH IRVINE, CA 92614 (address of Surety) 714-263-3300 (telephone number of Surety) t By: (signature%f Attorney-in-Fact) STEVEN R. BONILLA (printed name of Attorney-in-Fact) (print name here) (title and organization of signatory) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledge of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) (If signed by an individual partner, th e pa;tnership must attach a statament of partnership authorizing the partner to execute this instrument.) APPROVED AS TO FORM: RONALD R. BALL City Attorney/General Counsel Deputy bty Attorney/Deputy General Counsel Contract No. 31821 A-35331 Page 23 of 102 Pages d I California All-Purpose Certificate of Acknowledgment On this the 3 day of 19 CJg, before me, L5m~] R muRPH\l @ pRr.G, . Name of Notary Public / a Notary Public for the State of California, personally appeared Name(s) of Signers(s) State of California County of <qrJ hG0 0 personally known to me OR ed to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity&s), 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. SUSAN R. MURPHY 5 UOTARY P”BLGCALtFDRNt~ c COMM. 1: 1167710 SAN DIEGO COUNTY 0 COMM. EXP. JAN. 5,2002< Seal OPTIONAL INFORMATION The information below is optional. However, it may prove valuable and couldpreventfraudulent attachment of this form to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT &Y INDIVIDUAL Iz] CORPORATE OFFICER AoAm Title or Type of Document Title(s) 0 PARTNER(S) 0 ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER: ! Number of Pages Date of Document ABSENT SIGNER (PRINCIPAL) IS REPRESENTING: Name of Person(s) Other 0 1997 ES1 Educational Seminars, Inc. Reproduction Prohibited Reorder: Call I-800-303-5 I23 A STATE OF CALIFORNIA ss. COUNTY OF SAN DIEGO On .T- I- %f- , bcfocc mc, D. KOIIL PERSONALLY APPEARED STEVEN R IIONILLA -_.-A---- --.-. . . . .: , personally known to mc (or proved to mc on tkc basis of satisfactory evidence) to bc the person(s) whose nnmc(s) is/arc subscribccl to the within instrument and xknowl- edged to me that hc/shc/they csccutccl the snmc in his/ her/their nuth0rizcd cnpncity(ics), nnd L-hat by his/her/ their signature(s) on the instrument the person(s), or the entity upon bchnlf of Which the person(s) acted, cxccutcd the instrument. W’ITNESS my hand nnd official seal. Signa hire This nrrnJor Ojficinl Nolnrinl Scnl OPTIONAL Though Ihc claln below is not rcquircd by law, it may prove vnluable lo persons relying an the document and could prevent fraudulcnl rcattxhmcnt ol this farm. CAPACITY CLAIMED BYSIGNER DESCRlPTlON OFATTAGHEDDOCUMENT 0 INDIVIDUAL 0 CORPORATE OFFICER TITLE(S) TITLE OR TYPE OF DOCUMENT 0 PARTNER(S) 0 LlMlTED 0 GENERAL m ATTORNEY-IN-FACT m TRUSTEE(S) 00 WW;IANICONSERVATOR NUMBER OF PAGES DATE OF OOCUMENT SIGNER IS REPRESENTING: NAME OF PEI%ON(S) On ENTITY(lES) SIGNER(S) OTHER THAN NAMED ABOVE ----.------w-m..- - lD4Sl l:e\*. h/91 AT-et-PURPOSE ACKNOWL~CG~MENT . - POWER OF ATTORNEY OF INDEMNITY COMPANY OF CALIFORNIA I AND DEVELOPERS INSURANCE COMPANY * - P.O. BOX 19725, WINE, CA 92623 l (714) 263-3300 No 021408 N~ICE: 1. All power and authority herein granted shall in any event terminate on the 31st day of March, 1999. 2. This Power of Attorney is void if altered or if any portion is erased. 3. This Power of Attorney is void unless the seal is readable, the text is in brown ink, the signatures are in blue ink and this notice is in blue ink. 4. This Power of Attorney should not be returned to the Attorney(s)-In-Fact, but should remain a permanent part of the oblgee’s records. KNOW ALL MEN BY THESE PRESENTS, that except as expressly limited, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, do each _ severally, but not jointly, hereby make, constitute and appoint ***STEVEN R. BONILLA, S. SMITH-BOWMAN, D. KOHL, JOINTLY OR SEVERALLY*** - the true and lawful Attorney(s)-In-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations as sureties, bonds, undertakings and contracts of suretyship in an amount not exceeding Three Million Five Hundred Thousand Dollars ($3,500.000) in any single undertaking; giving and granting unto said Attorney(s)-In-Fact full power and authority - to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation; and all of the acts of said Attorney(s)-In-Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of INDEMNITY _ COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, effective as of September 24,1966: RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporations be, and that each of them hereby is, authorized to execute Powers of Attorney, qualifying the attorney(s) named in the Powers of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; - RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, INDEMNITY COMPANY OF CALIFORNIA and DRlELOPERS INSURANCE COMPANY have severally caused these presents to be signed by their respective - Presidents and attested by their respective Secretaries this 3rd day of February, 1997. INDEMNITY COMPANY OF CALIFORNIA DEVELOPERS INSURANCE COMPANY Walter Crowa Secretary Walter Cro’well’ Secretary - - - - - STATE OF CALIFORNIA ;ss. COUNTY OF ORANGE 1 On February 3, 1997, before me. Sherie L. Bell, personally appeared Dante F. Vincenti, Jr. and Walter Crowell, personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they exequted 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. Signature CERTIFICATE The undersigned, as Senior Vice President of INDEMNITY COMPANY OF CALIFORNIA, and Senior Wee President of DEVELOPERS INSURANCE COMPANY, does hereby certify that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney, are in force as of the date of this Certificate. ,-- This Certificate is executed in the City of Irvine, California, this 9TH of day MARCH ,199 8 -. s MNITY COMPANY OF CALIFORNIA DEVELOPERS INSURANCE COMPANY L.C. Fiebiger Senior Vice President ID-313 REV (3/97) - - GUIDE FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID” AND “DESIGNATION OF OWNER OPERATOR/LESSOR AND AMOUNT OF OWNER OPERATOR/LESSOR WORK” FORMS REFERENCES Prior to preparation of the following Subcontractor and Owner Operator/Lessor disclosure forms Bidders are urged to review the definitions in section l-2 of the SSPWC and of the Special Provisions to this Contract especially, “Bid”, “Bidder”, “Contract”, “Contractor”, “Contract Price“, “Contract Unit Price”, ” Engineer”, “Subcontractor” and “Work” and the definitions in section l- 2 of the Special Provisions especially “Own Organization” and “Owner Operator/Lessor.” Bidders are further urged to review sections 2-3 SUBCONTRACTS of the SSPWC and section 2-3.1 of these Special Provisions. CAUTIONS Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by other than the Contractor’s own organization will be rejected as non- responsive. INSTRUCTIONS Bidders shall use separate disclosure forms for each Subcontractor or Owner Operator/Lessor (O+O) of manpower and equipment that is proposed to be used to complete the Work. e All items of information must be completely filled out. - - Where the bid item will be installed by more than one Subcontractor or Owner Operator/Lessor the percentage of the bid item installed by the Subcontractor or Owner Operator/Lessor being listed in the line of the form must be entered under the column “O/O of Item by Sub” or “010 of Item by O+O” as applicable. If a Subcontractor or Owner Operator/Lessor installs or constructs any portion of a bid item the entire amount of the Contract Unit Price shall be multiplied by the Quantity of the bid item that the Subcontractor or Owner Operator/Lessor installed. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport for materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor, the Subcontractor, or the Owner Operator/Lessor as the case may be, installing them. The value of material incorporated in any Subcontracted or Owner Operator/Lessor installed bid item that is supplied by the Contractor shall not be included as any part of the portion of the work that the Contractor is required to perform with its own organization. The item number from the “CONTRACTOR’S PROPOSAL” (Bid Sheets) shall be entered in the “Bid Item No.” column. When a Subcontractor or Owner Operator/Lessor has a Carlsbad business license the number must be entered on the form. If the Subcontractor does not have a valid business license enter “NONE” in the appropriate space. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the 1 required information. The number of additional form pages shall be entered on the first form page of - each type so duplicated. 09105197 Contract No. 31821 A-35331 Page 24 of 102 Pages Bidder may, at its option, combine bid items on a single row in the chart on the disclosure forms. If .- using this option the Bidder must indicate the bid item numbers to which the information in the row _- pertains. This option may not be used where the subcontractor or Owner Operator/Lessors constructing or installing less than 100 percent of a bid item. The percentages and dollar amounts may be the sums of the bid items listed in that row. When the Bidder proposes using a subcontractor or owner operator/Lessor to construct or install less than 100 percent of a bid item the Bidder must attach an explanation sheet to the designation of subcontractor or designation of Owner Operator/Lessor forms as applicable. The explanation sheet must clearly apprise the Agency of the specific tasks, materials and/or equipment that are proposed to be so supplied. Determination of the subcontract and Owner Operator/Lessor amounts for purposes of award of the contract shall determined by the City Council in conformance with the provisions of the contract documents and these Special Provisions. The decision of the City Council shall be final. C P P 09/05/97 Corttract No. 31821 A-35331 Page 25 of 102 Pages *- - DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID - The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor’s decision to use more than one subcontractor. This form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. - The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name of Subcontractor: 5hw’ x /5f2ww< P Complete Address: Street City State Zip - Telephone Number plus Area Code: California State Contractors License No. & Classification: .?Fz Carlsbad Business License No.: Paw - of pages of this form 09/05/97 Contract No. 31821 A-35331 Page 26 of 102 Pages 31, /- w-l F-l m m Kl I ’ cl q Ml ‘( Kl- 4 IJ ell @l CIJ Kl , Kl I1 r Kl P ml DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor’s decision to use more than one subcontractor. This form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name of Subcontractor: Complete Address: Street City State Zip Telephone Number plus Area Code: California State Contractors License No. & Classification: ( ~Z~~z @I Carlsbad Business License No.: I Bid Bid Price % of % of Total Bid Bid Price % of % of Item of Item Item by Contract Item of Item Item by Total NO. Sub No. Sub Contract u-/y yLz* fSa - yE, 3 /b, 453n’ !0-7 JO, BFt’- /D 0 Paw--- - of pages of this form 43 09/05/97 Contract No. 31821.A-35331 Page 26 of 102 Pages Ic1 N-l- II ci w-l B-l u-l ‘I Ml ‘ m II- ml &I ~ WI II \ m rl IJ F Kl P v--J The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor’s decision to use more than one subcontractor. This form must be submitted as a part of DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID the Bidder’s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name of Subcontractor: 1 Complete Address: Street City State Zip Telephone Number plus Area Code: California State Contractors License No. & Classification: 73zza Carlsbad Business License No.: Bid Bid Price % of % of Total Bid Bid Price % of % of Item of Item Item by Contract Item of Item Item by Total No. Sub No. Sub Contract 3 43,94w- /za9 Page of pages of this form 43 09/05/97 Contract No. 31821A-35331 Page 26 of 102 Pages m 1 W-l- , B-l B-l B-l ., 4 m m * J VI n !a- IJ I - II - I1 I* - lid @J r m u DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor’s decision to use more than one subcontractor. This form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name of Subcontractor: l?Pw l&d4x- Complete Address: Street City State Zip Telephone Number plus Area Code: California State Contractors License No. & Classification: &-2wZ~~ A Carlsbad Business License No.: r 1 Bid Bid Price % of % of Total Bid Bid Price % of % of Item of Item Item by Contract Item of Item Item by Total No. Sub No. Sub Contract &a /qJJLJ 0 Paw - of pages of this form l -f w 09/05/97 I Contract No. 31821A-35331 Page 26 of 102 Pages m,- Ml B-l B-l F-l m CI 4 - III 9 Kl- m ,’ eJ LJ K..l m m lJESlGNATlON OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor’s decision to use more than one subcontractor. This form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name of Subcontractor: P ma!&& Complete Address: Street City State Telephone Number plus Area Code: California State Contractors License No. & Classification: Carlsbad Business License No.: Zip Bid Bid Price % of % of Total Bid Bid Price % of % of Item of Item Item by Contract Item of Item Item by Total No. Sub No. Sub Contract 4-3: JdfQwb Page -Of- pages of this form WJ a 09/05/97 . Contract No. 31821 A-35331 Page 26 of 102 Pages n DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID u-l The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor’s decision to use more than one subcontractor. This form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. The Bidder certifies that;it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name of Subcontractor: Complete Address: Street City State Zip Telephone Number plus Area Code: ,’ California State Contractors License No. & Classification: Carlsbad Business License No.: m m Bid Bid Price % of % of Total Bid Bid Price % of % of Item of Item Item by Contract Item of Item Item by Total No. Sub No. Sub Contract . Page - of pages of this form a 09/05/97 . Contract No. 31821A-35331 Page 26 of 102 Pages m.- QESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor’s decision to use more than one subcontractor. This form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work and that no chanqes in the subcontractors listed work will be made except upon the prior approval of the Agency. - . I Full Company Name of Subcontractor: .’ Complete Address: Street City State Zip Telephone Number plus Area Code: California State Contractors License No. & Classification: Carlsbad Business License No.: Bid Bid Price % of % of Total Bid Bid Price % of % of Item of Item Item by Contract Item of Item Item by Total No. Sub No. Sub Contract Page - of pages of this form Contract No. 3182 1 A-3533 1 Page 26 of 102 Pages ,- -- - - - DESlGNATlON OF OWNER OPERATOR/LESSOR AND AMOUNT OF’OWNER OPERATOR/LESSOR WORK The Bidder MUST complete each information field on this form for each owner operator/or Lessor (O+O) that it proposes to use to perform any portion of the Work. Additional copies of this form may be attached if required to accommodate the Contractor’s decision to use more than one subcontractor. This form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. Except for the individuals listed below the Bidder certifies that no Owner Operator/Lessor will be allowed to perform any portion of the Work. The Bidder further certifies that no changes in the Owner Operator/Lessor listed work will be made except upon the prior approval of the Engineer. Provide a separate sheet for each Owner Operator/Lessor. See section l-2 of the Special Provisions for definition of Owner Operator/Lessor. Full Owner Operator/Lessor Name: Complete Address: Street City State Zip Telephone Number plus Area Code: ( j - C City of Carlsbad Business License No.: OWNER OPERATOR/LESSOR WORK ITEMS Page - of pages of this form l - w 09/05/97 Contract No. 31821A-35331 Page 27 of 102 Pages HI ml- - II m-1 Ul UJ ui m m c1- RI RI w.J Yj WI NlJ UJ r - cld ~ .r Ld DESIGNATION OF OWNER OPERATOR/LESSOR AND AMOUNT OF’OWNER OPERATOR/LESSOR WORK The Bidder MUST complete each information field on this form for each owner operator/or Lessor (O+O) that it proposes to use to perform any portion of the Work. Additional copies of this form may be attached if required to accommodate the Contractor’s decision to use more than one subcontractor. This form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. Except for the individuals listed below the Bidder certifies that no Owner Operator/Lessor will be allowed to perform any portion of the Work. The Bidder further certifies that no changes in the Owner Operator/Lessor listed work will be made except upon the prior approval of the Engineer. Provide a separate sheet for each Owner Operator/Lessor. See section 1-2 of the Special Provisions for definition of Owner Operator/Lessor. Full Owner Operator/Lessor Name: Complete Address: Street City State Telephone Number plus Area Code: ( City of Carlsbad Business License No.: 1 Zip OWNER OPERATOR/LESSOR WORK ITEMS Bid Bid Price % of % of Total Bid Bid Price % of % of Item of item Item by Contract Item of Item Item by Total No. o+o No. o+o Contract Page - of pages of this form rl% 09/05/97 Contract No. 31821A-35331 Page 27 of 102 Pages i ul K-L B-l II ml n m-l wl li w i- m ci m 1 WI ‘ m-l I@ * I; --. DESIGNATION OF OWNER OPERATOR/LESSOR AND AMOUNT OF’OWNER OPERATOR/LESSOR WORK The Bidder MUST complete each information field on this form for each owner operator/or Lessor (O+O) that it proposes to use to perform any portion of the Work. Additional copies of this form may be attached if required to accommodate the Contractor’s decision to use more than one subcontractor. This form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. Except for the individuals listed below the Bidder certifies that no Owner Operator/Lessor will be allowed to perform any portion of the Work. The Bidder further certifies that no changes in the Owner Operator/Lessor listed work will be made except upon the prior approval of the Engineer. Provide a separate sheet for each Owner Operator/Lessor. See section l-2 of the Special Provisions for definition of Owner Operator/Lessor. Full Owner Operator/Lessor Name: Complete Address: Street , city State Telephone Number plus Area Code: ( City of Carlsbad Business License No.: Zip OWNER OPERATOR/LESSOR WORK-ITEMS -__._ -__ -_ -_-_- ---------- -- -_--- ._----- Bid Bid Price % of % of Total Bid Bid Price % of % of Item of Item Item by Contract Item of Item Item by Total No. i o+o No. o+o Contract Page ~c-.- pages of this form QW w 09/05/97 Contract No. 31821A-35331 Page 27 of 102 Pages BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. 09/05/97 Contract No. 31821A-35331 Page 28 of 102 Pages BIDDER’S STATEMEN? OF TECHNICAL ABILITY AND EXPERIENCE - - C c (To Accompany Proposal) The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Q 09/05/97 Contract No. 31821 A-35331 Page 29 of 102 Pages - - <- CON3TRUCTION, INC. LICENSE 730824 April 2, 1998 - 2193 City of San Diego 1010 Second Ave., #800 San Diego, CA 92101 (619) 236-5520 5193 7193 -r 5193 - 10193 - City of San Diego 1010 Second Ave., #800 San Diego, CA 92 101 (619) 533-3624 City of San Diego 1010 Second Ave., #800 San Diego, CA 92101 (619) 533-3624 S.D. Unified Port District 3 165 Pacific Highway San Diego, CA 92 112 (619) 291-3900 City of San Diego 402 “B” St., #600 San Diego, CA 92101 (619) 533-5125 COMPLETED PROJECTS LIST East Mission Bay Interceptor Phase I East Mission Bay Interceptor Phase II East Mission Bay Interceptor Phase III & IV Hydrocarbon Recovery System 610K East Mission Gorge Interceptor 5.6M 2.2M l.lM 1.5M 123 ROOSEVELT AVENUE. NATIONAL CITY, CALIFORNIA 91950 l (619) 477-2445. FAX: (619) 477-9369 BIDDER’S CERTIFICATE OF INSURANCE FOR GENERAL- LIABILITY, EMPLOYERS’ LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS’ COMPENSATION (To Accompany Proposal) As a required part of the Bidder’s proposal the Bidder must attach either of the following to this page. 1. Certificates of insurance showing conformance with the requirements herein for: Comprehensive General Liability Employer’s Liability Automobile Liability Workers Compensation - 2. Statement with an insurance carrier’s notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Employer’s Liability, Automobile Liability and Workers Compensation in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. -r All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: (1) meet the conditions stated in The Notice Inviting Bids, the Standard Specifications for Public Works Construction and the Special Provisions for this project for each insurance company that the Contractor proposes, and (2) cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. C 09/05/97 Contract No. 31821A-35331 Page 30 of .102 Pages 05/29/98 FRI 15:05 FAX 206 892 9202 SULLIVAN % CURTIS @loo2 I:l;:. ,. ., ., ,. ., ,. , ., jj &CORD, :.:(,:,~:~,..:.:,,~.,:.::1.,:.:,..:.,:.:.,:.': ...I )l . y.:. PRODUCER kllivan & Curtis 601 Union Street Suite 3310 -aattle WA 98101 Gteven 6. Stafford ‘b”Q P. 206-893-9300 FaxNo.206-892-9201 Ns"& Cal Southwet3t ComBtrllction, In 123 Rooeevalt Avenue National City CA 91960 I , ,.. ~. .(, .x F ~ ..,. (..&. 5i~~~~~~~~~~~~~~:~~~~.~~~:~:~.:~:~~~.i~ i:i:~.ii::~~ii<:;~?~~~.~~<iiiii~:,~~~~~~~~~~ ‘;,~ii~~lili’ni:il~‘:d$‘ii~~~~~:~10 : 1;; ,(;i&:i;<i. :il~i,;~l~~~~~.:i:~~.~~~:~~~:.~~:~:~~~~~,~~~:~:~~<~~~~~~~:~~~~ “i’ii:““:y;;“ipi;;’ iiii’i”ii?riail~~~~~~~~~~~~~~~ili:i~~~:i~~:ii;~lieg:: ,.y.. .y .,.. . . . (.,,.,~....)r....~.~.i...< ‘.‘“‘<“““.“.“....~,........~~~... ~I’. ., ~ ,I ~, ,(~” ‘(I”.,’ ,,~. xI, r~l .,I ,.,,., p.)‘*...r.l.l . SilP. .%., > . . > . . . . . . . . . . . . . . . . ,. .:.!&*,.:.: . . . . :.>:<.:<< ..>:,:.,.:&,!: . ..I. ,>,.>:.:.:x.h~r..>~ .~:~I:.~:‘.~!‘:.:~,~:.~?,I: ,:,: :,x ,:,:::.:,:. ..:.I., . . . ..:‘,...,.., ~ ._.. :~.!...:...:!...p.::~. . . . . . . . . . . . . . . ..y... ?. ;.r;...x!x!:!:rS.:!:.:.<~;l;.:.r;.:r.~:i..::.::*::‘:?:~.::*~.(.~:~,.~.~.:. (,.. :;:,:,:,.,.r.:, :.;.,.,‘:~::.:.:!::,.:.::.!.:l::!;;:::a~~fr::~:~::~ ::::r:~:;?:::l:!i!:!~:~:~ :(:I;*;::..,;::?x”::::.,:.:ifi::~ THIS IS TO CERTIFY TIM THE POLICIES OF hlsvRANcE LISTED BELOW HAVE BEEN ISSUED TC THE INSURED k4MED ABOVE FOR TH i POLICY PERIOD INDICATED, NOTMIHSTANDING ANY REQUIFtEMENT, TERM OR CONOIYION OF ANY CO-T OR OTHER DOCUMENT WllH RE8l’% ‘TO WHMICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE P0LKX.S DESCRISED HEREIN I8 SUBJECT TO Al L THE TERMS, EXCLUSIONS AND CONDlTlDN5 OF SW co .TR TYPE OF INSURANCE GENERAL ~lABnrl7 A X COMMERCIMGENERAL~IA~UTY .*x.x ,.>:<I:<. : clAlM8wr~occlJR ,:<,,:,a: OWNERS L coNlRAcr~s PRO7 x Poll. Iliability - AUTOMOBILE LIABILITY B X ANYN'fo AucwNEDAuTos SCHEWLEO AUTOS X tiiPEDm % X NON-OWNBDAUTO8 GARAGE 1lABlLllY ANYALITC EXCESS WBILIIY UMBRELLA FORM OIliERTHAN UMEMLIA FORM WaKERs coMPENs4nON AND EM#wER~ WBILrrY THE PROFRJETORJ PARlNER%EXECUllVE OFFICERS ARE: OTHER I IEStRlPllDN OF OPERATlONS/LDCATIDNSA/ OLKXS. LIMITS SHOWN MAY HAVE SEEN It QrJA1002739 lcEb BY PAlD CLAIMS. I PLICY EFFECTlVE o*rr- 05/12/98 05/01/9e OLbCYb(pRATtDN LIMIT8 05/01/99 ( .OMBNED WGLE ~ih4t-r i 81,000,000 t ObtLY IWIJRY t*erQ+w s ; $)Fz;RY 0 F ROPEIVY DAJAAQE S 1 I UT0 ONLY. E4 ACCIDENT 1 0 I ELEACHACCIDENT s Contract #3182lA-35331, City of Carlsbad, CA ie named ae Additiqmal tneured as its interest may a **See Attached Notes P aar a# rrapects operatioaa of the namad xnfmrsd. age ** City of Carlebad 1200 Carlrrbad village Drive Carlsbad CA 92008-1989 CARLSBA BHOULD ANY OF THE ABOVE DESCRH ED POLICIES BE CANCElLED BEFORE THE MPRATICN DATE TMERECF, THE l8S JING COMPANY WILL BNOEIVORTO MAIL 30 DAYS WRITTEN NOTICE TO Tl IE cZEMlFIcATE HOLDER NAlllEDTO ME LEFT, BUT FAJLURE TO MAIL SUCH NOTICE (HALL IMPOSE NO OBLIGATIDN OR UABILllY 05/29/98 FRI 15306 FAX 206 892 9202 SULLIVAN % CLJRTIS liiQoo3 i It is hereby underetood and agreed that the policy to which this ‘certificate refers may not be canceled, materially chaaged, aof the amount of coverag thereof reduced until thirty (30) day8 after receipt of crritten notice of cancellation or reduction in coverage by the City Clerk o:i the ,lity of Carlebad. Coverage under this policy shall be prilnary and I aoncontributiag with any other insurance available to the City of Carlabad. See Attached Additional Insured Endorsemeat CG 20 10 11 :15. 05/29/98 FRI 15:06 FAX 206 892 9202 SULLIVAN & CURTIS la004 ,- NAMEDINSURE~ Cal southwest construction, In POLICY NUMBEk GLA1002739 COMMJSRCILLL GENERAL LJABILITY THIS ENDORSEMENT CEANGES THE POLICY. PLEASE READ IT CARWULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAZ. LL4BlLJTY COVERAGE PART. SCHEDULE Name of Person or Organization: City of Carlsbad 1200 C&bad Village Drive Carlsbad, CA 92008-1989 (If no enlry appears above, infamration required to complete this endorsement w 11 be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or oqanization shown in the Schedule, but only with respect to liability arising out of “your worl;” for that insured by or for you. CG 20 10 1185 Includes copyright4 material of Insurance Se&en office, Inc. with its pennisi DIL copyright, InSuran~ scwkcs offib% Inc. 1954 05/27/98 WED lo:14 FAX 206 521 3601 Sent by: SlJLLIVAN&CURTIS SD 619 646 3~35 : SULLIVAN & CURTIS 95l141Em 14:12 3OD mu+ I "a- @!?!2 DILIGENI- SEARCH REPORT of Cs) and (0 0 DuIy llcznsd under Glihnia Dcyrmclr of Immncc liczasc nuaber~~ 13 2 JD; Duly lid and au&o- ta act as aczdorset On the OwOd ~~C=SC Of tha@lc ut said ar~mkatiuti tictyc, wzs -aged by the insure2 maed hcka. or ctt imured-s broker. IO obtain m:: as describel in this rqorc. rwod (Zip bdd Deai@oa af &c Risk (e.g. Laml&omL h’quor wrt...NGT ml5 Oh CfnrnGR Type of bsuzanc: emcage 50\ (SC:: Codes an Fag? s) (EaE ;ripppru c&c Numkl SL-2 h*g. 3n,3 19)-j Pl/bD’d 19z-1 00: I I 86-lbANl on :m 511nmwwhIiins +C :o!i:tl !mltl:E !Olll;a,ilk 05/14/98 THU 14:17 [TX/RX NO 72301 051'27198 WED lo:14 FAX 206 521 3801 SttLIVAN & CURTIS Sent by: SULLIVANkCURTIS SD 619 646 3065 OS/~4/96 14:12 dOD 03* -. . . r ‘V d - . r Dili~cac Search Rcg?n P33e 2 3. If Private Pa~ugc Au&aob~e L5uili~ hsururce is idcaGed QU Iinc Z(E), compk~ h faUowing: (A) Does the insuM @Q as a ‘Good Driver’ undcz Stioa 1861.025 of tke Q&foe Irlsume Co&? (cm?cK om ytr NO @I Doe ihc covc~~e tJu you have plactd indude. in wbIe or ia pair. the limits of awerage provided uncfcr t&e Cdifarnia AluomebiIe Asignal Risk PIan (C&AR?)? (CHECK om (c> If YES. has this risk beea submind w aad found ta be iotligiolc by CURE’? (CEECK OM3 If yuur answer is NO. thca this covca~c c3moe te pIa& tirh a uoaadmittcd insure. (U=, IBSUSXCC Code S&on 1763.5) 4. If EuIcb Insucmcc Is i&did OB lir;c 20, doe the insured @ify as a 'Sudl Ezq~lcyer tmdcr Scccicn NXXl(x) of ttc Cllifotir Insurtncr Cede? (CXECX ONE] Ya No Not Appi.kblc 5. Y~~wUp~pllrnranltoS~aaUJL;~of~~mir~cG~ gowmiug =aBsacu ‘ous arirh risk pudahg sgoqs au&osid by $c Fdd Uabiliry Risk Rercpribrr Act of 1986, cor@Jtr the fonO4a$ . WI Pmvidtrhe~~ab~ofthr~~g~upofwhichtbc~~~ Eeedacr - f- a-2 l?EY.zi/9n LSM 11/01 d LJZ-1 -moud OFEI 86-II-Awl Ill, !a6 6~~w13wNvAxiins l - :OS:LI !se:tllp :“rAro2a# 05/14/98 TIW 14:17 (TX/RX NO 7230) 05/27/98 WED 10:15 FAX 206 521 3801 Se?t by: SULLIVANbClJRtIS SD 61@- 646 3065 SULLIVAN & CURTIS 05/14/sl3 14:-y Job UJ4 L ‘w . r.,ssqs, T 6. 7. (-9 Was chc ris!c dcsc%d iu Sesian 2 subtairrcd by you or by mncme tradcz ycut su~crvisioo to at lea (2) Lswwrs that are ackaked ia Glifomia aud who actualIy etc tic ;ype of ’ gmc: dcscSt;i ou km 1(C) ad 30? G’HECX Ohm CBI 1: YES, plae CDmplezr: Lhc follouriEg: Nama of company checkif Rtp~tStiVt EZllpl0,re Mmch, Year El or et aid Tekphaat Gxnb~ Apm (A) De&nation * Dcliruri~ Codes: 1 - Gmpy’s capcicy rmchd 1- urldm* ruma 3-dil!fdtO~ 4-Qtk *4 oo:c1 @WI-Am Lb1 :a6 rlummrw,*ni~inr l = :08:ZL !W/bllr: :EI4TOII4Y 05/14/98 TBU 14:17 [TX/RX NO 72301 05127198 WED lo:15 FAX 206 521 3801 SULLIVAN & CURTIS Sent by: SIJL~IVANBCURTIS SD 610 646 3065 05/14/wa 147-o . . 'v . I v , -,!!!?. . 8. If ?(A) was leulwGd NO, cucnpic:e the rumtig: (Al Did you detcmine dm f crcf Cbn 3 adnliad Bsams aWly plritc Lhc yp of - dacilbd ou bcs ‘(Cl and Z(W (CmzCX ONEI GO If NO. picy~ c~@a.i~ in detail why tk rjgk ws subud~&! IO w a&w insurarbuzaub~rh;rtwriurhislypeof~. (0 If ‘zzs. pIuse dueike hw pu cwde &is de:ednation - ~~~~~h~by~~~~npaat~c~ePnerSmdLhrrbisriakicuOc W phcd with a nou9~drniucd i3mm f0r the sdt purpose of sea&g a RK or prcznium 10-e -thc?oprcrtnUor~a~blc~aaadmiocdiasurcr. Si a i&2/-9r D* Ilf-j 9l/Il ‘d 19z-1 -mu 00:91 II-?I-AM ELl :as 671nn3ouvnlnx s= :05:cr :Wl/bI/J :obnllPI~ 05/14/98 THU 14:17 [TX/RX NO 72301 05/27/98 WED lo:15 FAX 200 521 3801 SULLIVAN & CURTIS 619 646 3065 o5/14/ee 14:14 JOD U.34 Sent by: SULLIVANBCURtIS SD - . v . -4’ ,,,P?!??,T SEC3lON 6: Phse pmvide a uxapicte rtrpcnuc. Note: the tnnrnnca ComrnWx~c or tir d+nec may rsquie the surplw Liao bmk# b uhdor, a fiaduc or addiriad such among adtaiuaiinsaes for siailapms in the flxcum [Gufonliam An incmpb lfepullre izny code Se,don 1763(b)] tmne=rtsariy~cinarqua;f~rfur~e=:~aabcca~c~. - EmON 708): To avail at&i&~abr~ way iwuzen -ah sirdar Eamu. plase pmide the cP~~tofCfib~~~~~uZfnedin~mr~dalPub~0fAdmf~ Compiu - saUy aants, such as Cigm Group, Chubb Gloup, CaSfornia Ids. Gau, RarSwd Gsoup, =-, UC =+a& if the pcsoa pecomha3 the search WxiaeE chat tk nqresmtsrive of the @lx@, Pirfio~~~~in~~~~tultdmilfcdkr~ln~e~up~trcnullycuri&thc parrictrIu tylpe of itam b&q sought D~RT,WT: Persons wha arc ljtrud only as UI ages% may onty submit a risk CO admkcd - tbu have itppoiaw lkrl as the agnt Age;rts are not auctlorwd to ofk a x5s.k lo admind innrrus fat die?8 they axe sot avpointd ag=ts. A 3-b wiric?! iS titi to Ody those wmpank that bavc appolnte.3 chc ycnt may ttot M=cyarily consdcuce a diligac eadi of the abiszed markt -T TO FEE: Tiis report mur. be i!lJcd as an attac!tmeae co the -or: of PlXxne3t CCDI Form s-1). - TO m The St-1 and this rcprt arc to be 6ki by the sur$us line broker with The SIILp1w Lint -don of Cdifhia dhin 60 days of placzmeat of covcagc with nanadrni& -9. mm UCBJSEES COM)fiCIlXG S%RCHz I~WO CR mm liczsurs conduti a dilignt SeachofadmiPodinnuar, chhur carb li- must arr@etc a diligmt sarc5 q+ (CD1 Finn a-2). Al such rqaru should bc aadd a, the SL-1. lot-d WEI’d LIZ-1 -110114 IO:EI W?l-AWl CIl !os s1ltmwfwnl7lns *= : rs:c1 :WICl:S :pCJRtL*>dl( 05/14/98 TIW 14:1? [TX/RX NO 72301 05/27/98 WED lo:16 FAX 206&2,13&f&aum3 Sent by: SULLIVAN&CURTIS SD SULLIVAN & CURTIS WV, ,-*,ou IT- .- --- --. I .’ . a 4 c w’ P Di&pc Sd Kqm Page 6 CODE TYPE OF INSURANCE Aura lsabm-M AucoLiabil&~ hm Physical Dmqe-Prhte Aw Physical DampConmercW G&e CdP-EchapkRurrcm Cumbfnai Aw LhMicy & P-D.-Prime Gxnbiad Auto Uab & P.D.-Cormn. Exca Uabiliy (EDA. Umb.) Fidelity Surety 8 Boo&Bonds Fk?thy slmxy & Bad-Pidclilp Fii$@ie~*elling, Duplex Fkc-malcowlen Furr-Homeo~s Mhiplc Petri3 F&c-Fazn Owmzs Mult&~le Peril LubdMahc Gc=p=;tl liabilia Gcn Liabmy-Polblml Lqal Lhbiury GUEA Liability-Product TuJpelg lbtj ti/bl’d 18%1 CODE WE OF NXXUKE SlO Avi?btJa 550 Emrs a onaissiom-An Ok s51 kmn a omisioa-Dir. % off. -600 Malpmee-iul other 606 ErfrlpndCC-HOSpiCdS 650 Mitt=- 651 -lass v 6.55 zwJsc&s-Boil= h thdinay 633 MLccIIaaaaus-Nuclear Risks 653 24iscdlaacous-Political Risks 7w ACCZdut 301 ActidadXsabilfry Incope 32 Actidc,tGroup Eahh fas. iO3 Accident-Ind. He&h Ins. 800 Galsage Lizbiliry 980 Exeus Workcs Com~czsadon 990 cucmehi Pmpsy-m Risk 99c ~ullx&al Prupey-s_d. MP- 996 Commhal P-my-DIG 997 COXEKU- Pru_aerry--anhq~ c Boo9 -mlJ Lo:EI a-?I-ml DLti !Ob PIlnnJONvhI7lnS l - : ,5:11 :SUlV115 :pi?A,.t,#” 05/14/98 TJN 1437 [TX/RX NO 72301 05/27/98 WJID lo:16 FAX 206 521 3801 Sent by*: ,. SULLIVANbCURT~S SD 619 646 a065 StkLIvAN & CURTIS , E!vo 05/14/90 14:11 JDD U3V .,.-'-. W’ _. 9 u RECEIVED F MAY 261998 NOTICE 1. Tl%E INSURANCE POLlCY THAT YOU ARE APPLYING TO PURCHASE TS BEIWG ISSUED BY AN ItUSURER TKAf fS NOT LICENSED BY TRE STATE OF CALrPOWIA. THXSE COMPAMES ARE CALLED “NON ADMITTED” OR y SURPLUS LIlWE” INSURERS. 2. THE MSTJRER Is NOT SUBJECT TO TEE FINANCUL sotmcy REGULATION AND ENFORCEMENT WHICH APPLIES TO CALIPORMA LICENsED iNsURER 3. THE tNSUJUXR DOES NOT PAR-IICJPATE IN AW OF THE INS~CE CUARANIEE FUNDS CREATED BY CALIFORNIA LAW. tKEFtEFORE, THESE FUNDS WILL rUOT PAY YOUR CLAIMS OR PROTECT YOUR ASSETS tF I-HE T?%URER BECOMES WSOLVWt AND I!5 UNABLE TO !HAKE PAYMEIWS AS PROMISED. 4. FOR ADDITIONAL WFORMAXtON ABOUT TBE INSURER YOU SEOIJLD ASK QUESTIONS OF YOUR llW5tIRANCE AGENT, BROKER, OR uSURPLUS LIMX’ BROKER OR CONTACT THE CALIFORNLA DEPAR-IMEIW OF lN$URANCE, AT THE FOLLOWING TOLL-FREE TELWHONE NUMBER: l-800-9274357. f nrknowldgr thd I n8 the Nmmd Insured or an rothorid ttprcseatali*c of the nlvt Nsmed Im\rred, bava mad aDd 0Dderatoed the Hatetn0nm made rbavG 1 uadstmtasd that the CaYfomlr iormra~ce Code (1764) IOW requires thd X sign this Nodce and that the Noa-AdmILted frUercr brvc thta notie in their fite iTtbq rrt CO Your sigerture $5--/e - 9e Date Jaehmw shY!z$ / Your bmc Printed V/c~ f SH&QE~7, Your Title or Iatertst !SLA FORM D-1 (Rev. J.2@4) ltt-9 W/UO’d IS24 JIOMJ 8E:Zl lWl-AM 88 la 5~~tmmwn~‘lwS *- !6l!Zl :DSI*LtC !bA,*T11*,, 05/14/9&I THU 14:17 [TX/RX No 72301 U-J/ r3i UQ CAbA +vs 3u 2n4A mull Sbi! azui JbL&AYAh 0; bLcAil,, wuu4 ~ .-.‘!,: : L hallivan ti curtie iO1 Union Street suite 3310 Seattle WA 90101 roha 17. Burke, III CO?APANY 206-891-9200 ~15106 892 9201 A w - WMPANY Cal Soutlawa8t Construction, XZI 123 Roorevelt Avenue Nmtional City CA 91960 THIS IS TO CEKllPY llW THE K!iXIEE OF INSUPANCE LlSlEO SELWHAVE OM ISSIJCS l-D TM@ NSUREO NAMED ABOVE FOR TtlI FOUCY mu00 INMATED, NOlWlll4SlANDlNQ ANY li&XJlRENE;m. TERM OR CONDITION OF ANY CONmrCT OR OTHliR D03JMENT WIT-Ii REBPECI TO WWCM ?tlls CER-flflhTE MY Bfi ISSUED DR h4AY FCKTAJN. VII! IH8UR4MX *FFoRDSlJ 5Y THC FOLICIES DEGQUSED HEREIN IS SUOJECT TO AL _ THE TERMS, CXCWtlONS AND CofJMIIoNB OF 6w;W l’OUClE8. LIMITS SHOWN MAYHAVE OECN RSDUCEO BY PAD CUhK3. :0 .m TYPE OF INSURUICL FDLmNuM5EK KNJOY EFFECTIVE POLiCV LYPIRATION MTE NMIDEWY) MW (m LIWW c ENCRAL AGGREGATE Jf I P RDDUCTS - COMF/GPAGG ( S FERsGNAL6AovINJu~ 1 s f ACM -eNce 1s FIl7EoAwGE(hyoMM) s _., . . . -.,- rEul%PIAnvmarscml 5 AUTOMOBILB lMBILI1y 7 ANY AUTO ALL OWNS0 AUTOS wxEDuLEPAum5 HmeoAlJTo9 I_... NON.QWNED AUTDS ,., . . . . ..- t I ANY AUTO I _-.- . -.. ( OMDNED 5NQ4.E LIMIT Is I E WILY NJuKY (WV) 1 s s 6 FE UABIUN I I I L’ UT0 ONLY - 5A ACCIOENT 1 S ( TIER THAN AUTO GNLY; t [ ~.s~t:.~~~~~~~.~,~~~:~~~.~ h’““*,‘i”:’ ,<*,: EACH ACCIOENT ’ 8 I ] DIMEI Tlw UMERCU FORM WG#fRB GOWENSATK)N AND EWlOYeR8’ LUDILIN TN& FROPRISTOW PARYNERS&UXUTNE WL RN9635244 OFFlceK5 AKe MC1 OTtlhR I '05/15/98 05/15/99 I I I I X3CRlPTlDN OF OPER4mON%LOCATKHlCl~C~L ITEMS Contract #3182lA-35331 ‘VW *.-* * w;gr XI “X ‘I ..,,>i ( ;g <>‘<I $gg@pg~~~~;:,.l,i. 1, ‘I ,:;y ‘I:’ ii:: ,,,y:: $,-ii;; :; j ‘I : ::$ : i:.:.:;;;:,;;j; j: : ; 1;: ,:l’i”‘* ~I’:““SI,:‘:“j::‘i~~~~~~~~~~~~,,, /+++i;. ‘:j,.::‘“r ;;<‘:i,.;<;:i, j91..,j’,.ii~pi3::il~~~~~~~~~~~~~~~~~~~~~~,.~~~~~~ i;z I “II *.* “I 1,s e.1 II %.( ,;. ,.$ ,b, I”, .: ,.., ,,w 5 ,,,,,, < ,.,.,,,.,.,, “,, .“:“: ** , ( \ **I) ~> , . $‘G: ;;‘;, * ,I, x ,, I ,).,., 2 ; ;‘: “‘$ T;,>; y. , ,+*X*I,XM :, 3 ,,. ..,.. .,., ,.,, ,, ~,~a.,.~,,,~.,~, ,I ,S..U .A,. “;:” . . . . $f.y.y;.t I..,,, <,,, ,,., .,,:;;.& ,+w **I *‘*.%**.M,C x I.*.. U.!“.s.N, h,, ,.*I .,I. .,. ,I.. ’ *> a* ,a ) XY: !,‘S XR .*I*vli** ,,. *c X’ ,, ,, rrr*.r,.r.: ..,. e ,.I, v.,:. ..~........ ’ *(*I ‘% *I 01 I Id.7.. -1,. >,>,*ii.>.< rr*.lr’“:..l,. ** 0, CARLSBA BHDULO ANY OF TblS MOM DCSCRI IEO POllCIES BE c*ucuLED BEFORE TIIE. aRlWlDt4 DATE TNERCOP. ME IX UINQ COMPANY WlLL EtOE4~OR TO MAIL 30 DAY3 WRIT NOTIC$i TO 1 II& CGRTIFICATS t+OLDER NAMEOTO THE l.kZhT. City of Cetlebad BUT FAILURE70 MAIL SUCH t@llCE 5tLU.l. MPOSE NO OSUQATION OR LlmlU-ff 1200 CltL#bmd village Drive OF ANY KlND UPON THE COMPANY, r ‘6 AGEWTS OR REPRSSENTATIVb9. Carl&ad CA 92008-1989 AUMRUED REFSSffNTATi'ft Joha J. Burke, XII ?.'"--:* a "* 8 ~~~~~~~~~~4'tjl~xil~~~~~~~~~~~:~ ".,~~"I,i~::l~::ri~.~~.~!‘~~;:L:i' eyy ,,:; ,' y; j b).G.- m%i witi 4 .r,X,*?fr9l.l:, ..I', ;k . ,.:. ::: "',!> ~yr.*.r*,b I~IIcx*%u *r$,* ..,, ~~r"-.r:,,:~*:t'~;;~~.!*? : !,s~~ln:i--,.:;:~~~~~~ :i'i,;,+&&~ ,rsrUZ*4yj( : gri'i';;: :I "rr;);,;;; Sent by: SlJLLIVANcWURTIS SD 619 646 3065 04/02/98 12:16 Job 113 . Pecelved: 4: ?;95; 11:41; 206 531 3801 => SULtIVAN&CURTIS SO; Page l/l #I OW.12~96 'IT% lo:30 FAX 206 521 3601 sULLIYAK ii CURTIS @I601 April &I998 CW&md Municipal Waler District 5950 E! Camino ReA Cahbad, Caftfwnia 92008 GMWD ProJmct No. 94-W f S;ppftrct No. 31821 A-36331 We are ths insurance broker for Cal Southwest Construdian, Inc. (‘Cswc’). Our California License Number is: OA13240. This will confirm that we can and upon payment of leas and& pnmiums by CSWC, wilt provide to CSWC, pokSes of Comprehensive General LiabiUty and Automobile Liability in c~~fO~rrlc% with the requirements of the above fdemmd contmct and Cettiflcates of insurance to you showing conformance with the requiruments of the above referenced cantract. Should you hove any questions, please contact uo. (Seal or stamp) 4370 WJOLLA VILLAGE ImVE, SUlTE 400, MN DIEGO. CA 92122 PHOL\'E~619)tWM064 FAX(619)64tR065 BIDDER’S STATEMENT RE DEBARMENT (To Accompany Proposal) 1. Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? yes x no - 2. If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred period of debarment period of debarment .- agency C C agency BY CONTRACTOR: &u -4 dHl?cjWSf c ANfl&C7L/dAJ, z’r/c. (name of Contractor By: (sign here) k%H&~G 85&f (print name/title) vj&F- fF@/H& 7’ Contract No. 31821A-35331 Page 31 of 102 Pages BIDDER’S DISCLOSURE OF DISCIPLINE RECORD - Contractors are required by law to be licensed and regulated by the Contractors’ State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within IO years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors’ State License board, P.O. Box 26000, Sacramento, California 95826. 1. Have you ever had your contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period? (To Accompany Proposal) yes no - ?. C C 2. Has the suspension or revocation of your contractors license ever been stayed? yes no 3. Have any subcontractors that you propose to perform any portion of the Work ever had their contractor’s license sus.pended or revoked by the California Contractors’ State license Board two or more times within an eight year period? yes no 4. Has the suspension or revocation of the license of any subcontractor’s that you propose to perform any portion of the Work ever been stayed? yes 5. If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefor. C (Attach additional sheets if necessary) 09/05/97 Contract No. 31821 A-35331 Page 32 of 102 Pages BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) 6. If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who’s discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (Attach additional sheets if necessary) BY CONTRACTOR: #&%Y 35fb.mk~~ /zchfwzH~V~~~&* jname of Contractor) 1 . By: cc, (sign here) !kQd#~P &L7f4 (prkt name/title) ~-45 &~dPEdr l m w 09/05/97 Contract No. 31821A-35331 Page 33 of 102 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 State of California 1 ) ss. County of 1 &+44GP +LL (Name of Bidder) , being first duly sworn, deposes and says that he or she is wfsz- f 2gg&jv~*‘7-- (Title) J5i7OWwE47 tcs%&mwO~d z-l&) (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct and that this affidavit was executed on the 2 &.&7 day of /)/eC, ,19y$? ‘signature of Bidder Subscribed and sworn to before me on the day of ,1g * (NOTARY SEAL) Signature of Notary Contract No. 31821 A-35331 Page 34 of 102 Pages California All-Purpose Certificate of Acknowledgment State of California County of -qflJ bTE&O On this the a day of 19 z, before me, L5a.sfld R mu APH fiPR T j., Name of No& Public Y a Notary Public for the State of California, personally appeared m-6 Name(s) of Signers(s) 0 personally known to me OR d to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are 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. OTARY PUBLICCALIFORNIA SAN DIEGO CDUNTY Notary’s Signature Seal OPTIONAL INFORMATION The information below is optional. However, it may prove valuable and could preventjaudulent attachment of this form to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT q CORPORATE OFFICER Title or Type of Document Title(s) q PARTNER(S) 0 ATTORNEY-IN-FACT 0 TRUSTEE(S) q GUARDIAN/CONSERVATOR 0 OTHER: I Number of Pages 3 - - 9 98 Date of Document ABSENT SIGNER (PRINCIPAL) IS REPRESENTING: Other Name of Person(s) 0 1997 ES1 Educational Seminars, Inc. Reproduction Prohibited Reorder: Call I-800-303-5 123 CONTRACT PUBLIC WORKS This agreement is made this 10th day of June , 19 g8 , by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called “City”), the Carlsbad Municipal Water District of Carlsbad, California, a municipal corporation, (hereinafter called “District”), and Cal Southwest Construction Inc whose principal place of business is 123 Roosevelt Avenue, National City CA 91950 (hereinafter called “Contractor”). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: JEFFERSON STREET 12-INCH WATER MAIN AND REACH 5A VISTAKARLSBAD INTERCEPTOR SEWER REPLACEMENT PROJECT CMWD PROJECT NO. 94-101 - CONTRACT NO. 31821A/35331 (hereinafter called “project”) 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor’s Proposal, Bidder’s Bond, Designation of Subcontractors, Designation of Owner Operator/Lessors, Bidder’s Statements of Financial Responsibility, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Special Provisions, addendum(s) to said ,Plans and Specifications and Special Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. - Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor’s expense to fulfil1 the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City’s decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. - 4. Payment. For all compensation for Contractors performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for Public Works Construction (SSPWC) 1997 Edition, hereinafter designated “SSPWC”, as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Special Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. 09/05/97 Contract No. 31821A-35331 Page 35 of 102 Pages - 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor’s convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C C C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor’s costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor’s cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with ail work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the District and the City of Carlsbad, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any 09/05/97 Contract No. 31821 A-3533 1 Page 36 of 102 Pages - - .- - - C - failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the District or City. The expenses of defense include all costs and expenses including attorneys’ fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the District and City of Carlsbad against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the District and City. Defense costs include the cost of separate counsel for District and City, if District or City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City’s policy for insurance as stated in Resolution No. 91-403. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Comprehensive General Liability Insurance: $l,OOO,OOO combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City , the District, or its agents, officers or employees are additional insured. b. Automobile Liabiliw Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. c. Workers’ Compensation and Employers’ Liability Insurance: Workers’ compensation limits as required by the Labor Code of the State of California and Employers’ Liability limits of $1,000,000 per incident. Workers’ compensation offered by the State Compensation Insurance Fund is acceptable to the City and the District (B) Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. General Liability, Employers’ Liability and Automobile Liability Coverages: a. The District and the City of Carlsbad, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the District or City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, employers’ liability and auto liability coverage. b. The Contractor’s insurance coverage shall be primary insurance as respects the District and City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the District or City, its officials, employees or volunteers shall be in excess of the contractor’s insurance and shall not contribute with it. 09105/97 Contract No. 31821A-35331 Page 37 of 102 Pages rc‘ C. Any failure to-comply with reporting provisions of the policies shall not affect coverage provided - to the District and City, its officials, employees or volunteers. d. Coverage shall state that the contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer’s liability. - - C (C) “Claims Made” Policies. If the insurance is provided on a “claims made” basis, coverage shall be maintained for a period of three years following the date of completion of the work. (D) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days’ prior written notice has been given to the City by certified mail, return receipt requested. (E) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (F) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. e (G) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (H) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best’s Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by the City Council in Resolution No. 91-403. - - - (I) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (J) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor’s bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in the Special Provisions I section. