Loading...
HomeMy WebLinkAboutSouthwest Pipeline and Trenchless Corp; 2012-06-28; PWS12-43UTILr CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR SEWER REHABILITATION WITH CIPP, BASSWOOD AVENUE, CHESTNUT AVENUE, MONROE STREET, AND SIERRA MORENA AVENUE CONTRACT NO. 5503-5 BID NO. PWS12-43UTIL ¥ Revised 03/21/12 Contract No. 5503-5 Page 1 of 98 Pages TABLE OF CONTENTS Item Page Notice Inviting Bids 5 Contractor's Proposal 9 Bid Security Form 23 Bidder's Bond to Accompany Proposal 24 Guide for Completing the "Designation Of Subcontractors" Form ^ 26 Designation of Subcontractor and Amount of Subcontractor's Bid Items 28 Bidder's Statement of Technical Ability and Experience 29 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 30 Bidder's Statement Re Debarment 31 Bidder's Disclosure of Discipline Record 32 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid 34 Contract Public Works 35 Labor and Materials Bond 41 Faithful Performance/Warranty Bond 43 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 45 ^¥ Revised 03/21/12 Contract No. 5503-5 Page 2 of 98 Pages GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms 48 1-2 Definitions 49 1-3 Abbreviations 53 1-4 Units of Measure 55 1- 5 Symbols 56 Section 2 Scope and Control of The Work 2- 1 Award and Execution of Contract 57 2-2 Assignment 57 2-3 Subcontracts 57 2-4 Contract Bonds 58 2-5 Plans and Specifications 59 2-6 Work to be Done 62 2-7 Subsurface Data 62 2-8 Right-of-Way 62 2-9 Surveying 62 2-10 Authority of Board and Engineer 62 2- 11 Inspection 63 Section 3 Changes in Work 3- 1 Changes Requested by the Contractor 63 3-2 Changes Initiated by the Agency 63 3-3 Extra Work 65 3-4 Changed Conditions 67 3- 5 Disputed Work 68 Section 4 Control of Materials 4- 1 Materials and Workmanship 71 4- 2 Materials Transportation, Handling and Storage 75 Section 5 Utilities 5- 1 Location 75 5-2 Protection 76 5-3 Removal 76 5-4 Relocation 77 5-5 Delays 77 5- 6 Cooperation 78 Section 6 Prosecution, Progress and Acceptance of the Work 6- 1 Construction Schedule and Commencement of Work 78 6-2 Prosecution of Work 78 6-3 Suspension of Work 79 6-4 Default by Contractor 79 6-5 Termination of Contract 80 6-6 Delays and Extensions of Time 80 6-7 Time of Completion 81 6-8 Completion, Acceptance, and Warranty 82 6-9 Liquidated Damages 82 6-10 Use of Improvement During Construction 82 ^¥ Revised 03/21/12 Contract No. 5503-5 Page 3 of 98 Pages Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 83 7-2 Labor 83 7-3 Liability Insurance 83 7-4 Workers' Compensation Insurance 83 7-5 Permits 84 7-6 The Contractor's Representative 84 7-7 Cooperation and Collateral Work 84 7-8 Project Site Maintenance 85 7-9 Protection and Restoration of Existing Improvements 86 7-10 Public Convenience and Safety 87 7-11 Patent Fees or Royalties 93 7-12 Advertising 93 7-13 Laws to be Observed 93 7- 14 Antitrust Claims 94 Section 8 Facilities for Agency Personnel 8- 1 General 94 Section 9 Measurement and Payment 9- 1 Measurement of Quantities for Unit Price Work 94 9-2 Lump Sum Work 94 9-3 Payment 95 9-4 Bid Items 98 TECHNICAL SPECIFICATIONS DIVISION 01 - GENERAL REQUIREMENTS 01025 Measurement and Payment DIVISION 11 - EQUIPMENT 11080 Wastewater Bypass and Containment DIVISION 13 - SPECIAL CONSTRUCTION 13605 Installation of Cured-in-PIace Pipe (CIPP) in Existing Sewers APPENDIXES Appendix A Door Hanger for Project Notification Appendix B Applicable City Standard Drawings (for reference only) Appendix C Schedule of Sewer Rehabilitation Appendix D Vicinity and Site Location Maps Appendix E Main Inspection with Pipe-Run Graphs, Images, and Segment Location Appendix F Record Drawings ^¥ Revised 03/21/12 Contract No. 5503-5 Page 4 of 98 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00 PM ON MAY 30, 2011, 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 approximately 200 lineal feet of 6-inch and 930 lineal feet of 8-inch gravity flow sewer pipeline with the installation of cured-in- place pipe (CIPP) liners. SEWER REHABILITATION WITH CIPP, BASSWOOD AVENUE, CHESTNUT AVENUE, MONROE STREET, AND SIERRA MORENA AVENUE CONTRACT NO. 5503-5 BID NO. PWS12-43UTIL 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 w 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 bv the "Greenbook" Committee of Public Works Standards. Inc. all 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 Cartsbad encourages the participation of minority and women-owned businesses. The City of Cartsbad encourages all bidders, suppliers, manufacturers, fabncators and contractors to utilize recycled and recyclable matenals when available, approprtate and approved by the Engineer. m¥ Revised 03/21/12 Contract No. 5503-5 Page 5 of 98 Pages BID DOCUMENTS The bid documents comprtse the following documents which must be completed and property executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond 3. Noncollusion Declaration 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 nders covenng the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder pnor 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) 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 companson of bids. The Engineer's Estimate is $99,700.00. 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 property 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 Descrtption A General Engineenng 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, vanous supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Cartsbad, California 92008-7314, for a non-refundable fee of $20.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. ^¥ Revised 03/21/12 Contract No. 5503-5 Page 6 of 98 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 wntten 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 Cartsbad reserves the nght to reject any or all bids and to waive any minor irregularity or informality in such bids. THE PAYMENT OF PREVAILING WAGES IS NOT REQUIRED The City of Cartsbad is a Charter City. Cartsbad Municipal Code Section 3.28.130 supersedes the provisions of the California Labor Code when the public work is not a statewide concern. The City Council has determined that it is not in the best interest of the city to require the payment of prevailing wages for this project. Payment of prevailing wages is at contractor's discretion. PRE BID MEETING A pre-bid meeting and tour of the project site can be arranged with the City's Project Manager, Mark Biskup, (760) 602-2763, up to but no later than one week pnor 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 prtce 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 prtce, 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 prtces 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. 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 prtce on this project. The Contractor shall provide bonds to secure payment of laborers and matenals 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 durtng 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 carrter 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 ortginal, 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. ¥ Revised 03/21/12 Contract No. 5503-5 Page 7 of 98 Pages If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterty 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 anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. 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 prtce. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as descrtbed in the contract, within twenty days of bid opening. Ifthe 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 prtme contractor and all subcontractors are required to have and maintain a valid City of Cartsbad Business License for the duration of the contract. AprtI 16, 2012 Date Deputy City Clerk Revised 03/21/12 Contract No. 5503-5 Page 8 of 98 Pages CITY OF CARLSBAD SEWER REHABILITATION WITH CIPP, BASSWOOD AVENUE, CHESTNUT AVENUE, MONROE STREET, AND SIERRA MORENA AVENUE CONTRACT NO. 5503-5 CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, 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. 5503-5 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: SEWER REHABILITATION WITH CIPP SCHEDULE "A" BASSWOOD AVENUE SEWER LINE Approximate Item Quantity Unit Price Total Amount No. Description and Unit (Figures) (Figures) A-1 Contract Bonds, Insurance, LS $ 2.000 $ 2.000 Encroachment Permits, Rights-of-Entry, Project Management, Mobilization, Demobilization, and Preparatory Work at Two Thousand Dollars (Stipulated Amount: Do Not Change) A-2 Furnish, Install, and Maintain LS Traffic Control including Preparation and Approval of Traffic Control Plans, All Signs, Delineators, Arrow Boards, and Flagmen at (Price in Words) ^¥ Revised 03/21/12 Contract No. 5503-5 Page 9 of 98 Pages Item No. Description A-3 A-4 A-5 A-6 Thoroughly Clean Existing Sewer (Removal of Grease, Roots, and any Obstruction), Video Inspect Existing Sewer after Initially Cleaning and Flushing the Sewer, and Post-Video Inspection of the Sewer after Rehabilitation Work is Complete (300± LF) in Accordance with the Construction Drawings and Technical Specifications, Section 13605 at (Price in Words) Remove Protruding Sewer Laterals into the Sewer Main and Preliminary Point Repairs by a Robotically-Controlled Device from inside the Sewer Main without Excavation in Accordance with the Construction Drawings and Technical Specifications, Section 13605 at , ,/ (Unit Price in Words) Furnish & Install 8" Cured-in- PIace Pipe (CIPP) Liner in Accordance with the Technical Specifications, Section ^ ''ars (Price in Words) Wastewater Bypass and Containment in Accordance with the Construction Drawings and Technical Specifications Section 11080 Approximate Quantity and Unit LS Section 13605 at (Price in Words) 1^ Revised 03/21/12 Unit Price (Figures) oo $_ Total Amount (Figures) 3EA /OO. 00 300± LF $ Ujooooo LS %^^^ 5DO. Contract No. 5503-5 Page 10 of 98 Pages Item No. Description A-7 Reinstate Sewer Laterals by a Robotically-Controlled Device from Inside the Sewer Main without Excavation in Accordance with the Construction Drawings and Technical Specifications Section 13605 at JiMC/)ty to/Jars ~ (Unit Ppfce in Words) A-8 Furnish and Install Sewer Lateral Inserts (Top Hat) by a Robotically-Controlled Device from inside the Sewer Main without Excavation in Accordance with the Construction Drawings and Technical Specifications Section 13605 at One T/ie^ui.Sanc/ ^o/UrS~ (Unit Price in Words) Approximate Quantity and Unit SEA SEA Unit Price (Figures) 00 $. Total Amount (Figures) Total amount of bid in words for Schedule "A": Thoi^St^incI S/x /i^c^p^ne^ Total amount of bid in numbers for Schedule "A": $_ oo Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). l\tfY\9^ has/have been received and is/are included in this proposal. ^¥ Revised 03/21/12 Contract No. 5503-5 Page 11 of 98 Pages SEWER REHABILITATION WITH CIPP SCHEDULE "B" CHESTNUT AVENUE SEWER LINE Item No. Description B-1 B-2 B-3 Contract Bonds, Insurance, Encroachment Permits, Rights-of-Entry, Project Management, Mobilization, Demobilization, and Preparatory Work at Two Thousand Dollars (Stipulated Amount: Do Not Change) Furnish, Install, and Maintain Traffic Control including Preparation and Approval of Traffic Control Plans, All Signs, Delineators, Arrow Boards, and Flagmen at %/o Hundred fj-f^ Approximate Quantity and Unit LS Unit Price (Figures) $ 2.000 Total Amount (Figures) $ 2.000 LS OD OD (Price in Words) Thoroughly Clean Existing Sewer (Removal of Grease, Roots, and any Obstruction), Video Inspect Existing Sewer after Initially Cleaning and Flushing the Sewer, and Post-Video Inspection of the Sewer after Rehabilitation Work is Complete (200± LF) in Accordance with the Construction Drawings and Technical Specifications, Section 13605 at / A // LS 00 Soo. (Price in Words) Revised 03/21/12 Contract No. 5503-5 Page 12 of 98 Pages Item No. Description Approximate Quantity and Unit Unit Price (Figures) B-4 Remove Protruding Sewer Laterals into the Sewer Main and Preliminary Point Repairs by a Robotically-Controlled Device from inside the Sewer Main without Excavation in Accordance with the Construction Drawings and Technical Specifications, Section 13605 at . . (Unit Price in Words) B-5 Furnish & Install 6" Cured-in- PIace Pipe (CIPP) Liner in Accordance with the Technical Specifications, Section 13605 at . 'flvc/lN Two UolUnS (Price in Words) B-6 Wastewater Bypass and Containment in Accordance with the Construction Drawings and Technical Specifications Section 11080 (Price in Words) 4EA %/00^ $_ Total Amount (Figures) oo 200± LF $ oo oo LS o 0 CO B-7 Reinstate Sewer Laterals by a Robotically-Controlled Device from Inside the Sewer Main without Excavation in Accordance with the Construction Drawings and Technical Specifications Section 13605 at . (Unit Price in Words) 4EA 10. 00 8-0. OO Revised 03/21/12 Contract No. 5503-5 Page 13 of 98 Pages 2_ Approximate Item Quantity Unit Price Total Amount No. Description and Unit (Figures) (Figures) B-8 Furnish and Install Sewer .4 EA $ j^tSO-^^ $ ^^OOC> Lateral Inserts (Top Hat) by a Robotically-Controlled Device from inside the Sewer Main without Excavation in Accordance with the Construction Drawings and Technical Specifications Section 13605 at . , Unit (Unit Price in Words) Total amount of bid in words for Schedule "B": T/j/Heen ThiPidSfiin^ Ond^ /^W//^ 7 ~ / -? I'^n oo Total amount of bid in numbers for Schedule "B": $__L2lI__ Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). /i^^Tt^ has/have been received and is/are included in this proposal. ^ SEWER REHABILITATION WITH CIPP SCHEDULE "C" MONROE STREET SEWER LINE Approximate Item Quantity Unit Price Total Amount No. Description and Unit (Figures) (Figures) C-1 Contract Bonds, Insurance, LS $ 2.000 $ 2.000 Encroachment Permits, Rights-of-Entry, Project Management, Mobilization, Demobilization, and Preparatory Work at Two Thousand Dollars (Stipulated Amount: Do Not Change) C-2 Furnish, Install, and Maintain LS Traffic Control including Preparation and Approval of Traffic Control Plans, All Signs, Delineators, Arrow Boards- and Flagmen at . (Price in Words) ^¥ Revised 03/21/12 Contract No. 5503-5 Page 14 of 98 Pages Item No. Description C-3 Thoroughly Clean Existing Sewer (Removal of Grease, Roots, and any Obstruction), Video Inspect Existing Sewer after initially Cleaning and Flushing the Sewer, and Post-Video Inspection of the Sewer after Rehabilitation Wori< is Complete (310± LF) in Accordance with the Construction Drawings and Technical Specifications, Section 13605 at ^ , Approximate Quantity and Unit LS Unit Price (Figures) Soo. oo $. Total Amount (Figures) (Price in Words) C-4 Remove Protruding Sewer 6 EA $_ Laterals into the Sewer Main and Preliminary Point Repairs by a Robotically-Controlled Device from inside the Sewer Main without Excavation in Accordance with the Construction Drawings and Technical Specifications, Section 13605 at (Unit Price in Words) C-5 Furnish & Install 8" Cured-in- 310±LF $_ Place Pipe (CIPP) Liner in Accordance with the Technical Specifications, Section 13605 at (Price in Words) C-6 Wastewater Bypass and LS $_ Containment in Accordance with the Construction Drawings and Technical Specifications Section 11080 at / fli/e. UuJneJ do/Urs . (Price in Words) /OO. oo Goo. oo 20, UytOO. SOO. oo SOO. Revised 03/21/12 Contract No. 5503-5 Page 15 of 98 Pages Approximate Item Quantity Unit Price Total Amount No. Description and Unit (Figures) (Figures) C-7 Reinstate Sewer Laterals by 6 EA $ 2^- $ a Robotically-Controlled Device from Inside the Sewer Main without Excavation in Accordance with the Construction Drawings and Technical Specifications Section 13605 at / /ivcfiry o^/Ur^ (Unit Price in Words) C-8 Furnish and Install Sewer 6 EA %__±Z___ Lateral Inserts (Top Hat) by a Robotically-Controlled Device from inside the Sewer Main without Excavation in Accordance with the Construction Drawings and Technical Specifications Section 13605 at j ^ ,/ (Unit Price in Words) Total amount of bid in words for Schedule "C": S^feOl T/l^^S^d/lJ O/lC^ /^^dre^ StirtYlJTJ Uo/I^irs (PU)/d 7 JL I ID Total amount of bid in numbers for Schedule "C": $ / ^ Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s)r A^^TL;^^ has/have been received and is/are included in this proposal. ^¥ Revised 03/21/12 Contract No. 5503-5 Page 16 of 98 Pages SEWER REHABILITATION WITH CIPP SCHEDULE "D" SIERRA MORENA AVENUE SEWER LINE Item No. Description D-1 Contract Bonds, Insurance, Encroachment Permits, Rights-of-Entry, Project Management, Mobilization, Demobilization, and Preparatory Work at Two Thousand Dollars (Stipulated Amount: Do Not Change) D-2 Furnish, Install, and Maintain Traffic Control including Preparation and Approval of Traffic Control Plans, All Signs, Delineators, Arrow Bpards, and Flagmen at Dollars 7 (Price in Words) D-3 Thoroughly Clean Existing Sewer (Removal of Grease, Roots, and any Obstruction), Video Inspect Existing Sewer after Initially Cleaning and Flushing the Sewer, and Post-Video Inspection of the Sewer after Rehabilitation Work is Complete (320± LF) in Accordance with the Construction Drawings and Technical Specifications, Section 13605 at , ^ ,1 fii/f^ Hundred UoLUrs (Price in Words) Approximate Quantity and Unit LS Unit Price (Figures) $ 2.000 Total Amount (Figures) $ 2.000 LS ZSO. OD LS 500. 00 Soo oZ> Revised 03/21/12 Contract No. 5503-5 Page 17 of 98 Pages Item No. Description D-4 Remove Protruding Sewer Laterals into the Sewer Main and Preliminary Point Repairs by a Robotically-Controlled Device from inside the Sewer Main without Excavation in Accordance with the Construction Drawings and Technical Specifications, Section 13605 at / . rOnp_ /fKndred M/grs (Unit Price in Words) D-5 Furnish & Install 8" Cured-in- PIace Pipe (CIPP) Liner in Accordance with the Technical Specifications, Section 13605 at , (Price in Words) D-6 Wastewater Bypass and Containment in Accordance with the Construction Drawings and Technical Specifications Section 11080 %ir^ l4(^ndr€^ bolUrs (Price in Words) D-7 Reinstate Sewer Laterals by a Robotically-Controlled Device from Inside the Sewer Main without Excavation in Accordance with the Construction Drawings and Technical Specifications Section 13605^t./ (Unit Price in Words) Approximate Quantity and Unit 11 EA Unit Price (Figures) $ /OO-ov $. Total Amount (Figures) //OO, o^ 320± LF 20p 00 oo LS SOO. £>Z> SOO.'^'^ 11 EA DO 5 2^ZZ). oo \9 Revised 03/21/12 Contract No. 5603-5 Page 18 of 98 Pages Approximate Item Quantity Unit Price Total Amount No. Description and Unit (Figures) (Figures) D-8 Furnish and Install Sewer 11 EA $ ly^^^- %Jk££2:^ Lateral Inserts (Top Hat) by a Robotically-Controlled Device from inside the Sewer Main without Excavation in Accordance with the Construction Drawings and Technical Specifications | OPENED, WITNESSEO AND Sectionl3605 at , ^ ,1 \ -3 : ^/^J^ ^ Pnt 7hPii<^na/ Do/i^Cr . I DATE m (Unit Price in Words) Total amount of bid in words for Schedule "D":.7W^^!^ 'Thc^HSan^ MnO /iunarec/ Sci/eyiry Do/krx ^ /^^ dtn:^ - / o / <7 7/? Total amount of bid in numbers for Schedule "D": $___±_i__: Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). /^i^""^^^-^ " has/have been received and is/are included in this proposal. ^ SEWER REHABILITATION WITH CIPP BID SUMMARY /9 Ci/D 00 Bid Schedule A (Basswood Avenue) %__J_fy^fJ_^ Bid Schedule B (Chestnut Avenue) $ /3, /3o^ Bid Schedule C (Monroe Street) $ /(p,l70'^^ Bid Schedule D (Sierra Morena Avenue) $_ 00 Total Bid for Schedules A through D Total Bid for Schedules A through D S/Xlh/ TTiree^ 'DiPid'^.n^ ^/l'/' (Price in Words) The basis of award will be the sum of Schedules "A", "B", "C", and "D". Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). fl/'^V^JLy^ has/have been received and is/are included in this proposal. ^¥ Revised 03/21/12 Contract No. 5503-5 Page 19 of 98 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 Carisbad, 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 ^';^^^<^'^^ , classification ^ which expires on //'^j^y , 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 property licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carisbad 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 fr>/cdr/Qr^ /S^O^O (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 03/21/12 Contract No. 5503-5 Page 20 of 98 Pages Check a License - License Detail - Contractors State License Board Page 1 of2 Department of Consumer Affairs Contractors State License Board Contractor's License Detail - License # 773862 A DISCLAIMER: A license status check provides Information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action inforrnation. Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number Business Information Entity Issue Date Expire Date License Status Extract Date 5/30/2012 Classifications Bonding Workers' Compensation 773862 SOUTHWEST PIPELINE AND TRENCHLESS CORP Business Phone Number: (310) 329-8717 539W140TH STREET GARDENA, CA 90248 Corporation 01/21/2000 01/31/2014 ACTIVE This license is current and active. All information beiow should be reviewed. CLASS DESCRIPTION A GENERAL ENGINEERING CONTRACTOR CONTRACTOR'S BOND This license filed a Contractor's Bond with SAFECO INSURANCE COMPANY OF AMERICA. Bond Number: 5913406 Bond Amount: $12,500 Effective Date: 01/01/2007 Contractor's Bond Historv BOND OF QUALIFYING INDIVIDUAL 1. This license filed Bond of Qualifying Individual number 024041183 for DUCHAINEAU JUSTIN PAUL in the amount of $12,500 with SAFECO INSURANCE COMPANY OF AMERICA. Effective Date: 02/01/2012 WORKERS' COWIFENSATION https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=77... 5/30/2012 Check a License - License Detail - Contractors State License Board Page 2 of 2 This license has workers compensation insurance with OLD REPUBLIC INSURANCE COMPANY Policy Number: A1CW93331102 Effective Date: 06/01/2011 Expire Date: 06/01/2012 Workers' Compensation History Personnel listed on this license (current or disassociated) are llste Personnel List Other Licenses Conditions of Use | Privacv Policv Copyright © 2010 State of California https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=77... 5/30/2012 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and sumame) of proprietor (3) Place of Business (Street and Number) City and State , (4) Zip Code Telephone No. (5) E-Mail , IF A PARTNERSHIP. SIGN HERE: (1) Name under which business is conducted. (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business City and State (Street and Number) (4) Zip Code Telephone No. (5) E-Mail ^¥ Revised 03/21/12 Contract No. 5503-5 Page 21 of 98 Pages IF A CORPORATION, SIGN HERE: SOUTHWEOTPIPELINE AND TRENCHLESS CORP. f) N^me under whi^ business is conducted JUSTIN P. DUCHAINEAU Tntii^ PRESIDENT/TREASUREfWMU \ ' '"®/ .-ru».«eT DIDO IMP AND SOUTHWEST PIPB-INE AND TRENCHLESS CORP. Impress Corporate Seal here (3) Incorporated under the laws of the State of S/^^r ^z-c^rft^f^ (4) Place of Business (Street and Number) City and State ^^<!