Loading...
HomeMy WebLinkAboutCHDS Inc; 2003-06-26; 3903-1Carlsbad Municipal Water District MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager Mark BiskuD Datelssued: April 8, 2003 (760) 602-2763 Request For Bid No.: 39031 Mail or Deliver to: CLOSING DATE: April 30,2003 Mark Biskup Engineering Design Division City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008-7314 Bid shall be deposited in the Bid Box located in the first floor lobby of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, CA 92008 until 4:OO p.m. on the date of Bid closing. Award will be made to the lowest responsive, responsible contractor based on total price. Please use typewriter or black ink. Envelope MUST include Request For Bid No. 39031 . PWM03-2 0 EN G DESCRIPTION Labor, materials and equipment for the demolition and destruction of water wells Der Exhibit "A" A scheduled job walk-through is mandatory prior to submittal of the bid. To arrange a job walk- through, contact the Project Manager. All scheduled site visits shall be completed no later than April 24.2002: Project Manager: Mark BiskuD Phone No. 760 602-2763 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 (J, J 2 (J3 0,4 (I, 5 (A. SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor City/State/Zip - Name Address -1 - Revised: 5/1 O/OO . r ITEM NO. UNIT QTY 1 1 LS itle of Person Authorized to sign FS ID€N I - Title Date y-2g.03 Name TOTAL PRICE DESCRIPTION Well destruction and related task per Exhibit “A Quote Lump Sum, including all applicable taxes. Award is by total price. Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening, unless otherwise stipulated by the Carlsbad Municipal Water District. Award will be made by the Purchasing Officer to the lowest, responsive, responsible contractor. The District reserves the right to reject any or all bids and to accept or reject any item(s) therein or waive any informality in the bid. In the event of a conflict between unit price and extended price, the unit price will prevail unless price is so obviously unreasonable as to indicate an error. In that event, the bid will be rejected as non-responsive for the reason of the inability to determine the intended bid. The District reserves the right to conduct a pre-award inquiry to determine the contractor’s ability to perform, including but not limited to facilities, financial responsibility, materials/supplies and past performance. The determination of the District as to the Contractor’s ability to perform the contract shall be conclusive. SUBMITTED BY: P”&“ Com /Business Name Authorizf‘Q Signature 7 V F@LhJk ?€?e5 W PrintedNarne and Title Date /d24cPk73 Contractor‘s License Number e- 57 Classification(s) Expiration Date 2*31-2&4 TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 330 ds/S43 OR (Individuals) Social Security #: -2- Revised: 5/10/00 License Detail Page 1 of 2 California Home Wednesdav. Aorii 30.2003 License Detail CALIFORNIA CONTRACTORS STATE LICENSE BOARD Contractor License ## 624663 A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be aware of the following limitations: CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject to public complaint disclosure, an icon will appear below. Click on the icon to obtain additional complaint information. Per B&P 7071.1 7, only construction related civil judgments known to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license data base. DISCLAIMER Extract Date: 04/30/2003 * * * Business Information * * * . CHDSINC 2625 SOUTH SANTA FE SAN MARCOS, CA 92069 Business Phone Number: (760) 727-7330 Entity: Corporation Issue Date: 08/13/1991 Expire Date: 08/31/2003 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Additional Status Information * * * The license has complied with an arbitration award. * * * Classifications * * * Description IEl DRILLING, BLASTING AND OIL FIELD WORK WELL DRILLING (WATER) 4/30/2003 License Detail * * * Certifications * * * Page 2 of 2 - _. - I HOME IMPROVEMENT CERTIFICATION^ * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 433360 in the amount of $7,500 with the bonding company SURETY COMPANY OF THE PACIFIC. Effective Date: 07/01/1994 Contractor's Bonding Histoy BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) GARY BRUCE METHLING certified that he/she owns 10 percent or more of the voting stocklequity of the corporation. A bond of qualifying individual is not required. Effective Date: 08/13/1991 * * * Workers Compensation Information * * * This license has workers compensation insurance with the Policy Number: 1689534 Effective Date: 10/01/2002 Expire Date: 10/01/2003 STATE COMPENSATION INSURANCE FUND . Workers Compensation History eEonnel List License Number Request Contractor Name Request Personnel Name Request Salesperson Request Salesperson Name Request Q 2002 State of California. Gray Davis, Governor. Conditions ot Use Privacy Policy 4/30/2003 Personnel List Page 1 of 1 California Home Monday, June 23,2003 Personnel List CALIFORNIA CONTRACTORS STATE LICENSE BOARD Contractor License # 624663 Click on the person's name to see a more detailed page of information on that person. Name Title PAULA LOUISE MITCHELL GARY BRUCE M ETHLl NG PRESIDENT RM O/ P/S MICHAEL THOMAS VICE GARRISON PRESIDENT Association Disassociation Class More Date Date Class 08/13/1991 03/16/1992 08/13/1991 DO9 More 08/13/199 1 License Number ~- Reqges Contractor Name Request Personnel Name Request Salesperson Request Salesperson Name Request Q 2002 State of California. Gray Davis, Governor. Conditions of Use Privacv Policy 6/23/2003 c DESIGNATION OF SUBCONTRACTORS - Item No. ( Set forth below is the full name and location of the place of business of each sub-contractor whom the contractor proposes to subcontract portions of the work in excess of one-half of one percent of the total bid, and the portion of the work which will be done by each subcontractor for each subcontract. NOTE: The contractor understands that if he fails to specify a sub-contractor for any portion of the work to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of the public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). Description of Work TsnPG'W If no subcontractors are to be employed on the project, enter the word "NONE." % of Total Contract License No., Classification 8 Expiration Yes No natn Business Name and Address F SUBCONTRACTOR* 1 MBE r Total % Subcontracted: I% * Indicate Minority Business Enterprise (MBE) of subcontractor. -3- Revised: 5/1 O/OO From: Julia Coleman To: Mark Biskup Date: 7/9/03 5:31 PM Subject : - "Any Auto" Insurance Waiver Hello Mark: This note confirms our conversation this afternoon regarding CHDS, Inc.3 request for a waiver of the "any auto" insurance coverage required by the City's Minor Public Works Agreement for Project Number 3903. Based on the facts you offered regarding this project, I am waiving the "any auto" insurance requirement for THIS CONTRACT ONLY. Please note that the contractor must satisfy all other insurance provisions in the minor public works agreement for this project. Please advise CHDS, Inc. that this insurance waiver for this contract will not carry over, or apply, to any future contracts with the City. May I please ask you to attach this e-rnail to the contract when it is sent to this office for approval? Please let me know if you need any additional assistance with this matter. Thank you, Mark. cc: Kevin Davis DATE (MMIDDIYY) ACORD- CERTIFICATE OF LIABILITY INSURANC@gT;:, 1 05/29/03 - PRODUCER Powers C Company Insurance Agents & Brokers P. 0. Box 619043 Lic #OB02564 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Roseville CA 95661-9043 Phone:916-630-8643 Fax:800-783-0083 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR INSURERS AFFORDING COVERAGE c - CLAIMSMADE OCCUR WD CHDS, Inc. 2625 So Santa Fe Ave San Marcos CA 92069 I INSURERA Scottsdale Insurance Company A+ INSURERB Progressive Casualty Company 4 INSURER C INSURER D INSURER E U GENERALAGGREGATE PRODUCTS - COMPlOP AGG GENL AGGREGATE LlMiT APPLIES PER h n 7g-j n 5 2 , 000 , 000 S 1 , 0 0 0 , 0 0 0 AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS NON-OWNED AUTOS - B ri 10 / 30 / 0 3 SARAGE LIABILITY ANY AUTO COMBINED SINGLE LIMIT 5 1 , 0 0 0 , 0 0 0 (Ea accident) EXCESS LIABILITY 7 OCCUR CLAIMSMADE DEDUCTIBLE RETENTION 5 WORKERS COMPENSATION AND EMPLOYERS LIABILITY OTHER DESCRIPTION OF OPERATIONS/LOCATIONSA Evidence of Insurance. PROPERTY DAMAGE (Per accident) AUTO ONLY - EA ACCIDENT POLICY NUMBER s S CLSO918704 OTHERTHAN AUTO ONLY: EACH OCCURRENCE AGG CA021202190 S S iICLESlEXCLUSIONS ADDED BY ENDORSEM ~~ ~ S wc sm- om- E.L. EACH ACCIDENT $ E.L. DISEASE -EA EMPLOYEE S , TORYLIMITS ER POLICY EFFECTIVE DATE (MMlDDMY) Atti: Kevin Davis Fax: 760-602-8556 1635 Faraday Ave Carlsbad CA 92008-7314 - I 02/25/03 NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. 6-7 FF=---- 04/30/03 ITlSPEClAL PROVlSl LIMITS 'OLICY EXPIRATION DATE (MMlDDNY) I EACH OCCURRENCE I S 1.000.000 BODILY INJURY (Per person) BODILY INJURY (Per accident) I AGGREGATE IS I IS S E.L. DISEASE -POLICY LIMIT S s *10 day NOC applies for non payment of premium. I CERTIFICATE HOLDER I N I ADDITIONAL INSURED INSURER LETTER - CANCELLATION ~ Citv of Carlsbad SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIOI CITYOFC I DATE THEREOF, THE ISSUING INSURER WLL ENDEAVOR TO MAIL =DAYS WRITTEN I ACQRD, CERTIFICATE OF LIABILITY INSURANCE GENL AGGREGATE LIMIT APPLIES PEF LOC AUTOMOBILE LIABILITY 7 ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS - - - - - I DATE (MWDWY) I 05/30/2003 AUTO ONLY - EA ACCIDENT ~~ ~ ~ PROWCER (714)905-1923 FAX (714)905-1910 Hayward Tilton & Rolapp License #0614365 P.O. Box 25529 -qaheim, CA 92825-5529 JRm C.H.D.S., InC. 2625 S. Santa Fe Ave. San Marcos, CA 92069 S THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. AGG AUTO ONLY: I I INSURERS AFFORDING COVERAGE S I I INSURERA: State Compensation Ins Fund 1 CERTIFICATE HOLDER I INSURER B: I ADDITIONAL INSURED; INSURER LETTER CANCELLATION I INSURFR C. I 1635 Faraday Avenue Carlsbad, CA 92008-7314 INSURER D: I OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. *- AUTHORIZED REPRESENTATIVE Roger Rol app/KJC THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIVE - LIMITS EACHOCCURRENCE FIRE DAMAGE (Any one fire) MED EXP (Any one person) PERSONAL 8 ADV INJURY PoLlCY NUMBER CLAIMSMADE OCCUl tl COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY PROPERTY DAMAGE (Per accident) H JOARAGE LIABILITY H ANY EACH OCCURRENCE I S EXCESS LIABILllY OCCUR CLAIMSMADE DEDUCTIBLE RETENTION S AGGREGATE IS P WORKERS COMPENSATION AND I EMPLOYERS' LIABILITY 10/01/2003 10/01/2002 68953402 TORY LIMITS E L EACH ACCIDENT OTHER JESCRIPTION OF OPERATIONSlLOCATIONY EL&EXCLUSIONS ADDED BY ENWRSEMENTBPECIAL PROVlSlONS u" Ju I I 9. 2003' 5 : 39PM""""CURT I S HOLE DRILL I NG C17y OF CARLSBAD SURPLUS LINE 8ROKER AFFIDAVIT -. r Jul, 9, 2003- 5: 39PMuUuUCURTI S HOLE DR Ill I NG WUY tlLLK=i ! Dah: paicd: 7 e747 I CARLSBAD MUNICIPAL WATER DISTRICT MINOR PUBLIC WORKS CONTRACT (Less than $25,000) Labor: I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances governing labor, including paying the general prevailing rate of wages for each craft or type of worker needed to execute the contract. Guarantee: I guarantee all labor and materials furnished and agree to compl directions and subject to inspection approval and acceptance by: Wage Rates: 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 Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the 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 execution of the contract. False Claims - Contract hereby agrees that any contract claim submitted to the District 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. 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. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may be subject to 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 and that debarment by another jurisdiction is grounds for the Carlsbad Municipal Water District to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: Print Name: -4- Revised: 5/10/00 Commercial General Liability, Automobile Liability and Workers’ Compensation Insurance: The successful contractor shall provide to the Carlsbad Municipal Water District, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers’ Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the District prior to the start of work. The minimum limits of liability Insurance are 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. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than. .. ... ..$500,000 Subject to the same limit for each person on account of one accident in an amount not less than ....... $500,000 Property damage insurance in an amount of not less than.. . . . . ..