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit ?3 09/05/97 Contract No. 31821 A-35331 Page 38 of 102 Pages ,r- - for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. - (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney’s fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated hereinby reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by - another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. I have read and understand all provisions of Section 11 above. (Initial) 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor’s principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. - 14. Security. Securities in the form of cash, cashier’s check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. - - 15. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 09/05/97 Contract No. 31821A-35331 Page 39 of 102 Pages 16. Additional Provisions. Any additional provisions of this agreement are set forth in the “General Provisions” or “Special Provisions” attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST ATTACHED (CORPORATE SEAL) n /9 BE CONTRACTOR: dJA 36igqxw~~ (name of Contractor) , By: ~),&A.)~ 5(4#.#. VI’&&#~.J~J- KAREN R. KUg%sisd Cimrk - City Clerk (print name/and title) CA By: mu (sign here) By: (print name and title) ant Secretary President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. If signed by an individual partner, the partnership must attach a statement of partnership authorizing the partner to execute this instrument. APPROVED AS TO FORM: RONALD R. BALL City Attorney/General Counsel orney/Deputy General Counsel Q 09105/97 Contract No. 31821 A-35331 Page 40 of 102 Pages ,,$g$j ,i. ..‘,. I . - -.: , i 1 -y) %.A / ! I I I I I I ! - ._ &’ / I I : / 1 MINUTES OF SPECIAL MEETING OF BOARD OF DIRECTORS On December 31,1997, at 8:OO a.m. PST,,a meeting of the Board of Directors of CAL SOUTHWEST CONSTRUCTION, INC., was held by telephonic conference, all members of the board as presently constituted, Chairman Mahmoud Osman, Ahmed Osman Ahmed Osman, Shereen 2. Moustafa, Abdel Khalek Elseoud and Hany Salem being present and being able to hear each other at all times, and each member having waived notice of such meeting at the commencement of such conference, wherein the following action was taken: Chairman Osman explained to the other members of the board that, in order for this corporation to efficiently and effectively conduct its public works construction business in California, the corporation must have officers immediately present at a11 times in Cahfornia to execute bids, contracts, agreements and other instruments necessary to conduct such business. On motion duly made and properly seconded, it was unanimously resolved that this corporation immediately reconfirm, replace and/or appoint the following persons to the offices noted: Mahmoud’ Osman I Chairman of Board and President Ahmed Osman Ahmed Osman Vice-President I Shereen 2. Moustafa Vice-President ’ Richard Sing Vice-President and RMO Abdel Khalek Elseoud Vice-President and Secretary Harry Fathy Vice-President and Chief Financial Officer It was unanimously further resolved that Richard Sing, as Vice-President, and Abdel Khalek Elseoud, as Secretary, are authorized and directed to execute an? bids, contracts, agreements and instruments necessary to carry out the intent of this telephonic meeting. There was no further business conducted by the Board of Directors during such telephonic conference, and Hany Pathy, as the outgoing Secretary of the Corporation, and Abdel Khaleh Elseoud, as the incoming Secretary of the Corporation, were directed to prepare minutes of such telephonic conference to be filed with the minutes of the proceedings of the Board of Directors of this Corporation. This consent is executed pursuant to Section 3.06 of the Bylaws of this corporation adopted on November 1, 1996, which authorizes that any meeting, regular or special, may be held by conference telephone or similar communication equipment, so long as all directors participating in the meeting can hear one another, and all such directors shall be deemed to be present in person at the meeting. WC hereby certify that the foregoing minutes are a true and correct description of the business of the Board of Directors of CAL SOUTHWEST CONSTRUCTION during a telephonic conference of December 3 1, I Dated: December 3 1 , 1997 I I Abdel Khalclc Elseoud, Incoming Secretary California All-Purpose Certificate of Acknowledgment State of California County of StL 11+p On this the J 1 day of +- 19 ‘16 , before me, I Name of Notary Public a Notary Public for the State of California, personally appeared 1 ST/;, Name(s) o%igners(s) q personally known to me OR ‘$s proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are 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. COMM. #HI67723 4lJ 4L!i! NOTARY PUBLIC-CALIFORNIA . . Notary’s Signature Seal OPTIONAL INFORMATION The informaiion below is optional. However; it may prove valuable and could prevent fraudulent aiiachment of this form to an unauthorised document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) 0 INDIVIDUAL Yl CORPORATE OFFICER r& c CIJ Title(s) q PARTNER(S) 0 ATTORNEY-IN-FACT 0 TRUSTEE{ S) 0 GUARDIAN/CONSERVATOR q OTHER: ABSENT SIGNER (PRINCIPAL) IS REPRESENTING: Name of Person(s) DESCRIPTION OF ATTACHED DOCUMENT l?J6/k &A Gh&+ Title or Type of Document Li Number of Pages 15x1 a, lf98 1 Date of Document b&j 4. 316214 -3533-L Other 0 1997 ES1 Educational Seminars, Inc. Reproduction Prohibited Reorder: Call 1-800-303-5123 c BOND NUMBER: 510928P PREMIUM: INCL W/PERF BOND LABOR AND MATERIALS BOND - WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 98-l 36 adopted May 5, 1998 and the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad, State of California, by Resolution No. 1014 adopted May 5, 1998 Cal Southwest ‘Construction Company has awarded to (hereinafter designated as the “Principal”), a Contract for: JEFFERSON STREET 12-INCH WATER MAIN AND REACH 5A VlSTAlCARLSBAD INTERCEPTOR SEWER REPLACEMENT PROJECT - CMWD PROJECT NO. 94-l 01 - CONTRACT 31821A/35331 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. - WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, .upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. ---. NOW, THEREFORE, WE, Cal Southwest Construction Company as Principal, (hereinafter designated as the “Contractor”), and Indemnity Company of California as Surety, are held firmly bound unto the City of Carlsbad in the sum of Four Hundred Twenty Two Thousand, Six Hundred Ten Dollars c§ 422,610.OO ), said sum being fifty percent (50%) of the estimated amount payable by the City of Carlsbad under the terms of the Contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to such work and labor that the Surety will pay for the same, not to exceed the sum specified in the bond, and, also, in case suit is brought upon the bond, costs and reasonable expenses and fees, including reasonable attorney’s fees, to be fixed by the court, as required by the provisions of section 3248 of the California Civil Code. p-.. This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with section 3082). Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the 09/05/97 Contract No. 31821A-35331 Page 41 of 102 Pages same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time; alterations or addition to the terms of the contract or to the work or to the specifications. In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this zl &Z Executed by SURETY this 12TH day day of w&,v , 19@$I of MAY CONTRACTOR: SURETY: ,198 . -- Pl 3&-w 73uz4r .Lz?w%e~n~~. zi/c, INDEMNITY COMPANY OF CALIFORNIA (name of Contractor) /I . I (name of Surety) By&e=<& (sign he/e) p/L&9iw gh9c , b (print name here) (title and organization of signatory) By: (sign here) (print name here) 17780 FITCH IRVINE, CA 92614 (address of Surety) 949-263-3300 (telephone number of Surety) J By: (signature ” of Attorney-in-Fact) STEVEN R. BONILLA (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (title and organization of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for’corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) (If signed by an individual partner, the partnership must attach a statement of partnership authorizing the partner to execute this instrument.) APPROVED AS TO FORM: RONALD R. BALL City Attorney/General Counsel By: J&E .MOBALDl Dgputy City Attorney/Deputy General Counsel 09/05/97 Contract No. 31821 A-35331 Page 42 of 102 Pages ,+4 %I I ,., * ,- *’ ‘.\ .J u’ 2 I -\ .\ j’ i I ! ,- . .“) v’ I ‘. .. ,. _. ,, I:, ‘“; I 33 I MINUTES OFSPECIAL MEETI’G OF BOARD OF DIRECTORS On December 31,$-1997, at 8:OO a.m. PST,,a meeting of the Board of Directors of CAL SOUTHWEST CONSTRUCTION, INC., was held by telephonic conference, all members of the board as presently constituted, Chairman Mahmoud Osman, Ahmed Osman Ahmed Osman, Shereen 2. Moustafa, Abdel Khalek Elseoud and Harry Salem being present and being able to hear each other at all times, and each member having waived notice of such meeting at the commencement of such conference, wherein the following action was taken: Chairman Osman explained to the other members of the board that, in order for this corporation to efficiently and effectively conduct its public works construction business in California, the corporation must have officers immediately present at all times in California to execute bids, contracts, agreements and other instruments necessary to conduct such business. On motion duly made and properly seconded, it was unanimously rcsolvcd that this corporation immediately reconfirm, replace and/or appoint the following persons to the offices noted: ! Mahmoud Osman Chairman of Board and President Ahmed Osman Ahmed Osman Vice-President , Shereen 2. Moustafa ‘Vice-President ’ Richard Sing Vice-President and RMO Abdel Khalek Elseoud Vice-President and Secretary Hany Fathy Vice-President and Chief Financial Officer It was unanimously further resolved that Richard Sing, as Vice-President, and Abdel Khalek Elscoud, as Secretary, are authorized and directed to execute any bids, contracts, agreements and instruments necessary to carry out the intent of this telephonic meeting. There was no further business conducted by ,the Board of Directors during such telephonic conference, and Hany Fathy, as the outgoing Secretary of the Corporation, and Abdel Khalek Elseoud, as the incoming Secretary of the Corporation, were directed to prepare minutes of such telephonic conference to be filed with the minutes of the proceedings of the Board of Directors of this Corporation. This consent is executed pursuant to Section 3.06 of the Bylaws of this corporation adopted on November 1, 1996, which authorizes that any meeting, regular or special, may be held by conference telephone or similar communication equipment, so long as all directors participating in the meeting can hear one another, and all such directors shall be deemed to be present in person at the meeting. We hereby certify that the foregoing minutes are a true and correct description of the business of the Board of Directors of CAL SOUTHWEST CONS during a telephonic conference of December 3 1, 1997. Dated: December 3 1 , 1997 . Abdcl Khalck Elseoud, Incoming Secretary, California All-Purpose Certificate of Acknowledgment State of California County of S& 3h,, On this the 9 1 day of 19 c , before me, 6 LL L tA;le I a Notary Public for the State of California, personally appeared x;c~~ lNa;yf Notary Public l&4 Name(s)‘rlt Signers(s) q personally known to me OR #- proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity&s), 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. Seal OPTIONAL INFORMATION The information belmv is optional. Hmvevea it may prove valuable and could prevent fraudulent attachment of this form to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL CORPORATE OFFICER Title(s) 17 PARTNER(S) 0 ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER: ABSENT SIGNER (PRINCIPAL) IS REPRESENTING: Name of Person(s) buiw { i&i./-- dOYcl Title or Type of Document L Number of Pages hy a.. /m Date of Document Other 0 1997 ESJ Educational Seminars, Inc Reproduction Prohibited Reorder: Call 1-800-303-5 123 STATE OF CALIFORNIA ss. COUNTY OF SAN DIEGO On , before me, D. KOHL PERSONALLY APPEARED STEVEN R. BONILLA personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowl- edged 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. Signature be@ This area for Official Notarial Seal OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITYCLAIMEDBYSIGNER DESCRIPTIONOFATTACHEDDOCUMENT 0 INDIVIDUAL 0 CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) 0 PARTNER(S) q LIMITED q GENERAL 0 ATTORNEY-IN-FACT NUMBER OF PAGES 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABOVE ID-081 Rev. 6194 ALL-PURPOSE ACKNOWLEDGEMENT C - BOND NUMBER: 510928p PREMIUM : $16,9 0 4.00 PREMIUM IS MR CONTRACT TERM AND IS SUBJECT TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE. FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Cartsbad, State of California, by Resolution No. 98-136 adopted May 5, 1998 , and the Board of Directors of the Municipal Water District of the City of Carlsbad, State of California, by Resolution No. Carlsbad 1014 adopted May 5, 1998 has awarded to Cal Southwest Construction CompaAy , (hereinafter designated as the “Principal”), a Contract for: JEFFERSON STREET 124NCH WATER MAIN AND REACH 5A VISTAKARLSBAD INTERCEPTOR SEWER REPLACEMENT PROJECT CMWD PROJECT NO. 94-101 - CONTRACT 31821A/35331 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of. which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, Cal Southwest Construction Company , as Principal, (hereinafter designated as the “Contractor”), and Indemnity Company of California as Surety, are held and firmly bound unto the City of Carlsbad,’ Eight Hundred Folty-Five Thousand Two Hundred Dollars ($ 8451219.00 Nineteen in the sum of ), said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. - - THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions,. and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney’s fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. 09/05/97 Contract No. 31821A-35331 Page 43 of 102 Pages - -_- C - - - ,-- In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this zj B7 Executed by SURETY this 12TH day of day of -flfl,/ , 1998. MAY ,108 . CONTRACTOR: SURETY: &i-i- 424 7jUWE9- tL2%wzarnd~~~, INDEMNITY COMPANY OF CALIFORNIA (name of Contractor) LY - BY:&& si n -.i!zLL&S@ 45hdd (print name here) (name of Surety) 17780 FITCH IRVINE, CA 92614 (address of Surety) 949-263-3300 (telephone number of Surety) / ti&E 4!5G?z4Rkb7 (Title and Organization of Signatory) By: (signature of Attorney-in-Fact) By: (sign here) (print name here) STEVEN R. BONILLA (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Title and Organization of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) (If signed by an individual partner, the partnership must attach a statement of partnership authorizing the partner to execute this instrument. APPROVED AS TO FORM: RONALD R. BALL City Attorney/General Counsel By: D&uty City Attorney/Deputy General Counsel 09/05/97 Contract No. 31821 A-35331 Page 44 of 102 Pages tr’ ,-j: ‘rlt ? ,, , MINUTES OF SPECIAL MEETING ). --A, 1 OFBOARD OFDIXECTORS :: ‘,d ..q “3 / On December 31,1997, at 8:00 a.m. PST,,a meeting of the Board of Directors of CAL SOUTHWEST CONSTRUCTION, INC., was held by telephonic conference, all members of the board as presently constituted, Chairman Mahmoud Osman, Ahmed Osman Ahmed Osman, Shereen Z. Moustafa, Abdel Khalek’Elseoud and Hany Salem being present and being able to hear each other at all times, and each member having waived notice of such meeting at the commencement of such conference, wherein the following action was taken: Chairman Osman explained to the other members of the board that, in order for this corporation to efficiently and effectively conduct its public works construction business in California, the corporation must have officers immediately present at all times in California to execute bids, confracts, agreements and other instruments necessary to conduct such business. On motion duly made and properly second!d, it was unanimously resolved that this corporation immediately reconfirm, replace and/or appoint the following persons to the offices noted: Mahmoud Osman Chairman of Board and President Ahmed Osman Ahmed Osman Vice-President Shereen 2. Moustafa Vice-President Richard Sing Vice-President and RMO Abdel Khalek EIseoud Vice-President and Secretary Hany Fathy Vice-President and Chief Financial Officer It was unanimously further resolved that Richard Sing, as Vice-President, &d Abdel Khalek Elseoud, as Secretary, are authorized and directed to execute anj~ bids, contracts, agreements and instruments necessary to carry out the intent of this telephonic meeting. There was no further business conducted by the Board of Directors during such telephonic conference, and Hany Fathy, as the outgoing Secretary .of the Corporation, and Abdel Khalek Elseoud, as the incoming Secretary of the Corporation, were directed to prepare minutes of such telephonic conference to be filed with the minutes of, the proceedings of the Board of Directors of this Corporation. This consent is executed pursuant to Section 3.06 of the Bylaws of this corporation adopted on November 1, 1996, which authorizes that any meeting, regular or special, may be held by conference telephone or similar communication equipment, so long as all directors participating in the meeting can hear one another, and all such directors shall be deemed to be present in person at the meeting. , WC hereby certify that the foregoing minutes are a true and correct description of the business of the Board of Directors of CAL SOUTHWEST CONSTRUCTION during a telephonic conferqnce of December 3 1, 1997. Dated: December 3 1 , 1997 . . Abdel Khalek Elseoud, Incoming Secretary California All-Purpose Certificate of Acknowledgment County of 5~ >,gh On this the df day of I 19 79 , before me, , Name of Notary Public a Notary Public for the State of California, personally appeared k:d kd %i Name(s)df SignersIs) q personally known to me OR proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are 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. Notary’s Sign&e II OPTloNAL lNFoRMATloN The information below is optional. However, it may prove valuable and could prevent fraudulent attachment of this form to an unauthorized document. Seal ) CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT cl Ei Cl Cl INDIVIDUAL CORPORATE OFFICER II tct Title(s) PARTNER(S) ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: ABSENT SIGNER (PRINCIPAL) IS REPRESENTING: Name of Person(s) C,ikCt/ t?*&,,/lUa-L Ad Title or Type of Document L Number of Pages kQ, q 17% Date of Document Other 0 1997 ESI Educational Seminars, Inc. Reproduction Prohibited Reorder: Call I-800-303, STATE OF CALIFORNIA ss. COUNTYOF SAN DIEGO On 5=/P- 9-7, , before mc, D. KOHL PERSONALLYAPPEARED STEVEN R. BONILLA personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowl- edged 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. Signature This area for Official Notarial Seal OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITYCLAIMEDBYSIGNER DESCRIPTIONOFATTACHEDDOCUMENT 0 INDIVIDUAL 0 CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) 0 PARTNER(S) 0 LIMITED 0 GENERAL 0 ATTORNEY-IN-FACT 0 TRUSTEE(S) NUMBER OF PAGES ; ;;;UA;lAN/CONSERVATOR DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTIl-Y(IES) SIGNER(S) OTHER THAN NAMED ABOVE ID-081 Rev. 6/94 ALL-PURPOSE ACKNOWLEDGEMENT POWER OF ATTORNEY OF . INDEMNITY COMPANY OF CALIFORNIA AND DEVELOPERS INSURANCE COMPANY l?O. BOX 19725, IRVINE, CA 92623 l (714) 263-3300 NC 021450 NTICE: 1. Ah power and authority herein granted shall in any event terminate on the 31st day of March, 1999. 2. This Power of Attorney is void if altered or if any portion is erased. 3. This Power of Attorney is void unless the seal is readable, the text is in brown ink, the signatures are in blue ink and this notice is in blue ink. 4. This Power of Attorney should not be returned to the Attorney(s)-In-Fact, but should remain a penanent part of the obligee’s records. KNOW ALL MEN BY THESE PRESENTS, that except as expressly limited, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, do each severally, but not jointly, hereby make, constitute and appoint ***STEVEN R. BONILLA, S. SMITH-BOWMAN, D. KOHL, JOINTLY OR SEVERALLY*** the true and lawful Attorney(s)-In-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations as sureties, bonds, undertakings and contracts of suretyship in an amount not exceeding Three Million Five Hundred Thousand Dollars ($3.500.000) in any single undertaking; giving and granting unto said Attorney(s)-In-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation; and all of the acts of said Attorney(s)-In-Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, effective as of September 24,1986: RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporations be, and that each of them hereby is, authorized to execute Powers of Attorney, qualifying the attorney(s) named in the Powers of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY have severally caused these presents to be signed by their respective Presidents and attested by their respective Secretaries this 3rd day of February, 1997. INDEMNITY COMPANY OF CALIFORNIA DEVELOPERS INSURANCE COMPANY ..- BY..- BY..- Walter Crow3 ’ Secretary BY- ATTEST BY- * Secretary STATE OF CALIFORNIA ;ss. COUNTY OF OFlANGE 1 On February 3, 1997, before me, Sherie L. Bell, personally appeared Dante F Vincenti, Jr. and Walter Crowell, personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they exequted 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. Signature CERTIFICATE The undersigned, as Senior Vice President of INDEMNITY COMPANY OF CALIFORNIA, and Senior Vice President of DEVELOPERS INSURANCE COMPANY, does hereby certify that the foregoing and attached Power of Attorney remains in full force and has not bean revoked; and furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney, are in force as of the date of this Certificate. - This Certificate is executed in the City of Irvine, California, this lW3ayof MAY 8 ,199 JEMNITY COMPANY OF CALIFORNIA DEVELOPERS INSURANCE COMPANY BY Senior Vice President Senior Vice President ID-313 REV 13f971 r- C CITY OF CARLSBAD Purchasing Department 1200 Carlsbad Village Drive Carlsbad CA 92008 REPRESENTATION AND CERTIFICATION The followina reoresentation and certification shall be completed, signed and returned to City of Carlsbad as z p&t-t of the bid package. REPRESENTATIONS: Mark all applicable blanks. This offeror represents as part of this offer that the ownership, operation and control of the business, in accordance with the specific definitions listed below is: Are you currently certified by CALTRANS? YES NO- Certification #: CERTIFICATION OF BUSINESS REPRESENTATION(S): Mark all applicable blanks. This offeror represents as a part of this offer that: This firm is-, is not- a minority business. This firm is -I is not- a woman-owned business. WOMAN-OWNED BUSINESS: A woman-owned busi- ness is a business of which at least 51 percent is owned, controlled and operated by a woman or women. Controlled is defined as exercising the power to make policy decisions. Operation is defined as actually involved in the day-to-day management. DEFINITIONS: FIRM’S PRIMARY PRODUCTS OR SERVICE: .- MINORITY BUSINESS ENTERPRISE: “Minority Business” is defined as a business, at least 51 percent of which is owned, operated and controlled by minority group members, or in the case of publicly owned businesses, at least 51 percent of which is owned, operated and controlled by minority group members. The Small Business Administration defines the socially and economically disadvantaged (minorities) as Black American, Hispanic American, Native Americans (i.e. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific Americans (i.e., U.S. Citizens whose origins are from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan). CONSTRUCTION CONTRACTOR: CLASSIFICATION(S): LICENSE NUMBER: TAXPAYERS I.D. NO. CERTIFICATION: The information furnished is certified to be factual and correct as of the date submitted. COMPANY NAME PRINTED NAME ADDRESS TITLE CITY, STATE AND ZIP SIGNATURE TELEPHONE NUMBER DATE Contract No. 31821 A-35331 Page 45 of 102 Pages OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called “City” and whose address is hereinafter called “Contractor” and called “Escrow Agent.” whose address is hereinafter For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: C 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for the Jefferson Street 12-inch water main and Reach 5A Vista/California Interceptor Sewer Replacement Project, CMWD Project No. 94-101 - Contract No. 31821AI35331 in the amount of dated (hereinafter referred to as the “Contract”). Alternatively, on written request of the contractor, the City shall make payments of the retention earnings directly to the escrow agent. When the Contractor - deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the escrow agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the , and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the escrow agent, the escrow agent shall hold them for the benefit of the contractor until such time as the escrow created under this contract is terminated. The contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the escrow agent directly. 4. The contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 09/05/97 Contract No. 31821A-35331 Page 46 of 102 Pages - 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization. from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. - 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days’ written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent’s release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title Name c- e I Signature 7 Address For Contractor: C For Escrow Agent: Title Name Signature Address Title Name Address Contract No. 31821A-35331 Page 47 of 102 Pages At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: For Contractor: For Escrow Agent: 43 09/05/97 Title Name Signature Address Title Name Signature Address Title Name Signature Address Contract No. 31821 A-35331 Page 48 of 102 Pages _-. - SPECIAL PROVISIONS FOR JEFFERSON STREET 124NCH WATER MAIN AND REACH 5A VISTAKARLSBAD INTERCEPTOR SEWER REPLACEMENT PROJECT CONTRACT NO. 94-101 - CONTRACT NO. 31821A135331 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 1, GENERAL PROVISIONS SECTION 1 --TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS l-l TERMS .C - - K-- Add the following section: l-I.1 Reference to Drawings. Where words “shown , ” “indicated”, “detailed”, “noted”, “scheduled”, or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. Add the following section: l-l .2 Directions. Where words “directed”, “designated”, ” selected”, or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word “required” and words of similar import shall be understood to mean “as required to properly complete the work as required and as approved by the Engineer,” unless stated otherwise. Add the following section: l-l.3 Equals and Approvals. Where the words “equal”, “approved equal”, “equivalent”, and such words of similar import are used, it shall be understood such words are followed by the expression “in the opinion of the Engineer”, unless otherwise stated. Where the words “approved”, “approval”, “acceptance”, or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. Add the following section: l-l.4 Perform. The word “perform” shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. 09105/97 Contract No. 31821 A-35331 Page 49 of 102 Pages Agency -the City of Carlsbad and Carlsbad Municipal Water District, Carlsbad, California. - - Clty Council - the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or his/her approved representative. Dlspute Board - persons designated by the City Manager to hear and advise the City Manager on claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute resolution. Engineer - the District Engineer of the Carlsbad Municipal Water District or his/her approved representative. The District Engineer is the third level of appeal for informal dispute resolution. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Own Organlzation - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 “own organization” means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor’s Own Organization and will not be included for the purpose of compliance with section 2-3.1 of the Standard Specifications and these Special Provisions. c. Owner Operator/Lessor - Any person who provides equipment or tools with an operator provided .L- who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility. C Principal Inspector - The Senior Inspector’s immediate supervisor and second level of appeal for informal dispute resolution. Project Inspector - the Engineers designated representative for inspection, contract administration and first level for informal dispute resolution. Project Manager - the District Engineer of the Carlsbad Municipal Water District of the City of Carlsbad or his/her approved representative. - Senior Inspector-the Project Inspector’s immediate supervisor and first level of appeal for informal dispute resolution. SECTION 2 -- SCOPE AND CONTROL OF THE WORK - 23 SUBCONTRACTS. 2-3.1 General, add the following: Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or to deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor‘s own organization. The City Council shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be am w 09/05/97 Contract No. 31821A-35331 Page 50 of 102 Pages - entitled to a public hearing before the City Council and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. - - Z-4 CONTRACT BONDS, modify as follows: Delete the third sentence of the first paragraph having to do with a surety being listed in the latest revision of U.S. Department of Treasury Circular 570. Modify Paragraphs three and four to read: The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in the amount of 100 percent of the contract price and the payment bond shall be in the amount of 50 percent of the contract price. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. - The payment bond shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. C Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other - instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. - If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer’s certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. 2-5 PLANS AND SPECIFICATIONS. 24.1 General, add the following: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 1997 Edition, hereinafter designated “SSPWC”, as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Special Provisions section of this contract. - The construction plans consist of one (I) set. The first set is designated as CMWD Project No. 94- 101 and consists of seventeen (17) sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Public Works, together with the City of Carlsbad Supplemental Standard Drawings and CMWD Standard Specifications & Drawings. Copies of some of the pertinent standard drawings are enclosed as an appendix to these Special Provisions. - 2-5.2 Precedence of Contract Documents, add the following: Where CALTRANS specifications - are used to modify the SSPWC or added to the SSPWC by any of the contract documents the CALTRANS specifications shall have precedence only to the materials and construction materials 09/05/97 Contract No. 31821A-35331 Page 51 of 102 Pages referred to in the CALTRANS specifications. The Invitation to Bid, Contract for Public Works, Part 1 of these Special Provisions and Part 1 of the SSPWC in the order of precedence in section 2-5.2 of - the SSPWC shall prevail over the CALTRANS specifications. - 2-5.3.3 Submittals, add the following: When submitted for the Engineer’s review, Shop Drawings shall bear the Contractor’s certification that he has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: “I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval. By: Title: Date: Company Name: Add the following: 2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete “as-built” record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact “as-built” locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer upon completion of the work. Payment for performing the work required by section 2-5.4 shall be included in various bid items and no additional payment will be made therefor. 2-9 SURVEYING. 28.1 Permanent Survey Markers, substitute the following: The Contractor shall not disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by a licensed land surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Licensed Land Surveyor shall file corner record(s) as required by @ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. r 2-9.3 Survey Service, substitute the following: . The Contractor shall hire and pay for the services of a land surveyor licensed in the State of California, hereinafter Surveyor, to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 09/05/97 Contract No. 31821 A-35331 Page 52 of 102 Pages Add the following section: 2-9.3.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of section 2-5.3.3, ‘Submittals”, herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 8i/2n by 11” paper. The field notes, calculations and data shall be clear and complete with name of field party chief, field crew members, preparer, date of observation or calculation, consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS “Surveys Manual”. The Contractor shall have a Record of Survey prepared and filed in conformance with 95 8700 - 8805 of the State of California Business and Professions Code showing all SDRS M-10 monuments set. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer’s review and approval before submittal to the County Surveyor and before submittal to the County Recorder. - - - - Add the following section: 2-9.3.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at 50 foot intervals as measured along the project stationing unless a lesser interval is specified herein. Rough sub-grade stakes on slopes shall be set at top of cuts, toe of fills, or slope catch points and street crown lines where no median exists. Large slopes shall have line point set to aid in construction of the slope. Rough sub-grade stakes for roadway section shall be set at edge of pavement and top of curbs. Finish sub-grade stakes shall be set prior to placing subbase or aggregate base for the roadway section. The stakes shall be set at edge of pavement and top of curbs. Finish subgrade stakes for the aggregate base for the roadway section shall be at 25foot intervals at edge of pavement and top of curbs and crown line where no median exists. Intermediate stakes between edge of pavement and top of curb shall be set at 15-foot intervals by the surveyor. Finish aggregate subbase and aggregate base grade stakes shall be at 25-foot intervals at top of curb, edge of pavement, and all crown lines and grade breaks. Intermediate stakes between edge of pavement and top of curb shall be set at 15-foot intervals. Storm drain staking shall be done at 25-foot intervals. Catch basins shall be staked at centerline and each end of the local depression. Curbs/curbs and gutter shall be staked at 25-foot intervals, center line of driveways, and l/4, l/2, 3/4 delta on returns. Fills to finish grade at 25-foot intervals by the paving pass width shall be painted on the pavement prior to placing each lift of asphalt on variable thickness pavement overlays requiring leveling courses. Intersections showing specific finished asphalt grids shall be painted per the grid. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. Surveyor shall mark the removal limits and limits of work line shown on the plans. The markings shall consist of continuous painted lines on asphalt and concrete surfaces and red flagged or painted laths spaced on centers no more than twenty-five feet on unimproved areas. The markings shall be completed by Surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centerline monuments shall be laid out, their disk stamped, and a Record of Survey satisfactory to the Engineer filed with the County in accordance with the Professional Land Surveyors Act. Water and sewer line stakes shall be set at 25-foot intervals with offsets referencing the top and centerline of pipe on main line and laterals. For all pipeline work the pipe and each access hole, pipe material change, lateral connection, fitting, appurtenance, or hydrant location with elevations shall be staked and provided with grade stakes designating the offset of the reference point, station, elevation of reference point, cut (or fill) and feature of pipe that is referenced. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged at 25 foot intervals prior to the r start of any other activities within the limits of the work. Add the following section: 09/05/97 Contract No. 31821A-35331 Page 53 of 102 Pages 2-9.3.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey work and no - - additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made therefor. Payment for the replacement of disturbed monuments and the filing of wmer records shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made therefor. 2-10 AUTHORITY OF BOARD AND ENGINEER Add the following section: 240.1 Availability of Records, The Contractor shall provide copies of all records in the Contractor’s or subcontractor’s possession pertaining to the work that the Engineer may request. Add the following section: 240.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities. The Engineer shall have the tight to monitor, assess, and evaluate Contractor’s performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor’s staff. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractors ongoing business operations. Contractor shall maintain such data and records for as long as may be required by applicable laws and regulations. C - SECTION 3 -- CHANGES IN WORK 3-3 EXTRA WORK. 3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrease in a minor Bid Item, the use of this basis for the adjustment of payment will be limited to that portion of the change, which together will all previous changes to that item is not in excess of 25 percent of the total cost of such item based on the original quantity and Contract Unit Price. Adjustments in excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work. - 3-3.2.2 ( c ) Tool and Equipment Rental, second paragraph, modify as follows: Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, “Labor Surcharge & Equipment Rental Rates” published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any, The labor rates published therein are not a part of this contract. 3-3.2.3 Markup, Delete section 3-3.2.3 from the 1995 and 1996 Supplements to the SSPWC and f- replace with the following: - 09/05/97 Contract No. 31821 A-35331 Page 54 of 102 Pages ,- (a) Work by Contractor, The following percentages shall be added to the Contractor’s costs and shall constitute the markup for all overhead and profits: 1) Labor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20 2) Materials . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 3) Equipment Rental . . . . . . . . . . . . . . . . . . . 15 4) Other Items and Expenditures . . 15 ‘To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. - c3 04 Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractors actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor, add the following after the second sentence: Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. 3-4 CHANGED CONDITIONS. delete the second sentence of paragraph three, delete paragraph five (5), and add the following: The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless he shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6- 7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor’s failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-l 2655. “The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City’s proposed final estimate in order for it to be further considered.” The Contractor’s estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. -f- It is the intention of this section that differences between the parties arising under and by virtue of the 09/05/97 Contract No. 31821 A-35331 Page 55 of 102 Pages - contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. Add the following: The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute resolution pursuant to Public Contract Code (PCC) provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Senior Inspector 3. Principal Inspector 4. District Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor’s report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor’s presentation of its report. The Contractor may appeal each level’s position up to the City Manager after which he may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(l) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(l) “Public work” has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that “public work” does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) “Claim” means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. e w 09105/97 Contract No. 31821 A-35331 Page 56 of 102 Pages (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications <- for any work which may give rise to a claim under this article. - (d) This article applies only to contracts entered into on or after January 1, 1991. - - - 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency’s written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency’s written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency’s written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency’s response or within 15 days of the local agency’s failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. _- - The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and 09105/97 Contract No. 31821 A-35331 Page 57 of 102 Pages shall be concluded within 15 days from the commencement of the mediation unless a time ,- requirement is extended upon a good cause showing to the court or by stipulation of both parties. If .- the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. - - (b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141 .lO) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141 .l 1 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141 .lO) Title 3 of Part 3 of the Code of Civil Procedure, any party who .after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney’s fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20164.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. SECTION 4 - CONTROL OF MATERIALS 4-l MATERIALS AND WORKMANSHIP. 4-1.3.1 General, add the following: The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.4 Test of Materials, add the following: Except as specified in these Special Provisions, the Agency will bear the cost of testing materials and/or workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Special Provisions. The cost of all other tests shall be borne by the Contractor. _ ,v-- At the option of the Engineer, the source of supply of each of the materials shall be approved by him before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the 09105197 Contract No. 31821 A-35331 Page 58 of 102 Pages - - project site all at the Contractor’s expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 41.6 Trade names or Equals, add the following: The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. SECTION 5 - UTILITIES 5-l LOCATION. Add the following: The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. 