Loading...
HomeMy WebLinkAboutSocal Pacific Construction Corporation; 2008-09-04; PWS08-35ENGRECORDED REQUESTED BY 1 ClTY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive DOC # 2009-05761 05 OFFICIAL RECORDS SAN DIEGO COUNTY RECORDER'S OFFICE DAVID L. BUTLER, COUNTY RECORDER FEES: 0.00 I PAGES: 1 Carlsbad, California 92008 Space above this line for Recorder's use. PARCEL NO: NIA NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on July 24, 2009. 6. The name of the contractor for such work or improvement is Socal Pacific Construction Corp. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Vista-Carlsbad Interceptor Sewer Manhole Rehabilitation Reaches VC13-VC15, Project No. 3949. 8. The street address of said property is in the City of Carlsbad. ClTY OF CARLSBAD ~L+X J.&",+ Robert T. ~ohh$on, Jr. V City Engineer VERIFICATION OF ClTY 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 [d~bbp,) /# . 20&, 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. , 20dq, at Carlsbad, California. ABil 19,979 Resolution No. 2009-239 Word\Masters\Forms\Not~ce of Completion (City) CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/O #01 Project: #3949: VISTA-CARLSBAD INTERCEPTOR SEWER MANHOLE REHABILITATION REACHES VC13 -VC15 Date Routed: Reasons for changes: To: City Engineer Engineering lnspe,A� Finance Director 'eJ City Manager/Mayor Engineering Inspection Item 1: City staff requested that the epoxy-mortar rehabilitation be applied to two additional manholes. Item 2: City Staff requested that the epoxy-mortar rehabilitation be applied to Foxes lift station wet well. COST ACCOUNTING SUMMARY: Original contract amount....................................................... $ Total amount this c/o .................................. :. ...... ............... ... $ Total amount of previous c/o's... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... $ Total c/o's to date................................................................ $ New Contract Amount........................................................... $ Total C/O's as % of original contract.. ...................................... .. Contingency monies encumbered........................................... $ Contingency increase /decrease............................................ $ Contingency Subtotal ............................................................. $ Total c/o's to date................................................................ $ Contingency Balance............................................................ $ 279,682.00 16,679.00 0.00 16,679.00 296,361.00 5.96% 30,000.00, 30,000.00 0.00 16,679.00 13,321.00 CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS AND TECHNICAL SPECIFICATIONS FOR VISTA-CARLSBAD INTERCEPTOR SEWER MANHOLE REHABILITATION REACHES VC13 - VC15 CONTRACT NO. 3949 BID NO. PWS08-35ENG Revised 05/01/08 Contract No 3949 Page 1 of 92 Pages TABLE OF CONTENTS Item Page Notice Inviting Bids 5 Contractor's Proposal 9 Bid Security Form 14 Bidder's Bond to Accompany Proposal 15 Guide for Completing the "Designation Of Subcontractors" Form 17 Designation of Subcontractor and Amount of Subcontractor's Bid Items 19 Bidder's Statement of Technical Ability and Experience 20 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 21 Bidder's Statement Re Debarment 22 Bidder's Disclosure of Discipline Record 23 Non-Collusion Affidavit to Be Executed by Bidder and Submitted with Bid 25 Contract Public Works 26 Labor and Materials Bond 32 Faithful Performance/Warranty Bond 34 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 36 Revised 05/01/08 Contract No. 3949 Page 2 of 92 Pages GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms 39 1-2 Definitions 40 1-3 Abbreviations 44 1-4 Units of Measure 47 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract 49 2-2 Assignment 49 2-3 Subcontracts 49 2-4 Contract Bonds 50 2-5 Plans and Specifications 51 2-6 Work to be Done 55 2-7 Subsurface Data 55 2-8 Right-of-Way 55 2-9 Surveying 55 2-10 Authority of Board and Engineer 55 2-11 Inspection 56 Section 3 Changes in Work 3-1 Changes Requested by the Contractor 56 3-2 Changes Initiated by the Agency 56 3-3 Extra Work 58 3-4 Changed Conditions 60 3-5 Disputed Work 61 Section 4 Control of Materials 4-1 Materials and Workmanship 64 4-2 Materials Transportation, Handling and Storage 68 Section 5 Utilities 5-1 Location 69 5-2 Protection 69 5-3 Removal 70 5-4 Relocation 70 5-5 Delays 71 5-6 Cooperation 71 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work 71 6-2 Prosecution of Work 72 6-3 Suspension of Work 72 6-4 Default by Contractor 73 6-5 Termination of Contract 73 6-6 Delays and Extensions of Time 73 6-7 Time of Completion 74 6-8 Completion, Acceptance, and Warranty 75 6-9 Liquidated Damages 75 6-10 Use of Improvement During Construction 76 Revi-ed 05/01/08 Contract No. 3949 Page 3 of 92 Pages Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 76 7-2 Labor 76 7-3 Liability Insurance 77 7-4 Workers' Compensation Insurance 77 7-5 Permits 77 7-6 The Contractor's Representative 78 7-7 Cooperation and Collateral Work 78 7-8 Project Site Maintenance 79 7-9 Protection and Restoration of Existing Improvements 81 7-10 Public Convenience and Safety 81 7-11 Patent Fees or Royalties 88 7-12 Advertising 88 7-13 Lawsto be Observed 88 7-14 Antitrust Claims 88 Section 8 Facilities for Agency Personnel (NOT A PART OF THIS CONTRACT) Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work 88 9-2 Lump Sum Work 89 9-3 Payment 89 9-4 Bid Items 92 TECHNICAL SPECIFICATIONS DIVISION 01 - GENERAL REQUIREMENTS 01010 Summary of Work DIVISION 02 - SITE WORK 02760 Sewer Manhole Rehabilitation APPENDICES Appendix A Location Map Appendix B Site Map Appendix C Schedule of Manhole Rehabilitation Appendix D Environmental Documents Appendix E Standard Drawings Appendix F Notification Door Hanger Appendix G Notification List oRevised 05/01/OS Contract No. 3949 Page 4 of 92 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00 PM ON JULY 8, 2008, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: Rehabilitate 27 sewer manholes with epoxy mortar system per contract specifications. VISTA-CARLSBAD INTERCEPTOR SEWER MANHOLE REHABILITATION REACHES VC13 - VC15 CONTRACT NO. 3949 BID NO. PWS08-35ENG INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the 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 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. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the Engineering Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction. Parts 2 & 3. current edition at time of bid opening and the supplements thereto as published by the "Greenbook" Committee of Public Works Standards. Inc. I hereinafter designated "SSPWC", as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. 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. •^ Revised 05/01/08 Contract No. 3949 Page 5 of 92 Pages BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) 11. Coating Manufacturer's Certification per Specification 02760, page 3, paragraphs 4a & 4c. ENGINEER'S ESTIMATE: 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 $361,900. TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a 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. 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. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: Classification Description General Engineering ESCROW AGREEMENT 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. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $50 per set. If plans and specifications are to be mailed, the cost for postage should be added. cRevised 05/01/08 Contract No. 3949 Page 6 of 92 Pages INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID 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 "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. PRE BID MEETING A pre-bid meeting and tour of the project site will not be held. However, in order for the bidding contractor to fully understand the scope of work a site visit is highly recommended. A site visit may be arranged with the City's Project Manager, Mark Biskup, (760) 602-2763, up to and no later than one week prior to the bid opening date. UNIT PRICES AND COMPUTATION OF BIDS 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 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. ADDENDUMS 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. Revised 05/01/08 Contract No. 3949 Page 7 of 92 Pages BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. 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 General 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 be accompanied by 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 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: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 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. 2) 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. 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 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. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2008-130, adopted on the 6™ day of May, 2006. May 23, 2008 Date oRevised 05/01/08 Contract No. 3949 Page 8 of 92 Pages CITY OF CARLSBAD VISTA-CARLSBAD INTERCEPTOR SEWER MANHOLE REHABILITATION REACHES VC13-VC15 CONTRACT NO. 3949 CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examinee OPENED, WITNESSED AND DATE the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, 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. 3949 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: BID SCHEDULE Approximate Item Quantity Unit No. Description and Unit Price Total 1 Manhole Epoxy-Mortar 311VF $ 737-°° $ 229,207.00 Rehabilitation at Seven Hundred Thirty seven Dollars per Lineal Foot Frame and Cover 25 EA $ 2,019.00 $ 50,475.00 Replacement at Two Thousand Nineteen Dollars Each Total amount of bid in words: Two Hundred Seventy-Nine Thousand Six Hundred Eighty-Two Dollars Total amount of bid in numbers: $ 279,682.00 Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). NONE has/have been received and is/are included in this proposal. Revised 05/01/08 Contract No. 3949 Page 9 of 92 Pages The Undersigned has carefully 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 California, validly licensed under license number 443117 , classification A, B, C-33 which expires on 06/30/2009 , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a 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 § 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. The Undersigned bidder hereby represents as follows: 1. That no Council 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, 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 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 fair and without collusion or fraud. Accompanying this proposal is Bidders Bond (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. Revised 05/01/08 Contract No. 3949 Page 10 of 92 Pages (Street and Number) IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: N/A (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business City and State (4) Zip Code Telephone No. (5) E-Mail . IF A PARTNERSHIP. SIGN HERE: N/A (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. City and State (4) Zip Code (5) E-Mail (Street and Number) . Telephone No. Revised 05/01/08 Contract No. 3949 Page 11 of 92 Pages IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted Socal Pacific Construction Corp. (Signature) Anton Anstett, President (Title) Impress Corporate Sea! here California(3) Incorporated under the laws of the State of. ,,v _. ,_ . 29885 2nd Street, Unit J(4) Place of Business (Street and Number) City and State Lake Elsinore, CA (5) Zip Code 92532 Telephone No. _ (6) E-Mail nationalcoatingtom@yahoo.com (951) 471-3388 v... NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED ia fside ) State of California County of Riversi Subscribed and sworn to (or affirmed) before me this 8th day of July 2008 by Anton Anstett,, proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Terra Cox, Notary Public —• -*• - TERRA COX Commission #1680321 Notary Public - California Riverside County My Comm. Expires Jul 10, 1 Revised 05/01/08 Contract No. 3949 Page 12 of 92 Pages Check A License: Contractor's License Detail Page 1 of 2 Skip to: CSLB Home | Content | Footer | Accessibility Search CSLB Department of Consider Affairs Contractors State License Board ffl 02 03 04-05 . 08 07 CONSUMERS CQHTRftCTQRS . APPL1CS8TS JOORNETfNEN PUSUC WORKS BUJlDJHGOFHG)*iS GENERAL INFO WNli! About CSLB CSLB Newsroom Board and Committee Meetings Disaster Information Center CSLB Library Frequently Asked Questions Online Services . Check A License or HIS Registration . Filing a Construction Complaint . Processing Times • Check Application Status . Search for a Surety Bond Insurance Company • Search for a Workers' Compensation Company How to Participate LJ^k DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the follow, limitations. • CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject to publ complaint disclosure, a link for complaint disclosure will appear below. Click on the link or t obtain complaint and/or legal action information. . Per B&P.7071 A7_, only construction related civil judgments reported to the CSLB are disclc . Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitrati . Due to workload, there may be relevant information that has not yet been entered onto the license database. License Number: Business Information: Entity: Issue Date: Reissue Date: Expire Date: License Status: Classifications: Bonding: 443117 Extract Date: 07/08/20 SOCAL PACIFIC CONSTRUCTION CORP 29885 2ND STREET SUITE J LAKE ELSINORE, CA 92532 Business Phone Number: (951) 674-1030 Corporation 07/18/1983 01/13/2000 06/30/2009 This license is current and active. All information below shoul be reviewed. CLASS DESCRIPTION A GENER_AL_ENGiNEER!NG_ CONTRACTOR B GENERAL BUILDING CONTRACTOR C33 PAINTING AND DECORATING CONTRACTOR'S BOND This license filed Contractor's Bond number 898645C in the amount of $12,500 with the bonding company DEVELOPERS SURETY AND INDEMNITY COMPANY. Effective Date: 01/01/2007 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL 1. This license filed Bond of Qualifying Individual number 557561C for STEPHAN ANTHONY HENNES in the amou http://www2.cslb.ca.gov/General-Information/interactive-tools/c... 07/08/2008 Check A License: Contractor's License Detail Page 2 of 2 of $12,500 with the bonding company DEVELOPERS SURETY AND INDEMNITY COMPANY. Effective Date: 01/01/2007 BQI's Bonding History 2. This license filed Bond of Qualifying Individual number 737098C for TOMMY VAN UNSELL in the amount of $12,500 with the bonding company DEVELOPERS SURE AND INDEMNITY COMPANY. Effective Date: 01/01/2007 BQI's Bonding History Workers' This license has workers compensation insurance with the Compensation: REDWOOD FIRE AND CASUALTY INSURANCE CO Policy Number: 441008396081 Effective Date: 01/01/2008 Expire Date: 01/01/2009 Workers' Compensation History Personnel listed on this license (current or disassociated) are listed on other licenses. Personnel List Other Licenses Consumers | Contractors | Applicants | Journeymen | Public Works | Building Officials | General Info CSLB Home | Conditions of Use | Privacy | Contact CSLB Copyright © 2007 State of California http://www2.cslb.ca.gov/General-Information/interactive-tools/c... 07/08/2008 List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: Anton Anstett, President Stephan Hennes, Secretary Revised 05/01/08 Contract No. 3949 Page 13 of 92 Pages BID SECURITY FORM (Check to Accompany Bid) VISTA-CARLSBAD INTERCEPTOR SEWER MANHOLE REHABILITATION REACHES VC13 - VC15 CONTRACT NO. 3949 (NOTE: The following form shall be used if check accompanies bid.) Not Applicable Accompanying this proposal is a "Certified 'Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of dollars ($ . ), 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.) •^ Revised 05/01/08 Contract No. 3949 Page 14 of 92 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL VISTA-CARLSBAD INTERCEPTOR SEWER MANHOLE REHABILITATION REACHES VC13 - VC15 CONTRACT NO. 3949 KNOW ALL PERSONS BY THESE PRESENTS: That we, SoCal Pacific Construction Corp. as Principal, and Arch Insurance Company 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 the Total *(1) 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: VISTA-CARLSBAD INTERCEPTOR SEWER MANHOLE REHABILITATION REACHES VC13 - VC15 CONTRACT NO. 3949 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. *(1) Amount Bid (10%) In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall €5^r Revised 05/01/08 Contract No. 3849 Page 15 of 92 Pages not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this 2nd day of July _,20 08 PRINCIPAL: SoCal Pacific Construction Corp. (name of Prii By; A Executed by SURETY this of _ July 2nd , 2008 day stett, President SURETY: Arch Insurance Company (print name here) Soca! Pacific Construction Corp of Surety) Los RoSiss Ave. *825 (address of Surety) (626)639-5195 "(siarfhere) Stephan Hermes, Secretary (print name here) (telephone number of Surety) By;) (signature of Attorfley-tn-Fact) Socal Pacific Construction Corp. (title and organization of signatory) Shannon Lopez, Atioipey-in-Fact (printed name of Attomey-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment 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.) APPROVED AS TO FORM: RONALD R. BALL City Attorney Revised 05/01/08 Contract No. 3949 Page 16 of 92 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Riverside On JulyS, 2008 Dale personally appeared before me,Terra Cox. Notary PublicHec» Insert Anton Anstett & Stephan Hennes iryPi l Name•ndTWcol tie Officer NamHs) of Signers) TERRA COX Commission #1680321 Notary Public - California Riverside County My Comm. Expires Jul 10,2010 \ Ptac« Notary Sari Mm* who 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 Ns/nec/their authorized capacrry(ies), and that by his/her/their signatures) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official seal. Signature /SgnatiootNoiaiyPubpir OPTIONAL Though the Information below Is not required by law, It may prove valuable to persons relying on the documentand could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: Julv 2,2008 . Number of Pages:. Signers) Other Than Named Above: Shannon Lopez on behalf of Arch Insurance Co. Capacrty(les) Claimed by Signers) Signer's Name: D Individual & Corporate Officer—Titte(s): #•«»•> <kri.4-4- b Partner —O Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: U°nngs Signer's Name: D Individual <iw,D . I D Top of thumb here D Corporate Officer—Trtle(s): Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: Top of thumb here Hem #5807-93SOD»So>o/^..P.O.BoK2«g-Chat«»»oiti.CA 9131M402 CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On July 2.2008 before me Kathleen Ryan, Notary Public _, personally appeared Shannon Lopez who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature(s) on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal_ Signature^(Seal) COMM. * 1678421 . NOTARY PUBUC-CAUTOWWA »cowm » My Comm. Exp. JUIV 2&. 