^>^ i:^ <g;/^ ^ t (S>9 (5) Zip Code Telephone No. 3^^ S^Y^'^ (6) E-Mail crU <pir//O ^^^cJPI P^J^/ \/i/e a <:^A<^ NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED 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: JUSTIN P. DUCHAINEAU PRESIDENTnrRFASIIRF-R/RMQ SOUTHWEST PIPEUNE AND TRENCHLESS CORR ROBERT E. BOLGER. JR, SEGREiySRY SOUTHWEST PIPELINE AND TRENCHLESS CORP, Revised 03/21/12 Contract No. 5503-5 Page 22 of 98 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of Carifornia County of LQS Angeles On 5-29-12 Date personally appeared } before me, Sharon Inec Farmer, Notary Public Here tnaert Nome and Titis ol the Officer Justin P. Duchaineau Nameis) ot Sign8r($) III • III i • 1 SHARON INSSFAKMER Coinmitsioa# 1800938 Notary PuMkS'Caiiforaia z Lot Angtm Coimty g who proved to me on the basis of satisfactory evidence to be the person|j^whose nam^ffi/ps/^ subscribed to the within Instrument and acknowledged to me that he/|))ei$Mi$' executed the same in his^berf^jlMtrauthprized capacity(J$i8)C^and that by his/hef/^)eir signature(9)ron the Instrument the person^^, or the entity upon behalf of which the personCsf 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. Place Notary Seal Above WITNESS my hand and official seal. Signature OPTIONAL - Signature ol Notary PuliUc Though the information below is not required fcy law. it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment ol this fonn to another document. Description of Attached Document Title orType of Document: Document Date: . Number of Pages: Signer(s) Other Than Named Above: Capacity(ie8) Claimed by Signer(s) Signer's Name: • Individual • Corporate Officer —Tltle(s): • Partner — • Limited • General • Attorney in Fact • Trustee LI Guardian or Conservator • Other: RIGHT THUMOPRir-rr OF SIGNI:K Top of thumb here Signer Is Representing:. Signer's Name: • Individual n Corporate Officer — Tltle(s): • Partner — • Limited • General • Attomey in Fact • Trustee • Guardian or Conservator C Other: Signer Is Representing: RlGHrTTHUMBPHIMT OFSIGNER Top of thumt) here C20ffyMa»orf*"^'y *««iv^a««»»«wnn«fin^oAw P.O.Bat2408«CI»alai>oith.CA 91313a40e»wvw.NationalNotofVOra ltem»S907 ReordsrCallToO-RM 1-800476^7 BOARD OF DIRECTORS RESOLUTION SOUTHWEST PIPELINE AND TRENCHLESS, CORP. January 5, 2012 The undersigned being all of the members of the Board of Directors of Southwest Pipeline and Trenchless Corp., a Califomia Corporation, certify that the Bylaws of the corporation authorize the directors to act by unanimous consent. Pursuant to Section 307 (b) of the Califomia General Corporation Law and the Bylaws of the corporation, the undersigned acknowledges their continuing consent to adoption of the following resolution as the act of the Board of Directors of the Corporation RESOLVED, that Justin P. Duchaineau is authorized as President/Treasurer pursuant to the Bylaws of the corporation to sign any and all contracts, bid bonds, performance bonds, payment bonds, and other pertinent documents of a nature, for and on behalf of Southwest Pipeline and Trenchless Corp. This resolution is effective on January 5,2012 and will remain in full force and effect for pertinent documents signed hereafter. RESOLVED, that Robert E. Bolger is authorized as Secretary pursuant to the Bylaws of the corporation to sign any and all contracts, bid bonds, performance bonds, payment bonds, and other pertinent documents of a nature, for and on behalf of Southwest Pipeline and Trenchless Corp. This resolution is effective on Januaiy 5, 2012 and will remain in full force and effect for pertinent documents signed hereafter. . Colich, Member of Board of Directors ine T. Colich, MemberO^Board of Directors BID SECURITY FORM (Check to Accompany Bid) SEWER REHABILITATION WITH CIPP, BASSWOOD AVENUE, CHESTNUT AVENUE, MONROE STREET, AND SIERRA MORENA AVENUE CONTRACT NO. 5503-5 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of dollars ($_ J, 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; othenA/ise, 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 OthenA/ise 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 checl<, 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 03/21/12 Contract No. 5503-5 Page 23 of 98 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL SEWER REHABILITATION WITH CIPP, BASSWOOD AVENUE, CHESTNUT AVENUE, MONROE STREET, AND SIERRA MORENA AVENUE CONTRACT NO. 5503-5 KNOW ALL PERSONS BY THESE PRESENTS: That we, Southwest Pipeline and Trenchless Corp.33 Principal, and^afeco Insurance Company of America 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 Amount Bid 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: SEWER REHABILITATION WITH CIPP, BASSWOOD AVENUE, CHESTNUT AVENUE, MONROE STREET, AND SIERRA MORENA AVENUE CONTRACT NO. 5503-5 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; othenvise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event Principal executed this bond as an individual, it is agreed that the death of Principal Revised 03/21/12 Contract No. 5503-5 Page 24 of 98 Pages shall not exonerate the Surety from its obligations under this bond. May Executed by PRINCIPAL this day of 20i2 rint name hen^PTiN P. DUCHAINEAU PRESfoENTrmEASURER/RMO SOUTHWEST PIPEUNE AND TRiMCHiES8.C0BE. (Title and Organization of Signatory) By: (sig?ff!ere) (print namgyS^^gi^^ SOUTHWEST RPELINE ANO TRENCHLESS CORP. (title and organization of signatory) Executed by SURETY this ^ day of May ^ 2012 . URETY: Safeco Insurance Company of America (name of Surety) 330 N. Brand Blvd. Ste 500, Glendale, CA 91203 (address of Surety) (818) 956-4250 (telephone Byl (signature of Attorh^i^-Fact) Noemi Quiroz, Attorney-in-Fact (printed name of Attorney-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 By: stant City Attorney \ Assistant V Revised 03/21/12 Contract No. 5503-5 Page 25 of 98 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles MAY 09 2012 On appeared Noemi Quiroz ) ss before me, Lisa L Thornton, Notary Public , personally , who proved to me on the basis of satisfactory evidence to be the person(s) whose nameis) is/afe subscribed to the within instrument and acknowledged to me that ke/-she/thcy executed the same in l=Hs/her/thGir authorized capacity^ies), and that by j=Hs/her/thoir 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. Signatur (Seal) ^^'^"^-'^—^^ ^ .a. p. ^ ^ LISA L. THORNTON 1 Commission # 1940213 Notary Public - California z Los Angeles County ^ This Power of Attomey limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. Not valid for mortgage, note, loan, letter of credit, bank deposit, currency rate, interest rate or residual value guarantees. To confirm the validity of this Power of Attomey call 610-832-^40 between 9:00 am and 4:30 pm EST on any business day. First National Insurance Company of America General Insurance Company of America Safeco Insurance Company of America POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That First National Insurance Company of America, General Insurance Company of America, and Safeco Insurance Company of America are corporations duly organized under the laws of the State of New Hampshire (herein collectively called the 'Companies'), pursuant to and by authority herein set fbrtti, does hereby name, constitute and appoint, Noemi Quiroz of the city of Los Anqeles state of CA its taie and lawful attomeyHn-fact, with full power and authority hereby conferred to sign, execute and acknowledge the foflowing surety bond: Principal Name: Southwest Pipeline and Trenchless Corp. Obligee Name: City of Carlsbad Surety Bond Number: Bid Bond Bond Amount See Bond Form 'Rease note that if 'see bond torn' is stated for the bond amount, then this Power of Attomey can only support a Bid Bond or other simflar preEmina^ bond.' IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized offk^r or ofiteial of the Companies and tfie corporate seals of the Companies have been affixed thereto this 9th dav of May . 2012 . First National Insurance Company of /America General Insurance Company of/(merica Safeco Insurance Company of America By: Gregory W. Davenport, Assistant Secretary STATE OF WASHINGTON COUNTY OF KING ss On this 9th day of May 2012 . before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of First National Insurance Company of America, General Insurance Company of America, and Safeco Insurance Company of America, and that he, as such, being authorized so to do, execute the foregoing instalment fbr the purposes therein contained by signing on behalf of the corporattons by himself as a duly authorized offk»r. IN WITNESS WHEREOF, I have hereunto subscribed my name and afRxed my notarial seal at Seattle, Washington, on the day and year first above written. I / NOTARY *• 1 lo,\^PUBUC By: KD Riley, Notary Public This Power of Attomey is made and executed pursuant to and by authority of the folkwing By-law and Authorizatnns of First Nattonal Insurance Company of America, General Insurance Company of America, and Safeco Insurance Company of America, which are now in full force and effect reading as foWcm: ARTICLE IV - OFFICERS - Sectnn 12. Power of Attomey. Any officer or other official of the Corporatk)n authorized for that purpose in writing by the Chainnan or the President, and subject to such limitation as the Chainnan or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act In behalf of the Corporatnn to make, execute, seal, acknowledge and deliver as surety any and aH undertakings, bonds, recognizances and other surety obligatnns. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporatk)n by thar signature and executed, such instalments shall be as binding as if signed by ttie President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under ttie provisions of this ariKle may be revoked at any time by ttie Board, ttie Chainnan, the Presklent or by ttie officer or offk^rs granting such power or authority. Certificate of Designation - The Presklent of ttie Company, acting pursuant to ttie Bylaws of ttie Company, auttwrizes Gregory W. Davenport, Assistant Secretary to appoint such attomeysH'n-fact as may be necessary to act on behalf of ttie Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and ottier surety obrigat'ons. Authorization - By unanimous consent of ttie Company's Board of Directors, ttie Company consents ttiat facsimile or mechanically reproduced signature of any assistant secretary of Uie Company, wherever appearing upon a certified copy of any power of attomey issued by the Company in connection witti surety bonds, shall be valid and bkJing upon ttie Company witti ttie same force and effect as ttiough manually affixed. 1, David M. Carey, ttie undersigned. Assistant Secretary, of First National Insurance Company of America, General Insurance Company of America, and Safeco Insurance Company of America do hereby certify ttiat Uie original power of attomey of which ttie foregoing is a full, tme and conect copy of Uie Power of Attomey executed by said Companies, is in full force and effect and has not been revoked. I IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed ttie seals of said Companies ttiis. 9th .day of DavkJ M. Carey Secretary CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CalHornia County of LOS Angeles On May 29, 2012 before me. } Sharon Ines Farmer, Notary Public Dale personally appeared Here Insert Nome and Title ol the Officer Justin P. Duchaineau and Robert E. Bolger, Jr, Nomefs) ot Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose nameCsjLje/iare subscribed to the within instrument and acl<nowledged to me that Jkt^pH^hhGy executed the same in l)i§Z^rAheir authorized capacity(i6s), and that by bi^^eif^ir signature(s) on the instalment 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 Signatu OPTIONAL Sigrwturo ol Notary PutiUc Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent frawhtlent removal and reattachment of this fonn to another document. Description off Attached Document Title or Type of Document: Document Date: Number of Pages: Slgner(s) Other Than Named Above: Capaclty(ie8) Claimed by Signer(s) Signer's Name: • Individual • Corporate OfficerTitle(s): • Partner — • Limited • General • Attorney in Fact • Trustee (J Guardian or Conservator • Other: Signer Is Representing: RIGHT THUMOPRir/T OF SIGrJf:H Top of thumb here Signer's Name: • Individual • Corporate Officer — Title{s): • Partner — • Limited • General • Attomey in Fact • Trustee • Guardian or Conservator C Other: Signer Is Representing: RlGKT THUMBPRINT OFSIGNER Top of thumO here CWffyNa«wii'"«»»'YA.wto«n«»«Hmni»finiBAMB POfta2402*Chatsworth.CA 91313-2408»www.NationalNolarvOfQ lteffl*S907 ReoMsrCalToO-Frae 1-8004764827 Company Profile Page 1 of 2 Company Profile SAFECO INSURANCE COMPANY OF AMERICA 175 BERKELEY STREET BOSTON, MA 02116 800-332-3226 Former Names for Company Old Name: SELECTIVE AUTO & F INS CO AMER Effective Date: 11-02-1953 Agent for Service of Process KAREN HARRIS, C/O CORPORATION SERVICE COMPANY 2710 GATEWAY OAKS DRIVE, SUITE 150N SACRAMENTO, CA 95833-3505 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: 24740 NAIC Group #: Om Califomia Company ID #: 1442-3 Date authorized in Califomia: October 07, 1953 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: WASHE^GTON 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 CREDIT ^m>i\ FIRE W LIABILITY MARINE http://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utl.get_co_prof?p_EID=3361 5/30/2012 Company Profile Page 2 of 2 MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Comt)osite Complaint Studies Want More? Help Me Find a Company Representative in My Area Last Revised - May 26, 2011 01:14 PM Copyright © Califomia Department of Insurance http ://interactive. web. insurance. ca. go v/webuser/idb_co_prof_utl. get_co_prof?p_EID-3 361 5/30/2012 ^^^^ 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 tlie General Provisions to tills 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 perfonnance 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 mav result in reiection 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. 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. ^¥ Revised 03/21 /12 Contract No. 5503-5 Page 26 of 98 Pages Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perfonn 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. ^^^^ ^•r Revised 03/21/12 Contract No. 5503-5 Page 27 of 98 Pages DESIGNATION OF SUBCONTRACTOR AND AlVIOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) SEWER REHABILITATION WITH CIPP, BASSWOOD AVENUE, CHESTNUT AVENUE, MONROE STREET, AND SIERRA MORENA AVENUE CONTRACT NO. 6503-5 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 Portion of Work Subcontractor Name and Location of Business Subcontractor's License No. and Classification* Amount of Work by Subcontractor in Dollars* Page of pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the infonnation 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 03/21/12 Contract No. 5503-5 Page 28 of 98 Pages BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) SEWER REHABILITATION WITH CIPP, BASSWOOD AVENUE, CHESTNUT AVENUE, MONROE STREET, AND SIERRA MORENA AVENUE CONTRACT NO. 5503-5 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. Date Contract Completed Name and Address of the Employer Name and Phone No. of Person to Contract Type of Work Amount of Contract ^—^ ^ ei ^¥ Revised 03/21/12 Contract No. 5503-5 Page 29 of 98 Pages JOB# 489 490 491 492 493 494 495 496 497 Southwest Pipeline and Trenchless Corp., License No. 773862-A including U-Liner West and National Liner West Divisions Modified Standard Form 254 PROFILE CODE PROJECT NAME & LOCATION 3&6 3&6 10 10 City of Golden Valley, MN 92 Top Hats OWNER and/or GENERAL CONTRACTOR Visu-Sewer Clean & Seal for the City of Golden Valley, MN W230 N4855 Betker Drive, Pewaukee, Wl 53072 Camarlllo Sanitary District - Various Locations City Wide Sewer Charles King Company, Inc. for the Camarillo Sanitary Main Rehabilitation 406 Top Hats Various Locations within the City of San Diego 5 Sectional Repairs, 385 If of 6" and 175 If of 8" w/ CIPP 4 Top Hats District 2841 Gardena Avenue, Signal Hill, CA 90755 Zondiros Corporation for the City of San Diego 2401 208th Street Suite C-8, Torrance, CA 90501 District 5 Main Trunk Sewer Rehabilitation - Phase III 7035" 15", 1918' 8" 2008 Sanitary Sewer Lining 98 Top Hats 2008 Sewer Lining Project 45 Top Hats Pipeline Rehabilitation Phase H-1 16169' 6", 14636' 8", 521' 10", 185' 12". 3259' 15" 1029 Top Hats Buena Park Storm Drain - Sacramento, CA 560 If of 41.3" ID Ribliner in Existing 60" RCP Host Pipe River Road Drainage Pipe for the City of Laredo, Texas 826 If of Ribloc Pipe w/ Grout Colich & Sons, L.P. for the Los Angeles County Sanitation District 547 W. 140th Street, Gardena, CA 90248 Michels Corporation for the City of Racine, Wl 817 West Main Street, Brownsville, Wl 53006 Visu-Sewer Clean & Seal for the City of Racine, Wl W230 N4855 Betker Drive, Pewaukee, Wl 53072 City of San Diego 1200 Third St, San Diego CA 92101 JJM Engineering Constructors, Inc. for Tim Lewis Communities P.O. Box 15828, Sacramento, CA 95852 Troy Construction, L.L.C. for the Coty of Laredo, TX 8521 McHard Road, Houston, TX 77053 CONTACT INFO. 262/695-2340 Keith Alexander 562/426-2974 Butch King / Steve RadaicI 310/320-2558 Tom Zondiros 323/770-2920 Tom Bensfield 920/583-3132 Randy Wendling 262/695-2340 Keith Alexander 858/627-3286 Nariman Khomamizadeh 916/992-2840 James J. Maneatis City of Larado 756-791-7346 CONTRACT # SS-03-05 CMOM No. 4398 # 33-08 K8-037 # 32-08 Bid # K094364C AMOUNT START COMPLETE 87,400.00 7/08 9/08 609,000.00 7/08 3/10 53,975.00 07/2008 7/08 685,465.00 3/09 139,650.00 11/08 63,000.00 11/08 10/09 5/09 5/09 4,824,727.00 12/2008 1/10 215,000.00 10/2008 10/2008 570,595.00 2/2009 498 499 500 501 502 503 506 Wastewater Pipeline Improvement Project - Phase 2 Approx. 182 If of 15", 492 If of 21", 817 If of 24", and 558 If of 30" w/ CIPP "Sky Ranch", Santee, CA 13 Top Hats-6"-12" Roberts, Wl 41 Top Hats (12" Minimum, Long Version) 2007-2008 Sewer Replacement Project for the City of Redwood City, CA 79 Top Hats (6" and 8" Mainlines) Marion Utility Service Board 13 Top Hats 12" Tract 4998 Silverthorne 1 Approx. 316 If of 18" and 163 If of 24" w/ CIPP UCLA Botanical Gardens (15" Storm Drain) Approx. 200 If of 15" w/ CIPP KEC Engineering for the City of Thousand Oaks 951/734-3010 200 No. Sherman Avenue, Corona, CA 92882 James Elfring Insituform Technologies, Inc. for CH2M Hill 503/304-3514 8795 Portland Road NE, Brooks, OR 97305 Richard Gann Visu-Sewer Clean & Seal 262/695-2340 W230 N4855 Betker Drive, Pewaukee, Wl 53072 Keith Alexander J.F. Pacific Liner, Inc. for Sanco Pipelines, Inc. 707/446-8222 70 Union Way, Vacaville, CA 95687 Greg Larson Miller Pipeline 317/293-0278 8850 Crawfordsville Road, Indianapolis, In. 46234 Mark Hallet New Turf Construction, Inc. for Centex Homes Project 805/482-9876 1535 Flynn Road, Camarillo, CA 93012 David Pybrum Advanced Sewer Technologies for UCLA 818/265-5046 4617 Brazil Street, Los Angeles, CA 90039 Mike Ashker GRAND TOTAL 2008 CI4269 454,125.00 4/09 20,325.00 J-09 96,350.00 6/09 7/09 8/09 6/09 128,375.00 11/08 12/08 31,200.00 11/08 11/08 62,520.00 10/08 10/08 24,050.00 12/08 12/08 20,901,202.39 X;\Sharon FarmertSouthwest Pipeline and Trenchless Corp\Copy of SW 2541 aresent xlsx Southwest Pipeline and Trenchless Corp., License No. 773862-A including U-Liner West and National Liner West Divisions Modified Standard Form 254 J0B# 504 505 508 509 510 510.01 510.02 510.03 510.04 510.05 025MC2 511 512 513 514 PROFILE CODE 10 3, 6 PROJECT NAME & LOCATION 2009 City of Orting, Wa. Top Hats Sunrise Estates Sewer Rehabilitation - Boone County, Mo Top Hats City of Los Angeles 34 Top Hats Marianna Ave - Sanitary Sewer CIPP 13,179' 8", 678'12" Pipe Lining Master Subcontract 8" sewer 8" Sewer Sewer Main Rehab Phase 1-1 6"-8" Sewer Sewer Main Rehab Phase 1-1 see job 578 in 2010 Rock River Reclamation Plant (Top Hats) Rock River, Illinois Crownpoint Trunk Sewer, San Diego 4 Top Hats Coast Trunk Sewer Rehabilitation 11-26R PCH between First St & Brookhurst 1,160' 78" Ribliner 1,160' 78" City of San Diego Rehab Package D-1 415 top hats, 83 spot repairs City of El Segundo Sewer Rehab 5186' 15", 1918' 8" OWNER and/or GENERAL CONTRACTOR J.F. Pacific Liners, Inc. 70 Union Way, Vacaville, CA SAK Construction, LLC 103 No. Cool Springs Rd., O'Fallon, Mo. 82266 Tomovich & Associates 9611 Beverly Blvd., Pico Rivera, CA 90661 County of Los Angeles 900 S Freemont Ave., Alhambra, CA 91803 Burtech Pipeline 102 Second SL, Encinitas, CA 92024 2675 Fletcher Pkwy., 386 Sandy Lane, El Cajon Otay Mesa & San Ysidro, San Diego Otay Mesa & San Ysidro, San Diego Michels Corporation 817 West Main Street Brownsville, Wi 53006 TC Construction 10540 Prospect Ave Santee, Ca. 92071 Steve Bubalo Construction 128 Live Oak Ave, Monrovia, Ca. 91016 Erreca's Inc. 12570 Slaughterhouse Canyon Rd, PO Box 640, Lakeside, CA 92040 City of El Segundo 350 Main St., El Segundo, CA 900245 CONTACT INFO. 707/446/8222 636/379-2350 Tim Bussen Tom 562/699-3496 Abigail Flores 626/458-3157 Buddy Randy Wendling 920-583-3132 George Ham 619-448-4560 626-574-7570 Scott Miller 619/390-6400 310/524-2361 CONTRACT SKW Project No. 200945 #SMDACO00114 BP #1116 P.O. 2008-035-3.1 P.O. 2009-004-50 P.O. 2009-008-50 P.O. 045024 AMOUNT START COMPLETE 39,000.00 12/08 47,000.00 7/09 43,200.00 2/09 398,355.00 5/09 MASTER CONTRACT 18,058.00 4/09 284,980.00 4/09 cancelled 2/09 7/09 2/09 8/09 4/09 9/09 8,400.00 10/14/09 10/14/09 16,500.00 1/09 10/09 986,000.00 7/09 486,000.00 1/09 465,795.00 4/09 10/09 6/09 5/09 515 515.01 515.02 025CAR-4 515.03 516 517 518 519 3 4 10 City of Carisbad City of Carlsbad - Wastewater Division Sewer Line Point Repair Services - On Call 5950 El Camino Real Carlsbad, Ca. 92008 Fiberglass Section Repair 8" sewer Tanglewood Community & State Street Expanda Lining Repair 8" sewer Carisbad Blvd. & Pine Ave Fiberglass Section Repair Avenida de Anita 8" Fiberglass Section Repair 3 Top Hat's Avalon, Catalina Island 6" PVC lines, 6" CIPP lines, 8"-12 lines/unlined 188 Top Hats 6 Sewer & Water Group 731 San Diego 1089' 6"-8" rehab by CIPP 2,860' 6 Sewer & Water Grp 689 San Diego 177' 6"-8" rehab by CIPP 3, 6 City of Spokane Hoffman Southwest Corp. dba Roto Rooter 2331 Madero St, Mission Viejo, Ca. S C. Valley Engineering, Inc. P.O. Box 2848 El Cajon, Ca. 92021 KTA Construction, Inc. 1920 Cordell St. #105, El Cajon, Ca. 92020 City of Spokane Sewer Maintenance u 760-438-2722 Don Wasco 909-397-0567 Charles Berry Samuel H. Wathen 619-444-2366 619-562-9464 509-625-7921 Job#1 2-5-09 Job #2 3-13-09 Job #3 10-27-09 #01-09-771 17,100.00 37,500.00 2,800.00 5,000.00 500,000.00 3/09 86,430.00 11/09 4/09 3/10 38,680.00 1/10 delayed start 17,900.00 3/09 3/09 X:\Sharon FarmertSouthwest Pipeline and Trenchless Corp\Copy of SW 254 Southwest Pipeline and Trenchless Corp., License No. 773862-A including U-Liner West and