54 RELOCATION. Add the following: In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon request to the Engineer, may be permitted to temporarily omit the portion of work affected by the utility. Such omission shall be for the Contractor’s convenience and no additional compensation will be allowed therefor. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-6 COOPERATION. Add the following: P 5.6-2 Contractor shall coordinate relocation of bus stop at the corner of Jefferson Street and Las Flores Drive with the North County Transit District prior to closing Jefferson Street for construction. SECTION 6 -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete subsection 6-l ’ and substitute the following: The Contractor shall begin work within ten (10) calendar days after receipt of the “Notice to Proceed”. 5-6.1 San Diego Gas & Electric (SDG&E) will cut and plug conduit in the vicinity of Interceptor Sewer Station 113+00. The Contractor shall protect in olace all conduit parallel to the 36-inch sewer at five (5’) feet on center or greater at the direction of SDG&E. Contractor shall coordinate removal of conduit where the separation between the gas conduit and Interceptor Sewer pipeline is less that five (5’) feet on center at the direction of SDG&E. t- Add the following section: - 6-1 .I Pre-Construction Meetlng. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor’s 09/05/97 Contract No. 31821 A-35331 Page 59 of 102 Pages - - C /” management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractors responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per section 6-4. No separate payment will be made for the Contractor’s attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. Add the following section: 6-1 .I .I Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of sections 6-1.2 through 6- 1.2.9 and shall be on hard (paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media. Add the following section: 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. Add the following section: - 6-I .2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. Add the following section: 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. Add the following section: 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. c- Add the following section: 6-l .2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 95 compatible Suretrak program by Primavera to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency a 3.5” data disk with all network information contained thereon, in a format readable by a Microsoft Windows 95 system. The Agency will use a Suretrak or equal software program for review of the Contractor’s schedule. Should the Contractor elect to use a scheduling program other than the Suretrak program by Primavera the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The on-site training shall be held at 2075 Las Palmas Drive, Carlsbad, California. # 09/05/97 Contract No. 31821 A-3533; Page 60 of 102 Pages r Add the following section: 6-l .2.5 Schedule Activities. - Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, including submittals, interfaces between utility companies and other agencies, project milestones - and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractors plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity’s description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. - Add the following section: 61.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. Add the following section: 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity’s construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. C Add the following section: 6-l .2.6 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for default by C Contractor, per section 6-4. r- Add the following section: 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor’s plan to support and maintain the project for the entire contractual timespan of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of section 6-l. The Engineer may choose to accept the Contractor’s proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency’s acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. - Add the following section: 6-l .2.10 Engineer’s Review. The Construction Schedule is subject to the review of the Engineer. The Engineer’s determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these special .provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the - Contractor to obtain the Engineer’s determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these special provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. 09/05/97 Contract No. 31821 A-35331 Page 61 of 102 Pages - The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per sections 6-l .2.10.1 through 6-1.2.10.3. Add the following section: 6-1.2.10.1 “Accepted.” The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with section 6-l .8.1. Add the following section: 6-1.2.10.2 “Accepted with Comments.” The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per section 6-1.8.1. Add the following section: 6-I .2.10.3 “Not Accepted.” The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per section 6-l .8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked “Accepted” or “Accepted with Comments” by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked “Accepted” by the Engineer. Add the following section: 61.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity’s schedule status and shall C submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media per the submittal requirements of section 2-5.3 and will include each item and element of sections 6-1.2 through 6- 1.2.9 and 6-1.3.1 through 6-1.3.7. Add the following section: 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. Add the following section: 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. Add the following section: 6-1.3.3 Electronic Media. The schedule data disk shall be a 3’4” high density diskette, labelled with the project name and number, the Contractor’s name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in section 6- 1.2.2 Schedule Software and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. F- Add the following section: 61.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, i- with an explanation for each change. CI Add the following section: 09/05/97 Contract No. 31821 A-35331 Page 62 of 102 Pages - 6-1.3.5 Change Orders, Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor’s change orders. Add the following section: 6-t.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. Add the following section: 6-1. 4 Engineer’s Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per sections 6- 1.4.1 through 6-l .4.3. Any Updated Construction Schedule marked “Accepted with Comments” or “Not Accepted” by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked “Not Accepted”. Add the following section: 6-l -4.1 “Accepted.” The Contractor may proceed with the project work, and will receive. payment for the schedule in accordance with section 6-1.8.2. Add the following section: 6-l .4.2 “Accepted with Comments.” The Contractor may proceed with the project work. The - Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per section 6-l .8.2. Add the following section: 6-l .4.3 “Not Accepted.” The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked “Accepted” by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor’s responsibility. P Add the following section: 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent “Accepted” Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the “Accepted” schedule. r Add the following section: -’ 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the C 09105197 Contract No. 31821 A-35331 Page 63 of 102 Pages - - - - P 4 -_ -* next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of section 2-5.3 and per the schedule review and acceptance requirements of .section 6-1, including but not limited to the acceptance and payment provisions. Add the following section: 6-1. 7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor’s Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-l. 4 Engineers Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per section 9-3.2. ffz2R AYvH~m- Add the following section: z 4 /d,Om?’ 64.6 Measurement and Payment. Construction Schedule will be paid for at the stipulated lump sum price of One Thousand Five Hundred Dollars ($+$66-66) The stipulated lump sum price paid for Construction Schedule shall include full compensation for furnishing all labor, materials including, but not limited to, the computer hardware and software, tools, equipment, and incidentals; and for doing all the work involved in attending meetings, preparing, furnishing, updating, revising the tabular, bar and flow chart Construction Schedules and narrative reports required by these special provisions and as directed by the Engineer. The Engineer’s determination that each and any construction schedule proposed by the Contractor complies with the requirements of these special provisions shall be precedent to each and any payment for the Construction Schedule. Payments for Construction Schedule will be made as per sections 6-1.8.1 through 6-l .8.3. Add the following section: 6-1.6.1 Initial Payment. Five Hundred Dollars ($500.00) of the stipulated lump sum bid for the Construction Schedule will be made when the Engineer has accepted a Construction Schedule for this project fgfi +%=?~~m +z Add the following section: ASP \ 6#-Q ., 6-l .6.2 Monthly Updated Construction Schedule Payments. Monthly Updated Construction Schedule Payments of One Hundred Dollars ($X%66) will be made subsequent to the initial payment for the Construction Schedule for each monthly Construction Schedule, updated as required herein, that the Engineer has accepted as sufficient within the month that the monthly progress payment pertains. No payment shall be made, nor shall any payment accrue, for any monthly updated construction schedule that is not marked “Accepted” by the Engineer on or before the twentieth working day of the month such monthly updated construction schedule is due per section 6-1.3 Preparation of Schedule Updates and Revisions. The sum of the amounts paid for Construction Schedule during the initial and subsequent payment periods, or extensions to the contract, shall not exceed thestipulated lump sum price for Construction Schedule. 4zk.s #??ffleH@ ;2fi , -- Add the following section: K&t ~baa - 6-1.6.3 Concluding Payment. A Final payment of Four Hundred Dollars (!$4O&W) for the Construction Schedule will be made when both one hundred percent of the contract work is completed and the Engineer has accepted a final construction schedule update prepared and submitted by the Contractor as required herein that shows the actual beginning and ending dates and all other data that is required for baseline and update schedules for each activity shown on the baseline construction schedule and updates thereto that the Engineer accepted for this project. 6-2 PROSECUTION OF WORK. 09/05/97 Contract No. 31821A-35331 Page 64 of 102 Pages and all other data that is required for baseline and update schedules for each activity shown on the baseline construction schedule and updates thereto that the Engineer accepted for this project. - 6-2 PROSECUTION OF WORK. - Add the following section: 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes installation of 12-inch PVC water main, 12-inch steel water main and 36-inch RCP Interceptor Sewer. Construction of the 36- inch Interceptor Sewer in the vicinity of Station 117+00 will be completed by the Contractor prior to construction of the 12-inch water main west of the Jefferson Bridge Overcrossing. - Add the following section: 6-2.2 Nighttime Work. Nighttime work shall be performed by the Contractor to establish the sewer by-pass at Access Hole No. 54, located west of the Jefferson Bridge Overcrossing. The installation and removal of the sewer by-pass will be completed between the hours of 2 A.M. and 5 P.M., Monday through Friday, unless otherwise approved in writing by the Encina Wastewater Authority. The Contractor will reference section 6-7.2 regarding coordination and time for completion of the sewer by-pass installation and removal. Add the following section: 6-2.3 Project Meetings. The Engineer will establish the time and location of bi-weekly Project Meetings. Each Project Meeting shall be attended by the Contractor’s Representative. The Project Representative shall be the individual determined under section 7-6, “The Contractor’s Representative”, SSPWC. No separate payment for these meetings will be made. 6-6 DELAYS AND EXTENSIONS OF TIME. C 6-6.4 Written Notice and Report. Modify as follows: The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefor. 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within one hundred eiahtv (180) calendar days after the starting date specified in the Notice to Proceed. -_ - 6-7.2 Working Day. Add the following: Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 09/05/97 Contract No. 31821 A-35331 Page 65 of 102 Pages sewer by-pass with the Encina Wastewater Authority (EWA) prior to any Work which will interfere with proper operation of the existing VistaICartsbad Interceptor Sewer. The point of contact at EWA - is Mike Hogan at (760) 4389941x3500. The Contractor will install and remove the sewer by-pass over a two (2) to three (3) hour interval during low flow periods. The low flow periods are generally between 2 A.M. and 5 A.M., Monday through Saturday. Work on Sunday between the hours of 12 P.M. and 5 A.M. may be approved at the discretion of the EWA. - c- 6-6 COMPLETION AND ACCEPTANCE. Add the following: All work shall be warranted for one (1) year after recordation of a “Notice of Completion” and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty- five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. 6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentence of the second paragraph and add the following: for each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of One Thousand Dollars ($1 ,OOO.OO). P Execution of the Contract shall constitute agreement by the Agency and Contractor that One Thousand Dollars ($1 ,OOO.OO) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. - I- SECTION 7 -- RESPONSIBILITIES of the CONTRACTOR - 7-3 LIABILITY INSURANCE. Add the following: All insurance is to be placed with insurers that have a rating in Best’s Key Rating Guide of at least A-:V and are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. 74 WORKERS COMPENSATION INSURANCE. Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers’ compensation insurance. 3. On Page 66 of the Specifications, Section 7-5, PERMITS, MODIFY the first sentence as responsible for obtaining all encroachment, right-of-way, grading, and building permits as necessary to perform work for this contract. Permit fees, if any, for permits obtained from the City of Carlsbad or Carlsbad Municipal Water District will be paid by the District at no cost to the Contractor. r 4. On Page 66 of the Specifications, Section 7-5, PERMITS, ADD the following paragraph: The Contractor shaii be responsible for obtaining the Caltrans Encroachment Permit and paying all associated fees. A copy of the Caltrans “Mother*Permit” is included as . . Appendix D. ‘.. -ii-I-- ~. --_3L- - 7-7 COOPERATION AND COLLATERAL WORK. - Add the following section: 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 7-8.5 Temporary Light, Power and Water. Add the following: The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. -C The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefor. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. - Add the following section: 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with,mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7 740 PUBLIC CONVENIENCE AND SAFETY. - 740.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in accordance with the plans, Chapter 5 of the California Department of Transportation “Manual of Traffic Controls,” 1996 edition and these Special Provisions. If any component in the traffic control system is displaced, or ceases to operate or function as specified, from any cause, during the - progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the - traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($20.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. r- Add the following section: h 7-l 0.3.1 Construction Area Signs. Warning and advisory signs, lights and devices installed or - placed to provide traffic control, direction and/or warning shall be furnished, installed, maintained and removed by the Contractor when no longer required. Care shall be used in performing excavation for ‘m w 09/05/97 Contract No. 31821 A-35331 Page 67 of 102 Pages - - signs in order to protect underground facilities. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existant conditions shall be removed from the travelled way or shielded from the view of the travelling public during such periods that their message does not pertain to existing conditions. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the travelled way and shielded from the view of the travelling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 12-3.068, “Portable Signs”, of the CALTRANS Standard Specifications; or Reflexite vinyl microprism reflective sheeting signs; or 3M high intensity reflectorized sheeting on aluminum substrate signs of Seibulite Brand Ultralite Grade Series, encapsulated lens retroreflective sheeting signs; or equal. Stationary mounted signs used for traffic control during construction of the Work shall be installed on break-away sign posts as shown on SDRS drawing M-45 or on wood posts in the same manner shown on CALTRANS Standard Plans RS 1, RS 2, RS 3 and RS 4 for installation of roadside signs, except as follows: (a) Back braces and blocks for sign panels will not be required. (b) The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m. (c) Construction area sign posts may be installed on above ground temporary platform sign -- supports as approved by the Engineer, or the signs may be installed on existing lighting standards or other supports as approved by the Engineer. (d) When construction area signs are installed on existing lighting standards, holes shall not be made in the standards to support thesign. (e) The post embedment shall be O.&m if post holes are backfilled around the posts with 500-C 2500 concrete. (f) When break-away sign posts (SDRS M-45) are used one post shall be provided for each 0.48 square meters of sign area. - - For wood posts post size and number of posts shall be as shown on CALTRANS Standard Plan RS 2. Lumber for wood posts shall be as for sight posts. Sign panels for stationary mounted signs shall conform to the requirements of Section 206-7, “Reflective Sheeting Aluminum Signs”, and the following: (a) All rectangular sheet aluminum signs over 1375 mm measured along the horizontal axis, and all diamond-shaped sheet aluminum signs 1500 mm and larger shall be framed unless otherwise specified. (b) Frames shall be constructed in accordance with “Framing Details for Sheet Aluminum Signs,” Sheets 1 through 4 and Table 1 on Sheet 5, as published by CALTRANS. - (c) Sign panel fastening hardware shall be commercial quality. Each portable sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of sign panels for stationary mounted signs in 206- 7, “Reflective Sheeting Aluminum Signs”, or shall be Type IV reflective sheeting, cotton drill fabric, 09/05/97 Contract No. 31821 A-35331 Page 68 of 102 Pages - - flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, wlor, and legend requirements for portable signs shall be as described for stationary mounted sign panels in Section 206-7, “Reflective Sheeting Aluminum Signs”. The height to the bottom of the sign panel above the edge of traveled way shall be at least.0.3 m. All parts of the sign standard or framework shall be finished with 2 applications of an orange enamel which will match the wlor of the sign panel background. Testing of paint will not be’required. If portable signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original locations. - Add the following section: 7-10.3.2 Maintaining Traffic. Attention is directed to Sections 7-10 SSPWC “Public Convenience and Safety.” Nothing in these Special Provisions shall be construed as relieving the Contractor from its responsibility as provided in said Section 7-10. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective wne sleeves as specified in CALTRANS “Standard Specifications”, except the sleeves shall be seven (7) inches long. - - The Contractor’s personnel shall not work closer than six (6) feet, nor operate equipment within two (2) feet from any traffic lane occupied by traffic. For equipment the two (2) feet shall be measured - from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such - waiver or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. -F Personal vehicles of the Contractor’s employees shall not be parked within the traveled way, including any section closed to public traffic. Whenever vehicles or equipment are parked on the shoulder within six (6) feet of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at 25-foot intervals to a point not less than 25 feet past the last vehicle or piece of equipment. A minimum of nine (9) wnes or portable delineators shall be used for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted on a telescoping flag tree with flags. The flag tree shall be placed where directed by the Engineer. All construction traffic control devices shall be maintained in good order and according to the plan throughout the duration of work. During the entire construction, a minimum of two paved traffic lanes, not less than twelve (12) feet wide, shall be open for use by public traffic in each direction of travel. Add the following section: 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes in accordance with the details shown on the plans, CALTRANS “Manual of Traffic Control”, 1996 edition and provisions under “Maintaining Traffic” elsewhere in these Special Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the - 1 Engineer, within the limits of the right-of-way. # 09105/97 Contract No. 31821A-35331 Page 69 of 102 Pages Add the following section: .- - 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under “Traffic Control System for Lane Closure” of these Special Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until he has submitted its plan to the Engineer and has received the Engineer’s written approval of said plan. - Add the following section: 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in Chapter 5 of the “Traffic Manual”, edition published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. - Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. -F Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. - - Add the following section: 7-10.3.6 Modifications and Additions to Traffic Control Plan Sheets. The Contractor shall submit new Traffic Control Plans (TCP) for the Engineer’s review for any construction activities that do not fall within the Traffic Control Staging plans that may be included in the plans for this project. The Contractor must obtain the Engineer’s approval of the new TCP prior to implementing them. The Contractor may choose to modify, add to or supplement the traffic control plan shown on thirteen (13) through seventeen (17) of CMWD Project No. 94-101 of the contract documents or substitute traffic control schemes to further its own interests. Such substitution shall be prepared in type and kind as sheets thirteen (13) through (17) of CMWD Project No. 94-101. The level of detail, format, and graphics shall be of quality and size no less than shown on sheets thirteen (13) through seventeen (17) of CMWD Project No. 94-101. All expenses and time to prepare and review such modifications, additions, supplements and/or new designs shall be included in the lump sum bid for traffic control or, in the absence of a traffic control bid item, borne by the Contractor and no additional payment will be made therefor. Such modifications, supplements and/or new design shall meet the requirements of the “MANUAL OF TRAFFIC CONTROLS”, 1996 Edition as published by the State of California Department of Transportation and of the Engineer. Such modification, addition, supplement, and/or new design shall be prepared by a professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs. The Engineer may approve any such modifications, supplements, and/or new designs to the traffic control plans when, in his/her sole opinion, such modifications, supplements, and/or new designs to the traffic control plans prepared by the registered engineer retained by the Contractor will be beneficial to the best interests of the - - - 09/05/97 Contract No. 31821 A-35331 Page 70 of 102 Pages - Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed traffic control plans are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs shall conform to the requirements of section 2-5.3 Shop Drawings and Submittals. - Add the following section: 7-l 0.3.7 Payment. The Contractor shall provide traftic controt at the contract lump sum price bid. The contract lump sum price paid for “traffic control” shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modifications, as specified in these special provisions, and as directed by the Engineer. Flagging costs will be paid for as a part of the Lump Sum Amount for “Traffic Control.” When included as a bid item the cost of labor and material for portable wncrete barriers will be paid for at the price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no additional payment will be made therefor. Progress payment for “Traffic Control” will be based on the percentage of the improvement work completed. Add the following section: 7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work, and shall comply with all applicable provisions of -- Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. C - SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. Add the following: Contractor shall furnish the Engineer a “Class A” Field Office. The field office shall be for the exclusive use of the Engineer and such other individuals that he may designate. The Contractor shall maintain the field otTice throughout the entire duration of the contract unless the Engineer shall otherwise direct. 8-2.1 Class “A” Field Office. Add the following: Additionally the “Class A” Field Office shall be provided with: one (1) additional standard five foot double pedestal desk with two chairs, one - electrostatic copier and supplies, copier shall be Xerox Model 5018, or equal, and one additional plan rack shall be provided. Water cooler to have hot and chilled water. The integral sanitary facilities may be separate enclosed toilets per Section 7-8.4. Furnishings are subject to agency approval. The field a 09/05/97 Contract No. 31821 A-35331 Page 71 of 102 Pages office shall be located at a site satisfactory to the Engineer and within the limits of work. Access and three parking spaces for the exclusive use of the Engineer and his/her designees that are convenient and satisfactory to the Engineer shall be provided by the Contractor. The field office shall have a 24” x 36” sign affixed near the entry door. The sign text shall be .proportioned as shown below. The Contractor shall affix a City seal to the sign in a centered location. The City seal will be supplied by the Engineer. C - CITY OF CARLSBAD ENGINEERING INSPECTION - -- 8-6 BASIS OF PAYMENT. Add the following: Payment for field office will be made at the monthly price bid and will include full compensation for installing and removing the field office, relocating it as may be necessary to facilitate the project, providing utilities including, but not limited to, electrical, telephone, potable water and sanitary facilities, and maintenance. The monthly rate will be paid for each full calendar month throughout the duration of the contract that the field office, complete with all facilities and utilities, is available to the Engineer and on the project excepting when the Engineer has ordered that the field office be removed from the project. - - - - SECTION 9 - MEASUREMENT & PAYMENT 9-3 PAYMENT. 9-3.2 Partial and Final Payment. Modify the second paragraph as follows: Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of the Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30) calendar days af&er the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for his information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the w w 09/05/97 Contract No. 31821 A-35331 Page 72 of 102 Pages undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in - subdivision (a) of Section 685.010 of the Code of Civil Procedure. - - 9-3.2 Partial and Final Payment. Modify the third paragraph as follows: The Agency shall retain 10 percent of such estimated value of the work done and 10 percent of the value of materials so estimated to have been furnished and delivered and unused or furnished and stored as aforesaid as part security for the fulfillment of the contract by the Contractor, except that at any time after 20 percent of the work has been completed, if the Engineer finds that satisfactory progress is being made, the Agency may reduce the total amount being retained from payment pursuant to the above requirements to 5 percent of the total estimated value of said work and materials and may also reduce the amount retained from any of the remaining partial payments to 5 percent of the estimated value of such work and materials. In addition, on any partial payment made after 95 percent of the work has been completed, the Agency may reduce the amount withheld from payment pursuant to the requirements of this Section to such lesser amounts as the Engineer determines is adequate security for the fulfillment of the balance of the work and other requirements of the contract, but in no event will said amount be reduced to less than 125 percent of the estimated value of the work yet to be completed as determined by the Engineer. Such reduction will only be made upon the written request of the Contractor and shall be approved in writing by the surety on the Performance Bond and by the surety on the Payment Bond. The approval of the surety shall be submitted to the Engineer; the signature of the person executing the approval for the surety shall be properly acknowledged and the power of attorney authorizing him to give such consent must either accompany the document or be on file with the Agency. 9-3.2 Partial and Final Payment. Add paragraph 6 et seq. as follows: After final inspection, the -- Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. g-3.2.1 Payment for Claims. Add the following: Written statement shall be submitted to the Agency within 30 calendar days of receipt of Final Payment for all claims for the entire project. No # 09/05/97 Contract No. 31821 A-35331 Page 73 of 102 Pages - claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. - Payment for claims shall be processed within 30 calendar days of receipt of the written statement or further information, whichever is longer, for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under subsection 3-5, Disputed Work, for those claims remaining in dispute. Add the following section: g-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work (will not) be included in the progress estimate. Add the following section: 9-3.4.1 Mobllization and Prepahtory Work. Payment for mobilization and preparatory Work will be made at the stipulated lump-sum price bid therefor in the bid schedule. The Contract lump-sum -- price paid for mobilization shall not exceed Twenty Five Thousand Dollars ($25,000.00), and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory - work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: - P P For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefor. 09/05/97 Contract No. 31821 A-35331 Page 74 of 102 Pages - - TECHNICAL SPECIFICATIONS SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR CONSTRUCTION METHODS & MATERIALS 09/05/97 Contract No. 31821 A-35331 Page 75 of 102 Pages - SECTION IO 10.1 General: TECHNICAL SPECIFICATIONS SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR CONSTRUCTION METHODS & MATER1AL.S POTABLE WATER PIPELINE This work shall consist of furnishing and installing a potable water pipeline in accordance with the Standard Specifications and these technical specifications, as shown on the plans, and as directed by the Engineer. Prior to installation or fabrication of any pipe, fittings, closure pieces, supports, bolts, nuts, gaskets, joining materials, or any other hardware or appurtenances, the Contractor shall submit shop drawings conforming to Section 2-5.3 “Shop Drawings and Submittals” and shop drawings for manufactured items shall be prepared by the manufacturer. All shop drawings shall show details of all materials and dimensions to be supplied. Where pipe is fabricated for this project, the Contractor shall submit shop drawings of complete erection and fabrication drawings to the Engineer for approval showing the direction of laying and the station and elevation of each outlet and each joint at which a change in size, class, alignment or grade occurs. Such drawings shall be sufficiently accurate to make out the work. -e 10.2 Materials: The Potable water pipeline shall consist of PVC pipe, welded steel pipe, welded steel pipe casing, fittings, closure pieces, supports, bolts, nuts, gaskets, joining materials and appurtenances as required for a complete and operable potable water pipeline system. Transition Couplings: Transition couplings for connecting different types of pipes with different outside diameters shall be of steel construction. Couplings shall have middle rings made of steel conforming to ASTM A 36 having a minimum yield strength of 30,000 psi. Follower rings shall be malleable iron (ASTM A 47, Grade 32510) ductile iron (ASTM A 536) or steel (ASTM A 108, Grade 1018 or ASTM A 510, Grades 1081 or 1021). Gaskets shall be Buna-N. All ferrous surfaces shall be factory, coated both inside and outside with fusion-bonded epoxy to a minimum thickness of 12 mils and be holiday free. Bolts, Nuts and Gaskets for Flanges: Bolts and nuts for flanges shall be carbon steel conforming to ATSM A 307, Grade B. Carbon steel washers shall be provided for each nut. Gaskets shall be drop-in ring type, l/16-inch or l/&inch thick, and acrylic or aramid fiber bound with nitrile. Gaskets shall be suitable for a water pressure of 500 psi at a temperature of 400 degrees F and be asbestos free. Polyethylene Wrap: Polyethylene wrap shall be sheet or tube type, 8 mils in thickness, conforming to the requirements of AWWA C105, and secured in place with 2-inch wide plastic adhesive tape. Tracer Wire (PVC Pipe): Tracer wire shall be AWG No. 8 stranded copper wire with high molecular weight polyethylene (HMW/PE) insulation specifically designed for direct burial in corrosive soil or water. Polyethylene insulation shall conform to ASTM D 1248, Type 3 Class C, Grade 5. 09/05/97 Contract No. 31821 A-35331 Page 76 of 102 Pages - C P - - Marking Tape: Marking tape shall consist of one layer of aluminum foil laminated between two wlored layers of inert plastic film. Tape shall be a minimum of 5 mils thick and 6 inches wide. Elongation shall be a minimum of 600-percent. Tape shall bear a continuous printed message every 16 to 36 inches warning of the installation buried below. Anchor and Thrust Blocks: Concrete for anchor and thrust blocks shall conform to the provisions in Section 201-1.1.2, “Concrete Specified by Class,” of the Standard Specifications, and these special provisions. Fabricated Steel Pipe: Steel pipe shall be ASTM A 53, (Type E or S), Grade B; or ASL 5L, Grade B; or ASTM A 135, Grade B. Welded steel pipe shall be manufactured in accordance with AWWA C200 except as herein provided. Steel plates or sheets used in the manufacture of the welded steel pipe shall conform to ASTM A 36; ASTM A 283, Grade C or D; or ASTM A 570, Grade 30 or 33; with a carbon content of 0.25% maximum. Steel pipe and welded steel pipe shall conform to the dimensional requirements as follows: Nominal Diameter Actual Minimum Outside Wall Diameter Thickness Governing Specifications 4 inches 4-112 inches 0.237 inches ASTM A 53 8 inches 8-5/8 inches 0.322 inches ASTM A 53 12 inches 12-3/4 inches 0.250 inches ASTM A 53 14 inches 14 inches 0.312 inches ASTM A 53 18 inches 18 inches 0.375 inches ASTM A 53 20 inches 21-718 inches 0.188 inches AWWA A 220 Welded steel pipe shall be manufactured in wurses not less that ten feet long, having not more than two longitudinal and three circumferential seams per section, except where shorter lengths or more than one of either type of welded seam are required by special conditions and approved by the Engineer. Longitudinal joints of adjacent wurses shall be staggered. Welded steel pipe shall be manufactured with longitudinal seams butt welded from the exterior against copper faced mandrels with either single or twin arc electrodes depending on the wall thickness, and circumferential seams butt welded from the interior and exterior using a single arc electrode. Welded steel pipe shall be welded with an approved shielded arc process which protects the weld metal from the atmosphere while cooling and which allows full fusion with the parent metal and complete penetration. Welded steel pipe shall be manufactured with uniform diameter and workmanship. Any pipe, either before or after placing a cement mortar lining and cement mortar or epoxy coating, will be rejected if not in complete accordance with these special provisions. In addition, the manufacturer shall hydrostatically test each section of steel pipe under an internal pressure to seventy-five percent of the specified yield point fiber stress of the plate or sheet furnished. While under this pressure, the pipe shall be sharply struck at six-inch intervals along the weld with a l-l/2 hammer, with blows equivalent to dropping the hammer a distance of three feet. The blows shall be struck in such a manner as to thoroughly jar the weld. Immediately after the hammer test has been completed, the pressure shall be maintained a sufficient length of time to C 09105197 Contract No. 31821 A-35331 Page 77 of 102 Pages -.