2010 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the documentand could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER INDIVIDUAL DESCRIPTION OF ATTACHED DOCUMENT CORPORATE OFFICER Bidder's Bond Title(s) D PARTNERS LIMITED GENERAL Title or Type of Document 2 ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: Number of Pages July 2.2008 Date of Document SIGNER IS REPRESENTING: Arch Insurance Company SoCal Pacific Construction Corp. Signer(s) other than Named Above POWER OF ATTORNEY Know All Men By These Presents: That the Arch Insurance Company, a corporation organized and existing under the taws of the State of Missouri, having its principal office in Kansas City, Missouri (hereinafter referred to as the "Company") does hereby appoint Peter M. Davis, Martin M. Davis, George A. DeCristo, Shannon Lopez, Gale L. Delo and Kenzie K. Thompson of Redlands, CA (EACH) its true and lawful Attorney(sJ-in-Ract, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to ait intents and purposes, as if the sarnie had been duly executed and acknowledged by its regularly elected officers at its principal office in Kansas City, Missouri. ." '•''..;. ." ; • This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3,2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attomeys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3,2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOML0013000303 Page 1 of 2 Printed in U.S.A. In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 1st day of MaV , 20_08__. Arch Insurance Company Attested and Certified Martin J. Nilsem, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS I, Brian C. Kuhn, a Notary Public, do hereby certify that Martin J. Nilsen and J. Michael Pete personally known to me to be the same persons whose names are respectively as Secretary and Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. COMMONWEALTH OF PENNSYLVANIA CERTIFICATION NOTARIAL SEAL Brian C. Kuhn, Notary Public City of Philadelphia, Philadelphia County My commission expires December 06,2011 Brian C. Kuhn, Notary Public My commission expires 12-06-2011 I, Martin J. Nilsen, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated May 1, 2008 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said J. Michael Pete, who executed the Power of Attorney as Vice President, was on the date of execution of the attached Power of Attorney the duly elected Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate sejal of the Arch Insurance Company on this 2nd day of July 'Y.20 08 Martin J. NKsen, Secretary (T This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Surety 3 Parkway, Ste. 1500 Philadelphia, PA 19102 OOML0013000303 Page 2 of 2 Printed in U.S.A. Company Profile Page 1 of 2 Company Profile ARCH INSURANCE COMPANY ONE LIBERTY PLAZA, 53RD FLOOR NEW YORK, NY 10006 800-821-5546 Former Names for Company „., „ FIRST AMERICAN INSURANCE COMPANY DBA AMERICAN FIRST INSURANCE rrf ,. „ ,, . . „. .„Old Name: COMPANY Effective Date: 11-06-2002 Old Name: FIRST AMERICAN INSURANCE COMPANY Effective Date: 01-05-1987 Agent for Service of Process JERE KEPRIOS, C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 90017 Unable to Locate the Agent for Service of Process? Reference Information NAIC#: 11150 NAIC Group #: 1279 California Company ID #: 3005-6 Date authorized in California: July 19, 1985 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: MISSOURI Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY DISABILITY FIRE LIABILITY MARINE SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? http://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utl.... 07/08/2008 Company Profile Page 2 of 2 Help Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - June 27, 2008 09:13 AM Copyright © California Department of Insurance http://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utl.... 07/08/2008 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Organization", "Subcontractor", and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. 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 subcontractors or otherwise to be preformed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors 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. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor- installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Revised 05/01/08 Contract No. 3949 Page 17 of 92 Pages Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. oRevised 05/01/08 Contract No. 3949 Page 18 of 92 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) VISTA-CARLSBAD INTERCEPTOR SEWER MANHOLE REHABILITATION REACHES VC13 - VC15 CONTRACT NO. 3949 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 this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract 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 in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS NONE Page ' of _J__ pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Revised 05/01/08 Contract No. 3949 Page 19 of 92 Pages BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) VISTA-CARLSBAD INTERCEPTOR SEWER MANHOLE REHABILITATION REACHES VC13 - VC15 CONTRACT NO. 3949 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. A minimum of 5 recent references indicating successful application of high build solvent free epoxy by plural component spray application in a wastewater environment is required. Contract SEE ATTACHED Revised 05/01/08 Contract No. 3949 Page 20 of 92 Pages SOCAL PACIFIC CONSTRUCTION CORPORATION General Engineering Contractor License # 443117 Classification "A, B & C-33" 29885 2ND STREET, SUITE "J", LAKE ELSINORE, CA 92532 PHONE (951) 674-1030 * FAX (951) 674-1035 Recently Completed Projects Date Contract Completed 05/08 10/17/07 6/12/07 8/7/07 8/31/07 10/07 Name and Address of the Employer City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 Sewer Access Hole Rehabilitation Northeast Quadrant Vallecitos Water District 201 Vallecitos de Oro San Marcos, CA 92069 Center Dr. & Mission Rd. Manhole Rehabilitation County of San Diego 10089 Willow Creek Rd. San Diego, C A 92131 Lakeside Manhole Rehabilitation County of San Diego 10089 Willow Creek Rd. San Diego, C A 92131 Spring Valley Manhole Rehabilitation A & R Construction 1631 River Drive Brawley, CA 92227 The Luckey Ranch Project Stanek Constructors 2434 Vineyard Avenue Escondido, CA 92029 Aeration System Replacement Name and Phone No. of Person to Contact Joe McMahon 760-802-8785 Carlos Fimbres 760-744-0460 Peejay Tubongbana 858-715-6453 Peejay Tubongbana 858-715-6453 Johnnie Combs 760-344-4653 Sandra Scale 760-871-0102 Type of Work Manhole Rehabilitation Manhole Rehabilitation Manhole Rehabilitation Manhole Rehabilitation Manhole Rehabilitation Concrete Rehabilitation Amount of Contract $ 93,250.00 $ 86,834.72 $27,137.00 $ 32,800.00 $ 58,780.00 $ 133,166.90 SOCAL PACIFIC CONSTRUCTION General Engineering Contractor License # 443117 Classification "A, B & C-33" 29885 2ND STREET, SUITE "J", LAKE ELSINORE, CA 92532 PHONE (951) 674-1030 * FAX (951) 674-1035 Recently Completed Projects Date Contract Completed 2003 2003 2003 2004 2006 2007 2007 Name and Address of the Employer Rancho California Water District Temecula, CA Nicolas Reservoir City of Huntington Beach Huntington Beach, CA Overmeyer Reservoir High Desert Water District Yucca Valley, CA Wells 9 & 14 Victor Valley Water District Victor Valley, CA Equipping of Water Wells University of California Riverside, CA UCR - East Campus Infrastructure - Civil PKG Pacific Hydrotech Corp. Ferris, CA Milliken Reservoir 1010- 2B Denboer Engineering Thousand Palms, CA Reservoirs 12 & 14 - Huntington Park Name and Phone No. of Person to Contact Craig Mapes 951-296-6900 Joe Dale 714-536-5915 Marty Stockstell 760-365-8333 Reggie Lamson 760-245-6424 George McMullin 951-787-4201 Bob Owens 951-943-8803 Chad Dobbs 760-469-8923 Class of Work General Engineering General Engineering General Engineering General Engineering General Engineering Painting & Coating Painting & Coating Amount of Contract $1,346,049.00 $1,152,251.00 $ 743,720.00 $2,496,000.00 $2,669,777.00 $ 233,940.00 $ 99,700.00 s,,. SOCAL PACIFIC CONSTRUCTION CORPORATION General Engineering Contractor License # 443117 Classification "A, B & C-33" 29885 2ND STREET, SUITE "J", LAKE ELSINORE, CA 92532 PHONE (951) 674-1030 * FAX (951) 674-1035 Recently Completed Projects Date Contract Completed 8/31/07 11/07 11/07 02/08 2007 2008 Name and Address of the Employer A & R Construction 1 63 1 River Drive Brawley, CA 92227 The Luckey Ranch Project Pacific Hydrotech Corp. 3 14 E. Third Street Ferris, CA 92570 Pigeon Pass Lift Station B & W Precast 25 1 1 Harmony Grove Rd. Escondido, CA 92029 MCRD - Manhole Repairs CityofBlythe 440 S. Main Street Blythe, CA 92225 Sewer Manhole Rehabilitation Project DenBoer Engineering Thousand Palms, CA Reservoirs 12 & 14- Huntington Park ARE, Inc. 26000 Commercentre Dr. Lake Forest, CA 92630 Niland Gas Turbine Plant Niland, CA Name and Phone No. of Person to Contact Johnnie Combs 760-344-4653 Sean Finnegan 951-943-8803 Jim Carey 760-737-8590 Chad Aaby 760-922-6612 Chad Dobbs 760-469-8923 Rich Smith 949.454.7163 Type of Work Manhole Rehabilitation Lining of Wet Well Manhole Rehabilitation Manhole Rehabilitation Tank Lining Coating of Tanks Amount of Contract $ 58,780.00 $ 11,325.00 $ 73,500.00 $ 84,544.28 $ 99,700.00 $291,147.00 SOCAL PACIFIC CONSTRUCTION CORPORATION General Engineering Contractor License # 443117 Classification "A, B & C-33" 29885 2™ STREET, SUITE "J", LAKE ELSINORE, CA 92532 PHONE (951) 674-1030 * FAX (951) 674-1035 Recently Completed Projects Date Contract Completed 2007 2007 2007 2007 11/07 2007 2007 Name and Address of the Employer Inland Concrete 2434 Rubidoux Blvd. Riverside, CA 92509 Mid Valley WRP 4 The Van Dyke Corp. 6797 Adobe Road Twentynine Palms, CA Orr Builders B & W Precast 25 1 1 Harmony Grove Rd. Escondido, CA 92029 Victoria Ranch Sewer Lift Station R. H. Newdoll 720 S. Frontage Rd. Nipomo, CA 93444 Nipomo Manhole Lining B & W Precast 25 1 1 Harmony Grove Rd. Escondido, CA 92029 MCRD - Manhole Repairs Kennedy Pipeline 61 Argonaut Aliso Viejo, ca 92656 Pueblo Serra Worship Project RSH Construction Services 3001 E. Tahquitz Cyn., Ste. 205 Palm Springs, CA 92662 Trancas WTP Name and Phone No. of Person to Contact Mike Kennedy 951-788-9720 Rich Gatehouse 760-275-0661 Jim Carey 760-737-8590 Lori Newdoll 805-489-4457 Jim Carey 760-737-8590 Terry Reed 949-380-8363 Greg Chehey 760-322-5077 Type of Work Wastewater Structures Manhole Lining Manhole Rehabilitation Manhole Lining Manhole Rehabilitation Manhole Lining Painting & Coating Amount of Contract $271,460.00 $ 5,850.00 $ 8,600.00 $ 9,950.00 $ 73,500.00 $ 13,652.00 7,518.00 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) VISTA-CARLSBAD INTERCEPTOR SEWER MANHOLE REHABILITATION REACHES VC13 - VC15 CONTRACT NO. 3949 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 each of: D Comprehensive General Liability D Automobile Liability D Workers Compensation D Employer's Liability 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, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. 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 and the General Provisions for this project for each insurance company that the Contractor proposes. 2) 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. Revised 05/01/08 Contract No. 3949 Page 21 of 92 Pages SOCAPAC-01 HUE ACORDm CERTIFICATE OF LIABILITY INSURANCE PRODUCER (888) 825-4322 Bowermaster & Associates P.O. Box 6026 10805 Holder Street - Suite 350 Cypress, CA 90630 INSURED Socal Pacific Corp 29885 Second St, Unit J Lake Elsinore, CA 92532-2415 DATE (MMrtJD/YYYY) 8/13/2008 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. INSURERS AFFORDING COVERAGE INSURER A: Liberty Surplus Insurance Corporation INSURERS: Nationwide Mutual Insurance Company INSURER c: RSUI Indemnity Company INSURER D: Redwood Fire & Casualty Insurance INSURER E: Fireman's Fund Insurance Company NAIC# COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING 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. INSRIADD'L) t ...o™ POLICY EFFECTIVE POLICY EXPIRATION .....reLTR NSRD TYPE OF INSURANCE POLICY NUMBER DATE (MM/DD/YYI DATE (MM/DD/YYI LIMITS A B C D E E X GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY I CLAIMS MADE I X | OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: I POLICY FX] 5P& I JLOC AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS X SCHEDULED AUTOS X HIRED AUTOS X NON-OWNED AUTOS X $500 Comp Deductible X $500 Collision Deductible GARAGE LIABILITY ^J ANY AUTO EXCESS/UMBRELLA LIABILITY X | OCCUR I | CLAIMS MADE DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below OTHER Commercial Equipment Floater Commercial Equipment Floater DGLLA207278017 ACPBA7802482368 NHA220202 4401008396081 MXI98308655 MXI98308655 11/15/2007 1/5/2008 11/15/2007 1/1/2008 2/15/2008 2/15/2008 11/15/2008 1/5/2009 11/15/2008 1/1/2009 2/15/2009 2/15/2009 EACH OCCURRENCE T5AHAGE TO RENTED PREMISES (Ea occurence) MED EXP (Any are person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG COMBINED SINGLE LIMIT(Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) AUTO ONLY - EA ACCIDENT OTHER THAN AUTO ONLY: EAACC AGG EACH OCCURRENCE AGGREGATE V I WCSTATU-A I TORY LIMITS OTH-ER E.L. EACH ACCIDENT E.L DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT , 1,000,OOC $ 50,000 $ Included $ 1,000,000 $ 2,000,OOC $ 2,000,000 $ 1,000,OOC $ $ $ $ $ $ $ 5.000.00C $ 5,000,000 $ $ $ j 1.000.00C $ 1,000,000 $ 1,000,000 Leased/Rented Equipment $220,000 Broad Form/ReplacemntCc 10% Deductible See attached page. CERTIFICATE HOLDER CANCELLATION City of Carlsbad Attn: Kevin Davis- Public Works Purchasing Dept. 1635 Faraday Avenue Carlsbad, CA 92008- SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN 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. AUTHORIZED REPRESENTATIVE e-—~-- -^~=3 ' ~^=-^y^=:'s^^s ' <-—- ^ • — ACORD 25 (2001/08)© ACORD CORPORATION 1988 SOCAPAC-01 HUE IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements). if SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurers), authorized representative or producer, and the certificate holder, nor does it ( affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) SOCAPAC-01 HUE PAGE 1 OF 1 ! DESCRIPTION OF OPERATIONS - Socal Pacific Corp 29885 Second St, Unit J Lake Elsinore, CA 92532-2415 City of Carlsbad Attn: Kevin Davis- Public Works Purchasing Oept. 1635 Faraday Avenue Carlsbad, CA 92008- *10 Days Notice of cancellation will be sent for non-payment of premium* Re: Vista-Carlsbad Interceptor Sewer Manhole Rehabilitation Reached VC13-VC15. Project # 3949. City of Carlsbad, its agents, officers or employees are listed as Additional Insureds in respects to General Liability per form CG 20101185. Coverage under General Liability is Primary per form CGL10310403. Waiver of Subrogation applies to General Liability per form CGL 10250103. Waiver of Subrogation applies to Work Comp per form WC990306. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY INSURER ' REDWOOD FIRE & CASUALTY INSURANCE COMPANY (ME-ID:01) FORM NUMBER WC-99-03-06 WAIVER OF SUBROGATION ' VIE AGREE THAT IN CONSIDERATION OF THE ADDITIONAL PREMIUM CKARGSD, THE RIGHT OF SUBROGATION CLAUSE CONTAINED IN THIS POLICY IS HEREBY WAIVED AS RESPECTS THE FOLLOWING PERSONS OR ENTITIES: •ANY PERSON OR ORGANIZATION TO WHOM YOU ARE OBLIGATED BY VALID WRITTEN CONTRACT WHEREIN YOU HAVE AGREED TO FURNISH THIS WAIVER." THIS ENDORSEMENT APPLIES ONLY TO THOSE PERSONS OR ENTITIES LISTED _IN_£HE._EDJRBGQING PARAGRAPH. THE INSURED AGREES TO MAINTAIN PAYROLL AND CONTRACT RECORDS ACCURATELY IN ORDER TO SEGREGATE THE REMUNERATION FOR EMPLOYEES WHILE ENGAGED IN THE WORK FO.R WHICH THIS WAIVER WILL APPLY. THAT INFORMATION WILL BE VERIFIED BY THE INSURER AT FINAL AUDIT. A SURCHARGE OF 3% SHALL BE APPLIED TO THE RISK'S STANDARD PREMIUM, SUBJECT. TO A MINIMUM CHARGE OF $500, AND WILL BE COLLECTED UPON COMPLETION OF THE FINAL AUDIT. This endorsement changes the policy to which is attached and is effective on the date issuad unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Oi/oi/ioos Insured ^°^:l' Pacific Construction Corp EN1 10-04 Policy NO. 44010083961)81 Endorsement No.. 001 Countersigned by. Authorized Representative POLICY NUMBER: DGLLA207278017 COMMERCIAL GENERAL LIABILITY NAMED INSURED: SoCal Pacific Corp. THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Nama of Person or Organization: All Persons or Oranizattons that are patties to a contract that requires you to obtain this agreement provided you executed the contract before the loss (tf no entry appears above, the information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) WHO IS AN INSURED (Section II) fe amended to include as an insured the person or organization shown in the Schedule but only with respect to liability arising out of "your work" for that insured by or tor you. CG 2010 11 85 Copyright, Insurance Services Office, Inc., 1984 LSICorporation Member of Uheity Mutual Croup ENDORSEMENT NO. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Endorsement Effective Date: 11/15/2007 Policy No: DGLLA207278017 Insured: Socal Pacific Corp WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US It is hereby agreed that Section IV, item 8. Transfer of Rights of Recovery Against Others to Us, is modified as follows: SCHEDULE Name of Person or Organization: As required by written contract. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV - COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization. This waiver applies only to the person or organization shown in the Schedule above. CGL 10250103 Liberty International Underwriters ENDORSEMENT NO. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY Endorsement Effective Date: 11/15/07 Pol icy No.: DGLLA207278017 Insured: Socal Pacific Corp PRIMARY INSURANCE CLAUSE ENDORSEMENT To the extent that this insurance is afforded to any additional insured under the policy, such insurance shall apply as primary and not contributing with any insurance carried by such additional insured, as required by written contract. Nothing herein contained shall be held to waive, vary, alter or extend any condition or provision of the policy other than as above staled. COL 10310403 Page 1 of 1 NCLC - Job Number List Job Number 900-33 900-62 900-75 900-91 900-95 901-00 103-08 121-08 122-08 123-08 124-08 125-08 126-08 127-08 129-08 130-08 134-08 137-08 139-08 142-08 143-08 144-08 146-08 148-08 150-08 151-08 153-08 154-08 155-08 156-08 158-08 159-08 160-08 161-08 162-08 163-08 164-08 165-08 166-08 167-08 168-08 169-08 170-08 171-08 172-08 173-08 Job Name B & W Precast/Miramar Road Trunk Sewer Gateway/Orchard Hills B&W/Sycuan Casino PO #16508 Pascal & Ludwig/Headlands Sewer Station BRH-Garver/San Jacinto Interceptor Sewer Phase 1 Leatherwood/Laguna Crossing - PA18 Cass Construction/Pump Station #18 Rehabilitation ARB Inc./Niland CTG Project Griffith Co./RP4 Pump Station Pacific Hydrotech/Monte Vista Aquifer & Well 33 Pacific Hydrotech/RMS@9 Water Reservoirs Olsson Construction/Cactus Ave. Pump Station FT. Ziebarth/Pasadena Avenue Well KEC Engineering/MH Touch-up - Irvine Bill Nelson/City of Clovis Pump Station B Mar-Con/El Fuente & Faraday Halopoff/City of Tulare Dairy Wasteline Replacement Orion Construction/San Elijo - Sludge System Mar-Con/San Marcos Time & Material Pacific Hydrotech/San Antonio WTP Rehab Project 4-Con Engineering/Adelanto Phase 2-A Water Reclamation Gantry Constructors/San Clemente Fleming Environmental/EMWRF & CRWRF CMF Orion Construction/La Salina Upgrades - Phase 1 Cora Constructors/HARRF Digester Heating System Griffith Co./RP1 Odor Control & Solids Bypass Project Valley Sanitary District/Manhole Rehabilitation #10 K.J. Woods/Capitola Sewer Project Western Seven/Holt Blvd. Phase A City of Escondido/Manhole Rehabilitation Reyes Construction/Palm Avenue Street End Improvements RSH Construction/Salton City WWTP Schuler Engineering/Highland Reservoir Pacific Hydrotech/Ave. K-12 & 30th Street NeWest Construction/Santa Maria WWTP Headworks Mike Prlich/Long Beach Manhole Lining Mar-Con/Work @ Yard Kennedy Pipeline/2 Manholes Dana Point Kennedy Pipeline/Irvine Manhole Excel Paving/Manhole Rehab Stanek Const./Santa Maria WWTP City of Thousand Oaks/Manhole Rehab Mladen Buntich/Chapman-Gilbert Sewer RSH/Stoller St. Water Tank IES 2000 ATLANTA/Niland Enclosure Painting San Luis Obispo/Clarifier #4 Quote Number NCLC061 NCLC067 NCLC138 NCLC110/111/184 NCLC123 NCLC159 NCLC229R NCLC277 NCLC193 NCLC216 NCLC220 NCLC165 NCLC289 NCLC328 NCLC338 NCLC300 NCLC303 T&M NCLC349 NCLC343 NCLC355 NCLC319 NCLC359 NCLC420 NCLC364 NCLC432 NCLC368 NCLC372 NCLC330 NCLC387 NCLC375 NCLC383 NCLC456 NCLC332 NCLC442 NCLC408 NCLC347 NCLC435 174-08 Mar-Con/Hwy. 67 Lakeside Manholes 175-08 A & R Construction/El Centre Manhole 176-08 K.J. Woods/San Jose Gateway NCLC459 177-08 SSC Construction/Henry Garnett WPP Expansion NCLC348 178-08 SCW Contracting/EMWD Flouridation Facilities NCLC448 179-08 Archer Western/Alvarado WTP Upgrade & Expansion NCLC353 180-08 Griffith Company/Van Norman Chloramination Stas. 1 & 2 NCLC374 181-08 Gantry Constructors/Grass Valley WTP NCLC335 182-08 Utah Pacific/Holt Blvd - City of Ontario NCLC421R 183-08 Mountain Cascade/SLO Gravity Sewer NCLC398 184-08 Cora Constructors/Garden Grove Chlorination System NCLC450/447 185-08 Kennedy Pipeline/Little Tokyo Manholes NCLC475 186-08 CP Construction 187-08 Steve P. Rados/NCOS ATF NCLC356 188-08 Pacific Hydrotech/Rubidoux Regional & Juan Diaz LS NCLC431 189-08 SKANSKA/March Wastewater Reclamation Facility NCLC409 190-08 Sukut Const./Pelican Hills Job #13888 NCLC476 191-08 City of Rialto/Citywide Sewer Manhole Repair & Replace 192-08 City of Carlsbad/Vista-Carlsbad Interceptor BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) VISTA-CARLSBAD INTERCEPTOR SEWER MANHOLE REHABILITATION REACHES VC13 - VC15 CONTRACT NO. 3949 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? yes 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. Not Applicable party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: Socal Pacific Construction Corp. By:. (sign here) Anton Anstett, President (print name/title) Page of pages of this Re Debarment form Revised 05/01/08 Contract No. 3949 Page 22 of 92 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) VISTA-CARLSBAD INTERCEPTOR SEWER MANHOLE REHABILITATION REACHES VC13 - VC15 CONTRACT NO. 3949 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 10 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? yes 2) Has the suspension or revocation of your contractor's license ever been stayed? X yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes 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? X yes no 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 therefore. N/A (If needed attach additional sheets to provide full disclosure.) Page 1 of 1 pages of this Disclosure of Discipline form Revised 05/01/08 Contract No. 3949 Page 23 of 92 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) VISTA-CARLSBAD INTERCEPTOR SEWER MANHOLE REHABILITATION REACHES VC13 - VC15 CONTRACT NO. 3949 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. N/A (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Socal Pacific Construction Corp. (name o^SoTTJractor) By: (sign here) Anton Anstett, President (print name/title) Page 1 of 1 pages of this Disclosure of Discipline form Revised 05/01/08 Contract No. 3949 Page 24 of 92 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 VISTA-CARLSBAD INTERCEPTOR SEWER MANHOLE REHABILITATION REACHES VC13 - VC15 CONTRACT NO. 3949 State of California ) \ County of Riverside ) Anton Anstett , . ,. . . . ., being first duly sworn, deposes and says that he or she is (Name of Bidder) President (Title) Socal Pacific Construction Corp. (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 8th day of Ju^-y , 20 °8 . Signature of Bidder Anton Anstett, President ubscribed and sworn to before me on the day of , 20_ (NOTARY SEAL) TERRA COX ICommission* 1680321 I Signature of Notary ) ^ Notary Public - California \ y-JpSubscnbed and sworn to (or affirmed) before me this 8th day of Dlvarclria rountv W M\ July 2008 by Anton Anstett, proved to me on the basis ofKIVBIOIUD WWUIHJ . saflsfactoryjBvldence to be the personfs) who appeared before me.My Comm. Expires Jul 10,2010f ^^ Revised 05/01/08 Contract No. 3949 rpublic Page 25 of 92 Pages CONTRACT PUBLIC WORKS This agreement is made this day of SjP^Z^Ae^j _ , 20 Of , by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and _ SOCAL PACIFIC CONSTRUCTION CORPORATION _ whose principal place of business is 29885 2ND Street Suite J Lake Elsinore CA 92532 _ (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: VISTA-CARLSBAD INTERCEPTOR SEWER MANHOLE REHABILITATION REACHES VC13 - VC15 CONTRACT NO. 3949 (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, Non-Collusion Affidavit, Designation of Subcontractors, Technical Ability and Experience, Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General 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 fulfill 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 Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General 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. The City shall withhold retention as required by Public Contract Code Section 9203. Revised 05/01/08 Contract No. 3949 Page 26 of 92 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. 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 all 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. A•^ Revised 05/01/08 Contract No. 3949 Page 27 of 92 Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, 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 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 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 City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if 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 City Council Policy # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $1,000,000 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 or its agents, officers or employees are additional insured. b. Business Automobile Liability 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. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, 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 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, and employers' liability coverage. Revised 05/01/08 Contract No. 3949 Page 28 of 92 Pages b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the 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) 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 ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) 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. (E) 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. (F) 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. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. 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 City Council Policy # 70. (H) 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. (I) 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 Section 3 of the General Provisions. 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 for breach of this agreement. •^ Revised 05/01/08 Contract No. 3949 Page 29 of 92 Pages (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 herein by 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. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreements San Diego County, California. I have read and understand all provisions of Section 11 above^ 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. Revised 05/01/08 Contract No. 3949 Page 30 of 92 Pages 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. 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. 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: Socal Pacific Construction Corp. ame of-Qontractor) nation of (sign fie re) Anton Anstett, President nd title) ^ (sign here) Stephan Hennes, Secretary (print name and title) President or vice-president and secretary or assistant secretary must sign Ydr'tiBrporations. 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. APPROVED AS TO FORM: RONALD R. BALL City Attorney Revised 05/01/08 Contract No. 3949 Page 31 of 92 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California RiversideCounty of. On August 25, 2008 Date personally appeared _ before me,Terra Cox, Notary Public fNarrHere Insert Name and Tille ol the Officer Anton Anstett and Stephan Hennes Name(s) ol Slgner(s) TERRA COX I Commission #1680321 I Notary Public - California \ Riverside County j My Comm. Expires Jul 10.20101 who proved to me on the basis of satisfactory evidence to be the person(s)-whose name(eHs/aFe-subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/he*#he«* authorized capacity(ies}, and that by his/hef/toeir signature(s)-en the instrument the person(s)ror the entity upon behalf of which the person(s)-acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature .Signature ol Notary Public OPTIONAL Though the information below /s 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: Contract Document Date: August 25. 2008 . Number of Pages:. Signer(s) Other Than Named Above: N/A Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer —Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing:. Top of thumb here Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: Top of thumb here O2007NattonalNotaryAsEociation'93SODBSotoAve.,RO.Box2402'Chatswortri,CA 91313-2402.www.NattonalNotary.org Item #5907 Reorder: Call Toll-Free 1-800-876-6827 Bond No. SU1037929 Premium: Included in Performance Bond LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2008-225, adopted August 5, 2008, has awarded to SOCAL PACIFIC CONSTRUCTION CORPORATION (hereinafter designated as the "Principal"), a Contract for VISTA-CARLSBAD INTERCEPTOR SEWER MANHOLE REHABILITATION REACHES VC13 - VC15 CONTRACT NO. 3949 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. SOCAL PACIFIC CONSTRUCTION CORPORATION . as Principal, (hereinafter designated as the "Contractor"), and Arch Insurance Company ^____^_____^_^_____^___ as Surety, are held firmly bound unto the City of Carlsbad in the sum of TWO HUNDRED SEVENTY NINE THOUSAND SIX HUNDRED EIGHTY TWO Dollars ($279,682), said sum being an amount equal to: One hundred percent (1.00%) of the total amount payable under the terms of the contract by the City of Carlsbad, and 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 Contractor 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, consistent with California Civil Code section 3181, or for amounts due under the Unemployment Insurance Code with respect .to the work or labor performed under this Contract, 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 the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 3248. This bond shall inure to the benefit of any of the persons named in California Civil Code section 3181, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. 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 hereunder 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. Revised 05/01/08 Contract No. 3949 Page 32 of 92 Pages 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. 25thExecuted by CONTRACTOR this. day of August , 20. day 08 Executed by SURETY this 14th of August ; 2008 . CONTRACTOR: Socal Pacific Construction Corp. (name of C Bv: (sign here) Anton Anstett _ _ (print name here) President • Spcal Pacific: Construe! hi on Cnrp (tfttarafld organiztion of signatory) SURETY: Arch Insurance Company (name of Surety) 135 N. Los Robles Ave #825. Pasadena. CA 91101 (address of Surety) (626) 639-5295 telephone number of Surety) By:. (sign here) Stephan Hennes _ (print name here)Secretary Socal Pacific Construction Corp . (title and organization of signatory) (signature of Attomey-ir Shannon Lopez / (printed name of A1 (attach corporate resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or viceypresident and secretary or assistant secretary must sigh 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 trie corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney Deptrty City Attorney W Revised 05/01/0?Contract No. 3949 Page 33 of 92 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California RiversideCounty of. On August 25, 2008 Date personally appeared _ before me,Terra Cox, Notary Public Here Insert Name and Title of the Officer Anton Anstett and Stephan Hennes Name(s) ol Slgner(s) TERRA COX I Commission #1680321 I Notary Public - California \ Riverside County j My Comm. Expires Jul 10.20101 Place Notary Seal Above who 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 Ns/hefi'their authorized capacity(ies), and that by hie/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature.signature of Notary Public OPTIONAL 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: Labor Bond Document Date: August 14, 2008 . Number of Pages:. Signer(s) Other Than Named Above: Shannon Lopez on behalf of Arch Insurance Co. Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual Corporate Officer — Title(s): _ D Partner — D Limited D General D Attorney in Fact D Trustee Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited O General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: S££32SS£KWjSS£3!S£a3KSS£6S£6&23SasS0$S0S£23S2eSSjta&fs&fa&f4&&s&s38k D Guardian or Conservator H Other: Signer Is Representing: HtiSS0SS&GSSIGSit5&SS&fS&fG&tiS&fS&fiS£ifS&&i5&&SS&G&&S&fS&fSl&ss&GKfs&«sKfa&fa& ©2007NattonalNotaryAssocialion'93SODeSotoAvB.,RO.Box2402'Chatswortfi,CA 91313-2402 •www.Natton^Notaryorg Item #5807 Reorder. Can Toil-Free 1-80O-87&-6827 CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On August 14.2008 before me S. Lynn Ewer. Notary Public _, personally appeared Shannon Lopez who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature(s) on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature_(Seal) S LYNN EWERC COMM. #1807411 Q NOTARY PUBLIC-CALIFORNIA * SAN BERNARDINO, COUNTY " My Comm. Exp. JULY 26. 2012 ( OPTIONAL T"i1Thanlough the data below is not required by law, it. may prove valuable to persons relyingd could prevent fraudulent reattachment of this form.on the document CAPACITY CLAIMED BY SIGNER INDIVIDUAL DESCRIPTION OF ATTACHED DOCUMENT CORPORATE OFFICER Title(s) PARTNERS LIMITED GENERAL ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: Payment Bond Title or Type of Document 2 Number of Pages 8/14/08 Date of Document SIGNER IS REPRESENTING: Arch Insurance Company Socal Pacific Construction Corp. Signer(s) other than Named Above POWER OF ATTORNEY ,<now All Men By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City, Missouri (hereinafter referred to as the "Company") does hereby appoint Peter M. Davis, Martin M. Davis, George A. DeCristo, Shannon Lopez, Gale L Delo and Kenzie K. Thompson of Redlands, CA (EACH) its true and lawful Attomey(s)-in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or letter of credit This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Kansas Chv,.tMj^jE|id,::~' -' -L ; This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3,2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: 'VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOML0013000303 Page 1 of 2 Printed in U.S.A. In Testimony Whereof, tha Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 4th dav of _A£ril . 20 06 . Arch Insurance Company Attested and Certified Martin J. NilsenpSecretary STATE OF NEW YORK SS COUNTY OF NEW YORK SS Edwardi M. Titus/flee President ! Peter J. Calleo, a Notary Public, do hereby certify that Edward M. Titus and Martin J. Nilsen personally known to me to be the same persons whose names are respectively as Vice President and Secretary of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing Instrument, appeared before me this day in person and severally acknowledged that they being thereunto51 duly authorized Sigfied, sealed with the corporate seal and delivered the said instrument as the free apd^voluntary act ofjaid corporation and as their own free and voluntary acts for the uses and purposes therein set forth. CERTIFICATION .,. NPtery Public, State of New York commission Expires May 3,2008 My comrrtlss^} expires 5-Oi3-S008 I, Martin J. Nilsen, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated on behalf of the person(s) as listed above is a true and correct copy arid that the same has been in full force^and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said Edward M. Titus, who executed the Power of Attorney as Vice President, was on the date of execution of the attached Pdwer of Attorney the duly elected Vice President of the Arch Insurance Company. ,; IN TESTIMONY WHEREOF, I have hereunto subscribed my name and Company on this 14th dav of August 2008 . I of the Arch jnsurance Martin J. Nilseft Secretaryr This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Contractors & Developers Group 135 N. Robtes Ave., Ste. 825 Pasadena, CA 91101 OOML0013 00 03 03 Page 2 of 2 Printed in U.S.A. BondNo.SU1037929 Premium: $4,041.00 FAITHFUL PERFORMANCE/WARRANTY BOND BASED ON FINAL CONTRACT PRICE WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2008-225, adopted August 5, 2008, has awarded to SOCAL PACIFIC CONSTRUCTION CORPORATION (hereinafter designated as the 'Principal"), a Contract for: VISTA-CARLSBAD INTERCEPTOR SEWER MANHOLE REHABILITATION REACHES VC13 - VC15 CONTRACT NO. 3949 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. SOCAL PACIFIC CONSTRUCTION CORPORATION . as Principal, (hereinafter designated as the "Contractor"), and Arch Insurance Company _ __ _ as Surety, are held firmly bound unto the City of Carlsbad in the sum of TWO HUNDRED SEVENTY.NINE THOUSAND SIX HUNDRED EIGHTY TWO Dollars ($279,682), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and 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 therefore, 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 there under 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. Revised 05/01/08 Contract No. 3949 . Page 34 of 92 Pages 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 25th day of August 20£8_. CONTRACTOR: SoCal Pacific Construction Corp. Executed by SURETY .this 14th <jay of August 20.08 SURETY: Arch Insurance Company (name of Surety) By:. (sign here) Anton Anstett ~~~ ~~~""~ (print name here) President Socal Pacific Construction Corp. By:. 135 N. Los Robles Ave., #825, Pasadena, CA 91101 (address of Surety) (626) 639-5295 . (telephone number of Surety) (Title and Organization of Signatory) By: (signature of Attprney-iivFacfjj Shannon Lopez (sign here) Stephan Hennes (print name here)Secretary Socal Pacific Construction Corp. (Title and Organization of signatory) (printed name of Attomey-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment 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.) APPROVED AS TO FORM: RONALD R. BALL City Attorney Revised 05/01/08 Contract No. 3949 Page 35 of 92 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Riverside On August 25, 2008 Dale personally appeared _ before me,Terra Cox, Notary PublicTV Pu I Name aHare Insert Name and Tille of the Officer Anton Anstett and Stephan Hennes Name(s) of Slgner(s) TERRA COX L Commission* 1680321 I Notary Public - California f Riverside County f My Comm. Expires Jul 10.201 Of ••••'••vv4 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) ie/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in h&beirtheir authorized capacity(ies), and that by hfe/hefitheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature. OPTIONAL - Signature of Notary Public 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: Performance Bond Document Date: August ^4, 2008 . Number of Pages:. Signer(s) Other Than Named Above: Shannon Lopez on behalf of Arch Insurance Co. Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual ^ Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing:. Signer's Name: D Individual D Corporate Officer —Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing:. Top of thumb here ©2007NattonalNotaryAssociatiQn-9350DeSotoAve,RO.Box2402'Chatsworth,CA 91 31 3-2402 •www.NattonalNotary.or9 Item #5807 Reorder. Call Toll-Free 1-800-876-6827 CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On August 14. 2008 before me S. Lynn Ewer, Notary Public _, personally appeared Shannon Lopez who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature(s) on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature_4Seal) C COMM. #1807411 Q NOTARY PUBUC-CAUPOflNtA £ SAW BERNARDINO, COUNTY % My Comm. Exp. JULY 26, 201 2 f >^W>*VVV-VWSO«-V OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the documentand could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER INDIVIDUAL DESCRIPTION OF ATTACHED DOCUMENT CORPORATE OFFICER Performance Bond Title(s) D PARTNERS LIMITED GENERAL Title or Type of Document 2 ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: Number of Pages 8/14/08 Date of Document SIGNER IS REPRESENTING: Arch Insurance Company Socal Pacific Construction Corp. Signer(s) other than Named Above POWER OF ATTORNEY Know All Men By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City, Missouri (hereinafter referred to as the "Company") does hereby appoint Peter M. Davis, Martin M. Davis, George A. DeCristo, Shannon Lopez, Gale L. Delo and Kenzie K. Thompson of Redlands, CA (EACH) its true and lawful Attomey(sHn-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or letter of credit This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by Its regularly elected officers at its principal office in Kansas '' . , This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOML0013000303 Page 1 of 2 Printed in U.S.A. In Testimony Whereof, me Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 4th day of _ April , 20,06 . Arch Insurance Company Attested and Certified Martin J.'Nilsertfsecretary STATE OF NEW YORK SS COUNTY OF NEW YORK SS Edward M. Tftus>Vice President I Peter J. Calleo, a Notary Public, do hereby certify that Edward M. Titus and Martin J. Nilsen personally known to me to be the same persons whose names are respectively as Vice. President and Secretary of the Arch Insurance Company, a Corporation organized and existing under the laws of trie Stab of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto5'duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act ofjaid corporation and as their own free and voluntary acts for the uses and purposes thereinset forth. I V\ " \ ' /~>' PETER J. CALLED, ESQ. . \,J\ Li \ / / , Notary Public, State of New York V^CfW A / \ X <., ... No. 02PA6109336 —\& -ftSAJ j(.' " " 'Qi'slifled In New York County Peter J/^llSiCommission Expire* May 3,2008 :My comrrtlssloH expires 6-63^008 CERTIFICATION I, Martin'J. Nilsen, 'Secretary ofthe Arch Insurance Company, do hereby certify that the attached Powerof Attorneyddted< on behalf of the person(s) as listed above is a true and correct copy arid that the same has been; in full force^and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said Edward M. Titus, who executed the Power of Attorney as Vice President, was on'the date of execution,of the attached Pbwerdf Attorney the duly elected Vice President of the Arch Insurance Cbmpany. ••« .: IN TESTIMONY WHEREOF, J have hereunto subscribed my name and Company on this 14th day of August .2008 . , il of the Arch ;lnsura.npe Martin J. Nilseft Secretaryy This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have,no authority to bind the Company except in the manner aniJI to the extent hereini stated. ' , ;' ,' PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS:.-••••-»• .•-•- •:..••.• • . . . ... • • • ,. i ..-.:.-. • .,. •-. Arch Contractors & Developers Group 135 N. Robles Ave., Ste. 825 Pasadena, C A 91101 OOML0013 00 03 03 Page 2 of 2 Printed in U.S.A. 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 whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 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 VISTA-CARLSBAD INTERCEPTOR SEWER MANHOLE REHABILITATION REACHES VC13 - VC15 CONTRACT NO. 3949 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 City 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. Revised 05/01/08 Contract No. 3949 Page 36 of 92 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 FINANCE DIRECTOR Name Signature. Address 1635 Faradav Avenue, Carlsbad. CA 92008 For Contractor: Title Name Signature Address _ For Escrow Agent: Title Name Signature Address 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. Revised 05/01/08 Contract No. 3949 Page 37 of 92 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City:Title MAYOR Name Signature Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 For Contractor:Title Name Signature Address For Escrow Agent:Title Name Signature Address cRevised 05/01/08 Contract No. 3949 Page 38 of 92 Pages GENERAL PROVISIONS FOR VISTA-CARLSBAD INTERCEPTOR SEWER MANHOLE REHABILITATION REACHES VC13 - VC15 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS - Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 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. 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. 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 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. 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 transportation. Revised 05/01/08 Contract No. 3949 Page 39 of 92 Pages 1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Access Hole (Accesshole)-Unless otherwise specified, the term is synonymous with manhole. Addendum - Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency - The City of Carlsbad, California. Agreement - See Contract. Assessment Act Contract - A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base - A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder - Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board - The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond - Bid, performance, and payment bond or other instrument of security. City Council - the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract - A Contract financed by means other than special assessments. Change Order - A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code - The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager- the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract - The written agreement between the Agency and the Contractor covering the Work. Revised 05/01/08 Contract No. 3949 Page 40 of 92 Pages Contract Documents - Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Contractor - The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contractor" shall mean Contractor. Contract Price - The total amount of money for which the Contract is awarded. Contract Unit Price - The amount stated in the Bid for a single unit of an item of work. County Sealer - The Sealer of Weights and Measures of the county in which the Contract is let. Days - Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection - The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board - Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier - Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer - The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile - Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer - A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer - A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire - The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm - The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item - A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Revised 05/01/08 Contract No. 3949 Page 41 of 92 Pages Modification - Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award - The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed - A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. 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. Person - Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans - The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract - Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector - The Engineer's designated representative for inspection, contract administration and first level for informal dispute resolution. Proposal - See Bid. Reference Specifications - Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway - The portion of a street reserved for vehicular use. Service Connection - Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer - Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications - General Provisions, Standard Specifications, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard - The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. oRevised 05/01/08 Contract No. 3949 Page 42 of 92 Pages Standard Plans - Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications - The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". State - State of California. Storm Drain - Any conduit and appurtenances intended for the reception and transfer of storm water. Street-Any road, highway, parkway, freeway, alley, walk, or way. Subbase - A layer of specified material of planned thickness between a base and the subgrade. Subcontractor - An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade - For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision - Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement - A written amendment of the Contract Documents signed by both parties. Supplemental Provisions - Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Surety - Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne - Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility - Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private easement. Work - That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. Revised 05/01/08 Contract No. 3949 Page 43 of 92 Pages 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words ABAN Abandon ABAND Abandoned ABS Acrylonitrile - butadiene - styrene AC Asphalt Concrete ACP Asbestos cement pipe ACWS Asphalt concrete wearing surface ALT Alternate APTS Apartment and Apartments AMER STD American Standard AWG American Wire Gage (nonferrous wire) BC Beginning of curve BCR Beginning of curb return BDRY Boundary BF Bottom of footing BLDG Building and Buildings BM Bench mark BVC Beginning of vertical curve B/W Back of wall C/C Center to center CAB Crushed aggregate base CAL/OSHA California Occupational Safety and Health Administration CalTrans California Department of Transportation CAP Corrugated aluminum pipe CB Catch Basin Cb Curb CBP Catch Basin Connection Pipe CBR California Bearing Ratio CCR California Code of Regulations CCTV Closed Circuit TV CES Carlsbad Engineering Standards CF Curb face CF Cubic foot C&G Curb and gutter CFR Code of Federal Regulations CFS Cubic Feet per Second CIP Cast iron pipe CIPP Cast-in place pipe CL Clearance, center line CLF Chain link fence CMB Crushed miscellaneous base CMC Cement mortar-coated CML Cement mortar-lined CMWD Carlsbad Municipal Water District CO Cleanout (Sewer) COL Column COMM Commercial CONG Concrete CONN Connection CONST Construct, Construction COORD Coordinate CSP Corrugated steel pipe CSD Carlsbad Standard Drawings CTB Cement treated base CV Check valve CY Cubic yard D Load of pipe dB Decibels DBL Double DF Douglas fir DIA Diameter DIP Ductile iron pipe DL Dead load DR Dimension Ratio DT Drain Tile DWG Drawing DWY Driveway DWY APPR Driveway approach E Electric EA Each EC End of curve ECR End of curb return EF Each face EG Edge of gutter EGL Energy grade line El Elevation ELC Electrolier lighting conduit ELT Extra long ton ENGR Engineer, Engineering EP Edge of pavement ESMT Easement ETB Emulsion-treated base EVC End of vertical curb EWA Encina Wastewater Authority EXC Excavation EXP JT Expansion joint EXST Existing F Fahrenheit F&C Frame and cover F&l Furnish and install FAB Fabricate FAS Flashing arrow sign FD Floor drain FDN Foundation 0Revised 05/01/08 Contract No. 3949 Page 44 of 92 Pages FED SPEC Federal Specification FG Finished grade FH Fire hydrant FL Flow line FS Finished surface FT-LB Foot-pound FTG Footing FW Face of wall G Gas GA Gauge GAL Gallon and Gallons GALV Galvanized GAR Garage and Garages GIP Galvanized iron pipe GL Ground line or grade line GM Gas meter GNV Ground Not Visible GP .Guy pole GPM gallons per minute GR Grade GRTG Grating GSP Galvanized steel pipe H High or height HB Hose bib HC House connection HDWL Headwall HGL Hydraulic grade line HORIZ Horizontal HP Horsepower HPG High pressure gas HPS High pressure sodium (Light) HYDR Hydraulic IE Invert Elevation ID Inside diameter INCL Including INSP Inspection INV Invert IP Iron pipe JC Junction chamber JCT Junction JS Junction structure JT Joint L Length LAB Laboratory LAT Lateral LB Pound LD Local depression LF Linear foot LH Lamp hole LL Live load LOL Layout line LONG Longitudinal LP Lamp post LPS Low pressure sodium (Light) LS Lump sum LTS Lime treated soil LWD Leucadia Wastewater District MAINT Maintenance MAX Maximum MCR Middle of curb return MEAS Measure MH Manhole, maintenance hole MIL SPEC Military specification MISC Miscellaneous MOD Modified, modify MON Monument MSL . Mean Sea Level (Reg. Standard Drawing M-12) MTBM Microtunneling Boring Machine MULT Multiple MUTCD.... Manual on Uniform Traffic Control Devices MVL Mercury vapor light NCTD North County Transit District NRCP Nonreinforced concrete pipe OBS Obsolete OC On center OD Outside diameter OE Outer edge OHE Overhead Electric OMWD Olivenhain Municipal Water District OPP Opposite ORIG Original PB Pull box PC Point of curvature PCC Portland cement concrete or point of compound curvature PCVC Point of compound vertical curve PE Polyethylene PI Point of intersection PL Property line PMB Processed miscellaneous base POC Point on curve POT Point on tangent PP Power pole PRC Point of reverse curve PRVC Point of reverse vertical curve PSI Pounds per square inch PT Point of tangency PVC Polyvinyl chloride PVMT Pavement PVT R/W Private right-of-way Q Rate of flow in cubic feet per second QUAD Quadrangle, Quadrant R Radius R&O Rock and oil R/W Right-of-way RA Recycling agent RAC Recycled asphalt concrete RAP Reclaimed asphalt pavement RBAC Rubberized asphalt concrete RC Reinforced concrete RGB Reinforced concrete box RCE Registered civil engineer RCP Reinforced concrete pipe RCV Remote control valve REF Reference REINF Reinforced or reinforcement RES Reservoir RGE Registered geotechnical engineer ROW Right-of-Way RR Railroad RSE Registered structural engineer RTE Registered traffic engineer S Sewer or Slope, as applicable SCCP Steel cylinder concrete pipe SD Storm drain SDNR San Diego Northern Railway SDR Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD San Diego Regional Standard Drawings SE Sand Equivalent Revised 05/01/08 Contract No. 3949 Page 45 of 92 Pages SEC Section SF Square foot SFM Sewer Force Main SI International System of Units (Metric) SPEC Specifications SPPWC Standard Plans for Public Works Construction SSPWC Standard Specifications for Public Works Construction STHWY State highway STA Station STD Standard STR Straight SIR GR Straight grade STRUG Structural/Structure SW Sidewalk SWD Sidewalk drain SY Square yard T Telephone TAN Tangent TC Top of curb TEL Telephone TF Top of footing TOPO Topography TR Tract TRANS Transition TS Traffic signal or transition structure TSC Traffic signal conduit TSS Traffic signal standard TW Top of wall TYP Typical UE Underground Electric USA Underground Service Alert VAR Varies, Variable VB Valve box VC Vertical curve VCP Vitrified clay pipe VERT Vertical VOL Volume VWD Vallecitos Water District W Water, Wider or Width, as applicable WATCH Work Area Traffic Control Handbook Wl Wrought iron WM Water meter WPJ Weakened plane joint XCONN Cross connection XSEC Cross section 1-3.3 Institutions. Abbreviation Word or Words AASHTO American Association of State Highway and Transportation Officials AISC American Institute of Steel Construction ANSI American National Standards Institute API American Petroleum Institute AREA American Railway Engineering Association ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWS American Welding Society AWWA American Water Works Association FHWA Federal Highway Administration GRI Geosynthetic Research Institute NEMA National Electrical Manufacturers Association NOAA National Oceanic and Atmospheric Administration (Dept. of Commerce) UL Underwriters' Laboratories Inc. USGS United States Geological Survey Revised 05/01/08 Contract No. 3949 Page 46 of 92 Pages 1 -4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. 1 -4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 1 mil (=0.001 in) 25.4 micrometer (jmi) 1 jnch (in) 25.4 millimeter (mm) 1 inch (in) 2.54 centimeter (cm) 1 foot (ft) 0.3048 meter (m) 1 yard (yd) 0.9144 meter (m) 1 mile (mi) 1.6093 kilometer (km) 1 square foot (fr) 0.0929 square meter (nrr) 1 square yard/yd ) 0.8361 square meter(m ) 1 cubic foot (ft3) 0.0283 cubic meter (nrr) 1 cubic yard (yd ) 0.7646 cubic meter (m x 1 acre 0.4047 hectare (ha) 1 U.S. gallon (gal) 3.7854 Liter (L) 1 fluid ounce (fl. oz.) 29.5735 millileter (mL) 1 pound mass (Ib) (avoirdupois) 0.4536 kilogram (kg) 1 ounce mass (oz) 0.02835 kilogram (kg) 1 Ton (=2000 Ib avoirdupois) 0.9072 Tonne (= 907 kg) 1 Poise 0.1 pascal second (Pa • s) 1 centistoke (cs) 1 square millimeters per second (mm /s) 1 pound force (Ibf) 4.4482 Newton (N) 1 pounds per square inch (psi) 6.8948 Kilopascal (kPa) 1 pound force per foot (Ibf/ft) 1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) 1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) 1.3558 Watt (W) 1 part per million (ppm) 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): Degree Celsius (°C): °F = (1.8x°C) + 32 °C = (°F-32)71.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) •^ Revised 05/01/08 Contract No. 3949 Page 47 of 92 Pages Common Metric Prefixes 3kilo(k) 10 centi (c) 10 milli(m) 10 micro (n) 10' nano(n) 10 pico(p) 10 1-5 SYMBOLS A Delta, the central angle or angle between tangents Z Angle % Percent Feet or minutes Inches or seconds1 Number / per or (between words)0 Degree PL Property line CL Centerline SL Survey line or station line f2 r3 f6 r9 -12 3 Revised 05/01/08 Contract No. 3949 Page 48 of 92 Pages SECTION 2 - SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. A•^ Revised 05/01/08 Contract No. 3949 Page 49 of 92 Pages 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 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 Board 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 Board 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. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. ^2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, ^J and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. 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 a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. 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. Revised 05/01/08 Contract No. 3949 Page 50 of 92 Pages 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 V,,,, warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. 