$100,000 Automobile Liability Insurance in the amount of $100,000 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 automobile insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. _- The above policies shall have noncancellation clause providing that thirty (30) days written notice shall be given to the District prior to such cancellation. The policies shall name the Carlsbad Municipal Water District as additional insured. Indemnity: The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City and the District, 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 failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related 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 City or the District. The expenses of defense include all costs and expenses including attorneys’ fees for litigation, arbitration, or other dispute resolution method. -5- Revised: 5/10/00 The Contractor agrees and hereby stipulates that the proper venue and jwkdicth for resokrbon ‘of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: Completion: I agree to complete work within 7 working days after receipt of Notice to I agree to start within 2 working days after recBjpt of Notice to Proceed. Proceed. CONTRACTOR: CARLSBAD MUNICIPAL WATER DISTRICT, a PuMic Agencyorganized under the Municipal Water Act of 191 1, and a SubsMi District of the City of Catisbad . By: ?? Assistant City Manager (-) (telephone no.) <M re ATTEST: e - e (address) 5Ad w. 9249 64 I (city/statelzip) (telephone no.) 00 5YkY799 J (Proper notarial acknowledgment of execution by Contractor must be attached. Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. Ohwise, the corporation must attach a resokrtion ceM by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to Mnd the corporation.) APPROVED AS TO FORM: RONALD R. BALL, City Attorney BY: puty City Attorney -6- Revised: 5/1oEoo CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT .- _____- State of CA-C I- N tA County of s~ at~ra On G />~(03 before me, &t+g 5. & - 9 personally appeared &w Wrn+LlN&. Date Name and Title of Officer (e g , "Jane Doe, Notary Pubtd) 1 Name(s) of Signer(s) Hpersonally known to me - OR -@proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) idare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS rny hand and official seal. Signature 01 Notary Public OPTlONA L Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: (hrLL5 6M3 nAlh+-s% BcMCleLi)b*3 e- Signer@) Other Than Named Above: <n-n KF b @f=C&Ww-GT Document Date: b/&/ s Numberof Pages: b a* Capacity(ies) Claimed by Signer(@ Signer's Name: (. yl/rEbkl+ 0 Individual -A -A- 0 Partner - 0 Limited 0 Gknetal U Attorney-in-Fact 0 Trustee- 0 Guardian or Conservator cl Other: rTopof thumb herel I I Signer Is Representing: I I Signer's Name: 1 ,/ 0 Individual // / I -- I Signer Is Represhnting: / Q 1994 National Notaly Association 8236 Remmet Ave., P.O. Box 7184 * Canoga Park, CA 91309-7184 Prod. No. 5907 Rowder: Call Toll-Free 1-800-876-6827 EXHIBIT "A" CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SUPPLEMENTAL PROVISIONS FOR - THE DESTRUCTION OF WATER WELLS (FOUSSAT PROPERTY) April 2003 e- <? Revised 04/1/03 Contract No. 3903 Page 1 of 23 Pages . I . SUPPLEMENTAL PROVISIONS Part 1 Section 1 1-1 1-2 1-3 Section 2 2-3 2-4 2-5 2-1 0 Section 3 3-2 3-3 3-4 3-5 Section 4 4- 1 4-2 Section 5 5- 1 . 5-4 6- 1 6-2 6-6 6-7 6-8 6-9 Section 6 . Section 7 7-3 7-4 7-5 7-8 7-1 0 7-1 3 Section 9 9-1 9-3 General Provisions Terms. Definitions Abbreviations And Symbols Terms .................................................................................................................... Definitions ............................................................................................................. Abbreviations ........................................................................................................ Scope And Control Of The Work Subcontracts ......................................................................................................... Contract Bonds ..................................................................................................... Authority Of Board And Engineer ......................................................................... Plans And Specifications ...................................................................................... Changes In Work Changes Initiated by the Agency .......................................................................... Extra Work ............................................................................................................ Changed Conditions ............................................................................................. Disputed Work ...................................................................................................... Co nt ro I Of Materia Is Materials And Workmanship ................................................................................. Materials Transportation. Handling and Storage .................................................. Utilities Location ................................................................................................................. Relocation ............................................................................................................. Prosecution. Progress And Acceptance Of The Work Construction Schedule And Commencement Of Work ........................................ Prosecution Of Work ............................................................................................. Delays And Extensions Of Time ........................................................................... Time of Completion ............................................................................................... Liquidated Damages .............................................................................................. Completion And Acceptance ................................................................................ Responsibilities Of The Contractor Liability Insurance ................................................................................................. Workers' Compensation Insurance ...................................................................... Permits .................................................................................................................. Project Site Maintenance ...................................................................................... Laws To Be Observed .......................................................................................... Public Convenience And Safety ........................................................ .................... Measurement and Payment Measurement Of Quantities For Unit Price Work ................................................. Payment ................................................................................................................ SCOPE OF WORK AND TECHNICAL SPECIFICATIONS ......................................................... Appendices Appendix No. 1 . Location Map ............................................................................................ Appendix No . 2 . Site Plan ................................................................................................... Appendix No . 3 . Well Logs ................................................................................... : .............. 3 4 4 5 5 6 8 8 8 9 10 13 13 14 14 15 15 15 16 16 16 16 16 17 17 17 21 21 21 24 e= \# Revised 04/1/03 Contract No . 3903 Page 2 of 23 Pages SUPPLEMENTAL PROVISIONS AND TECHNICAL SPECIFICATIONS FOR THE DESTRUCTION OF WATER WELLS (FOUSSAT PROPERTY) SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION The specifications for the work include the Standard Specifications for Public Works Construction, 2000 Edition, and the 2001 and 2002 supplements thereto , all hereinafter designated "SSPWC" as issued by the Southern California Chapter of the American Public Works Association and as amended by the supplemental provisions sections of this contract. PART I, GENERAL PROVISIONS SECTION I -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS I 1-1 TERMS Add the following section: 1-1 .l 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: 1-1.2 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: 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such wrds 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: 1-1.4 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 transpohtion. .- *- % Revised 04/1/03 Contract No. 3903 Page 3 of 23 Pages c . - 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Agency - the City of Carlsbad, California. City Council - the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or hidher approed representative. Dispute 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 Public Works Director of the City of Carlsbad or hidher approved representative. The Engineer is the third leA 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 Organization - 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 Supplemenbl Provisions. _- Owner OperatodLessor - Any person who provides equipment or tools with an operator provided who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility Principal Inspector - The Senior Inspector’s immediate supervisor and second level of appeal for informal dispute resolution. Project Inspector - the Engineer’s designated representative for inspection, contract administration and first level for informal dispute resolution. Senior Inspector - the Project Inspector’s immediate supervisor and first level of appeal for informal dispute resolution. 1-3 ABBREVIATIONS 1-3.2 Common Usage, add the kllowing: Abbreviation Word or Words Apts ........................... .Aprtment and Apartments Bldg .......................... :.Building band Buildings CMWD ...................... ..Carlsbad Wnicipal Water District CSSD ....................... ..Carlsbad Supplemenhl Standard Drawings cfs ............................... Cubic Feet per Second Comm ......................... Commercial DR .............................. Dimension Ratio E ................................. Electric em 64 Revised 04/1/03 Contract No. 3903 Page 4 of 23 Pages .- G.................................Gas gal ............................... Gallon and Gallons Gar ............................. Garage and Garages GNV ............................ Ground Not %ible gpm ............................. allons per minute IE ................................ Inert Elevation LCWD ........................ .Leucadia CountyWater District MSL ............................ Fkan Sea Level (see Regional Standard Drawing M-12) MTBM ......................... .Mcrotunneling Boring Machine NCTD ......................... North CountyTransit District OHE.. ......................... .Owhead Electric OMWD ...................... .Olienhain Municipal Water District ROW ........................ ..Right-oWay S ................................. Sever or Slope, as applicable SDNR ......................... San Diego Northern Railway SDRSD ....................... San Diego Regional Sandard Drawing SFM ............................ Sever Force Main UE .............................. Underground Electric W ................................ Mer, Wider or Width, as applicable VWD ........................... Mllecitos Water District T ................................ .Blephone SECTION 2 -- SCOPE AND CONTROL OF THE WORK - 2-3 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 entitled to a public hearing before the City Council and shall be notified ten (IO) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-4 CONTRACT BONDS, modify the Section 2-4 as follows: Delete, entire section. Add, “No bonds are required for this contract.” 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General, add the following: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 2000 Edition, and the 2001 AND 2002 supplements thereto, hereinafter designated “SSPWC“, as written and promulgated by Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California, and as amended by the Supplemental Provisions section of this contract. -- 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 most recent editions of the City of Carlsbad Supplemental Standard Drawings, hereinafter designated as CSSD, as issued by the City of Carlsbad and the Carlsbad Municipal Water District Standard Plans hereinafter designated as CMWDSD, as issued by the Carlsbad Municipal Water District. em ts Revised 04/1/03 Contract No. 3903 Page 5 of 23 Pages -. 2-5.2 Precedence of Contract Documents, modify as follows: If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: Permits from other agencies as may be required by law. Technical Specifications Supplemental Provisions. Plans Standard Plans. a) City of Carlsbad Supplemental Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) State of California Department of Transportation Standard Plans. Standard Specifications for Public Works Construction. Reference Specifications. Manufacturer's Installation Recommendations. \ Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 7) above. Detailed plans and plan views shall have precedence over general plans. 