- / - allow for the inspection of the section for tightness. All leaks shall be repaired by chipping to sound metal and hand welding; the section shall then be re-tested. Polyvinyl Chloride Pressure Pipe: Polyvinyl Chloride (PVC) Pressure Pipe shall conform to the requirements of Section A-l, Part II of the Carlsbad Municipal Water District Rules and Regulations for Construction of Public Potable Water Mains, latest edition and the Standard Specifications. Fittings: Fittings such as tees, reducers, and elbows shall conform to the dimensions shown in AWWA C208 and Section B, Part II of the Carlsbad Municipal Water District Rules and Regulations for Construction of Public Potable Water Mains, latest edition. Outlets (Steel Main): Outlets 3-inches and smaller, shall be a thredolet type per AWWA Manual Ml 1 (1985 Edition), Chapter 13. Outlets shall be 3000 pound WOG forged steel per ASTM A 105 or ASTM A 216, Grade WCB. Threads shall comply with ANSI/ASME B1.20.1, NPT and Carlsbad Municipal Water District Standard Drawing No. W9. Do not use pipe couplings for outlets. Outlets, 4 inches or larger, shall be selected from the following table for the type of fabrication: R = ID OUTLET/ID CYL x SIN B Where: B = Angle between the longitudinal axis of the main run and the branch. R Type of Fabrication - Maximum of 0.5 Maximum of 0.7 Steel pipe outlet with reinforcing collar plate Steel pipe outlet with reinforcing wrapper plate For a collar plate, the effective shoulder width”W” of a collar shall be selected from the inside surface of the steel pipe outlet to the outside edge of the collar, measured on the surface of the cylinder, such that: W = (l/3 toin) x (ID OUTLET/SIN B) The minimum thickness “T” of the collar is determined by: P T = [P x ID CYL x ID OUTLET x (2-SIN B)]/(4 x F x W x SIN B) Where P = Design Pressure, PSI F = Allowable Design Stress (40% of minimum yield) Collar plates may be oval in shape or rectangular with rounded comers. For a wrapper plate, the above collar plate formulas shall be used except that the wrapper is of thickness “T,” its total width is (2W=ID OUTLET/SIN B), and it extends entirely around the main pipe run. Outlets (PVC Main): Outlets 2-inches and smaller, shall conform to Carlsbad Municipal Water District Standard Drawing No. W8. Meqhanical Clamp-Type Couplings (Steel Pipe): Mechanical clamp-type couplings shall conform ,-- to AWWA C606 for flexible, square cut grooved joints in IPS steel pipe. Couplings for grooved end - pipe shall be malleable iron, ASTM A 47 Grade 32510; or ductile iron, ASTM A 536 Grade 65-45-12. C Contract No. 31821 A-35331 Page 78 of 102 Pages Bolts shall conform to ASTM A 183, 110,000 psi tensile strength. Gaskets shall be halogenated butyl rubber or EPDM conforming to ASTM D2000. - - Flanged Joints (Steel Pipe): Flanged joints shall be made with welding ‘neck or slip-on type flanges welded to the pipe. Flanges shall conform to the dimensional criteria of AWWA C207 Class E or ANSI B 16.5 Class 150. Pipe ends with flange shall have the weld bead on the pipe ground flush for the distance the flange is to slipover the end. Flanges shall be welded to the pipe ends with full fillet welds both inside and outside. Flange bolts and nuts shall be carbon steel conforming to ATSM A 307, Grade B. Carbon steel washer shall be provided for each nut. Gaskets shall be non-asbestos drop-in ring type. l/16-inch l/8 inch thick, and acrylic or aramid fiber bound with nitrile. Welded Joints (Steel Pipe): Welded joints shall be made with expanded bell or bell end with matching spigot and lap welded per AWWA C206. Joints shall not be deflected or pulled in excess of the minimum overlap of the assembled joint or more that 3%-inch on the outside of a curve. Minimum overlap of the assembled joint shall be l-inch. Minimum interior joint space shall be %- inch. Butt Strap Closures (Steel Pipe): Butt straps shall be the same thickness as the pipe wall, be IO- inches wide, rolled to fit the outside pipe diameter and centered over the plain ends of the pipe sections they are to join. A standard 5-inch pipe half coupling shall be welded to the butt strap to permit access for mortar lining the inside of the joint. A steel plug shall be threaded into the coupling or completion and seal welded. Cement Mortar Lining (Steel Pipe): Welded steel pipe shall be cement mortar lined, where called - for on the plans, in accordance with AWWA C205 and the following: All objectionable matter, such as loose mill scale, rust, dirt, oil or grease, shall be removed from the pipe prior to the application of the cement mortar lining. The cement mortar lining shall be applied at the place of manufacture to the inside of each section of pipe by means of troughs or retracting feed lines while the pipe is rotated at a speed which will uniformly distribute the mortar around the inside circumference of the pipe and produce a dense, smooth and uniformly distribute the mortar around the inside circumference of the pipe and produce a dense, smooth and uniformly compacted lining. During the spinning operation, remove surplus water, which has been forced to the surface of the lining, by a blower or other suitable means. Immediately after the spinning operation, tilt each section of pipe to drain off any excess water still remaining, and cap each end with a waterproof cover, properly attached, to prevent the escape of moisture from the interior of the pipe. Carefully move the pipe to a storage area and cure under sprinklers without disturbing for not less than four days. The minimum thickness of cement mortar lining over steel pipe and fittings shall be as follows: Nominal Diameter Lining Thickness 4-inch through 12-inch 14-inch 20-inch 5/l 6-inch %-inch 3% inch Cement Mortar Coating (Steel Pipe): Welded steel pipe shall be cement mortar coated, where called for on the plans, in accordance with AWWA C205 and the following: 09/05/97 Contract No. 31821 A-35331 Page 79 of 102 Pages C All objectionable matter, such as loose mill scale, rust, dirt, oil or grease, shall be removed from the pipe prior to application of the cement mortar coating. The cement mortar coating shall be applied at the place of manufacture to the outside surface of each section of pipe by means of a nozzle, or nozzles, through which the mortar is forcibly expelled against the outside of the pipe in such a manner as to form an even, dense, and tightly adhering coating. During the coating operation, the pipe shall be rotated and moved in a longitudinal direction beneath the coating nozzles. The rotation and longitudinal travel of the pipe shall be unifomr and at the proper rate to provide a coating of the specified thickness. The standard reinforcing of the cement mortar coating shall be a spirally wound steel reinforcing wire, 13-gauge at one inch pitch, embedded in the coating. Immediately after the coating is completed, the outside of each end of each section shall be cleaned to bare metal and the mortar shall be troweled and shaped to suit the type of joint being used. The manufacturer shall clean and protect suitably all bare metal exposed at the ends of each section of pipe. The pipe shall be cured under sprinklers undisturbed for not less than four days. The minimum thickness of cement mortar coating over metal surfaces shall be 1/* inches, except hold coating thickness to 30 to 50 percent within one bolt length at flanges. Epoxy Coating (Steel): Welded steel pipe and other steel pieces shall be epoxy coated, unless otherwise shown on the plans. Steel casing shall be completely epoxy lined. The casings shall be epoxy coated or cement mortar - coated to the limits as .shown on the plans. Epoxy coating shall be shop applied, holiday-free, and in conformance with the following: Surface Preparation: Surface preparation shall be in conformance with the Steel Structure Painting Council, surface preparation specifications SSPC-SP 10, near-white blast cleaning. Weld splatter and weld slag shall be removed from metal surfaces and rough welds, beads, peaked corners, and sharp edges shall be ground smooth in accordance with SSPC-SP 2, hand tool cleaning, and SSPC-SP 3, power tool cleaning. All welds shall be neutralized with a chemical solvent that is compatible with the specified coating materials and shall be wiped dry with clean cloths. Prime Coat: Prime coat shall be self-curing two-component, ethyl silicate zinc primer with 87 percent by weight metallic zinc content in dry applied film complying with ANSI N101.2 requirements. The primer shall be that recommended by the paint manufacturer for overwating with a high build epoxy finish coat. Minimum dry thickness shall be 3 mils. Finish Coat: Finish coat shall consist of a high solids, high build epoxy polyamide with 1 :l mix ratio suitable for exposed metal in a corrosive environment. Minimum dry film thickness shall be 5 mils. Finish wlor for the potable waterline shall be OSHA Blue. - Shipping and Handling: After the pipe coatings have property cured, the pipe shall be loaded on trucks using dunnage, saddles and padding, to support the pipe and prevent damage to the pipe and coatings while in transit. The pipe shall be tied down with nylon tie- down straps or padded bonding to protect it. During the loading and unloading operations, every precaution shall be taken to prevent damage to the coating. Under no circumstances are sections to be dropped or bumped. Plastic caps shall be kept over the ends of each pipe until immediately prior to installation. If plastic cap is damaged during shipping, water shall 09105/97 Contract No. 31821 A-35331 Page 80 of 102 Pages - - - - be sprayed on the interior of the pipe for moisture control and the plastic cap shall be replaced or repaired. The Engineer may be present during loading and unloading operations. Pipe Supports (Steel Pipe): Pipe supports shall consist of galvanized steel straps and anchor bolts, concrete, epoxy adhesive, wax tape coating, neoprene sheet, and miscellaneous hardware. Galvanized steel straps shall be structural steel conforming to ASTM A 36. Galvanized steel anchor bolts and miscellaneous hardware shall conform to ASTM A 307. All galvanizing shall conform to Section 75-1.05, “Galvanizing,” of the Standard Specifications. Concrete for pipe supports shall conform to the provisions in Section 201-I .I .2, “Concrete Specified by Class,” of the Standard Speciftcations for Thrust Blocks and as shown on the plans. Concrete for bridge ‘Soffit Access Openings” shall conform to 650-C-4000 as listed in Section 201- 1 .I .2 “Concrete Specified by Class.” Epoxy used to bond pipe supports to soffit slab shall be two component epoxy having a minimum tensile strength of 5,000 psi. Wax tape coating and primer shall be similar to the requirements of AWWA C217 except that it shall be used to protect the steel pipes at each support against corrosion. The wax tape primmer shall be a blend of petroleum wax, plasticizer and corrosion inhibitors with a paste-like consistency. The primer shall be applied to the exterior pipe surfaces to be wrapped. The primer will displace moisture and wet the surface insuring adhesion of the tape. The wax tape shall be a plastic-fiber felt, saturated with a blend of high melt petroleum wax, solvents, and corrosion inhibitors, forming a tape wrapper that firms up after application to the steel pipes. The wax tape shall be wrapped around the steel pipe with a minimum overlap of 55-percent of the tape width. After the wax tape coating has firmed up, a neoprene sheet shall be placed around the steel pipe to provide protective shield to the coating. The neoprene sheet shall be l/8-inch thick and secured in place with two stainless steel band clamps. Flexible Expansion Joints: Flexible expansion joints shall be constructed of 60-42-10 ductile iron conforming to the material properties of ANSIIAWWA Cl 53KZ1.53 and be rated for 350 psi working pressure. The flexible expansion joint shall be capable of deflecting 30 degrees in any direction and expanding 8 inches simultaneously. The joints shall be provided with flanged ends conforming to ANSVAWWA Cl IOU!21 .lO. Each joint shall be provided with the following component parts: flanged ends, double ball and socket castings, standard expansion spigot, additional sleeve, stop collars, and gaskets. All pressure containing parts shall be lined with a minimum of 15 mils of fusion bonded epoxy conforming to ANSVAWWA C213 and shall be holiday free. Casing Insulators: Casing insulators shall be bolt on style with a two piece, 12-wide band made from 14 gauge steel. Each band section shall have bolt flanges formed with ribs for added strength. Each connecting flange shall have a minimum of four 5/16-inch diameter cadmium plated bolts. The band sections shall be heat fusion coated with a polyvinyl chloride material to a minimum thickness of 10 mils. The runners shall be 2 inches wide and molded from a glass reinforced plastic under high pressures. The runners shall be attached with 3/8 inch diameter studs which have been fusion welded to the band before it was plastic coated. Each band section shall have two runners. The band shall have a ribbed polyvinyl chloride inner liner with a retaining section that overlaps the edge of the band to prevent slippage and protect the coating. Casing End Seals: Casing end seals shall wrap around the casing and carrier pipe after their installation to provide a barrier for backfill material and seepage. The end seals shall be of a rubber -w 09/05/97 Contract No. 31821 A-35331 Page 81 of 102 Pages material with a self sealing adhesive to join the overlapped surfaces. Stainless steel band clamps shall be used to attach the end seals to the casing and the carrier pipe. - - P Rubber Annular Sealing Devices: Rubber annular sealing devices shall be of the modular mechanical type, utilizing interlocking synthetic EPDM rubber links shaped to continuously fill the annular space between the steel carrier pipe and steel casings. The links shall be assembled to form a continuous rubber belt around to steel carrier pipe. The interlocking links are connected by corrosion resistant bolts and nuts. Under each bolt head and nut is a sturdy, elongated Delrin plastic pressure plate. After the sealing devises have been positioned in the casing, the bolts shall be tightened causing the rubber links to expand causing a watertight seal between carrier pipe and casing. Valves: Valves shall consist of gate valves; butterfly valves; combination air valve and manual air release assemblies conforming to the following Gate Valves: Gate valves shall be resilient seated, non-rising stem gate valves conforming to AWA C509, designed for a working pressure of 200 PSI, and having the following features: all ferrous surfaces factory fusion-bonded epoxy coated inside and outside, minimum thickness of 12 mils, holiday-free, and complying with AWWA C550, fully encapsulated resilient wedge disc; unobstructed waterway; machine surfaced flange faces; and O-ring seals. Gate valves shall have internal bronze parts NDZ-S bronze, Copper Development Association Alloy No. C99500 with a maximum of 2% zinc and 2% aluminum; in addition, stem bronze shall have a minimum tensile strength of 70,000 PSI and a minimum yield strength of 40,000 PSI. Gate valves may be either cast iron conforming to ASTM A 126, Class B, or ductile iron conforming to ASTM A 395 or A 536. Body bolts shall be Type 304 or 316 stainless steel conforming to ASTM F 593. Operating nut for buried installations shall be 2-inch AWA type. Material for packing and o-rings shall consist of non-asbestos material and shall be one of the following: teflon, kevlar aramid fiber, acrylic or aramid fiber bound by nitrile, or buna-N (nitrile). Butterfly Valves: Butterfly valves shall be short body, flanged type, conforming to AWWA C504, Class 150B. Minimum working differential pressure across the valve disc shall be 150 psi. Flanged ends shall be Class 125, ANSI B 16.1. Valve shafts shall be stub shaft or one piece units extending completely through the valve disc. Valve seat shall be a continuous rubber ring mounted on the body and a stainless steel seat mounted on the disc. Interior ferrous surfaces of the valves shall be coated at the place of manufacture. The coating material shall consist of high solids, high build epoxy polyamide with 1 :l mix ratio suitable for continuous immersion in water. The coating material shall be applied in a three coat application with a total dry film thickness of 12 to 15 mils. The finish coat on the interior surfaces shall be holiday free. The same coating material shall also be applied to the exterior of the valve. Valve operators shall be of the worm and gear, or of the traveling nut type. Operators shall have watertight shaft seals and cover gaskets. Each operator shall be designed for buried service and be equipped with a 2-inch AVVWA operating nut. Material of construction shall be as follows: 09105197 Contract No. 31821 A-35331 Page 82 of 102 Pages Components Material Specification Cast Iron or Ductile Iron ASTM A 48 Class 40; ASTM A 126, Class B; or ASTM A 56, Grade 65-45-l 2 Exposed Body Stainless Steel ASTM A 276, Type 304 or 316 - Cap Screws, Body, ‘Bolts & Nuts Disc Cast Iron or Ductile Iron ASTM A 48, Class 40; ASTM A 126, Class B; or ASTM A 536, Grade 65-45-12 Shaft, Seating Stainless Steel ASTM A 276, Type 304 or 3 16 Surface, Disc Fasteners and Fastening Devices Seat Material Bunz-N or Natural Rubber - - - Valve Box Assemblies: A valve box assembly shall be provided for each buried valve consisting of a frame, lid, and one piece extension pipe. Frame and lid shall be cast iron designed for traffic loading. Casting shall be smooth, clean, and free from blisters, blowholes, and shrinkage. Bearing surfaces of frame and lid shall be machined to provide a close fit without rocking. The words “WATER” (as appropriate) shall be cast on the lid. Extension pipe shall be 8-inch diameter PVC C900 piping. Dielectric Connection: Dielectric connections as shown on the plans shall be required on all combination air valve assemblies, and water service assemblies where copper tubing or brass pipe connections are made to steel mains. Dielectric connection shall consist of steel outlet, insulating bushing, corporation stop, polyethylene wrap and cement mortar. Steel outlet shall be 3000 pound forges steel thredolet type and shall be welded to the steel main. Insulating bushing shall be of sofi nylon and designed to avoid galvanic or electrolytic deterioration. Corporation stop shall be ball design and rated for 250 psi working pressure. Stops shall be bronze conforming to ASTM B 62 with inlet iron pipe threads and female outlet iron pipe threads. Stops shall have an outlet fitting to adapt from pipe threads to copper. - Polyethylene wrap and cement mortar shall be in accordance with these special provisions. Two-Inch Combination Air Valve and Manual Air Release Assemblies: Combination air valve assemblies and manual air release assemblies shall consist of dielectric connections or service clamps, corporation stops, copper water tubing and fittings, angle meter stops, air valve, C 09/05/97 Contract No. 31821A-35331 Page 83 of 102 Pages miscellaneous hardware, zinc anode, and valve box assemblies conforming to these special provisions. Dielectric connection to steel pipe shall be in accordance with these special provisions. - Service clamps with ball type corporation stops shall be in accordance with these special provisions. Copper water tube shall conform to ASTM B 88, Type K, soft. All sweat-type fittings shall be silver soldered, fifteen percent flux by weight. Fittings and angle ball meter stops shall be bronze conforming to ASTM B 62, with inlet iron pipe threads and outlet meter flange nut (lockwing). Valve box assembly shall be as shown on the plans and as specified above for Gate Valves. - C - - - Combination air valves shall function as both an air release valve and a vacuum valve by utilizing two different size orifices. The larger orifice shall permit air to be exhausted during filling of pipeline and shall also permit air to be exhausted during filling of pipeline and shall also permit air to enter the pipeline while draining. The smaller orifice shall exhaust small quantities of air which accumulate under normal operating conditions. The valves shall be constructed of cast iron conforming to ASTM A 126 Grade B and trimmed with bronze and stainless steel internal components. All ferrous surfaces shall be factory coated both inside and outside with fusion bonded epoxy to a minimum thickness of 12 mils and be holiday free. Valves shall have screwed ends conforming to ANSI/ASME B120.1, NPT. Combination air valve shall function as both an air release valve and a vacuum valve by utilizing two different size orifices. The larger orifice shall permit air to be exhausted during filling of pipeline and shall also permit air to enter the pipeline while draining the pipeline. The smaller orifice shall exhaust small quantities of air which accumulate under normal operating conditions. The single body valve shall be constructed of cast iron conforming to ASTM A 126 Grade B and trimmed with bronze and stainless steel internal components. All ferrous surfaces shall be factory coated both inside and outside with fusion-bonded epoxy to a minimum thickness of 12 mils and be holiday free. Valve shall have flanged inlet conforming to ANSI 816.1 Class 125 and screwed outlet conforming to ANSUASME B1.20.1, NPT. Two galvanized malleable iron go-degree street elbows shall be provided in the screwed outlet of the air valve. Air Valve enclosure shall be constructed of precast concrete meter box Brooks No. 66, San Diego No. 9692 with traffic loading,lid. Two-Inch Blow-Off Assemblies: Two-inch blow-off assemblies shall consist of service clamps, corporation stops, copper water tubing and fittings, angle meter stops, miscellaneous hardware, zinc anode, and valve box assemblies conforming to these special provisions. Service clamps with ball type corporation stops shall be in accordance with these special provisions. Copper water tube shall conform to ASTM B 88, Type K, soft. All sweat-type fittings shall be silver soldered, fifteen percent flux by weight. Fittings and angle ball meter stops shall be bronze conforming to ASTM B 62, with inlet iron pipe threads and outlet meter flange. - A valve box assembly shall consist of a PCC ring, one piece extension pipe, and cost iron cover. - Frame and lid shall be cast iron designed for traffic loading. Castings shall be smooth, clean, and free from blisters, blowholes, and shrinkage. Bearing surfaces of frame and lid shall be machined to 09/05/97 Contract No. 31821 A-35331 Page 84 of 102 Pages provide a close fit without rocking. The words “WATER” shall be cast on the lid. Extension pipe shall be 12-inch diameter lo-gauge steel pipe with two layers of asphalt coating inside and outside. - Sand Bedding: Sand bedding shall be free from foreign materials such as dirt, rocks, sticks, vegetation, etc. It shall have a sand equivalent of 30 per ASTM D 2419. - - Zinc Anode: Anode shall conform to ASTM B418, Type II and shall be a prepackage zinc alloy ingot of the following chemical composition: Aluminum 0.005% Max. Cadmium 0.003% Max. Iron 0.0014% Max. Zinc Remainder Anode ‘Weight: Ingot weight of the prepackaged zinc anode shall be 30 pounds. Anode Size: Dimensions of the anode ingot shall be 2 inches square by 30 inches long. Anode Backfill: Each zinc anode shall be prepacked in a permeable cloth bag with a backfill of the following composition: Gypsum Powdered Bentonite Anhydrous Sodium Sulfate 75% 20% 5% Backfill grains shall be capable of 100 percent passing through a 100 mesh screen. The backfill shall be a firmly packed around the anode by mechanical vibration to a density which will maintain the zinc ingot in the canter of the cloth bag and surrounded by at least one inch of backfill. The packaged weight of the 30 pounds (ingot weight) zinc anode and the backfill shall be approximately 70 pounds. Steel Care: Anode shall be cast full length with an electro-galvanized X-inch diameter steel core which shall be exposed at one end for connection of the anode lead wire. - Zinc Anode Installation: Each prepackaged zinc anode shall be installed horizontally in a hole a minimum of three inches larger than the prepackaged anode diameter. The anode shall be installed under any new copper water tubing, this includes service lines, blow-offs, air releases and sample point. There shall be a minimum separation of two feet between the copper water tubing and its termination point. There shall be a minimum separation of two feet between the copper water tubing and the zinc anode. Do not lower, transport, handle or lift the anode in the lead wire. - Anode Lead Wire: Anode lead wire shall be AWS No: 12 stranded copper wire with THWN insulation conforming to UL Standard 83. Wire shall be attached to the steel core with silver solder. The connection shall be encapsulated in a heat shrinkable sleeve. Anode lead wire shall be of sufficient length to extend from the anode to the designated termination point without a splice. Wires with cut or damaged insulation will not be accepted and replacement of the entire lead will be required at the Contractor’s expense. Anode lead wire shall run in the pipe trench to the end of the pipe run. At meter service, anode lead wire with a crimp on ring connector shall be coiled in the meter box for attachment by District personnel when they install the water meter. At blow-offs combination air valve assembly and manual air releases, anode lead wire shall be coiled in the valve - box and clamped to the riser. Contract No. 31821 A-35331 Page 85 of 102 Pages 10.3 Installation: - -_ Sand Bedding and Bedding, Magnetic Tracer Wire, and Warning Tape: Sand bedding shall be as shown on the plans. Pipe bedding shall be on an even grade and of good alignment with continuous bearing on the bottom of the trench. Excavation shall be made for collars or, bells. - One warning tape shall be installed directly above all waterline piping, continuous for the entire length of the pipe, and fastened to each pipe length by plastic 10 mil tape banded around the pipe at not more than five foot intervals. A second warning tape shall be installed twelve inches above all waterline piping, continuous for the entire length of the pipe. - Tracer wire shall be installed on top of the PVC pressure pipe and secured in place with two-inch wide plastic adhesive tape at maximum ten-foot intervals. Tracer wire shall run continuously along the pipe and terminate in adjacent valve boxes for buried assemblies or buried valves. Where splices occur, an electrical splicing kit consisting of a split bolt connector, mold, and a two-part encapsulating epoxy resin shall be used. 24 inches of wiled wire shall be provided at access points for attachment of pipe locating equipment. Each installed run of pipe shall be capable of being located using the tracer wire. Wire insulation shall be protected from damage during installation and backfilling. Wire with cut or damaged insulation are not acceptable, and replacement of the entire wire which has been damaged will be required at the Contractor’s expense. Laying Pipe: A minimum of ten feet of horizontal separation and a minimum of twelve inches of vertical separation shall be maintained between water or sewer facilities unless otherwise shown on the plans. Each section of pipe and all fittings shall be inspected prior to lowering them into the trench. Ends of pipe shall be cleaned thoroughly. Foreign matter and dirt shall be removed from the inside of the pipe, and pipe shall be kept clean during and after laying. All pipe and fittings shall be free from fins and burrs. Pipe shall be handled in a manner to avoid damage to the pipe. Pipe shall not be dropped or allowed to fall into trenches. Excavation for bells shall be made so that the pipe in uniformly supported along its length. Laying tolerances for the installed pipe shall not vary greater than 0.3 foot horizontally, nor greater than 0.1 foot vertically, from the line and grade shown on the plans. During the pipe laying operations, tools, clothing, or other materials shall not be placed in the pipe. When laying pipe is not in progress, including the noon hours, the open ends of the pipe shall be closed. Trench water, animals, or foreign material shall not be allowed to enter the pipe. Assembly of Pipe Joints: The spigot and bell ends of the pipe shall be dirt free and shall slide together without displacing the rubber ring. The pipe section shall be laid with the bell coupling facing the direction of laying. The groove of the bell shall be cleaned. The rubber ring gasket shall be inserted into the groove on the bell just before joining the pipes in the trench. Only the rubber ring manufactured for that - specific pipe, fitting or valve shall be used. The correct direction of the shaped ring shall be observed, and the ring shall be felt for complete seating. F-h 09/05/97 Contract No. 31821 A-35331 Page 86 of 102 Pages - - C c- C The spigot shall be beveled up to the full insertion mark with the lubricant supplied by the pipe manufacturer. If the lubricated pipe touches dirt, the pipe end shall be cleaned and the lubricant shall be reapplied. The spigot shall be inserted into the bell and forced slowly into position. Wood blocking shall be used when baring the pipe to avoid damage to the bell. The spigot end shall not be barred without a wood block. The rubber ring shall not leave the groove during assembly, and shall be checked by passing a feeder gauge around the completed joint. Thrust and Anchor Blocks: Concrete thrust and anchor blocks shall be provided at all fittings and valves. Concrete shall not wme into contact with the steel pipe, nor shall it be placed over the nuts and bolts on the .bonnets of the gate valves. Anchor and thrust blocks shall be placed against undisturbed soil and in such a manner as not to disturb the joints, alignment, or grade of the pipe. Forms shall be used to confine the concrete and shape it to the required lines whenever necessary, and forms shall be removed prior to backfilling. Steel Pipe: Steel pipe shall conform to these special provision and Section 207-10, “Steel Pipe,” of the Standard Specifications. Where steel pipe is buried, sand bedding and warning tapes shall be placed conforming to the installation specification for above. Where steel casing are to be installed through the bridge abutment back wall or bent shall be tilled with mortar. Where steel casings are to be installed through the bridge abutment ends of the girders, a four-inch annular void shall be left as shown on the plans. Said void in not required at the bent ends of the girders. Tolerances for the installed steel pipe shall not vary greater that %-inch horizontally or vertically from the line and grade shown on the plans. PVC Pipe: PVC pipe shall conform to these special provisions, Section 207-17, “PVC Plastic Pipe,” of the Standard Specifications and Section A-l, “Polyvinyl Chloride Pressure Pipe,” of the Carlsbad Municipal Water District Rules and Regulations for Construction of Public Water Mains, latest edition. Steel Pipe Joints-Flanged: Flange nuts and bolts shall be lubricated with oil or graphite prior to installation. Steel Pipe Joints-Welded: Field welding shall be completed in accordance with AWWA C206. All welds shall be completed with the pipe in place. When the pipe is being placed, both ends shall be cleaned thoroughly of all foreign matter and all protective material shall be removed from the surfaces that are to be in contact at the joints. All Welding shall be done by experienced welders, qualified in accordance with the Standard of the American Welding Society. All welds shall be completed continuous for the full circumference of the pipe. In all hand welding, the metal shall be deposited in successive layers with the minimum number of passes or beads in the completed weld as follows: 09/05/97 Contract No. 31821A-35331 Page 87 of 102 Pages Steel Cylinder Thickness Fillet Weld Minimum Number of Passes - - X-inch and Smaller Larger than X-inch For Cement mortar lined pipe, just prior to joining the two ends together, each pipe end shall be buttered with stiff cement mortar in such a manner and in sufficient quantity to completely fill the space between the respective mortar linings. Immediately after the pipe ends are joined, the pipe interior shall be swabbed to remove all excess mortar by drawing an approved type swab or squeegee through the pipe. For cement mortar coated pipe, outside joint recess shall be filled with cement mortar grout using a fabric form placed around the joint and secured with steel straps. The grout shall be poured and rodded from one side only until it is visible on the opposite side. In approximately on hour, the joint shall be topped off with additional grout and shaded with backfill material. Epoxy coating at all pipe joints shall be field touched up after welding, using original epoxy coating. Casing Insulators: Casing insulators shall be installed per the manufacturer’s recommendations. Valves: Valves shall be installed as shown on the plans and these special provisions. Inspection Before Installation: Gate valves and butterfly valves shall be operated from closed to fully open, then closed again before installing. Cracked or missing parts, malfunctioning stem, scored surfaces on interior lining, and faulty operation shall be checked for. Installing Flanged Joints: Bolt holes of flanged valves shall straddle the horizontal and vertical center lines of the pipe run to which the valves are attached. Bolts, nut and flange faces shall be cleaned by wire brushing prior to installing flanged valves. Bolt shafts shall be coated with waterproof gear grease or primer for wax tape coating prior to insertion in flange bolt holes. Grease or primer shall not be applied to threads. Threads of bolts and nuts shall be lubricated with oil or graphite prior to installation. Nuts shall be tightened uniformly and progressively. - If flanges leak under pressure testing, the nuts and bolts shall be loosened or removed, the gasket shall be reset or replaced, the bolts and nuts shall be reinstalled or retightened, and the joints shall be retested. Joints shall be watertight. After testing, exposed surfaces of bolts and nuts shall be coated with waterproof gear grease or primer for wax tape coating. Installing Anchors: Concrete anchors over valves or around thrust collars shall be installed after completion of the polyethylene wrap. Polyethylene shall be repaired if damaged during installation. Installing Valve Box Assemblies: Trench backfill shall be placed and compacted to the height of the valve stem. Mechanical tamping shall be used around valve stem risers to obtain 90% minimum relative compaction for base. The one piece extension pipe shall be set over the operating nut and centered in place. The extension pipe shall be maintained in a vertical position during backfilling. The valve box frame shall be slipped over the extension pipe, and both shall be adjusted to finish grade. A concrete ring shall - be poured around the valve box frame. Valve box and frame shall be flush with the finish surface of 09/05/97 Contract No. 31821 A-35331 Page 88 of 102 Pages the pavement. Valve box cover shall be painted with two coats. Top coat shall be OSHA Yellow for the potable waterline. - Field Testing: Gate valves and butterfly valves shall be operated through ten full cycles of opening and closing. Valves shall operate from full open to full close without sticking or binding. If a valve sticks or binds, the valve shall be repaired or replaced and the tests shall be repeated. - Hydrostatic Testing: Gate valves and butterfly valves shall be tested at the same time that the connecting pipelines are pressure tested. Leaks in the valves and joint of the interconnecting piping shall be repaired and retested. Combination Air Valve and Manual Air Release Assemblies: Piping shall be placed from the main to the air valve or air release on a continuous upward grade to avoid pocketing air. Dielectric connections or insulating bushing shall be provided where dissimilar metals are joined. Manual air release assemblies shall be tested at the same time that the pipeline is pressure tested. Leaks in piping shall be repaired and retested. Blow-Off Assemblies: Piping shall be placed from the main to the blow-off valve on a continuous upward grade to avoid pocketing air. - Dielectric connections or insulating bushings shall be provided where dissimilar metals are joined. Blow-off Assemblies shall be tested at the same time that the pipeline is pressure tested. Leaks in piping shall be repaired and retested. - Polyethylene Wrap: All buried ferrous metal pipe fittings, valves, couplings, adapters, and appurtenances shall be wrapped with polyethylene sheet. The adjoining polyethylene tube coating shall overlap a minimum of one foot and shall be wrapped prior to placing concrete anchors, collars, supports, backfill, or thrust blocks. The polyethylene sheet shall be hand wrapped in two layers, and secured in place with three circumferential turns of two-inch wide plastic adhesive tape. - Valves shall be wrapped by pulling the bundled up polyethylene tube from the adjacent pipe over the bells or flanges of the valve. The tube shall be secured to the valve body with two-inch wide plastic adhesive strips wrapped around the valve body. Then the valve shall be wrapped with a flat sheet of polyethylene. The sheet shall be placed under the valve and folded in half. The sheet shall be extended to the valve stem and secured in place with two-inch wide plastic adhesive tape. Polyethylene material that is damaged during installation shall be repaired using polyethylene sheet placed over damaged or torn area and secured in place with two-inch wide plastic adhesive tape. All seams shall be taped to prevent the entry of moisture. Pipe Supports: Pipe supports shall be installed as shown on the plans. Hydrostatic Testing: The Contractor shall furnish all materials including water, pumps, meters, equipment, bracing, connections, labor, and expenses required for testing. He shall be responsible for the results of any failure under test which are attributable to defective material and/or workmanship furnished by him or as a result of his negligence or improper conduct of the test. Hydrostatic testing of the entire potable water piping system shall be conducted in conformance with AWWA C651, and as follows: 09/05/97 Contract No. 31821 A-35331 Page 89 of 102 Pages - - - Testing against valves is not permitted. End caps shall be installed with tapped risers for filling or air release with an appropriate size concrete thrust block. The testing and filling of the pipe shall be per the manufacturer’s recommendations. The pipeline shall be hydrostatically tested by the Contractor in the presence of the Engineer after all pipe and appurtenances have been installed, all anchors, thrust blocks and encasements have been placed and have attained sufficient strength, and the required backfill has been compacted. The pipeline shall be tested as directed by the Engineer. The entire pipeline shall successfully meet the requirements specified herein before any portion will be accepted. The test shall be made by placing end caps at the ends of the pipe and filling the pipeline with water in such a manner as to prevent air pockets. After the line has been completely filled, it shall be allowed to stand under pressure to permit escape of air pockets and to examine valves and connections for leaks. The test pump and gauge shall be connected to the water main at a location other than the highest point of the line, in order to allow release of air from the high point. Means shall be provided for accurately measuring the quantity of water pumped into the pipe during or immediately after the test period in order to maintain or restore the initial test pressure. All pipe, fittings, valves, services, and appurtenances shall be subjected to the hydrostatic test and irrespective of the measured quantity of leakage, all detectable leaks shall be repaired by the Contractor at the Contractor’s expense. The hydrostatic pressure shall be made by pumping the pipeline to a pressure of 225 PSI measured at the highest point on the pipeline. Test pressure shall be maintained for a minimum of four hours not allowing pressure to drop below 200 PSI before measuring the leakage. Leakage shall be the amount of water pumped into the pipeline to maintain the minimum pressure (200 PSI) during the entire testing period. Allowable loss for the four hour test shall be computed as follows: L = N.D.P’“/7400 L = allowable leakage (gallons/hour) N = number of rubber gasketed joints in the tested line (pipe and fittings) D = nominal pipe diameter (inches) P = average test pressure (PSI) The water main shall be tested in sections of convenient lengths as determined by the range of elevations within the tests section which will result in test pressures within the limits specified. All water mains shall be tested for the time period and at the pressure specified. Any detectable leak shall be repaired. After all leaks have been repaired, the test shall be repeated until the section tested has met the above requirements. After the entire system has been tested and approved by the Engineer, the pipeline shall be energized for use. 10.4 Measurement: The potable water pipeline construction work to be performed in this section will be measured in accordance with these special provisions. The lengths of the various sizes and types of pipe and pipe casing to be paid for by the linear foot will be designated in the Engineer’s estimate. The quantity of pipe to be paid for will be determined Contract No. 31821 A-35331 Page 90 of 102 Pages by the linear foot from actual measurements along the centerline of the pipe in place in the completed work. Pipe placed in excess of the length designated by the Engineer will not be paid for. Fittings, which increase the length of the pipe and for which no separate contract items are provided, will be measured by the linear foot for the size and material type of pipe involved. Fittings will be measured along centerlines to the point of intersections. C C P - P - Blow-off assemblies, air release assemblies, valves, flange by mechanical joint adapters, water meter connections and other appurtenances for which separate contract items are provided will be measured by the unit from actual count. Pavment: The contract price paid per linear foot for the various sizes and types of pipe and pipe casing for potable waterline shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in installing the potable waterline complete in place (including all pipe, pipe joints, linings and coatings, casing insulators, polyethylene wrap, tape, anchor and thrust blocks, fittings, supports, appurtenances, excavation and backfill, all miscellaneous fittings and hardware, cleaning, disinfection, and testing), as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. The contract unit price paid for blow-off assemblies, air release assemblies, valves, flexible. expansion joints, water service connections and other appurtenances for which separate contract items are provided shall include full compensation for furnishing all labor, materials, tools, equipment, anodes and incidentals, and for doing all the work involved in installing the pipeline appurtenances complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer SECTION 11 SEWER PIPELINE 11 .I General: This work shall consist of furnishing and installing a waste water pipeline in accordance with the Standard Specifications and these special provisions, as shown on the plans, and as directed by the Engineer. Prior to installation or fabrication of any pipe, fittings, closure pieces, supports, bolts, nuts, gaskets, joining materials, manholes, or any other hardware or appurtenances, the Contractor shall submit shop drawings conforming to Section 2-5.3 “Shop Drawings and Submittals” and shop drawings for manufactured items shall be prepared by the manufacturer. All shop drawings shall show details of all materials and dimensions to be supplied. 11.2 Materials: The waste water pipeline shall consist of lined reinforced concrete pipe, fittings, closure pieces, supports, bolts, nuts, gaskets, joining materials, manholes and appurtenances as required for a complete and operable waste water pipeline system. Sewer Pipeline: Lined. reinforced concrete pipe shall conform to these special provision and Section 207-3, “Lined Reinforced Concrete Pipe: of the Standard Specifications. b @s 09/05/97 Contract No. 31821A-35331 Page 91 of 102 Pages Unless otherwise specified, reinforced concrete pipe shall conform to ASTM C76, Class III with a D- load as shown on the plans. Cement shall be ASTM C150, Type II. Gaskets shall conform to these special provisions and ASTM C443, Section 5. - - Plastic Lining: Where specified, the upper two hundred and seventy (270) degrees of the interior of the reinforced concrete pipe and appurtenant structures except inverts, shall be lined. Joints between individual sheets or sections of the lining shall be continuously heat-welded using welding strips of similar type and equivalent thickness of material as the liner. Installation of the lining in concrete pipe and the field sealing and welding of joints shall be done in accordance with the lining manufacturer’s instructions. Lining materials shall be PVC, white, compounded of inert synthetic resins, pigments, and plasticizers to make permanently flexible sheets. The sheets shall be formed with T-rib extensions on one face for casting with the concrete pipe or structures. The lining shall withstand a forty (40) psig back pressure applied to the under surface of the lining without losing anchorage or without rupture. The lining shall be capable of repair at any time during the life of the structure or pipe. Joint strips and welding strips shall have the same corrosion resistance as the sheet lining material but shall not have locking extensions. Plastic liner sheets, joints, comers, and welding strips shall comply with the requirements of Section 210-2, “Plastic Liner,” of the Standard Specifications. C - Rubber Gasket Joints: Joints shall use either concrete bell and spigot or a double spigot and sleeve. In the latter case, the sleeve shall be a reinforced thermoset plastic collar or a steel band. If the steel band is provided, a minimum of sixteen (16) mils of coal tar epoxy coating shall be applied in two coats of eight (8) mils minimum per coat. - Manholes: Precast concrete manhole sections sha.ll conform to the requirements of ASTM C478 or C139. Cement shall be ASTM C150, Type II. Minimum wall thickness for non-reinforced sections shall be six (6) inches. Minimum wall thickness for reinforced sections shall be four (4) inches. Joints shall be tongue and groove mortared unless otherwise specified. All precast manhole sections and grade rings interior wall surfaces shall have plastic lining in accordance with Section 2.10.2 Plastic Liner. Cast-in-place manhole construction shall conform to the requirements of the Plans, these special provisions and Section 303, “Concrete and Masonry Construction,” of the Standard Specifications. All interior wall and ceiling surfaces shall have a plastic lining. - Shipping and Handling: After the pipe coatings have properly cured, the pipe shall be loaded on trucks using dunnage, saddles and padding, to support the pipe and prevent damage to the pipe and coatings while in transit. The pipe shall be tied down with nylon tie-down straps or padded bonding to protect it. During the loading and unloading operations, every precaution shall be taken to prevent damage to the coating. Under no circumstances are sections to be dropped or bumped. Plastic caps shall be kept over the ends of each pipe until immediately prior to installation. If plastic cap is damaged during shipping, water shall be sprayed on the interior of the pipe for moisture control and the plastic cap shall be replaced or repaired. The Engineer may be present during loading and F- unloading operations. 09/05197 Contract No. 31821A-35331 Page 92 of 102 Pages - Sand Bedding: Sand bedding shall be free from foreign materials such as dirt, rocks, sticks, vegetation, etc. It shall have a sand equivalent of 30 per ASTM D 2419. 11.3 Installation: - Pipe Laying: Preparation of bedding and backfill shall be as specified in Section 306-l of the Standard Specifications. Pipe shall be laid with uniform bearing under the full length of the bearing of the pipe. - A minimum of ten feet of horizontal separation and a minimum of twelve inches of vertical separation shall be maintained between water or sewer facilities unless otherwise shown on the plans. Each section of pipe and all fittings shall be inspected prior to lowering them into the trench. Ends of pipe shall be cleaned thoroughly. Foreign matter and dirt shall be removed from the inside of the pipe, and pipe shall be kept clean during and after laying. All pipe and fittings shall be free from fins and burrs. Pipe shall be handled in a manner to avoid damage to the pipe. Pipe shall not be dropped or allowed to fall into trenches. Excavation for bells shall be made so that the pipe in uniformly supported along its length. Laying tolerances for the installed pipe shall not deviate more than that specified in the following table. The allowable deviation is not cumulative. Pipe length, feet 8 10 12 16 Maximum deviation per pipe length, feet 0.06 0.09 0.11 0.14 Assembled pipe joints shall be kept in compression until the placement of the initial backfill is complete. - During the pipe laying operations, tools, clothing, or other materials shall not be placed in the pipe. When laying pipe is not in progress, including the noon hours, the open ends of the pipe shall be closed. Trench water, animals, or foreign material shall not be allowed to enter the pipe. Sand Bedding and Bedding: Sand bedding shall be as shown on the plans. Pipe bedding shall be on an even grade and of good alignment with continuous bearing on the bottom of the trench. Excavation shall be made for collars or bells. - Assembly of Pipe Joints: The spigot and bell ends of the pipe shall be dirt free and shall slide together without displacing the rubber ring. The pipe section shall be laid with the bell coupling facing the direction of laying. The groove of the bell shall be cleaned. The rubber ring gasket shall be inserted into the groove on the bell just before joining the pipes in the trench. Only the rubber ring manufactured for that specific pipe, fitting or valve shall be used. The correct direction of the shaped ring shall be rC observed, and the ring shall be felt for complete seating. 