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 un-revoked 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. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, project technical specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, . (SSPWC), Part 2 & 3, and the latest supplements thereto, current edition at the time of bid opening as published by the "Greenbook" Committee of Public Works Standards, Inc., hereinafter designated "SSPWC", as amended. There are no separate construction plans for this project, a site map is included as an Appendix "B" to the Technical Specifications. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, respectively. Copies of some of the pertinent standard drawings are enclosed as an appendix to these General Provisions. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans, or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. Am¥ Revised 05/01/08 Contract No. 3949 Page 51 of 92 Pages The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. 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: 1) Permits from other agencies as may be required by law. 2) Change orders, whichever occurs last. 3) Contract addenda, whichever occurs last. 4) Contract 5) Carlsbad General Provisions, Technical Specifications, and Supplemental Provisions. 6) Plans. 7) Standards plans. a) City of Carlsbad 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. 8) Standard Specifications for Public Works Construction, as amended. 9) Reference Specifications. 10) Manufacturer's Installation Recommendations Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. Revised 05/01/08 Contract No. 3949 Page 52 of 92 Pages The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. 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) pertaining to material submitted for 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 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: 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. Am& Revised 05/01/08 Contract No. 3949 Page 53 of 92 Pages Working drawings are required in the following sections: TABLE 2-5.3.2 (A) Item Section Number Title 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 7-10.4.1 207-2.5 207-8.4 207-10.2.1 300-3.2 303-1.6.1 303-1.7.1 303-3.1 304-1.1.1 304-1.1.2 304-2.1 306-2.1 306-3.1 306-3.4 306-6 306-8 307-4.3 Safety Orders Joints Joints General Cofferdams General General General Shop Drawings Falsework Plans General General General Tunnel Supports Remodeling Existing Sewer Facilities Microtunneling Controller Cabinet Wiring Diagrams Subject Trench Shoring Reinforced Concrete Pipe Vitrified Clay Pipe Fabricated Steel Pipe Structure Excavation & Backfill Falsework Placing Reinforcement Prestressed Concrete Construction Structural Steel Structural Steel Metal Hand Railings Jacking Operations Tunneling Operations Tunneling Operations Polyethylene Liner Installation Microtunneling Operations Traffic Signal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1) List of Subcontractors per 2-3.2. 2) List of Materials per 4-1.4. 3) Certifications per 4-1.5. 4) Construction Schedule per 6-1. 5) Confined Space Entry Program per 7-10.4.4. 6) Concrete mix designs per 201-1.1. 7) Asphalt concrete mix designs per 203-6.1. 8) Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. 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 (10) 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 therefore. o Revised 05/01/08 Contract No. 3949 Page 54 of 92 Pages 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING. (NOT A PART OF THIS CONTRACT 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 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. 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 interviews 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. Revised 05/01/08 Contract No. 3949 Page 55 of 92 Pages 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. SECTION 3 - CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor's signature indicating acceptance. 3-2.2 Payment 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. Revised 05/01/08 Contract No. 3949 Page 56 of 92 Pages 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement can not be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material can not be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. Revised 05/01/08 Contract No. 3949 Page 57 of 92 Pages 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a), (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. 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 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. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. Revised 05/01/08 Contract No. 3949 Page 58 of 92 Pages All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (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. (b) Work 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. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. 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. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. A*¥ Revised 05/01/08 Contract No. 3949 Page 59 of 92 Pages The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be 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. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. 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 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. Revised 05/01/08 Contract No. 3949 Page 60 of 92 Pages The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "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." By: Title: Date: 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 promptly taken. 3-5 DISPUTED WORK. 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. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager Revised 05/01/08 Contract No. 3949 Page 61 of 92 Pages 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 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)(1) 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)(1) "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. (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)(1) 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. Revised 05/01/08 Contract No. 3949 Page 62 of 92 Pages (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)(1) 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 non-binding 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)(1) 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 1141.11 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. Revised 05/01/08 Contract No. 3949 Page 63 of 92 Pages (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 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. 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 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. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. Revised 05/01/08 Contract No. 3949 Page 64 of 92 Pages 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. 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. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. Am¥ Revised 05/01/08 Contract No. 3949 Page 65 of 92 Pages If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these 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, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. 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. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. Revised 05/01/08 Contract No. 3949 Page 66 of 92 Pages The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. 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 with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain- measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Revised 05/01/08 Contract No. 3949 Page 67 of 92 Pages Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investiga- tion will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, 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 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 any time during the Work. 0Revised 05/01/08 Contract No. 3949 Page 68 of 92 Pages SECTION 5 - UTILITIES 5-1 LOCATION. 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. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) arid obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. A•^ Revised 05/01/08 Contract No. 3949 Page 69 of 92 Pages Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301-1.6, 2006 Edition, and the supplements thereto. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation 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's convenience and no additional compensation will be allowed therefore or for additional work, materials 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. Revised 05/01/08 Contract No. 3949 Page 70 of 92 Pages 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule.which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractpr shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. 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 10 calendar days after receipt of the "Notice to Proceed". 6-1.1 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. 6-1.2 Schedule. After notification of award and prior to start of any work, the Contractor shall submit its proposed construction schedule to the Engineer for approval. The construction schedule shall be in the form of a tabulation, chart, or graph and shall be in sufficient detail to show chronological relationship of all activities of the project. These included, but are not limited to: estimated starting and completion dates of various activities, submittal of shop drawings to the Engineer for approval, procurement of materials and scheduling equipment. The construction schedule shall recognize the requirements of 5-5 and reflect completion of all work under the Contract within the specified time and in accordance with the Specifications. If the Contractor desires to make a major change in the method of operations after commencement of construction , or if the schedule fails to reflect the actual progress, the Contractor shall submit to the Engineer a revised construction schedule in advance of beginning revised operations. Revised 05/01/08 Contract No. 3949 Page 71 of 92 Pages 6-1.3 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 therefore. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 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 Sewer Manhole Rehabilitation with Epoxy, Cement Mortar System. In order to install the rehabilitation system below the flow line of the wastewater in the manhole channel, the Contractor may find it necessary to implement a wastewater bypass system or coordinate the work schedule to install the lining system during times of minimal flow. 6-2.3 Project Meetings. The Engineer will establish the time and location of bi-weekly Project Meetings. The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, "The Contractor's Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. Revised 05/01/08 Contract No. 3949 Page 72 of 92 Pages The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. Revised 05/01/08 Contract No. 3949 Page 73 of 92 Pages No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof, the proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 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) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. The time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within 60 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Revised 05/01/08 Contract No. 3949 Page 74 of 92 Pages 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 v 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. The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by Section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. Contractor is hereby advised that the Engineer may require after hours and weekend work on an interim basis to accomplish installation of rehabilitation material below the high flow line of the manhole channels. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor's written assertion that the Work has been completed. 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. All work shall be warranted for one (1) year after recordation of the "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. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of five hundred Dollars ($500.00). Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Revised 05/01/08 Contract No. 3949 Page 75 of 92 Pages Execution of the Contract shall constitute agreement by the Agency and Contractor that five hundred Dollars ($500.00) 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. 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. ^7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work' properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimina- tion because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. The Contractor's attention is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. Revised 05/01/08 Contract No. 3949 Page 76 of 92 Pages 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. 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. 7-5 PERMITS. Except as specified herein the. Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, 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 therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Resource Agency Permits. This project was determined to be exempt from CEQA and resource agency permits. Supporting documents are included in Appendix "D". 7-5.2 Relations with the Railroad. 7-5.2.1 General. The Contractor shall cooperate with the North County Transit District (NCTD), the Burlington Northern and Santa Fe Railway (BNSF) and the National Railway Passenger Corporation (AMTRAK), herein after collectively referred to as Railroad. It is understood the Railroad shall have absolute authority and right to cause the Contractor's work on the Railroad Property to cease. Revised 05/01/08 Contract No. 3949 Page 77 of 92 Pages 7-5.2.2 Right of Entry Permit It shall be the responsibility of the Contractor to obtain a "Right of Entry" Permit from the North County Transit District Board, (The Board), prior to the commencement of any work, of these supplemental provisions. All fees and costs associated with obtaining and complying with the terms of this permit, including but not limited to engineering review, submittal review, railway flaggers and construction inspection, shall be the responsibility of the Contractor, and no other payment will be allowed, except as specified herein. All fees and costs associated with obtaining and complying with the terms of the Right of Entry permit shall be the responsibility of the Contractor. Contractor shall be required to make an deposit to NCTD. The deposit to NCTD will be required prior to the issuance of the Right of Entry permit. Any portion of the deposit remaining after acceptance of the contract by the City will be returned to the Contractor. Payment to the Contractor for all costs associated with obtaining and complying with the Right of Entry permit shall be considered as included in various items of work and no additional compensation will be allowed therefore. The Contractor after receipt of the Right of Entry Permit approved by the Board shall furnish the Engineer with two copies of the executed Right of Entry permit. 7-5.2.3 Railroad Requirements The Contractor shall notify NCTD in writing at least ten (10) working days prior to commencement of work on Railroad Right of Way at: North County Transit District 810 Mission Avenue Oceanside, CA 92504 (760) 966-6504 (760) 754-9403 FAX The details of construction, including proposed method of setup to perform the work shall be submitted to the railroad for approval and shall not be undertaken without approval and shall not be undertaken until approval by the Railroad is given. All persons entering into the railroad right of way will be required to attend a preconstruction Railroad Safety Training course conducted by NCTD. No additional compensation to Contractor will be allowed for attendance at a Railroad Safety Training course. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. Revised 05/01/08 Contract No. 3949 Page 78 of 92 Pages The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others, the Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 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. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. 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 therefore. Am¥ Revised 05/01/08 Contract No. 3949 Page 79 of 92 Pages 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. 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. 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 therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. The Notice of Intent (NOI) shall not be filed for the project. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. Revised 05/01/08 Contract No. 3949 Page 80 of 92 Pages 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. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. A•^ Revised 05/01/08 Contract No. 3949 Page 81 of 92 Pages Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is completed, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company, Coast Waste Management at 929-9417. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 72 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 72 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. Revised 05/01/08 Contract No. 3949 Page 82 of 92 Pages 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer (760) 602-2720 2) Carlsbad Fire Department Dispatch (760) 931-2197 3) Carlsbad Police Department Dispatch (760) 931-2197 4) Carlsbad Traffic Signals Maintenance (extension 2937) (760) 438-2980 5) Carlsbad Traffic Signals Operations (760) 602-2752 6) North County Transit District (760) 967-2828 7) Waste Management (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, 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 ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. Revised 05/01/08 Contract No. 3949 Page 83 of 92 Pages 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5.Let seq. All temporary reflective channelizers shall conform to the provisions of Section 214- 5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. 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 traveled way and shielded from the view of the traveling 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 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' 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 not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than 1.8 m (6'), nor operate equipment within 0.6 m (2') from any traffic lane occupied by traffic. For equipment the 0.6 m (2') 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, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer 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. During the entire construction, a minimum of 1 paved traffic lanes, not less than (insert appropriate minimum lane widths of 12' wide, shall be open for use by public traffic in each direction of travel. Revised 05/01/08 Contract No. 3949 Page 84 of 92 Pages 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these 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 Engineer, within the limits of the right-of-way. 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 Supplemental 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 the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 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 the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) 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. 