2-5.3.3 Submittals, add the following: Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) perbining to material submitted br review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor 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 ents, can be installed in -. Company Name: Add the following: 4- %# Revised 04/1/03 Contract No. 3903 Page 6 of 23 Pages 4 r -. 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 within ten (IO) days of completion of the work. Payment for performing the work required by section 2-5.4 shall be included in the various bid items and no additional payment will be made therefor. 2-10 AUTHORITY OF BOARD AND ENGINEER. Add the following section: 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, 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: 2-10.2 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 and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its subcontractors 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 intehews of Contractor’s staff and the staff of all subcontractors to this contract. 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, and all subcontractors to this contract, 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 Contractor’s ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. I SECTION 3 -- CHANGES IN WORK 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrease in quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjustment of contract unit price for such items will be limited to that portion of the change in excess of 25 percent of the original quantity listed in the Contractor’s bid proposal for this contract. Adjustments in excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work. 3-3 EXTRA WORK. 3-3.2.2 ( c ) Tool and Equipment Rental, Regardless of shall be the edition of the, “Labor Surcharge and 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 surcharge rates published therein are not a part of this contract. em tS Revised 04/1/03 second paragraph, modify as follows: - ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs Contract No. 3903 Page 7 of 23 Pages - 3-3.2.3 Markup, (a) and shall constitute the markup fbr all overhead and profits: 1) Labor ................................... 20 2) Materials ............................. 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. (b) Vdork by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in section 3-3.2.3(a) shall be applied to the Subcontractor’s 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. Delete sections 3-3.2.3 (a) and (b) and replace vith the following: Work by Contractor. The following percentages shall be added to the Contractor’s costs 3) Equipment Rental ................... 15 3-3.3 Daily Reports by Contractor, 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. add the following after the second sentence: 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 the Contractor 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 wiver 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 12650-12655. em %$ Revised 04/1/03 Contract No. 3903 Page 8 of 23 Pages “The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code sections 12650-1 2655. The undersigned further understands olved, must be restated as a claim in response to the e further considered.” - Title: Company Name: 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. It is the intention of this section that differences between the parties arising under and by virtue of the 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 promptlytaken. 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 provisions specified hereinafter, the contractor shall attempt to resohe all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Senior Inspector 3. Principal Inspector 4. Public Works Director 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 the Contractor may proceed under the protisions 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 201 04) which is set forth below: em %@ Revised 04/1/03 Contract No. 3903 Page 9 of 23 Pages 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. @)(I) "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 pyment of which is disputed by the local agency. (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 bollowing 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 tiling 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 agencymay 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 hrther 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 inbrmation, 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 (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 - - meet and confer conference within 30 days for settlement of the dispute. 4ii %# Revised 04/1/03 Contract No. 3903 Page 10 of 23 Pages 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 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 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141 .ll 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 subdiision 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 1141.10) 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 attorneys fees of the other party arising out of the trial de now. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (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 201 04.4, 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. em %# Revised 04/1/03 Contract No. 3903 Page 11 of 23 Pages SECTION 4 - CONTROL OF MATERIALS 4-1 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. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. 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, sentence of the first paragraph. delete the phrase, "and a reasonable amount of retesting", from the third add the following: Except as specified in these Supplemental Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. I At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer 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 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. 