09/05/97 Contract No. 31821 A-35331 Page 93 of 102 Pages The spigot shall be beveled up to the full insertion mark‘with the lubricant supplied by the pipe manufacturer. If the lubricated pipe touches dirt, the pipe end shall be cleaned and the lubricant - shall be reapplied. - The spigot shall be inserted into the bell and forced slowly into position. Wood blocking shall be used when baring the pipe to avoid damage to the bell. The spigot end shall not be barred without a wood block. - The rubber ring shall not leave the groove during assembly, and shall be checked by passing a feeder gauge around the completed joint. During jointing, neither mortar nor buttering compound is acceptable on either the exterior or interior of the joints. After jointing, joints over %-inch shall be mortared. Each section of pipeline shall be tested in accordance with Section 306-l .4.2, “Water Exfiltration Test,” of the standard specifications. Plastic Lining: The plastic liner shall be installed in accordance with Section 311-1, “Special Protective Materials,” of the Standard Specifications and as recommended by the lining manufacturer. C 11.4 Measurement: The waste water pipeline construction work to be performed in this section will be measured in accordance with these special provisions. C - The lengths of the size and type of pipe be paid for by the linear foot will be designated in the Engineers estimate. The quantity of pipe to be paid for will be determined by the linear foot from actual measurements along the centerline of the pipe in place in the completed work. Pipe placed in excess of the length designated by the Engineer will not be paid for. Fittings, which increase the length of the pipe and for which no separate contract items are provided, will be measured by the linear foot for the size and material type of pipe involved. Fittings will be measured along centerlines to the point of intersections. Manholes, connections to existing facilities and other appurtenances for which separate contract items are provided will be measured by the unit from actual count. 11.5 Pavment: The contract price paid per linear foot for the size and type of pipe for waste water pipeline shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in installing the waste waterline complete in place (including all pipe, pipe joints, linings and coatings, appurtenances, excavation and backfill, all miscellaneous fittings and hardware, cleaning and testing), as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. The contract unit price paid for manholes, connections to existing facilities and other appurtenances for which separate contract items are provided shall include full compensation for furnishing all labor, materials, tools, equipment, anodes and incidentals, and for doing all the work involved in installing - the pipeline appurtenances complete in place, as shown on the plans, as specified in the Standard - Specifications and these special provisions, and as directed by the Engineer. 09/05/97 Contract No. 31821 A-35331 Page 94 of 102 Pages SECTION 12 PAVEMENT OVERLAY 12.1 General: This work shall consist of furnishing and installing a pavement overlay in accordance with the SSPWC and these technical specifications, as shown on the plans, and as directed by the Engineer. Prior to installation or fabrication of any pavement, pavement base, or any other materials, the Contractor shall submit shop drawings conforming to Section 2-5.3 “Shop Drawings and Submittals” and shop drawings for manufactured items shall be prepared by the manufacturer. All shop drawings shall show details of all materials and dimensions to be supplied. 12.2 Materials: - The pavement overiay shall consist of asphaltic concrete, pavement aggregate base, pavement sealant and all miscellaneous street repair materials required for a complete pavement overlay. Pavement Fabric: All pavement fabric (petromat) shall conform to the requirements of Section 213- 1, “Pavement Fabrics,” of the SSPWC. Rock Materials: All pavement and subgrade materials shall comply with the Plans, these Special Provisions and Section 200, “Rock Materials,” of SSPWC. - - Delete subsection 200-2.1, “General,” and replace with the following: Aggregate base shall be Class 2 aggregate base conforming to Section 26-102A, Caltrans Standard Specifications, July 1995. Concrete: All concrete shall comply with the Plans, these Special Provisions and Section 201, “Concrete, Mortar, and Related Materials,” of the SSPWC. Modify subsection 201-1, ‘Portland Cement Concrete,” as follows: - TABLE 201-I .1.2(A)(4) Type of Construction Concrete Maximum All Concrete Used Within the Right-of-Way (1) Trench Backfill Slurry Street Light Foundations and Survey Monuments (1) Except as noted herein. Class 560-C-3250 (2) 190-c-250 560-C-3250 Slump (Inches) (3) 5 4 (2) Except that concrete required to be of higher strength by Table 201-l .1.2(A) SSPWC shall be as per Table 201-l. 1.2(A) SSPWC. (3) As per Table 201-l .1.2(A) SSPWC. (4) Portions of Table 201-l .1.2(A) not shown herein as changed are not affected by this portion of the Special Provisions. P Concrete Admixtures: - Modify subsection 201-l .2.4, “Admixtures,” substitute the following: # 09/05/97 Contract No. 31821 A-35331 Page 95 of 102 Pages - (e) Air-entraining Admixtures. The air content shall not deviate from the percentage specified or permitted by more than l-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. Asphalt Concrete: All asphalt wncrete shall comply with the Plans, these Special Provisions and Section 203, “Bituminous Materials,” of the SSPWC. Modify subsection 203-6.2, “Materials,” add the following: Asphalt concrete shall be class C2-AR 4000. - Mod@ subsection 203-6.6.1, “Batch Plant Method,” as follows: Third paragraph, last sentence, delete “and from the Engineer’s field laboratory’. Last paragraph, add after D 2172: “method A or B.” Modify subsection 2036.7, “Asphalt Concrete Storage,” add the following: Open graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in the work. Traffic Striping and Pavement Marking: All traffic striping and pavement marking shall comply with the Plans, these Special Provisions and Section 210, “Paint and Protective Coatings,” of the SSPWC. Modify subsection 210-1.6, ‘Paint for Traffic Striping, Pavement Marking, and Curb Marking,” as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to Caltrans Specification No. 8010- 91D-30. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic conforming to Caltrans Specifications No. 8010-21C-19. Glass beads to be applied to the surface of the rapid dry water borne paint and the molten thermoplastic materials shall conform to the requirements of Caltrans Specification No. 8010- 21C-22 (Type II). Caltrans Specifications for water borne paint, thermoplastic material and glass beads may be obtained from the Caltrans Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819, telephone number (916) 227-7000. 12.3 Installation: All pavement and subgrade materials shall be installed in accordance with the Plans, these Special Provisions, and Part 3, “Construction Methods,” of the SSPWC. Pavement Fabric: All pavement fabric (petromat) installation shall conform to the requirements of Section 302-7, “Pavement Fabrics,” of the SSPWC. Earthwork: All earthwork shall comply with the requirements of Section 300, “Earthwork,” of the SSPWC. Modify subsection 300-1.1, “Geheral,” add the following: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes plant growth or other objectionable materials with the surface soil, the Contractor shall remove the contaminated soil from the site at the Contractor’s cost. All costs, if any, associated with removing the soil mixed with plant growth or other objectionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no additional payment therefor shall be made to the Contractor. Modify subsection 300-l .l , ‘General,” add the following to the fourth paragraph: Concrete structures, traffic signal facilities, utility poles, tree stumps and all other objects protruding above original ground surface or exposed during surface clearing and grubbing operations shall be Q @s 09/05/97 Contract No. 31821 A-35331 Page 96 of 102 Pages - - - - removed in their entirety regardless of depth. The cost of excavating and disposing of these buried objects shall be included in the lump sum price bid for clearing and grubbing. Also included in clearing and grubbing shall be removal and disposal of existing P.C.C. ditch, reinforced concrete, curtain wall, street lights, traffic signals and associated facilities, guardrail and barricades, fences, existing gates, existing, drain pipes, traffic signs, and other existing features which interfere with the work, whether or not such items are called out on the plans or in the specifications for removal. Delete subsection 300-l .3.1, ‘General,” and replace with the following: Also included in clearing and grubbing shall be removal and disposal of existing street poles and lights, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gates, existing abandoned underground pipes and conduits, traffic signs, and other existing features which interfere with the roadwork, whether or not such items are called out on the plans or in the specifications for removal. Tree removal shall include removing the tree stump and roots greater than 0.1’ in diameter to a depth of 21” below grade for curb. All concrete and bituminous materials removed shall be disposed of at a legally permitted landfill or recycling site. Delete subsection 300-l .3.2(c), “Concrete Curb, Walk, Gutters, Cross-Gutters, Driveways, and Alley Intersections,” and replace with the following: Concrete curb, curb and gutter, and sidewalk shall be removed between the limits shown on the plans which shall coincide with the nearest existing weakened plane or joint or score line., The joint shall be sawed if necessary before removing concrete to prevent damage to adjacent improvements. Of the adjacent curb, curb and gutter or sidewalk is damaged during the removal process, it shall be removed to the nearest joint outside the damaged area and replaced at the Contractors expense. Modify subsection 300-2.9, “Unclassified Excavation,” as follows: ‘Unclassified Excavation” shall be paid for as part of the work appurtenant to the excavation and no additional payment will be made therefore. Modify subsection 3004.2, “Preparation of Fill Areas,” add the following: Except as provided in section 30047, ‘Compaction,” all fill (including backfill and scarified ground surfaces) shall be compacted to no less than 90 percent of maximum dry density as determined in accordance with ASTM Test Procedure D1557-91. Modify subsection 3004.6, “Application of Water,” add the following: All fill soil shall be placed at a moisture content of no less than one (1) percent below optimum moisture per ASTM Test D-l 557. Modify subsection 30047, “Compaction,” add the following: Fill soils placed within the top one (1) foot of roadway subgrade shall be compacted to a minimum of 95 percent relative compaction. Asphalt Concrete: All asphalt concrete pavement shall be installed in accordance with Section 302-5, “Asphalt Concrete Pavement,” of the SSPWC. Modify subsection 302-5.2.1, “General,” Abutting the gutter, A.C. shall be cold milled to a depth that is 0.10’ lower than the lip of gutter. The Contractor shall remove all annular sections of asphalt concrete that typically remains after milling to produce a clean angle between the face of gutter and milled surface. Additional milling will be required in transition areas from curb and gutter to curb only. Cold milling shall not begin until concrete work is completed and has cured for seven (7) days. Delete subsection 300-l .3.2(a), “Bituminous Pavement,” and replace with the following: Bituminous pavement shall be removed to straight, sawcut lines. Unless otherwise shown on the plans, A.C. shall be sawcut 2’ from the lip of gutter and removed where curb and gutter or cross gutter is designated to be removed and replaced. 09/05/97 Contract No. 31821A-35331 Page 97 of 102 Pages - - Modify subsection 302-5.5, “Distribution and Spreading,” after the second sentence of the sixth paragraph add the following: The spreading and finishing machine used to construct the asphalt concrete surface wurse shall be equipped with an automatic screed control for surface wurse paving. The automatic screed control shall be thirty (30) feet minimum length. The paving machine shall be operated by an operator and two full-time screed men during all paving. A backup paving machine will be onsite during all paving operations. A backup asphalt windrow pickup machine (ASPWP) will be required at all times when an ASPWP is used. Additionally, a front end loader will be required during all ASPWP paving. Additionally, a front end loader will be required during all ASPWP paving. Leveling wurses will be required in a variable thickness pavement section. - Modify subsection 302-5.5, ‘Distribution and Spreading,” add the following: Asphaltic concrete overlay shall only be applied when existing pavement is clean and dry. Contractor shall remove any weeds or organic matter prior to application of newA.C. overlay. Modify subsection 302-5.5, “Distribution and Spreading,” add the following: In areas to be overlaid, the compacted A.C. shall be no higher than one tenth (0.10) foot below the lip of gutter. The Contractor shall grind, at his own expense, A.C. not placed to the correct elevation. Modify subsection 302-5.6.1, “General,” after Item 2 add the following: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. Modify subsection 302-5.6.1, “General,” after the last paragraph add the following: Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed by a pnuematic-tired roller as described in this section. Modify subsection 302-5.8, “Manholes (and other structures),” delete the first paragraph and replace with the following: When placing the A.C. overlay, the Contractor shall pave over all vaults, manholes, water valves and monuments, unless otherwise noted herein. Each shall be located immediately after the A.C. overlay is placed. Frames and wvers shall be treated to prevent adhesion of the A.C. overlay. Manhole rings and extensions for water valve boxes or monuments will not be allowed. - Modify subsection 600-l .l , “General,” add the following: The asphalt rubber A.C. to be used for this project shall meet the requirements of subsection 600-2.6,“Asphalt-Rubber Hot Mix Gap-Graded.” Modify subsection 600-2.1 .l , “General,” add the following: The asphalt rubber for this project shall be Type A or Type B. Modify subsection 600-2.2.1, “Paving Asphalt,” first sentence, delete the following: AR 2000 or Modify subsection 600-2.5.3, “Materials,” first sentence, add the following: and subsection 600-2.2 Modify subsection 600-2.5.6, “Miscellaneous Requirements,” add the following: The proportions and mixing requirements for the asphalt and CRM shall be as specified in subsection 600-2.3. The equipment used to prepare, mix, store and transport the asphalt rubber shall meet the requirements of subsection 600-2.4. Traffic Striping and Pavement Marking: All traffic striping and pavement marking shall be installed in accordance with the plans and specifications, these special provisions and Section 310, “Painting,” of the SSPWC. Modify subsection 310-5.6, “Painting, Traffic Striping, Pavement Markings, and Curb Markings,” delete subsection and replace with the following: Traffic signing, striping and pavement marking 09/05/97 Contract No. 31821 A-35331 Page 98 of 102 Pages - shall conform to the Plans; the State of California Traffic Sign Specifications; the State of California Department of Transportation Standard Specifications, January 1995, Sections 56, 82, 84, and 85; only insofar as they relate to construction materials and methods and the State of California Department of Transportation Traffic Manual, all as supplemented and modified herein, All requirements of Parts 1 of the SSPWC and these Special Provisions shall remain in full force and shall not be superceded by the Caltrans Standard Specifications. - - Add subsection 310-5.6.5, “Traffic Stripes and Pavement Markings,” as follows: Traffic stripes and pavement markings as indicated and required shall conform to the requirements specified in Caltrans Standard Specifications Section 84 insofar as they relate to construction materials and methods, and except: (a) The Contractor shall layout (cat track) immediately behind installation of surface course asphalt and as the work progresses. The first coat of paint shall be done immediately upon approval of striping layout by the Engineer. (b) The Contractor shall provide all materials required for execution of the work. (c) Delete all references to measurement and payment. (d) Pavement striping and marking shall be applied in two coats, a minimum of seven days apart, and all streets shall include raised pavement markers; temporary striping shall be applied in one coat minimum. (e) Existing pavement markings in conflict with the plans shall be removed by grindings by the Contractor. (9 Contractor shall paint end of median noses yellow. Add Section 310-6, “Temporary Traffic Signing, Striping, Pavement Markings and Pavement Markers, and Temporary Railing (Type K),” as follows: - - 310-6.1 General Temporary pavement delineation consisting of temporary traffic stripes, temporary pavement markings, and temporary pavement markers shall be applied at the locations shown on the plans. The temporary traffic stripe, temporary pavement marking, and temporary pavement markers shall be wmoplete in place at the location shown, prior to opening the traveled way to public traffic. Temporary traffic stripes shall be applied in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. Reapplication of the stripes and markings shall be repainted at the Contractor’s expense. - - Except as otherwise provided below, temporary pavement markers shown on the plans shall be, at the option of the Contractor, either of the following removable type temporary reflective raised pavement markers or equal: TFPM, manufactured by DAPCO Davidson Plastics Company, 18726 East Valley Highway, Kent, Washington 98032, Telephone (206) 251-8140. Stimsonite Chip Seal/Temporary Overlay Market (Models 300 and 301), manufactured by John C. Henberger Co., Traffic Safety and Control, San Diego, California, Telephone (619) 292-5772 Temporary pavement markers shall be placed in accordance with the manufacturers written instructions. Temporary pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary - pavement markers in area where removal of the markers will be required. rC Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. 09/05/97 Contract No. 31821 A-35331 Page 99 of 102 Pages - The Contractor may use reflective pavement markers for temporary pavement markers, except when the temporary pavement markers are used to replace patterns of temporary traftic stripe. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section entitled “Pavement Markers” of these special provisions, except the 14-day waiting period before placing the pavement markers on new asphatt concrete surfacing as specified in Section 85- , 106, “Placement”, of the Caltrans Standard Specifications shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Reflective pavement markers used for temporary pavement markers will be paid for as temporary pavement markers. Add subsection 310-6.3, “Signing,” as follows: The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on the plans and specified herein. 12.4 Measuremen@ The pavement overlay construction work to be performed in this section will be measured in accordance with these special provisions. C Asphalt Concrete Pavement: The pavement to be paid for by the ton will be designated in the Engineer’s estimate. Pavement placed in excess of the quantity designated by the Engineer will not be paid for. No additional payment shall be made for any tack coat. All costs associated with installation of a tack coat shall be included in the unit price bid for pavement fabric. - Cold Milling (Grinding): Modify subsection 302-5.2.4, “Measurement and Payment,” add the following: Payment for cold milling shall be per lineal foot and no adjustment in price will be made for varying A.C. thickness. No payment will be made for cold milling A.C. pavement adjacent to curb and gutter that has been replaced under this contract. Concrete Curb, Walk, Gutters, Cross-Gutters, Driveways, and Alley Intersections: Delete subsection 300-1.4, “Payment,” and replace with the following: Payment for sawcutting curb, curb and gutter, sidewalk, and A.C. paving, removing and disposing of same shall be included in the contract unit price bid for clearing and grubbing. Payment for traffic control necessary for sawcutting and removals shall be included in the contract lump sum price bid for traffic control. - Unclassified Fill: Delete subsection 300-4.9, “Measurement and Payment,” and replace with the following: Unclassified fill, grading, shaping, compacting or consolidating, slope rounding, construction of transitions and all work included in and incidental to Section 300-4, “Unclassified Fill,” will be paid for as part of the work appurtenant to the fill, and no additional payment will be made therefore. - Pavement Base: Modify subsection 301-l .7, “Payment,” add the following: Payment for subgrade preparation shall be included in the contract bid price for unclassified excavation and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. Traffic Striping and Pavement Marking: Add subsection 310-6.1.1, “Measurement and Payment,” as follows: Temporary traffic striping and markings shown on the plans will be paid for as a part of the lump-sum cost for traffic control. /“ The lump-sum contract price paid for traffic striping and markings shall include full compensation for furnishing all labor, materials tools, equipment, and incidentals and for doing all the work involved in 09105/97 Contract No. 31821 A-35331 Page 100 of 102 Pages applying, maintaining, and removing temporary traffic stripes and pavement markings, complete in place, as shown on the plans, as specified in the Standard Specification and these special - provisions, and as directed by the Engineer. Signing: Add subsection 310-6.3.1, “Payment,” as follows: All costs for signing for temporary traffic control shall be included in the lump-sum price bid for traffic control, and no additional compensation will be allowed therefor. C P , H- C Contract No. 31821 A-35331 Page 101 of 102 Pages 12.5 Pavment: C P F F c Asphaitic Concrete Pavement: The contract price paid per ton for the pavement shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in installing the pavement complete in place (including all pavement, pavement base, grading, laying, excavation and backfill, and testing), as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Modify subsection 31 O-5.6.1 0, “Payment,” as follows: Final striping, curb markings, signage, pavement markings and traffic signs as indicated and required shall be included in the lump sum price bid for final striping, and no additional compensation will be allowed therefor. The lump sum price bid shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing traffic striping. Traffic Striping and Pavement Marking: Full compensation for furnishing, placing, maintaining, and removing the temporary reflective raised pavement markers, used for the temporary laneline and centerline delineation which is not shown on the plans, including the signing specified for “no passing” zones; and for providing equivalent patterns of the permanent traffic lines when required; shall be considered as included in the lump-sum prices paid for that item of work. # 09/05/97 Contract No. 31821A-35331 Page 102 of 102 Pages APPENDIX A GEOTECHNICAL INVESTIGATION BEPOBT GEOTECHNICALINVESTIGATION VISTAKARLSBAD INTERCEPTORSEWER REPLACEMENTAND SOUTHCARLSBADVILLAGE STORMDRAINPROJECTS CARLSBADJXLIFORNIA \ I Prepedfor Cadsbad Municipal Water District 5950 El Camho Real Carbad, CA 92008 CMWD Project No. 9 I-403 City of Carl&ad Project No. 3538 Woodward-Clyde Project No. 975 1028A-0007 January 30,1998 Pacitic Center II, Suite 1000 1615 Murray Canyon Road San Diego, CA 921064314 619-294-9400 Fax: 61 g-293-7920 The full report is available for review at the following location: CARLSBAD MUNICIPAL WATER DISTRICT ENGINEERING DEPARTMEN? 5950 EL CAMINO REAL CARLSBAD, CA 92008 Phone (760) 438-3367 APPENDIX B STANDARD DRAWINGS . r ! - . Ds WI. . W2. w3,. - w4 . ws . W6 . W?. - W8. ws . wlo. Wit--. w12c y.13 :- wl4. (-- wls. wl6. - wn. wl8. wls. Wm. w21. W22 W23 w24. w2s. P - P D DESCRIPTKIN. IMlEXoFSIBNMRDDRAWMS. SELECTU’JOFLNEANDBRhMHWUESFORWATERMAlNS. I’ WATER SERvlcE -FoRw*3#:aIm- ~WATERSERVICE- FOR Iv2ma2’METERS I.-AlRFM+ASEeY. . 2m76UYUV-~/MANUL AIR RELEASE ASSEMBUES w SURFXE I B2’AlR VW !&U/E ASSEMBC(8 -. OuimsoNAcoR~n#uNmIEIcHTHRu2~~. olJhEmNDJ.m~MAlNFDRllluCtiTHRu2lNcH-ES. UElECl=R~ CONhEWN To SIEEL MAIN. 4%NDG’t#OW-OTrASSEMBUES flRE HYDMNT -ELY. WWE 60x AmMBLY. lWPEDCWEUlONTOSlEElMAlN. ~THRUSrMXXSKlR~-RESlMWEDJDlNls GATE WUE INSTALIATICIN WC, Dl.P,AcJ? a STEEL PlpE. 6lJllERFlY8 ewGvAu/EINSTAuA~ mRAc,mkcmlJ? THRUSTANCtlORFORWATERMAlNREDUCER-4Tl+RUl6m. 7HRlJST811xK~uy:~. 2 INCII AND UNOER BACKFKM INSTALlATlON. 3 INCH AND ABOVE BACKFUW INST’TION. ABOVE GROUND DOUBlE C?iECK VALVE DETECTOR ASSEmY. EXTENSION STEM AND MARKER POST. PROTECTlON POST. ZlNK ANODE AND CONNECTORS. 0 u A B [I E - ,-a- CZZLSBAD MUNICIPAL WATER DISTRICT INDEX OF STANDARD DRAWINGS STDWGNO. FOR POTABLE WATER SYSTEMS WI AU&T I993 r - .- - - F - - - * - - VALVE CHARACTERISTICS GATE VALVES - SEE STANDARD SPECIFICATION SECTlON.IMATERMSLIST, @GE 39). SIZERANGE: 4. THRU 12’ WDRKING PRESSURE: O-200 PSI VALVE ENDS: UI~SFBJGEXCLI~SFLANGE, al2s~x~HAN~JOlNT, MECHANtCAL JOlNT X MECHAMAL JOINT, . a 125 FLANGEXRlNGl?TE~RlNGTlTE%RlNGTITE. r‘ a125fuuwxeusH~8eugl3oNTxRIsH~ &JTTEf?mY VALVES - SEE SWWU?D SPECtFlCATION SECTJON.(I#r\TERIALsust, PAGE 39). SIZERANGE: I6vuuD uRGER WORKING PRESSURE: o- Is0 PSI VALVE ENDS: a 125 mEx a 125 FLANGE. PLUG VALVES - SEE STANDARD SPECIFICATION SECTION. (hMERt4S UST, mcz 391. SIZE RANGE: 4’ Tmu 12’ I6?u4JD LARGER WORKING PRESSURE: O-200 PSI o- I!50 Psi VALVE ENDS: CL I25 FLAT FaCE WE X a MS FLAT FACE FLANGE. VALVE SELECTION CHART WORKING VALVE SIZE, IWE AND RATING PFaESSoRE 4’ THRU l2’ @AND IARGEf? o-150 PSI GATE (O-200 PSI) 8mERFlJ (O-I!50 PSI) . 151-200 PSI GATE (O-ZOOPSI) PLUG . (O-=PSl) . NOTE: WERE VALm ARE INSTALLED WlTH ,flPE HA!Jlffi NON-RESIRLUNED JOINTS, fWMlE REMW?CED amcRETEANcHoRANDADAPTERwlTH .. ‘IHRUST m. SPECIAL ESGN REWlRED FOR INSTALlAllONS WlIH WRKlNG Pf?ESSURE ABWE 200 PSI. CARLSBAD MUNICIPAL WATER DISTRICT - - m SELECTION OF LINE AND BRANCH STD DWG. NO. VALVES FOR WATER MAINS w2 llEciM8u? 1988 - NOTES: 1. -sHAu.AAIuGTANGtE vALvE8METERmcmEG.AFrER slDEwAU<lsINST~8-. 2.csvucrHrmsETMErEr?LINoBAuv~! 3 NLULJO~MS~~BEAUWD 4. -fwlop&~oFOFIs’ . 5. P0SllON~WWAYBEWEEN PIPELINE AND METER 60X. CARLSBAD MUNICIPAL WATER DISTRICT w 7 E- I’ WATER $ERVICE CONNECTION I FOR 5/8 , 3/4’ 81 I’METERS *wyNa AIJWST I993 I WSESAMEDlMENSW WkENMETERISKXXJED - 7mEARoFaJRBoRslDEwLK. 5. * .-a l . * .* l --T=f .;: - . ;. .* . a, ., : I *. 1 i :a .I . . . . , ..; *. . . , . . . . . . . *. . . . l . ..-..‘a P . =::. ::: . * ‘. . . . ..’ h 5 I.DlsTRcrWlusnMFrER%BAuvALvE. 2. r\LLcoppERu7s&~~~yulER samRED* 4. T~itUFiIJFiI&~ Of I# FRCW 5. POSTON ANCOE MIWIW 8ElWEEN WELINE AND NEER BDX. . CARLSBAD MUNICIPAL WATER DISTRICT ’ E ? z 2” WATER SE;pVICE; CONNECTION FOR I l/2 81 2’ METERS mi,j$f”” AUGUST 1993 l.SEESPQFIC4TlMJS~SUDERINGREZXIIR~. 2.~sEfi!KglqfmLDuuNRYG 3. POSITION ANOOk MIOWAY BETWEEN PIPELINE AND VANE 80x. 9 ANDLIDPERSDDNGND Wl3. CARLSBAD MUNICIPAL WATER DISTRICT= I3 ?EvfsmApeRomE I” MANUAL AIR RELEASE ASSEMBLY m&F No= AUGUST I993 - - - - - - . NOTES: . -I.::::::::::::::::::::-mR -IlUG REWREMENTS. . .2: mlTzlar&ysF . 3. iEE IMPROVEMENT PLANS FOR ASSEMBLY SCE. - 4. POStKIN AJUO& MIWAY ;. EljEiT’IPELINE AN0 . . PER STD. WG.NO 25. #;24 40 iANDKLlSl. I Tt- -.L I 39 2. SEE SPfCl-S FOR . J%unlNG REtaulREMEm. 5. POSITON Al&E MIDWAY BETWEEN PIPELINE AND VALVE BOX. CARLSBAD MUNICIPAL WATER DISTRICT - -t Ocml .BiXYUV SURFXE l8hlR-VPCXIUM SI’D DWG. NQ : VALVE ASSEMBLY &APPURTENANCE w AlkuST 1993 - - - - AC MAIN rtl FCRWNERSERVE CONECTION (lYP.1 I I CARLSBAD MUNICIPAL WATER DISTRICT mmm - m, OUTLETS ON ACOR fXCMAfN F@I ST0 DWG NO. I INCH -MU 2 INCH AWELIES W8 AUGUST 1993 . L . 3 ? 1 ,; i FOR WATER SERVICE * ; 1 cofwEcTlolu uw i l ,. iI I1 L :: h r i: 7 ‘: :: P / ~.T.~,-rz. I 1 I. (0. 1 m ruGm~loMAl . I lo :II lo s,.,. 1-2 :... : .. -_ j;-:’ ‘_ . m&D M~i~bAL ;NATER DISTFKT ,% AppR m OUTLEErs D.I.OR STEELMAIN FOR 1 I I INCH THRU 2 INCH ASSEMBLIES -$$ No. ,- C r” - - - - - CARLSBAD M-UNICIPAL WATER DISTRICT 3nAsloNLlppRlxlE DIELECTRIC CONNECTION S-IDDWGNO. TO STEEL MAIN WI0 AuGlJsT 1993 - .- sd - - - - ‘L’ PER FUN 4 flN6tiDWa 1 2 4 - !I - 1 - i.f ..: -0. \ a NOTES: I. SEE SPECIFKZA” FOR UD MINTING RWUIREMEN7S. L I a SLNIPPLE.4~FFhUUHOSE NW% 8 HOSECAP . I Yt3 WATER DISTRICT i STDDWGNO. 4-AND 6- UYVV-OFF ASSEMBLY I WI-I I I I mm I I 3 - - NmEs I. flREHYORAM6ASE-6EA.iM67BANOCES. 2.80LISWWTS-3#X3%EXH~ 3. mJs=lau mm WITH NUTS ON ToPff FIANE. 4. SEE spBI1FIcATK)N FOR fWVTlffi REDI)IREMENlS. (BEGIIU BINTATSCOREIN8REAU~OFfSFODL). 5. SEE SPECIWm HIR 8URlED FUME REQUIREMENTS. 6. sEEEEmVE&LANS FOR RRE , Is’@ 4 i40 sliEwALu. i ? ) 3 .: -.-. -&- I CARLSBAD MUNICIPAL WATER DISTRICT ,- lAmI IWE. FIRE HYDRANT i STD DWG. NO. ASSEMBLY WI2 DECEMBER I988 c SECTION A-A SECTION 6-B DOMESTfC WATER RECLAIMED WATER’ WI-ES: I. INNDN-RDADAREASPlACEGUARD 2.~~W$‘GlW2FORGATEVALVE FomNExTTDVLlCM8DxAss~~ A$D&RECEC 6Y)HE ENGINEERGEE 3. “f’PERSlDE*DFUDWCEIVE2COATS . . flfau~.~~~m I~~IIFTUYF MARK- lb CARLSBAD MUNICIPAL WATER DISTRICT. . . 8JEvmoNAI#L[#E VALVE BOX s-m DWG. No. ASSEMBLY WI3 DECEMBER I988 SECTION A-A 1.FLANGEPREssuREaAss8F~ffi SHALL BE SAMEASAWXEIWWUE I I I CARLSBAD MUNICIPAL WATER DISTRICT FtlxsDN m WE sTRDwGNo TAPPED CUNNECTION JO SEEL MAIN WI4 DECEMBER 1989 I I RElNFORCl SrEELDEl aA HoRlaoNTAL8 VEF3TiCALEND. NOES: l.fmlNGSsrruL8EovcTlcrlRoNFoR QLI? 8 RVC.; CAST IRON FDR AC.F? (CEMENT LINED SHORT BUYY). 2 . FOR AC PIF’E, A MIN. 3’-3’70 A &6%W. LENGWINTDANDCUTCFALLFlTTlNGS. 3. coNcRE7EsHAuBE5sIy=K.(2ooD~.). A MIN. 3 MY CURING TIME BEFDRE HYDROSATIC TEST. 4.SEEDWGkNQl78l8~REDUCER, PWG.8 BUTI-ERFLY VALIvE THRUST BLOCKS. CARLSBAD MUNICIPAL WATER DISTRICT - -fsxlNLIpRzm C0IWW-E THRUST BUICKS STR DWG..NO. FOR NON-RESTRAiNED JOINTS WI5 , DECEMBER I988 - - - - - - I --I % -- NOTES : I I CARLSBAD MUNICIPAL WATER DISTRICT - -kmlsDN Am?IrmE I GATE VALVE INSTALlATlON STR DWG. NO. I PVC, DlP,ACl? 81 STEEL PIPE. WI6 DECEMBER IS68 - RfC8W?PSX b I . .: -. .- L 5 --a - C - - - 0 3 LINE V’E INsTAuATK)N . TEE ASSEMBLY r I I -,- CAR~SBAD MUNICIPAL WATER DISTRICT BUTTERFLY 81 PLUG VALVE STD DWG ND. INSmLLATK)N FOR AC, WC 81 DU? WI7 DECEMER 1988 - H - - - r -- -FT I 3 we- NOTES: EnRu+GARE4smL8EwEDlFFERENciE BETWEENTHE-~RBXJIRODKIR m?m-oFMnNsDNm9#~ REWCERASFouNDFRCMSIQoMj.I9F’US lliE AREA of THE TRENCH mNG. MINIMUM DIMENSIDNS SHOWN SMLl BE ADHEREDTO. I I CARLSBAD MUNICIPAL WATER DISTRICT - AppR wTE THRUST ANCHOR FOR WATER MAIN REDUCER - 4 THRU 16 INCH. ‘?$$fj No* OECEM8ER 1988 B - - - - - - - - - - - & 6 0 ID Q I4 I6 FloeOiomsterinInd#s I. 0AsEDuu225FsITsT fRESWfEANDBlWJGW.lBCFDRY9oQs. 2. vALuEsFRoMclRvEsMEFoR7EEsAND mR9cP8END: 1.4wlJEFfumaJRvE. EADENDS, l.E; STFWGHT LINE THRUSl. UR45@8END~Q8WUEFROMCURVE. FoRPle8EH)~Q4uulEFRoMamE. 3.g~mmmCwmmwiEm - CARLSBAD MUNICIPAL WATER DISTRICT lEvlsmmm THRUST BLOCK BEARING AREAS STDDWGNO. WI9 DECEMBER 1988 ‘ -c - - - - - - - - - - - CARLSBAD MUNICIPAL WATER DISTRICT wmoN APmlYm 2 INCH AND UNDER S-I’D DWG NO. BACKFLOW INSTALLATION W20 AUGUST 1993 4 e @ ;r - . 1 - - - .. Q Q r;;*ffXg *a ’ cmz.eL---- L -----e-m- POBLIC i m~lNsrAlLED- 6ooK14~OlQ4Ool-~5almEnOFTHE CALIFORNIA AOMINI~~ COOE. CARLSBAD MUNICIPAL WATER DISTRICT : - ivlsm ApFp oI\TE 3 INCH AND ABOVE Sm DWG. NO. BACKFLOW INSTALLATION w21 - AUGUST I993 CONSLMERS- To0E~AuEDRTo~ mcx l4.oaol0.4aks8L5amLE noF EF CALIFORNIA ADMINISlR4TlVE CODE. I I CARLSBAD MUNICIPAL WATER DISTRICT .~sIoN~c%clE ABOVE GROUND DOUBLE STUWGNQ CHECK VALVE DETECTOR ASSEMBLY W22 &JGuST 1993 - , .+-. - - C - 3’-0” DOMESTKZ WATER NOTES: I.ElWlf?EMARKB?fOST~. BEfflNTEDpRIwzTolNsT~~ FOR ooMSTlC WATER SYSTEM mlNT2ccmSDFWHlTEEXTERm Em OVER A PRIMECOAT WITH 2 STENCILLED 9UCK LEdJS MNTED VEKKALLY, STATING ‘WAER’ON Mti RET WE. FOR REClAIMEDMtEl? SYSTEM lwNr2cwuSwPmPLE EPIUEL CNER A PRlMECMr WITId 2 STENCILLED RACK LETTEks MNTED VEpTlcAuY, STATIf% kECUUMED ONENHFQSTFE RECLAIM 49 :D WAER 2. EXTENSION STEM SHALL 6E REQUIRE;0 WHEN DPERATING NUT64CRMORE8aillW TOP OF VALVE COVER. ET 6 I CARLSBAD MUNICIPAL WATER DISTRICT il3woN APPRWTE EXTENSION STEM AND STD. DWG NO. MARKER POST . w3 AUGUST 1993 - ,- .- - e- .*. l . - . . .a ,: : : ‘a b . . . ‘. . . . a: . . ; .a l . . ‘.’ l . . *.. =.. ..( . . .I . . . . :.* 4 .‘( ‘.’ 0. ‘. ::. .- ‘. -. - -. , . : 0. 8:’ . ‘- . ‘. . - . . *... :.: . . . ‘. I :* ;. - -. ‘0. . < . : I -.* - . . . . . . ‘. . * .: P. - > . . B. ,* l - .I k .-I 5 -d q- NOTE flPEstauBEPAlm INCXWU?~WlTH’ DISTRICT sPEclFmTloNs. CARLSBAD MUNICIPAL WATER DISTRICT PROTECTION POST STD DWG. NO. W24 DECEMBER 1988 - - ANODE LEAD lxBuEGRAoE CONNECTON ABOJEGRADECONNECZTlMJNOTES: I.RfsERPlPEsHALLBEwlREmfusHED To CLEAN eRGliT METAL. 2. wlE&LAA~ WALL BE LOCATED ON . 3. WIRE INSULATION SHALL BE STRIPPED TO A MINIMUM LENGTH TO C?lNNECr WlRElOPlPEClAMP. PACKAGED BACKFILL coMpoSiTlON: 75 70 GYW 20 % RENlONlTE 5 o/o SOOlUM SULFATE INGOT WElGHT: 30 L8S. PKGD. WEIGHT: 70 LBS. APPROX. CARLSBAD MUNICIPAL WATER DISTRICT ?ahsmJlAppRoLm~ I40 9-y ZINK ANODE STD DWG. ND. I AND CONN’ECTORS W25 t. AUGUST 1993 APPENDIX C LOCATION MAP /-- - 1 1 is- L L 1 L 1 L L L L L L L L L L- L LOCATION MAP , ELEMENTARY ‘reject Name: JEFFERSON STREET 12” POTABLE WATER MAIN Project Exhibit AND REACH 5A VISTAKARLSBAD INTERCEPTOR NO, No, SEWER REPLACEMENT 94-101 1 March 6, 1998 RE: JEFFERSON STREET 12-INCH WATER MAIN AND REACH 5A VISTAKARLSBAD INTERCEPTOR SEWER REPLACEMENT PROJECT CMWD PROJECT NO. 94-101 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum-receipt acknowledged--must be attached when your bid is submitted. RUTH FLETCHER Purchasing Officer RF:kd Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder’s Si ature v?w j@bsvG?~~~ to your Proposal Form/Bid 1200 Carlsbad Village Drive l Carlsbad, CA 92008-l 989 l (760) 434-2803 l FAX (760) 434-l 987 @ . - CARLSBAD MUNICIPAL WATER DISTRICT. 5950 El Camino Real (760) 438-3367 Facsimile (760) 431-1601 ADDENDUM NO. 1 FROM: Kelly Efimoff CMWD PHONE: (760) 438-3367 x124 DATE: March 5,1998 RE: JEFFERSON STREET 1ZINCH WATER MAIN AND REACH 5A VISTA/CAR.ISBAD INTERCEPTOR SEWER REPLACEMENT PROJECT CMWD PROJECT NO. 94-101 CONTRACT NO. 3 1821A-3533 1 1. On Sheet 3 of the Plans, ADD the following: a) Water Main Profile, Approx Sta 1+45 (Interceptor Sta 111+25): .Refer Water Main Storm Drain Crossing to attached Exhibit No. 1. b) Detail l@ Sta 1+05 callout: 22 l/20 horizontal bend (170 52’ 19”) c) Detail 1: NTS d) Profile A @ Sta 6 +20 callout: 22 l/20 vertical bend e) Profile A @ Sta 6+15 callout: 550 8’ 36“ field fabricated vertical bend 2. On Sheet 4 of the Plans, CORRECT the following: a) Water Main Profile @ Sta 12+37.40 callout: CONSTRUCT TEE & 6-INCH GV... b) Right Side Plan, callout: CONSTRUCT PIPE SUPPORT PER DETAIL z/11 c) Plan @ Water Main Sta 5+93, callout: REMOVE EXISTING 8” 90”BEND, 8” X - - 6” RED,... 3. On Sheet 4 of the Plans, ADD the following, PLAN VIEW @ Sta 12+37.40: symbol for 2” MAR 4. On Sheet 6 of the Plans, DELETE the following: Symbol for Gate Valve. 5. On Sheet 6 of the Plans, CORRECT the following: MOVE the 2” MAR at Sta 18+04.50 TO Sta 16+57.65 on Sheet 5. 6. On Sheet 10 of the Plans, ADD the following note below “END PAVEMENT OVERLAY”: (EXACT LIMITS TO BE DETERMINED BY THE ENGINEER) PAGE 1 of 4 7. On Page 10 of the Specifications, ADD the following to Item No. 10, Description: . . . at Sta 12+63.43 and 16+57.65 and 28+30 . . . 8. Add the following to Section 10.2 of the Specifications (Page 85): Flashing AITOW Board: Flashing arrow board shall be a solar-assisted, battery-operated, flashing arrow trailer. The arrow board unit(s) shall be delivered (including all spare parts, attachments and manuals) to CMWD prior completion of the work. The flashing arrow board shall be Alhnand Bros. ECLIPSE as represented by The Trebor Company, phone (800) 321-5285 or equal and meet the following criteria: Dimensions: AlTOW Panel: 4’x8’ Operating Height: 1 l’-2” Traveling Height: 7’-10.5” Length: 8’-4.75” Width(fender to fender) 5’-8” Weight: 1002 lbs. ,- Solar Panels: Standard solar array of two (2) self-regulating, single-crystal modules one hundred (100) watt class output, accordingly with clear anodized aluminum frame Arrow Sign: All aluminum construction Black alumikad coated 360-degree lamp visors Mode indicator lamps on black panel Red low-voltage “drive-by” warning indicator Replaceable Lamps Socket/pigtail assembly Reusable light housing Replaceable lamp element 2000-hour lamp life - Electronic Controller ABI Solid State Two-year warranty on electronic circuitry Weather-resistant controller mounted within sign panel Display controls located on controller face panel Lockable hinged cover Low-voltage disconnect Photocell located on bottom of sign to automatically control lamp intensity appropriate to ambient conditions (Not affected by vehicle headlights) PAGE 2 of 4 Batteries Three 8D 12-volt commercial batteries Aircraft type-charger unit Trailer N-gauge all-steel construction 13” tires and spoke wheels Four slide levelers with screw jack on tongue Color-impregnated ABS plastic fenders and battery cover Adjustable height, reversible combination, 2” ball, 3” pintle hitch Safety Chains Stop, turn and tail lights High-visibility safety orange Additional Requirements Screw jacks at four (4) comers Manual dimmer switch 9. On Page 12 of the Specifications, ADD the following: /p Item No. Description 25 Flashing Arrow Boards for a unit price of 26 Construction of 12” Water Main Storm Drain Crossing in the vicinity of Sta 1+40 for a lump sum price of Approx. Quantity and Unit 2EA unit Price $ Total $ 1LS $ $ PAGE 3 of 4 r . 11. On Page 10 and 11 of the Specifications, CORRECT the following: SCHEDULE A BID ITEM NOS 14426 - and Item No. Approximate Quantity and Unit 10 32EA 11 5#EA 19 5j#EA PAGE 4 of 4 . . . L DETAIL c- 10’ - c- 10’ - 1’ MIN CLR I I t. I . . ;;;; IT - . .: .::: -*.: >.- I- 10’ - CONST 12’ S,ll,W,Om ?ro ject Name: FLG, CL 200 - (TYP OF 2) ANCHOR BLOCK - PER PFTAILm 12’ STEEL 10 GA. WITH WELDED JOINTS Y CML&C 12‘ PRE FAB 22,5 DEG BEND (TYP OF 4) WATER MAIN PROFILE STORM DRAIN CROSSING STATION 1+40 JEFFERSON STREET 12” POTABLE WATER MAIN AND REACH SA VISTAKARLSBAD INTERCEPTOR SEWER REPLACEMENT Project No, 94-101 Exhibit No, 1 City of Carlsbad March 24, 1998 ADDENDUM NO. 2 RE: JEFFERSON STREET 12-INCH WATER MAIN AND REACH 5A VISTAKARLSBAD INTERCEPTOR SEWER REPLACEMENT PROJECT CMWD PROJECT NO. 94-101 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Proposal Form/Bid when your bid is submitted. RUTH FLETCHER Purchasing Officer RF: kd Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 /4 ZzLk~ < -//@!55& Bidder’s Si nature yJz&c sz=g4m5~7 B 1200 Carlsbad Village Drive l Carlsbad, CA 92008-l 989 l (760) 434-2803 l FAX (760) 434-l 987 453 CARLSBAD MUNICIPAL WATER DISTRICT. 5950 El Camino Real (760) 438-3367 Facsimile (760) 43 1- 1601 ADDENDUM NO. 2 FROM: Kelly Efimoff CMWD PHONE: (760) 438-3367 x124 DATE: March 23, 1998 RE: JEFFERSON STREET 12-INCH WATER MAIN AND REACH 5A VISTAKARLSBAD INTERCEPTOR SEWER REPLACEMENT PROJECT CMWD PROJECT NO. 94-101 CONTRACT NO. 3 182 l A-3533 1 1. Pre-bid meeting minutes are attached with a list of attendees. 2. CORRECT the following pertaining to payment for the Construction Schedule: a) Bid Schedule A, Item No. 23, Construction Schedule on Page 12 of the P- Specif’ications: Under TOTAL $l500-$10,000. b) On Page 64 of the Specifications, Section 6-l .8 Measurement and Payment, CORRECT the following: y . ..will be paid for at the stipulated lump sum price of T\nn Ten Thousand Dollars . ($10,ooo.00). c) On Page 64 of the Specifications, Section 6-l .8.1, Initial Payment, CORRECT the following: Q Three Thousand One Hundred Dollars ’ ($3,100.00) of the stipulated . ..” d) On Page 64 of the Specifications, Section 6-l .8.2, Monthly Updated Construction Schedule Payments, CORRECT the following: Monthly Updated Construction Schedule Payments of mm-s $lQQ-Q@ Six Hundred Fifty Dollars ’ ($650.00) will be made subsequent.. . n e) On Page 64 of the Specification, Section 6- 1.8.3, Concluding Pay&en& CORRECT the following: A Final payment of & . Three Thousand Dollars ($3000.00) will be made when...” 3. On Page 66 of the Specifications, Section 7-5, PERMITS, MODIFY the first sentence as follows: ) , , r PAGE 1 of 2 ,- responsible for obtaining all encroachment, right-of-way, grading, and building permits as necessary to perform work for this contract. Permit fees, if any, for permits obtained from the City of Carlsbad or Carlsbad Municipal Water District will be paid by the District at no cost to the Contractor. 4. On Page 66 of the Specifications, Section 7-5, PERMITS, ADD the following paragraph: The Contractor shall be responsible for obtaining the Caltrans Encroachment Permit and paying all associated fees. A copy of the Caltrans “Mother Permit” is included as Appendix D. 5. Clarification on AC Patching in Bid Schedule B: All AC trench patching under Bid Schedule B will be included under the unit price bid for pipeline installation. 6. On Page 12 of the Specifications, ADD the following: Item No. Description Approx. Quantity and Unit Unit Price Total 27 Field Office for a monthly unit price of 6 MOS. $ $ 11. On Page 12 of the Specifications, CORRECT the following: SCHEDULE A BID ITEM NOS l-Z&J 12. Clarification to Details 1, 2 and 3 on Sheet 12 of the Plans: Refer to the attached T-Lock Sewer Accesshole Detail for typical installation of the PVC Liner. 