National Liner West Divisions Modified Standard Form 254 JOB# 520 520.01 520.02 520.03 520.04 520.05 521 522 523 524 525 527 528 529 530 531 532 533 534 535 PROFILE CODE PROJECT NAME & LOCATION 10 11 Top Hats City of Santa Monica Sewer Line Point Repair Services - On Call 1 Top Hat Repair 3 Top Hat Repair 4 Top Hat Repair Grind Grout from Mainline 3 Top Hats Sewer Group 676 Contract #2805 Rosecrans & Talbot, San Diego City of San Diego Rehab Package G-1 33 top hats Golden Valley, Mn 98 Top Hats 80' 30" Ribline 36" Storm Drain Sacramento Desert Hot Springs 2nd Street 4 spot repairs, 2 top hats Emergency Sewer System Repair Program SEE JOB 552 FOR NEW CONTRACT 45 top hats San Diego CMP Lining, Consolidated Drain-Road Phase 2A Altadena, Charter Oaks, East San Gabriel, La Crescenta, Los Nietos Monrovia/Arcadia/Duarte, Rowland Heights, Val Verde, West Carson 1,170' 15"-36" CMP rehab by lining Top Hats Minnesota 6 Liner Installation Los Angeles 278' 8"; 128' 6" 1,3 Top Hats on 8", 12", 15", 18" Mains Racine, Wl 6 J.O. "H" Unit 1F Sewer Rehabilitation 451'rehab 36" by CIPP 3 Bronson Ave City of Los Angeles (Hollywood) 3 Norwood Young America Norwood , Mn OWNER and/or GENERAL CONTRACTOR 909 E. Sprague, Spokane, Wa, 99202 2015 21st Street 21st Street various locations alley 1205 Pine Street Ace Pipeline Corp 2016 Leo Court, Escondido, Ca. 92026 Erreca's Inc. 12570 Slaughterhouse Canyon Rd, PO Box 640, Lakeside, CA 92040 Visu-Sewer & Clean & Seal, Inc. W230 N4855 Betker Dr., Pewaukee, Wi. 53072 Tim Lewis Communities 300 Douglas Blvd., Roseville 93665 Mission Springs Water District 66575 2nd Street Desert Hot Springs, Ca. 92240 County of Los Angeles P.O. Box 1460, Alhambra, Ca. 91802 Zondiros Corporation 2401 208th Street Suite C-8 Torrance, Ca. 90501 County of Los Angeles P.O. Box 1460, Alhambra, Ca. 91802 Lametti & Sons, Inc. 16028 Forest Blvd. No. P.O. Box 477 Hugo, Mn. 55038 Zondiros Corporation 2401 208th St. Torrance Visu-Sewer & Clean & Seal, Inc. W230 N4855 Betker Dr., Pewaukee, Wi. 53072 County Sanitation Districts of Los Angeles County 1955 Workman Mill Rd., Whittier, Ca. 90601 John T. Malloy for The City of Los Angeles 3032 Bandini Blvd. Los Angeles 90023 Visu-Sewer & Clean & Seal, Inc. W230 N4855 Betker Dr., Pewaukee, Wi. 53072 CONTACT INFO. Mike Moms 310-458-8797 760-735-2144 Daniel Prizen Scott Miller 619/390-6400 Keith Alexander 262-695-2340 916-793-2300 Wayne Robertson 760-329-6278 Fernando Villaluna 626-458-4194 310-320-2664 Salman Khan 626-458-4956 Brett Anderson 651-426-1380 Craig Berry 760-510-6747 Keith Alexander 262-695-2340 562/699-7411 323/780-9942 Keith Alexander 262-695-2340 CONTRACT P.O. #09213 #4489 AMOUNT 1,475.00 5,000.00 6,500.00 2,000.00 #001632 on-call START COMPLETE 3/09 9/09 3/10 4/10 129,850.00 6/09 98,500.00 M-09 8,000.00 4/09 62,700.00 6/09 201,500.00 9/09 11,000.00 7/09 22,361.00 7/09 3/09 9/09 3/10 4/10 42,000.00 8/09 8/09 33,350.00 3/09 3/09 9/09 5/09 4/09 7/09 10/09 7/09 7/09 82,350.00 8/10/09 in process 225,049.00 8/13/09 in process 4,500.00 9-14-09 9-14-09 36,400.00 10-1-09 X:\Sharon FarmertSouthwest Pipeline and Trenchless CorpVCopy of SW 254^ Jresent.xlsx JOB# 536 537 PROFILE CODE 3 PROJECT NAME & LOCATION Racine, Wi Sanitary Sewer Imp. CWSRF #937-01 - Munich, No. Dakota 100 top hats Southwest Pipeline and Trenchless Corp., License No. 773862-A including U-Liner West and National Liner West Divisions Modified Standard Form 254 OWNER and/or GENERAL CONTRACTOR Visu-Sewer & Clean & Seal, Inc. W230 N4855 Betker Dr., Pewaukee, Wi. 53072 Visu-Sewer & Clean & Seal, Inc. W230 N4855 Betker Dr., Pewaukee, Wi. 53072 CONTACT INFO. Keith Alexander 262-695-2340 Keith Alexander 262-695-2340 CONTRACT AMOUNT START COMPLETE 82,500.00 10-12-09 125,000.00 4/10 8/10 538 539 540 541 542 543 544 545 546 547 548 3, 6 3, 6 3, 6 CIP Project No. 08-425 Sewer Repairs City of Hermosa Beach 876' 8" CIPP, 3 top Hats Bayside Drive Improvements 5-61 Newport Beach 3,208' 24", 280'10" CIPP Pleasant Hill Sewer Renovation - Phase 1 Central Contra Costa Sanitary District City of Burbank 16 Top Hat Installation at various locations Sewer Pipeline Rehab Phase J-1 37,805' rehab 6"-8" by CIPP 775 top hats Sewer Pipeline Rehab Phase J-1A 35,420 6" and 8" by CIPP , 685 Top Hats Sewer Group 725 W.O. #175321 580' rehab 6"-8" by CIPP 2 top hats Via Rialto Storm Drain City of San Diego KI 04766 151'CIPP Zondiros Corporation 2401 208th Street Suite C-8 Torrance, Ca. 90501 Colich & Sons, LP. 547 W. 140th Street Gardena, Ca. 90248 PIPEnology, Inc. for McNamara & Smallman Cons. Inc. City of Burbank 301 E. Olive Burbank, Ca. 91510 City of San Diego 1200 Third St, San Diego CA 92101 City of San Diego 1200 Third St, San Diego CA 92101 Ortiz Construction for The City of San Diego 788 Energy Way, Chula Vista, Ca. 91911 New Century Construction, Inc. 9119 Emerald Drive Ave., Lakeside, Ca. 92040 Sewer Improvement District No. 2010-2 - Strasburg, No. Dakota Visu-Sewer & Clean & Seal, Inc. 200 Top Hats Sewer Pipeline Rehab. Phase I-ID K104700C City of San Diego 404 top hats Sewer Rehabilitation Lining Projects - City of Culver City 60 Top Hats W230 N4855 Betker Dr., Pewaukee, Wi. 53072 Zondiros Corporation 2401 208th Street Suite C-8 Torrance, Ca. 90501 Sancon Engineering II, Inc. 5841 Engineer Drive Huntington Beach, Ca. 92449 GRAND TOTAL 2009: Tom Zondiros 310-320-2558 Tom Bensfield 310/516-6346 ext245 Bob Smallman 929-606-7190 Lifan Xu 818-238-3932 Maryam Liaghat 619-533-5192 Laila Nasrawi 619-533-4619 Lucy Ortiz 619-941-4532 Susan Leggitt 619-390-3300 Keith Alexander 262-695-2340 Craig Berry 760-510-6747 Chuck Parsons 714-891-2323 K104836C K104823C Ortiz job 518 #10-01 Proj # 380939-01 2/11 2/11 29,820.00 10/09 10/09 417,000.00 1/10 19,600.00 25,600.00 3,193,079.75 12/09 3,292,819.75 12/09 31,900.00 11/09 86,687.00 1/10 265,000.00 1/10 525,200.00 1/10 150,000.00 1/10 $ 12,715,439.50 549 550 551 552 2010 10 Sanitary Sewer Main Rehabilitation Proj. No. 525002376 1800 North-Beck Street Rehab. 66" sewer by 3735' Spiral Wound 6 City of Los Angeles Emergency Work SWC01250 5944 Graciosa Dr. 282' 8" CIPP Lining Existing Sewer Mains @ various Locations Fiscal Year 6 2009-2010 15,366 ' of 6" -15" lining by CIPP Sewer Group 715 San Diego Salt Lake City Corporation 1530 South West Temple Salt Lake City, Utah Valverde Construction 10918 Shoemaker Ave., Santa Fe Springs City of La Habra 201 E. La Habra Blvd., La Habra 90631 Sancon Engineering II, Inc. Rick Reinhold 801-483-6828 Mike 562-906-1826 Chafik Mouradi, P.E. 562/905-9720 Proj. No. 1-S-09 change order 2,877,225.00 21,150.00 1/10 1/10 469,550.00 2-23-10 8/10 196,416.00 3-15-10 8/10 Chuck Parsons 54,600.00 X:\Sharon FarmertSouthwest Pipeline and Trenchless Corp\Copy of SW 254 2/10 2/10 Southwest Pipeline and Trenchless Corp., License No. 773862-A including U-Liner West and National Liner West Divisions Modified Standard Form 254 PROFILE JOB # CODE 553 554 555 556 557 558 559 560 561 562 563 564 565 566 567 568 569 570 PROJECT NAME & LOCATION 42 Top Hats 6,3 3, 10 3,6 6,3 Sewer Main Rehab. Phase J-1 B Rehab 27,034' 8" mains by CIPP, 309 Top Hats, rehab 33 MH's Emergency Sewer System Repair Program (ON-CALL CONTRACT) Pipeline Lining 2009-2010 Sewer Lining 1 top hat Rockford, IL Red Flag Project Task Order 72959 SK005 5 top hats Camp Pendleton Capital Facilities Rehabilitation, Phase V 340 Top Hats Goleta Sugar Grove Interceptor Rehabilitation 38 To Hats Aurora, IL SSRP U19A Rochester & Beverly Glen SZC11785 Los Angeles 26 top hats 914 Maya Street, Spring Valley, Ca. 116" 8" Expanda (Rib Loc), 1 Top Hat Johnson Drive Storm Drain and Sewer Improvements City of La Mesa 330' 12" CIPP Trailer Homes 2621 Sweetwater Rd National City 214' 8" CIPP, 4 Top Hats Cast Iron Lining Project Proj. No. 800-331 Rehab 6", 8", 12", 15" Cast Iron Pipe by Lining Sewer Groups 648 & 649 53 Top Hats 30 Top Hats Camarillo 21 Top Hats Indio Desert Pipeline/Cochran Ranch 8 Top Hats - City of Paso Robles DPW Project No. 09-13 2010 Sewer Main Rehabs 8 Top Hats - 2009 Sewer Repair Projects Rossmoor/Los Angeles Alamitos Area Sewer District Sewer Group 716 - City of San Diego La Jolla Community 1,817 LF 6" & 8", 30 Top Hats 6,3 Sewer Group 726 - City of San Diego OWNER and/or GENERAL CONTRACTOR 5841 Engineer Drive Huntington Beach, Ca. 92449 CONTACT INFO. 714-891-2323 CONTRACT AMOUNT START COMPLETE City of San Diego 1200 Third St., San Diego CA 92101 K104918C 1,655,348.51 2/10 2/11 County of Los Angeles 900 So. Fremont Ave Alhambra, Ca. 91803 Andre Zakarian 626-458-4069 #002040 On-Call Contract 2/17/10 Michels Corporation 817 West Main Street, Brownsville, Wi. 53006 Randy Wendling 920/924-4300 3,250.00 4/10 10/10 Michels Corporation 817 West Main Street, Brownsville, Wi. 53006 Randy Wendling 920/924-4300 11,200.00 3/10 4/10 RePipe California, Inc. 5525 E. Gibraltar St., Ontario 91765 909-291-4050 Mike Espinosa 578,000.00 4/10 Visu-Sewer and Clean, Inc. W230 N4855 Betker Dr., Pewaukee, Wl 53071 David or Keith Alexander 262-695-2359 55,100.00 4/10 6/10 Ramona, Inc. for City of Los Angeles P.O. Box 660219 Arcadia, Ca. 91006 Debora Echeverria 626-355-1350 P.O. P123 37,550.00 4/10 4/10 Bonita Pipeline, Inc. 2209 Highland Ave, National City, Ca. 91950 Tracy 1. Ellis 619-434-9801 ext205 #10-1142-001 8,560.00 4/10 4/10 SC Valley Engineering P.O. Box 2828 El Cajon, Ca. 92021 Sam Wathen 619-444-2366 09-04 18,900.00 4/10 4/10 Bonita Pipeline, Inc. 2209 Highland Ave, National City, Ca. 91950 Tracy 1. Ellis 619-434-9801 ext205 #10-1143-001 15,230.00 4/10 4/10 Union City Sanitary District 5072 Benson Road, Union City, Ca. 94587 Chris Elliott 510-477-7605 237,500.00 6/10 8/10 Ace Pipeline, Inc. P.O. Box 483-61 Escondido, Ca. 92046 Dan Prizen 760-735-6105 53,600.00 5/10 5/10 RePipe California, Inc. 5525 E. Gibraltar St., Ontario 91765 909-291-4050 Mike Espinosa 35,250.00 4/10 5/10 Desert Equipment, Inc. 8201 F, 23rd Street, Kansas City, Mo. 64129 Cliff Rush 661-324-4561 26,250.00 5/10 6/10 MGE Underground, Inc. P.O. Box 4189, Paso Robles, Ca 93447 Jenneke Wouters 805-456-2362 DPW Proj. #09-13 13,600.00 6/10 8/10 Sancon Engineering, Inc. 5841 Engineer Drive, Huntington Beach, Ca. 92449 Bob Hollingsworth 714-891-2323 10,800.00 6/10 8/10 Burtech Pipeline 102 Second St., Encinitas, CA 92024 Lisa Craig 760/634-2822 P.O.2009-019-3.3 128,805.00 6/10 KTA Construction, Inc. Shawn Mione 10-10-04 15,040.00 7/10 X:\Sharon FannertSouthwest Pipeline and Trenchless CorpVCopy of SW 254 ih 571 Southwest Pipeline and Trenchless Corp., License No. 773862-A including U-Liner West and National Liner West Divisions Modified Standard Form 254 PROFILE JOB # CODE PROJECT NAME & LOCATION SSRP PI 2 Avenue 50 and Monte Vista St. W.O. SZC11960 5346'rehab 8"-10"byCIPP SSRP PI 3 Range View Ave and N. Avenue 55 W.O. 572 6 SZC11961 2367' rehab 8" by CIPP 573 6,3 Repairs in 8" VCP 574 6, 3 Emergency Sewer Repairs - City of San Diego 2072' 8"-10" CIP, 38 Top Hats 575 3 Hydraulic Capacity Project #1 Sewer Rehabilitation (CIP 7706) 20 Top Hats San Juan Capistrano Citywide Sanitary Sewer System Repair & Rehabilitation Ph II, 576 6, 3 Grp 2 City of Anaheim 577 6, 3 Red Flag Project Task Order 72959 5 spot repairs, 250' 8" CIPP 579 6 Eaton Wash Spreading Grounds Improvements FCC0001153 OWNER and/or GENERAL CONTRACTOR 1920 Cordell St. Suite 105, El Cajon, Ca. 92020 MNR Construction for City of Los Angeles 1051 Calle Ortega, San Dimes, Ca. 91773 MNR Constmction for City of Los Angeles 1051 Calle Ortega, San Dimes, Ca. 91773 Mission Springs Water District 66575 2nd Street, Desert Hot Springs Zondiros Corporation 1833 Diamond Street #201, San Marcos, Ca. 92078 SAK Construction of Ca LP 103 N. Cool Springs Road, O'Fallon, MO 63366 Vasilj, Inc. 15531 Arrow Hwy, Irwindale, Ca. 91706 CDM Constructors, Inc. 9220 Cleveland Ave #100, Rancho Cucamonga, 91730 KEC Engineering 200 No. Sherman Ave., Corona, Ca. 92882 CONTACT INFO. Robert Vasilj Robert Vasilj Lee Boyer 760-329-6278 Craig Barry 760-510-6747 Jeff Rubio 562-225-7224 626-480-1442 909-579-3435 Charies Hickman 951-734-3010 CONTRACT 909-592-2760 909-592-2760 72959 SK008 KEC Job #1004 AMOUNT START COMPLETE 152,032.00 11/10 76,265.00 11/10 12,000.00 7/10 114,588.00 7/10 35,000.00 7/10 428,012.50 7/10 16,250.00 277,800.00 7/10 10/10 8/10 580 6 Joint Outfall "A" Unit IA Long Beach Water Reclamation Plant Sludge Gravity Sewer Rehabilitation-2010. 65' 24" CIPP 581 1,6 SSRP Ul5 Camden Ave & Exposition Blvd. W.O. SZC11919 79' 8" VCP sewer, 3431' 8" lining by CIPP 582 3 Rovenna Sewer Upgrade 52 Top Hats, Alaska 583 3 Sewer Group 766, Calhoun Street, San Diego 4 top hats 584 6 Joint Outfall A Emergency Repair Line 65' of 39" pipe 585 6 UCLA CIPP Liner County Sanitation Districts of Los Angeles County 1955 Workman Mill Rd, Whittier, Ca. 90601 City of Los Angeles 200 No. Spring Street Los Angeles, Ca. 978-0261 Construction Unlimited 8821 Artie Blvd., Anchorage Alaska Ortiz Corporation 319 Orange Ave., Chula Vista, Ca. 91911 County Sanitation Districts of Los Angeles County 1955 Workman Mill Rd, Whittier, Ca. 90601 Advanced Sewer Technologies 562-699-7411 213/978-0262 Richard Herring 907-243-8667 619-778-8815 562-699-7411 C# 4588 W.O. SZC11919 33,995.00 210,253.50 117,500.00 4,800.00 55,250.00 10,000.00 8/10 9/10 9/10 9/10 10/10 586 587 588 Sewer Pipeline Rehabilitation Phase J-1C Rehab 46,085' 8", 278' 10" by CIPP, 457 VF MH's, 800 Top Hats Install 62 MH's SSRP U19B Prosser Ave. & Olympic Blvd. Rehab by CIPP 4500'8", 1156' 10", 1023' 12", 4310' 15" Golden Valley, Mn. 41 Top Hats City of San Diego 1200 Third St., San Diego CA 92101 Vasilj, Inc. for City of Los Angeles 15531 Arrow Hwy, Irwindale, Ca. 91706 Visu-Sewer & Clean & Seal, Inc. W230 N4855 Betker Dr., Pewaukee, Wi. 53072 i ) 619-236-6000 626-480-1442 Keith Alexander 262-695-2340 K114977C W.O. SZC11786 3,222,945.75 11/10 562,999.05 37,700.00 X:\Sharon FarmertSouthwest Pipeline and Trenchless Corp\Copy of SW 25m Bresent.xisx 10/10 JOB# 589 590 591 593 594 595 Southwest Pipeline and Trenchless Corp., License No. 773862-A including U-Liner West and National Liner West Divisions Modified Standard Form 254 PROFILE CODE 6, 3 PROJECT NAME & LOCATION OWNER and/or GENERAL CONTRACTOR Sewer Group Job 734 Franklin Ave., Pardee Place, Florence St. Burtech Pipeline 503' 6" CIPP, 2 Top Hats 102 Second St., Encinitas, CA 92024 2010 - 2011 Sewer Rehabilitation Project 5050' 6" lining, 130 Top Hats East Canyon Utility Remediation UCSD Medical Center - Hillcrest Rehab 113' 12" RCP Storm Drain by CIPP City of Redwood City 1017 Middlefield Road, Redwood City, Ca. 94064 Cass Construction, Inc. P.O. Box 309, El Cajon, Ca. 92022 592 3 2009 Sanitary Sewer Pipeline Replacement PR 09-593-52-211 D'Arcy & Harty Construction, Inc 6,3 41 Top Hats, San Leandro, Ca. 3500 Golden Gate, Los Angeles W.O. SWC01565 138' 8" liner City of Sacramento Basin 55 1 & I Reduction Project 100 Top Hats City of San Diego Sewer & Water Grp. 730 1276'CIPP 6", 2 top hats 1300 Carroll Ave, San Francisco, Ca. 94124 Valverde Construction 10918 Shoemaker, Santa Fe Springs, Ca. Pacific Liners Pipeline Rehabilitation 70 Union Way. Vacaville Ca. 95687 T.C. Construction Co., Inc. 10540 Prospect Ave, Santee, Ca. 92071 CONTACT INFO. Buddy 760-634-2822 Joel B. Evora 650-7820-7328 Kyle P. Nelson 619-590-0929 Maeve Tuite 415-822-5200 Mike Valverde 562-906-1826 Douglas R. Sanders 707/446-8222 Donna Kemp 619/448-4560 Ext 136 CONTRACT 2010-013-3.6 P L. #2385CP #10018-03 AMOUNT START COMPLETE 23,320.00 1/11 1/11 537,275.00 1/11 15,255.00 12/10 58,900.00 14,960.00 187,500.00 87,840.00 1/11 12/10 11/10 11/10 596 6,3 Sewer Grp. 729 San Diego 313' 8" 3 Top Hats 597 3 50 E Green Street Sewer Lateral 2 top hats 598 Misc. Sewer Rehabilitation, NW Quadrant 1,620' 8" 599 6 Secondary Sewer Renewal Program (SSRP) N09 Fresno St. and Oregon St. W.O. SZC11739 928' 8" 600 6, 3 Sewer Group Job 750 264' 6" lining, 2 Top Hats 601 6, 3 Top Hats and Short Liner Contract Costa Mesa T.C. Construction Co. Inc. 10540 Prospect Ave., Santee, Ca. Y.K.A. Industries (for City of Pasadena) 6103 Tyrone Ave., Van Nuys, Ca. 91401 City of Carisbad 1635 Faraday Ave., Carisbad, Ca. 92008 Mike Priich & Sons, Inc. for City of Los Angeles 5103 Elton Street, Baldwin Park, Ca. 91706 Burtech Pipeline, Inc. 102 Second SL, Encinitas, Ca. 92024 Costa Mesa Sanitary District 234 E. 17th St., Costa Mesa, Ca. 92627 GRAND TOTAL 2010 619-448-4560 Joseph Krayndler 818-787-9216 Kevin Davis 760-60202466 626-813-1700 760-634-2822 949-468-9840 Yefin Tsalyuk 10019-04 P.O. 8002 5503-1 755-01 P.O. 2010-016-3.7 22,845.00 6,000.00 11/10 219,850.00 26,002.75 15,480.00 8,450.00 1/11 1/11 $ 13,113.993.06 2011 602 6, 3 Sewer Group 739 Rehab 2891' 8" sewer, 65 Top Hats 603 6, 3 Water Group 748 Rehab 673' 8" sewer, 4 Top Hats Ortiz Construction 2000 McKinley Ave, National City, Ca. 91950 Ortiz Construction 2000 McKinley Ave, National City, Ca. 91950 619-434-7925 Lucy Ortiz 619-434-7925 Lucy Ortiz WBS #B-00349 WBS #B-00356 193,844.45 1/11 30,155.00 1/11 604 605 3 Sewer Main Spot Repairs 3 3 Sewer Group Job 745 City of Carisbad 1635 Faraday Ave., Carisbad, Ca. 92008 Burtech Pipeline, Inc. C3 Kevin Davis 760-60202466 PWM11-29UTIL 10,000.00 2/11 760-634-2822 P.O. 2010-001 -103 54,125.00 2/11 2/11 XASharon FanmertSouthwest Pipeline and Trenchless CorpVCopy of SW 254 m #resent.xlsx Southwest Pipeline and Trenchless Corp., License No. 773862-A including U-Liner West and National Liner West Divisions Modified Standard Form 254 JOB# 606 607 608 609 610 611 612 PROFILE CODE PROJECT NAME & LOCATION 895' 6" lining, 14 Top Hats 6 Remove 150'8" HDPE San Diego Phase D-2 2 Top Hats Link Pipe Removal (21 San Antoinio Trunk) 3 SSRP P11 Marmion Way & Figueroa St. City of Los Angeles SZC11850 6 Top Hats on 8" 3 City of Columbia Heights, MN 55421 40 Top Hats in 8" 6 Sewer Repair & Rehabilitation East Side 24,310' 8", 354' 12" CIPP Lining 6 Otay Mesa Spot Repair 613 10 Ocean Meadows Golf Course Trunk Sewer Rehab Proj 10-03 614 6 SSRP Nl 3 Cesar Chavez & Alameda W.O. SZC11848 Rehab 3473' 8" & 12" sewer 615 6 Cast Iron Lining Phase II Project #S-22-S-098 616 6 SSRP P10 Avenue 43 and Marmion Way W.O. SZC11847 4189' 8" lining 617 6 SSRP H04A Sunset Plaza Dr. & Rising Blen Road Reh 25,395' 8" & 10" sewer City of Los Angeles 618 3 Top Hats Alden Dr. & Almont Dr. 619 6 Sewer Rehabilitation Project No. 3 Rancho Palos Verdes 11456' 11", 989' 10" sewer re-lining 620 6 Cal Trans Hwy 16 Drainage Improvements 04-264904 6280 ' 18"- 36" re-lining 621 6 SSRP T03 Paseo Del Mar & Carolina Street - Re-bid 6,845' -8" lining by CIPP OWNER and/or GENERAL CONTRACTOR 102 Second St., Encinitas, Ca. 92024 City of Burbank 275 East Olive Ave, Burbank, Ca. 91510 KTA. Construction, Inc. 1920 Cordell Court #105, El Cajon, Ca. 92020 County Sanitation Districts of Los Angeles County Eastwater Collection Systems Section Mathew & Stewart Co. for City of Los Angeles 2841 Gardena Ave., Signal Hills, Ca. 90755 Visu-Sewer & Clean & Seal, Inc. W230 N4855 Betker Dr., Pewaukee, Wi. 53072 City of West Hollywood 8300 Santa Monica Blvd., West Hollywood, Ca. 90069 Underground Utilities, Inc. 9102 Harness St. #B, Spring Valley, Ca. Goleta West Sanitary District P.O. Box 4, Goleta, Ca. 93116 SND Construction, Inc. for City of Los Angeles 2516 S. 4th Ave., Arcadia, Ca. 91005 Union Sanitary District 5072 Benson Road, Union City, Ca. 94587 John T. Malloy for City of Los Angeles 3032 Bandino Blvd., Los Angeles, Ca. 90023 Mathew & Stewart Co. Inc. for City of Los Angeles 2841 Gardena Ave., Signal Hills, Ca. 90755 Charies King Co. Inc. 2841 Gardena Blvd., Signal Hill, Ca.. 90755 County of Los Angeles 900 South Fremont Ave., Alhambra, Ca. 91803 Granite Rock dba Pavex Construction Division 120 Granite Rock Way, San Jose, Ca. 95136 MNR Construction for City of Los Angeles 1051 Calle Ortega, San Dimes, Ca. 91773 CONTACT INFO. Lifan Xu 81823873932 Shawn Moine 619-562-9464 Bill Bales, Darrell Hatch 10/909-3964, 562/857-581 Steve Radaich 562-595-5471 Keith Alexander 262-695-2340 Sharon Peristein, P.E. 323-848-6383 Valerie Murphy 619-461-9500 805-968-2617 Lance Laven 626-294-0558 John Stiggins 510-477-7500 323-780-9942 Steve Radaich 562-595-5471 562-595-5471 626-45-4951 408-574-1400 Robert Vasilj CONTRACT DPO#125578 KTA Job #09-10 P.O. # R72604 P.O.#1008 CIP 1104 AMOUNT START COMPLETE SZC11848 P.O.10000965 SZC11847 SZC11873 SMDAO0128 4190-13 6,470.00 2/11 2,600.00 2/11 3,000.00 2/11 7,200.00 2/11 39,000.00 2/11 1,564,387.60 3/11 2,500.00 3/11 422,500.00 124,861.75 145,500.00 154,971.50 386,090.60 14,400.00 4/11 296,707.00 940,700.00 201,236.75 2/11 2/11 2/11 2/11 5/11 3/11 4/11 622 3 2011 Pavement Management Project Golden Valley, MN 70 Top Hats Visu-Sewer & Clean & Seal, Inc. W230 N4855 Betker Dr., Pewaukee, Wi. 53072 Shaun Ritter 262-695-2340 89,250.00 623 Wastewater Main Rehabilitation Project FY11, Bid No. 4892 rehab 33,659' 6" & 8" sewer by lining City of Santa Barbara 630 Garden Street Santa Barbara, Ca. 83102 Amanda Fleese 805-564-5424 1,398,686.55 7/11 X;\Sharon FarmertSouthwest Pipeline and Trenchless CorpVCopy of SW 254 PROFILE JOB # CODE PROJECT NAME & LOCATION 624 6, 3 Sewer & Water Group 780 - City of San Diego rehab 170' 10", 320' 6", 12 Top Hats 625 3 Sewer Lateral Seal Repairs 2010-11 30+ Top Hats 626 3 SSRP E02 Ventrua Blvd. & Lankershim Blvd. 1,744'8"-12" lining by CIPP 627 6, 3 Sewer Maintenance/Repair Various Locations 1924' relining 8" to 12", 1 top hat 628 5 SSRPP18BVerdugoRd. &Ave. 33 W.O. SZC11841 Rehab 1267' 8", 352' 10" by lining 629 3 SSRP H-04B 16 top hats Southwest Pipeline and Trenchless Corp., License No. 773862-A including U-Liner West and National Liner West Divisions Modified Standard Form 254 OWNER and/or GENERAL CONTRACTOR Burtech Pipeline, Inc. 102 Second St., Encinitas, Ca. 92024 South Coast Water District 31592 West Street Laguna Beach, Ca. 92651 Ramona, Inc, for City of Los Angeles P.O. Box 660219, Arcadia, Ca. 96001 Cucamonga Valley Water District 10440 Ashford Street, Rancho Cucamonga, Ca. Ramona, Inc, for City of Los Angeles P.O. Box 660219, Arcadia, Ca. 96001 Mathew & Stewart Co. for City of Los Angeles 2841 Gardena Ave., Signal Hills, Ca. 90755 CONTACT INFO. 760-634-2822 Buddy or Steve 949-499-4555 Joseph McDermit 626-355-1350 909-987-2591 Eduardo Espinosa, P.E. 626-355-1350 Steve Radaich 562-595-5471 CONTRACT AMOUNT START COMPLETE 45,160.00 39,740.00 7/11 W.O. SZC11877, W.O. SCZ12098 397,610.20 70,411.00 67,506.00 19,200.00 7/11 6/11 6/11 7/11 6/11 8/11 XASharon FarmertSouthwest Pipeline and Trenchless CorpVCopy of SW 25* JOB# 630 631 632 633 634 635 636 637 638 PROFILE CODE 6,3 3, 6 3,6 PROJECT NAME & LOCATION Year 2 Capital Improvement Project No. SF 620-2 Fountain Valley 1812' 8"-15" CIPP lining Sewer & Water Group 740 Rehb by lining 240' 8" sewer main, 7 Top Hats Sanitary Sewer lmprovements-2011 207 top hats Corydon, Iowa Sewer Group 756 2 top hats, 175' 8" lining HDPE Removal Cornell Dr. & 5th Street Sewer & Water Group 754 8" CIPP, 2 Top Hats San Diego Capital Improvement Project 2010-2-11 West Bay Sanitary Distr., Menlo Park CIPP Liner for Sewer Line ( Remove 200' lining 1 Cove Drive & Marina Drive 3,6 Pipeline Rehabilitation Phase L-1 Bid No. KI 15107CA Rehab. 