4-1.6 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, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it v\ith the originally specified item at no cost to theAgency. Add the following section: 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to em %@ Revised 04/1/03 Page 12 of 23 Pages - quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, Contract No. 3903 I or by the Contractor to any location within the Agency’s boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor’s responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at anytime during the Work. SECTION 5 -- UTILITIES 5-1 LOCATION. Delete the first paragraph and substitute 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. 5-4 RELOCATION. Add the following: In conformance with section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the insbllation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. 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 the Engineer’s approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor’ convenience and no additional compensation will be allowed therefor or for additional work, mat 1 rials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 4- ts Revised 04/1/03 Contract No. 3903 Page 13 of 23 Pages SECTION 6 -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete section 6-1 and substitute the following: Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within five (5) calendar days after receipt of the "Notice to Proceed". Add the following section: 6-1 .I Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's 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 Contractor's 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 Measurement And Payment Of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefor. - 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. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Report. 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. Modify as follows: 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within twenty-five (25) working days after the starting date specified in the Notice to Proceed. 4- Revised 04/1/03 Contract No. 3903 Page 14 of 23 Pages - 6-7.2 Working Day. Add the following: The hours of work shall be between the hours of 7:OO a.m. and 4:OO p.m. on Mondays through Fridays, excluding Agency holidays. Exceptions for work hours include the televising portion of the contract which shall be done during low flow periods, see the Technical Specifications in this document for low flow times. The Engineer may approve other work outside the hours and/or days stated herein when, in hidher sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. All work done outside of the hours between 7:OO a.m. and 4:OO requires notification with approval by the Engineer and notification to local residence. 6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following: The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer’s judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board’s acceptance of the Work the Engineer will cause a “Notice of Completion” to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. 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 five hundred ($500) dollars. - Execution of the Contract shall constitute agreement by the Agency and Contractor that five hundred ($500) dollars 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 Maiver of this paragraph or of any damages. SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR 7-5 PERMITS. Delete the first sentence and add the following four sentences: Except as specified herein the agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, resource agency and building permits necessary to perform work for this contract on Agency property, in streets, highways (except State highway right-of-way and those permits or licenses required specifically by the City of Oceanside), railways or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefor. em \# Revised 04/1/03 Contract No. 3903 Page 15 of 23 Pages - 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 hidher 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 coordinate acquisition of 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. Water shall be provided at no cost to the Contractor The Contractor shall pay all costs of temporary light, and power 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(s) of the City of Oceanside. - 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. SECTION 9 -- MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1.4 Units of Measurement, modify as follows: the U.S. Standard Measures. The system of measure for this contract shall be 9-3 PAYMENT. 9-3.1 General. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the “Notice of Completion” Delete the eighth paragraph and substitute the idlowing: 9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following: 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 calendar days after 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 the Contractor’s information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (IO) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental - Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30) t? Revised 04/1/03 Contract No. 3903 Page 16 of 23 Pages _- 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 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. 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 written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. 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 payment for the disputed items. 