13. Clarification of Bid Item No. 3, Bid Schedule A on Page 8 of the Specifications: The existing forms and shoring inside the bridge bay include the following: a) 2*x4” kickers (vertical posts) at 2’ on center in rows of 2 6. Frame formed of 2”x4” at 12” on center with plywood top PAGE 2 of 2 APPENDIX D CALTRANS “MOTHER PERMIT” In c.ompIiince with (ched one): . r F ATM: KELLY WEAVER i L- PHONE (619) 4384367 and sub@t to the following, PERMISSION IS HEREBY GRANTED to: enter upon State Highway right of way in San Diego County, City of Carlsbad, on Route 5, Bridge No. 57-271, Jefferson Street OC, post mile R50.86, to install a waterline as shown on the attached plans, in accordance with the requirements and conditions contained herein and as further directed or approved by the State’s Inspectors, Mr. James L. Wiggins, telephone number (619) 6884844, for road work, and Mr. James Hannigan for bridge work, telephone number (760) 433-8284. The State’s Inspectors shall be notified two working days prior to starting work. In addition, Permittee must call Mr. Ray K. Anderline, telephone number (760) 746- 2947, at least three working days prior to starting work and arrange for a mark-out. Caltrans electrical facilities may be affected by this permit work. h fokvhg ottachfnenh on also included as port of this permit. Kantin& pwa odcobb): lno&Uumbfe8thepornuttoedbeblkc ahlalcodsfoc & Ya No Genml Provbiinr - ye8 X No Re4i.w r” XNO ?? No Utility Mainhonco Pravisions Y.8 x Ye8 &No lmpedion SPeckI Provbions FSdWorir a x No e---m AcaLosHApwnilmqlJimdpriortobegiiingwo~ I croy-~~.Jv-w - yes X N/A ~‘~nin~~~n)oldoauMntation~~n~~ondco~~priork oppmwll of this ponnit. Thhpwmithvoidunbssthoworkiscompbtedbdorm SEPTEMBER 30.1998. Thir~btobo~conrhu~andmorh~wo~othor~n~~~~n~ir~~autho~ NO pmw work shol ba commoncad until 01 other necessary ~amtits and onvironmentol deamncos have bean obtoined. =F APPROVED: cczPumit8 MNua, Reg. rug. J”%s”%s;-’ Work tup. bW8a0t Gory L Golleoor Dii Director RK4ndcrlSae, Mtce. Elcc mkhrooj, u structlJre8 Jffmigm, Cod. Bddge kup. DMHirn, Comt. Admin. -. X Your oppkation of DECEMBER 18, 1996 I 1 mto Utiii Notice No. Agreement No. R/W Controct No. of of of September 22, 1997 F Paid &UC s P-w-Ill P~bii~(21 $ $ -canponY To: ~NBM’U~~ W$TER D&y] I CAIUSBAD, CA 92008 , PERMrjlEE Page 1 of 3 DAlk Sepemhr 22, 1997 . - Working hours shall be between 8:00 A.M. and 3:00 P.M. or as directed or approved by the State’s Inspector, and in accordance with the attached SHOULDER CLOSURE REQUIREMENT CHART No. lo., for I-5. Traffic control when permitted or directed by the State’s Inspector, shall consist of closing traffic lanes and ramps in accordance with the Department of Transportation publication entitled “Manual of Traffic Controls for Construction and Maintenance Work Zones”, the provisions of Section 12, “Construction Area Traffic Control Devices,” of the Standard Specifications, and these special provisions, including the attached TRAPPIC CONTROL SYSTEM, T-13, for Jefferson Street. No vehicles or equipment shall be parked within the highway right of way at any time, except for those vehicles or that equipment actually engaged in the work, during the working hours specified herein. The State of California, Department of Transportation makes no assurance or expressed warranty that the plans are complete or that the planned construction fits field conditions. Should additional work or modifications of the work be required in order to meet established Department Standards or in order to fit field conditions, the work shall be performed by Permittee as directed by the State’s Inspector at no cost to the State. . All work shall be performed in accordance with the current Department of Transportation Encroachment Permit Utility Provisions Dated May 1, 1994. Notwithstanding General Provision No. 4, your contractor is required to apply for and obtain an encroachment permit prior to starting work. A fee of $1,120.00 will be required upon submittal of the application to perform the work. Also, your contractor must submit proof that they have obtained executed bonds in accordance with General Provision No. 23. Not withstanding General Provision number 23, the Contractor’s bonds shall remain in full force through completion of the work and acceptance by the department. The department will release the bonds upon fulfiUment of all obligations under this permit. Au open trench within the improved area shall be backfilled, compacted and temporary repairs made to the surfacing before leaving the job site at the end of the working day. In lieu of temporary repairs, steel traffic plates may be allowed if approved by the State’s Inspector prior to the start of work. Permanent paving shall be placed within five working days after completion of the above work. Permanent backfill and paving shall conform to the attached BACKFILL REQUIREMENTS. When steel plate bridging is used, the attached Steel Plate Bridging Special Provisions will apply in addition to the attached General Provisions. Page 2 of 3 Upon completion of the installation, the Permittee shall submit one set of mylar or equivalent “As Built” drawings to the District 11 Caltrans Permit Office showing the actual location of the facility to the nearest 30 mm (0.1 foot) horizontally and vertically. “As Built” plans shall be signed by a Land Surveyor or Civil Engineer licensed to practice in the State of California. Locations shall be tied to points that are compatible with State’s datum for the area. of no datum exists, permanent reference points shall be set that can be used to accurately locate the facilities. Upon completion of the work, the attached card shall be completed and returned. The following district Standard Special Provisions are generalizations of the Department Standard Specifications and are included only as a permittee convenience. Permittee’s attention is directed to the current Department Standard Specifications for complete, unabridged, specification requirements. Once begun, that portion of the work within the State highway right of way shall be prosecuted to completion as rapidly as possrble. All personnel on foot within the State Highway right of way shall wear orange vests or jackets and hard hats. The Permittee is responsible for locating and protecting all utilities both underground and aerial. Any costs incurred for locating and protecting and/or relocating any utilities shall be borne by the Permittee. Five days prior to the start of work, trench excavation safety plans for any trench more than 1.52 m (5 ft.) deep shall be submitted to the Permit Inspector for review by the District 11 Bridge Engineer. If the plans are non-standard, they must be submitted a minimum of fifteen working days prior to the start of work. Pogo3of3 .- R Backfd\ Whin Existina or Prooosed Paved Areas: 1. Material for use as structure bockfill shall have a sand equivalent of not less than 20. The percentage composition b weight as determined by laboratoy sieves shall conform to the following gra J ing: Sieve Sizes 3. No. 4 No. 30 Percentage Passina Sieves 90-100 35-l 00 20-100 2. Backfill material shall be placed in horizontal, uniform layers not exceeding 8 .nches in thickness, before compaction, and shall be brought up uniformly on all sides of the structure or facility. Each lay er of backfill shall be compacted to a relative compaction of not lesr than 95 percent. The upper 8 inches shall consist of 6 ‘ties Class D high cement concrete (7 sadc Type 111 cement) or Class 0 po 23 -gth PO&d cement concrete (7 sack Type II with 2 percent calcium chloride by weight of cement) and 2 inches asphalt concr& extend&t outside the underlying trench a minimum diiance of 6 *k&es on each side. Pavement shall be cut to a neat, straight line with sow, abrasive wheel, or spade bit. Traffic shall not be allowed across the trench area until the KC has been poured and has had reasonable time to set and permanent or temporary AC paving is in place. 3. In cases where the trench width does not exceed 6 feet, requirement AZ. may be waived and the follow’urg requirements sub&ted: the baddill material shall conform to Al. above and &all be thoroughly mixed with 2 sack of portlond cement per cubic ard x Placement and corn ction shall conform to Al. The upper portion sha consist of a tack coat o r rqu*d asphalt and 4 inches asphalt concrete placed and compacted *n two even lifts and rolled to a smooth even fin&. Traffic shall not be allowed across the trench area until AC paving is in Ph. 4. For paved shoulders only, upon express permission of the State’s Inspector, Provision A may be waived and Provision 3 backfill requirements shall apply. 8. Backfill in Paved Shoulder Areasz The backfiN to w-thin 12 inches of the ex’kting or proposed profile grade shall conform to Al. above. The upper 12 inches shall consist of 8 inches Class 2 aggregate base compacted to a relative compactioti of not less than 95 percent, covered with a tack coat of liquid asphalt and 4 -k&es asphalt concretd placed and compacted in two lii and rolled to 0 smooth, even fini C BocMll in Unwved Shoulder ti ti ba&fill to within 12 -k&es of the exEdow or proposed profile grade shall conform to Al. above. The upper 12 ‘khes shall consist of Class 2 aggregate base compacted to not bu than 95 percent. 0. Bockfill Outside of Hiahwov Shoulders: lke backfiU moteriol may consist of material from excavation, free from stones or lumps exceeding 3 *&her, vegetable matter, or otk unsot&ctory material, and shall be compacted *m iii not exceeding 8 inches to’ a relative compact’an of 90 percent. When the material from excavation is unsuitable for use as backfill, it shall be dkposed of and replaced with material meeting tk above requirements of Al. Exa material shall be diised of outside the State right of way or at a location designated r. by the Deporhnent of Transportation’s representative. . . / STEEL PLATE SPECIAL PROVISIONS Steel plate bridging installations shall conform to the following: Method 1 Ear speeds more than 70 km/hr (45 mph)1 The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. Method 2 [For speeds 70 km&r (45 mph) or less1 Approach plate(s) and ending the roadway by a minimum o P late (if longitudinal placement) shall be attached to 2 dowels pre-drilled into the corners of the plate and drilled 50 mm (2”) into the pavement. Subsequent plates are butted to each other. Fine graded asphalt conaete shall be compacted to form ramps, maximum slsg 8.5% wth a mirumum 308 mm (12”) ta er L? When the steel plates are removed, tK to cover all edges of the steel e dowel holes in the pavement shall backfilled with either graded fines of asphalt concrete mix, concrete slurry, or an equivalent slurry satisfactory to the State’s representative. The permittee is responsible for the maintenance of the steel plates, shoring, and asphalt concrete ramps. Unless specifically noted in the provisions of the permit, or approved by the State’s representative, steel plate bridging should not exceed 4 consecutive working da s in =Y ‘ven week. r Backfilhn B of excavations. shall be covered with a minimum T 5 mm 3”) temporary layer o cold asphalt concrete. The following table shows the advisory minimal thickness of steel plate brid l needed for a given trench width (A36 grade designed for HS20-44 truck loa r g P Caltrans Bridge Design Specifications Manual): ing per Trench Width Minimum Plate Thickness 0.25 m (10”) 13 mm (l/2”) 0.58 m (23” / l’-11”) 19 mm (3/4”) 0.80 m (31” / r-7”) 22 mm (718”) 1.04 m (41” / Y-5”) 25 mm (1”) 1.60 m (63” / 5’-3”) 32 mm (1 l/4”) NOTE: For spans greater than 1.6 m (5’ 3”), a structural design shall be prepared by a registered civil engineer. Steel plates used in the traveled portion of the hi hway shall have a surface that was manufactured with a minimum coefficient of fFl ‘ction equivalent to 0.35 as determined by California Test Method 342. If a different test method is used, the % rmittee may utilize standard test plates with known coefficients of friction available om each Caltrans District Materials Engineer to correlate skid resistance results to California Test Method 342. Based on the test data, the permittee shall determine what amount of surface wear is acceptable, and inde remove, test, or resurface an ‘individual late. The P endently ascertain when to have any untreated late B tate representative ma K but is not responsi le E immediately remove from traveled portions of the hig for evaluating surfaced plates. way, A Rough Road sign (W33), with black lettering on an orange background, may be used in advance of steel plate bridging. other required construction signing. This sign is to be used along with any 1-l l~OflNlA - DEPARTMENT OF TRANW’UK I A I (UN CHMEhjT PERMIT GENERAL PROVISIONS Ev. SISS) A~ORIPI: Encroachment permits are issued under the authority ,,ven the Department. Div. 1. Chpt 1, An. 3 in accordance with Dii. trot 3, A& 1, Sect. 660 to 734 of the Streets and Highways C REVOCATION: Encroachment permita are revocabk on tive days’ notice, unksa otherwise stated on the permit, and except as pmvjded by kw for public corporations, franchise holder!% and ~ggtks. These General Provisions and the Encroachment Pennit utility provisions are subject to modification or abrogation at any wne. Penn&es’ joint use agreements, franchise rights, reserved rights, or any other agreements for operating purposes in State highway rights of way are an exception to this revocatiin. $. DENlAL FOR NONPAYMENT OF FEES: Failure to pay perrntt fees _. when due can result in rejection of future applications and denial of -. ;3 pe*. i 1.’ ASSIGNYENT: No party other than the PerMtke or permittees’ f l uthorked agent is allowed to work under this penntt. i ACCEPTANCE OF PROVISIONS: Permittee understands and agrees to acceptance of the provisions and all attachmenta to this pemttt, for any work to be perfomwd under this permit ‘f BEGINNING OF WORK tt is the responsibilii of the Permittee to notify the Departments’ Representattve, two (2) days in advanca of ! the intent to begin work under this permit Permittee shag notify the Depafbmnb’ Representative if the wont is to be interrupted for a period of ttve (5) days or more, unless a prearranged continuance of work agreement had been made. All work shall be performed on weekdays during regukr work hours, excluding holiiays, unkss oWmvis8 apecikd in thk permit .- 7. ! JDARDS OF CONSTRUCTION: All wortr perfomwd within highway rights of way shall confomr to reagnized construction abRw%rds and current Department Standard Specitkations, High and Low Risk Faclri Specifications, and Utility Special Provisions. W&e reference is made to %ontractor and Engineer, these are amended ta be mad as %nnittee and Department Repmsentattve~. 6. INSPECTION AND APPROVAL: An work shall be subject to ~nitoring, and inspecbon. Upon compktion of work permittee shall WUeSt a final inspection for acceptance and approval by the DePartmant The kcal agency permittee shall not give hal consbtrction approval to its contmctor until the bcal agency has obtained 6nal acceptance and approval from the Oepartment 9. PERMfT AT WORKSITE: The Permit Package or a copy of, shall be kept at the work slte and must be shown upon request to any - DePartment Representative or Law Enforcement Officer. tt k a vkktkn of permit conditions and work shall be suspended I the Permit Package k not kept and availabk at the work site. ‘0. CONFUCTtNG ENCROACHMENTS: Permittee shall yield start of work, to ongoing prior author&d work adjacent to or within the knits of the project aite. When existing encroachments contlii with new wonr, the Permittee is solely resoonsibk for any and all cost for rearrangements necessary (relocation, alteration or removal of). 11. PEMtB FROM OTHER AGENCIES: This permtt shatl be bvakiated if the Penittee has not obtained all permits necessary and required by taw, from the Public Utiliis Commission of the State of Caliirnia (PUC). Califomia Occupational Safety and Health -‘~inktratkn (CAL-OSHA), or any other public agency having _ .adin. .i 12. PEDESTRUN AND BICYCLIST SAFETY: A sife minimum 5 Passageway of 1.21 meter (43 shall be maintained through the work ! area. where pedesbian or bicyck faciliis are existing. At no time 13 14. 15. 16. 17. 16. IQ. 20. 21. 22. ACTUAL COST BILLlNG: When Permittee is to be bitkd actual cotta, (as indicated on the face of me permit), such costs will be at the currently set hourly rate for encroachment permits. AS-BUILT PLAffS: When required, Permittee shag submtt one (1) set of as-built pkns in comp9ance with Dapamnant mqutmments. Pkns shalt be submitted within thirty (30) day8 after compktion and approval of work PERMKS FOR RECORD PURPGSES ONLY: When work in rights of way is within an ama under a Joint Use Agreement (JUA) or a Consent to Common Use Agreement (CCUA), an Exempt Peti will be issued to the Permittee for the purpose of providing a nottce and record of work All prior rights of the permittee shoal be preserved, no new or diffemnt rights or obrgations am intended to be created. “Notice and Record Purposes Only” shall be stamped across the ha of me permit. shall pedestrians be diverted onto a portion of me street used for vehicukf traffic. At kcations where safe alternate passageways cannot be provided. appropriate signs and barricades shalt be installed at the limits of construction and in advance of the bnits of construction at the nearest crosswalk or intersection to detour pedestrians to facifitks across the street. , PUBLIC TRAFFIC CONTROL Required by law, the Permittee is to provide traffic control protection of warning signs, lights, safety devices and other measures for the safety of the traveling public. Day and Nighttii lane closures shall be in compliince wtth the Manual of Traffic Controls, Standard Plans and Standard Specifications for b-attic control systems. lt is not intended, as to third parties. to krpose on the permittee any duty or standard of cam, greater man or different from, as required by law. MINIMUM INTERFERENCE WtlH TRAFFIC: Work ahal be pknned and conducted so as to ueate the kast possibk inconvenience to the traveling public. traf9c shaU not be unreasonably delayed. On conventional highways, Permittea k aumortzed to pkce property attired tlagger(s) to stop or warn the traveliig public. All hgging procedures shall be in comptknce wttb the Manual of Traffic Controls and Instructions to Fkggera pamphkt STORAGE OF EQUIPMENT AND MATERIALS: Equipment and Material storage in State rights of way shall be in compbnce Standard Specifrcatbns, Standard Plans and Special Provbbns. When any Pem&ee obstacla is placed within twelve (12) feet of a lane carrying pubtic traftic. the Permittee shall install bmponry railing (Type K). CARE OF DRAWAGE: PemMee shall provtde alternate drainage for any work interfertng with an existing drainage facitQ in compliance with the Standard Specifications, Standard Pkns and/or as directed by the Department’s Representative. RESTORATlON AND REPAIRS IN RIGRTS OF WAY: Permittee k msponsibk for m&oration and repair of State Hghway rights of way msuklng from permitted work. per State Highway Code, Sections 670 et seq. RtGHTS OF WAY CLEAN UP: Upon compktion of work Pemtittee shall mmove entirely and dispose of all scraps, brush. timber, materials, etc., off the rtghts of way. The aesthetics of the highway shalt be as it was bafom world started. COST OF WORK: Unkss stated in me permit or separate wrltkn agreement, all costs incurred for work within me State righta of way pursuant to this encroachment permit shall be borne entirety by the Permittee. Permittee hemby waives atI ckima for indemnBcetkn er contribution from me State for any such wotk. __-. __..--- -..- . . ..-_ - .-. .-.. ..-.. -- -- VP---.-- . -_-- \ STATE OF CALIFORNIA - Dtl’AH i Mth I W 1 tUINbtWK I A 1 iuN EtiCROACHMENT PERMIT GENERAL PROVISIONS TR404!l (REV. 5/s) 23. BONDING: Permittee shall file the necessary bond(s) in advance, in the amount set by the Department. Failure to maintain bond(s) in full P force and effect will result in suspension of all work and permit(s). , Bonds are not required of public corporations or privately owned utitiis. unkss said Permittee failed to comply with the provisions and conditions under a prior permit Your surety company will be responsible for any latent defects until such time as is provided for in Cafrfomia Code of Civil Procedures, Section 337.15. Local agency permittee shall comply with requirements established as follows: In recognition that project construction work done on State property will not be directly funded and paid by State, for the purpose of protecting stop notice claimants and the interests of State relative to successful project comptation. the bcal agency permittee agrees to require the construction contractor furnish both a payment and performance bond in the bcal agency’s name wtth both bonds complying with the requirements set forth in Section 3-1.02 of State’s current Standard Specifications prior to performing any project construction work. The local agency permittee shall defend, indemnify, and hold harmless the State, ik of6cem and employees from all project construction related daims by contracton and all stop notioe or mechanics liin ctaimank. The local agency also agrees to remedy, in a tin&y manner and to State’s satisfaction, any latent defects occurrtng as a result of the project construction work. 24. FUTURE MOVtNG OF INSTAUATIONS: Permittee undemtands and agrees that upon request of the Department whenever Skk construction, reconstruction or maintenana work on the hghway requires a permitted installation to be rearranged, the Permittee at his sole expense, unless under a prior agreement, JUA, and CCUA, shall comply wtth said request 25. ARCHAEOLOGICAL: Should any archaeological resources be revealed in the work vicinity, lhe Permittee b nsponsibhs for; F notifying the Department’s Representative immediately, retainment of a qualified archaeologist who shall evaluate the archaeological site and make recommendations to the Department Representative ngarding the continuance of work. 26. PREVAIUNG WAGES: Work performed by or under a permit may require Permittee’s contrscton and subcontrac!on to pay appropriate prevailing wages as set by the Department of Industrial Relations. Inquiries or requesk for interpretations relative to enforcement of prevailing wage requirements should be directed to State of California Department of Industrial Rehtions, 525 Golden Gate ,Avenue. San Francisco, California 94102. 27. RESPONSIBILD’Y FOR DAMAGE: The State of California and aK oftken and employees thereof, including but not limited to the Director of Transportation and the Deputy Director, shall not be answerabk or accountable in any manner for injury to or death of any person. including but not limited to the pemrittee, pemons empbyed by the ps+nittee, pemons acting in behaK of the permtttee. or for damage to property from any cause. The permatte shall be nsponsbk for any liibilii imposed by law and for injuries to or death of any pemon. including but not limited to the permitlee, pemons empbyed by the permittee, pemons acting in behaK of the permittee. or for damage to property arising out of work, or other oc6vKy permitted and done by the permittee under a permit, or arkiig out of the failure on the petmtttee’s part to perform hi obtigattons under any permit in respect to maintenance or any other obttgations, or resulting from defects or obstructions. or from any cause whatsoever during the progress of the work. or other activii , or at any subsequent time work or other activii is being performed Under the obligations provided by and contemplated by the permit. r The pennBee shalt indemnify and save harmless the St&e of Califomk, all oflicem, employees, and skte contracton. thereof. indudiig but nOt liid to the Director of Transportation and the Deputy Director, from SO daims, suik or actions of every n and description brought for or on account of injuries \ to or de any person, including but not limited to the permittee. persons empbyed by the permittee. pemons acting in behaK of the permq and the public, or damage to property resulting from the performance of work or other actlvll under the pennil. or arising OUI of the failure on the penntttee!s part to perform his obligations under any perrnK in respect to maintenance or any other obligations, or resulting from defects or obstructions, or from any cause whatsoever during the progress of the work, or other activity or at any subsequent time work or other activity b being performed under the obligations provided by and contemplated by the permit, except as othenvise provided by statute. The duty of the permttke to indemnify and save harmku hcludes the duties to defend as set forth in Sectbn 2776 of the Cii Code. The permittee waives any and all righk to any type of rxprrssed or implied indemnity against the State, its offtcem, empbyees, and state contracton. lt is m irtent of the parties that the perm&e will indemnify and hold harrntesa the Skte. tk oflicem, employees. and skk contracton, from any and all claims, suits or actions as set forth above mgardka of the existence of degree of fauft or negtiience. whether active or passive, prinary or secondary, on the part of the State, the permit&, pemons employed by the permittee, or acting on behaK of the permittee. For purposes of thii sectton. ‘state contractom’ shall indude contractom and thei subcontracton under co&ad to the State of Catiimia performing work within the Bntk of this permit 26. NO PRECEDENT ESTABLlSHED: That permit Is Barred with the undemknding that it does not establish a precedent. 29. FEDERAL CML RlGtiTS REQUIREMENTS FOR PUBLIC ACCOMMODATION : A. The perrntttee, for hfmseK, hk pemonal representatives, successom in intemsf and assigns as part of the consideration hereof, doea hereby covenant and agree that 1.) no person on the grounds d race, cobr, or national ortgin shall be excluded from paibjcpatbn in. be denied tha benefik of, or be otherwise subjected to d&crirnination in the use of said faci6Kes. 2.) that ir connectbn wilh the constructton of any tmprovemenk on sai lands and the fumishi of services thereon, no dbaimitatton shall be practtced in the selection of empbyees and contradon, by contmdom in the selectton and retention of fimt-tkr subcontracton in the selection of second-tier subcontracton. 3.) that such discrintation shatl not be pndiced against the pubftc in their access to and use of the faotltties and servtces provided for pubk ~accommodatbns (such as eating, sleeping, rest, recreation), and operated on, over, or under the space of the fight of way. 4.) that the permittee shall use the premises in compliance with al other requiremenk imposed pumuant to Tii 15. Code of Federal Regutations. Commerce and Foreign Trade, Subtitle A Office of the Secretary of Commerce. part 6 (15 C.F.R Part 6) and as said Regulations may be amended. B. That in the event of breach o any of the above nondiitation covenank, fhe State shal have the right to terminate the pennit and to m-enter and repossess s& tend and the k&ties kereon. and hold the same as tf sati pent16 had never been made or issued. 30. MAINTENANCE OF ~KGRWA~S : The permKtee agrees. by acceptance of a permit I0 properly maintrim any encroachment This WUI require inspectton and repair of any damage to State faciliis resulting from the encroachment. 0 5; El 0 - 2 : -8 %I ~ I 4; iJ: ~ Ji ~ I 4 I I I I i I ! 2 ! ‘r; : STD. PLAN 110 : i ! tt . ! : i,; , f;$ ;T ii ‘1 i *44i iit’ I I I . I I I 1 ! :I Ii! :I t I :1 I I{! ‘1 i:l t I 7-l I ; ! 1 ? ) i-AU& ! ;i I. i l I: $32 , - 4 I i,; iI l *;i e- !!, /i if ) ;4 :‘0 + . *!a 0 I ’ ’ ! ; . j 1: ‘f 7.q ..I + j i e s;;, ‘.*:- , g;j;: .‘. :*,:- w *I 3. ) ;: I ! .?: 1 y; ;I _. it 5 l 4x 3 11.. -~ . . ;- j;( zn3 l 5 :!..‘ijr i= . : i II x sv -rr:r-L- ’ (8 =w 5 ‘0 -i ; .’ , : j - * I’ <A , b j fi ’ 3 0 a#;; ! ! 1 : SiE g , , :. ;,‘,r, I i ::: i : j’o gi ! 0 <t I 1 ’ k( tttt ;“I ty s 8 P --+ i a .‘: 4 Y- $9 --if1 ’ I j : I I : : : I ! ’ ! j ’ 1 I 8 . --P i ;..:.:‘ 1 E\1 : _j; : I ei L ,e:: : T. .\.’ I ,i / ---------A ,b i ! I l I -----7-,q, j j t I ,i . ! l Ja a( 802 I&$ ‘I l-3 ;_2sa 88 b* p =s 82 :‘I *o -- Qo 5,: 02 =* l d 0’0 0) . 123 ‘/ / v :’ , _* ,’ i P I - ._.. ;:. . ’ 2. ., _. .;: . ..’ _. ,. . : 1.I _ - . . . . .-‘: ;..‘I‘.’ ,; -. ; I __’ _T ; L. -. , ‘_ . t 2 w E t!j 5 032 Y=g PO=0 woad l-AZ& 3+!w SWCF r”a s& B WI 4dn m”-IZ . Uf jO0, 4:0)-w gap w>w JL YSf E SW”% 5% Wt-2: I-DWV WQ 8-1 b 2 ZAFW p’ m “$A pa Am .3 azo ggY 8 Ok34 I j i I i / I I I ! 00 CW m %g St 4 E= : =ul @2 1 $2 iii8 &f wo ‘I zv, . _ .-,._.-- . . . . . I_ .a-. .-...a_.-... _h ._...._.. .- - . -.-_ CARLSBAD MUNICIPAL WATER DISTRICT PRE-BID MEETING JEFFERSON STREET It-INCH WATER MAIN AND REACH SA VISTAKARLSBAD INTERCEPTOR SEWER REPLACMENT PROJECT MINUTES OF MEETING Thursday, 3119197 Location: CMWD Board Room Time: 10:00 a.m. Attendees: See Attached List 1. Project Description: The project includes three distinct construction portions: a) Installation of 12” Water Main (Steel and PVC) b) Installation of 36” Interceptor Sewer Main c) Construction of AC Pavement Overlay 2. Sewer By-Pass for Construction of 36” Interceptor Sewer Main: Construction of the new 36” Sewer Main will require bypass of sewage flows in the existing 24” Sewer Main. Sewage flows in the 24” Main during wet (rainy) winter months have been recorded as high as 19.7 MGD. Normal flows peak at approximately 14 MGD. 3. Public Relations: Home Owner access must be maintained at all times. Complaints and requests for information should be referred to the City Inspector, Lupe Aguinaga. 4. Construction Sequence: Construction of the 36” Sewer Main must be completed and operational prior to construction of the 12” Water Main west of the I-5 Overcrossing Bridge. 5. Park Access: Public access to Hospital Grove Park and Buena Vista Lagoon Park will be restricted for the duration of the construction project. (The parks will be closed.) 6. Dewatering: CMWD is pursuing disposal of dewatering groundwater into the existing sewer through an administrative permit from the Encina Wastewater Authourity. The nearest access to the sewer system is located on the west side of the I-5 Bridge Overcrossing. 1 7. CaItrans Permit: CMWD has obtained the “Mother Permit” of the Caltrans Double Permit Process. The Contractor will apply for and obtain the “Permit” and pay all associated fees. A copy of the “Mother Permit” has been attached as Appendix D. kje/WEP 3123198 Page 1 of 1 : ~TWDANC~ fZoSTW :'m : ; TNUSOAY 1 -ok& : w A.M. ' MrlcH '7, 1399 . NAMC C~MPAA)Y bwmtW AbDerSf L/2 ALJAk~A f ' Cl%) bw&5~/ho I 1 I s*uol4 &:i. 6, : j I n F/ I J&g vyiRa&- .srsr4 Pm50 4 CA /9962 E c*d c /hne 6. @X&4% rtH/FA)C 455-u bi Q4-3Z3 b/1- z9%- 23633 / &q+J2JPw b/9 7% 9&d& 6/9 718 9699-S. ?Pwm22/ j 7/Y sst UC7 1 i dpd 258-94qJi b t9 a5836& 7&O~J~SL7~ 7m+f3cc(iLi - March 25, 1998 ADDENDUM NO. 3 RE: JEFFERSON STREET IP-INCH WATER MAIN AND REACH 5A VISTAICARLSBAD INTERCEPTOR SEWER REPLACEMENT PROJECT CMWD PROJECT NO. 94-101 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum-receipt acknowledged-must be attached to your Proposal Form/Bid when your bid is submitted. RUTH FLETCHER Purchasing Officer RF: kd Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 3 1200 Carlsbad Village Drive - Carlsbad, CA 92008-l 989 l (760) 434-2803 l FAX (760) 434-l 987 @ , . CARLSBAD MUNICIPAL WATER DISTRICT. 5950 El Camino Real (760) 438-3367 Facsimile (760) 431-1601 ADDENDUM NO. 3 FROM: Kelly Efimoff CMWD PHONE: (760) 438-3367 x124 DATE: March 24, 1998 RI? JEFFERSON STREET 12-INCH WATER MAIN AND REACH 5A VISTAKARLSBAD INTERCEPTOR SEWER REPLACEMENT PROJECT CMWD PROJECT NO. 94-101 CONTRACT NO. 3 182 1 A-3533 1 1. For your information, attached is flow data for the Buena Vista Lift Station which is representative of the flows which can be expected for the sewer by-pass. Peak flows of 20 MGD have been experienced during wet weather. The Buena Vista Lift Station force main - discharges at MH No. 54 as shown on Sheet 3 of the Plans. Peak flows of 20 MGD have been experienced during wet weather. 1 - I I > - : LOCATION: BNCINA_BvpS - BUBNA VISTA PUMP STATION 1120 JEPFERSON STREET BNCINA, CALIFORNIA 0200 :15 $30 r45 l:oo :15 a30 r45 2:oo :15 :30 :45 3:oo :15 :30 x45 4200 r15 P-Q 5:oo :15 :30 :45 sroo :15 x30 :45 7roo :15 :30 :45 a:00 :15 :30 :45 9:oo :15 :30 :45 1o:oo :15 :30 :45 11:oo :15 m I SUNDAY NONDAY 06/01/97 06/02/97 RAIN FLOW RAIN FLOW (in) (mgd) (in) (mgd) PI*III=PIIII=IPc III=BcmIII==Pscz 5.723 6.062 5.483 5.651 5.383 5.248 4.972 4.923 4.712 4.423 4.515 4.241 4.131 4.072 3.836 3.801 3.599 3.555 3.436 3.345 3.258 3.161 3.145 2.852 2.942 2.709 2.864 2.643 2.767 2.634 2.736 2.571 2.639 2.486 2.598 2.465 2.571 2.481 2.522 2.558 2.517 2.508 2.514 2.531 2.516 2.619 2.513 2.729 2.582 3.027 2.620 3.417 2.626 4.085 2.638 4.568 2.749 5.364 2.894 6.418 3.172 7.384 3.440 8.097 3.966 8.187 4.663 8.115 5.152 7.926 5.587 7.866 6.249 7.134 6.913 7.705 7.490 7.675 8.043 7.370 8.441 7.420 9.011 7.546 9.282 7.730 9.557 7.773 9.615 7.587 9.635 7.540 9.633 7.632 9.601 7.504 ADS EN'JIRONHJXNTAL SFJWTCES, INC. QFINAL V!ZRT PIPI BEIGEI? 0.00 in RAIN GAUGE: N/A TABLE SILT I in HYDRAULIC CORFF : TUESDAY WISDNRSDAY TBURSDAY FRIDAY SATURDAY 06/03/97 06/04/97 06/05/97 06/06/97 06/07/97 -IN FLOW RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW (in) (mgd) (in) (mgd) (in) (mgd) (in) VW) (in) (mgd) ISPIIIIIIIIII-IL LIIIIIIIIIILPI1W Il=**~=l.=l~fPD~ ImPIIIIIPIPPII=P mIP=Il=m==rsI==3 5.949 6.033 6.022 5.806 5.654 5.488 5.648 5.468 5.409 5.495 5.077 5.207 5.180 5.121 5.236 4.641 4.673 4.873 4.749 4.899 4.315 4.339 4.521 4.441 4.614 4.036 4.121 4.199 4.047 4.281 3.801 3.869 3.839 3.731 3.931 3.522 3.605 3.631 3.511 3.543 3.456 3.312 3.328 3.418 3.469 3.331 3.198 3.166 3.343 3.278 3.025 3.108 2.994 3.206 3.122 2.977 2.993 2.894 3.073 3.025 2.858 2.896 2.757 2.966 2.995 2.793 2.742 2.630 2.883 2.855 2.689 2.817 2.640 2.837 2.782 2.627 2.642 2.586 2.751 2.656 2.518 2.593 2.578 2.784 2.660 2.498 2.485 2.553 2.654 2.644 2.732 2.492 2.536 2.704 2.610 2.816 2.583 2.536 2.636 2.583 2.854 2.634 2.553 2.698 2.581 2.780 2.654 2.623 2.725 2.607 2.853 2.707 2.717 2.119 2.567 3.001 2.812 2.888 2.960 2.628 3.246 3.012 3.043 3.159 2.723 3.534 3.430 3.278 3.460 2.846 3.814 3.840 3.732 4.195 2.945 4.567 4.442 4.310 4.771 3.101 5.440 5.427 5.121 5.373 3.169 6.485 6.573 5.897 6.452 3.520 7.273 7.429 7.012 7.564 3.860 1.766 7.952 7.666 8.098 4.488 7.921 8.194 8.034 8.207 5.161 8.000 8.144 8.095 8.162 5.316 7.822 7.953 7.936 8.070 5.567 7.611 7.748 7.679 7.921 6.116 7.509 7.426 7.547 7.876 6.913 7.442 7.352 7.369 7.988 7.422 7.187 7.353 7.236 8.071 7.762 7.085 1.248 7.122 7.940 8.024 7.169 7.361 7.142 8.108 8.414 7.090 1.327 6.988 1.947 8.610 7.154 7.220 7.050 7.fl78 8.656 7.271 7.392 7.422 7.664 8.915 7.416 7.366 7.442 7.666 9.083 7.575 7.239 7.450 7.732 9.021 7.239 7.253 7.43s 7.677 9.037 7.331 7.134 7.379 7.594 8.999 LocAT1I)P: ENCINA~EmS SUNDAY MONDAY TUESDAY WEDNESDAY TEIURSDAY FRIDAY SATDRDAY - 06/01/97 06/02/97 06/03/97 06/04/97 06/05/97 06/06/97 06/07/97 RAIN FLOW RAIN m RAIN FLOW RAIN FLWi RAIN FLOW RAIN FLOW RAIN FLOW (in) (mgd) (in) (wd) **************** **************** (in) O@l **************** 7.308 7.326 7.347 7.085 6.769 6.625 6.558 6.610 6.732 6.812 6.853 6.782 6.744 6.545 6.655 6.555 6.696 6.586 6.518 6.549 6.586 6.750 6.981 7.086 7.204 7.312 7.251 7.530 7.640 7.691 7.805 7.888 7.878 8.070 8.020 8.065 8.065 8.303 8.212 8.391 8.256 8.214 8.095 7.883 7.730 7.29s 6.976 6.516 (in) (mgd) **************** 7.131 7.053 6.980 6.715 6.711 6.566 6.587 6.576 6.989 6.512 6.550 6.707 6.610 6.407 6.339 6.463 6.421 6.343 6.486 6.467 6.527 6.609 6.529 6.854 6.937 7.191 7.296 7.300 7.559 7.689 7.747 7.845 7.829 7.828 7.957 7.869 7.722 7.780 7.919 8.136 8.175 8.135 8.032 7.939 7.546 7.164 6.631 6.421 (in) (wd) (in) (mgd) (in) (wd) **************** **************** **************** 12:oo r15 :30 x45 13:oo :15 r30 r45 14:oo :15 t30 :45 15100 :15 :30 r45 16:00 :15 :30 :45 17:oo :15 :30 :45 18@- :30 r45 19:oo :15 :30 :45 20:oo :15 :30 :45 2lrOO :15 :30 :45 22:oo :15 :30 :4s 23:00 :15 :30 :45 TOT RAIN: 9.543 7.468 9.345 7.333 9.256 7.344 8.996 7.243 8.775 7.176 8.739 7.019 8.699 6.895 8.455 7.007 8.334 6.955 8.180 7.041 8.020 6.793 7.906 6.814 7.668 6.856 7.684 6.825 7.567 6.833 7.428 6.665 7.479 6.547 7.269 6.447 7.151 6.506 7.233 6.556 7.283 6.512 7.246 6.638 7.260 6.908 7.526 6.997 7.729 7.117 7.633 7.186 7.548 7.385 7.526 7.454 7.538 7.430 7.480 7.615 7.609 7.684 7.681 7.814 7.573 8.009 7.556 8.032 7.696 8.145 7.776 8.055 7.744 8.020 7.899 8.046 7.982 8.194 8.111 8.294 8.164 8.286 8.155 8.246 7.995 8.048 7.805 7.908 7.713 7.547 7.375 7.295 7.000 6.861 6.483 6.414 TOT FLOW(mg)t 6.315 AMMIN FLW: 05:12 2.360 MI~LOW: 05t12 2.360 w .low: 11:05 10.021 SENSORS : QFINAL 7.165 7.457 9.003 6.997 7.420 8.952 6.784 7.352 8.934 6.837 7.155 8.872 6.963 7.091 8.773 6.838 6.904 8.485 6.611 6.923 8.333 6.571 7.014 8.263 6.601 6.967 8.322 6.769 7.054 8.132 6.539 7.094 8.065 6.530 7.020 7.899 6.475 6.805 7.740 6.407 6.808 7.814 6.362 6.734 7.804 6.462 6.811 7.910 6.485 6.727 7.704 6.405 6.783 7.550 6.464 6.787 7.576 6.457 6.873 7.501 6.461 6.833 7.343 6.558 7.106 7.529 6.795 7.193 7.580 7.052 7.261 7.641 7.087 7.257 7.529 7.251 7.360 7.519 7.352 7.656 7.556 7.453 7.359 7.627 7.731 7.687 7.311 7.749 7.735 7.442 7.786 7.789 7.403 7.818 7.768 7.460 7.912 7.785 7.520 7.920 7.653 7.391 7.844 7.581 7.319 7.827 7.453 7.291 7.902 7.511 7.240 8.000 7.243 7.039 8.087 7.318 7.039 8.200 7.392 6.956 8.127 7.307 6.933 8.027 7.064 6.769 8.004 6.838 6.645 7.754 6.887 6.583 7.495 6.742 6.510 6.956 6.527 6.333 6.587 6.103 5.934 6.257 5.893 5.771 6.233 6.177 6.097 6.081 6.199 6.202 04:12 2.436 04:20 2.417 04:27 2.348 03:52 2.469 04:47 2.463 05:30 2.496 04r12 2.436 04:20 2.417 04:27 2.348 03:52 2.469 04:47 2.463 05:30 2.496 21:45 8.651 21:47 8.774 08:lO 8.419 21:52 8.517 OS:30 8.826 ll:OS 9.550 TIMB OF REPORT: 03/24/98 10:10:06 PLQW AVG FOR WEEK: 6.186 FLOW TOTAL FOR WEEK: 43.305 ADS EZNVIRONHENTAL SKRVICIES, INC. LOCATION; ENCINA_BvpS - BUBNA VISTA PUW STATION 1120 JEFFERSON STREET ENCINA. CALIFORNIA QPINAL VERT PIPE EEIGET: 0.00 in RAIN GAUGE: N/A TABLB : SILT : in HYDRAULIC COBFF : SUNDAY 06/08/97 RAIN FLOW (in) OH) 0:oo :15 r30 :45 l:oo :15 :30 :45 2:oo :15 :30 x45 3roo :15 t30 r45 4:oo :15 e 5100 :15 r30 :45 6tOO r15 :30 :45 7:oo :15 :30 245 8:OO :15 :30 145 9:oo :15 :30 :45 1o:oo :15 :30 :45 ll:oo :15 m 5.641 5.394 5.143 4.854 4.541 4.404 4.119 3.914 3.649 3.502 3.366 3.175 2.996 2.862 2.857 2.759 2.745 2.675 2.681 2.654 2.645 2.551 2.588 2.648 2.733 2.788 2.754 2.832 2.917 3.170 3.243 3.657 4.321 4.735 5.299 5.848 6.454 7.148 7.629 8.080 8.640 8.950 8.958 9.134 9.408 9.536 9.466 9.448 MONDAY TUESDAY WEDKESDAY TBUNBDAY FRIDAY SATURDAY 06/09/97 06/10/97 06/11/97 06/12/97 06/13/97 06/14/97 RAIN FLOW RAIN FIDW RAIN FLOW RAIN FLOW RAIN PLOW RAIN FLOW fin) (mgd) (in) (mgd) (in) (mgd) (in) (mgd) (in) (mgd) (in) (mgd) **************** **************** **************** **************** *********1****** **************** 5.895 5.780 5.856 5.762 5.814 5.849 5.587 5.540 5.402 5.339 5.400 5.396 5.342 5.239 5.221 5.066 4.985 5.178 4.914 4.891 4.781 4.818 4.594 4.958 4.550 4.288 4.489 4.458 4.362 4.704 4.247 3.899 4.262 4.082 4.153 4.421 3.999 3.568 3.765 3.770 3.877 4.129 3.817 3.329 3.380 3.573 3.661 3.813 3.709 3.193 3.205 3.492 3.480 3.629 3.420 3.069 3.066 3.288 3.377 3.519 3.242 2.993 3.006 3.224 3.288 3.355 3.153 2.954 2.901 3.148 3.138 3.250 2.891 2.896 2.820 2.866 3.090 3.134 2.759 2.756 2.781 2.731 3.003 3.064 2.738 2.740 2.696 2.668 2.855 2.924 2.726 2.679 2.645 2.568 2.847 2.890 2.689 2.691 2.647 2.543 2.875 2.077 2.602 2.759 2.620 2.671 2.864 2.785 2.600 2.704 2.562 2.669 2.912 2.727 2.617 2.602 2.525 2.611 2.834 2.691 2.633 2.689 2.600 2.629 2.799 2.724 2.656 2.670 2.665 2.656 2.806 2.739 2.817 2.831 2.777 2.669 2.945 2.725 2.961 2.982 2.838 2.863 3.277 2.748 3.172 3.205 3.091 3.076 3.366 2.866 3.428 3.396 3.251 3.221 3.644 2.887 3.686 3.848 3.533 3.593 3.969 3.047 4.362 4.506 4.300 4.145 4.406 3.200 5.204 5.253 5.221 5.324 5.223 3.423 5.925 6.307 6.386 6.327 6.262 3.682 7.236 7.214 7.566 7.283 6.973 3.992 7.702 7.984 8.031 7.656 7.511 4.362 7.941 8.288 8.190 7.858 7.740 4.841 7.903 8.148 8.103 7.883 7.721 5.319 7.814 8.021 7.949 7.726 7.77s 5.780 7.601 7.858 7.890 7.579 7.805 6.274 7.609 7.580 7.684 7.497 7.926 6.869 7.362 7.543 7.363 .7.347 7.571 7.423 7.270 7.274 7.212 7.146 7.455 7.962 7.288 7.090 7.055 7.266 7.553 8.466 7.349 7.224 7.129 7.232 7.607 8.725 7.629 7.265 7.074 7.447 7.675 9.092 7.752 7.443 7.039 7.539 7.753 9.313 7.844 7.639 7.211 7.470 7.720 9.589 7.875 7.678 7.379 7.504 8.025 9.590 7.853 7.612 7.352 7.480 7.905 9.680 7.936 7.656 7.331 7.646 7.779 9.687 7.931 7.619 7.264 7.802 7.862 9.617 ~CXXTI~NN ENCINA-EWPS SUNDAY MONDAY TUESDAY WKDNESDAY TEURSDAY FRIDAY .- 06/08/97 06/09/97 06/10/97 06/11/97 06/12/97 06/13/97 RAIN FLOW RAIN FLOW RAIN FLOW RAIN FZOW RAIN FLOW RAIN FLOW (in) ON) (in) tmgd) ****************~ **************** (in) (mgd) **************** 7.489 7.448 6.988 6.976 6.974 6.920 6.893 6.932 6.977 6.793 6.536 6.609 6.435 6.738 6.555 6.655 6.523 6.448 6.294 6.397 6.533 6.835 6.969 7.107 7.196 7.305 7.414 7.505 7.702 7.844 7.933 7.877 8.035 8.063 8.157 8.133 8.061 8.051 8.159 8.322 8.389 8.327 8.292 8.068 7.689 7.353 6.934 6.546 (in) (mgd) **************** 7.198 7.069 6.855 6.872 7.060 6.945 6.947 6.740 6.867 6.662 6.709 6.651 6.720 6.713 6.634 6.712 6.466 6.513 6.555 6.589 6.671 6.752 7.017 7.232 7.358 7.219 7.394 7.532 7.586 7.668 7.567 7.594 7.701 8.022 8.045 7.938 7.866 7.894 8.014 8.114 8.238 8.353 8.066 7.962 7.662 7.233 6.878 6.437 (in) (mgd) (in) (mgd) **************** **************** 12roo %15 :30 :45 13roo r15 :30 :45 14:oo :15 :30 845 15:oo :15 130 :45 16:OO :15 :30 :45 17:oo :15 :30 r45 183s :30 x45 19:oo :15 :30 :45 20:oo :15 :30 :45 21:oo :15 :30 x45 22:oo :15 :30 :45 23:00 :15 :30 :45 TOT RAIN: 9.374 7.912 9.239 7.781 8.976 7.616 9.023 7.457 8.898 7.192 8.790 7.188 8.545 7.060 8.560 7.193 8.506 7.150 8.264 7.044 8.170 6.951 7.962 6.858 7.892 6.711 7.923 6.799 7.787 6.904 7.608 6.886 7.342 6.848 7.514 6.754 7.524 6.586 7.437 6.743 7.157 7.144 6.950 6.996 7.317 7.125 7.231 7.260 7.294 7.536 7.366 7.436 7.393 7.441 7.461 7.721 7.438 7.885 7.567 8.019 7.596 7.969 7.581 8.083 7.609 8.585 7.800 8.366 7.769 8.251 7.878 8.086 8.061 8.301 8.213 8.394 8.267 8.273 8.335 8.414 8.201 8.370 8.164 8.278 8.108 8.250 7.840 7.876 7.709 7.501 7.294 6.984 7.042 6.591 6.537 6.075 TOT FI.ow(mg): 6.354 AMMIN FLW: 05:27 2.508 MI-LOW: 05:27 2.508 Ms .Jow : 11:22 9.937 SENSORS: QFINAL 6.324 04:30 2.561 04:30 2.561 20:02 8.860 7.746 7.680 7.377 7.244 7.170 7.079 7.037 7.124 7.114 7.100 7.090 7.014 6.858 6.854 6.938 6.952 6.953 6.860 6.940 6.987 7.097 7.209 7.137 7.466 7.442 7.332 7.461 7.711 7.804 7.688 7.699 7.827 7.940 8.220 8.161 7.904 7.786 7.703 7.711 7.968 7.925 7.761 7.785 7.636 7.142 6.764 6.393 6.088 7.801 7.710 7.589 7.545 7.499 7.513 7.371 7.308 7.156 7.064 6.877 6.911 6.952 6.961 6.993 6.945 6.927 7.056 7.043 6.935 6.989 7.250 7.347 7.304 7.306 7.523 7.434 7.525 7.677 7.715 7.647 7.691 7.695 7.755 7.820 7.678 7.666 7.645 7.513 7.406 7.220 7.122 7.220 7.047 6.841 6.724 6.398 6.260 SATURDAY 06/14/97 RAIN FLOW (in) (mgd) **************** 9.544 9.366 9.243 9.121 8.949 8.763 8.594 8.617 8.492 8.380 8.291 8.082 7.821 7.862 7.835 7.729 7.720 7.727 7.663 7.581 7.507 7.380 7.577 7.486 7.545 7.354 7.412 7.310 7.429 7.363 7.288 7.255 7.319 7.343 7.419 7.279 7.233 7.146 7.200 7.316 7.253 7.203 7.079 6.781 6.677 6.509 6.383 6.115 6.206 04:45 2.498 04~45 2.498 20:50 8.570 6.142 04:45 2.486 04:45 2.486 OS:12 8.714 6.210 03:52 2.441 03:52 2.441 09:50 8.947 6.250 OS:12 2.744 OS:12 2.744 11:07 8.424 6.359 05:37 2.613 05:37 2.613 11:42 10.287 TIME OF REPORT: 03/24/98 10:10:29 FLOW AVG FOR WEEK: 6.264 FLOW TOTAL FOR WEEK: 43.845 . LOCATION: ENCINA_BvpS e BUENA VISTA PUUP STATION 1120 JEFFERSON STREBT ENCINA, CALIFORNIA Or00 :15 :30 :45 l:oo :15 :30 :45 2roo :15 :30 :45 3:oo :15 :30 :45 4:oo :15 s= 5:oo :15 :30 :45 6:00 :15 :30 :45 7:oo :15 :30 :45 8:00 :15 :30 :45 9:oo :15 :30 :4s 1o:oo :15 :30 :45 ll:oo :15 9-l SUNDAY MONDAY TUESDAY WEDNBSDAY TBURSDAY 06/15/97 06/16/97 06117197 06/18/97 06/19/97 RAIN FLOW RAIN FLOW RAIN mow RAIN FLOW RAIN FLOW (in) tmgd) (in) @gd) (in) (mgd) (in) (m@d) (in) tmgd) **************** **************** **************** **************** **************** 5.813 6 -058 6.170 6.064 6.028 5.563 5.854 5.640 5.630 5.525 5.295 5.359 5.264 5.203 5.093 5.092 5.057 4.827 4.826 4.842 4.808 4.786 4.462 4.551 4.560 4.536 4.442 4.279 4.292 4.231 4.236 4.038 3.988 3.933 3.938 4.039 3.793 3.722 3.686 3.704 3.769 3.578 3.501 3.562 3.539 3.643 3.377 3.426 3.396 3.345 3.514 3.227 3.275 3.294 3.191 3.371 3.129 3.236 3.138 3.101 3.197 3.137 3.060 3.013 3.036 3.079 2.985 2.981 2.921 2.94s 3.003 2.871 2.941 2.888 2.914 2.963 2.781 2.839 2.953 2.878 2.884 2.811 2.893 2.848 2.781 2.868 2.833 2.970 2.801 2.758 2.826 2.810 2.911 2.757 2.769 2.845 2.781 2.831 2.795 2.818 2.773 2.833 2.871 2.856 2.843 2.743 2.919 2.896 2.852 2.858 2.684 3.107 3.106 2.999 2.982 2.793 3.299 3.242 3.131 3.105 2.833 3.343 3.375 3.282 3.193 2.849 3.485 3.566 3.565 3.561 2.832 3.886 3.930 3.982 3.936 2.895 4.367 4.490 4.587 4.425 3.084 5.245 5.090 5.293 5.153 3.299 6.094 5.859 5.929 6.016 3.532 6 -652 6.625 6.846 6.888 3.840 7.229 7.106 7.286 7.536 4.404 7.611 7.468 7.542 7.725 4.923 7.753 7.568 7.534 7.926 5.546 7.928 7.629 7.585 8.116 6.142 7.866 7.685 7.591 7.996 6.977 7.893 7.565 7.541 7.793 7.525 7.729 7.352 7.465 7.636 7.980 7.796 7.400 7.366 7.497 8.538 7.865 7.462 7.344 7.74s 9.055 7.993 7.471 7.400 7.774 9.328 8.145 7.472 7.553 7.809 9.539 8.362 7.649 7.630 7.835 9.793 8.323 7.701 7.636 7.922 9.849 8.283 7.854 7.868 7.916 9.927 8.473 7.951 7.865 7.998 10.09 8.528 7.916 7.840 8.087 9.940 8.517 7.965 7.870 8.036 ADS ENVIRONNBNTAL SERVICES, INC. QFINAL VBRT PIPE NEIGBT: 0.00 in RAIN GAUGB: N/A TABLE SILT in BYDRAULIC corn : FRIDAY SATURDAY 06120197 06/21/97 RAIN FLOW RAIN FLOW (in) cm@) (in) (mgd) **************** **************** 6.035 6.028 5.563 5.695 5.226 5.461 4.923 5.011 4.543 4.747 4.289 4.523 4.027 4.400 3.730 3.977 3.511 3.742 3.350 3.629 3.296 3.446 3.163 3.290 3.023 3.214 3.012 3.168 2.969 3.062 2.879 2.971 2.840 2.946 2.795 2.875 2.789 2.818 2.802 2.789 2.895 2.840 2.883 2.795 2.959 2.837 3.064 2.922 3.268 2.999 3.623 2.991 4.016 3.134 4.387 3.307 5.033 3.582 5.889 3.743 6.617 4.051 7.256 4.444 7.646 4.888 7.844 5.444 7.734 5.875 7.781 6.345 7.841 7.062 7.692 7.543 7.582 7.913 7.579 8.241 7.712 8.851 7.856 9.238 7.997 9.170 7.889 9.671 7.992 9.706 8.047 9.749 8.124 9.839 8.227 9.824 iOCATIdN: ENCINA-BVPS SUNDAY NONDAY TUESDAY WEDNESDAY - 06/15/97 06/16/97 06/17/97 06/18/97 RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW (in) (mgd) (in) mgd) (in) (mgd) (in) mgd) **************** **************** **************** **************** 12:QO :15 r30 245 13roo :15 x30 r45 14roo :15 :30 145 15roo :15 :30 :45 16100 :15 :30 :45 17:oo :15 :30 r45 lE:P= :30 :45 19:oo :15 :30 :45 2OrOO :15 :30 :45 21:oo :15 :30 :45 22:oo :15 :30 :45 23rOO :15 :30 :45 TOT RAIN: TOT PLOW(mg): 9.783 8.197 8.312 7.851 7.911 8.204 9.621 9.406 7.936 8.397 7.768 7.677 8.199 9.603 9.313 8.112 8.042 7.505 7.523 7.838 9.378 9.183 7.912 7.739 7.350 7.433 7.741 9.256 9.129 7.803 7.646 7.384 7.357 7.802 9.145 8.895 7.845 7.483 7.525 7.164 7.572 8.904 8.697 7.736 7.476 7.340 7.188 7.433 8.765 8.361 7.562 7.426 7.360 7.391 7.594 8.510 8.112 7.634 7.377 7.237 7.369 7.574 8.333 8.132 7.512 7.457 7.138 7.188 7.361 8.348 8.149 7.421 7.350 7.164 7.023 7.164 8.243 7.867 7.450 7.287 7.243 6.999 7.263 8.223 7.732 7.520 7.320 7.158 6.883 7.152 8.094 7.678 7.232 7.046 6.932 6.787 7.210 7.975 7.542 7.210 7.139 6.884 6.851 7.095 7.798 7.522 7.231 7.095 6.936 6.847 7.179 7.652 7.306 7.087 7.049 6.940 6.783 7.120 7.640 7.376 6.997 6.925 6.742 6.588 6.974 7.724 7.426 7.037 7.001 6.854 6.630 7.016 7.621 7.281 6.945 7.082 6.760 6.668 7.171 7.541 7.373 7.030 6.934 6.830 6.679 7.122 7.477 7.390 7.199 6.918 6.983 6.878 7.201 7.410 7.247 7.408 7.258 6.955 7.268 7.175 7.470 7.146 7.423 7.343 7.347 7.264 7.319 7.569 7.133 7.571 7.495 7.619 7.947 7.513 7.532 7.133 7.672 7.625 7.532 7.251 7.569 7.467 7.147 7.711 7.745 7.600 8.084 7.706 7.358 7.157 7.608 7.662 7.645 3.904 7.667 7.274 7.260 7.754 7.924 7.691 9.381 7.793 7.496 7.180 7.945 8.131 7.784 8.457 7.922 7.607 7.196 8.010 8.196 7.846 7.889 7.810 7.586 7.384 8.170 ‘8.234 8.010 8.099 7.967 7.458 7.314 8.240 8.316 8.109 8.499 7.872 7.436 7.411 8.184 8.338 8.095 8.328 7.762 7.372 7.468 8.143 8.311 8.154 8.122 7.821 7.428 7.429 8.287 8.157 8.054 8.022 7.787 7.295 7.570 8.216 8.160 8.016 7.964 7.589 7.386 7.760 8.374 8.027 8.073 8.137 7.460 7.340 7.868 8.408 8.099 8.027 8.304 7.252 7.290 7.928 8.362 8.290 8.093 8.287 7.390 7.380 7.949 8.260 8.252 8.118 8.185 7.484 7.354 7.912 8.244 8.098 7.993 8.150 7.467 7.383 7.738 8.054 8.121 7.922 8.167 7.112 7.155 7.696 7.814 7.924 7.889 7.963 6.987 6.859 7.537 7.573 7.564 7.620 7.650 6.826 6.745 7.212 7.379 7.184 7.237 7.254 6.719 6.448 6.796 7.085 6.868 6.782 6.873 6.412 6.305 6.483 6.663 6.642 6.444 6.498 6.209 5.994 6.404 6.525 05102 2.614 05x02 2.674 11:50 8.886 6.416 04:47 2.747 04:47 2.747 12:22 8.843 6.326 05:lO 2.635 05:lO 2.635 20:00 8.514 6.355 04x12 2.679 18x45 1.290 19:57 12.083 6.331 6.438 04:22 2.736 05r22 2.730 04:22 2.736 05:22 2.730 11:27 8.459 12:15 10.163 AMMIN PLW: 05:30 2.616 hl1v.ow: 05:30 2.616 HA: Jw: 11:30 10.424 SENSORS : QFINAL TIUE OF REPORT: 03/24/98 10:10:52 FLOW AVG FOR WEEK: 6.399 !FEURSDAY FRIDAY SATURDAY 06/19/97 06/20/97 06121197 RAIN FLOW RAIN FLOW RAIN FLOW (in) (mgd) fin) fwd) (in) (mgd) **************** **************** **************** FLOW TOTAL FOR WEEK: 44.795 e . . LOCATION: FiNCINA-BVPS F- BUENA VISTA PUKF STATION 1120 JBFFLRSON STRXBT ENCINA, CALIFORNIA OIOO :I5 a30 :45 1tOO t15 :30 345 2:oo :15 :30 :45 3roo rl5 :30 :45 4roo t15 ?.