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. 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in Revised 05/01/08 Contract No. 3949 Page 85 of 92 Pages sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered 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 to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the 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 TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals. 7-10.3.7 Payment The Contractor shall prepare and implement traffic control plans and shall furnish all labor and materials to perform, install, maintain, replace and remove all traffic control as incidentals to the work with which they are associated and no other compensation will be allowed therefore. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. Revised 05/01/08 Contract No. 3949 Page 86 of 92 Pages 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit- required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 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. Revised 05/01/08 Contract No. 3949 Page 87 of 92 Pages 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. 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. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." SECTION 8 - FACILITIES FOR AGENCY PERSONNEL (NOT A PART OF THIS CONTRACT) SECTION 9 - MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. ^S Revised 05/01/08 Contract No. 3949 Page 88 of 92 Pages 9-1.2 Methods of Measurement Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 1 5 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1 . The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Revised 05/01/08 Contract No. 3949 Page 89 of 92 Pages Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. 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 these General Provisions. Progress payments shall be made no later than thirty (30) 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 (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 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. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. Revised 05/01/08 Contract No. 3949 Page 90 of 92 Pages No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. 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 Section 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. Except for those final payment items disputed in the written statement required in Section 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 Section 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 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 their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. •^ Revised 05/01/08 Contract No. 3949 Page 91 of 92 Pages 9-3.3 Delivered Materials. When provided for in the Specifications, and subject to the limitation and conditions therein, the cost of materials £ Work will be included in the progress estimate. and conditions therein, the cost of materials and equipment delivered but not incorporated into the -^% 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be included in the various items of work and no other payment will be made. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. Manhole Epoxy-Mortar Rehabilitation (Bid Item No. 1) Lineal Feet The contract unit price paid for this bid item shall constitute full compensation to furnish and install rehabilitation material per Technical Specification 02760, Appendix "C" Schedule of Manhole Rehabilitation and General Provisions. Frame and Cover Replacement and Surface Repairs (Bid Item No. 2) Each The contract unit price paid for this bid item shall constitute full compensation to furnish and install the manhole frame and covers per Technical Specification 02760 and Appendix "C", Schedule of Manhole Rehabilitation. This includes, but is not limited to all street surface and incidental repairs necessary above grade, related to the manhole rehabilitation. Revised 05/01/08 Contract No. 3949 Page 92 of 92 Pages SECTION 01010 SUMMARY OF WORK PART 1 - GENERAL 1.1 GENERAL The WORK to be performed under this Contract shall consist of furnishing all tools, equipment, materials, supplies, and manufactured articles and furnishing all labor, transportation and services, including fuel, power, water, and essential communications, and performing all work, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The WORK shall be complete, and all work, materials, and services not expressly indicated or called for in the Contract Documents which may be necessary for the complete and proper construction of the WORK in good faith shall be provided by the CONTRACTOR as though originally so indicated, at no increase in cost to the Agency. 1.2 RELATED SECTIONS A. 02760 - Rehabilitation of Concrete Manholes with a Protective Coating. B. General Provisions of Contract 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. The WORK includes the rehabilitation of 25 existing sewer manholes as required in Manhole Rehabilitation Schedule, see Appendix "C". The method of rehabilitation shall be epoxy mortar system as specified in Section 02760, including all incidentals necessary to complete this work as specified in the General Provisions of the Contract. Flow through the structures will not be interrupted and no debris resulting from the preparation or repair of the manhole shall be allowed to enter the sewer pipeline. The protective epoxy coating shall be installed over all concrete surfaces in the structures, excluding that below the daily low flow level of the channel. Rehabilitation includes replacement of frames and covers along with the interior repair stated. 1.4 ACCESS The manholes are located in a variety of locations including public roads, private roads parking lots and landscaped easements. The contractor is responsible for recognizing issues concerned with accessing the structures. These issues include but are not limited to, public notification, traffic control, protection and replacement of existing structures including landscape damaged by the access or execution of the project work. A partial list of owners and interested parties to be notified is provided in Appendix "D". Access issues are considered incidental to the work with which they are associated and no other compensation will be allowed therefore. Several manholes are located near or adjacent to the NCTD Right-of Way and a permit may be necessary if the Contractor finds it necessary to encroach onto the NCTD right-of-way in order to complete this work. Cost for NCTD permits or agreements as well as cost for flagmen is considered part of the Contract and no additional payment will be made for this work. MAY 2008 SUMMARY OF WORK VISTA-CARLSBAD INTERCEPTOR SEWER 01010-1 MANHOLE REHABILITATION REACHES 13-15 1.5 SERVICE CONDITONS The system provided under this section shall be suitable for exposure to municipal wastewater containing significant quantities of animal fats and greases, petroleum products, grit, organic wastes, vegetable matter, dissolved H2S. The pH of the wastewater is expected to range between 6.5 and 8.0 and temperatures are expected to range from 60 degrees F to 95 degrees F. Sulfuric acid, resulting from biological activity in the space above the liquid, will result in a pH of approximately 1 on all exposed surfaces where the specified coating system is to be applied. Service conditions per NACE standards shall be considered "SEVERE". Each of the manholes has been inspected and found to severely corroded. Contractor shall coordinate any bypassing or flow interruption with the City's Sewer Operations Dept through the Engineer. All bypass plans must be approved by the Engineer prior to implementation. Contractor shall prevent debris from entering pipeline during the cleaning, preparation and installation phases of this project. Engineer shall approve of the Contractor's means to prevent debris from falling into wastewater flow. 1.6 EXISTING CONDITONS The City completed inspection of the manholes in this project. Their individual conditions are reflected in Appendix C, Schedule of Manhole Rehabilitation. A more detailed inspection report for individual manholes is available at the City's Engineering Dept (Design Division). The standard drawing for the City's manholes is provided in Appendix E, however the Contractor shall be aware that the actual structures in this contract may deviate from this drawing. Variances should be expected in the frame and cover and extent of surface repair necessary as a result of their replacement. The Contractor is expected to be familiar with the location(s) and anticipate these variations prior to bidding this work. 1.7 SAFETY The environment of this work requires significant efforts to provide safe working conditions. The Contractor shall comply with all governing safety regulations, protecting those involved with the construction as well as the public. High levels of H2S gases should be expected and the Contractor shall take precautions in consideration of this. The average daily flow through the pipeline is approximately 10 MGD. With a peaking factor of 2.0, flows as high as 14,000 gpm could be expected during high flow periods. The Contractor shall operate using all necessary means to protect the safety of the workers and the public. Redundancy for safety and spill protection will be required. 1.8 ENVIRONMENTAL This project as described within these plans and specifications has been determined to be Categorically Exempt from CEQA, See Appendix D documents. For details on existing conditions and rehabilitation requirements see Appendix "A" Manhole Rehabilitation Schedule. MAY 2008 SUMMARY OF WORK VISTA-CARLSBAD INTERCEPTOR SEWER 01010-2 MANHOLE REHABILITATION REACHES 13-15 1.6 WORK BY OTHERS A. The CONTRACTOR'S attention is directed to the fact that work may be conducted at the site by other contractors during the performance of the WORK under this Contract. The CONTRACTOR shall conduct its operations so as to cause a minimum of interference with the WORK of such other contractors, and shall cooperate fully with such contractors to provide continued safe access to their respective portions of the site, as required to perform work under their respective contracts. B. Interference With Work On Utilities: The CONTRACTOR shall cooperate fully with all utility forces of the City or forces of other public or private agencies engaged in the relocation, altering, or otherwise rearranging of any facilities which interfere with the progress of the WORK, and shall schedule the WORK so as to minimize interference with said relocation, altering, or other rearranging of facilities. 1.7 CONTRACTOR USE OF PROJECT SITE The CONTRACTOR'S use of the project site shall be limited to its construction operations, including on-site storage of materials, on-site fabrication facilities, and field offices. 1.8 SPECIAL INSPECTION A. A NACE certified inspector under contract with the City may be assigned to this project at the direction of the Engineer. The cost of the NACE inspector is not part of this contract and payment for the NACE inspector shall be provided by the City; however the Contractor shall provide all testing of the lining system as described in Section 2760, through the direction of, and satisfaction of the NACE inspector. Cost for inspection procedures as directed by the NACE inspector, including repairs necessary as a result of destructive testing shall be considered incidental to the project and no additional payment will be made for this work. PART 2 - PRODUCTS Products shall comply with the specifications within this contract. Prior to delivery, Contractor shall provide written confirmation from the lining manufacturer that all products used in the restoration of the manholes are compatible with the epoxy liner. PART 3 -- EXECUTION Execution shall comply with the General Provisions and Technical Specifications within this contract. MAY 2008 SUMMARY OF WORK VISTA-CARLSBAD INTERCEPTOR SEWER 01010-3 MANHOLE REHABILITATION REACHES 13-15 SECTION 02760 TECHNICAL REQUIREMENTS AND SPECIFICATIONS REHABILITATION OF CONCRETE AND MASONRY MANHOLES OR UNDERGROUND VAULTS WITH A PROTECTIVE COATING FOREWORD This specification covers work, materials and equipment required for protecting and/or rehabilitating concrete and masonry manholes and other underground vaults by monolithic spray-application of a high-build, solvent-free epoxy coating to eliminate infiltration, provide corrosion protection, repair voids and enhance structural integrity. Procedures for surface preparation, cleaning, application and testing are described herein. PART 1 - GENERAL 1.1 SECTION INCLUDES A. Requirements for surface preparation, concrete repairs and solvent-free epoxy coating application to specified surfaces, and frame and cover replacement. 1.2 RELATED SECTIONS A. 01010 Summary of Work. B. General Provisions of Contract. 1.3 REFERENCES A. ASTM D638 - Tensile Properties of Plastics. B. ASTM D790 - Flexural Properties of Unreinforced and Reinforced Plastics. C. ASTM D695 - Compressive Properties of Rigid Plastics. D. ASTM D4541 - Pull-off Strength of Coatings Using a Portable Adhesion Tester. E. ASTM D2584 - Volatile Matter Content. F. ASTM D2240 - Durometer Hardness, Type D. G. ASTM D543 - Resistance of Plastics to Chemical Reagents. H. ASTM C109 - Compressive Strength Hydraulic Cement Mortars. J. ACI 506.2-77 - Specifications for Materials, Proportioning, and Application of Shotcrete. MAY 2008 REHABILITATION OF CONCRETE MASONRY MANHOLES OR VISTA-CARLSBAD INTERCEPTOR SEWER UNDERGROUND VAULTS WITH A PROTECTIVE COATING MANHOLE REHABILITATION REACHES VC13-VC15 02760-1 K. ASTM C579 - Compressive Strength of Chemically Setting Silicate and Silica Chemical Resistant Mortars. L. ASTM - The published standards of the American Society for Testing and Materials, West Conshohocken, PA. M. NACE - The published standards of National Association of Corrosion Engineers (NACE International), Houston, TX. N. SSPC - The published standards of the Society of Protective Coatings, Pittsburgh, PA. O. Los Angeles County Sanitation District - Evaluation of Protective Coatings for Concrete. P. SSPWC 210-2.3.3 - Chemical resistance testing published in the Standard Specifications for Public Works Construction, 1997 edition (otherwise known as "The Greenbook"). Q. City of Carlsbad Engineeing Standards, 2004 Edition. 1.4 SUBMITTALS A. The following items must be submitted consistent with General Provisions section 2.5.3: 1. Submit the following for Grout, Cementitious Reconstruction, Patching Materials, Chimney Seals, Epoxy Coating: a. Material type and manufacturer to be used, including catalog data showing manufacturer's clarifications and updates, ASTM references, matrial composition, specifications, physical properties, and chemical resistance, manufacturer's recommended mix, additives and set time. b. Manufacturer's detailed description of recommended procedures for handling and storing matrial to include use of strip recorder to monitor temperature at storage location. c. Manufacturer's detailed description of processes to execute the use of material including equipment required. MAY 2008 REHABILITATION OF CONCRETE MASONRY MANHOLES OR VISTA-CARLSBAD INTERCEPTOR SEWER UNDERGROUND VAULTS WITH A PROTECTIVE COATING MANHOLE REHABILITATION REACHES VC13-VC15 02760-2 d. Shipping Manifest With: 1) Date shipped 2) Origination and delivery locations 3) Shipping method and carrier 4) Shipping order number 5) Purchase order number 6) Shipped item 7) Stock number 8) Lot number 9) Shipping, storage, or safety requiements, inlcuding MSDS documents 10) Received date and by 11) Signature of receiver 4. Applicator Qualifications: a. Current letter of Manufacturer's certification dated within thirty (30) days of bid date, that Applicator has been trained and approved in the handling, mixing and application of the products to be used (provide with bid proposal). b. Current letter of Manufacturer's Certification dated within thirty (30) days of bid date, that the equipment to be used for applying the products has been manufactured or approved by the protective coating manufacturer and Applicator personnel have been trained and certified for proper use of the equipment. c. Five (5) recent references of Applicator (projects similar size and scope) indicating successful application of a high-build solvent- free epoxy coating by plural component spray application (provide with bid proposal). d. Proof of any necessary federal, state or local permits or licenses necessary for the project. e. The Contractor must hold a valid Class A State Contractor's License and have a minimum of one prior successful project of comparable size and complexity. The Contractor shall provide the name, address and telephone number of the Owner, the completion date and the location of the reference project. 5. Design details for any additional ancillary systems and equipment to be used in site and surface preparation, application and testing. 6. Manufacturer's representative contact information. 7. Letter from epoxy manufacturer acknowledging all repair materials used in the rehabilitation are compatible with the epoxy coating. 8. Wastewater bypass or flow diversions plan. MAY 2008 REHABILITATION OF CONCRETE MASONRY MANHOLES OR VISTA-CARLSBAD INTERCEPTOR SEWER UNDERGROUND VAULTS WITH A PROTECTIVE COATING MANHOLE REHABILITATION REACHES VC13-VC15 02760-3 9. Emergency plan detailing procedures to be followed in the event of a sewer overflow, blockage or service backup. Maintain a approved copy at the work site throughout the duration of the project. 10. For each access hole rehabilitated a complete and accurate record of work completed shall be kept. Report shall include: identifying access hole number, location, quantities of rehabilitation material used, estimate of infiltration eliminated, and results of post rehabilitation inspection along with all field test reports. A final report shall be provided at the conclusion of the rehabilitation. 1.5 QUALITY ASSURANCE A. Applicator shall initiate and enforce quality control procedures consistent with applicable ASTM, NACE and SSPC standards and the protective coating manufacturer's recommendations. B. A NACE Certified Coating Inspector shall be provided by Owner. The Inspector will observe surface preparation, application and material handling procedures to ensure adherence to the specifications. C. Manufacturer/supplier shall provide an authorized representative for purposes of monitoring the initial application. D. Packaging:The Contractor shall store all products to be used in their original, unopened packaging displaying the manufacturer's name, labels, product identification and batch numbers as applicable. Damaged material must be removed from the site immediately. 1.6 DELIVERY, STORAGE, AND HANDLING A. Materials are to be kept dry, protected from weather and stored under cover. B. Protective coating materials are to be stored between 50 deg F and 90 deg F. Do not store near flame, heat or strong oxidants. C. Protective coating materials are to be handled according to their material safety data sheets. D. Material damaged and deemed unrepairable will be rejected, removed from project site, and replaced at Engineer's direction. 