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in the written statement required in subsection 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in subsection 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No 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 I notice or protest requirements. em fp Revised 04/1/03 Contract No. 3903 Page 17 of 23 Pages - 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 their resolution 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: 9-3.3.1 Delivered Materials. into the work will not be included in the progress estimate. The cost of materials and equipment delivered but not incorporated Add the following section: 9-3.4.1 Mobilization and Preparatory Work. be included in the various items of work and no other payment will be made. Payment for mobilization and preparatory Work will 4B r.9 Revised 04/1/03 Contract No. 3903 Page 18 of 23 Pages SCOPE OF WORK AND TECHNICAL SPECIFICATIONS FOR THE DESTRUCTION OF WATER WELLS (FOUSSAT PROPERTY) 1. SCOPE OF WORK A. The work to be performed under this contract shall consist of furnishing all labor, equipment, and materials for the destruction of Well No. 1 and Well No. 2 identified on Appendix No.2, per Bulletin 74-81 and Bulletin 74-90 ofthe California Department of Water Resources. The Contractor will submit with the completion of this projects documents from the San Diego County Department of Environmental Health (Department of Environmental Health) verifying the that the wells have been certified as destroyed per State requirements. Additional work shall include the demolition, removal, and disposal of structures identified in Appendix No. 2. Locations for the wells and structures shall be graded to match elevations of the surrounding area. Weed abatement for the entire property shall be done by tractor disc. The Contractor shall have current license to do business in the City of Oceanside and conform to the City of Oceanside’s laws and codes as they apply in the performance of the work of this contract. All work shall be completed no later than &ne 30,2003. B. C. D. 2. 3. SITE INFORMATION A. B. C. See Appendix No.1 br Location Map. See Appendix No.2 br Site Plan. See Appendix No.3 Cor Well Logs. ORDER OF WORK A. Contractor shall receive approval ofthe well destruction methods from the San Diego County Department of Environmental Health and tale out the necessary permits for the project. Cost for acquisition of the permit from the Department of Health shall be paid by the Contractor and considered part of the contracts lump sum price. B. Video survey the wells determining their existing condition. C. The site shall be secured with temporary 6-foot high chain link fencing. D. Contractor shall remove pumps, motors, and related appurtenanoes and destroy wells in accordance to the Department of Environmental Health perrrit. E. Contractor shall remove and dispose of structures identified in Appendix No. 2. F. Contractor shall grade impacted work area to match surrounding area. G. Contractor shall tractor disc entire lot for weed abatement. <$ Revised 04/1/03 Contract No. 3903 Page 19 of 23 Pages 4. GENERAL REQUIREMENTS -- A. Contractor Experience The Contractor’s supervisor(s) performing the work must be qualified to perform the work as noted in these specifications and have a minimum of five (5) years experience in drilling and destroyng water wells in the State of California. The Contractor must submit a minimum of three (3) references form individual sources, of work previously completed with a comparable scope of work to this contract. B. Contractor’s License The Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. A Class C-57 license is required br this contract. C. Water Pollution Control The Contractor shall comply with all state rules, regulations, statutes and the Water Quality Control Act of July 1974 and exercise every precaution to protect streams, lakes, reservoirs, bays, and coastal waters from pollution with fuels, oils, and other harmful materials. D. Equipment and hkterial Storaqe Equipment and Material shall be stored on the property of Assessor’s Property Number (A.P.N.) 160-550-01. No equipment or material shall be stored within public right of way and the use of any private property other than that aforementioned shall be through a written agreement between the property owner and the contractor. D. Safety The Service Provider‘s supervisor(s) must be able to communicate both verbally and in writing with City staff as well as with his crew. The Service Provider‘s supervisor must demonstrate the capability to read, interpret, and understand the Safety/OSHA requirements, drawings, and specifications as necessary. All work and equipment utilized shall conform to Fed-OSHA and CAL-OSHA requirements. Work site shall be secured with a locked 6-foot high (minimum) temporary chainlink fence. A secured cover shall be installed over wells and surrounding excavated are.as when no work is being done to the MIIS. The Contractor shall design, construct and I maintain all safety devices. Including shoring and shall be solely responsible for conforming to all local, State, and Federal safety and health standards, laws and regulations. The existence and location of utility structures and facilities show on the site plans, see Appendix No. 2. Attention is called to the possible existence of other utility facilities or structures not shown or in location different than from that shown on the plans. The Contractor is required to take due precautionary measures to protect the utilities shown on the plans and any other existing facilities or structures not shown. 43 Revised 04/1/03 Contract No. 3903 Page 20 of 23 Pages The Contractor shall call Underground Service Alert of Southern California "Digalert" at (800) 227 2600 a minimum offorty-eight (48) hours prior to anyexcavation. E. Sound Control The noise level from the Contractor's operation shall conform with the City of Ocea nside's applicable code. F. Air Pollution Control The Contractor shall comply with air pollution control rules, regulations, ordinances, and statutes, which apply to any work performed pursuant to the contract. G. Access to Work Area Access to the work area shall be made by way of Foussat Road. The Contractor at no cost to the City of Carlsbad shall repair any damage occurring as a result of accessing the work area including that to adjacent public infastructure. H. Traffic Control Any barricades, warning signs, lights, or flagmen required to protect the public shall be furnished, installed and removed by Contractor. They shall be supplied in conformance with the latest edition of the "Manual of Traffic Controls", California State Department of Transportation. All Traffic Control plans shall be submitted to the City of Engineering Department prior to wrking in Public Right-of-way. Full compensation for maintaining traffic (traffic control) shall be considered as included in the lump sum price of the contract, and no additional compensation will be allowed. I. Acquisition of Water The Contractor is responsible for acquiring or importing any water may be required to complete the work. Any cost incurred by the Contractor for the acquisition of water shall be considered as included in the lump sum price of the contract, and no additional compensation will be allowed. J. Pre-bid Walk Throuah The City of Carlsbad will provide a mandatory pre-bid walk through, inspecting the work site. The Contractor will schedule a site visit with the Engineering Department a minimum of five (5) days prior to the bid closing date of April 30, 2003. Contact Mark Biskup at 760 602-2763 to arrange a pre-bid wilk through. 