= 5:oo X15 :30 :45 6:00 :15 :30 :45 7:oo :lS :30 :45 8:00 :15 :30 :45 9:oo :15 :30 :45 1o:oo :15 :30 :45 11:oo :15 irp SUNDAY MONDAY TUFSDAY UEDNBSDAY TBURSDAY FRIDAY SATURDAY 06122197 06123197 06/24/97 06125197 06126197 06/27/97 06/28/97 RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW (in) (wd) (in) (mgd) (in) (mgd) (in) (mgd) (in) (mgd) (inI (mgd) (in) (mgd) **************** **************** **************** 5.794 6.117 6.192 5.556 5.745 5.635 5.281 5.361 5.311 4.984 4.927 4.949 4.839 4.620 4.568 4.542 4.313 4.268 4.348 4.131 3.965 4.101 3.831 3.706 3.890 3.585 3.650 3.665 3.419 3.528 3.531 3.269 3.391 3.366 3.200 3.140 3.205 3.119 3.043 3.060 3.037 2.978 3.035 2.940 2.885 2.895 2.891 2.882 2.863 2.813 2.927 2.816 2.748 2.903 2.776 2.812 2.825 2.724 2.848 2.799 2.752 2.847 2.765 2.752 2.939 2.812 2.784 2.993 2.957 2.784 3.169 3.235 2.867 3.386 3.436 2.890 3.658 3.577 2.847 4.057 4.036 2.867 4.526 4.490 3.096 5.035 5.168 3.194 5.920 6.184 3.403 6.794 6.969 3.857 7.478 7.468 4.273 7.759 7.854 4.835 7.824 8.003 5.202 7.774 8.037 5.782 7.822 8.031 6.403 7.897 7.886 6.885 7.986 7.629 7.374 7.848 7.533 7.977 7.762 7.516 8.515 7.843 7.649 9.143 8.111 7.638 9.603 7.985 7.776 9.631 8.239 7.848 9.872 8.515 7.906 9.883 8.475 7.959 9.914 8.395 7.880 9.749 8.322 8.093 ***********PI*** **************** **************** 6.290 6.184 6.359 5.863 5.627 5.907 5.396 5.168 5.407 5.053 4.858 5.061 4.638 4.607 4.735 4.322 4.380 4.453 4.016 4.043 4.231 3.727 3.777 3.931 3.706 3.600 3.763 3.405 3.488 3.591 3.278 3.404 3.307 3.158 3.266 3.228 3.019 3.127 3.075 2.966 3.121 3.027 2.906 2.987 3.042 2.940 2.909 2.984 2.865 2.937 2.921 2.845 2.905 2.877 2.793 2.899 2.812 2.761 2.884 2.811 2.806 2.865 2.972 2.869 2.986 3.002 3.052 3.098 3.037 3.143 3.200 3.155 3.339 3.402 3.326 3.624 3.656 3.587 3.944 3.974 3.938 4.474 4.471 4.515 5.290 5.269 5.047 6.110 6.116 5.938 6.969 6.845 6.846 7.513 7.500 7.298 7.838 7.651 7.678 8.141 7.786 7.886 8.194 7.835 8.023 8.255 7.947 8.050 8.072 7.899 8.023 7.839 7.699 7.889 7.882 7.694 7.725 7.730 7.606 7.806 7.771 7.786 7.745 7.863 7.777 7.754 7.888 7.739 7.928 7.797 7.703 8.050 7.909 7.766 8.063 7.849 7.913 8.222 7.825 7.989 8.145 7.930 7.994 8.111 **************** 5.985 5.813 5.526 5.253 4.959 4.608 4.313 4.164 3.882 3.712 3.581 3.409 3.305 3.247 3.055 2.940 2.941 2.872 2.832 2.816 2.800 2.822 2.814 2.824 2.865 3.017 3.140 3.257 3.530 3.804 4.232 4.603 4.944 5.446 5.920 6.382 6.898 7.508 7.920 8.452 8.971 9.200 9.510 9.689 9.727 9.813 9.946 9.726 ADS ERVIRONUBNTAL SERVICBS, INC. VERT PIPE HEIGHT: 0.00 in TABLB : QFINAL RAIN GAUGE: N/A SILT : in BYDRAULIC COBFF : tiT1319: IENCINA-EnPS SUNDAY MONDAY TUESDAY WEDNESDAY THURSDAY FRIDAY SATURDAY P 06122197 06123197 06124197 06125197 06/26/97 06127197 06/28/97 RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW IUIN FLOW RAIN FLOW (in) (mgd) (in) (mgd) (in) (mgd) (in) (mgd) (in) (mgd) (in) (mgd) (in) cm@) **************** **************** **************** **************** **************** **************** ***************= 12x00 9.820 8.184 7.771 7.832 7.914 :15 9.578 7.968 7.757 7.716 7.886 :30 9.373 7.786 7.685 7.735 7.671 t45 9.174 7.709 7.385 7.355 7.572 13:oo 8.966 7.709 7.237 7.263 7.520 r15 8.786 7.584 7.305 7.387 7.386 :30 8.654 7.569 7.355 7.216 7.364 :45 8.506 7.640 7.209 7.115 7.421 14too 8.379 7.507 7.166 7.103 7.162 :15 8.158 7.395 7.175 7.046 7.348 :30 8.036 7.302 7.145 7.123 7.309 :45 8.134 7.220 6.989 7.000 7.148 15:oo 7.925 7.209 7.081 7.011 7.137 :15 7.829 7.312 7.011 6.987 7.221 :30 7.556 7.329 7.080 7.022 7.329 a45 7.425 7.230 7.048 7.026 7.270 16:OO 7.323 7.159 7.033 6.886 7.209 x15 7.221 7.145 6.880 6.822 7.027 :30 7.125 7.030 6.827 6.793 7.135 :45 7.035 7.093 6.918 6.806 7.054 17x00 7.129 7.139 7.045 6.969 6.990 :15 7.333 7.234 7.047 7.257 7.101 :30 7.155 7.489 7.218 7.299 7.411 :45 7.321 7.476 7.583 7.386 7.551 l&:,I= 7.347 7.628 7.709 7.509 7.614 7.177 7.608 7.829 7.639 7.816 r30 7.347 7.763 7.982 7.757 1.742 r45 7.351 7.942 7.906 7.870 7.865 19:oo 7.536 7.870 7.982 7.941 7.848 :15 7.468 7.999 8.012 8.054 7.869 :30 7.576 8.195 8.006 8.068 8.159 :45 7.549 8.322 8.108 8.284 8.213 20:oo 7.488 8.502 8.262 8.242 8.405 :15 7.627 8.242 8.220 8.273 8.369 :30 7.687 8.382 8.218 8.214 8.359 :45 7.749 8.372 8.399 8.165 8.016 21:oo 7.820 8.242 8.078 7.962 7.946 :15 1.747 8.328 8.067 8.074 7.965 :30 7.835 8.213 8.208 8.114 8.034 :45 7.954 8.426 8.252 8.157 8.221 22:oo 7.888 8.661 8.296 8.093 8.362 :15 7.755 8.521 8.322 8.080 8.252 :30 7.774 8.316 8.317 7.953 8.132 :45 7.576 8.030 8.091 7.800 8.072 23:00 7.357 7.713 7.845 7.644 7.771 :15 7.118 7.355 7.532 7.239 7.292 :30 6.892 6.915 6.943 6.952 6.940 :45 6.533 6.688 6.697 6.573 6.636 TOT RAIN: TOT FLOW(mg): 6.380 AUHIN FLW: 04:45 2.624 HIN,ALOW: 04r45 2.624 MA 3w: 11:32 10.353 SENSORS : QFINAL 6.539 6.437 6.424 6.462 04:22 2.619 OS:05 2.699 04~37 2.673 03:57 2.778 04:22 2.619 05r05 2.699 04:37 2.673 03:57 2.778 11:os 8.805 22:30 8.747 20:45 8.827 20:32 8.734 TIWE OF REPORT: 03/24/98 10:11:14 FLOW AVG FOR WEEK2 6.450 FLOWTOTAL FORWEBX: 45.153 8.068 7.974 7.913 7.939 7.965 7.906 7.777 7.642 7.456 7.450 1.344 7.302 7.207 7.261 7.282 7.334 7.243 7.233 7.308 7.240 1.190 7.308 7.520 7.485 7.793 7.725 7.853 7.797 7.716 7.784 7.915 7.99s 8.035 8.166 7.920 7.671 7.541 7.520 .7.519 7.525 7.425 7.305' 7.267 7.096 6.898 6.735 6.342 6.295 6.432 04:55 2.683 04:55 2.683 12:00 8.553 9.529 9.432 9.300 9.087 8.944 8.784 8.708 8.700 8.510 8.426 8.273 8.108 8.086 7.859 7.835 7.903 7.785 7.638 7.667 7.667 7.755 7.814 7.657 7.782 7.844 7.852 1.863 7.958 7.984 7.851 7.698 7.572 7.583 7.587 7.438 7.313 7.033 6.990 7.098 7.050 7.159 6.933 6.741 6.723 6.579 6.448 6.382 6.145 6.480 04r50 2.629 04x50 2.629 11:40 10.169 d ADS EIWIRONNBNTAL SERVICES, INC. LOCATION: ENCINA-BVPS F BUENA VISTA PUNP STATION 1120 JEFFERSON STRERT ENCINA, CALIFORNIA QFINAL VFiRT PIPE BEIGBT: 0.00 in RAIN GAUGE: N/A TABLE SILT in EYDmUL1c COBFF : 0:oo :15 r30 r45 1100 :15 :30 :45 2:oo :15 :30 :45 3x00 :15 :30 :45 4:oo :15 -e 5:oo :15 830 :45 6:00 :15 :30 :45 7:oo :35 :30 :45 8:00 :15 :30 r45 9:oo :15 :30 :45 1o:oo x15 :30 :45 11:oo :15 t24 SUNDAY MONDAY TUBSDAY 06/29/97 06/30/97 07/01/97 RAIN FLOW RAIN FLOW RAIN FLOW (in) (mgd) (in) mgd) **************** **************** 6.070 6.181 5.813 5.857 5.618 5.586 5.282 5.232 5.007 4.952 4.658 4.490 4.436 4.265 4.271 4.005 3.967 3.199 3.808 3.639 3.595 3.420 3.446 3.248 3.382 3.086 3.247 2.997 3.152 2.992 3.076 2.971 2.969 2.951 2.948 2.904 2.926 2.858 2.902 2.866 2.852 2.943 2.812 2.967 2.860 3.140 3.005 3.230 2.901 3.366 2.934 3.624 2.986 4.084 3.098 4.508 3.180 5.025 3.327 5.786 3.498 6.707 3.859 7.175 4.296 7.529 4.794 7.615 5.333 7.619 5.816 7.844 6.401 7.998 6.963 7.874 7.460 7.699 7.998 7.778 8.703 7.919 9.101 8.047 9.507 8.173 10.03 8.205 10.12 8.339 10.16 8.373 10.16 8.429 9.861 8.570 (in) (mgd) **************** 6.469 5.878 5.570 5.137 4.708 4.400 4.118 3.923 3.691 3.500 3.381 3.268 3.176 3.195 3.084 2.950 2.896 2.911 3.014 3.078 3.050 2.986 2.980 3.132 3.464 3.739 4.143 4.651 5.310 6.380 7.375 7.985 8.216 8.139 8.140 8.197 8.160 8.107 8.022 8.084 8.085 8.015 7.978 8.142 8.224 8.152 8.010 7.928 WEDNESDAY 07102197 RAIN FLOW (in) (mgd) **************** 6.429 5.963 5.626 5.183 Q.745 4.386 4.196 3.991 3.832 3.563 3.400 3.233 3.220 3.098 3.025 2.961 2.874 2.863 2.821 2.896 2.977 3.003 3.065 3.146 3.439 3.737 4.121 4.650 5.506 6.463 7.197 7.819 8.065 8.111 8.336 8.177 7.916 7.907 7.756 7.761 7.875 7.915 8.105 8.047 7.997 8.115 8.126 8.065 TEURSDAY FRIDAY SATURDAY 07/03/97 07/04/97 07/05/97 WIN FLOW RAIN FLOW RAIN FLOW (in) (mgd) (in) (mgd) (in) (mgd) **************** 6.475 6.161 5.637 5.271 4.936 4.550 4.233 3.981 3.764 3.548 3.366 3.272 3.130 3.014 3.015 2.904 2.859 2.839 2.852 2.856 2.920 2.948 2.987 3.100 3.307 3.616 3.982 4.496 5.141 5.989 6.941 7.675 8.206 8.390 8.209 8.370 8.403 8.286 8.151 8.023 8.219 6.530 8.589 8.543 8.696 8.426 8.284 8.235 **************** **************** 6.411 6.112 6.047 6.105 5.692 5.981 5.317 5.659 5.038 5.370 4.817 5.131 4.560 4.767 4.235 4.456 3.949 4.297 3.804 3.943 3.531 3.787 3.331 3.473 3.257 3.355 3.110 3.248 3.032 3.180 3.057 3.056 2.966 2.968 2.864 2.956 2.884 2.897 2.848 2.836 2.902 2.833 2.849 2.873 2.819 2.825 2.933 2.872 2.973 2.906 2.932 3.049 2.952 3.064 3.103 3.171 3.212 3.271 3.422 3.359 3.921 3.692 4.154 3.929 4.650 4.396 5.161 4.754 5.587 5.290 6.056 5.757 6.883 6.348 7.392 6.817 7.819 7.226 8.303 7.683 8.831 8.229 9.365 8.671 9.837 9.022 10.20 9.608 10.17 9.859 10.21 10.08 10.51 10.27 10.47 10.34 iOCATIbN8 ENCINA-BVPB SUNDAY MONDAY F 06/29/97 06/30/97 RAIN FLOW RAIN FLOW (in) (mgd) (in) OH) **************** **************** 12:oo x15 :30 :45 13:oo :15 :30 r45 14:oo 215 :30 :45 15:oo :15 :30 :45 16:00 :15 :30 :45 17:oo :15 :30 t45 18-F :30 :45 19:oo rl5 :30 :45 2OrOO :15 :30 :45 21:oo :15 :30 :45 22:oo r15 :30 :45 23:00 :15 :30 :45 TOT RAIN: 9.697 8.425 9.688 8.307 9.451 8.241 9.431 8.070 9.171 7.761 9.038 7.746 8.957 7.654 8.679 7.648 8.565 7.537 8.477 7.488 8.127 7.477 8.122 7.505 8.067 7.441 7.939 7.487 7.754 7.477 7.580 7.461 7.506 1.235 7.498 7.272 7.443 7.235 7.463 7.340 7.638 7.340 7.590 1.346 7.667 7.538 7.559 7.524 7.573 7.678 7.501 7.793 7.535 7.781 7.583 7.934 7.553 7.901 7.547 7.957 7.587 8.066 7.494 8.330 7.555 8.355 7.619 8.406 7.710 8.346 7.774 8.356 7.776 8.402 7.785 8.434 1.950 8.496 8.129 8.491 8.083 8.567 8.062 8.511 7.929 8.619 7.891 8.408 7.458 7.981 7.107 7.601 6.763 7.234 6.427 6.932 TOT PLOW(mg): 6.522 AMMIN FLW: 05:27 2.729 HIta+-.ow: 05:27 2.729 nA. .ow: 10:47 10.393 SENSORS: QFINAL TUBSDAY 07/01/97 MIN FLOW fin) fmgd ) **************** 8.055 7.980 7.787 7.604 7.377 7.224 7.135 7.271 7.416 7.371 7.346 7.233 7.249 7.186 7.242 7.173 7.038 7.003 6.940 7.086 7.267 7.201 7.301 7.366 7.627 7.566 7.884 7.876 8.080 8.140 8.268 8.308 0.347 8.419 8.390 8.269 8.094 8.185 8.406 8.553 8.496 8.496 8.311 8.229 7.932 7.602 7.252 6.891 7.953 8.113 7.793 8.177 7.492 7.980 7.505 7.663 7.454 7.655 7.445 7.709 7.430 7.644 7.242 7.574 7.380 7.559 7.214 7.414 7.180 7.565 7.210 7.500 7.217 7.372 7.034 7.264 7.115 7.399 7.246 7.526 6.964 7.329 6.949 7.212 7.046 7.286 7.121 7.464 7.065 7.403 7.122 7.218 7.113 7.441 7.278 7.547 7.521 7.586 7.808 7.546 7.710 7.585 7.531 7.592 7.618 7.708 7.143 7.651 7.725 7.730 7.864 7.782 8.061 7.841 8.066 7.719 8.660 7.766 8.404 7.671 8.356 7.561 8.045 7.397 8.030 7.540 8.127 7.492 8.163 7.467 8.299 7.515 8.367 7.494 8.332 7.310 8.040 7.125 7.726 6.851 7.369 6.805 6.902 6.572 6.625 6.590 6.529 6.517 04:37 2.823 04:02 2.851 04:35 2.756 04:SO 2.745 04:37 2.823 04:02 2.851 04:35 2.756 04:SO 2.745 11:SO 8.858 21:57 8.709 20:42 8.922 11:05 9.025 WBDNFSDAY TBURSDAY FRIDAY SATURDAY 07/02/97 07/03/97 07/04/97 07/05/97 RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW (in) mgd) (in) (mgd) (in) mgd) (in) (mgd) **************** **************** **************** **************== 10.38 10.19 9.923 9.748 9.555 9.374 9.176 9.027 a.995 8.721 8.547 8.271 8.041 8.026 8.026 7.912 7.912 7.676 7.612 7.573 7.556 7.526 7.446 7.546 7.561 7.617 7.627 7.573 7.460 7.496 7.594 1.534 7.530 7.591 7.667 7.592 7.442 7.337 7.590 7.587 7.647 7.558 7.441 7.217 7.080 6.759 6.600 6.243 TIMB OF REPORT: 03/24/98 10:11:36 FLOW AVG FOR WEEKS 6.525 FLOW TOTAL FORWEBK: 45.674 10.43 10.29 10.03 9.865 9.651 9.668 9.440 9.157 8.941 8.756 8.431 8.235 8.178 7.884 7.824 7.629 7.483 7.379 7.286 7.251 7.295 7.170 7.064 7.070 7.031 7.024 6.964 7.062 7.098 7.094 6.963 7.085 6.953 6.927 6.775 6.759 6.589 6.464 6.426 6.419 6.300 6.085 5.926 5.669 5.514 5.670 6.068 6.112 6.352 05:25 2.734 05:25 2.734 11:40 10.926 6.540 05:02 2.703 05r02 2.703 11:25 10.638 ADS ENVIRONNENTAL SERVICSS, INC. LOCATION: ENCINA-SVPS .F BUFXA VISTA PUMP STATION 1120 JEFFERSON STREET 'SNCINA, CALIFORNIA QFINAL VRRT PIPE FIEIGET: 0.00 in RAIN GAUGE: N/A TABLE SILT in EYDRAULIC COEFF : SUNDAY NONDAY TUESDAY 07/06/97 07/07/97 07/08/97 RAIN FLOW RAIN FLOW RAIN FImi (in) (mgd) (in) mgd) (in) (mgd) 0:oo :15 r30 :45 1x00 r15 :30 :45 2:oo :15 :30 r45 3:oo :15 :30 :45 4:00 :15 :F 5:oo :15 :30 :45 6:00 :15 :30 :45 7:oo :15 :30 :45 8:00 :15 t30 :45 9:oo :15 :30 245 lo:oo r15 :30 :4!i 11:oo :15 F 6.171 6.139 6.158 5.930 5.789 5.842 5.631 5.462 5.365 5.447 5.130 4.982 5.179 4.802 4.659 4.851 4.646 4.330 4.566 4.217 4.021 4.148 3.915 3.849 3.994 3.687 3.504 3.879 3.548 3.359 3.608 3.391 3.279 3.492 3.262 3.129 3.332 3.095 3.043 3.251 3.003 3.028 3.141 2.912 2.887 3.079 2.946 2.840 2.937 2.894 2.776 2.909 2.877 2.726 2.904 2.860 2.707 2.952 2.801 2.777 2.911 2.838 2.789 2.831 2.883 2.770 2.897 3.055 2.909 3.003 3.161 3.067 2.945 3.405 3.252 2.925 3.541 3.596 2.981 3.863 3.833 3.002 4.330 4.489 3.038 4.896 5.219 3.226 5.706 6.074 3.362 6.681 6.976 3.709 7.232 7.525 4.141 7.597 7.731 4.528 7.734 7.771 4.963 7.822 7.809 5.579 7.944 8.156 6.244 7.990 8.027 6.667 8.047 7.966 7.334 8.004 7.729 7.880 8.062 7.717 8.265 8.138 7.801 8.736 8.279 7.930 9.268 8.372 8.025 9.839 8.429 8.135 10.30 8.590 8.077 10.43 8.620 7.996 10.50 8.628 8.196 10.28 8.956 8.154 WEDNBSDAY THURSDAY 07/09/97 07/10/97 RAIN Fwm RAIN FLOW (in) (4) (in) (mgd) **************** **************** 6.244 6.232 5.821 5.756 5.383 5.319 4.997 4.864 4.564 4.520 4.261 4.313 4.082 3.967 3.848 3.711 3.530 3.503 3.372 3.297 3.235 3.192 3.099 3.144 3.044 3.055 3.006 2.982 2.952 2.890 2.960 2.850 2.853 2.852 2.700 2.857 2.718 2.799 2.755 2.815 2.852 2.857 2.894 2.847 2.895 2.923 3.088 3.061 3.309 3.198 3.498 3.507 3.930 3.910 4.394 4.412 5.101 5.214 6.181 5.955 7.056 6.732 7.514 7.380 7.728 7.684 7.986 7.949 7.899 7.844 8.019 7.845 7.964 7.801 7.765 7.535 7.643 7.401 7.608 7.364 7.815 7.358 7.962 6.818 8.027 8.052 8.030 7.652 7.941 7.913 7.982 7.970 8.043 8.129 8.007 7.375 FRIDAY SATURDAY 07/11/97 07/12/97 RAIN FLOW RAIN FLOW (in) mgd) (in) (mgd) **************** **************** 6.181 6.062 5.709 5.814 5.377 5.475 4.977 5.130 4.562 4.850 4.351 4.578 4.034 4.289 3.838 4.061 3.590 3.888 3.453 3.664 3.282 3.525 3.141 3.378 3.089 3.274 3.017 3.191 2.948 3.068 2.949 2.969 2.919 2.943 2.831 2.924 2.796 2.866 2.767 2.825 2.834 2.863 2.916 2.851 3.021 2.891 3.102 2.964 3.251 2.989 3.499 3.060 3.799 3.142 4.245 3.251 4.752 3.455 5.748 3.609 6.632 3.994 7.248 4.473 7.552 4.901 7.538 5.294 7.592 5.812 7.872 6.430 7.894 6.961 7.756 7.503 7.754 7.93s 7.766 8.392 7.988 8.746 7.966 9.065 8.076 9.506 8.248 9.790 8.295 9.941 8.158 10.00 8.359 9.871 8.344 9.709 c MCATIONI ENCINA_BvpS SUNDAY NONDAY TDBSDAY WEDNESDAY TBURSDAY FRIDAY - 07106197 07/07/97 07/08/97 07/09/97 07/10/97 07/11/97 RAIN FLOW RAIN FLOW RATN FLOW RAIN FLOW MIN FLOW RAIN FLOW (in) tmsd) (in) (mgd) (in) mgd) (in) fmgd) (in) (mgd) (in) (wd) **************** **************** **************** **************** **************** ***************- 12:00 :15 :30 :45 13:oo :15 a30 :45 14:oo X15 r30 845 15:oo :15 r30 :45 16:00 :15 :30 :45 17:oo :15 :30 :45 l&SC :30 r45 19roo :15 r30 :45 20:oo :15 :30 :45 2lrOO :I5 :30 r45 22:oo :15 :30 :45 23:00 :15 :30 :45 10.06 8.285 8.116 10.19 8.149 7.898 10.04 8.272 7.837 9.888 8.259 7.944 9.629 8.033 7.727 9.249 8.035 7.531 9.219 7.931 7.630 8.979 7.889 7.587 8.768 8.024 7.630 8.503 7.746 7.377 8.406 7.621 7.349 8.258 7.735 7.406 8.247 7.821 7.460 8.124 7.854 7.190 8.114 7.741 7.181 7.836 7.682 7.148 7.640 7.576 7.159 7.574 7.497 7.112 7.673 7.333 7.036 7.571 7.158 7.079 7.551 7.257 7.188 7.573 7.346 7.150 7.593 7.740 7.265 7.683 7.821 7.554 7.682 7.864 7.717 7.716 7.947 7.773 7.713 8.142 7.889 7.736 8.148 7.847 7.602 8.205 8.030 7.716 8.287 8.116 7.77s 8.280 8.157 7.671 8.462 8.252 7.812 8.583 8.512 7.880 8.717 8.459 8.070 8.587 8.294 8.104 8.379 8.164 8.152 8.399 8.057 8.351 8.628 8.201 8.261 8.706 8.143 8.308 8.734 8.443 8.342 8.701 8.525 8.408 8.798 8.453 8.316 8.576 8.219 8.088 8.196 8.153 7.689 7.716 7.760 7.149 7.186 7.384 6.907 7.003 7.027 6.487 6.661 6.614 8.049 8.751 7.842 7.984 7.847 7.941 7.809 7.762 7.682 7.579 7.563 7.560 7.569 7.601 7.519 1.624 7.326 7.600 7.284 7.470 7.316 7.330 7.313 7.241 7.300 7.179 7.257 7.345 7.247 7.274 7.389 7.18? 7.364 7.108 7.189 7.161 7.069 7.161 7.152 7.0!5 7.049 7.028 7.201 7.246 7.212 7.304 7.465 7.600 7.577 7.614 7.714 7.529 7.769 7.561 7.855 7.739 8.181 7.949 8.294 8.004 8.243 8.054 8.375 8.184 8.340 8.260 8.376 8.273 8.426 8.342 8.253 8.155 8.135 8.128 8.116 8.003 8.096 7.987 8.296 8.345 8.394 8.314 8.442 8.126 8.284 7.993 8.043 7.750 7.856 7.503 7.406 7.236 7.013 6.911 6.543 6.499 6.470 04:52 2.714 04:52 2.714 l&:05 10.161 FLOW TOTAL FOR WEEK: 45.765 8.384 8.161 8.141 7.981 7.984 8.023 7.779 7.839 7.747 7.590 7.607 7.477 7.383 7.480 7.539 7.497 7.502 7.414 7.373 7.387 7.365 7.282 7.243 7.506 7.555 7.737 8.066 8.088 8.099 7.945 8.154 8.255 8.109 7.949 7.981 7.860 7.743 7.788 7.796 7.693 7.695 7.485 7.375 7.158 7.006 6.799 6.645 6.469 TOT RAIN: TOT PLOW(mg): 6.620 AUMIN FLW: OS:22 2.784 nvcI.ow: 05:22 2.784 lu. Llow : 11:27 10.954 SENSORS: QFINAL 6.707 6.518 6.507 6.429 05t05 2.755 04:35 2.621 04:27 2.613 04~37 2.742 OS:05 2.755 04:35 2.621 04:27 2.613 04:37 2.142 11:45 9.430 20:07 8.785 20:40 8.672 12:OO 11.467 TIME, OF REPORT: 03/24/98 10:11:57 FLOW AVG FOR WEEK: 6.538 ***************= 9.624 9.571 9.429 9.325 9.093 8.941 8.790 8.512 8.511 8.340 8.195 8.221 8.100 7.921 7.663 7.697 7.589 7.640 7.561 7.516 7.522 7.570 7.608 7.757 7.888 7.799 7.758 7.864 7.765 7.622 7.661 7.586 7.621 7.746 7.766 7.597 7.543 7.501 7.701 7.698 7.723 7.394 7.131 6.964 6.901 6.633 6.434 6.151 6.514 04~45 2.781 04x45 2.781 11115 10.396 SATURDAY 07112197 RAIN FLOW (in) (mgd) . LOCATION: FiNCINA-BWS F BUENA VINTA PUKQ STATION 1120 -PERSON STREET BNCINA, CALIFORNIA OIOO :15 r30 r45 l:OO :15 $30 :45 2:oo t15 :30 145 3100 :15 :30 :45 4:oo r15 ;lo 5:oo :15 :30 r45 6300 :15 r30 :45 7:oo rl5 :30 r45 8:00 :I5 :30 :45 9:oo :15 :30 :45 1o:oo :15 :30 :45 11:oo :15 ilo SUNDAY MONDAY TUESDAY WEDNESDAY 07/13/97 07114197 07/15/97 07116197 RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW (in) (wd) fin) (mgd 1 (in) (mgd) (in) (mgd) **************** **************** **********:I***** **************** 5.998 6.361 6.226 6.233 5.756 5.816 5.818 5.803 5.416 5.400 5.360 5.326 5.340 5.059 5.074 5.026 4.989 4.645 4.692 4.571 4.698 4.412 4.391 4.251 4.449 4.112 4.110 4.042 4.315 3.955 3.815 3.766 3.991 3.729 3.604 3.612 3.778 3.486 3.472 3.425 3.629 3.432 3.319 3.336 3.438 3.274 3.207 3.311 3.394 3.150 3.089 3.200 3.269 3.071 3.029 3.044 3.145 2.955 2.970 2.843 3.069 2.918 2.890 2.749 3.045 2.841 2.804 2.798 2.967 2.844 2.780 2.893 2.909 2.864 2.760 2.932 2.905 2.773 2.789 2.815 2.845 2.811 2.850 2.172 2.844 2.831 2.864 2.852 2.885 2.916 2.926 2.928 2.895 3.047 3.108 3.089 2.948 3.299 3.239 3.302 2.980 3.491 3.513 3.635 2.981 3.970 3.893 4.266 2.972 4.454 4.504 4.837 3.072 5.089 5.138 5.683 3.216 5.980 5.821 5.904 3.480 6.566 6.781 6.965 3.833 7.245 7.608 7.684 4.273 7.693 7.921 7.938 4.840 7.903 7.992 7.989 5.040 7.858 7.955 8.072 5.728 7.935 7.947 8.011 6.442 7.867 7.915 7.919 6.825 7.820 7.779 7.798 7.485 7.804 7.548 7.666 7.972 8.103 7.464 7.551 8.540 8.210 7.714 7.818 9.105 8.296 7.900 8.000 9.378 8.397 8.089 8.095 9.654 8.418 8.089 8.095 10.06 8.510 8.118 8.077 10.11 8.573 8.033 7.981 10.12 8.430 8.027 8.036 10.08 8.498 8.043 8.097 ADS ESVIRO- SERVICJSS, INC. VERT PIPE EEIGST: 0.00 in TABLE EYDRAULIC COEFF t QFINAL RAIN GAUGE: N/A SILT : in THURSDAY FRIDAY 07/17/97 07/18/97 RAIN FLOW RAIN FLOW (in) (mgd) (in) (m-d) **************** **************** 6.210 6.229 5.758 5.788 5.308 5.356 4.973 4.977 4.738 4.570 4.357 4.249 4.120 3.942 3.856 3.734 3.658 3.525 3.497 3.420 3.334 3.238 3.207 3.119 3.185 3.073 3.137 2.997 3.026 2.899 2.996 2.893 2.931 2.903 2.932 2.897 2.925 2.857 2.914 2.869 2.938 2.803 2.930 2.782 3.067 2.901 3.245 3.127 3.439 3.245 3.790 3.500 4.113 3.876 4.611 4.589 5.390 5.232 6.268 6.229 7.173 7.038 7.823 7.500 8.101 7.839 8.416 8.091 8.370 8.143 8.191 8.245 7.880 8.289 7.786 8.021 7.828 7.982 7.689 8.048 7.688 8.406 7.864 8.472 7.871 8.632 8.024 8.458 8.158 8.467 8.105 8.259 8.171 8.215 8.032 7.999 SATURDAY 07/19/97 RAIN FLOW (in) Pgd) **************** 6.040 5.715 5.499 5.146 4.808 4.628 4.247 4.025 3.826 3.656 3.536 3.380 3.305 3.181 3.102 3.027 2.940 2.892 2.857 2.823 2.809 2.816 2.875 2.932 2.940 2.980 3.126 3.305 3.473 3.716 4.058 4.644 5.181 5.645 6.002 6.501 6.934 7.500 7.955 8.359 8.730 9.044 9.263 9.599 9.733 9.533 9.462 9.617 SUNDAY MONDAY P 07113197 07/14/97 RAIN FLOW RAIN FLOW (in) (mgd) (in) mgd) **************** **************** 12roo :15 130 x45 13roo :15 :30 145 14:oo :15 x30 r45 15roo :15 :30 :45 16x00 :15 :30 :45 17:oo :15 :30 r45 18.P'= t30 x45 19x00 :15 :30 :45 20:oo :15 x30 :45 21:oo :15 :30 :45 22:oo r15 :30 :45 23:00 :15 :30 :45 10.04 8.531 8.161 8.240 7.952 8.046 9.989 8.461 8.047 8.028 7.910 8.131 9.926 8.446 7.992 7.996 7.820 7.993 9.658 8.255 7.940 7.795 7.722 7.745 9.460 8.037 7.851 7.753 7.600 7.645 9.212 7.866 7.567 7.673 7.625 7.524 8.959 7.740 7.497 7.599 7.563 7.661 8.992 7.696 7.494 7.572 7.573 7.504 8.807 7.755 7.455 7.460 7.444 7.414 8.496 7.721 7.359 7.472 7.349 7.506 8.390 7.622 7.248 7.323 7.436 7.223 8.312 7.549 7.297 7.271 7.389 7.203 8.191 7.419 7.301 7.340 7.231 7.251 8.090 7.405 7.233 7.264 7.105 7.292 8.015 7.590 7.277 7.430 7.324 7.310 7.801 7.770 7.321 7.359 7.378 7.416 7.699 7.547 7.160 7.271 7.351 7.308 7.623 7.481 7.129 7.292 7.334 7.325 7.646 7.324 7.113 7.223 7.153 7.325 7.632 7.369 ,7.131 7.284 7.111 7.257 7.454 7.338 7.254 7.306 7.224 7.178 7.571 7.403 7.162 7.593 7.460 7.519 7.589 7.502 7.394 7.719 7.343 7.786 7.677 7.586 7.682 7.637 7.484 7.893 7.853 7.681 7.712 7.705 7.630 7.892 7.602 7.852 7.769 7.629 7.600 7.952 7.467 7.980 7.875 7.977 7.699 8.057 7.621 8.117 8.108 8.189 7.829 8.069 7.743 8.153 7.978 8.223 8.132 7.908 7.776 8.132 8.108 8.219 8.180 8.008 7.787 8.247 8.244 8.258 8.111 7.966 7.654 8.424 8.384 8.322 8.217 8.027 7.728 8.443 8.375 8.281 8.499 8.024 7.913 8.536 8.518 8.328 8.366 8.056 8.109 8.630 8.599 8.369 8.189 8.170 8.237 8.474 8.298 8.264 8.040 7.923 8.170 8.570 8.221 8.183 8.091 7.731 8.239 8.634 8.247 8.388 8.207 7.651 8.219 8.794 8.406 8.369 8.339 7.700 8.390 8.967 8.522 8.276 8.521 7.803 8.399 8.820 8.652 8.356 8.648 7.663 8.346 8.545 8.596 8.2.6 5 8.447 7.440 8.217 8.489 8.478 8.256 8.413 7.321 8.051 8.360 8.302 8.225 8.252 7.164 7.732 7.963 8.001 7.863 7.897 7.048 7.342 7.456 7.490 7.477 7.497 6.751 7.007 7.112 7.286 7.060 7.153 6.548 6.676 6.613 6.851 6.647 6.695 6.231 TOT RAIN: TOT FIOW(mg).: 6.610 AMMIN PLW: 05:20 2.777 Ms)L9Low: OS:20 2.777 K LOW: llr17 10.437 SENSORS : QPINAL **************** 9.588 9.403 9.142 9.207 9.008 8.967 8.877 8.669 8.585 8.500 8.421 8.300 8.162 8.036 7.828 7.846 7.881 7.755 7.539 7.508 7.420 7.435 7.529 7.563 7.877 7.920 7.829 7.623 7.645 7.561 7.677 7.565 7.650 7.626 7.600 7.593 7.579 7.559 7.595 7.528 7.497 7.339 7.119 7.023 6.917 6.458 6.356 6.107 6.682 6.553 6.574 6.579 6.495 6.498 04~57 2.746 04:35 2.708 03:52 2.696 04:45 2.831 05r12 2.716 04:55 2.768 04x57 2.746 04:35 2.708 03:52 2.696 04:45 2.831 05:12 2.716 04~55 2.768 21:55 9.116 21:40 8.773 12:05 8.563 22:00 8.799 lo:30 8.898 lOr55 10.068 TUESDAY WEDNESDAY TEURSDAY FRIDAY SATURDAY 07/15/97 07/16/97 07117197 07/18/97 07/19/97 RAIN FLOW RAIN FLOW RAIN FT.QW RAIN FLOW RAIN FLOW (in) mgd) fin) mgd) (in) (mgd) (in) mgd) (in) mid) **************** **************c* **************** **************** TIME OF REPORT: 03124198 10112: .7 FLOW AVG FOR WEEK: 6.570 FLOW TOTAL FOR WEEK: 45.990 - , ADS =RONNENTN, SSRVICES, INC. LOCATION: BNCINA-BVPS F-- BUBNA VISTA PUW STATION 1120 JFZFBRSON STRFXT BNCINAA. CALIFORNIA QFINAL VBRT PIPE BBIGBT: 0.00 in RAIN GAUGE: N/A TABLE SILT in BYDMULIC COBFF : SUNDAY 07/20/97 RAIN FL5W (in) (mgd) **************** MONDAY TUESDAY 07/21/97 07122191 RAIN FLOW RAIN FLOW (in) mgd) (in) wgd) **************** **************** 0:oo r15 r30 :45 l:oo r15 :30 :45 2:oo xl5 :30 x45 3x00 :15 :30 t45 4:oo :15 ;cs. 5:oo :15 r30 t45 6:00 r15 :30 :45 7:oo :15 :30 :45 8100 :15 :30 :45 9:oo :15 :30 :45 1o:oo :15 :30 :45 11:oo :15 ry 5.944 6.299 6.043 5.673 5.738 5.510 5.274 5.353 5.194 5.110 4.920 4.839 4.787 4.678 4.509 4.619 4.292 4.166 4.428 4.049 3.836 4.201 3.777 3.559 3.933 3.587 3.494 3.737 '3.390 3.433 3.610 3.282 3.270 3.454 3.236 3.178 3.306 3.106 3.080 3.231 3.047 3.011 3.104 2.959 2.982 3.012 2.977 2.965 2.982 2.888 2.902 2.955 2.861 2.869 2.911 2.887 2.831 2.863 2.883 2.848 2.875 2.901 2.878 2.829 2.875 2.884 2.832 2.945 2.963 2.883 3.129 3.098 2.939 3.251 3.290 2.968 3.508 3.589 3.011 4.019 3.874 3.127 4.632 4.368 3.158 5.055 5.101 3.359 5.968 5.968 3.614 6.991 6.794 4.043 7.523 7.545 4.547 7.985 7.713 5.023 8.179 7.980 5.595 8.108 7.939 5.924 8.122 7.901 6.428 8.081 7.885 7.101 7.890 7.758 7.762 7.884 7.639 8.184 7.893 7.548 8.665 7.852 7.510 9.055 7.972 7.668 9.381 7.941 7.702 9.760 8.087 7.822 9.994 8.157 7.993 10.08 8.217 8.080 10.03 8.231 8.063 9.918 8.130 8.127 WEDNESDAY TBURSDAY 07123197 07124197 RAIN PLolp RAIN FLOW (in) (mgd) **************** 6.090 5.699 5.359 4.928 4.634 4.316 3.988 3.755 3.548 3.474 3.392 3.234 3.105 3.009 2.846 2.808 2.844 2.819 2.777 2.771 2.582 2.844 2.942 3.045 3.175 3.466 3.929 4.301 5.003 5.756 6.759 7.425 1.875 8.031 7.977 7.929 7.871 7.621 7.438 7.520 7.748 7.801 7.726 7.797 8.076 8.180 8.177 8.232 (in) (wd) **************** 6.129 5.612 5.289 4.850 4.610 4.355 3.979 3.680 3.458 3.396 3.324 3.170 3.047 2.974 2.890 2.852 2.947 2.956 2.902 2.873 2.872 2.868 2.929 3.036 3.181 3.436 3.973 4.480 5.111 5.916 6.648 7.280 7.783 7.983 7.824 7.937 7.824 7.647 7.524 7.524 7.555 7.633 7.716 7.734 7.693 1.777 7.953 8.017 FRIDAY SATURDAY 07125197 07/26/97 RAIN FLOW RAIN FLOW (in) (mgd) (in) mgd) 6.133 6.031 5.625 5.642 5.297 5.314 4.987 5.130 4.639 4.886 4.305 4.501 4.103 4.339 3.784 4.106 3.576 3.873 3.533 3.687 3.419 3.487 3.276 3.278 3.164 3.278 3.075 3.219 2.979 3.109 2.901 3.027 2.876 2.975 2.799 2.899 2.770 2.900 2.790 2.866 2.795 2.772 2.878 2.840 2.935 2.919 2.971 2.904 3.051 2.945 3.428 2.933 3.847 2.975 4.346 3.202 4.964 3.423 5.949 3.697 6.779 3.914 7.448 4.346 7.671 4.834 1.776 5.478 7.964 5.897 8.016 6.228 8.115 6.728 7.937 7.507 7.582 7.771 7.584 8.370 7.728 8.803 7.956 9.060 8.126 9.261 8.256 9.565 8.351 9.595 8.312 9.560 8.439 9.717 8.360 9.771 IbCATIcIw: BNCINA_BvpS SUNDAY NONDAY TUESDAY WSDN'ESDAY TEDRSDAY FRIDAY - 07/20/97 07121197 07122197 07123197 07124197 07125197 RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW (in) (mgd) (in) fmgd) (in) (mgd) (in) (mgd) (in) (mgd) (in) (mgd) *********i****** **************** **************** ****,************ **************** **************** 12too :15 :30 :45 13roo :15 :30 r45 14too :15 :30 I45 15roo Z15 :30 :45 16rOO :15 :30 :45 17x00 :15 :30 :45 18G= r30 :45 19:oo :15 $30 :45 20:oo :15 :30 :45 21:oo :15 :30 :45 22:oo :15 :30 :45 23:00 :15 :30 :45 9.801 9.698 9.711 9.570 9.591 9.354 9.076 8.829 8.734 8.607 8.532 8.372 8.337 8.137 8.067 7.932 7.762 7.627 7.664 7.678 7.557 7.537 7.596 7.481 7.559 7.617 7.613 7.660 7.766 7.694 7.840 7.874 7.920 7.964 8.108 8.032 8.096 8.242 8.334 8.490 8.393 8.316 8.096 7.887 7.640 7.141 6.765 6.584 8.204 8.125 8.156 7.963 7.951 8.053 7.803 7.817 7.836 7.871 7.750 7.877 7.827 7.654 7.668 7.679 7.869 7.546 7.602 7.520 7.887 7.542 7.542 7.435 7.922 7.330 7.521 7.472 7.821 7.42'3 7.531 7.927 7.725 7.511 7.347 7.454 7.518 7.467 7.202 7.593 7.429 7.677 7.187 7.499 7.492 7.494 7.245 7.319 7.483 7.426 7.310 7.166 7.469 7.366 7.260 7.286 7.529 7.297 7.094 7.261 7.451 7.272 7.057 7.382 7.358 7.154 7.015 7.137 7.283 7.220 6.995 7.108 7.417 7.199 6.902 7.111 7.447 7.277 6.914 7.144 7.441 7.156 7.057 7.230 7.598 7.291 7.186 7.339 7.471 7.409 7.289 7.291 7.608 7.689 7.420 7.504 7.773 7.757 7.463 7.638 7.753 7.780 7.760 7.821 7.809 7.860 7.754 7.899 7.963 7.998 7.950 8.095 8.120 8.126 8.206 8.159 7.952 8.182 8.312 8.172 7.948 8.166 8.394 8.423 8.183 8.338 8.443 8.489 8.471 8.424 8.362 8.506 8.644 8.531 8.468 8.562 8.704 8.510 8.321 8.757 8.617 8.482 8.439 8.586 8.591 8.516 8.383 8.520 8.384 8.545 8.374 8.526 8.455 8.617 8.413 8.424 8.537 8.563 8.414 8.374 8.479 8.519 8.278 8.202 8.409 8.333 8.236 8.317 8.179 8.190 8.163 8.125 7.827 7.954 7.929 7.873 7.628 7.685 7.615 7.581 7.228 7.316 7.127 7.217 6.795 6.961 6.896 6.930 6.472 6.639 6.571 6.559 8.251 8.062 7.869 7.824 7.784 7.717 7.722 7.826 7.859 7.144 7.568 7.527 7.415 7.394 7.388 7.327 7.419 7.353 7.467 7.411 7.272 7.356 7.548 7.780 7.771 7.701 7.760 7.948 7.891 7.895 7.894 7.982 8.265 8.075 8.131 7.897 7.894 7.916 7.754 7.509 7.365 7.132 7.114 6.937 6.865 6.770 6.434 6.168 TOT RAIN: TOT FLOW(mg): 6.616 AMUIN FLW: 05~27 2.773 HIwLOW: 05:27 2.773 M? sow: 11:07 10.154 SENSORS: QPINAL 6.601 6.517 6.470 6.490 04r20 2.809 04:40 2.772 04:52 2.682 OS:17 2.787 04120 2.809 04:40 2.772 04:52 2.682 OS:17 2.787 20:40 8.854 21:52 8.845 19:42 8.802 20:37 8.887 TIME OF REPORT: 03/24/98 10:12:37 FLOW AVG FOR WEEK: 6.523 SATURDAY 07/26/97 RAIN FLOW (in) (mgd) **************** 9.799 9.609 9.477 9.283 9.273 9.113 8.931 8.701 8.662 8.682 8.384 8.297 8.199 8.020 7.997 7.900 7.858 7.726 7.778 7.759 7.747 7.723 7.821 7.898 7.791 7.652 7.781 7.794 7.753 7.797 7.898 7.715 7.712 7.758 7.739 7.592 7.545 7.526 1.459 7.319 7.302 7.344 7.163 7.004 6.741 6.569 6.279 6.050 6.454 6.515 04:27 2.675 OS:00 2.650 04:27 2.675 05rOO 2.650 11:12 8.675 12:02 10.027 FLOW TOTAL FOR WEEK: 45.662 * * ADS KlWIRONH0NTAL SERVICES, INC. LOCATION: ENCINA_BvpS ? B’JENA VISTA PUUP STATION 1120 JEFFERSON STRBET ENCINA, CALIFORNIA QPINAL VERT PIPE HEIGHT: 0.00 in RAIN GAUGE: N/A TABLE SILT : in HYDRAIJLIC COEFF : SUNDAY 07/27/97 RAIN PLQW fin) Pgd) 11=11111mm1m11B1 OIOO :15 :30 r45 l:oo :15 r30 :45 2:oo :15 :30 :45 3:oo :15 :30 x45 4:oo :15 :;cp. 5:oo :15 :30 :45 6:00 :15 :30 :45 7:oo :15 :30 :45 a:00 :15 :30 :45 9:oo :15 :30 :45 lOI :15 :30 T- :45 11:oo x15 - 5.090 5.715 5.417 5.152 4.900 4.644 4.356 4.139 3.882 3.792 3.622 3.364 3.294 3.270 3.179 3.095 2.905 2.929 2.916 2.864 2.056 2.842 2.062 2.916 2.934 2.942 2.970 3.075 3.186 3.208 3.423 3.618 4.092 4.564 5.133 5.554 6.233 6.804 7.360 8.015 8.642 8.899 9.170 9.579 9.770 10.03 10.09 10.08 NONDAY 07/20/97 RAIN PIAm fin) OM) .111*1m11111m=wB 6.251 5.820 5.443 5.031 4.598 4.363 4.064 3.790 3.624 3.434 3.257 3.246 3.175 3.081 3.003 2.927 2.915 2.930 2.070 2.047 2.062 2.060 3.098 3.178 3.290 3.516 3.784 4.453 5.248 5.092 6.580 7.153 7.643 7.900 7.977 7.865 7.769 7.735 7.817 7.702 7.723 7.341 7.540 7.143 6.179 7.648 8.249 8.273 TUESDAY WBDNESDAY THURSDAY PRIDAY 07/29/97 07/30/97 07/31/97 08/01/97 RAIN FLOW RAIN PLOW RAIN FLOW RAIN FLOW fin) fmgd) (in) fwd) (in) fmgd) fin) fmgdt =m1m13.111w1s=1111 1133111--1*1m1-1 IILIIIIIBsII=sPIC =mII=Il=sBPIDII= 5.684 5.541 5.440 5.302 5.204 5.229 4.993 4.736 4.599 4.417 4.259 4.281 3.990 3.972 3.571 3.649 3.260 3.476 3.147 3.298 3.083 3.251 2.992 3.187 2.890 3.063 2.799 2.968 2.734 2.804 2.783 2.750 2.731 2.732 2.632 2.631 2.637 2.606 2.710 2.650 2.700 2.668 2.603 2.622 2.000 2.740 2.961 3.056 3.200 3.210 3.341 3.311 3.597 3.811 4.293 4.414 5.045 5.008 5.580 5.028 6.309 6.516 7.038 6.980 7.463 7.207 7.545 7.516 7.623 7.455 7.577 7.323 7.492 7.446 7.330 7.220 7.249 6.953 6.953 6.981 7.035 7.017 7.209 7.101 7.252 7.152 7.204 7.290 7.474 7.471 7.523 7.590 7.383 7.490 7.407 7.314 5.691 5.482 5.190 4.745 4.608 4.270 4.003 3.744 3.417 3.312 3.145 2.896 2.864 2.810 2.701 2.782 2.709 2.646 2.585 2.550 2.603 2.692 2.893 2.992 3.077 3.256 3.567 4.279 4.926 5.619 6.517 7.078 7.401 7.591 7.536 7.604 7.511 7.204 7.152 7.080 7.072 7.325 7.400 7.403 7.640 7.610 7.540 7.394 5.095 5.717 5.328 5.022 4.666 4.304 4.059 3.840 3.603 3.253 3.008 3.068 3.036 2.835 2.708 2.615 2.597 2.610 2.583 2.621 2.590 2.604 2.723 2.894 3.068 3.269 3.690 4.218 5.094 5.660 6.384 6.839 7.290 7.312 7.445 7.437 7.475 7.534 7.652 7.618 7.575 7.640 7.023 7.889 8.055 8.136 8.088 7.927 SATURDAY 08/02/97 RAIN FLOW (in) @gd) I=IPIIIBImmsIIwI 6.070 5.876 5.606 5.231 4.925 4.660 4.327 4.070 3.911 3.697 3.510 3.409 3.241 2.906 2.860 2.709 2.741 2.702 2.652 2.635 2.774 2.789 2.772 2.030 2.949 3.045 3.095 3.216 3.429 3.570 3.961 4.437 5.107 5.673 6.199 6.625 7.102 7.440 7.995 8.243 8.535 8.736 8.937 9.173 . 9.394 9.366 9.251 9.073 SUNDAY UONDAY TUESDAY WDNSSDAY TSDRSDAY FRIDAY SATURDAY 07/27/97 07/28/97 07/29/97 07/30/97 07/31/97 08/01/97 08/02/97 RAIN PIOW MIN PLOW RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW fin) (mgd) (in) (wd) (in) 09) fin) (mgd) (in) fmgd) (in) (mgd) **************** **************** **************** **************** **************** **************** 12rOO :15 130 x45 13:oo 115 :30 :45 14:oo r15 :30 t45 15:oo :15 X30 145 16:OO :15 :30 a45 17100 :15 x30 r45 la,- a30 :45 19x00 :15 :30 r45 20:oo :15 :30 :45 2l:OO :15 :30 :45 22tOO :15 :30 :45 23:00 :15 :30 :45 TOT RAIN: 10.12 0.335 1.454 7.440 9.860 8.461 1.375 7.353 9.804 0.246 7.207 7.261 9.680 8.088 7.182 7.226 9.630 7.947 7.088 7.145 9.352 7.709 7.252 7.048 9.277 7.639 7.113 7.016 9.216 7.593 7.043 7.030 0.993 7.810 6.903 6.970 0.690 7.693 7.086 6.036 0.479 7.575 7.072 6.003 8.406 7.445 7.026 6.821 8.350 7.530 6.809 6.757 0.272 7.629 6.739 6.651 8.129 7.618 6.709 6.619 7.910 7.503 6.770 6.692 7.692 7.510 6.811 6.676 7.540 7.330 6.815 6.693 7.420 7.291 6.740 6.577 7.340 7.176 6.700 6.050 7.404 7.220 6.963 6.991 7.580 7.229 6.991 6.930 7.541 7.265 7.042 6.890 7.635 7.624 6.045 7.251 7.705 7.614 7.053 7.185 7.702 7.519 7.160 7.174 7.681 7.521 7.327 7.340 7.020 7.570 7.512 7.336 7.844 7.607 7.613 7.363 7.710 8.050 7.743 7.461 7.750 8.304 7.603 7.462 7.781 0.262 7.790 7.649 7.992 8.241 7.039 7.739 8.143 0.325 7.044 7.732 8.024 0.203 7.955 1.715 8.030 8.302 7.772 7.600 8.009 0.343 7.760 7.636 8.168 0.373 7.795 7.636 8.315 8.412 7.954 7.805 0.441 0.473 8.087 7.957 0.449 0.329 7.900 7.803 8.350 8.126 7.619 7.549 8.124 8.154 7,414 7.406 8.012 7.045 7.446 7.367 7.693 7.527 6.990 7.401 7.315 7.125 6.558 6.990 6.996 6.608 6.203 6.725 6.633 6.139 5.072 6.170 TOT PLow(mg): 6.599 ARMIN FLW: 05:20 2.773 MP-tow: 05:20 2.773 UA AOW : 12:oo 10.504 SENSORS: QF'INAL 6.497 6.110 6.087 04845 2.027 04:25 2.500 04:37 2.481 11:05 0.344 04:25 2.500 04:37 2.481 12r22 0.040 22:05 0.257 21:50 8.112 7.608 7.799 7.475 7.804 7.200 7.604' 7.105 7.393 6.973 7.508 6.099 7.634 6.039 7.570 6.951 7.457 7.022 7.330 6.062 7.150 6.745 7.138 6.740 7.197 6.890 7.102 6.903 7.140 6.883 7.040 6.935 6.919 6.627 6.910 6.669 6.903 6.693 6.705 6.063 6.790 7.001 6.076 7.025 6.034 7.225 6.944 7.033 7.221 7.117 7.100 7.030 7.143 7.220 7.146 7.370 7.345 7.444 7.367 7.490 7.569 7.667 7.000 7.611 7.649 7.650 7.580 7.610 7.360 7.605 7.353 7.504 7.080 7.416 7.276 7.550 7.361 7.743 7.170 7.002 7.299 0.138. 6.906 7.862 6.910 7.035 7.085 7.579 6.949 7.273 6.771 6.905 6.520 6.771 6.433 6.134 6.343 6.105 04:37 2.499 04:37 2.499 21:40 8.360 6.140 03:57 2.503 03:57 2.503 11:20 8.340 (in) fmgd) **************** 9.450 9.502 9.429 9.021 8.916 0.676 8.603 0.427 0.254 8.131 7.936 7.835 7.815 7.675 7.811 7.740 7.562 7.499 7.570 7.614 7.623 7.701 7.674 7.576 7.661 7.545 7.523 7.590 7.753 7.704 7.741 1.652 7.659 7.571 7.604 7.564 7.464 7.515 7.400 7.564 7.511 7.400 7.401 7.321 7.112 6.840 6.713 6.420 6.439 04r47 2.572 04~47 2.572 11:22 9.925 TIME OF REPORT: 03/24/90 10:12:55 FLOW AVG FOR WEEK: 6.204 FLOW TOTAL FOR WEER: 43.906 . I AD0 ENVIRO-AL SSRVICB~, INC. LGCATION: ENCINA~BVPS ,- BUSNA VISTA PUW STATION 1120 JEFFERSON STREET ENCINA, CALIFORNIA QFINAL VSRT PIPS SEIGST: 0.00 in RAIN GAUGE: N/A TABLE SILT : in SYDRAULIC COEFF : Or00 r15 :30 :45 1roo xl5 :30 :45 2:OO x15 :30 r45 3too :15 :30 :45 4:oo :15 w 5roo :15 130 145 6x00 :15 :30 :45 7x00 :15 :30 :45 a:00 :15 :30 :45 9:oo :15 :30 :45 lo:oo :15 :30 :45 ll:oo :15 m SUNDAY 08/03/97 RAIN PLOW (in) OW) **************** 6.161 5.907 5.610 5.352 5.035 4.709 4.581 4.304 4.102 3.917 3.754 3.600 3.373 3.029 2.926 2.029 2.776 2.692 2.697 2.635 2.652 2.617 2.647 2.672 2.705 2.760 2.764 2.001 2.092 3.042 3.261 3.790 4.200 4.092 5.453 6.351 6.999 7.453 8.105 0.736 9.240 9,.703 9.764 9.915 10.17 10.07 9.970 9.023 MONDAY TUESDAY 00/04/97 OS/OS/97 RAIN PLOW RAIN Pmw fin) fmgd) fin) (mgd) **************** **************** 6.166 6.142 5.734 5.756 5.516 5.240 5.062 4.940 4.773 4.596 4.514 4.246 4.237 4.038 3.904 3.762 3.595 3.573 3.314 3.373 3.055 3.131 3.029 3.000 2.909 2.905 2.059 2.000 2.740 2.195 2.644 2.763 2.613 2.760 2.591 2.670 2.616 2.612 2.631 2.707 2.660 2.693 2.650 2.722 2.706 2.745 2.840 2.922 3.000 3.134 3.226 3.504 3.810 3.905 4.227 4.272 4.925 4.973 5.750 5.565 6.520 6.542 7.225 7.437 7.614 7.044 7.794 8.009 7.906 7.072 7.902 7.870 0.235 7.821 0.269 7.770 8.008 7.097 8.057 7.005 0.245 7.823 8.217 7.830 0.343 8.062 8.509 0.257 0.533 6.032 8.416 7.951 0.493 8.102 8.361 8.101 WEDNRSDAY TNURBDAY 00/06/97 08/07/97 RAIN Pmw RAIN FLOW fin) Wgd) (in) 06) **************** **************** 6.111 6.025 5.035 5.536 5.326 5.005 4.936 4.665 4.675 4.542 4.359 4.327 3.919 4.049 3.716 3.806 3.409 3.512 3.237 3.279 3.118 3.198 3.012 3.010 2.935 2.099 2.797 2.075 2.775 2.760 2.740 2.728 2.755 2.712 2.695 2.671 2.606 2.605 2.595 2.643 2.581 2.645 2.697 2.603 2.079 2.814 3.019 2.994 3.147 3.254 3.363 3.524 3.025 3.911 4.326 4.147 4.099 4.670 5.667 5.643 6.566 6.277 7.240 6.891 7.695 7.293 7.790 7.525 7.771 7.696 7.027 7.574 7.039 7.505 7.880 7.602 7.666 7.660 7.069 7.590 7.703 7.540 7.960 7.777 7.951 7.913 8.021 7.909 8.025 7.925 7.907 7.944 7.933 8.005 7.840 7.923 PRIDAY SATURDAY OS/OS/97 08/09/97 WIN FLOW RAIN ?LOW (in) fmgd) (in) fwd) **************** **************** 6.099 5.642 5.659 5.443 5.075 5.128 4.726 4.921 4.525 4.722 4.207 4.429 4.007 4.200 3.766 3.902 3.601 3.530 3.422 3.354 3.266 3.250 3.105 3.198 2.942 3.021 2.001 2.995 2.704 2.920 2.695 2.891 2.671 2.805 2.632 2.116 2.597 2.756 2.617 2.716 2.695 2.791 2.750 2.027 2.752 2.765 2.026 2.803 2.963 2.812 3.401 2.034 3.713 2.902 4.269 3.250 4.717 3.193 5.365 3.410 5.870 3.840 6.617 4.217 7.309 4.801 7.514 5.239 7.647 5.772 1.646 6.293 7.672 6.990 7.627 7.571 7.726 7.891 7.529 0.324 7.770 0.770 7.931 9.077 8.027 9.200 8.231 9.392 0.207 9.442 0.466 9.594 0.334 9.619 0.407 9.520 iOCATtiNr ENCINA-BVPS SUNDAY UONDAY TUESDAY WEDNESDAY THURSDAY FRIDAY SATURDAY .- 00/03/97 oeio4i97 08/05/97 08/06/97 08/07/97 00/00/97 08/09/97 RAIN FLOW RAIN PLOW RAIN FLOW RAIN PLOW RAIN FLOW RAIN FLOW RAIN FLOW (in) fmgd) fin) fmgd) fin) fmgd) fin) (4) fin) fmgd) (in) (mgd) fin) fmgd) 12:oo :15 :30 r45 13:oo :15 :30. :45 14roo :15 :30 :45 15:oo 815 :30 :45 16:00 r15 :30 :45 17:oo r15 r30 345 1sipn :30 $45 19too x15 r30 :45 20:oo :15 :30 145 21:oo :15 :30 :45 22:oo :15 :30 :45 23:00 :15 :30 :45 TOT RAIN: 9.705 8.201 9.767 0.253 9.679 0.256 9.462 8.152 9.323 7.924 8.941 7.881 0.734 7.777 0.710 7.514 0.595 7.463 8.481 7.513 0.256 7.420 7.980 7.172 7.871 7.344 7.032 . 