40,984' 8" Sewer by CIPP, 740 Top Hats Southwest Pipeline and Trenchless Corp., License No. 773862-A including U-Liner West and National Liner West Divisions Modified Standard Form 254 OWNER and/or GENERAL CONTRACTOR CONTACT INFO. CONTRACT Garcia Juarez Co, 951 -657-3535 4517 Wade Ave, Perns Ca. 92571 Ortiz Construction 619-434-7925 2000 McKinley Ave, National City, Ca. 91950 Lucy Ortiz Visu-Sewer & Clean & Seal, Inc. 414-695-2340 W230 N4855 Betker Dr., Pewaukee, Wi. 53072 Phillip S. Romagna TC Construction Co., Inc. for City of San Diego 10540 Prospect Ave, Santee, Ca. 92071 619-448-4560 City of Burbank 818-238-5466 P.O. 128589 P.O. Box 6459 Burbank,. Ca. S.C. Valley Engineering, Inc. 619-444-2366 BidK102773C 656 Front Street, El Cajon, Ca. 92020 Joelle Pipin Shaw Pipeline Inc. 760-602-4577 Shaw job/PO #308 150 Executive Park Blvd. #3790, San Francisco City of Cartsbad 760-602-4677 PWM12-05UTIL 1635 Faraday Ave, Carisbad Kevin Davis KTA Constriuction, Inc. 619-562-9464 08-11-05 1920 Cordell Ct Suite 105 El Cajon, Ca. 92020 Adam Ogden AMOUNT START COMPLETE 66,972.00 7/11 18,440.00 315,675.00 13,025.00 19,500.00 314,100.00 93,100.00 14,000.00 1,559,680.00 8/11 8/11 650 4 City of Millbrae 17 Spot Repairs in 6" and 8" mains 651 3,6 #164 Sewer Root Control Program CIPP, top hats 655 2012 652 3,6 Pipeline Rehabilitation 0-1 653 3, 6 Grantville Trunk Sewer 654 6 Pipe Liner Repairs at various locations FY11/12 SSRP SA04 & S06 8", 12" 656 c SSRP U22A Mulholland Dr. & Bellagio Dr. Darcy & Harty Construction Inc 1300 Carroll Avenue San Fransisco, CA 94124 Owner: City of San Fransisco Costa Mesa Sanitary District 628 W. 19th Street, Costa Mesa, Ca. 92627 GRAND TOTAL 2011 City of San Diego 1200 Third Street #1200, San Diego, Ca. 92101 Cass Construction, Inc. P.O. Box 309, El Cajon, Ca. 92022 City of Riverside 3900 Main Street, Riverside, Ca. 92522 Tomovich & Associates, Inc. 9611 Beverly Blvd., Los Angeles, Ca. 90660 MNR Construction, Inc. 5104 Bleecker St, Baldwin Park, Ca 415-726-3052 Mike Darcy 949-631-1731 Rob Hammers 619-236-6000 619-590-0929 Mike Huse 951-826-5341 909-592-2760 Elizabeth Torres 6-2234 Bid No 7028 SWC11017 40,000.00 99,400.00 $ 9,281,705.40 4,076,968.00 226,000.00 798,116.11 694,701.00 27,880.00 657 3,6 Pipeline Rehabilitation Phase Q-1 658 3,6 SSRP PC03 Venice Blvd. & Stewart City of San Diego 1200 Third Street #1200, San Diego, Ca. 92101 MNR Construction, Inc. 619-236-6000 K-12-5518-DBB-3-C-A 4,896,542.00 909-592-2760 SZC12087 XASharon FarmertSouthwest Pipeline and Trenchless CorpVCopy of SW 254* ^resent.xlsx Ah PROFILE JOB # CODE PROJECT NAME & LOCATION 659 660 SSRP W32 Serrania Ave & Dumetz Rd SSRP C01 California Ave & Abbot Kinney Blvd Southwest Pipeline and Trenchless Corp., License No. 773862-A including U-Liner West and National Liner West Divisions Modified Standard Form 254 OWNER and/or GENERAL CONTRACTOR 5104 Bleecker St, Baldwin Pari<, Ca Ramona, Inc, for City of Los Angeles P.O. Box 660219, Arcadia, Ca. 96001 Vasilj, Inc. CONTACT INFO. Elizabeth Torres 626-355-1350 CONTRACT SZC12088 SZC12085 AMOUNT START COMPLETE 787,598.55 715,725.80 942,295.25 GRAND TOTAL 2012 FURTHER INFORMATION WILL BE PROVIDED UPON REQUEST $ 13,165,826.71 1=sewer, 2=storm drain, 3=Top Hats, 4= Sectional Liner Repairs, 5=HDPE lining, 6=C1PP lining, 7=lnsitu Point Repairs, 8=Channel line, 9=Misc. 10=Rib Loc XASharon FarmertSouthwest Pipeline and Trenchless CorpVCopy of SW 254 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABIUTY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) SEWER REHABILITATION WITH CIPP, BASSWOOD AVENUE, CHESTNUT AVENUE, MONROE STREET, AND SIERRA MORENA AVENUE CONTRACT NO. 6503-5 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: • Comprehensive General Liability • Automobile Liability • Workers Compensation • 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 anv vehicle used in the performance of the contract, used onsite or offsite, whether owned non-owned or hired, and whether scheduled or non-scheduled. Revised 03/21/12 Contract No. 5503-5 Page 30 of 98 Pages /KCOKCy CERTIFICATE OF LIABILITY INSURANCE OP ID: RG DATE (MM/DD/YYYY) 06/11/12 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS r*" CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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). PRODUCER 949-553-9800 The Wooditch Company Insurance n>in n<*-7n Services, Inc. 949-553-0670 1 Park Plaza, Suite 400 Irvine, CA 92614 Jamie Younger CONTACT NAME: PRODUCER 949-553-9800 The Wooditch Company Insurance n>in n<*-7n Services, Inc. 949-553-0670 1 Park Plaza, Suite 400 Irvine, CA 92614 Jamie Younger PHONE FAX (A/C. No. Ext): (A/C, No): PRODUCER 949-553-9800 The Wooditch Company Insurance n>in n<*-7n Services, Inc. 949-553-0670 1 Park Plaza, Suite 400 Irvine, CA 92614 Jamie Younger E-MAIL ADDRESS: PRODUCER 949-553-9800 The Wooditch Company Insurance n>in n<*-7n Services, Inc. 949-553-0670 1 Park Plaza, Suite 400 Irvine, CA 92614 Jamie Younger PRODUCER ^p,, 1^ A CUSTOMER ID #: V^ULIV^-I PRODUCER 949-553-9800 The Wooditch Company Insurance n>in n<*-7n Services, Inc. 949-553-0670 1 Park Plaza, Suite 400 Irvine, CA 92614 Jamie Younger INSURER(S) AFFORDING COVERAGE NAIC# INSURED Southwest Pipeline and Trenchless Corp. 547 W. 140th Street Gardena, CA 90248 INSURER A Old Republic General Ins. Corp 24139 INSURED Southwest Pipeline and Trenchless Corp. 547 W. 140th Street Gardena, CA 90248 INSURER B INSURED Southwest Pipeline and Trenchless Corp. 547 W. 140th Street Gardena, CA 90248 INSURERC INSURED Southwest Pipeline and Trenchless Corp. 547 W. 140th Street Gardena, CA 90248 INSURER D INSURED Southwest Pipeline and Trenchless Corp. 547 W. 140th Street Gardena, CA 90248 INSURER E INSURED Southwest Pipeline and Trenchless Corp. 547 W. 140th Street Gardena, CA 90248 INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A GENERAL LIABILITY X X A1CG00581204 06/01/12 06/01/13 EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY X X A1CG00581204 06/01/12 06/01/13 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 A CLAIMS-MADE X OCCUR X X A1CG00581204 06/01/12 06/01/13 MED EXP (Any one person) $ 5,000 A X X A1CG00581204 06/01/12 06/01/13 PERSONAL & ADV INJURY $ 1,000,000 A X X A1CG00581204 06/01/12 06/01/13 GENERAL AGGREGATE $ 2,000,000 A GEN'L AGGREGATE LIMIT APPLIES PER: X X A1CG00581204 06/01/12 06/01/13 PRODUCTS - COMP/OP AGG $ 2,000,000 A POLICY X ^^^^ LOC X X A1CG00581204 06/01/12 06/01/13 $ A AU1 X OMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS X X A1CA00581204 06/01/12 06/01/13 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 A AU1 X OMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS X X A1CA00581204 06/01/12 06/01/13 BODILY INJURY (Per person) $ A AU1 X OMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS X X A1CA00581204 06/01/12 06/01/13 BODILY INJURY (Per accident) $ A AU1 X OMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS X X A1CA00581204 06/01/12 06/01/13 PROPERTY DAMAGE (Per accident) $ A AU1 X OMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS X X A1CA00581204 06/01/12 06/01/13 $ A AU1 X OMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS X X A1CA00581204 06/01/12 06/01/13 $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS-MADE EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS-MADE AGGREGATE $ DEDUCTIBLE RETENTION $ $ DEDUCTIBLE RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABIUTY y / N ANY PROPRIETOR/PARTNER/EXECUTIVE 1 1 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) ' If yes, describe under DESCRIPTION OF OPERATIONS below N/A X A1CW93331203 06/01/12 06/01/13 Y WC STATU- OTH-^ TORY LIMITS ER A WORKERS COMPENSATION AND EMPLOYERS' LIABIUTY y / N ANY PROPRIETOR/PARTNER/EXECUTIVE 1 1 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) ' If yes, describe under DESCRIPTION OF OPERATIONS below N/A X A1CW93331203 06/01/12 06/01/13 E.L. EACH ACCIDENT $ 1,000,000 A WORKERS COMPENSATION AND EMPLOYERS' LIABIUTY y / N ANY PROPRIETOR/PARTNER/EXECUTIVE 1 1 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) ' If yes, describe under DESCRIPTION OF OPERATIONS below N/A X A1CW93331203 06/01/12 06/01/13 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 A WORKERS COMPENSATION AND EMPLOYERS' LIABIUTY y / N ANY PROPRIETOR/PARTNER/EXECUTIVE 1 1 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) ' If yes, describe under DESCRIPTION OF OPERATIONS below N/A X A1CW93331203 06/01/12 06/01/13 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) *Except 10 Days Notice of Cancellation for Non-Payment of Premium. RE: SWP&T Job #661; Bid #PWS12-43UTIL; Contract #5503-5; Sewer Rehabilitation With CIPP, Basswood Ave., Chestnut Ave., Monroe Street, and Sierra Morena Ave. This Insurance shall apply as Primary and Non-Contributorv oer attached endorsement **SEE NOTES** alaiowv/auaiwv/wcwv CERTIFICATE HOLDER CANCELLATION CARLSCI City of Carlsbad Public Works Purchasing Department 1635 Faraday Ave. iCarlsbad. CA 92008-7314 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ^Sll^—- ACORD 25 (2009/09) © 1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD *Should this policy be cancelled before the expiration date. The Wooditch Company will mail 30 (thirty) days written notice to those Certificate Holders which require sucn action per contract or agreement.* NOTEPAD INSURED S NAME Southwest Pipeline and COLIC-1 OP ID: RG PAGE 2 DATE 06/11/12 NOTEPAD: HOLDER CODE CARLSCI INSURED S NAME Southwest Pipeline and COLIC-1 OP ID: RG PAGE 3 DATE 06/11/12 City of Carlsbad, its officials, employees, volunteers, and agents are included as Additional Insureds as respects General and Auto Liability per attached endorsements. Waiver of Subrogation for Workers Compensation, General Liability, and Auto Liability: See Attached Endorsements. ^^^^ POLICY NUMBER: A1CG00581204 COMMERCIAL GENERAL LIABILITY CG 2010 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under tlie following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II - Who Is An Insured is amended to Include as an additional Insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, mainten- ance or repairs) to be performed by or on be- half of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. CG 2010 07 04 ISO Properties, Inc., 2004 Page 1 of 1 • POLICY NUMBER; A1CG00581204 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Opera- tions ^^^^^ WHERE REQUIRED BY WRITTEN CONTRACT, BUT ONLY WHEN COVERAGE FOR COMPLETED OPERATIONS IS SPECIFICALLY REQUIRED BY THAT CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products- completed operations hazard". CG 20 37 07 04 ISO Properties, Inc., 2004 Page 1 of 1 • OLD REPUBLIC GENERAL INSURANCE CORPORATION CHANGES ADDITIONAL INSURED PRIMARY WORDING SCHEDULE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Name of Additional Insured Person(s) Or Organization(s): Location(s) of Covered Operations As required by written contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance of a like kind available to the person or organization shown in the schedule above unless the other insurance is provided by a contractor other than the person or organization shown in the schedule above for the same operation and Job location. If so, we will share with that other insurance by the method described in paragraph 4.c. of Section IV - Commercial General Liability Conditions. All other tenns and conditions remain unchanged. Named Insured Southwest Pipeline & Trenchless Corp. Policy Number A1CG00581204 Endorsement No. Policy Period 06/01/2012 to 06/01/2013 Endorsement Effective Date: 06/01/2012 Producer's Name: Producer Number: AUTHORIZED REPRESENTATIVE DATE CG EN GN 0029 09 06 POLICY NUMBER: A1CG00581204 COMMERCIAL GENERAL LIABILITY CG 24 04 OS 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV - Conditions: 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 and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 • OLD REPUBLIC GENERAL INSURANCE CORPORATION ADDITIONAL INSURED WHERE REQUIRED UNDER CONTRACT OR AGREEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: BUSINESS AUTO COVERAGE FORM The following is added to Section II - Liability Coverage, A. - Coverage, 1. Who Is An Insured: d. Any person or organization to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into which required you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising out of your operations or premises owned by or rented to you. However, the insurance provided will not exceed the lessor of: 1. The coverage or limits of this policy, or 2. The coverage or limits required by said contract or agreement Named Insured Southwest Pipeline & Trenchless Corp. Policy Number A1CA00581204 Endorsement No. Policy Period 06/01/2012 to 06/01/2013 Endorsement Effective Date: 06/01/2012 Producer's Name: Producer Number: ^ AUTHORIZED REPRESENTATIVE CA EN GN 0020 03 07 DATE POLICY NUMBER: A1CA00581204 COMMERCIAL AUTO CA 04 44 03 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fled by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: southwest Pipeline & Trenchless Corp. Endorsement Effective Date: O6/01/2012 SCHEDULE Name(s) Of Person(s) Or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Oth- ers To Us Condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "ac- cident" or the "loss" under a contract with that person or organization. CA 04 44 03 10 © Insurance Services Office, Inc., 2009 Page 1 of 1 OLD REPUBLIC GENERAL INSURANCE CORPORATION WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform woric under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule WHEN REQUIRED BY WRITTEN CONTRACT. The premium charge for this endorsement is $0.00 Named Insured Southwest Pipeline & Trenchless Corp. Policy Number A1CW93331203 Endorsement No. Policy Period 06/01/2012 to 06/01/2013 Endorsement Effective Date: 06/01/2012 Producer's Name: Producer Number: AUTHORIZED REPRESENTATIVE DATE WC 99 03 15(01/07) BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) SEWER REHABILITATION WITH CIPP, BASSWOOD AVENUE, CHESTNUT AVENUE, MONROE STREET, AND SIERRA MORENA AVENUE CONTRACT NO. 5503-5 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 debar- ments. party debarred party debarred agency agency period of debarment period of debarment CTOR: UTHWESTRPaJNEAND TRENCHLESS CORP. of Contractor) (print na (sign here) JUSTIN P. DUCHAINEAU PREStDENT/TREASURER/RMC OOUn IWCOT PIPELINE AND SS CORR Page l_ of l_ pages of this Re Debarment form ^¥ Revised 03/21/12 Contract No. 5503-5 Page 31 of 98 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) SEWER REHABILITATION WITH CIPP, BASSWOOD AVENUE, CHESTNUT AVENUE, MONROE STREET, AND SIERRA MORENA AVENUE CONTRACT NO. 5503-5 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 no 2) Has the suspension or revocation of your contractor's license ever been stayed? yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the VVork ever been stayed? 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. (If needed attach additional sheets to provide full disclosure.) Page / of 2^ pages of this Disclosure of Discipline fomi ^¥ Revised 03/21/12 Contract No. 5503-5 Page 32 of 98 Pages ^ BIDDER'S DISCLOSURE OF DISCIPLINE RECORD ^ (CONTINUED) (To Accompany Proposal) SEWER REHABILITATION WITH CIPP, BASSWOOD AVENUE, CHESTNUT AVENUE, MONROE STREET, AND SIERRA MORENA AVENUE CONTRACT NO. 6503-5 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. (If needed attach additional sheets to provide full disclosure.) RV rOMTRAPTriR- SOUTHWEST PIPELINE AND a T OMDU n/^wJ yjr\. TRENCHLESS CORP. lere) JUSTIN R DUCHAINEAU PRESIDENTATREASURER/RMO SOUTHWEST RPELINE AND TREMCHLBSS CORR (print name/title) Page ^ of ^ pages of this Disclosure of Discipline form Revised 03/21 /12 Contract No. 5503-5 Page 33 of 98 Pages NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 SEWER REHABILITATION WITH CIPP, BASSWOOD AVENUE, CHESTNUT AVENUE, MONROE STREET, AND SIERRA MORENA AVENUE CONTRACT NO. 5503-5 The undersigned declares: ^^v^^-" I am the President pf party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. 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. All statements contained in the bid are true. 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, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true arKlxQjrect and that this declaration is executed on rr?/y^ . 20at JUSTIN RPUCH^NEAU PRESIpENTflT^EASURERmMO SOUSHW^T PIPELINE AND TREr^wisseoRP. ^¥ Revised 03/21/12 Contract No. 5503-5 Page 34 of 98 Pages CONTRACT PUBLIC WORKS This agreement is made this ^ . day of Jur\^ , 2012, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Southwest Pipeline and Trenchless Corp. whose principal place of business is 539 W. 140*"^ Street Gardena CA 92048 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: SEWER REHABILITATION WITH CIPP, BASSWOOD AVENUE, CHESTNUT AVENUE, MONROE STREET, AND SIERRA MORENA AVENUE CONTRACT NO. 5503-5 (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. w 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of Subcontractors, Technical Ability and Experience, Bidder's Statement 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. 5. Independent Investigation. Contractor has made an independent investigation of the jfn^. 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 Revised 03/21/12 Contract No. 5503-5 Page 35 of 98 Pages 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 foiiowing 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 il, 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 ail agents, employees, subcontractors, and consultants that are included in this Contract. 8. The Payment of Prevailing Wages is Not Required. The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supersedes the provisions of the California Labor Code when the public work is not a statewide concern. Payment of prevailing wages Is at contractor's discretion. 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. Revised 03/21/12 Contract No. 5503-5 Page 36 of 98 Pages 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 othen/vise, 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. 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 Revised 03/21/12 Contract No. 5503-5 Page 37 of 98 Pages 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. (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 Revised 03/21/12 Contract No. 5503-5 Page 38 of 98 Pages false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carisbad 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 Carisbad 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 Carisbad 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 agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. "^Y^ init init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above. Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are Incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. 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 othenA/ise, 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. ¥ Revised 03/21/12 Contract No. 5503-5 Page 39 of 98 Pages NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) ^ffmACTOR CARLSBAD a municipal corporation of (print name and title) 0 = President or vice-president and secretary or assistant secretary must sign for corporatiD^s'.'^U^'only^'^'' one officer signs, the corporation must attach a resolution certified by the secretary or'feisstetant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL City Attorney By: AssisranrCity Attorney \ ^^¥ Revised 03/21/12 Contract No. 5503-5 Page 40 of 98 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of LOS Angeles Qr. 6>21~12 Dale personally appeared } before me. Sharon Ines Farmer, Notary Public HMO tflMh Nome and Title ol ihe Officer Justin P. Duchaineau Nameis) of Signer(s) GoamHiieiif 1806938 Notary PaMe-CtffOnHa I XHK/- AngtlM Comity ^ I M»Cowm.6miftJMt18.2012l 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 his/herAheir authorized capacity(les). and that by his/her/lheir signature(5) 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 Abcvo Signature OPTIONAL Signature of Notary PutUc Though the information betow is not required by law, it may prove valuable to persons relying on the document and could prmwil fraudulent removal and reattachment of this fonn to another document. Description off Attached Document Title orType of Document: Document Date: _^ . . Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(8) Signer's Name: • Individual • Corporate Officer —Title(s): • Partner — • Limited • General • Attorney In Fact • Tmstee U Guardian or Conservator • Other: Signer Is Representing: RIGHT THUMBPRirfT OF SIGNt:H Top of thumb here Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — • Limited • General • Attomey in Fact • Trustee • Guardian or Conservator C Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here CaoffytMtmtif"^'y *««^*~>»«»winfinteAxa POBm2402«Otatseiom.CA 9l3t3-M0g«www.NationalNotafYorn llem«S807 R6onlerCaPToll-Frael-80M7»4B27 Bond Number: 024041203 Premium Included In Charge for Perfonnance Bond. LABOR AND MATERIALS BOND WIHEREAS, on May 31, 2012 the City of Carlsbad, State of California, has administratively awarded to Southwest Pipeline and Trenchless Corp. (hereinafter designated as the "Principal"), a Contract for: SEWER REHABILITATION WITH CIPP. BASSWOOD AVENUE, CHESTNUT AVENUE, MONROE STREET, AND SIERRA MORENA AVENUE CONTRACT NO. 5503-5 in the City of Carisbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Cleri< of the City of Carisbad 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, SOUTHWEST PIPEI.INE AND TRENCHLESS CORP., as Principal. (hereinafter designated as the "Contractor"), and Liberty Mutual Insurance Company as Surety, are held firmly bound unto the City of Carisbad in the sum of Sixty Three Thousand Eight Hundred Dollars ($63,800), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the temns of the contract by the City of Carisbad, and for which payment well and tmly 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 wori^ contracted to be done, or for any other work or labor thereon of any kind, consistent with Califomia 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 worit 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 Califomia Civil Code section 3248. This bond shall inure to the benefit of any of the persons named in Califomia 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 worit to be perfomied 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 worit or to the specifications. Revised 03/21 /12 Contract No. 5503-5 Page 41 of 98 Pages In the event that Contractor is an individual, not exonerate the Surety from its obligations Executed by CONTRACTOR this day of. June , 20J2^. Southwest Pjpeline andjrenchless Corp. (name of Cprttractorr. By: it is agreed that the death of any such Contractor shall under this bond. Executed by SURETY this 12th day of Jyi!