5. WELL DESTRUCTION REQUIRMENTS A. General The Contractor shall receiw? approval for the well destruction methods from the San Diego County Department of Environmental Health and take out necessary permits 43 Revised 04/1/03 Contract No. 3903 Page 21 of 23 Pages prior to commencing mrk. The Contractor shall comply with the permitted methods through the completion of the work. The methods approved and permitted bythe De- partment of Environmental Health for well destruction shall supercede those de- scribed in this contract. B. Preliminary Work Before the wells are destroyed, they shall be investigated to determine there condition, details of construction, and whether there are obstructions or voids that will interfere or impact the process of filling and sealing. This shall include the use of downhole television and photography for visual inspection of the well. Inspection shall comply specifically with that required by the Department of Environmental Health and Bulletins 74-81, 74-90 as they apply to this project. C. Fillinq and Sealina Conditions Filling and sealing methods shall be approved and comply specifically with that required by the Department of Environmental Health and Bulletins 74-81, 74-90 as they apply to this project. D. Placement of Material The requirements identified in Bulletins 74-81, 74-90 shall be observed in the placement of material. Deviations from the aforementioned bulletins shall be approwd and permitted by the Department of Environmental Health. E. Materials All materials used must be consistent with those approved by Department of Envi- ronmental Health for this contract. 1) Segling Materials Sealing materials shall have such a low permeability the volume of water passing through them is of small consequence. Suitable impervious materials include neat cement, sand-cement grout, concrete and bentonite clay, all of which are described in Section 9 paragraph D of Bulletin 74-81. 2) Filler Material Acceptable filler material may include, per Bulletin 74-81, clay, silt, sand, gravel, crushed stone, native soils and mixtures of the aforementioned types. Materials of or- ganic mater shall not be used. F. Additional Requirements 1) A hole shall be excavated around the well casing to a depth of five (5) feet below the ground surface and the well casing removed to the bottom of the excavation. 2) The sealing material used for the upper portion of the well shall be allowed to spill over into the excavation to form a cap. 3) After the well has been properly filled, including sufficient time for sealing material in excavation to set, the excavation shall be filled with native soil. 4- %$ Revised 04/1/03 Contract No. 3903 Page 22 of 23 Pages G. Temporaw Cover During periods when no work is being done on the well, such as overnight or while waiting for sealing material to set, the well and surrounding excavation shall be covered. The cover shall be sufficiently strong and anchored to prevent the introduction of foreign material into the well and to protect the public from the hazard. 6. DEMOLITON AND MATERIAL DISPOSAL Contractor will furnish all labor, materials, equipment, and incidentals necessary for the demolition, removal, and disposal of structures and appurtenances identified in Appendix No. 2. All cost associated with the demolition and disposal shall be paid for by the Contractor and be included as part of the lump sum cost of the bid. Any excavation required for the demolition of the structures shall be filled with native soil matching adjacent elevation. 7. WEED ABATEMENT Contractor will furnish all labor, materials, equipment, and incidentals necessaryto tractor disc the entire site defined as A.P.N. 160-550-01 , approximately 2.75 acres. <J Revised 04/1/03 Contract No. 3903 Page 23 of 23 Pages .. Appendix No. 3 I -.* , -. .. . N~RTH YA~D WELL CARLSBAD MUTUAL WATER COMPANY . - 1951 \?le11 #1 Drilled Feb; 1951 by Bob Morrison . . . 16" 10 ga, Double Wall Casing - Liner - 0 ft, to 20 ftt 20 fte to 34 ft: 34 fte to 40 ftt 40 fte to 86 ft: 86 ft. to 112 ftt '312 ft. to 128 ftt Fine Sand .. Silt, clay, SeaWlls Fine Sand and SiJk Quick Sand Silt Fine Sand Quick Sand 8 Silft Very fine Sand Very fine sand w3.th.f -. 128 ft. to 147 ftt Coarse Sand 8 147 ft, to 194 ft: 194 ft, to 204 ftr . .. 204 ft. to 214 ftt packed inn clay .. A- : :- NOTE: 16" Casing pulled back to 147 feet. and cemented off, 10"xJp liner was set. and 16" casing withdrawn to 128 feet. Top of 10" Gravel -pack &* to 5" - . -her sets at 117' feet ,from ground level, graded rock between cashg and liner. .. .. .. .. .. .. . . .. . .. .. _._ . .. .. .. .. .. .- . .. . .. .. . * . _. Page 4 of 4 ..... ...... .. .. .. .. Appendix No.. 3 .. -. ,- .. . I .. .. d -. .. . .. . .. .. .. - _. _.. .. .. ... .. .. Page 3 of 4 Appendix No. 3 ,. 1, . . -- r CARLSBAD ~TUAL WATXR COXPANY Log of 18" Well with Double 10 Gae Casing SOUTH YARD mu .. 9 Top Soil -7 Y .. 0 .. .. 9 - . 44 Silt 74 w 82 -. *. Bine birty Sand .02 . 113 Silt . .. .. 113 Y 121 123 ... . . .. ._ . . I,. t .. I .. . .. 121 -. . .. . .. '4 - . -4 Sand and Gravel ..., '. .. 14.2 -. . .. . .. 123. - .- ._ .. 142 - 180 Sand and Sonie &ll Gravel i.. -.. Y 186 Packed Sand -. . 180 186 I 196' . Sand and Small Gravel 3. . .. Y .205 Sand and Coarse Gravel .. . .. .. . ._ _. 'a - . 196. .._. - ' . 205 w 207 Sandstone .. . . .. .. .. - .. .. .. .. . '. -207 L' 214: . . Sand and Gravel 214 I 218 Sandstone .. __ .. ._ - Perforated from 137-142 holes to round every 9- 5/16" Blade. Located within a corner of which is located S420301W .1129.51' from the center of Sec. 18 being mithln the NE* of County of San Dlego. of Sec. 18 t-11-S R-4-7; SB3 & li Page 2 of 4 Appendix No. 3 r- .. - SAN LUIS REY PUMPING STA. ' 1'8' WELL WITH DOUBLE 10GA. CASING * a .. APPENDIX NO. 2 . SITE PLAN ALE: 1”=80 PROJECT NAME: WEff DEST/?UCT/oN PROJECT EXHIBI‘ (FOUSSAT PROPERTY) NUMBER CP 3903 DRAM BY: ME, CARLSBAD ENC4NERlNG OEPT. 02/10/03 C: \CAD dmwhgs\locotEM.D~ APPENDIX NO. 1 I LOCATION MAP I PROJECT NO. WELL DESTRUCTION (FOUSSAT PROPERTY) PROJECT NAME CP 3903 N DIEGO COUNTY POWAY I 0 N DIEGO COUNTY