7.320 7.901 7.296 7.705 7.157 7.590 7.367 7.670 7.203 7.522 7.047 7.541 7.048 7.546 7.256 7.570 7.352 7.470 7.437 7.450 7.527 7.492 7.555 7.500 7.699 7.590 7.044 7.676 7.804 7.703 7.930 7.712 8.185 7.613 8.301 7.046 8.312 7.961 0.392 7.911 0.393 7.994 8.580 8.067 8.414 8.014 0.440 8.103 0.503 8.172 8.510 0.310 8.640 8.606 8.671 0.337 0.463 8.121 8.174 7.991 7.919 7.707 7.022 7.325 7.372 6.947 7.099 6.414 6.639 TOT FLOW(mg): 6.505 AMMIN PLW: 05:20 2.576 HIt+=-LOW: 05:20 2.576 Ia ow: llr07 10.471 SENSORS I QPINAL 8.022 7.635 7.667 0.292 7.094 7.549 7.516 0.247 7.715 7.402 7.605 8.096 7.509 7.261 7.607 7.910 7.470 7.183 7.432 7.059 7.295 7.178 7.495 7.057 7.204 7.056 7.410 7.056 7.316 7.164 7.235 7.650 7.258 7.135 7.349 7.534 7.139 6.047 7.197 7.580 7.058 6.745 7.191 7.504 6.965 6.007 7.037 7.203 6.661 6.696 6.005 7.300 6.060 6.950 6.907 7.271 7.232 6.992 6.026 7.479 6.777 6.993 6.900 7.409 6.045 6.780 6.923 7.294 6.720 6.654 6.979 7.220 6.645 6.921 6.860 7.153 7.019 7.159 i.896 7.264 7.120 6.961 6.964 7.556 7.149 6.072 6.936 7.590 7.197 7.306 6.950 7.644 7.301 7.431 7.166 7.580 7.407 7.494 7.376 7.771 7.577 7.510 7.570 7.732 7.653 7.670 7.662 7.761 7.769 7.611 7.675 7.626 7.066 7.090 7.654 7.760 7.750 8.004 7.993 7.977 7.933 8.054 8.111 8.042 8.036 8.051 8.119 7.936 7.976 8.058 8.114 7.960 8.014 8.112 8.121 7.964 8.039 0.222 8.041 7.064 7.909 8.231 7.903 7.098 7.006 8.167 7.997 7.072 7.907 8.052 8.086 7.704 8.184 0.247 8.209 7.551 0.307 0.220 0.296 7.419 0.297 8.102 0.269 7.269 8.079 8.008 8.017 7.051 8.153 7.925 7.920 6.913 7.943 7.671 7.022 6.920 7.675 7.403 7.431 6.771 7.443 7.155 7.044 6.361 7.149 6.051 6.714 6.124 6.562 6.360 6.650 5.905 6.559 6.352 6.310 6.299 6.336 04x40 2.421 04:35 2.533 04~42 2.492 04:50 2.500 04:37 2.459 04x40 2.421 15:27 2.041 04:42 2.492 04:50 2.500 04:37 2.459 20:42 9.114 15:30 9;360 20:57 0.509 22:02 8.450 11:47 0.712 TIM3 OF REPORT: 03/24/98 10:13:14 FLOW AVG FOR WEEK: 6.413 FLOW l'O!PAL FOR WEEK: 44.000 9.394 9.413 9.329 9.206 9.150 9.055 9.045 8.881 0.054 0.072 0.576 8.605 8.404 8.069 8.106 8.230 8.020 7.913 7.700 7.704 7.727 7.749 7.608 7.752 7.618 7.717 7.507 7.550 7.504 7.675 7.621 7.480 7.618 7.568 7.412 7.546 7.366 7.393 7.480 7.450 7.299 7.231 7.125 6.097 6.723 6.550 6.326 6.094 6.440 06r42 2.552 06~42 2.552 11:37 9.023 ’ - LOCATION: ENCINA-BVPS F BUSNA VISTA PUUP STATION 1120 JEFFERSON STRSET ENCINA, CALIFORNIA SUNDAY UONDAY 08/10/97 08/11/97 RAIN FLOW RAIN PLOW (in) fmgd) fin) fmgd) **************** **************** OIOO x15 230 r45 1roo :15 :30 r45 2x00 :15 :30 r45 3:oo :15 :30 :45 4:oo :15 :3Q. 5:oo r15 :30 :45 6:00 x15 :30 x45 7:oo :15 :30 :45 at00 :15 :30 :45 9:oo :15 :30 :45 lo:oo :15 :30 :45 11:oo :15 :P- 5.890 6.050 5.705 5.643 5.330 5.240 5.039 4.831 4.022 4.740 4.662 4.165 4.361 3.797 4.116 3.535 3.937 3.204 3.505 3.214 3.373 3.189 3.182 3.079 3.095 2.974 3.043 2.971 2.975 2.939 2.055 2.072 2.032 2.770 2.752 2.796 2.717 2.709 2.679 2.720 2.697 2.725 2.710 2.747 2.714 2.709 2.740 2.916 2.700 3.053 2.049 3.336 2.056 3.622 2.034 4.058 3.012 4.946 3.119 5.640 3.225 6.359 3.519 7.037 3.920 7.356 4.508 7.536 5.195 7.590 5.053 7.646 6.432 7.025 6.939 7.635 7;711 7.614 8.174 7.644 0.569 0.037 9.047 8.014 9.357 0.227 9.530 0.227 9.961 8.351 10.20 8.304 10.20 7.536 9.044 0.303 ADS RRVIRONRBRTAL SERVICES, INC. QFINAL VERT PIPE SFJGEIT: 0.00 in RAIN GAUGE: N/A TABLE SILT : in HYDRAULIC COEPP : TUESDAY WEDNESDAY TSDRSDAY FRIDAY SATURDAY 08/12/97 08/13/97 08/14/97 OS/15197 08/16/97 RAIN FLOW RAIN PIAM RAIN FLOW RAIN FLOW RAIN FLOW tin) (mgd) (in) fmgd) (in) (mgd). fin) (mgd) (in) tmgd) **************** **************** **************** **************** **************** 5.637 5.259 4.967 4.726 4.430 4.210 4.034 3.809 3.622 3.407 3.433 3.324 3.193 3.109 2.990 2.916 2.914 2.811 2.743 2.676 2.670 2.639 2.694 2.790 2.074 3.015 3.100 3.151 3.280 3.488 3.706 4.106 4.729 5.137 5.725 6.290 6.055 7.447 7.966 8.560 8.831 9.024 9.309 9.544 9.610 9.739 9.607 9.557 5.994 5.059 6.073 6.109 5.411 5.491 5.544 5.695 5.185 5.040 5.044 5.239 4.750 4.771 4.707 4.851 4.457 4.469 4.403 4.404 4.116 4.210 4.198 4.225 3.025 3.074 3.975 3.730 3.509 3.626 3.704 3.453 3.430 3.320 3.409 3.405 3.209 3.135 3.291 3.200 3.180 3.117 3.118 3.142 3.029 3.105 2.079 3.053 2.907 3.088 2.877 2.043 2.053 3.006 2.063 2.036 2.871 2.881 2.743 2.731 2.740 2.797 2.742 2.797 2.705 2.725 2.712 2.774 2.736 2.707 2.745 2.694 2.771 2.718 2.736 2.727 2.774 2.737 2.771 2.719 2.766 2.704 2.745 2.697 2.606 2.724 2.710 i.740 2.739 2.880 2.743 2.774 2.920 3.045 2.060 2.922 3.107 3.101 2.992 3.059 3.331 3.340 3.226 3.273 3.580 3.045 3.691 3.502 4.196 4.229 4.097 4.150 5.037 4.905 4.809 4.063 5.673 5.056 5.561 5.401 6.472 6.603 6.507 6.202 7.009 7.407 7.239 6.000 7.602 7.819 7.526 7.373 7.072 7.966 7.605 7.622 7.980 7.059 7.606 7.753 7.781 7.804 7.807 7.740 7.655 7.790 7.775 7.669 7.577 7.674 7.399 7.590 7.480 7.637 7.249 7.563 7.390 7.677 7.276 7.463 7.488 7.793 7.711 7.593 7.662 7.700 7.069 7.775 7.771 7.936 7.072 7.913 7.674 7.960 7.065 8.165 7.957 7.003 7.977 8.105 7.985 7.890 8.028 0.270 0.236 7.960 8.025 0.233 8.173 8.027 8.083 8.380 SUNDAY MONDAY TUESDAY WEDNESDAY THURSDAY FRiDAY SATURDAY 00/10/97 08/11/97 08/12/97 08/13/97 00/14/97 00/15/97 08/16/97 RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW fin) (mgd) (in) (mgd) (in) (mgd) (in) (mgd) (in) (mgd) (in) (mgd) fin) of@) **************** **************** **************** **************** **************** **************** **************** 12:oo t15 :30 :45 13roo :15 a30 :45 14roo :15 r30 :45 15roo :15 :30 :45 16:00 115 :30 :45 17:oo r15 :30 :45 10:pa :30 :45 19:oo :15 :30 :45 20:oo :15 :30 :45 21:oo :15 :30 :45 22:oo r15 :30 t45 23:00 :15 :30 :45 TOT RAIN: TOT PLOW(mg)r 9.777 8.361 7.964 8.040 8.017 8.204 9.537 9.608 0.307 7.994 7.060 7.860 8.108 9.369 9.651 8.211 7.076 7.634 7.007 8.035 9.413 9.637 0.166 7.919 7.556 7.723 7.007 9.367 9.380 0.196 7.800 7.440 7.510 7.705 9.004 9.190 0.002 7.766 7.415 7.572 7.656 0.723 0.909 7.946 7.721 7.309 7.446 7,637 0.553 0.065 7.756 7.737 7.277 1.570 7.715 0.423 0.036 7.776 7.694 7.340 7.595 7.560 0.279 0.621 7.799 7.466 7.240 7.233 7.557 8.331 0.406 7.572 7.420 7.090 7.122 7.450 0.249 0.315 7.456 7.300 6.963 6.920 7.206 8.186 0.206 7.369 7.355 6.917 7.067 7.323 8.045 8.022 7.400 7.233 6.950 7.062 7.253 7.060 7.908 7.404 7.449 7.037 7.011 7.499 7.794 7.909 7.481 7.408 7.056 7.070 7.269 7.600 7.637 7.345 7.296 6.003 7.109 7.222 7.714 7.604 7.272 7.000 6.900 7.094 7.127 7.734 7.400 7.218 7.134 7.003 6.002 7.225 7.760 7.512 7.299 7.133 7.080 6.926 7.064 7.591 7.434 7.311 7.068 6.950 6.063 7.340 7.527 7.443 7.340 7.303 7.119 7.030 7.510 7.523 7.521 7.504 7.476 7.247 7.223 7.608 7.400 7.525 7.590 7.607 7.280 7.260 7.502 7.503 7.600 7.400 7.619 7.497 7.410 7.536 7.425 7.420 7.620 7.639 7.400 7.640 7.607 7.530 7.405 7.790 7.732 7.654 7.735 7.723 7.408 7.575 7.870 7.954 7.069 7.062 7.706 7.468 7.575 7.047 7.935 7.940 7.702 7.604 7.403 7.575 7.970 8.086 7.902 7.003 7.800 7.461 7.639 8.171 8.206 8.014 8.078 7.770 1.493 7.694 8.209 0.374 8.104 8.127 8.001 7.472 7.591 0.263 0.433 0.270 8.199 7.012 7.502 7.711 8.341 0.396 8.220 8.153 7.024 7.350 7.039 8.503 0.307 0.222 0.234 7.932 7.295 7.074 8.569 8.195 0.277 8.114 7.665 7.367 7.935 0.533 8.372 0.274 8.319 7.509 7.443 8.057 0.679 0.449 0.265 0.307 7.490 7.374 8.260 0.624 0.439 0.373 0.390 7.476 7.205 0.232 8.608 8.451 0.345 8.215 7.424 7.207 8.109 0.406 8.541 0.253 8.018 7.210 7.057 8.105 8.406 8.290 8.187 7.722 7.030 7.036 7.700 8.137 8.060 7.045 7.817 6.046 6.773 7.531 7.954 7.762 7.687 7.766 6.699 6.566 7.183 7.566 7.464 7.509 7.514 6.520 6.490 6.971 7.068 7.107 7.087 7.045 6.255 6.203 6.630 6.692 6.720 6.807 6.642 6.206 5.971 6.362 6.391 6.360 6.460 6.205 5.805 5.066 6.477 6.510 6.434 6.360 6.334 6.281 6.334 04r57 2.647 04:02 2.560 05:20 2.630 03:55 2.479 03:35 2.562 05r15 2.514 04:57 2.647 04:02 2.560 OS:20 2.630 03:55 2.479 03:35 2.562 05r15 2.514 lo:40 9.360 22:07 8.729 20:40 8.503 21:27 0.699 11:52 8.518 11:15 10.014 ARMIN FLW: OS:47 2.559 UIN-OW: 05:47 2.559 HA!' >w: 11:30 10.418 SENSORS: QFINAL TIME OF REPORT: 03/24/98 10:13:31 FLOW AVG FOR WEEK: 6.391 PLQW TOTAL FOR WEEX: 44.737 . LOCATION: ENCINA-BVPS I+- BDBNA VISTA PUMP STATION 1120 JEFFERSON STREBT ENCINA, CALIFORNIA SUNDAY 08/17/97 RAIN FLOW (in) (mgd) 0:oo :15 t30 :45 1100 :15 :30 r45 2:oo :15 :30 x45 3:oo :15 :30 845 4:oo :15 G= 5:oo x15 x30 :45 6rOO :15 :30 :45 7roo rl5 r30 :45 a:00 :15 :30 r45 9:oo :15 :30 :45 lo:oo :15 :30 :45 ll:oo 115 :F 5.619 5.360 5.155 4.960 4.600 4.490 4.204 4.029 3.620 3.603 3.435 3.196 3.027 3.049 2.075 2.806 2.803 2.025 2.692 2.630 2.620 2.599 2.723 2.776 2.704 2.706 2.700 2.902 3.004 3.215 3.297 3.597 3.960 4.655 5.244 5.913 6.655 7.186 7.677 8.102 8.770 9.227 9.552 9.036 10.07 10.07 9.911 9.931 UONDAY 08/18/97 RAIN Fum (in) (mgd) **************** 5.095 5.680 5.267 4.850 4.620 4.213 3.990 3.736 3.505 3.333 3.240 3.050 2.009 2.045 2.003 2.027 2.736 2.708 2.608 2.615 2.662 2.654 2.720 2.974 3.127 3.373 3.032 4.184 4.752 5.552 6.347 7.005 7.551 7.790 7.870 8.097 8.088 7.922 7.062 8.068 0.049 8.156 0.239 0.236 8.381 0.346 0.370 0.459 ADS BNVIRONMBNTAL SERVICES, INC. QFINAL VBRT PIPE HEIGHT: 0.00 in RAIN GAUGB: N/A TABLE SILT : in EYDRAULIC COEFF : TOBSDAY WEDNESDAY THURSDAY. ?RIDAY 08/19/97 08/20/97 08/21/97 08/22/97 RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW (in) mgd) (in) (mgd) fin) (mgd) **************** **************** **************** 5.045 5.902 6.066 5.336 5.410 5.662 5.099 5.120 5.195 4.771 4.550 4.003 4.450 4.204 4.475 4.121 3.907 4.150 3.769 3.801 3.785 3.502 3.505 3.600 3.364 3.212 3.425 3.304 3.082 3.267 3.260 2.900 3.209 3.022 2.069 2.930 2.944 2.066 2.003 2.042 2.702 2.603 2.779 2.691 2.674 2.765 2.703 2.642 2.750 2.655 2.644 2.763 2.633 2.603 2.757 2.590 2.620 2.033 2.606 2.541 2.670 2.595 2.541 2.606 2.630 2.612 2.749 2.713 2.729 2.920 2.044 2.924 3.018 2.944 3.023 3.364 3.211 3.233 3.632 3.545 3.671 3.990 4.214 4.296 4.902 4.969 4.970 5.731 5.620 5.754 6.724 6.334 6.391 7.465 7.254 6.995 7.726 7.502 7.553 8.009 7.049 7.952 8.098 7.906 7.906 8.066 7.070 7.946 7.975 7.800 7.700 7.093 7.669 7.561 7.790 7.507 7.530 7.039 7;510 7.567 7.775 7.615 7.751 7.034 7.694 7.760 7.962 7.037 7.709 8.164 7.980 7.706 8.290 7.994 7.934 8.218 8.101 8.131 8.143 8.153 8.132 8.170 8.074 8.032 (in) (mgd) .*************** 6.005 5.470 4.970 4.707 4.490 4.211 3.806 3.626 3.502 3.329 3.151 3.057 3.012 2.915 2.972 2.951 2.095 2.766 2.664 2.630 2.656 2.744 2.037 2.931 3.119 3.563 3.771 4.189 4.816 5.409 6.214 6.964 7.650 8.034 8.134 8.094 8.062 8.066 7.974 8.146 8.117 8.179 8.175 0.293 0.445 0.522 8.390 0.333 SATURDAY 08/23/97 RAIN PLUW (in) (mgd) **************** 5.075 5.520 5.178 4.936 4.613 4.222 4.094 3.005 3.751 3.527 3.305 3.207 3.114 3.003 2.890 2.743 2.727 2.782 2.644 2.617 2.675 2.680 2.745 2.781 2.702 2.809 2.905 3.114 3.209 3.544 3.043 4.257 4.709 5.517 6.048 6.550 7.210 7.905 0.464 0.744 9.074 9.441 9.495 9.776 9.681 9.669 9.640 9.514 LhCATI&z ENCINA~BVPS SUNDAY UONDAY TUESDAY WEDN?ZSDAY THURSDAY FRIDAY SATURDAY rC 08/17/97 08/10/97 08/19/97 08/20/97 08/21/97 OS/22197 OS/23197 &I&IN FLOW RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW fin) ON) fin) 09) (in) tmgd) (in) (mgd) tin) tmgd) fin) fmgd) fin) owd) 12:oo :15 r30 a45 13:oo 115 :30 t45 14:oo :15 r30 :45 15roo :15 :30 :45 16:00 115 :30 :45 17:oo :15 :30 145 10:p r30 $45 19:oo :15 :30 :45 20:oo r15 :30 :45 21:oo :15 :30 :45 22:oo :15 :30 :45 23:00 :15 :30 :45 TOT RAIN: 9.810 5.723 8.059 8.023 7.920 8.037 9.706 7.807 7.975 7.940 7.739 7.090 9.753 8.052 7.775 7.715 7.561 7.850 9.629 7.050 7.714 7.525 7.405 7.727 9.278 7.690 7.672 7.465 7.339 7.723 9.122 7.752 7.417 7.313 7.247 7.520 0.973 7.575 7.455 7.299 7.375 7.408 0.036 7.573 7.419 7.101 7.332 7.431 0.736 7.519 7.419 7.164 7.296 7.306 0.462 7.704 7.415 7.053 7.200 7.197 0.330 7.560 7.220 6.913 7.066 7.190 8.179 7.478 7.303 7.106 7.102 6.981 8.138 7.331 7.117 6.979 6.956 7.047 7.092 7.451 7.173 7.044 6.925 7.090 7.044 7.390 6.996 7.022 6.773 7.178 7.617 7.515 7.043 6.909 6.851 6.900 7.610 7.405 6.002 7.103 6.830 6.007 7.572 7.350 7.171 6.920 6.797 6.049 7.450 7.464 7.167 7.010 6.740 6.903 7.404 7.369 7.019 7.169 6.969 7.061 7.396 7.352 6.904 7.034 7.079 7.098 7.502 7.406 7.332 7.136 7.336 7.134 7.537 7.399 7.562 7.342 7.351 7.361 7.334 7.554 7.694 7.396 7.470 7.530 7.500 7.276 7.815 7.695 7.437 7.413 7.399 7.459 7.812 7.736 7.529 7.566 7.411 7.647 7.894 7.861 7.770 7.540 7.370 7.046 8.071 8.023 7.039 7.663 7.359 7.099 8.209 8.001 7.930 7.036 7.370 7.960 8.310 8.079 7.929 7.056 7.246 8.048 8.400 8.113 7.953 7.818 7.523 0.264 0.435 8.380 8.126 7.077 7.652 0.434 0.590 0.493 8.280 8.038 7.718 .8.589 0.579 0.376 0.225 7.072 7.759 0.627 8.530 8.480 0.206 7.795 7.801 8.606 0.625 0.207 8.212 7.629 8.007 0.562 0.692 0.305 8.246 7.615 8.200 0.509 0.534 0.440 8.513 7.608 8.149 8.560 0.625 0.543 0.556 7.429 0.202 8.640 0.550 0.453 8.480 7.474 8.107 0.447 0.427 0.555 0.350 7.306 7.904 0.244 0.250 8.241 8.169 7.220 7.043 8.011 8.069 8.091 7.915 7.135 7.671 7.164 7.739 7.020 7.565 6.912 7.274 7.347 7.307 7.561 7.401 6.742 6.795 6.990 6.963 7.210 6.963 6.546 6.459 6.659 6.581 6.802 6.741 6.345 6.202 6.221 6.375 6.419 6.355 6.133 TOT PLOW(mg): 6.430 AMMIN PLW: 05:20 2.505 kl1pnow: 05:20 2.505 HA .ow : ii:12 io.j92 SENSORS : QFINAL 6.402 6.465 6.355 6.333 05:02 2.561 OS:02 2.595 04:37 2.531 04:57 2.405 12:lO 1.494 05:02 2.595 04:37 2.531 04:57 2.405 12:17 9.917 21:37 0.974 21:35 0.760 21:25 8.912 TIME OP REPORT: 03/24/98 10:13:48 FLOW AVG FOR WEEK: 6.309 6.312 04:57 2.571 04:57 2.571 11:20 0.753 9.360 9.240 9.102 9.022 0.040 0.720 0.554 0.456 0.290 8.206 8.169 7.903 7.763 7.425 7.481 7.480 7.521 7.326 7.370 7.304 7.535 7.460 7.449 7.457 7.466 7.530 7.592 7.437 7.403 7.270 7.291 7.206 7.460 7.335 7.437 7.402 7.463 7.470 7.520 7.390 7.098 6.044 6.907 6.780 6.503 6.280 6.176 5.977 6.340 04:37 2.539 04:37 2.539 11:12 10.134 FLOW TOTAL FOR WEEK: 44.725 LGCATION: ENCINA-BVPS P BUENA VISTA PUUP STATION 1120 JEFFERSON STRJSET ENCINA, CALIFORNIA 0:oo 215 :30 :45 l:oo :15 :30 r45 2tOO $15 r30 a45 3:oo r15 :30 r45 4:oo :15 :30 F 5:w r15 :30 :45 6:00 :15 x30 145 7:oo :15 :30 :45 a:00 :15 :30 r45 9100 :15 :30 :45 lo:oo :15 :30 :45 ll:oo :15 2 SUNDAY 08/24/97 RAIN ?IJJW (in) tmgd) **************** 5.831 5.607 5.413 5.051 4.632 4.433 4.224 4.015 3.871 3.581 3.414 3.324 3.124 2.903 3.012 2.923 2.904 2.902 2.799 2.659 2.646 2.679 2.750 2.600 2.750 2.690 2:665 2.775 2.871 2.962 3.296 3.639 3.994 4.612 5.237 5.915 6.624 7.402 7.906 0.526 9.008 9.367 9.677 9.941 10.05 9.944 9.779 9.619 UONDAY 08/25/97 RAIN PLMI (in) Ovd) **************** 6.015 5.565 5.152 4.005 4.451 4.182 3.963 3.752 3.614 3.413 3.235 3.105 2.902 2.904 2.905 2.046 2.795 2.815 2.760 2.813 2.718 2.702 2.805 3.057 3.175 3.474 3.736 4.261 4.925 5.619 6.374 7.146 7.707 8.005 8.097 0.114 8.062 7.770 7.904 7.070 8.030 8.032 8.072 0.254 8.551 8.519 8.301 8.309 ADS ERVIRO- SERVICES, INC. VERT PIPE HEIGHT: 0.00 in TABLE BYDRAuL1c COEFP : QFINAL RAIN GAUGE: N/A SILT : in TUESDAY 08/26/97 RAIN PLOW tin) owd) **************** 6.118 5.557 5.182 4.034 4.562 4.235 3.970 3.744 3.591 3.475 3.240 3.098 2.902 2.861 2.919 2.930 2.032 2.044 2.711 2.691 2.717 2.040 2.940 3.052 3.265 3.464 3.760 4.49; 5.260 5.995 6.527 7.234 7.808 7.977 7.906 7.762 7.704 7.799 7.616 7.540 7.627 7.630 7.020 7.881 7.860 7.907 7.815 7.710 WEDNESDAY 08/27/97 RAIN FLOW tin) fmgd) **************** 6.042 5.400 5.161 4.071 4.460 4.114 3.744 3.540 3.305 3.269 3.100 3.140 2.915 2.012 2.677 2.671 2.693 2.724 2.718 2.711 2.710 2.703 2.042 2.929 3.263 3.611 3.006 4.522 5.362 6.004 6.502 7.246 7.660 7.946 0.266 8.136 7.900 7.606 7.653 7.064 7.733 7.006 8.005 8.029 8.072 8.132 8.172 8.109 TBURSDAY FRIDAY 08/28/97 08/29/97 RAIN FLOW RAIN FLOW (in) tmgd) **************** 6.056 5.670 5.206 5.002 4.559 4.321 3.929 3.722 3.466 3.215 3.220 3.047 2.946 3.011 3.034 2.947 2.003 2.910 2.723 2.702 2.770 2.072 2.950 3.148 3.325 3.560 4.135 4.635 5.118 6.055 7.026 7.681 8.063 7.956 7.776 7.730 7.752 7.612 7.520 7.494 7.551 7.733 7.740 7.044 7.947 7.655 8.124 7.910 fin) fwd) SATORDAY 00/30/97 RAIN PLQW tin) fwd) **************** **************** 6.031 5.622 5.650 5.472 5.306 5.167 4.761 4.815 4.559 4.504 4.152 4.339 3.940 4.039 3.744 3.925 3.515 3.765 3.311 3.543 3.080 3.492 2.032 3.203 2.709 2.902 2.817 2.940 2.830 2.939 2.630 2.709 2.605 2.694 2.613 2.777 2.650 2.649 2.647 2.632 2.573 2.631 2.608 2.661 2.716 2.773 2.060 2.771 3.052 2.765 3.423 2.050 3.908 2.851 4.509 3.023 5.200 3.309 5.990 3.559 6.407 3.767 7.097 4.126 7.540 4.555 7.809 5.077 7.905 5.581 7.806 6.157 7.095 6.004 7.919 7.425 7.757 7.975 7.659 8.710 7.033 9.124 7.745 9.494 7.004 9.690 8.308 9.056 0.323 10.01 8.191 9.076 8.414 9.036 0.222 9.944 SUNDAY - UONDAY .- TUESDAY WEDNSSDAY TSURSDAY FRIDAY SATURDAY P 08/24/97 08/25/97 08/26/97 08/27/97 08/28/97 08/29/97 08/30/97 RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW (in) fmgd) (in) (mgd) (in) (mgd) tin) fmgd) tin) fmgd) fin) (mgd) (in) fmgd) 12:oo :15 $30 r45 13300 :15 r30 r45 14:oo r15 :30 r45 15:oo :15 r30 r45 16x00 r15 :30 :45 17roo x15 :30 r45 10% 130 r45 19:oo :15 830 :45 20:oo :15 :30 245 21:oo :15 :30 :45 22:oo :15 :30 :45 23:00 :15 :30 x45 9.497 0.204 7.670 8.027 7.792 8.035 9.563 0.235 7.576 7.815 7.673 7.760 9.402 8.022 7.430 7.651 7.479 7.581 9.249 7.718 7.280 7.620 7.269 7.604 0.964 7.661 7.085 7.465 7.205 7.465 0.036 7.605 7.064 7.370 7.297 7.347 8.609 7.640 7.288 7.301 7.133 7.297 0.647 7.634 7.356 7.329 7.084 7.189 0.446 7.546 7.224 7.114 6.963 7.243 8.215 7.352 7.159 6.030 6.965 7.061 7.900 7.274 7.165 7.138 6.076 7.096 7.921 7.229 6.954 7.123, 6.727 7.207 7.819 7.192 6.993 7.096 6.915 7.081 7.637 7.206 6.890 6.996 6.006 7.152 7.817 7.156 7.202 7.029 6.909 7.104 7.500 7.132 7.186 6.959 6.803 7.086 7.454 7.088 7.194 6.929 6.731 6.909 7.439 7.023 6.997 6.830 6.730 7.009 7.306 6.930 7.027 7.041 6.002 6.077 7.277 7.016 6.922 7.078 6.919 6.992 7.337 7.213 7.151 7.275 6.003 6.962 7.157 7.329 7.181 7.202 6.949 7.012 7.176 7.277 7.414 7.405 6.912 6.950 7.260 7.429 7.595 7.540 7.157 1.222 7.250 7.602 7.626 7.666 7.312 7.302 7.300 7.569 7.671 7.590 7.270 7.474 7.500 7.506 7.764 7.059 7.480 7.542 7.399 7.726 7.069 7.850 7.591 7.609 7.411 7.769 7.036 7.946 7.614 7.563 7.407 7.950 7.096 8.146 7.769 7.719 7.539 8.077 8.102 8.311 7.915 7.512 7.643 0.366 0.356 0.444 0.064 7.540 7.674 0.405 8.300 0.256 0.299 7.627 7.941 8.570 8.416 0.350 8.024 7.909 8.076 0.461 0.300 0.522 8.010 0.030 8.060 8.518 8.510 8.651 8.046 7.725 8.221 0.493 8.490 0.734 0.177 7.520 0.330 0.070 0.637 8.721 8.063 7.400 0.343 0.094 0.553 0.746 8.220 7.269 0.436 0.762 8.706 0.744 8.303 7.174 0.251 0.506 0.643 0.554 8.312 6.950 0.006 0.422 0.462 8.361 7.907 6.725 7.036 8.128 8.118 8.121 7.864 6.593 7.663 7.092 7.062 7.970 7.806 6.376 7.397 7.425 7.421 7.750 7.396 6.317 6.940 7.048 6.941 7.534 7.080 6.009 6.724 6.742 6.732 6.046 6.804 5.974 6.314 6.419 6.497 6.532 6.529 6.012 TOT RAIN: TOT FLOW(mg): 6.420 AUUIN FLW: 05:12 2.490 MIYQLOW: 05:12 2.490 MI l.Jow: 11:12 10.150 SENSORS: QPINAL 6.505 6.410 6.455 6.320 6.203 05:22 2.630 04:40 2.581 04:05 2.455 04:50 2.591 05:07 2.400 05r22 2.630 04:40 2.581 04:05 2.455 04:50 2.591 05:07 2.400 21:30 9.092 21:57 8.907 21:50 9.001 11:12 9.177 11x02 0.697 9.780 9.545 9.455 9.214 9.079 8.901 8.605 0.430 0.323 8.167 8.121 8.066 7.867 7.780 7.629 7.533 7.420 7.350 7.306 7.312 7.247 7.247 7.410 7.406 7.295 7.275 7.343 7.507 7.408 7.353 7.335 7.206 7.255 7.202 7.143 6.905 6.961 7.017 7.044 7.019 6.033 6.701 6.602 6.336 6.226 6.008 5.935 5.766 6.277 oar37 2.512 04:37 2.512 11:05 10.132 TIPIE OF REPORT: 03/24/98 10:14:05 FLOW AVG FOR WEEK: 6.372 FLOW TOTAL FOR WEEK: 44.606 ’ , a _ ADS JZNVIRONRSNTAL SERVICES, INC. LOCATION8 ENCINA-BVPS QPINAL .fl BUBNA VISTA PUMP STATION VERT PIPE EBIGST: 0.00 in RAIN GAUGE: N/A 1120 JXFPHRSON STREET TABLE : SILT in BNCINA, CALIFORNIA EYDRWLIC COBPP : or00 :15 :30 r45 lrO0 r15 t30 :45 2:oo :I5 :30 :45 3:oo :15 :30 r45 4:oo :15 :9 5roo :15 :30 :45 6:00 :15 :30 t45 7:oo :15 :30 :45 a:00 :15 :30 :45 9:oo :15 :30 :45 lo:oo :15 :30 :45 ll:oo :15 p. SUNDAY 08/31/97 RAIN PLOW (in) fwd) NONDAY TUESDAY 09iOll97 09/02/97 RAIN FLOW RAIN FLOW fin) fmgd) tin) Pgd) **************** **************** **************** 5.670 5.521 5.754 5.300 5.327 5.507 5.134 5.193 5.180 4.750 4.922 4.760 4.642 4.680 4.479 4.306 4.444 4.297 4.126 4.297 3.954 4.069 3.935 3.600 3.911 3.747 3.590 3.731 3.680 3.342 3.517 3.307 3.260 3.357 3.189 3.127 3.216 3.061 2.993 3.115 2.962 2.851 2.995 2.067 2.029 2.929 2.709 2.924 2.005 2.703 2.070 2.821 2.750 2.860 2.702 2.664 2.810 2.657 2.670 2.706 2.730 2.697 2.757 2.655 2.605 2.735 2.644 2.625 3.013 2.799 2.657 3.159 2.744 2.767 3.490 2.049 2.754 3.806 2.004 2.802 4.190 2.979 2.764 4.851 2.976 2.077 5.699 3.066 3.004 6.567 3.272 3.380 7.302 3.663 3.691 8.164 3.959 4.037 0.744 4.405 4.492 8.701 4.933 4.972 8.520 5.426 5.405 0.330 6.256 6.116 8.131 6.005 6.706 7.090 7.464 7.390 7.740 8.047 8.241 7.734 0.445 9.171 7.074 9.127 9.746 7.003 9.720 2.545 7.907 9.022 0.000 7.901 3.497 0.000 8.003 9.084 0.000 8.106 9.240 0.000 8.091 9.805 0.000 7.925 WEDNESDAY TEDRSDAY 09/03/97 09/04/97 RAIN FLOW RAIN PLow tin) tmqd) (in) tmgd) **************** **************** 6.091 6.023 5.747 5.646 5.337 5.279 4.046 4.924 4.510 4.553 4.299 4.204 3.994 3.029 3.715 3.542 3.590 3.403 3.304 3.399 3.263 3.300 3.158 3.126 3.111 3.040 2.996 2.972 2.909 2.090 2.029 2.752 2.720 2.720 2.742 2.830 2.799 2.053 2.045 2.816 2.055 2.706 2.005 2.034 2.952 2.911 3.144 3.024 3.271 3.205 3.697 3.457 4.133 3.897 4.721 4.605 5.695 5.490 6.814 6.403 7.791 7.327 0.403 7.819 0.055 8.251 8.991 0.399 8.519 0.339 8.370 7.956 8.051 7.610 7.654 7.445 7.525 7.316 7.314 7.196 7.317 7.267 7.353 7.310 7.406 7.323 7.603 7.320 7.618 7.325 7.696 7.356 7.710 7.240 7.449 7.309 FRIDAY SATURDAY 09/05/97 09/06/97 RAIN FLOW RAIN FLOW fin) fmgd) fin) fmgd) **************** **************** 6.436 6.185 5.953 5.056 5.412 5.530 5.008 5.280 4.709 4.881 4.505 4.593 4.127 4.290 3.022 4.075 3.656 3.006 3.504 3.630 3.410 3.522 3.255 3.336 3.058 3.264 2.995 3.201 2.907 3.099 2.054 3.066 2.079 2.954 2.831 2.910 2.924 2.803 2.069 2.830 2.055 2.880 2.811 2.903 2.074 2.940 3.162 2.975 3.257 3.076 3.535 3.129 4.026 3.160 4.662 3.332 5.539 3.412 6.334 3.599 7.206 3.025 7.909 4.318 8.400 4.811 8.421 5.300 0.329 5.791 8.213 6.323 8.207 6.950 7.920 7.402 7.065 7.764 7.715 8.046 7.714 0.492 7.070 0.766 8.046 8.907 7.903 9.105 7.056 9.122 7.026 9.230 7.954 9.210 7.993 9.299 LOCATS-N: lSNCINA_BvpS SUNDAY UONDAY TUESDAY WEDNESDAY TEURSDAY FRIDAY SATURDAY P 08/31/97 09/01/97 09/02/97 09/03/97 09/04/97 09/05/97 09/06/97 RAIN FLOW RAIN. FLOW RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW tin) (mgd) (in) tmgd) (in) tmgd) (in) (mgd) fin) (mgd) fin) fwd) fin) fwd) **************** **************** **************** **************** **************** **************** **************=* 12:oo :15 :30 145 13100 :15 r30 145 14100 :15 :30 r4s 15:oo :15 :30 :4s 16:00 :15 :30 :45 17r00 r1s :30 :4s 10% :.¶r) :4s 19:oo :15 :30 :45 20:oo :15 :30 :45 2lrOO :15 :30 :45 22:oo r15 :30 r45 23:00 :15 :30 :45 TOT RAIN: TOT FLOW(mg)r 9.503 0.000 7.705 7.220 7.167 7.713 9.205 9.473 0.000 7.608 7.132 7.093 7.536 9.192 9.305 3.343 7.449 7.064 6.058 7.377 9.274 9.203 8.110 7.315 6.979 6.805 7.351 9.097 9.153 9.708 7.164 6.915 6.069 7.291 9.056 0.099 9.620 7.210 6.704 6.033 7.124 0.862 0.043 9.767 7.110 6.813 6.798 7.011 0.620 0.639 9.546 7.044 6.753 6.010 7.125 0.546 8.431 9.339 7.123 6.654 6.816 6.962 0.493 0.232 9.115 7.096 6.640 6.820 6.021 8.403 7.065 0.754 6.920 6.614 6.605 6.069 8.200 7.701 8.580 6.704 6.664 6.755 6.792 0.236 7.567 0.493 7.038 6.636 6.676 6.666 7.991 7.392 0.266 6.799 6.630 6.845 6.650 7.946 7.412 7.971 6.951 6.527 6.000 6.020 7.911 7.148 7.790 6.819 6.573 6.601 6.948 7.904 7.213 7.700 6.765 6.499 6.570 6.816 7.757 7.099 7.042 6.069 6.647 6.580 6.063 7.667 7.081 7.726 6.920 6.751 6.940 6.007 7.567 7.031 7.970 6.956 6.645 7.194 7.035 7.581 6.980 7.932 7.019 6.710 7.034 7.107 7.578 6.907 7.971 7.065 6.714 7.106 7.063 7.536 6.995 7.803 7.302 6.030 7.303 7.210 7.548 7.122 7.947 7.420 6.970 7.560 7.493 7.587 6.994 7.967 7.404 7.056 7.606 7.547 7.616 6.796 7.093 7.502 7.187 7.527 7.403 7.305 6.969 7.916 7.027 7.481 7.620 7.433 7.314 6.030 8.040 7.940 7.521 7.714 7.525 7.356 6.927 0.195 7.004 7.659 7.667 7.655 7.361 6.006 0.202 7.006 7.794 7.704 7.775 7.353 7.030 8.281 8.291 7.700 8.066 7.90s 7.330 6.907 0.604 0.468 7.901 8.216 8.092 7.444 7.086 0.671 8.610 7.953 0.337 8.115 7.543 7.121 8.590 0.637 8.079 8.389 8.074 7.406 7.109 0.703 0.660 8.231 0.363 8.094 7.419 7.128 0.776 8.761 0.261 8.341 8.033 7.581 7.193 0.092 0.064 0.200 0.363 7.016 7.714 7.171 9.311 0.075 8.440 8.450 7.782 7.643 7.140' 9.529 0.955 0.534 0.703 7.814 7.505 7.128 9.067 0.050 8.518 0.624 7.826 7.343 6.926 0.909 0.969 8.405 0.477 7.467 7.072 6.702 0.605 8.789 8.220 8.218 7.314 6.090 6.001 8.169 8.431 7.999 7.985 7.075 6.743 6.771 7.981 7.992 7.617 7.710 6.745 6.522 6.548 7.509 7.548 7.295 7.497 6.633 6.403 6.206 7.069 7.270 7.112 7.291 6.344 6.199 6.091 6.596 6.932 6.806 7.099 6.337 5.973 5.759 6.413 6.619 6.459 6.740 6.299 5.796 6.076 5.812 6.518 6.311 6.308 6.336 6.377 05:3S 2.435 OS:22 2.650 04:07 2.653 04:07 2.600 04:22 2.669 04:37 2.691 11:27 0.000 OS:22 2.650 04:07 2.653 04:07 2.600 04:22 2.669 04:37 2.691 12:50 10.213 22:07 9.134 OS:25 9.136 21:35 8.935 21:32 9.946 12:32 9.632 AMIIN FLW: OS:25 2.556 myLow: 11:lO 0.019 w Low: 11:OO 10.052 SENSORS: QPINAL TIME OF REPORT: 03/24/90 10:14:20 FLOW AVG FOR WEEK: 6.240 FLOW TOTAL FOR Wl3ER: 43.730 . . ADS ENVIRONNSNTN- SBRVICLS, INC. LGCATION: ENCINA~BVPS QFINAL i- BUENA VISTA PUMP STATION VERT PIPE 0EIGRT: 0.00 in RAIN GAUGR: N/A 1120 JEFFERSON S!CREET TAMA SILT in ENCINA, CALIFORNIA HYDRAULIC COBFF : or00 rl5 :30 I45 l:oo :15 :30 a.45 2:oo :15 :30 14s 3:oo :15 r30 :45 4:oo :15 * 5:oo t15 :30 r45 6:OO :15 r30 :45 7:oo r15 :30 :45 eroo :15 :30 r45 9:oo :15 :30 :45 lo:oo :15 :30 :45 11:oo :15 9: SUNDAY 09/07/97 RAIN FLOW fin) fm#) **************** 5.667 5.517 5.277 4.995 4.705 4.599 4.403 4.144 3.007 3.657 3.503 3.423 3.244 3.179 3.143 2.952 2.934 2.094 2.793 2.702 2.671 2.761 2.813 2.004 2.808 2.706 2.744 2.044 3.029 3.127 3.273 3.393 3.780 4.449 5.114 5.770 6.516 7.241 7.579 8.028 0.395 0.945 9.366 9.570 9.644 9.779 9.834 9.617 UONDAY TURSDAY 09/00/97 09/09/97 RAIN FLOW RAIN FLOW (in) (mqd) (in) fmgd) **************** **************** 5.856 5.965 5.507 5.692 5.14s 5.456 4.780 5.018 4.434 4.529 4.256 4.102 3.965 3.839 3.611 3.604 3.356 3.462 3.092 3.193 2.903 3.058 2.906 3.083 2.094 3.085 2.844 2.941 2.731 2.033 2.702 2.790 2.642 2.600 2.709 2.039 2.705 2.808 2.679 2.064 2.626 2.809 2.647 2.795 2.772 2.861 3.015 3.017 3.170 3.186 3.413 3.500 4.090 3.868 4.731 4.755 5.533 5.758 6.467 6.809 7.145 7.459 7.818 8.114 0.339 0.557 0.265 0.527 8.178 0.463 8.170 8.079 7.999 7.908 7.880 7.069 7.605 7.670 7.533 7.573 7.827 7.630 7.918 7.569 8.007 7.044 8.019 7.725 7.007 7.630 7.750 7.659 7.607 7.562 7.815 7.352 WEDNESDAY 09/10/97 RAIN FLOW (in) fmgd) **************** 6.060 5.643 5.274 4.906 4.427 4.186 3.850 3.505 3.437 3.261 3.183 3.220 3.062 2.970 2.915 2.700 2.750 2.803 2.760 2.677 2.693 2.912 3.044 3.144 3.373 3.626 4.221 4.806 5.871 6.062 7.636 8.181 0.572 8.603 0.444 0.290 7.970 7.639 7.646 7.724 7.560 7.501 7.607 7.760 7.646 7.536 7.580 7.576 TEURSDAY FRIDAY SATURDAY 09/11/97 09112197 09113197 RAIN FLOW RAIN FLOW RAIN FLOW (in) (mgd) fin) tmgd) (in) (mgd) *************I** 6.053 5.655 5.221 4.850 4.332 4.085 3.830 3.638 3.512 3.203 3.154 3.059 2.976 2.929 2.074 2.800 2.780 2.707 2.757 2.702 2.729 2.797 2.943 3.157 3.323 3.597 4.089 4.075 5.891 6.841 7.551 8.164 8.616 0.650 8.456 8.126 7.825 7.757 7.428 7.493 7.577 7.481 7.401 7.357 7.304 7.394 7.567 7.492 5.652 5.719 5.335 5.346 5.019 5.077 4.769 4.825 4.382 4.530 4.033 4.372 3.733 4.139 3.404 3.811 3.247 3.640 3.154 3.490 3.088 3.373 2.946 3.280 2.947 3.145 2.887 3.077 2.816 2.004 2.821 2.700 2.014 2.766 2.729 2.764 2.715 2.760 2.717 2.647 2.669 2.675 2.675 2.742 2.056 2.707 3.088 2.054 3.207 2.790 3.540 2.991 4.034 3.136 4.689 3.273 5.840 3.o04 6.609 3.646 7.439 4.049 8.113 4.537 0.374 4.927 8.326 5.572 0.345 6.239 0.279 7.014 8.122 7.655 7.912 8.179 7.745 8.530 7.464 9.012 7.570 9.300 7.526 9.374 7.600 9.463 7.733 9.595 7.706 9 -590 7.740 9.620 7.791 9.656 7.830 9.707 SUNDAY UONDAY .- - 09/07/97 09/08/97 RAIN FLOW RAIN FLOW fin) fmgd) (in) (mgd) **************** **************** 12:oo x15 t30 x45 13x00 :lS t30 :45 14roo 115 :30 r45 15too :15 r30 :45 16:00 :15 :30 r45 17:oo :15 :30 145 1a:pQ r30 r4s 19:oo :15 :30 :45 20:oo :lS $30 a45 21:oo :15 :30 :45 22:oo :15 :30 :45 23:00 :15 :30 :45 9.492 7.842 7.252 7.630 7.477 7.620 9.317 7.544 7.256 7.490 7.209 7.469 9.178 7.497 7.269 7.140 7.026 7.374 9.175 7.555 7.152 7.059 7.014 7.104 9.147 7.407 7.190 6.946 6.921 7.147 8.818 7.279 7.043 7.009 6.699 7.121 8.696 7.236 6.952 6.076 6.000 6.962 0.754 7.334 6.870 6.991 6.860 6.953 0.642 7.269 6.815 6.094 6.945 6.980 0.436 7.047 6.650 6.929 6.819 6.809 0.254 7.037 6.561 6.890 6.805 6.772 8.152 7.026 6.636 6.731 6.734 6.709 8.111 7.026 6.569 6.674 6.712 6.791 8.008 6.987 6.702 6.675 6.717 6.908 7.027 7.087 6.506 6.719 6.701 6.954 7.579 6.902 6.710 6.603 6.665 6.912 7.493 6.870 6.609 6.763 6.609 6.795 7.471 6.759 6.642 6.996 6.581 6.908 7.505 6.767 6.730 6.057 6.816 6.922 7.559 7.059 6.76'5 6.053 6.996 7.030 7.707 7.106 6.706 6.911 7.119 7.113 7.614 7.188 6.947 7.211 7.084 7.108 7.781 7.160 7.146 7.175 7.034 7.223 7.654 7.405 7.213 7.310 7.215 7.400 7.496 7.675 7.551 7.406 7.405 7.624 7.594 7.797 7.697 7.575 7.719 7.943 7.576 7.677 7.820 7.797 7.781 7.762 7.556 7.042 7.948 8.105 7.825 7.746 7.608 7.994 8.108 0.209 7.960 7.996 7.702 8.028 8.106 8.270 7.807 7.971 7.750 7.991 8.310 8.052 8.088 7.838 7.696 8.218 8.390 0.279 8.202 8.126 7.829 0.269 0.553 0.465 0.446 8.263 7.933 8.584 8.603 8.504 0.467 7.064 7.979 0.650 8.608 0.406 0.399 7.799 7.920 8.813 0.773 0.444 0.347 7.977 8.269 0.829 8.811 0.756 8.584 7.724 0.493 0.929 0.735 0.062 0.300 7.610 0.449 9.107 0.684 8.807 8.605 7.584 0.430 0.065 8.610 8.660 8.509 7.499 8.250 0.544 0.540 8.306 8.309 7.319 7.969 0.293 8.399 8.115 8.115 7.100 7.043 8.047 8.214 7.968 7.765 6.003 7.857 7.957 7.002 7.760 7.692 6.666 7.400 7.695 7.570 7.550 7.275 6.522 7.095 7.254 7.166 7.056 6.054 6.330 6.670 6.793 6.760 6.808 6.531 6.026 6.241 6.360 6.489 6.503 6.019 5.096 TOT RAIN: TOT FLOW(mg): 6.464 AMMIN FLW: 04:52 2.601 MIN,.X..OW: 04:52 2.601 UA 3w: 11:32 10.069 SENSORS: QFINAL 6.445 6.394 6.418 6.335 05:12 2.531 04:07 2.564 05:05 2.622 04:45 2.660 05:12 2.531 04:07 2.564 OS:05 2.622 04:45 2.660 21:35 9.229 21:oo 0.935 21:32 9.026 OS:27 8.004 TIME OF REPORT: 03/24/98 10:14:35 FLOW AVG FOR WEEK: 6.391 TUESDAY WEDNESDAY TFKlRSDAY FRIDAY 09/09/97 09/10/97 09illl97 09112197 RAIN FLOW RAIN FLOW RAIN mow mm FLOW (in) (mgd) fin) OM) (in) tmgd) tin) ON) **************** **************** **************** **************** SATURDAY 09/13/97 RAIN FLOW (in) twd) **************** 9.452 9.357 9.228 9.043 8.881 0.706 0.660 8.500 0.456 0.257 8.113 8.050 7.953 7.971 7.954 7.913 7.921 7.761 7.677 7.660 7.746 7.000 7.920 7.997 7.944 7.077 7.916 7.725 7.035 7.719 7.756 7.636 7.570 7.570 7.605 7.471 7.404 7.534 7.472 7.216 6.820 6.672 6.455 6.179 6.099 6.012 5.816 5.696 6.245 6.430 05:07 2.563 05:lO 2.551 OS:07 2.563 05:lO 2.551 OS:30 0.690 11:50 10.138 FLOW TOTAL FOR WEEK: 44.739 - I ADS BNVIRONH0NTA-L SERVICES, INC. LOCATION: ENCINA-BVPS QPINAL - BUSNA VISTA PUMP STATION VBRT PIPE SEIGST: 0.00 in RAIN GAUGE: B/h 1120 JEFFERSON STREET TABLE SILT I in ENCINA, CALIFORNIA BYDRAULIC COEPP : 0:oo x15 :30 a45 l:oo :15 :30 :45 2:oo :15 :30 :45 3:oo :15 :30 :45 4:oo :15 :34 5:oo :15 :30 :45 6:00 :15 :30 :45 7:oo 215 :30 :4s a:00 :15 r30 :45 9:oo 115 :30 :4s lo:oo :15 :30 :45 11:oo :15 :yl SUNDAY 09/14/97 RAIN PLOW tin) (mgd) **************** 5.480 5.206 i-124 4.942 4.766 4.493 4.241 4.132 3.831 3.606 3.391 3.211 3.089 3.057 2.980 2.841 2.817 2.793 2.791 2.750 2.744 2.686 2.741 2.695 2.776 2.751 2.829 2.910 3.022 3.128 3.337 3.651 4.096 4.647 5.396 6.161 6.961 7.551 8.204 0.593 8.871 9.320 9.553 9.663 9.812 9.740 9.663 9.579 UONDAY TUESDAY WEDNESDAY TEDRSDAY 09/15/97 09/16/97 09illi97 09/18/97 RAIN FLOW RAIN FLOW RAIN PLQW RAIN PLow (in) o&b (in) fmgd) (in) (mgd ) **************** **************** **************** 5.657 5.730 5.785 5.336 5.276 5.437 5.041 4.959 5.114 4.672 4.556 4.740 4.457 4.313 4.362 4.140 4.042 4.067 3.890 3.812 3.777 3.60i 3.602 3.631 3.404 3.493 3.377 3.412 3.172 3.274 3.216 3.086 3.198 3.056 2.991 3.054 2.978 2.856 2.957 2.906 2.039 2.059 2.034 2.730 2.865 2.797 2.708 2.693 2.731 2.721 2.663 2.734 2.697 2.775 2.753 2.763 2.755 2.816 2.700 2.609 2.721 2.723 2.673 2.729 2.777 2.670 2.795 2.931 2.740 3.008 3.199 3.098 3.339 3.444 3.380 3.639 3.003 3.779 4.179 4.272 4.109 4.850 5.154 4.932 5.569 6.101 5.737 6.491 6.970 6.692 7.416 7.507 7.654 7.946 8.261 0.303 0.220 0.490 8.569 0.393 8.570 0.750 0.360 0.362 8.451 0.333 8.173 8.281 8.057 7.954 8.131 7.699 7.851 7.932 7.449 7.677 7.746 7.446 7.705 7.677 7.537 7.696 7.703 7.456 7.650 7.675 7.543 7.872 7.772 7.773 7.931 7.770 3.794 7.997 7.736 3.327 7.970 7.733 7.847 8.091 7.566 7.721 8.049 7.525 tin) (mgd) **************** 5.805 5.506 5.135 4.814 4.366 4.220 3.914 3.761 3.430 3.258 3.093 3.021 3.014 2.941 2.930 2.003 2.032 2.794 2.751 2.787 2.793 2.869 2.976 3.129 3.253 3.654 4.176 4.910 5.047 6.669 7.600 0.277 0.747 0.654 8.590 0.550 8.093 8.029 7.651 7.574 7.630 7.504 7.643 7.647 7.645 7.608 7.502 7.443 FRIDAY 09119197 RAIN PLOW fin) tmgd) **************** 5.054 5.309 5.062 4.781 4.325 4.121 3.772 3.557 3.443 3.297 3.185 3.113 2.975 2.043 2.740 2.623 2.074 2.062 2.700 2.025 2.027 2.799 2.038 2.994 3.227 3.539 4.173 4.874 5.629 6.603 7.403 7.917 0.441 0.775 0.779 8.472 0.343 8.193 7.919 7.033 7.765 7.043 8.027 7.005 7.931 8.017 7.939 .7.787 SATURDAY 09/20/97 RAIN FLOW tin) ON) **************** 5.54s 5.302 5.104 4.016 4.530 4.359 3.901 3.800 3.605 3.471 3.344 3.207 3.002 3.026 2.923 2.819 2.727 2.642 2.652 2.660 2.653 2.579 2.602 2.904 2.075 2.909 3.137 3.128 3.317 3.699 4.032 4.303 4.963 5.524 6.364 7.085 7.620 8.015 0.367 0.050 9.317 9.450 9.353 9.504 9.703 9.548 9.657 9.608 tOCATSON: ENCINA-EtVPS SUNDAY NONDAY /c 09/14/97 09/15/97 RAIN PI&W RAIN FLOW (in) (mgd) (in) (mgd) 111111**1111N1=1 11**.~.~..1~~~~~ 12roo r15 r30 a45 13roo :15 :30 :45 14roo rl5 :30 :45 15:oo :15 r30 :45 lb:00 r15 :30 :45 17:oo :15 :30 I45 la:* r30 r45 19:oo :15 :30 :45 20:oo :I5 x30 :45 21:oo :15 :30 t45 22:oo :15 :30 :45 23rOO :15 x30 :45 9.494 7.493 9.379 7.393 9.480 7.261 9.293 7.451 9.136 7.267 8.776 7.154 8.635 7.168 a.497 6.979 a.429 7.068 a.259 7.017 8.151 7.113 8.092 6.986 7.963 7.102 7.904 7.005 7.742 7.037 7.716 6.971 7.585 6.900 7.508 6.963 7.428 7.071 7.506 7.085 7.509 7.047 7.531 7.132 7.561 7.290 7.518 7.485 7.666 7.582 7.664 7.539 7.776 7.751 7.890 7.908 7.880 8.126 7.855 8.314 7.828 a.511 7.956 8.589 7.996 8.882 8.236 8.924 8.255 8.863 8.485 8.887 8.651 8.898 8.580 8.728 8.555 8.589 8.345 8.354 8.236 8.217 7.942 7.989 7.789 7.628 7.536 7.528 7.197 7.230 6.872 6.941 6.420 6.535 6.121 6.162 TOT RAIN: TOT FLOW(mg): 6.495 ANNIN PLW: OS:15 2.559 HINSOW: OS:15 2.559 NA ow: llr02 10.002 SENSORS : QFINAL TUESDAY WEDNESDAY 09/16/97 09/17/97 RAIN PLQW RAIN PLOW (in) (mgd) (in) (mgd) ==111===111*3LIz BI*IPIIIIIImIwII 7.748 7.480 7.629 7.281 7.471 7.231 7.382 7.099 7.435 7.028 7.343 6.992 7.255 6.830 7.101 6.711 7.255 6.703 7.180 6.899 7.248 6.748 7.132 6.817 7.003 6.635 6.854 6.712 6.953 6.514 7.038 6.762 6.936 6.822 6.883 6.805 7.033 6.662 7.254 6.749 7.213 6.755 7.276 7.097 7.592 7.203 7.828 7.358 7.911 7.388 8.030 7.471 8.099 7.791 a.023 a.076 8.394 a.163 8.521 a.174 8.554 8.281 8.526 a.222 8.453 8.410 8.350 8.507 a.572 8.588 8.604 8.567 8.731 8.660 8.694 8.616 8.650 8.631 8.578 a.429 8.404 8.325 8.211 a.003 a.040 7.661 7.816 7.482 7.292 7.332 6.960 6.855 6.640 6.679 6.150 6.224 7.282 7.515 7.200 7.572 7.188 7.327 7.130 7.381 6.877 7.273 6.717 7.132 6.542 7.089 6.708 7.015 6.753 6.728 6.843 6.851 6.780 6.731 6.620 6.715 6.538 6.836 6.701 7.011 6.726 6.895 6.726 6.876 6.648 6.930 6.696 6.838 6.794 6.979 6.708 7.129 6.853 7.110 6.927 7.125 7.060 7.209 7.178 7.358 7.486 7.502 7.591 7.560 7.812 7.687 7.831 7.667 7.871 7.811 7.967 7.804 a.102 7.800 8.223 a.022 8.366 7.956 8.485 7.907 8.402 7.828 8.545 7.752 8.654 7.646 8.610 7.553 8.570 7.425 8.652 7.354 8.332 6.971 8.190 6.787 8.069 6.779 7.795 6.619 7.453 6.430 7.037 6.308 6.622 6.075 6.254 5.812 SATURDAY 09/20/97 RAIN FLOW (in) (mgd) *mIIIImIIIImll=L 9.519 9.371 9.123 8.988 8.909 8.781 8.622 8.316 a.409 8.306 8.014 8.023 7.749 7.783 7.572 7.595 7.603 7.705 7.451 7.554 7.595 7.655 7.783 7.757 7.667 7.697 7.718 7.643 7.748 7.612 7.706 7.646 7.679 7.658 7.910 7.686 7.553 7.518 7.451 7.309 7.061 6.766 6.575 6.548 6.345 6.214 5.784 5.648 6.335 6.507 6.369 6.367 6.271 6.400 05x10 2.627 04r25 2.646 04:52 2.506 04~37 2.638 03:55 2.535 OS:22 2.402 11:20 0.000 04:25 2.646 04:52 2.506 04:37 2.638 03:55 2.535 OS:22 2.402 11:27 10.131 21:oo 9.037 08:22 9.119 oa:52 8.949 OS:25 8.969 11:45 9.901 THURSDAY FRIDAY 09/18/97 09/19/97 RAIN FLOW RAIN FLOW (in) (mgd) (in) me) .111*--3111=1=w11 *11*mBmw**1=-**1 TIME OF REPORT: 03/24/98 10':14:50 FLOW AVG FOR WEEK: 6.392 FLOW TOTAL FOR WEEK: 44.744 . LOCATION: ENCINA_BvpS - BUNNA VISTA Put49 STATION 1120 JEFFERSON STRBRT ENCINA, CALIFORNIA OIOO :15 130 :45 l:oo r15 :30 :45 2roo :15 :30 :45 3:oo r15 :30 :45 4rOO :15 :;zn 5:oo r15 :30 :45 6:00 :15 :30 :45 7:oo :15 :30 r45 8:00 :15 r30 r45 9:oo :15 :30 :45 1o:oo :15 :30 :45 ll:oo :15 :yL I' SUNDAY NONDAY TUESDAY WEDNESDAY THURSDAY 09/21/97 09/22/97 09123197 09/24/97 09/25/97 RAIN FLOW RAIN FLOW RAIN FLOW RAIN FLOW RAIN PLQW (in) (mgd) (in) (wd) (in) OK@) (in) (=gd) (in) GM) 11w111m111mm-1-N --1*w*w1w1m11-1* m-I--I**----.--* **mIIIBm=aImIm=L =a=1wm111111w11= 5.410 5.459 5.677 5.789 5.623 5.171 5.183 5.257 5.312 5.341 5.054 4.867 5.050 4.871 5.175 4.766 4.450 4.837 4.696 4.818 4.518 4.313 4.474 4.364 4.556 4.254 4.085 4.082 4.041 4.216 4.047 3.853 3.818 3.721 3.995 3.795 3.553 3.567 3.603 3.717 3.663 3.468 3.421 3.395 3.557 3.474 3.270 3.300 3.213 3.407 3.363 3.049 3.140 3.130 3.289 3.185 2.936 3.001 3.031 3.107 3.094 2.766 2.951 2.904 3.074 2.989 2.777 2.997 2.953 2.996 2.968 2.770 2.846 2.919 2.928 2.823 2.728 2.769 2.818 2.994 2.643 2.725 2.760 2.759 3.001 2.632 2.730 2.772 2.699 2.896 2.573 2.720 2.726 2.700 2.815 2.617 2.715 2.733 2.748 2.887 2.547 2.698 2.773 2.755 2.837 2.571 2.763 2.846 2.909 2.933 2.611 2.847 2.936 3.058 3.101 2.640 3.074 3.178 3.152 3.297 2.634 3.357 3.291 3.325 3.436 2.718 3.605 3.636 3.669 3.648 2.777 4.110 4.159 4.195 4.058 2.810 4.772 4.814 4.875 4.795 2.978 5.549 5.959 5.858 5.764 3.213 6.450 6.765 6.756 6.467 3.550 7.119 7.665 7.594 6.984 3.956 7.793 8.267 a.223 7.640 4.512 8.065 8.479 8.581 8.196 5.082 8.064 8.501 8.560 8.369 5.735 7.985 8.363 a.478 a.402 6.382 8.070 a.198 8.276 8.639 7.001 8.110 7.851 7.938 8.640 7.828 7.982 7.654 7.904 8.418 8.347 7.696 7.528 7.410 a.245 8.964 7.469 7.563 7.497 7.927 9.310 7.711 7.546 7.554 7.720 9.704 7.728 7.468 7.619 7.634 9.810 7.012 7.425 7.348 7.807 9.997 7.870 7.459 7.472 7.726 10.07 8.131 7.478 7.653 7.801 10.30 8.026 7.672 7.500 8.034 10.20 8.041 7.554 7.400 7.921 9.815 7.966 7.539 7.453 7.878 ADS IHVIRORllllSTAL SERVICJZS, INC. QPINAL VERT PIPE NEIG8T: 0.00 in RAIN GAUGE: N/A TABLE SILT in RYDRAULIC COBFF : FRIDAY SATURDAY 09/26/97 09/27/97 RAIN FLOW RAIN FLOW (in) (vd) (in) (mgd) I~-~-~l-~---~--c I-*l-II=mIml--sc 5.693 5.864 5.223 5.564 5.003 5.304 4.743 5.124 4.436 4.789 4.237 4.599 4.174 4.301 3.822 4.109 3.747 3.864 3.665 3.704 3.577 3.510 3.491 3.423 3.454 3.298 3.365 3.189 3.253 3.142 3.136 3.131 3.113 3.029 3.081 3.038 3.043 3.040 3.042 3.042 2.989 2.961 3.056 2.958 3.260 3.065 3.433 3.102 3.700 3.109 4.042 3.248 4.511 3.290 5.035 3.479 5.840 3.601 6.730 3.932 7.135 4.234 7.673 4.548 8.070 5.137 8.449 5.750 8.390 6.253 8.403 6.966 8.194 7.726 a.083 8.260 8.061 8.569 a.022 9.141 a.135 9.651 7.949 9.874 8.091 9.978 8.284 10.27 8.333 10.17 8.415 10.13 8.411 10.06 8.354 10.12 . I%U%Tl?lN: BNCINA-BVpS SUNDAY MONDAY 09/21/97 09/22/97 RAIN FLOW RAIN FLOW tin) (wd) tin) Wgd) ==I=vxmmIImIIPsz= mII=IIBIIIIPIIPI 12:oo 9.693 7.862 115 9.487 7.729 x30 9.339 7.625 :45 9.141 7.420 13800 9.028 7.310 r15 8.962 7.248 :30 8.824 7.207 x45 8.587 7.199 14tOO 8.519 7.314 :15 8.388 7.201 :30 8.208 6.985 t45 7.961 6.917 15:oo 7.939 6.921 :15 7.720 6.918 :30 7.663 6.696 :45 7.664 6.878 lb:00 7.549 6.929 115 7.668 7;048 :30 7.537 7.024 r45 7.483 7.112 17:oo 7.477 7.052 :15 7.475 7.066 :30 7.541 7.471 :45 7.629 7.579 18:s 7.582 7.539 : 7.620 7.610 r30 7.688 7.651 :45 7.791 7.887 19:oo 7.695 8.048 r15 7.682 7.940 :30 7.757 a.195 r45 7.850 8.353 20:oo 8.070 8.762 :15 a.235 a.845 130 8.322 8.739 :45 8..380 8.806 21:oo 8.412 9.082 :15 8.536 8.829 :30 a.471 8.789 :45 8.340 8.498 22roo a.104 8.432 :15 7.735 8.160 :30 7.611 7.844 :45 7.251 7.624 23:00 7.013 7.227 :15 6.476 6.963 :30 6.081 6.523 :45 5.900 6.087 TOT MIN: TOT FLOW(mg): 6.491 AMUIN FLW: OS:10 2.502 MINrEZpw: OS:10 2.502 NA; 1: 11:17 10.367 SENSORS: QFINAL rrrrerrrrlrrrirrr 7.512 7.277 7.041 6.945 7.074 7.055 6.831 6.870 6.925 6.858 6.787 6.800 6.682 6.551 6.752 6.832 6.677 6.810 6.743 6.778 6.771 6.804 7.139 7.460 7.608 7.650 7.588 7.789 7.943 8.081 8.324 8.263 a.507 8.447 8.493 8.607 8.677 8.560 8.547 8.411 8.060 7.902 7.750 7.593 7.167 6.814 6.531 6.196 WEDNESDAY 09/24/97 RAIN FLOW (in) tmgd) PPPI5ILIIIIIIIs=w 7.444 7.207 7.127 7.187 7.029 6.820 6.985 6.886 6.790 6.688 6.824 6.542 6.540 6.435 6.518 6.446 6.385 6.516 6.680 6.844 6.871 7.036 7.189 7.344 7.414 7.354 7.651 7.891 7.926 8.040 a.074 a.357 8.413 a.400 8.463 8.493 a.435 a.491 a.354 a.112 7.817 7.614 7.469 7.279 6.876 6.525 6.284 6.082 7.839 7.625 7.469 7.664 7.673 7.447 7.498 7.585 7.628 7.499 7.479 7.590 7.673 7.836 7.994 8.097 8.171 8.065 8.130 7.971 7.916 7.687 7.729 7.853 a.155 B.218 8.246 8.329 8.488 8.479 8.828 8.831 9.052 8.946 a.937 8.771 a.004 8.612 8.584 a.217 8.030 7.741 7.484 7.392 6.850 6.541 6.164 5.894 6.421 6.336 6.279 6.651 03147 2.590 04:37 2.637 04:27 2.581 04:30 2.643 03:47 2.590 04:37 2.637 04:27 2.581 04:30 2.643 21:oo 9.329 21:lO 8.914 13:07 9.090 2O:lO 9.211 TDESDAY 09/23/97 RAIN PLOW tin) (wd) THURSDAY FRIDAY 09/25/97 09/26/97 RAIN FLOW RAIN FLOW (in) tmgd) (in) (wd) sI=P===lts==ZI== ==cleI=Ia?P~~=3P=s TIME OF REPORT: 03/24/9a 10:15:03 FLOW AVG FOR WEEX: 6.491 8.332 8.082 7.783 7.685 7.728 7.599 7.581 7.573 7.451 7.390 7.351 7.465 7.333 7.456 7.501 7.486 7.206 7.287 7.295 7.328 7.407 7.480 7.512 7.568 7.722 7.753 7.885 7.988 7.915 8.105 8.395 a.347 a.420 8.426 8.437 a.090 a.095 7.821 7.687 7.666 7.396 7.203 6.846 6.744 6.615 6.456 6.264 6.150 SATURDAY 09127197 RAIN FLOW tin) twd) tllw=ILII.=P===== 10.04 9.861 9.836 9.529 9.223 9.267 9.144 9.024 8.728 8.532 8.454 8.379 8.161 a.149 8.032 7.993 7.861 7.920 8.031 7.924 7.919 7.780 8.237 8.022 8.202 7.960 8.109 8.120 8.115 7.995 8.013 8.040 8.102 7.983 7.976 7.784 7.899 7.679 7.509 7.450 7.085 7.025 6.788 6.615 6.405 6.166 5.955 5.728 6.559 OS:00 2.909 OS:00 2.909 19:37 8.721 FLOW TOTAL FOR WEEK: 45.440 6.702 05:OO 2.840 OS:00 2.840 lo:45 10.316 LOCATION: RNCINABBVPS- /c BUBNA VISTA PUMP STATION 1120 JBF?l?RS0N STREET ENCINA, CALIPORNIA SUNDAY 09/28/97 RAIN FLOW tin) (wd) 111111111m111w11 0:oo rl5 :30 r45 l:oo :15 :30 x45 2x00 x15 130 :45 3:oo x15 r30 :45 4100 :I5 =3Q- 5x00 :15 :30 :45 6rOO :15 :30 :45 7200 :15 :30 r45 a:00 :15 :30 :45 9roo :15 :30 :45 lOrO0 :15 x30 :45 1l:OO t15 :5a 2' 5.587 5.444 5.232 4.987 4.737 4.565 4.320 4.157 4.064 3.776 3.516 3.413 3.344 3.265 3.170 3.116 2.996 2.983 3.019 2.971 2.925 2.918 3.008 3.062 3.055 3.058 3.089 3.186 3.300 3.393 3.623 3.968 4.312 4.735 5.554 6.303 7.045 7.839 8.522 8.871 9.410 9.775 10.06 10.28 10.40 10.48 10.41 10.21 NONDAY TUESDAY 09129197 09/30/97 RAIN FLOW RAIN FLOW tin) (mgd) tin) tmgd) 1w1111m11111w1.w 1.111m1111w11s.1 5.771 5.801 5.405 5.410 5.137 5.265 4.874 4.820 4.733 4.480 4.334 4.107 4.002 3.819 3.735 3.537 3.502 3.388 3.408 3.373 3.258 3.222 3.093 3.103 3.074 3.030 3.009 3.102 2.960 3.030 2.966 2.935 2.904 2.886 2.889 2.853 2.821 2.827 2.876 2.856 2.863 2.820 2.947 2.904 3.052 2.960 3.161 3.121 3.456 3.461 3.753 3.739 4.255 4.359 4.997 5.044 5.826 5.855 6.518 6.954 7.412 7.593 7.954 8.384 8.314 8.660 8.329 a.594 8.267 8.428 8.061 8.201 7.974 7.973 7.995 7.836 7.796 7.736 7.604 7.789 7.728 7.864 7.888 7.906 7.828 7.937 7.904 7.840 a.042 7.862 8.053 7.839 8.024 7.929 8.191 7.941 ADS ENVIRONMENTAL SERVIC!ZS, INC. VERT PIPE RRIGET: 0.00 in TABLE HYDRAULIC COXFP : QFINAL RAIN GAUGR: N/A SILT : in SUNDAY NONDAY r 09/28/97 09/29/97 RAIN ?I.OW RAIN FLOW tin) twd) tin) tmgd) 111111111N1111aw 11111Bw-11-11-11 12rOO 9.984 8.017 :15 9.821 7.884 r30 9.561 7.672 t45 9.438 7.664 13x00 9.479 7.492 rl5 9.297 7.706 :30 8.997 7.670 r45 a.711 7.475 14roo 8.768 7.450 $15 8.499 7.314 :30 8.397 7.161 145 8.393 7.000 15too 8.440 7.062 :15 8.242 7.253 :30 8.183 7.266 r45 7.923 7.174 lb:00 7.885 7.125 :15 7.858 7.155 :30 7,888 7.251 I45 7.761 7.304 17:oo 7.804 7.225 :15 7.619 7.252 r30 7.697 7.328 :45 7.867 7.379 18r99, 7.919 7.643 I' 7.827 7.880 r30 7.903 8.155 :45 7.999 8.051 19too 7.925 8.292 :15 7.974 8.342 130 8.050 8.544 r45 8.275 8.716 20:oo 8.313 8.812 :15 8.558 8.872 :30 8.604 9.062 :45 8.613 8.957 21:oo 8.514 9.084 :15 8.452 8.916 :30 8.366 8.899 r45 8.330 8.565 22:oo 8.009 8.211 :15 7.789 8.248 :30 7.702 8.027 :45 7.386 8.038 23:00 7.064 7.517 :15 6.640 7.018 :30 6.369 6.651 :45 6.036 6.OBO TOT RAIN: TOT FLOW(mg): 6.715 ARUIN FLW: 04~05 2.837 zc: 04:05 2.837 11:30 10.558 SENSORS: QFINAL 6.592 04~35 2.728 04:35 2.728 21:02 9.252 TUESDAY 09/30/97 RAIN FLOW (in) Wqd) 7.831 7.662 7.318 7.061 7.117 7.216 7.036 7.043 * 6.960 6.910 6.901 7.012 7.011 6.871 7.138 7.130 6.945 7.056 7.094 6.971 7.091 7.194 7.277 7.261 7.371 7.435 7.717 7.798 7.928 7.965 8.197 8.504 8.860 8.908 9.005 9.024 9.026 8.894 8.758 8.546 8.379 8.059 8.031 7.677 7.349 6.906 6.572 6.129 6.495 05~05 2.718 05:05 2.718 21x05 9.255 TIME OF REPORT: 03/24/98 10:15:16 FLOW AVG FOR WEEK: 6.601 FLOW TOTAL FOR WEEK: 19.802 c/‘ cON3TRUCTION, INC. LICENSE 730824 WE ARE GOING TO MOVE TO A NEW OFFICE LOCATION ON Ad4 Y 26TH, 1998. OUR NEW AhfILING ADDRESS IS : CAL SOUTHWEST CONSTRUCTION, INC P.O.BOX261460 SAN DIEGO, CA 92196 - OUR NEW STREET ADDRESS IS: 8996 MIRAhUR ROAD, SUITE 2 IO, SAN DIEGO, CA 92126 PHONE# 619-586-9293 FAX #619-586-9298 WE DO APPRECIATE YOUR COOPERATION. C*Ac/: &k ‘calf’ STATE OF CALIFORNIA 1 COUNTY OF *d-&&d 1 ss. J On <hkfl before me, NAME AND TITLFOF OFFICER / personally appeared -&W%co c, 6 NAME(S) OF SIGNER(S) 0 personally known to me - OR - @f&oved t o me on the basis of satisfactory evidence to be the person(s) whose name(@/initial(s)?a!are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/t+& authorized capacity(&), and that by his/her/their signature(s,)/initial(s) on the instrument the persona or the entity upon behalf of which the person(s) acted, executed the instrument. -WITNESS y han Id and official seal. /+4!!Ll) Af H P m. _. - - a wlDlEwcouNlv - - - - TTtiisarea forofficial notary seal.) Title or Type of Docum 7 t 627 d7HfIz7- -47 Yii&%Eik&;c, 7l%.%#&d Jz -6 r?%wd 5A L//37w &$q#&g#J =wTm?eh& smce Date of Document No. of Pages Signer(s) other than named above CMWD ?%/6/ .- 06/l 4/95 Rev.