© 2012 . SURETY: Liberty Mutual Insurance Company (name of Surety) 330 N. Brand Blvd., Ste 500, Glendale, CA 91203 (title and organization of signatory) (sign here) (address of Surety) Ii56-42f?0 (print name here) By:\J (signature of Attomey-ih-Fact) Noemi Quiroz, Attorney-in-Faipt (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attomey) (title and organization of signatory) (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 By: Assistant City Attorney \ Revised 03/21/12 Contract No. 5503-5 Page 42 of 98 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles JUN 1 2 2012 On appeared Noemi Quiroz ) ss ) before me, Lisa L Thornton. Notary Public , personally , who proved to me on the basis of satisfactory evidence to be the person{s) whose nameis) is/afe subscribed to the within instrument and acknowledged to me that i^she/thoy executed the same in i=Hs/her/thoir authorized capacity{4es), and that by i^her/thoir 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. I AAAA A ^ A A LISA L. THORNTON Commission # 1940213 Notary Public - California 1 5 X^^liff^ Angeles County g 1 ^•*<S^^ My Comm. Expires Jun 10, 2015 t (Seal) Signature Notary Public CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of L^S Ang-eltfS On J^^® 2012_ before me, ^Wargot Vn^e*^ Pg:^i^vn-gr. NJ6>4tH»^7 p(j>bilC. Here Insert Name and Title of the Officer ' } Date personally appeared Justin P. Duchaineau Name(s) of Signer(s) SHARON MESFMIMB) CMwuiMHii # %mu» Nottry PMMC - CMifoniii 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 his/her/their authorized capacity (ies), and that by his/her/their signatu re(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. Place Notary Seal Above 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: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Otiier: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer Is Representing: Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OFSIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., RO.Box 2402 •Chatsworth, CA 91313-2402* www.NatlonalNotary.org Item #5907 Reorder: Call Toll-Free 1-800-876-6827 Bond Number: 024041203 Premium: $799.00 FAITHFUL PERFORMANCE/WARRANTY BOND WIHEREAS, on May 31, 2012 the City of Carisbad, State of Califomia, has administratively awarded to Southwest Pipeline and Trenchless Corp. (hereinafter designated as the "Principar*), a Contract for: SEWER REHABILITATION WITH CIPP, BASSWOOD AVENUE, CHESTNUT AVENUE, MONROE STREET, AND SIERRA MORENA AVENUE CONTRACT NO. 5503-5 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 Cleric 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 tenns thereof require the fumishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, SOUTHWEST PIPELINE AND TRENCHLESS CORP., as Principal, (hereinafter designated as the "Contractor"), and Liberty Mutual Insurance Company as Surety, are held finnly bound unto the City of Carlsbad in the sum of Sixty Three Thousand Eight Hundred Dollars ($63,800), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the tenns 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 OBUGATION 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 perfonned 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; othenA/ise 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 attomey'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 tenns of the Contract, or to the work to be perfonned 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 03/21/12 Contract No. 5503-5 Page 43 of 98 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 /Y day of June , 20 12 . CONTRACTOR: t Pipeline and Trenchless Corp. Executed by SURETY this June 12th day of ,2012 SURETY: Liberty Mutual Insurance Company (name of Surety) 330 N. Brand Blvd. Ste 500 Glendale, CA 91203 (address of Surety) (818) 956-4250 (print name here) JUSTIN p. DUCHAINEAU PRESIDENT/TREASURER/RMO SOUTHWEST PIPELINE ANO (Title and Organization ofSignatory) By: (sign here) (telephone number of ^Wety) By: I WACM (signature of Attomey-in-Fact) \ Noemi Quiroz, Attorney-in-Fact (printed name of Attomey-in-Fact) (Attach corporate resolution showing current power of attomey.) (print name here) (Title and Organization of signatory) (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 Attomey By Assistant City^Attoimey i Revised 03/21/12 Contract No. 5503-5 Page 44 of 98 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles ) ss On JUN 1 2 2012 appeared Noemi Quiroz before me, Lisa L. Thornton, Notary Public , personally , who proved to me on the basis of satisfactory evidence to be the person^s) whose name(^ is/afe subscribed to the within instrument and acknowledged to me that j^she/thoy executed the same in l^s/her/thoir authorized capacity(te5), and that by l^her/thoir 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. • A A A • a a USA L. THORNTON Commission # 1940213 t Notary Public - California 1 Los Angeles County g My Comm. Expires Jun 10, 2015 t Signature This Power of /VOomef limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not ^alid for mortgage, note, loan, tetter of credit, bank deposit, currency rate, interest rate or residual value guarantees. To confirm the validity of this Power of Attomey call 610>832>8240 between 9:00 am and 4:30 pm EST on any business day. American Fire and Casualty Company The Ohio Casualty Insurance Company West American Insurance Company Uberty Mutual Insurance Company Peeriess Insurance Company POWER OF ATTORNEY KNOWN AU. PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of Ohio, that Uberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, that Peeriess Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set fortti, does hereby name, constitute and appoint. Noemi Quiroz of the city of Los Angeles state of CA jts true and lawful attorney-in-fact, vwth full power and authority hereby confenBd to sign, execute and acknowledge the foltowing surety bond: Principal Name: Southwest Pipeline and Trenchless Corp. Obligee Name: City of San Carlsbad Surety Bond Number: 024041203 Bond Amount See Bond Form 'Rease note that if 'see bond fonn* is stated fbr the bond amount, then this Power of Attorney can only support a Bid Bond or other similar preliminary bond." IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an auttiorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 12th day of June 2012 . American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company Peeriess Insurance Company West American Insurance Company Gregory W. Davenport Assistant Secretary STATE OF WASHINGTON COUNTY OF KING On this 12th day of. June 2012 . before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Seaetaiy of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, Peeriess Insurance Company, and West American insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument fbr the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF. I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above written. I / NOTARY *• I By: iley, NotE KD Riley, Notary Public, Notary Public ^"•niii.Ml"' This Power of Attomey is made and executed pursuant to and by authority of the following By-laws and Authorizatnns of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Uberty Mutual Insurance Company, Peeriess Insurance Company, and West American Insurance Company whKh resolutions are now in full force and effect reading as fbltows: ARTICLE IV - OFFICERS - Section 12. Power of Attomey. Any officer or other official of the Corporatnn authorized fbr that purpose in writing by the Chainnan or the President, and subject to such limitatnn as the Chainnan or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporatnn to make, execute, seal, acknowledge and deliver as surety any and al undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attomey, shaD have fUll power to bind Oie Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporatton. When so executed, such Instmments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney- in-fact under the provisnns of this article may be revoked at any time by the Board, the Chainnan, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any offk^r of the Company authorized for that purpose in writing by the chainnan or the president and subject to such Kmitatnns as the chainnan or the presklent may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowtedge and deliver as surety any and all undertakings, bonds, recognizances and other surety obEgations. Such attorneys-in-fact subject to the limitatk)ns set forth in th«r respective powers of attomey, shall have full power to bind the Company by their signature and execution of any such instnjments and to attach thereto the seal of the Company. When so executed such instmments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The Pre^dent of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such attorneys-in-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and defiver as surety any and all undertakings, bonds, recognizances and other surety obf^ations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that foc^mile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attomey issued by the Company in connection with surety bonds, shall be valid and bkling upon the Company with the sme force and effect as though manually affixed. I, Davkl M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, Peeriess Insurance Company, and West American Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full, tme and correct copy of the Power of Attomey executed by said Companies, is in full force and effect and has not been revoked. 12th day of June IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this. Davkl M. Carey, Assistant Secretary CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of A,Y\^-&\-es } On June 14, 2012 before me, ^hnrc^n [v^/^j^ fur^^r-, jkjpj^rw Date Here Insert Name and Tftle df tFie Officer i personally appeared Justin P. Duchaineau Name(s) of Signer(s) SHMtONMESIMUIER Nolary PuMe • dHMa Lot Aifiltt Com^ »Qmm,hitlmMl9,mzt 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 acl<nowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my h^nd and official seal Signature. Signature of Notary Public OPTIONAL Though the information beiow is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: • Individual • • • • • • Corporate Officer — Title(s): Partner — • Limited • General Attorney in Fact Trustee Guardian or Conservator Other: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer Is Representing:. Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OFSIGNER Top of thumb here ©2007 National Notary Association* 9350 De Soto Ave., RO.Box 2402 •Chatsworth, CA 91313-2402 •www.NationalNotary.org Item #5907 Reorder: Call Toil-Free 1-800-876-6827 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between tiie 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 SEWER REHABILITATION WITH CIPP, BASSWOOD AVENUE, CHESTNUT AVENUE, MONROE STREET, AND SIERRA MORENA AVENUE CONTRACT NO. 5503-5 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 othen/vise 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 temis 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. ¥ Revised 03/21/12 Contract No. 5503-5 Page 45 of 98 Pages 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. 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 03/21/12 Contract No. 5503-5 Page 46 of 98 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 Carisbad Village Drive. Carlsbad. CA 92008 For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address ^¥ Revised 03/21/12 Contract No. 5503-5 Page 47 of 98 Pages GENERAL PROVISIONS FOR SEWER REHABILITATION WITH CIPP, BASSWOOD AVENUE, CHESTNUT AVENUE, MONROE STREET, AND SIERRA MORENA AVENUE CONTRACT NO. 5503-5 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 OthenA/ise 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 othen^/ise. 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 othenA/ise. 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 othenA/ise. 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 othenA/ise 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 03/21/12 Contract No. 5503-5 Page 48 of 98 Pages 1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. 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 ail 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 beiow 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 IVIanager - 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. 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 .^«H» /\ ^¥ Revised 03/21/12 Contract No. 5503-5 Page 49 of 98 Pages 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 othenA/ise 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 Cartsbad 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 engineenng 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. IVIinor Bid item - A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. [Modification - Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. ^¥ Revised 03/21/12 Contract No. 5503-5 Page 50 of 98 Pages 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. Standard Plans - Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Revised 03/21/12 Contract No. 5503-5 Page 51 of 98 Pages standard Specifications - The Standard Specifications for Public Wori<s 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 03/21/12 Contract No. 5503-5 Page 52 of 98 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 Califomia Occupational Safety and Health Administration CalTrans Califomia Department of Transportation CAP Corrugated aluminum pipe CB Catch Basin Cb Curb CBP Catch Basin Connection Pipe CBR Califomia Bearing Ratio CCR Califomia Code of Regulations CCTV Closed Circuit TV CES Carlsbad Engineering Standards CP 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 CONC 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 retum 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 Revised 03/21/12 Contract No. 5503-5 Page 53 of 98 Pages FD Floor drain FDN Foundation 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 stmcture 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 RCB 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 Revised 03/21/12 Contract No. 5503-5 Page 54 of 98 Pages SDR Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD San Diego Regional Standard Drawings SE Sand Equivalent 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 ST HWY State highway STA Station STD Standard STR Straight STR GR Straight grade STRUC 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 1-4 UNITS OF IMEASURE. 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. ^¥ Revised 03/21 hi Contract No. 5503-5 Page 55 of 98 Pages 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. Customarv Unit (Abbreviations) (Equal To) Si Unit (Abbreviations) mil (=0.001 in) 25.4 micrometer {\im) inch (in) 25.4 millimeter (mm) inch (in)..... 2.54 centimeter (cm) foot (ft) 0.3048 meter (m) yard (yd) 0.9144 meter (m) mile (mi) 1.6093 kilometer (km) square foot (ft^)..... 0.0929 square meter (m,) square yard /yd ) 0.8361 square meter (m^) cubic foot (ft )^ 0.0283 cubic meter (m ) cubic yard (yd ) 0.7646 cubic meter (m ) acre 0.4047 hectare (ha) U.S. gallon (gal) 3.7854 Liter (L) fluid ounce (fl. oz.) 29.5735 millileter (mL) pound mass (lb) (avoirdupois) 0.4536 kilogram (kg) ounce mass (oz) 0.02835 kilogram (kg) Ton (=2000 lb avoirdupois) 0.9072 Tonne (= 90/ kg) Poise 0.1 pascal second (Pa s) centistoke (cs) 1 square millimeters per second (mm /s) pound force (Ibf) 4.4482 Newton (N) pounds per square inch (psi) 6.8948 Kilopascal (kPa) pound force per foot (Ibf/ft) 1.4594 Newton per meter (N/m) foot-pound force (ft-lbf) 1.3558 Joules (J) foot-pound force per second ([ft-lbf]/s) 1.3558 Watt (W) part per million (ppm) 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): Degree Celsius (°C): °F = (1.8 X "C) + 32 °C = (T - 32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) kilo (k) 10^ cent! (c) 10, milli (m) ...10"^ micro (n) 10" nano (n) 10' pico(p) 10"^^ Common Metric Prefixes 1-5 SYMBOLS A Z % 1 / o PL CL SL Delta, the central angle or angle between tangents Angle Percent Feet or minutes Inches or seconds Number per or (between words) Degree Property line Centeriine Survey line or station line ^¥ Revised 03/21/12 Contract No. 5503-5 Page 56 of 98 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 con- struction 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 con- tained 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 othenA/ise 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. ^¥ Revised 03/21/12 Contract No. 5503-5 Page 57 of 98 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 detemnination 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 Woric 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 perfonned 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, 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. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The ^¥ Revised 03/21/12 Contract No. 5503-5 Page 58 of 98 Pages 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 tjme 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, Carisbad Engineering Standards (CES), Standard Specifications for Public Worics 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. 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 Carisbad Engineering Standards and Carisbad Standard Drawings, as issued by the City of Carisbad and the Carisbad 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. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Wori<. 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. /\ ^¥ Revised 03/21/12 Contract No. 5503-5 Page 59 of 98 Pages 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) Carisbad General Provisions, Technical Specifications, and Supplemental Provisions. 6) Plans. 7) Standards plans. a) City of Carisbad Standard Drawings. b) Carisbad Municipal Water District Standard Drawings. c) City of Carisbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. 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. The Contractor shall allow a minimum of 20 working days for review of submittals unless othenA/ise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. \^ Each submittal shall be consecutively numbered. Resubmlttals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would ^¥ Revised 03/21/12 Contract No. 5503-5 Page 60 of 98 Pages 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 cleariy 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. 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 confomiance 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 othenA/ise 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 othenA/lse specified in the Special Provisions: 1) List of Subcontractors per 2-3.2. 2) List of Materials per 4-1.4. ^^¥ Revised 03/21/12 Contract No. 5503-5 Page 61 of 98 Pages 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 infomiation necessary to describe a system, product or item. This information is required for in^igation 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. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless othenA/ise 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 othenA/ise 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 ali claims for damages caused by such actions. 2-9 SURVEYING (Not used). 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 OthenA/ise 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. V Revised 03/21/12 Contract No. 5503-5 Page 62 of 98 Pages 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 ail 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 ail 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 ail subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 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 othenA/ise 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 Wori< 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. Revised 03/21/12 • Contract No. 5503-5 Page 63 of 98 Pages 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. 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 \Nork 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 othenA/ise 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 Revised 03/21/12 Contract No. 5503-5 Page 64 of 98 Pages 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. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer detennines 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 mari<up 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 Revised 03/21/12 Contract No. 5503-5 Page 65 of 98 Pages 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. 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 wori< 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 ^¥ Revised 03/21/12 Contract No. 5503-5 Page 66 of 98 Pages 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. 