1.7 SITE CONDITIONS A. Applicator shall conform with all local, state and federal regulations including those set forth by OSHA, RCRA and the EPA and any other applicable authorities. MAY 2008 REHABILITATION OF CONCRETE MASONRY MANHOLES OR VISTA-CARLSBAD INTERCEPTOR SEWER UNDERGROUND VAULTS WITH A PROTECTIVE COATING MANHOLE REHABILITATION REACHES VC13-VC15 02760-4 B. Method statements and design procedures are to be provided by Owner when confined space entry, flow diversion or bypass is necessary in order for Applicator to perform the specified work. 1.8 WARRANTY A. Applicator shall warrant all work against defects in materials and workmanship for a period of one (1) year, unless otherwise noted, from the date of final acceptance of the project. Applicator shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during said one (1) year period, and any damage to other work caused by such defects or the repairing of same, at his own expense and without cost to the Owner. PART 2 - PRODUCTS 2.1 EXISTING PRODUCTS A. Standard Portland cement or new concrete (not quick setting high strength cement used for repair, see paragraph B below) must be well cured prior to application of the protective coating. Generally, 28 days is adequate cure time for standard Portland. If earlier application is desired, compressive or tensile strength of the concrete can be tested to determine if acceptable cure has occurred. (Note: Bond strength of the coating to the concrete surface is generally limited to the tensile strength of the concrete itself. Engineer may require Elcometer pull tests to determine suitability of concrete for coating) B. Cementitious patching and repair materials should not be used unless their manufacturer provides information as to its suitability and procedures for topcoating with an epoxy coating. Project specific submittals should be provided including application, cure time and surface preparation procedures which permit optimum bond strength with the epoxy coating. C. Remove existing coatings prior to application of the new protective coating. Applicator is to maintain strict adherence to applicable NACE and SSPC recommendations with regard to proper surface preparation and compatibility with existing coatings. 2.2 MANUFACTURER A. RLS, Inc., Tulsa, Oklahoma 800-324-2810 or 918-615-0020 or FAX 918-615- 0140. B. Corrosion resistamt epoxy shall have achieved a total score of "3" or "4" in the "Evaluation of Protective Coatings for Concrete" testing program provided through County Sanitation Districts of Los Angeles County California. In each of the specific categories of "Acid Resistance" and "Concrete Bond", the approved product will have received a score of "1". MAY 2008 REHABILITATION OF CONCRETE MASONRY MANHOLES OR VISTA-CARLSBAD INTERCEPTOR SEWER UNDERGROUND VAULTS WITH A PROTECTIVE COATING MANHOLE REHABILITATION REACHES VC13-VC15 02760-5 2.3 REPAIR MATERIALS A. Repair materials shall be used to fill voids, structurally reinforce and/or rebuild surfaces, etc. as determined necessary by the engineer and protective coating applicator. Repair materials must be compatible with the specified epoxy coating and shall be applied in accordance with the manufacturer's recommendations. B. The following products may be accepted and approved as compatible repair basecoat materials for epoxy topcoating for use within the specifications: 1. 100% solids, solvent-free epoxy grout specifically formulated for epoxy topcoating compatibility. The epoxy grout manufacturer shall provide instructions for trowel or spray application and for epoxy topcoating procedures. 2. Factory blended, rapid setting, high early strength, non-shrink repair mortar that can be trowelled or pneumatically spray applied may be approved if specifically formulated to be suitable for epoxy topcoating. Such repair mortars should not be used unless their manufacturer provides information as to its suitability for topcoating with an epoxy coating. Project specific submittals should be provided including application, cure time and surface prepration procedures which permit optimum bond strength with the epoxy coating. 3. Hydraulic wate plugs shall be Sauereisen, Insatplug F-180; IPA Systems, Inc.k Ocotplug; or approved equal. 2.4 PROTECTIVE COATING MATERIAL A. Raven Lining Systems' 405 epoxy coating system - a 100% solids, solvent-free two-component epoxy resin system thixotropic in nature and filled with select fillers to minimize permeability and provide sag resistance acceptable to these specifications . Product type Amine cured epoxy Color Light Blue Solids Content (vol %) 100 Mix Ratio 3:1 Compressive Strength, psi 18,000 Tensile Strength, psi 7,600 Tensile Elongation, %1.50 Flexural Modulus, psi 600,000 Hardness, Type D 88 Bond Strength - Concrete >Tensile Strength of Concrete Chemical Resistance: Severe Municipal Sewer: All types of service Successful Pass: Sanitation District of L.A. County Coating Evaulation Study orSSPWC211-2 MAY 2008 REHABILITATION OF CONCRETE MASONRY MANHOLES OR VISTA-CARLSBAD INTERCEPTOR SEWER UNDERGROUND VAULTS WITH A PROTECTIVE COATING MANHOLE REHABILITATION REACHES VC13-VC15 02760-6 2.5 PROTECTIVE COATING APPLICATION EQUIPMENT A. Manufacturer approved heated plural component spray equipment shall be used in the application of the specified protective coating. 2.6 REPAIR MORTAR SPRAY APPLICATION EQUIPMENT (if spray applied) A. Spray applied repair mortars shall be applied with manufacturer approved equipment. 2.7 FRAME AND COVER A. For 24-inch diameter entry, use SDRSD Drawing No. M1. with "City of Carlsbad Sewer" cast into cover. Coated with black bituminous paint B. For 36-inch diameter entry, use City of Carlsbad Standard Drawing S-4 2.8 REPAIR MORTAR SPRAY APPLICATION EQUIPMENT (if spray applied) Spray applied repair mortars shall be applied with manufacturer approved equipment. PART 3 - EXECUTION 3.1 ACCEPTABLE APPLICATORS A. Repair mortar applicators shall be trained to properly apply the cementitious mortar according to manufacturer's recommendations. B. Protective coating must be applied by a Certified Applicator of the protective coating manufacturer and according to manufacturer specifications. 3.2 EXAMINATION A. All structures to be coated shall be readily accessible to Applicator. B. Appropriate actions shall be taken to comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety. C. The channel of the manhole shall be coated during low flow conditons by bypassing sewerage to assure the coating is installed below the average daily flow depth fo the channel. Hot air may be used to accelerate the cure time. D. Installation of the protective coating shall not commence until the concrete substrate has properly cured in accordance with these specifications. E. Temperature of the surface to be coated should be maintained between 40 deg F and 120 deg F during application. Prior to and during application, care should be taken to avoid exposure of direct sunlight or other intense heat source to the structure being coated. Where varying surface temperatures do exist, care should be taken to apply the coating when the temperature is falling versus rising (ie. late afternoon into evening vs. morning into afternoon). MAY 2008 REHABILITATION OF CONCRETE MASONRY MANHOLES OR VISTA-CARLSBAD INTERCEPTOR SEWER UNDERGROUND VAULTS WITH A PROTECTIVE COATING MANHOLE REHABILITATION REACHES VC13-VC15 02760-7 3.3 SURFACE PREPARATION A. Applicator shall inspect all surfaces specified to receive a protective coating prior to surface preparation. Applicator shall notify Owner of any noticeable disparity in the surfaces which may interfere with the proper preparation or application of the repair mortar and protective coating. B. All contaminants including: oils, grease, incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts, or other contaminants shall be removed. C. All concrete or mortar that is not sound or has been damaged by chemical exposure shall be removed to a sound concrete surface or replaced. D. Remove all ladder steps from the structure, grinding flush with structure surface. All remaining exposed metals shall be rust protected according SSPC specifications for these conditions. E. Surface preparation method(s) should be based upon the conditions of the substrate, service environment and the requirements of the epoxy protective coating to be applied. F. Surfaces to receive protective coating shall be cleaned and abraded to produce a sound surface with adequate profile and porosity to provide a strong bond between the protective coating and the substrate. Generally, this can be achieved with a high pressure water cleaning using equipment capable of 5,000 psi at 4 gpm. Other methods such as high pressure water jetting (refer to NACE Standard No. 5/SSPC-SP12), abrasive blasting, shotblasting, grinding, scarifying or acid etching may also be used. Detergent water cleaning and hot water blasting may be necessary to remove oils, grease or other hydrocarbon residues from the concrete. Whichever method(s) are used, they shall be performed in a manner that provides a uniform, sound clean neutralized surface that is not excessively damaged. G. Infiltration shall be stopped by using a material which is compatible with the specified repair mortar and is suitable for topcoating with the specified epoxy protective coating. H. The area between the manhole and the manhole ring and any other area that might exhibit movement or cracking due to expansion and contraction, shall be grouted with a flexible grout or gel. I. All surfaces should be inspected by the Inspector during and after preparation and before the repair material is applied. J. All debris removed during the preparation process and installation of the rehabilitation system shall be removed from the site and disposed of in compliance with governing agency requirements. No debris shall be released or allowed to enter the sewer system. MAY 2008 REHABILITATION OF CONCRETE MASONRY MANHOLES OR VISTA-CARLSBAD INTERCEPTOR SEWER UNDERGROUND VAULTS WITH A PROTECTIVE COATING MANHOLE REHABILITATION REACHES VC13-VC15 02760-8 3.4 APPLICATION OF REPAIR MATERIALS A. Areas where structural steel has been exposed or removed shall be repaired in accordance with the Project Engineer's recommendations. B. Repair materials shall meet the specifications herein. The materials shall be trowel or spray applied utilizing proper equipment on to specified surfaces. The material thickness shall be specified by the Project Engineer according to Owner's requirements and manufacturer's recommendations. C. If using approved cementitious repair materials, such shall be trowelled to provide a smooth surface with an average profile equivalent to coarse sandpaper to optimally receive the protective coating. No bugholes or honeycomb surfaces should remain after the final trowel procedure of the repair mortar. D. The repair materials shall be permitted to cure according to manufacturer recommendations. Curing compounds should not be used unless approved for compatibility with the specified protective coating. E. Application of the repair materials, if not performed by the coating certified applicator, should be inspected by the protective coating certified applicator to ensure proper finishing for suitability to receive the specified coating. F. After abrasive blast and leak repair is performed, all surfaces shall be inspected for remaining laitance prior to protective coating application. Any evidence of remaining contamination or laitance shall be removed by additional abrasive blast, shotblast or other approved method. If repair materials are used, refer to these specifications for surface preparation. Areas to be coated must also be prepared in accordance with these specifications after receiving a cementitious repair mortar and prior to application of the epoxy coating. G. Interior of access hole structure shall be returned to the approximate original interior dimensions with the installation of repair mortar. H. All surfaces shall be inspected during and after preparation and before the protective coating is applied. MAY 2008 REHABILITATION OF CONCRETE MASONRY MANHOLES OR VISTA-CARLSBAD INTERCEPTOR SEWER UNDERGROUND VAULTS WITH A PROTECTIVE COATING MANHOLE REHABILITATION REACHES VC13-VC15 02760-9 3.5 APPLICATION OF PROTECTIVE COATING A. Application procedures shall conform to the recommendations of the protective coating manufacturer, including material handling, mixing, environmental controls during application, safety, and spray equipment. B. The spray equipment shall be specifically designed to accurately ratio and apply the specified protective coating materials and shall be regularly maintained and in proper working order. C. The protective coating material must be spray applied by a current Certified Applicator of the protective coating manufacturer. D. Specified surfaces shall be coated by spray application of a moisture tolerant, solvent-free, 100% solids, epoxy protective coating as further described herein. Spray application shall be to a minimum wet film thickness of 100 mils and an average wet film thicknesses of 125 mils. E. Airless spray application equipment approved by the coating manufacturer shall be used to apply each coat of the protective coating. Air assisted spray application equipment may be acceptable, especially for thinner coats (<10 mils), only if the air source is filtered to completely remove all oil and water. F. If necessary, subsequent topcoating or additional coats of the protective coating should occur as soon as the basecoat becomes tack free, ideally within 12 hours but no later than the recoat window for the specified products. Additional surface preparation procedures will be required if this recoat window is exceeded. G. Fiberglass woven-roving fabric may be rolled into the resin or chopped glass spray applied with the resin for added tensile and flexural strength where desired. Sloped surfaces of the floor may be made non-skid by broadcasting aluminum oxide or silica sand into the surface prior to gelation. H. Depending on flow levels and how long flow can be stopped, inverts may be lined with an approved 100% solids, fast setting epoxy coating material. 3.6 TESTING AND INSPECTION A. General. All inspection shall be done by the Contractor in the presence of and under the direction of the Engineer. Inspection procedures described as follows shall be consider as incidental to this contract and no additional payment will be made for the inspection procedures and subsequent repairs resulting from destructive tests. The City may acquire the services of tha 3rd party inspector (Special Inspector). The cost of the Special Inspector shall be paid by the City under a separate agreement. The Contractor shall provide safe access required by the Special Inspector or Engineer including all equipment and support necessary for confined space entry in compliance with all governing safety requirements. MAY 2008 REHABILITATION OF CONCRETE MASONRY MANHOLES OR VISTA-CARLSBAD INTERCEPTOR SEWER UNDERGROUND VAULTS WITH A PROTECTIVE COATING MANHOLE REHABILITATION REACHES VC13-VC15 02760-10 B. Mill Gauge Test. During application a wet film thickness gage, such as those available through Paul N. Gardner Company, Inc. meeting ASTM D4414 - Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, shall be used to ensure a monolithic coating and uniform thickness during application. C. High Voltage Spark Test. After the protective coating has set hard to the touch it shall be inspected with high-voltage holiday detection equipment. Surface shall first be dried, an induced holiday shall then be made on to the coated concrete surface and shall serve to determine the minimum/maximum voltage to be used to test the coating for holidays at that particular area. The spark tester shall be initially set at 100 volts per 1 mil (25 microns) of film thickness applied but may be adjusted as necessary to detect the induced holiday (refer to NACE RPO188-99). All detected holidays shall be marked and repaired by abrading the coating surface with grit disk paper or other hand tooling method. After abrading and cleaning, additional protective coating material can be hand applied to the repair area. All touch-up/repair procedures shall follow the protective coating manufacturer's recommendations. D. Adhesion Testing. The adhesion tests shall be performed on each of the rehabilitated structures at locations directed by the Engineer. Adhesion testing shall be conducted after the liner system has cured per manufacturer instruction and in accordance with ASTM D4541 as modified herein. A minimum of one 20 mm dolly shall be affixed to the lined surface of the structure at the upper section or cone area, mid section and at the bottom, unless otherwise specified in the Special Provisions. Each testing location shall be identified by the Engineer. The adhesive used to attach the dollies to the liner shall be rapid setting with tensile strength in excess of the liner material and permitted to cure in accordance with manufacturer recommendations. The lining material and dollies shall be adequately prepared to receive the adhesive. Prior to pull test, the Contractor shall utilize a scoring device to cut through the coating until the substrate is reached. Extreme care shall be required while scoring to prevent micro cracking in the coating, since cracks may cause failures at diminished strengths. Failure due to improper dolly adhesive or scoring shall require retesting. The pull tests in each area shall meet or exceed 200 psi. and shall include subbase adhered to the back of the dolly or no visual signs of coating material in the test hole. Pull tests with results between a minimum 150 psi and 200 psi shall be acceptable if more than 50% of the subsurface is adhered to the back of the dolly. A test result can be discarded, as determined by the Engineer, if there is a valid nonstatistical reason for discarding the test results as directed by Sections 8.4 and 8.5 of ASTM D4541. If any test fails, a minimum of three additional locations in the section of the failure shall be tested, as directed by the Engineer. If any of the retests fail all loosely adhered or unadhered liner in the failed area, as determined by the Engineer, shall be removed and replaced at the Contractor's expense. If a structure fails the adhesion test, one additional structure or 10% of the initial number of structures selected for testing shall be tested at the discretion of the Engineer and/or as specified in the Special Provisions. E. A final visual inspection shall be made by the Inspector and manufacturer's representative. Any deficiencies in the finished coating shall be marked and repaired according to the procedures set forth herein by Applicator. MAY 2008 REHABILITATION OF CONCRETE MASONRY MANHOLES OR VISTA-CARLSBAD INTERCEPTOR SEWER UNDERGROUND VAULTS WITH A PROTECTIVE COATING MANHOLE REHABILITATION REACHES VC13-VC15 02760-11 3.6 FRAME AND COVER INSTALLATION A. Install per City of Carlsbad Engineering Standards, 2004 Edition Standard Drawing S-1. B. Following 3.03 paragraph G of this Section. C. Repair of pavement shall comply with Section 302-5.8 of the Standard Specifications for Public Works Construction, 2006 Edition, "Greenbook". 3.7 WARRANTY INSPECTIONS A. Visual inspection to determine integrity of rehabilitation materials and water tightness will be conducted prior to the expiration of the guarantee period. B. Contractor to accompany, Manufacturer Representative and Engineer on inspections. C. Adhesions Test 25 percent of access holes rehabilitaed at locations selected by the Engineer. If any access holes fail inspection, inspect all access holes in contract with Engineer. D Contractor shall repair all rehabilitation failures to the satisfaction of the coating manufacturer and Engineer. E. Each of the manholes shall be spark tested and visually inspected. ******** MAY 2008 REHABILITATION OF CONCRETE MASONRY MANHOLES OR VISTA-CARLSBAD INTERCEPTOR SEWER UNDERGROUND VAULTS WITH A PROTECTIVE COATING MANHOLE REHABILITATION REACHES VC13-VC15 02760-12 APPENDIX A LOCATION MAP APPENDIX "A" LOCATION MAP VISTA/CARLSBAD INTERCEPTOR SEWER REACHES 13-15, MANHOLE REHABILITATION PALOMAR AIRPORT RD .