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 be- ing 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 ^¥ Revised 03/21/12 Contract No. 5503-5 Page 67 of 98 Pages written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Secfions 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Secfions 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 substanfiafion of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufticient cause for denial of any claim subsequenfiy filed on the basis of said notice of potential claim. It is the intenfion 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 eariiest possible fime 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 nofice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connecfion 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. Construcfion Manager 3. Deputy City Engineer, Construcfion Management & Inspecfion 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request addifional information or request ¥ Revised 03/21/12 Contract No. 5503-5 Page 68 of 98 Pages that the Contractor meet and present its report. When addifional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional informafion or Contractor's presentation of its report. The Contractor may appeal each level's posifion up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolufion 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 resulfing 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 Secfions 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 othenA/ise expressly provided for or the claimant is not othenA/ise entified 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 fime limit or supersede notice requirements othenA/ise 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 wrifing, within 30 days of receipt of the claim, any additional documentafion supporting the claim or relafing to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentafion or within a period of fime 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 wrifing 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 relafing to defenses to the claim the local agency may have against the claimant. A ^¥ Revised 03/21/12 Contract No. 5503-5 Page 69 of 98 Pages (2) If addifional 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 documentafion, or within a period of fime no greater than that taken by the claimant in producing the addifional 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 wrifing, 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 fime 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 Secfion 900) and Chapter 2 (commencing with Secfion 910) of Part 3 of Division 3.6 of Tifie 1 of the Government Code. For purposes of those provisions, the running of the period of fime 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 Secfion 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Tifie 1 of the Government Code. 20104.4. The following procedures are established for all civil acfions filed to resolve claims subject to this article: (a) Within 60 days, but no eariier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding medlafion 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 medlafion unless a fime requirement is extended upon a good cause showing to the court or by sfipulafion 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 Tifie 3 of Part 3 of the Code of Civil Procedure, notwithstanding Secfion 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. (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 sfipulafion of the parties, mediators and arbitrators shall be paid necessary and reasonable houriy 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 addifion to Chapter 2.5 (commencing with Secfion 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 addifion 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 medlafion or arbitration process. ¥ Revised 03/21/12 Contract No. 5503-5 Page 70 of 98 Pages 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 Secfion 20104.4, the local agency shall pay interest at the legal rate on any arbitrafion 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 Specificafions 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 inspecfion. The Contractor shall also adequately protect new and exisfing work and all Items of equipment for the durafion 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. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless othenA/ise specified, inspecfion is required at the source for such typical materials and fabricated Items as bituminous paving mixtures, structural concrete, metal fabricafion, metal casfing, welding, concrete pipe manufacture, protective coating applicafion, 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 tesfing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspecfion at the job site only. Special items of equipment such as ^ designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to Revised 03/21/12 Contract No. 5503-5 Page 71 of 98 Pages 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, venfilafion, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Tifie 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 tesfing 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 tesfing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspecfion 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 tesfing to the place and at the time designated by the Engineer. Unless OthenA/ise provided, all inifial tesfing 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 tesfing, 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 fime to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for tesfing 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 Specificafions, 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 incorporafing such materials into the Work, it is •f^ Revised 03/21 /12 Contract No. 5503-5 Page 72 of 98 Pages 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 otiier 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 specificafions shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials tesfing requirements of the Specificafions 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 certlficafion. 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 substantiafion 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 prompfiy 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. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this secfion. The Contractor is responsible for the satisfactory performance of substituted Items. If, in the sole opinion of the Engineer, the substitufion 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 Siiiiiill'*' ^¥ Revised 03/21/12 Contract No. 5503-5 Page 73 of 98 Pages 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 Regulafions 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 applicafion of any factor. The figures of the scales shall be cleariy legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibrafion 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. Tesfing 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 tesfing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocafion of the equipment. Callbrafion 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 observafions of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The invesfigafion shall allow acpess to all test results, procedures, and facilifies relevant to the disputed work and consider ali available informafion and, when necessary, gather new and additional informafion in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradicfion. 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 notlficafion 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 wrifing within 3 calendar days after receiving a request. Without acknowledgement, the investigafion shall conclude without resolufion. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notlficafion, the Agency and the 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 invesfigation and will re-consider all available information and if necessary gather new and addifional informafion to determine the validity, the cause, and if necessary, the remedy to the contradicfion. The committee will focus upon the ¥ Revised 03/21/12 Contract No. 5503-5 Page 74 of 98 Pages performance adequacy of the material(s) using standard engineering principles and pracfices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless OthenA/ise 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 resolufion not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolufion 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 incunred; or 2. At any point by the mutual agreement of the Agency and the Contractor. Unless othenA/ise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolufion. Should the invesfigafion discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the Invesfigation. Should assignable causes for the contradicfion extended to both parties, the invesfigafion will assign costs cooperatively with each party or when necessary, equally. Should the invesfigation substantiate a contradicfion without assignable cause, the invesfigafion will assign costs cooperatively with each party or when necessary, equally. Should the investigafion be unable to substanfiate a contradiction, the initiator of the investigation shall bear ail investigative costs. All claim notification requirements of the contract pertaining to the contradic- fion shall be suspended unfil the investigation is concluded. 4- 2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. ^ The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confinn 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 Secfion 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 locafion 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 cleariy state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restorafion of the storage site within the fime 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 deteriorafion 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 fime during the Work. 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 ufilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated w on the Plans is not guaranteed. Revised 03/21/12 Contract No. 5503-5 Page 75 of 98 Pages Where underground main distribufion conduits such as water, gas, sewer, electric power, telephone, w 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 Secfion 4216 of the California Government Code, at least 2 working days prior to commencing any excavafion, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an Inquiry Identificafion number. The California Department of Transportation is not required by Secfion 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 utilifies, including service connections, which have been marked by the respective owners and which may affect or be affected by its operafions. 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 protecfion is required to ensure support of utilities located as shown on the F^lans or in accordance with Section 5-1, the Contractor shall, unless othenA/ise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any ufility omitted from or shown incorrecfiy on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the ufility 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 ufility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. 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 coafing, 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 ufility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless othenA/ise specified, the Contractor shall remove all interfering portions of %m0^ ufilities 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 Revised 03/21/12 Contract No. 5503-5 Page 76 of 98 Pages 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 utilifies 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 ufility 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 Specificafions for Public Works Construction, Secfion 301-1.6, 2009 Edifion. Utilifies which are relocated in order to avoid interference shall be protected in their posifion and the cost of such protection shall be included in the Bid for the items of work necessitafing such relocafion. 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 Secfion 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 necessitafing 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 ufility owner will relocate service connections as necessary within the limits of the Work or within temporary construcfion 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 construcfion or slope easements. The relocafion of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will Include the restoration of ali existing improvements which may be affected thereby. The Contractor may agree with the owner of any ufility to disconnect and reconnect interfering service connecfions. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the wori< with utility agencies and companies. Prior to the installafion 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 othenA/ise 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 compensafion will be allowed therefore or for addifional 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 ufillty involved unless othenA/ise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protecfion, removal, or relocafion of ufilities. 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 fime available for protecfion, removal, or relocation of ufilities. Revised 03/21/12 Contract No. 5503-5 Page 77 of 98 Pages The Contractor will not be entitled to damages or addifional payment for delays attributable to ufility 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 fimely removal, relocation, or protecfion of exisfing main or trunkline utility facilifies 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 facilifies. If the Contractor sustains loss due to delays attributable to interferences, relocafions, or alterafions not covered by Secfion 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 compensafion 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 Contractor 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 othenA/ise provided herein and unless othenA/lse 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 Meefing. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meefing 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. 6-1.1 The construction schedule shall be provided and comply with the requirement of Secfion 6-1.1 of the SSPWC 2009 Edifion. 6-1.8 Measurement and Payment of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construcfion 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 diligenfiy 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. ¥ Revised 03/21/12 Contract No. 5503-5 Page 78 of 98 Pages 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 properiy 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 Specificafions. The work Includes rehabilitation of sewer pipeline, including the installation of cured-in-place pipe lining systems along with miscellaneous related work. Refer to Appendix C, D, and E for detail informafion. 6-2.2.1 Phasing Work. There are multiple site locafions included in this contract. The systematic phasing of the work shall be provided in the project schedule. 6-2.2.2 Weekend and Night Work. Night work or weekend may be required to complete the work. Cost related to weekend and night work should be included in your bid cost. 6-2.3 Project Meetings. The Engineer will establish the time and locafion of weekly Project Meetings. The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Secfion 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 meefings 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 othenA/ise 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 confinue until ordered by the Engineer. When resumed, excavafion 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. The Contractor shall be entitled to an extension of fime and compensafion in accordance with the provisions of Secfion 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the fime 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 canying out the A Revised 03/21 /12 Contract No. 5503-5 Page 79 of 98 Pages intent of the Contract, the Agency may sen/e 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 cancellafion, 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 fime of its default shall be payable to the Surety as the Work progresses, subject to the terms bf the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellafion, 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 complefion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, ail costs in excess of the sums due. The provisions of this section shall be in addition to ali 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 fime 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 cessafion of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of fime 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 operafions and the approved construction schedule. •F^ Revised 03/21/12 Contract No. 5503-5 Page 80 of 98 Pages If delays beyond the Contractor's control are caused by events other than those menfioned 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 dahiages or addifional 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 Secfion 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 Wori< 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 determinafion 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 othenA/ise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the durafion of such period of delay. The initial and confinuing written notices shall include the classificafion 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 explanafion 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 fime 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 fime of complefion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within 40 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 fime as defined in Secfion 6-1 and the date provided for complefion, 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 worthing 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 03/21/12 Contract No. 5503-5 Page 81 of 98 Pages Unless OthenA/ise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any fime 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. 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 determlnafions will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract fime, 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. OthenA/ise, 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 Wori< 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 specificafions 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 Wori< 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 \Nork. All work shall be warranted for one (1) year after recordafion of the "Nofice 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 safisfactory to the Engineer, after notice to do so from the Engineer, and within the fime 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. Execution of the Contract shall constitute agreement by the Agency and Contractor that five hundred Dollars per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. ^ 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take L_ 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 acfion by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulfing from use ^¥ Revised 03/21 /12 Contract No. 5503-5 Page 82 of 98 Pages 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 ufilize 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 condifion all equipment and facilifies as required for the proper execution and inspection of the Work. Such equipment and facilifies shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Wori<. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or othenA/ise objectionable, or who fails or refuses to perfonn work properiy and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the \Nork. 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 stricfiy 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 nondiscriminafion 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. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Wori<s 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 certlficafion: "I am aware of the provisions of, Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensafion 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 ^ ^¥ Revised 03/21/12 Contract No. 5503-5 Page 83 of 98 Pages ^ 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 compensafion 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 shal! 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' compensafion insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carisbad 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 unfil all permits incidental to the wori< 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 addifional compensafion will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operafions such as, but not limited to, those permits required for night work, overioad, blasfing, and demolifion. 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. No resource agency permits are required for the work described. 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 communicafion 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 direcfions 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. 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 entified to addifional compensation from the Agency for damages ¥ Revised 03/21/12 Contract No. 5503-5 Page 84 of 98 Pages 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 ufility companies during the relocafion 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 ufility 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 Specificafions, 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 restorafion, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final Inspecfion, 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 condifion is corrected. No addifional 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 addifional payment will be made therefore. 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 .^KI^ constituted authority. Revised 03/21/12 Contract No. 5503-5 Page 85 of 98 Pages 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 accommodafions shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulafions 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 precaufion to protect channels, stomi drains, and bodies of water from pollufion. It shall conduct and schedule operations so as to minimize or avoid muddying and silfing of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilifies which may be required to provide prevention, control, and abatement of water pollufion. According to the Volume 4, Storm Water Standards Manual of the City of Carisbad Engineering Standards, Rev 6/4/2008, this project requires a Stonn Water Pollution Prevention Plan (SWPPP) of level Tier 1, as described within said document. Contractor shall provide a SWPPP Tier 1 and comply with those requirements. All cost associated with SWPPP including Implementafion shall be considered part of the bid cost no addifional payment will be made. 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. 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 attenfion to the City Noise Control Ordinance, Carisbad 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, ufility installafions, ^¥ Revised 03/21 /12 Contract No. 5503-5 Page 86 of 98 Pages pavement, structures, etc.) which are damaged or removed as a result of its operafions. 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 operafions, 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 operafions shall cause no unnecessary inconven- ience. The access rights of the public shall be considered at all fimes. Unless othenA/lse authorized, traffic shall be permitted to pass through the Wori<, 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 stafions and motels; hospitals; police and fire stafions; and establishments of similar nature. Access to these facilifies shall be confinuous and unobstmcted unless othenA/ise approved by the Engineer. Safe and adequate pedestrian zones and public transportafion stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless OthenA/ise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when necessary construcfion 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 collecfion and removal of trash and garbage to maintain existing schedules for these services. 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 condifion satisfactory for traffic. Unless OthenA/ise 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. A ^¥ Revised 03/21/12 Contract No. 5503-5 Page 87 of 98 Pages The trash hauling schedule can be obtained by calling the City's contracted waste disposal company. Coast Waste Management at 929-9417. During overiay operations, the Contractors schedule for overiay application shall be designated to provide residents and business owners whose streets are to be overiaid 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 disrupfion. 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 direcfiy affected by the work shall be notified. The notification shall be hand delivered and shall state the date and fime the work will begin and its anticipated durafion. The notlficafion 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 descripfion 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 prinfing. The material shall be equivalent in strength and durability to 65 lb. card stock. The printing on the nofice 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 partying signs shall state the date and time of parking restricfion 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, prinfing and distribufion 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 prinfing and distributing these notices. The contractor shall replace all street mari<ings and striping damaged by construcfion activities. The Contractor shall Include in its Bid ail costs for the above requirements. 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 addifional 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. ^¥ Revised 03/21/12 Contract No. 5503-5 Page 88 of 98 Pages Excavated material, except that which Is to be used as backfill in the adjacent trench, shall not be stored in public streets unless othenA/ise 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, fiagpersons, 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 prompfiy 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) Carisbad Traffic Signals Maintenance (extension 2937) (760) 438-2980 5) Carisbad Traffic Signals Operafions (760) 602-2752 6) 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 cleariy 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 Transportafion. 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, ff 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 bamcades 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, maricings, delineafion 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. 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the durafion 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 confonn to the provisions of Section 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Secfion 214- 5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of Secfion 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Secfion 210-1.6 for materials and Secfion 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 stafionary mounted signs. ^¥ Revised 03/21/12 Contract No. 5503-5 Page 89 of 98 Pages 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 exisfing condifions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stafionary 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 Califomia Vehicle Code, portable signs shall be illuminated or, at the opfion of the Contractor, shall be in confomiance with the provisions in Secfion 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 refiective 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 pari<ed on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fiuorescent 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 Wori< Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping fiag tree with fiags. The signpost or fiag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than 6', nor operate equipment within 2' from any traffic lane occupied by traffic. For equipment the 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 enfire construction, a minimum of 1 paved traffic lanes, not less than 12' wide, shall be open for use by public traffic in each direction of travel. 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 1^ Revised 03/21/12 Contract No. 5503-5 Page 90 of 98 Pages 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 delineafion shall be in place prior to opening the traveled way to public traffic. Lane line or centeriine 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 delineafion shall be performed by the Contractor. When temporary pavement delineafion 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 delineafion shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over exisfing pavement delineafion or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineafion. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineafion conflicts with the permanent pavement delineafion or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineafion is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineafion 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 Secfion 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implemenfing them. The minimum 20-day review period specified In Secfion 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 durafion of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, cun/e radii, stafioning 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 modificafions, 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, addifion, 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 modificafions, supplements, and/or new designs to TCP. The Engineer may approve any such modificafions, 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, addifion, supplement, and/or new design shall not be implemented and no wori< shall be commenced that is contingent on such approval unfil the changed TCP are approved by the Engineer. The preparafion of such modification, addifion, 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 A ^¥ Revised 03/21/12 Contract No. 5503-5 Page 91 of 98 Pages requirements of Section 2-5.3 Shop Drawings and Submittals, w 7-10.3.7 Payment. The Contractor shall prepare and implement traffic control plans and shall furnish ali labor and materials to perform, install, maintain, replace and remove ali traffic control as incidentals to the work with which they are associated and no other compensafion will be allowed therefore. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Wori< 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 regulafions. 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 shaff be prepared by a registered Civil Engineer. No excavafion 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 ali 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 othenA/ise stated in the Specificafions. Explosives shall be handled, used, and stored in accordance with ail applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 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 Regulafions 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 instrucfions 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 Secfions 5156, 5157 and 5158, Title 8, CCR. Revised 03/21/12 Contract No. 5503-5 Page 92 of 98 Pages Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address ail 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. Potenfial isolafion and control of energy and material infiow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards considerafion 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 responsibilifies, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required ConfinediSpaces. Entry into permit-required confined spaces as defined in Secfion 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavafions, or other enclosed or partially enclosed spaces shall be considered permit- required confined spaces until the pre-entry procedures demonstrate othenA/ise. 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 implemenfing, 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 properiy maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protecfion of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 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 locafion 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 Nafional laws and County and Municipal ordinances and regulafions which in any manner affect those A Revised 03/21/12 Contract No. 5503-5 Page 93 of 98 Pages employed In the Work or the materials used in the Work or in any way affect the conduct of the Wori<. The Contractor shall at all times observe and comply with such laws, ordinances, and regulafions. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading, ff this nofice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construcfion project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the condifions established pursuant to Secfion 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7- 14 ANTITRUST CLAIMS. Secfion 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 acfion it may have under Secfion 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Secfion 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 8- 1 GENERAL. Field office for Agency personnel is not required. SECTION 9 - MEASUREMENT AND PAYMENT 9- 1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless othenA/ise 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 OthenA/ise provided in Specificafions, 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. 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 quantifies 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 "W^ items of work and ali work appurtenant thereto. Revised 03/21/12 Contract No. 5503-5 Page 94 of 98 Pages When required by the Specificafions or requested by the Engineer, the Contractor shall submit to the Engineer within 15 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 correcfiy represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantifies listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantifies of Contract items constructed in accordance with the Plans and Specifications. Upon complefion of construction, if the actual quantifies show either an increase or decrease from the quantifies given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Secfion 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 ail 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 ^^m^ becoming due fi'om the Agency. Whenever immediate acfion 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 precaufions 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 acfion or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. 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 othenA/ise 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 "Nofice of Completion." If, within the time fixed by law, a properiy 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 \Nork, 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 ^ A ^¥ Revised 03/21/12 Contract No. 5503-5 Page 95 of 98 Pages Contractor except such amounts as are required by law to be withheld by properiy 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 compafible 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 esfimated 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 justificafion supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as pracficable 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 wrifing 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 esfimate, 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. No progress payment made to the Contractor or its surefies 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 esfimates and progress payments shall be subject to correcfion in the Final Payment Esfimate. 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 posifion. Should the Contractor fail to submit the statement and supporting documentafion within the A ^¥ Revised 03/21/12 Contract No. 5503-5 Page 96 of 98 Pages 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 documentafion 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 quantifies or amounts not approved by the Engineer will be subject to resolution as specified in Secfion 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 fime such further informafion and details as may be required by the Engineer to detennine the facts or contentions involved in its claims. Failure to submit such informafion 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 Secfion 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment esfimate. 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 Condifions, 3-5 Disputed Wori<, 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 informafion and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolufion 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. 9-3.3 Delivered Materials. When provided for in the Specifications, and subject to the limitation and condifions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress esfimate. 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 fonn for mobilizafion 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 mobilizafion and preparatory Work will be made at the stipulated lump-sum price bid therefore in the bid schedule and includes full ^. compensation for furnishing all insurance, bonds, licenses, labor, materials, utilifies, tools, equipment A Revised 03/21/12 Contract No. 5503-5 Page 97 of 98 Pages and incidentals, and for doing all the work involved in mobilization and preparatory work and operafions, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilifies, surefies, work and operafions which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the sfipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensafion for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilizafion And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefore. 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 menfioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specificafions shall be considered as included in the Bid Items. Contractor must protect existing ufilifies. Improvements, landscaping, imgation systems, and vegetafion in place. If damaged during the work. Contractor is responsible to repair or replace any utilifies, improvements, landscaping, irrigafion systems, and vegetafion at his expense. Clarification of bid items is provided in Section 01025 Measurement and Payment of the Technical Specificafions in this contract. ^¥ Revised 03/21/12 Contract No. 5503-5 Page 98 of 98 Pages TECHNICAL SPECIFICATIONS Index 1. Section 01025 Measurement and Payment for Contract Work 2. Section 11080 Wastewater Bypass and Containment 3. Section 13605 Installation of Cured-in-PIace Pipe (CIPP) in Existing Sewers SECTION 01025 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.1 Work Listed in the Schedule of Work Items B. Work under this contract will be paid on a unit price or lump-sum basis as outlined on the Bid Form(s) for the quantity of work Installed. The unit prices and lump-sum prices include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work involved to complete the work included in the contract documents. C. The application for payment will be for a specific item based on the percentage completed or quantity installed. The percentage complete will be based on the value of the partially completed work relative to the value of the item when entirely completed and ready for service. D. Extra work or changes in the Work shall be accomplished as provided In the General Provisions. 1.2 Work Not Listed in the Schedule of Work Items A. The General Provisions and items in the specificafions which are not listed in the schedule of work items of the Bid Form(s) are, in general, applicable to more than one listed work item, and no separate wori< Item is provided therefor. Contractor shall include the cost of work not listed but necessary to complete the project designated in the contract documents in the various listed work Items of the Bid Form(s). B. The bids for the work are intended to establish a total cost for the work in its entirety. Should the Contractor feel that the cost for the work has not been established by specific items in the Bid Form(s), include the cost for that work in some related bid item so that the Proposal for the project refiects the total cost for completing the work in its entirety. PART 2 - MATERIALS 2.1 Descripfion of Bid Items Items A-1, B-1, C- 1, and D-1 Contract Bonds, Insurance, Encroachment Permits, Rights-of-Entry, Project Management, Mobilization and Preparatory Work - See Section 9-3.4 of the General Provisions. Items A-2, B-2, C- 2, and D-2, Traffic Control - Bid item shall include complete Traffic Control including preparation and obtaining approval of traffic control plans, furnishing, installing, maintaining traffic control devices during all stages of construction, removing traffic control devices when they are no longer needed, and temporary street striping. The contract lump sum price paid shall be considered full compensafion for furnishing all materials, labor, tools, equipment, and ail incidentals, necessary to complete the work in accordance with the Standard Specifications and as directed by the Engineer. SEPTEIVIBER 2011 CONTRACT 5503-5 MEASUREMENT & PAYMENT SEWER REHABILITATION WITH CIPP, 01025-1 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AV Items A-3, B-3, C- 3, and D-3 Video Inspecfions - The contract lump sum price paid for sewer video inspections shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved to perform the pre- and post-rehabilitation sewer video inspections as specified by the Contract's Specifications, "Secfion 13605, Installation of Cured-in-PIace Pipe (CIPP) in Exisfing Sewers" and as directed by the Engineer including, but not limited to, obtaining encroachment permits or right-of-entry permits to work within public or private rights-of-way; furnishing, installafion, and removal of traffic control to perform the work; thoroughly cleaning existing sewer (removal of grease, roots, and any obstruction); collection of debris from cleaning the sewer at downstream manholes and removal and disposal of It at a legal disposal site; and delivery of DVDs and written logs of the sewer videos to the Owner. Full compensation for the video inspecfions and all related work and expenses shall be considered as included in the contract lump sum price and no additional compensation will be allowed. Items A-4, B-4, C- 4, and D-4 Removal of Protruding Sewer Laterals in the Sewer Main and Preliminary Pipe Repairs - The Bid item includes, but not limited to, furnishing all labor, materials, tools, equipment, and incidentals, for the removal of protruding sewer laterals In the sewer main and preliminary pipe repairs by a robotlcally-controlled device from inside the sewer main without excavafion, all as specified by the Contract's Specificafions, "Section 13605, Installation of Cured-in-PIace Pipe (CIPP) in Exisfing Sewers" and as directed by the Engineer. Items A-5, B-5, C- 5, and D-5 Furnishing and Installing Cured-in-PIace Pipe Liners - The Bid item includes, but not limited to, furnishing all labor, materials, tools, equipment, and incidentals, for installation of cured-in-place pipe liners Inside existing sewers, obtaining encroachment permits or right-of-entry permits to work within public or private rights-of-way, sewer interior surface preparafion (final interior sewer cleaning), installafion of resin- impregnated cured-in-place pipe (CIPP) liners and performance of the curing process, disposing of effluent from the curing process (if applicable) in compliance with EPA, finishing the liner and repairing leaks at the interface of the manhole and liner, and field and laboratory tesfing of the cured liner, all as specified by the Contract's Specifications, "Secfion 13605, Installation of Cured-in-PIace Pipe (CIPP) in Exisfing Sewers" and as directed by the Engineer. SEPTEMBER 2011 SEWER REHABILITATION WITH CIPP, CONTRACT 5503-5 MEASUREMENT & PAYMENT 01025-2 DAoo\Ai/^r»n A\/c r^ucoTMi IT A\/C MnMortc QT AMH CICDDA MnpcMA A\/ Items A-6, B-6, C- 6, and D-6 Wastewater Bypass and Containment - The contract lump sum price paid for wastewater bypass and containment shall include full compensafion for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved as specified in the Contract's Specifications, "Secfion 11080, Wastewater Bypass and Containment" and as directed by the Engineer. Full compensation for the preparafion and approval of the contractor's sewage spill containment and contingency plan and all related work and expenses shall be considered as included In the contract lump sum price paid for wastewater bypass and containment and no additional compensation will be allowed. Items A-7, B-7, C- 7, and D-7 Reinstate Sewer Laterals - The Bid item includes, but not limited to, furnishing all labor, materials, tools, equipment, and incidentals, for the reinstatement of existing sewer laterals (cutting and removing the cured liner at the sewer inlet to the sewer main) by a robotlcally-controlled device from inside the sewer main without excavation, all as specified by the Contract's Specifications, "Secfion 13605, Installation of Cured-in- PIace Pipe (CIPP) in Existing Sewers" and as directed by the Engineer. Items A-8, B-8, C- 8, and D-8 Furnish and Install Sewer Lateral Inserts (Top Hat) - The Bid item includes, but not limited to, furnishing all labor, materials, tools, equipment, and incidentals, for furnishing and installing sewer lateral inserts (Top Hat) by a robotlcally-controlled device from inside the sewer main without excavation and performance of the insert curing process, ali as specified by the Contract's Specifications, "Secfion 13605, Installation of Cured-in-PIace Pipe (CIPP) in Existing Sewers" and as directed by the Engineer. END OF SECTION SEPTEMBER 2011 CONTRACT 5503-5 MEASUREMENT & PAYMENT SEWER REHABILITATION WITH CIPP, 01025-3 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AV SECTION 11080 WASTEWATER BYPASS AND CONTAINMENT PARTI GENERAL A. Description 1. Bypassing sewage for rehabilitation of exisfing sewers shall be necessary. 2. In lieu of the suggested bypass systems described herein, the Contractor may submit an alternative by-pass plan to the engineer for approval prior to the start of construcfion. 3. The Contractor shall furnish, install, and operate all necessary piping, pumps, generators, equipment, and appurtenances of sufficient capacity to handle all flows to prevent sewage from backing up into the upstream sewer lines. The sewer fiow shall be intercepted, as required for construcfion, at an upstream manhole, pumped and conveyed in a closed conduit to a downstream manhole unfil the existing sewer is operafional. 4. Bypassing of untreated wastewater to surface water or drainage courses shall not be permitted. Bypass piping layout shall be compafible for vehicular traffic, residence and business access, and shall not block any driveways. 5. The Regional Water Quality Control Board (RWQCB) has the authority to impose stiff fines in case of a sewage spill. The Contractor shall be held responsible for paying fines for a sewage spill due to his operafions or any circumstance, which is within his control. These fines shall be deducted from the payments due to the Contractor before disbursing funds. 