— -— OF CARLSBAD vicinity of REACHES 13-15 PAGE 1 OF 1 APPENDIX B SITE MAP VISTA/CARLSBAD INTERCEPTOR SEWER REACHES 13 -1 MANHOLE REHABILITATION CITY PROJECT NO. CP 3949 Legend J V/C INTERCEPTOR MANHOLE V/C INTERCEPTOR SEWER PIPELINE MANHOLE (NOT A PART) COLLECTOR PIPELINE NCTD R-O-W ASSESSOR PARCEL BOUNDARY 475 350 1 1,900 Mi Feet SHEET 1OF 5 INDEX SHEET VISTA/CARLSBAD INTERCEPTOR SEWER REACHES 13-15 MANHOLE REHABILITATION CITY PROJECT NO. CP 3949 Main Discnarfe m Gravity Flow OVERI iffmm Legend V/C INTERCEPTOR SEWER MANHOLE V/C INTERCEPTOR PIPELINE MANHOLE (NOT A PART) COLLECTOR SEWER NCTD ASSESSOR'S PARCEL 100 200 I 400 1Feet SHEET 2OF 5 VISTA/CARLSBAD INTERCEPTOR SEWER REACHES 13-15 MANHOLE REHABILITATION CITY PROJECT NO. CP 3949 mo MMWf I'---., §113;'' mm INTERCEPTOR SEWER MANHOLE V/C INTERCEPTOR SEWER PIPELINE SEWER MANHOLE (NOT A PART) COLLECTOR SEWER PIPELINE (NOT A PART) R-G-W ASSESSOR'S PARCEL 3 OF 5 VISTA/CARLSBAD INTERCEPTOR SEWER REACHES 13-15 MANHOLE REHABILITATION CITY PROJECT NO. CP 3949 •.ill Legend V/C INTERCEPTOR PIPELINE VISTA/CARLSBAD INTERCEPTOR MANHOLE COLLECTOR (NOT A PART) SEWER |NOT A PART) NCTD R-O-W ASSESSOR'S PARCEL SHEET 4 OF 5 VISTA/CARLSBAD INTERCEPTOR SEWER REACHES 13-15 MANHOLE REHABILITATION CITY PROJECT NO. CP 3949 — V/C IMTERCEPTOR PIPELINE V/C INTERCEPTOR MANHOLE ""! COLLECTOR SEWER PIPELINE ,._J j SEWER MANHOLE |NOT A PART) 0 100 200 400 I Feet 5 OF 5 APPENDIX C SCHEDULE OF MANHOLE REHABILITATION Appendix C SCHEDULE OF WORK FOR MANHOLE REHABILITATION V/C INTERCEPTOR SEWER REAHCES R13 THRU R15 MANHOLE f- #1 #2 #4 M #5 #5A #6 (.. #7 #8 #9 #10 #11 #12 #13 #14 #15 V LOCATION in Street Near EWPCF Entry Ave Encinas Ave Encinas Ave Encinas Ave Encinas Ave Encinas Ave Enemas Slopa South of PAR Parking Lot Behind Curb & Dumpster Parking Lot Easement behind drainage channeS near NCTD ROW Easement behind drainage channel near NCTD ROW Parking Lot Parking Lot Parking Lot Parking Lot -SHAFT ;tjyWWETiR (INCHES) 60 60 60 60 60 60 60 60 60 80 60 60 60 60 80 60 ;' •"•' CHANNEL MA. ; (INCHESr 54 42 42 42 42 42 42 42 42 42 42 42 42 42 42 42 mm*mA~m® WIN. MIN. WIN. MIN. MIN. MIN. MIN. MIN. MIN. MSN. MIN. MIN. MSN. MIN. MIN. MIN. REMOVE STEPS • YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES MAMWCi OiPTB ., KMt-TO SHELF |Wef 6 15 17 17 17 17 17 30 17 15 14 11 13 11 12 12 REPLACE FRAME AND COVER YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES YES COMMOTION Severe corrosion Severe corrosion Severe corrosion Severe corrosion Severe corrosion Severe corrosion Severe corrosion Severe corrosion Severe corrosion Severe corrosion Severe corrosion Severe corrosion Severe corrosion Severe corrosion ^Severe corrosion Severe corrosion Trsiffte Coatwl yes yes yes yes yes yes yes yes no no no no no no no no Method Epoxy-Mortar Epoxy-Mortar Epoxy-Mortar Epoxy-Mortar Epoxy-Mortar Epoxy-Mortar Epoxy-Mortar Epoxy-Mortar Epoxy-Mortar Epoxy-Mortar Epoxy-Mortar Epoxy-Mortar Epoxy-Mortar Epoxy-Mortar Epoxy-Mortar Epoxy-Mortar Notes 42" dia & W'dia. connections [__ H_ I 1 of 2 Appendix C SCHEDULE OF WORK FOR MANHOLE REHABILITATION V/C INTERCEPTOR SEWER REAHCES R13 THRU R15 PROJECT MANHOLE- f #16 #17 #18 #19 #20 #21 #22 #23 #24 #25 *>9 K a, LOCAtlON ACCESS Bob Baker Car Lot Cannon Rd Cannon Ct Easement Cannon Ct Easement SDG&E Parcel Parkincj_Area SDG&E Parcel North Fence NRG, Access Through Power Piant NRG, Access Through Power Piant NRG, Access Through Power Plant NRG, Access Through Power Plant 'Th.r-m.n^ HI Plant and AHLS SHAFT , DIAMETER ' (INCHES) 60 60 60 60 60 60 60 60 60 60 ' :»*.(Metrea) 42 42 42 42 42 42 42 42 42 42 ''INRLTltWfQff WIN. MSN. MIN. none MIN. MIN. MIN. MIN. MIN. MIN. RSBWWE . - STEPS ' YES YES YES none YES YES YES YES YES YES MANHOLE' - ' • 11 10 6 7 9 10 8 7 " 7 6 REP1AC1 FRAME AW COVER YES YES YES No YES YES YES YES YES YES vpo CGNDHfGI* Severe corrosion Excellent Condition •Severe corrosion Excellent Condition Severe corrosion Severe corrosion Severe corrosion Severe corrosion Severe corrosion Severe corrosion Condition Traffic Contml no yes no no no no no no no no Rehab Mteffwl Epoxy-Mortar Repair T-Lock on riser section Epoxy-Mortar No Rehab Necessary^ Epoxy-Mortar Epoxy-Mortar Epoxy-Mortar Epoxy-Mortar Epoxy-Mortar Epoxy-Mortar Motes 24" dia 8"dia connections Dual FM Discharge TOTAL VERTICAL OF MANHOLE REHABILTATSON: 311 -FT TOTAL FRAME AND COVER REPLACEMENTS WITH SURFACE REPAIR: 25 2 of 2 APPENDIX D ENVIRONMENTAL DOCUMENTS STATE OF CALIFORNIA - THE RESOURCES AGENCY ER, Governor CALIFORNIA COASTAL COMMISSION SAN DIEGO AREA 7575 METROPOLITAN DRIVE, SUITE 103 SAN DIEGO, CA 92108-4402 (619) 767-2370 EXEMPTION LETTER DATE: May 14. 2007 NAME: Pam Drew City of Carlsbad Planning Dept. 163 5 Faraday Ave. Carlsbad. Ca 92008 LOCATION: Reaches VC11 through VC15 of the Vista-Carlsbad Interceptor Sewer that generally parallels the east side of North County Transit District railroad alignment, from just south of Palomar Airport Road to the north side of Agua Hedionda Lagoon PROJECT: The project includes the replacement of 27 access holes. Excluding access hole #10. which will be replaces with a separate future permit. Each access hole will be excavated, removed and replaced in the same location. The trench for excavation will be approximately 10' by 10' and 6' to 24' deep. Wastewater will be bypassed around or through each structure during the replacement procedure. The construction areas and staging areas will be in disturbed or developed areas. The project will not increase existing sewer capacity. No impacts to any sensitive coastal resources are proposed. If impacts do occur during construction, the project will not be exempt, and the applicant must contact the San Diego Branch of the Coastal Commission immediately. This is to certify that this location and/or proposed project has been reviewed by the staff of the Coastal Commission. A coastal development permit is not necessary for the reasons checked below. I I The site is not located within the coastal zone as established by the California Coastal Act of 1976, as amended. I I The proposed development is included in Categorical Exclusion No. adopted by the California Coastal Commission. I I The proposed development is judged to be repair or maintenance activity not resulting in an addition to or enlargement or expansion of the object of such activities (Section 30610(d) of the Coastal Act). I I The proposed development is an improvement to an existing single-family residence (Section 30610(a) of the Coastal Act) and not located in the area between the sea and the first public road or within 300 feet of the inland extent of any beach (whichever is greater) (Section 13250(b)(4) of the 14 Cal. Admin. Code. (over) NOTICE OF EXEMPTION To: SD County Clerk From: CITY OF CARLSBAlJ ?c J= „, i? ^ M. , . uregory J. Smith, Recorder/County CleikAttn: Anthony J. Consul Planning Department Mail Stop A-33 1635 Faraday Avenue u 111 n '-i 1600 Pacific Highway Carlsbad CA 92008 San Diego CA 92101 A. BY Subject: Filing of this Notice of Exemption is in compliance with Section 21152b of the Public Resources Code (California Environmental Quality Act). Project Title; ^^^JMI^Vista-Carlsbad Interceptor Sewer Reaches 11-15 Access Hole Replacement _ Project Location - Generally parallels the east side of North County Transit District railroad alignment, from just south of Palomar Airport Road to the north side of Agua Hedionda lagoon. Project Location - City; Carlsbad _ Project Location - County: San Diego _ Description of Project; Replacement of 27 existing access holes along the Vista-Carlsbad interceptor sewer line. Each access hole will be excavated, removed and replaced in the same location. _ _ Name of Public Agency Approving Project; City of Carlsbad _ Name of Person or Agency Carrying Out Project: Mark Biskup. City of Carlsbad Name of Applicant: Applicant's Address; 1635 Faraday Avenue. Carlsbad. CA 92008 Applicant's Telephone Number! 760-602-2763 Exempt Status: (Check One) D Ministerial (Section 21080(b)(l); 15268); n Declared Emergency (Section 2 1 080(b)(3); 15269(a)); A D Emergency Project (Section 2 1080(b)(4); 15269 (b)(c)); A. £3 Categorical Exemption - State type and section number: Section 1530 Kb) [U Statutory Exemptions - State code number: Reasons why project is exempt: Existing Facilities (repair & maintenance of sewer facilities^ Lead Agency Contact Person: Pam Drew _ Telephone: (760) 602-4644 DON NEU, Assistant Planning Director Date Date received for filing at OPR: DEPUTY Revised November 2005 STATE OF CALIFORNIA - THE RESOURCES AGENCY DEPARTMENT OF FISH AND GAME ENVIRONMENTAL FILING FEE CASH RECEIPT 329229 Lead Agency: City of Carlsbad Date: 06/01/2007 County/Slate Agency of Filing: San Diego Document No.: Project Trtte: EA 07-01- Vista-Carlsbad Interceptor Sewer Reaches 11-15 Access Hole Replacement Project Applicant Name: MarkBiskup Project Applicant Address: 1635 Faraday Ave City Carlsbad State CA Zip Code 92008 Phone Number: (760) 602-2763 Project Applicant (check appropriate box): r~l Local Public Agency I I School District I I Other Special District | | State Agency | Check Applicable Fees: $2,500.00 $1,800.00 $850.00 $850.00 Private Entity Environmental Impact Report $2,500.00 $ Negative Declaration $1,800.00 $~ ~| AppUcation Fee Water Diversion (State Water Resources Control Board Only) $850.00 $_ Projects Subject to Certified Regulatory Programs $850.00 $ County Administrative Fee $50.00 $_ Project that Is exempt from fees |~~l Notice of Exemption | | DFG No Effect Determination (Font) Attached) TOTAL RECEIVED Signature and title of person receiving payment WHITE-PROJECT APPLICANT YELLOW-DFG/FASB PINK-LEAD ASENCY A. Consul 50.00 50.00 Deputy GOLDENROD - COUNTY CLERK DFG 753.5a (Rev. 1/07) STATE OF CALIFORNIA - THE RESOURCES AGENCY DEPARTMENT OF FISH AND GAME ENVIRONMENTAL FILING FEE CASH RECEIPT 3292^9 Lead Agency: City of Cartsbad Date: 06/01/2007 San Diego Document No.:County/State Agency of Filing: Project Title: EA 07-01- Vista-Carlsbad Interceptor Sewer Reaches 11-15 Access Hole Replacement Project Applicant Name: Mark Biskup Project Applicant Address: 1635 Faraday Ave City 'Carlsbad State Zip Code 92008 Phone Number (760) 602-2763 Project Applicant (check appropriate box): I I Local Public Agency I I School District I I Other Special District I I State Agency Check Applicable Fees: Private Entity $2,500.00 $1,800.00 $850.00 $850.00 d Environmental Impact Report Negative Declaration | Application Fee Water Diversion (State Water Resources Control Board Only) | Projects Subject to Certified Regulatory Programs County Administrative Fee $50.00 Project that is exempt from fees | | Notice of Exemption [ | DFG No Effect Determination (Form Attached) , /7s TOTAL RECEIVED Signature and title of person receiving payment: WHITE - PROJECT APPLICANT YELLOW - DFG/FASB A. Consul 50.00 50.00 Deputy PINK-LEAD AGENCY GOLDENROD - COUNTY CLERK DFG 753 5a (Rev 1/07) regory J. Smith COUNTY OF SAN DIEGO ASSESSOR/RECORDER/COUNTY CLERK ASSESSOR'S OFFICE 1600 Pacific Highway, Room 103 San Diego, CA 92101 -2480 Tel. (619) 236-3771 * Fax (619) 557-4056 www.sdarce.com RECORDER/COUNTY CLERK'S OFFICE 1600 Pacific Highway, Room 260 P.O.Box 121750* San Diego, CA 92112-1750 Tel. {619)237-0502 * Fax (619)557-4155 Transaction #: 151651620070604 Deputy: ACONSUL Location: COUNTY ADMINISTRATION BUILDING 04-Jun-2007 09:52 FEES: 50.00 Qty of 1 Fish and Game Filing Fee for Reft 329229 50.00 TOTAL DUE PAYMENTS: 50.00 Check 50.00 TENDERED Order copies of fictitious business name statements, recorded documents, property characteristics and parcel maps on-line at sdarcc.com. SERVICES AVAILABLE AT OFFICE LOCATIONS * Tax Bill Address Changes * Records and Certified Copies: Birth/ Marriage/ Death/ Real Estate * Fictitious Business Names (DBAs) * Marriage Licenses and Ceremonies * Assessor Parcel Maps * Property Ownership * Property Records * Property Values * Document Recordings (Except in Kearny Mesa) SERVICES AVAILABLE ON-LINE AT www.sdarcc.eom * Forms and Applications * Frequently Asked Questions (FAQs) * Grantor/ Grantee index * Fictitious Business Names Index (DBAs) * Property Sales * Weddings on the Web * On-Line Purchases Assessor Parcel Maps Property Characteristics Recorded Documents CHULA VISTA 590 Third Avenue Chula Vista, CA 91910-2646 (619)498-2277 BRANCH OFFICES AVAILABLE TO SERVE YOU Monday through Friday 8:00a.m. - 5:00p.m. Saturdays a» the Kearoy Mesa Offkse 9:00 a.m. - 3:00 p.m. ELCAJON 200 South Magnolia Ave. E!C'ajon,CA 92020-3316 (6)9)401-5750 KEARNY MESA 9225 Oatretnont Mesa Blvd. San Diego, CA 92123-1211 (858) 505-6226 SAN MARCOS 141 E Carmel Street San Marcos, CA 92078-4309 (760) 940-6858 APPENDIX E STANDARD DRAWINGS STANDARD CAST IRON ACCESSHOLE FRAME it COVER - SEE DWG. NO. S4. 12" WIDE X 6" PAVEMENT OR MIN. SLOPE WIDTH SHALL EQUAL CONCRETE COLLAR WITH 3" ASPHALT CONCRETE OVERLAY (TYPICAL). VARIABLE f B JOINT DETAILS 'SEE DWG S1A RINGS AS REQUIRED. MAX.=11". MIN.=5", TOP=2-2 1/2" RINGS. 3/4" PIPE DIA. B »4" MIN. t-—I 8", 5'DIA. 4' POUR '[ BASE ^ AGAINST SECTION A-A UNDISTURBED SOIL OR 6" MIN. ROCK BASE REQUIRED SECTION C-C NOTES: ALL CAST IN PLACE CONCRETE SHALL BE TYPE 564-B-3250. ALL PIPE IN ACCESSHOLE SHALL BE PVC AND SHALL BE INCLUDED AS PART OF ACCESSHOLE. ACCESSHOLE SHALL BE CONSTRUCTED IN ACCORDANCE WITH ASTM C-478. STUB OUTS SHALL HAVE A MINIMUM LENGTH OF 2 FEET. SDR 35 PVC PIPE MAY BE INSTALLED IN STRAIGHT-THROUGH ACCESS HOLES WITH NO JUNCTIONS. THE TOP SECTION OF PIPE SHALL BE REMOVED FLUSH WITH TOP OF SHELF. CUTS SHALL BE NEAT AND DRESSED MINIMIZING BURRS AND ROUGH EDGES. PLAN B-B WHEN ACCESSHOLE FORMS THE JUNCTION OF SEWERS AND/OR AN ANGLE IN MAIN ALIGNMENT. SPECIAL CARE SHALL BE USED IN FORMING THE CHANNELS TO FACILITATE THE FLOW OF SEWAGE. INVERTS SHALL BE TRUE TO GRADE AND ALIGNMENT AND FINISHED WITH SMOOTH SURFACE. NOT TO SCALE REV.APPROVED DATE CITY OF CARLSBAD STANDARD SEWER ACCESSHOLE CITY ENGINEER SUPPLEMENTAL STANDARD NO. DATE S-l HALF PLAN FRAME & COVER INNER COVER TOP SIDE 1 1/4" 1 5/8" 1/8"-* 6 ' ^ //H< ^39 3/4"D 38 5/8"D 38 3/8"D 1/4" CH 38 1/8"D _ 24"D ^ 24^0 ^ ft 11/2" AMFER 26"D 26 1/2"D "" 5^8" 1^4" 3^4' \ 1 3/8"MIN. p^ 1 5/8"MIN. fy 3" ^ " " T DETAIL j ,,1 1/4"par EBOTTOM SIDE HALF SECTION FRAME & COVER NOTES:1 1/2" WEIGHTS: INNER COVER OUTER COVER FRAME =155 IBS. =300 UBS. =330 LBS. 2. 3. 4. 5. MATERIAL: CAST IRON. MACHINE SEATS TO PREVENT NOISE. FILLET RADII TO BE 12". IMPORTED COVERS AND FRAMES SHALL HAVE CONTRY OF ORIGIN MARKING IN COMPIANCE WITH FEDERAL REGULATIONS. 23 1/2"D SECTION A-A REV.APPROVED DATE CITY OF CARLSBAD ACCESSHOLE FRAME & COVER 6-0/. CITY ENGINEER DATE SUPPLEMENTAL STANDARD NO. £1/4" BEVEL ITo EXISTING ft3!i ~(~\ i I! ft I: ft 3'-0" STANDARD CAST IRON ACCESSHOLE FRAME & COVER - SEE DWG. NO. S4. SEE DWG. NO. S1 AND S1A NOT TO SCALE ITEM DESCRIPTION SPEC/DWG 4X4" REDWOOD OR PRESSURE TREATED DOUGLAS FIR (S4SV REV.APPROVED DATE CITY OF CARLSBAD ACCESS HOLE MARKER POST CITY ENGINEER 6-04 DATE SUPPLEMENTAL r» f\ STANDARD NO. O~V APPENDIX F NOTIFICATION DOOR HANGER APPENDIX "F" CITY OF CARLSBAD ROAD WORK ABC CONTRACTORS OFFICE # (760)XXX-XXXX FIELD # (760)XXX-XXXX Dear resident: As a part of the City of Carlsbad's ongoing program to maintain its infrastructure, the public sewer near or on your property .will be rehabilitated. This construction may impact traffic and parking on or near your property/facility. The improvements will occur on the following dates: MON. TUB. WED. THU. FRI. DATE: XX/XX/XX from 7:OOA.M. to 5:00 P.M. ABC is the Contractor that will be performing the subject aforementioned work for the city and you may call them at the above phone number if you have any questions regarding the project. Resurfacing of your street will not occur on the day your trash is collected. Mail delivery may be delayed if the postman cannot reach the mailbox that day. If you have a moving company scheduled for that day please call and inform the Contractor of the date. If you have any concerns which cannot be addressed by the Contractor, you may call the City's Project Inspector @ (xxx) xxx-xxxx. Thank you for your cooperation as we work to make a better City of Carlsbad. APPENDIX G NOTIFICATION LIST APPENDIX "G" PROJECT NOTIFICATION LIST Location APN 21001041 21001041 21001042 210011 05 Cannon RD 21009024 21009044 I 21009049 i 21009042 21009045 i 210 090 50 21009051 210 170 14 I Aye. Encinas/PAR Ave. Encitias Ave. Encinas Contest tntoimatlon NRG/Cabriilo Power, LLC 4600 Carlsbad BLVD (Sheila Henikin)760 268-4018 Mobile 760 535-2705 (Jeff Bismen} 760 688-8451 & Endna Wastewater Authority NRG/Cabrillo Power, LLC 4600 Carlsbad BLVD (Sheiia Henikin}760 268-4018 Mobile 760 535-2705 (Jeff Bismen} 760 688-8451 SDG&E Jeff Sykes Land Management Super 8335 Century Park Ct CPHD SDCA92123 858654-1235 Cannon Ct City of Carisbad R-O-W Bob Baker Auto Park Contact: Dan Elliott 760 804-5012; Gel! 760 415-5454 5055 Avenida Encinas Suite 100 Kotoff Family 1301 Vista Cdina, San Marcos CA 92078 Property Resources inc. P.O. Box 51196, Salt Lake City Ut 84151 SAN-GAL The Pleta 541 1 Avenda Encinas, #51 Palmu Huna LLS 5600 Aventda Encinas Carisbad Point Corp 5825 Avenida Encinas #75 Cognac Pacific Corp 5499 Ave Encinas City of Carisbad right-of way City of Carisbad right-of way EWPCF Manhole *te 26 22,23,24,25 20,21 18,19 17 16 15 14 13 12 10,11 9 8 7 2,3,4,5,5a,6 1 | Klise. Irtteonatien & Requirements \ Secured site requires access through j guard gate. Ail workers entering property shaii be authorized and trained in compliance with the owner's requirements. Aiso requires coordination to EWA So for i access through lift station site. I Secured site requires access through guard gate. Ay workers entering property shaii be authorized and trained in compiiance with the owner's requirements, j Secured site. Contractor shaii notify owner before entry onto property. ii Grass Easement Traffic Control Secured site, Contractor shaii notify and arrange entry ontojjroperty with owner. Easement in private parking lot. Potential | for parked cars on manhole. Notify & i Coordinate entry with owner & occupants. Easement in private parking Sot. Potential for parked cars on manhole. Notify & Coordinate entry with owner & occupants. Easement in private parking lot. Potential for parked cars on manhole. Notify & Coordinate entry with owner & occupants. Easement in private parking lot. Potential for parked cars on manhole. Notify & Coordinate entry with owner & occupants. Easement behind drainage channel near NCTD ROW; NCTD Agreement necessary if entering or staging on NCTD ROW Easement in private parking lot. Potential for parked cars on manhole. Notify & Coordinate entry with owner & occupants. Easement in private parking lot. Potential for parked cars on manhole. Notify & Coordinate entry with owner & occupants. Buried Traffic Control Traffic Control This list provides the Contractor with contact information for parties that may be affected by this project. The Contractor is responsible for providing appropriate notification, as described within the contact documents, to each of the listed contacts as well as additional parties of interest as directed by the Engineer.