6. Contractor shall schedule his work so sewer main rehabilitation work between exisfing manholes is completed within an eight-hour period. B. Suggested Bvpass Systems Contractor may elect to provide bypass pumping of wastewater around the work site. If bypass pumping is to be accomplished with engine driven pumps. Contractor shall have an adequate supply of fuel and a standby pump. If bypass pumping is to be accomplished with electric driven pumps, Contractor shall have standby power facilifies and a standby pump. In addifion. Contractor shall have adequate suction and discharge lines, repair clamps, and other related parts to ensure continuous and uninterrupted operation of pumping equipment. In case of an emergency, Contractor shall also have septic pumping trucks available while wastewater bypass pumping is being performed. Under certain circumstances where bypass pumping from an upstream manhole to a downstream manhole is not physically possible, bypassing wastewater around the work site may need to be accomplished by pumping wastewater from an upstream manhole into a tanker truck and transporting the wastewater to a waste disposal site. In this case, Contractor shall provide a minimum of three tanker trucks and arrange and pay all disposal fees. A minimum of two tanker tmcks shall be designated to alternate transporting wastewater to the disposal site while minimum of one standby tanker truck SEPTEMBER 2011 CONTRACT 5503-5 WASTEWATER BYPASS AND CONTAINMENT SEWER REHABILITATION WITH CIPP, 11080-1 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AV C. is available in the event that the first truck does not return before the second truck is full. In addition. Contractor shall have adequate suction and discharge lines, repair clamps, and other related parts to ensure confinuous and uninterrupted operation of pumping equipment. Submittals 1. The Contractor shall, at least 14 days prior to commencement of work for the installafion of pipe, submit to the Engineer for review and approval a Plan (including Contingent Plan) for bypassing sewage fiows In the existing sewer system. Bypass Plan shall allow for continuous uninterrupted sen/ice to exisfing sewer connections. Engineer will approve or comment on the Plan as needed. However approval of the plans by the Engineer does not relieve the responsibility of the Contractor to insure successful operafion of the bypass plan. The Plan and the Confingent Plan shall be prepared and signed by a California Registered Civil Engineer. 2. The Plan shall include but not be limited to the following: Staging areas for pumps Sewer plugging method and types of plugs Size and locafion of manholes or access points for suction and discharge piping Number, size, material, location and method of installation of suction piping Number, size, material, locafion and method of installafion of discharge piping Bypass pump sizes, capacity, number of each size to be on site and power requirements Calculation of static lift, friction losses, and fiow velocity Standby power generator size, location Schedule for installafion of and maintenance of bypass pumping lines Plan indicafing location of bypass piping Contingency Plan (Further described in Part 3-B). PART 2 MATERIALS Piping The bypass piping shall be a continuous piece of polyethylene solid wall piping joined by butt fusion welding, steel pipe with welded or Victualic joints, or a system of Victaulic aluminum piping, couplings, and fitfings. Mechanical joints will not be allowed In the polyethylene bypass piping except at the pumps, manifold, and discharge connections. Above ground piping that is exposed to traffic loading shall be continuous piece of steel pipe with a system of Victaulic couplings and fitfings. The bypass pipe shall be of a pressure class that is compatible with the bypass pump. B. Pumps 1. All pumps used shall be fully automafic self-priming units that do not require the use of foot-valves or vacuum pumps in the priming system. The pumps may be electric or diesel powered. SEPTEMBER 2011 CONTRACT 5503-5 WASTEWATER BYPASS AND CONTAINMENT SEWER REHABILITATION WITH CIPP, 11080-2 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AV 2. All pumps must be constructed to allow dry running for long periods of time to accommodate the cyclical nature of effluent flows. 3. Bypass system shall have capacity to handle peak flows of the existing system. PART 3 EXECUTION A. System Reguirements 1. The pump and bypass lines shall be of adequate capacity and size to handle the estimated peak flows. 2. Provide 100 percent backup pumping capacity connected to the primary pump. The bypass system shall be attended at all times. The bypass system may be shut down and full flow restored in the existing system only with prior written approval of the Engineer. 3. The bypass pumping and piping system shall be independently tested at a minimum 50 psi prior to starting construction. 4. During the execufion of the Work, the Contractor shall be responsible for confinuity of sanitary sewer flows. 5. The pumps shall be equipped with light and/or sound alarms in the event of pump failure. During sewer bypass pumping operafions, the pumps shall be confinuously attended and monitored by personnel qualified to operate the pumping equipment. This includes after hour periods when the Contractor may not be conducting any construction activifies. The personnel monitoring the pump shall be equipped with a cellular telephone so that addifional personnel can be contacted in case of an emergency. 6 The Contractor shall have onsite a fully funcfional and fueled standby pump(s) that can be immediately placed in service if the primary pumping unit malfunctions. Provide backup power supply that is readily connectable in the event of loss of primary power. The cost for the standby unlt(s) and backup power shall be included in the cost for the sewer bypass bid item and no addifional compensafion will be allowed. 7. Power and alarm wires shall be protected in all locations, buried across driveways and traveled way. 8. Manholes shall be covered, safe, and vandal resistant at all fimes during bypass operations. 9. If sewage backup occurs and enters buildings, the Contractor shall be responsible for clean-up, repair, property damage cost and claims. 10. If sewage backup occurs resulting In overflow and spills, the Contractor shall be responsible for clean-up, repair, property damage cost and claims. SEPTEMBER 2011 CONTRACT 5503-5 WASTEWATER BYPASS AND CONTAINMENT SEWER REHABILITATION WITH CIPP, 11080-3 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AV B. Contingency Plan for Bypass 1. Prior to starting work, the Contractor shall provide an emergency contingency plan in event of pump, power supply, or pipeline failures, including an emergency contact list. The contingency plan will address containment of the spill, clean up, communicafion with the owner and notification to jurisdicfional authority. 2. Confingency Plan shall include list of contractors that may support efforts to prevent spill and cleanup. 3. In event of a sewage spill. Contractor shall immediately notify City wastewater personnel Don Wasko at (760) 802-4756 or Ken Burtech at (760) 802-5810 and then follow direcfions of RWQCB and the Health Department all in accordance with Proposition 65. 4. If necessary, the City forces will clean up the Contractor's spill and run parallel operations at Contractor's cost. 5. The bypass and confingency plans shall be prepared and signed by a California Registered Civil Engineer (R.C.E.). END OF SECTION SEPTEMBER 2011 CONTRACT 5503-5 WASTEWATER BYPASS AND CONTAINMENT SEWER REHABILITATION WITH CIPP, 11080-4 BASSWOOD AVE, CHESTNUT AVE, MONROE ST. AND SIERRA MORENA AV SECTION 13605 INSTALLATION OF CURED-IN-PLACE PIPE (CIPP) IN EXISTING SEWERS PARTI GENERAL This document specifies a cured-in-place pipe (CIPP) liner for the rehabilitafion of sanitary sewers. This specificafion includes quality control measures that mandate a CIPP liner of consistent and high quality. This specificafion is open to both fiberglass- based CIPP products that are cured with ultraviolet light and felt-based CIPP products that are cured with hot water or steam. 1.1 Description A. The method of rehabilitation shall be cured-in-place pipe (CIPP) as described herein for the sewers listed in this bid document and addendums thereto. Contractor shall provide all materials, labor, and equipment necessary to install the CIPP liners shown on the Project plans. This method includes (see Detailed Sequence of Wori<, PART 5 - Installafion herein). The following is a list of general components for the Project. 1. Submitfing and acquiring Engineer's approval of traffic control plans and implementation of Trafflc Control throughout the project. 2. Acquisition of all permits as required to complete the work herein in accordance to the Contract's General Provisions. 3. Notification to ail affected residences. 4. Installafion and implementation of wastewater management and necessary wastewater bypass to complete the work 5. Cleaning (including removal of grease, roots, and any obstrucfions) 6. Pre-rehabilitafion video inspection of the cleaned sewer before the sewer is lined 7. Identification of existing sewer laterals 8. Grinding and removing protruding sewer laterals by remote methods 9. Performing preliminary repairs of damaged joints or sewer pipe by remote methods 10. Installafion of a resin-impregnated cured-in-place pipe (CIPP) liner into the existing sewer 11. Curing CIPP liner by ultraviolet light, or steam curing process as specified by the resin manufacturer. 12. Reopening sewer lateral inlets Into the sewer main and sealing lateral connecfion joint with service connecfion insert seal. 13. Post-rehabilitafion video Inspecfion after the sewer is lined SEPTEMBER 2011 CONTRACT 5503-5 CURED-IN-PLACE PIPE SEWER REHABILITATION WITH CIPP, 13605-1 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AVE 14. CIPP liner sampling and testing 15. Clean-up B. Before final acceptance of each line segment, a post-rehabilitation video inspecfion and samples of the CIPP shall be taken and tested and approved as specified in PART 6. Rehabilitafion must be completed for the full length from manhole to manhole, resulting in a sound, tight-fitting water-tight CIPP liner with a smooth interior surface. C. The Contractor shall not revise any material, design values or procedural matters stated or approved herein, without informing the Owner and receiving written approval of the revision. Any revisions without written approval by the Owner shall result in rejection and removal of work done with the unapproved materials or processes at no cost to the Owner. D. Removal and replacement of any exisfing improvements, including but not limited to, fences, damage repair to yards, lawns, sidewalks, driveways, and other public or private property, due to actions or processes related to the work being performed shall be included in the cost of the project. E. Traffic control, confined space entry, and work site protection shall be the responsibility of the Contractor and costs of these items shall be included in the amounts bid for the quantities of work specified. The Contractor shall comply with applicable OSHA trench safety rules. 1-2 Experience Record of Contractors The Contractor shall have successfully completed a minimum of twenty (20) CIPP installations of similar size and scope as this project. Contractor shall have a minimum of 5 years experience with the installation of CIPP in wastewater environment and the Contractor's project manager shall have a minimum of 2 years experience in CIPP installation and must be on-site during the installafion of the CIPP products. 1.3 Reference Standards • ASTM C581 - Standard Practice for Determining Chemical Resistance of thermosetting resins used in glass fiber reinforced structures, intended for liquid service. • ASTM D543 - Test Method for resistance of plastics to chemical reagents. • ASTM D790 - Test Method for flexural properties of un-relnforced and reinforced plastics and electrical insulating materials. • ASTM F1216 (including Appendix XI) - Standard practice for rehabilitation of exisfing pipelines and conduits by the inversion and curing of a resin-impregnated tube (liner). • ASTM F 1743-96 - Rehabilitafion of existing pipelines and conduits by pulled-in-place installation of cured-in-place thermo-setting resin pipe (CIPP). • ASTM F2019-03 - Standard practice for rehabilitation of existing pipelines and conduits by the pulled in place installafion of glass reinforced plastic cured-in-place thermosetting resin pipe. SEPTEMBER 2011 CONTRACT 5503-5 CURED-IN-PLACE PIPE SEWER REHABILITATION WITH CIPP, 13605-2 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AVE 1.4 Housekeeping Containment of sewage and site cleanliness is the responsibility of the Contractor. Fines levied by State and Federal agencies in the event of a spill or unapproved discharge shall be paid by the Contractor. Spill cleanup as well as site cleanup shall be conducted by and paid for by the Contractor. 1.5 Submittals A. PRE-AWARD SUBMITTALS Within 10 calendar days of the bid opening the Apparent Low Bidder shall submit the following documentation. This information is required to verify that the Contractor is qualified and the proposed materials and methods to be used meet the requirements of this contract. Duplicate submittals as described in General Provisions Section 2-5.3 are not required for Pre-Award Submittals. 1. Contractor's Experience and Project Documentafion. Apparent Low Bidder shall submit documentation that they have successfully completed a minimum of twenty (20) CIPP installafions of similar or greater magnitude. Past systems Installed shall include the felt, fiberglass and resin proposed for this Contract. The Contractor shall Identify employees i.e. Project Manager, Superintendent, Foreman, etc.; that will be assigned to this project and provide references. The Contractor's Project Manager and Superintendent shall be assigned full fime to this project and be present in the City while work is being performed. 2. Manufacturer Certification. Apparent Low Bidder shall submit manufacturer's certificate(s) indicafing that the supplied lining materials for sewer mains and sewer lateral connections meet the requirement of the Specifications, ASTM standard and certificate of compliance from an independent 3rd part lab that proposed lining materials meet the chemical resistance requirement of Greebook, Section 210-2.3 or similar testing results from a combination of certified 10,000 hour test., ASTM D543 and ASTM D790, and that the creep reduction factor used for the long term flexural modulus calculafion has been verified by testing per ASTM D2990. 3. Manufacturer License. Installation of the liner and service connecfion shall be performed by a contractor licensed/certified by the manufacturer/owner of the process. Apparent Low Bidder shall provide a license from all manufacturers for which they or their subcontractor are licensed/certified and a letter from the manufacturer(s) stafing the name, address, point of contact, and telephone number for the City's verification. B. PRE-CONSTRUCTION SUBMITTALS Contractor shall provide the following submittals as required the General Provisions Secfion 2-5.3. 1. CIPP Submittal Package. The submittal for the CIPP product(s) shall include the following: SEPTEMBER 2011 CONTRACT 5503-5 CURED-IN-PLACE PIPE SEWER REHABILITATION WITH CIPP, 13605-3 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AVE a. Type of resin to be used. Attach statement that resin is approved to be used in the proposed CIPP system (see PART 2 herein). Attach 3rd party test results for chemical corrosion resistance testing (PART 2. B). b. Inifial (laminate design) modulus of elasticity used on this project shall be in accordance with PART 4 - DESIGN PARAMETERS herein. Attach 3rd party test results. c. Inifial (laminate design) flexural strength used on this project shall be in accordance with PART 4 - DESIGN PARAMETERS herein. Attach 3rd party test results. d. Long-Term Reduction Factors (50% for felt-based CIPP products and 62.5% for flberglass-based CIPP products). Attach 3rd party test results. e. Type of Inner liner and Outer liner to be used. f. Certiflcate of "direct sizing" - for fiberglass products only.. g. 3rd party test results stating the strength of the seam - for felt products only. h. Boiler Truck Operator Certification (OSHA) - for thermal cure products only. 1. Thickness of each segment of pipe lined. Attach ASTM 1216 wall thickness formula calculations. j. Proposed curing applicafion. k. Cured-in-place manufacturer (Insituform Technologies, Inc., Reline America, Inc. or approved equal). I. Top Hat, Sewer Lateral Connecfion Product and installafion process. 2. Water Pollufion Control Plan Comply with General Provisions Secfion 7-8.6. C. SUBMITTALS DURING CONSTRUCTION Contractor shall provide the following submittals as required the General Provisions Secfion 2-5.3. 1. Wastewater Bypass Plan A Wastewater Bypass Plan shall be submitted ten (10) working days prior to work in any area requiring flow management including bypass and containment in compliance with Secfion 11080.. 2. Traffic Control Plan Traffic Control Plans shall be submitted and approved in accordance with General Provisions Section 7.10. 3. Daily Reports Daily Reports shall be submitted on a daily basis during construcfion. Daily reports shall include any Confined Space entry Permits, Bypass Monitoring SEPTEMBER 2011 CONTRACT 5503-5 CURED-IN-PLACE PIPE SEWER REHABILITATION WITH CIPP, 13605-4 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AVE Logs, Bypass Set-Up and Breakdown Checklist and Wet-Out Data Sheet, Boiler Operator Cooking Wori<sheet and temperature strip charts. 4. Videos Pre and Post Installation CCTV shall be provided in compliance with PART 5. A. 5. NOTICE: FAILURE TO SUBMIT REQUESTED INFORMATION WILL RENDER THE SUBMITTALS INCOMPLETE AND SUBMITTALS WILL BE RETURNED TO CONTRACTOR TO RE-SUBMIT WITH SPECIFIED ITEMS. PART 2 RESINS 2.1 Acceptable Resin Types: • Polyester NPG • Epoxy • Vinyl ester 2.2 Resin Definitions and Physical Characteristics A. The liquid thermosetting resin used in this rehabilitafion project shall produce a properly cured liner which will be resistant to abrasion caused by solids, grit, and/or sand. The cured liner shall also be resistant to con-osion due to acids and gases such as sulfuric acid, carbonic acid, hydrogen sulfide, methane, and carbon monoxide. The cured-in- place felt-based liner system shall utilize thermosetting resins and fiberglass-based liner systems shall utilize UV-cured resins which will withstand the corrosive effect of the exisfing residential, commercial, and industrial effluents, liquids and/or gases. B. The resin system to be used shall be manufactured by an approved company selected by the cured-in-place process manufacturer. Only corrosion resistant polyester NPG, epoxy, and vinyl ester resins complying with the following definifions shall be used. C. The chemical corrosion resistance of the resin system used by the Contractor shall be tested by the resin manufacturer in accordance with ASTM F1216, D5813, and F1743 as applicable. PART 3 LINER 3.1 Acceptable Materials • Fiberglass (Cured with Ultraviolet Light) • Felt (Cured with Steam or Hot Water) 3.2 Liner Characterisfics & Standards At the time of manufacture, each lot of felt liner shall be inspected for defects and tested In accordance with applicable ASTM standards. At the fime of delivery, the liner shall be homogeneous throughout, uniform in color, free of cracks, holes, foreign materials, blisters, and deleterious faults. SEPTEMBER 2011 CONTRACT 5503-5 CURED-IN-PLACE PIPE SEWER REHABILITATION WITH CIPP, 13605-5 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AVE For tesfing purposes, a production lot shall consist of all liner having the same mari<ing number. It shall include any and all items produced during any given work shift and must be so identified as opposed to previous or ensuing producfion. The Engineer may at any time direct the manufacturer to obtain compound samples and prepare test specimens in accordance with applicable ASTM standards. The material shall be manufactured in such a manner as to result in a tight-fitting, confinuous liner after installation. There shall be no measurable annular space. The liner shall have a snug fit at manhole terminafions as shall be evidenced by flares. A. Fiberglass Liner (Ultraviolet Light Curing Application) The fiberglass liner shall be seamless and spirally wound, including an exterior and interior film that protects and contains the resin used in the liner. The exterior film shall be provided with a UV light blocker foil. 1. The liner shall consist of a seamless, spirally wound glass fiber that is flexible and has strain values (expandable) of equal to eight (8) to ten (10) percent. The liner shall not have a longitudinal seam, including a stitched seam, stitch-free-weld or bond, or stitch-free overiap. The liner shall be constructed to withstand installation pressures and have sufficient strength to bridge missing pipe. 2. The impregnated liner shall have a uniform thickness, that when compressed at installafion pressures, will meet or exceed the design thickness. If voids are present in the pipe, the design wall thickness must still be met or exceeded. 3. The liner shall be sized such that when installed, it will tightly fit the internal circumference and length of the original pipe. 4. The liner shall be saturated with the appropriate resin using a resin bath to allow for the lowest possible amount of air entrapment. Vacuum-suction impregnation methods are not allowed due to the introducfion of air using this method. The liner shall be formed into a spirally wound shape for the purpose of being seamless in its cured state. An inner and outer material shall be added so that they are both impervious to airborne styrene, with the outer material also having UV blocking characteristics. The inner membrane shall be removed after the installation and curing processes are completed. 5. The wall color of the interior pipe surface of CIPP after installation shall be a light refiective color to allow a clear detailed examination with closed circuit television inspection equipment. 6. The liner shall be seamless in its cured state to insure homogenous physical properties around the circumference of the cured liner. 7. The liner shall be constructed to withstand installation pressures and have sufficient strength to bridge missing pipe while meefing or exceeding the design wall thickness at all pipe locafions during installation conditions and pressures. SEPTEMBER 2011 CONTRACT 5503-5 CURED-IN-PLACE PIPE SEWER REHABILITATION WITH CIPP, 13605-6 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AVE B. Felt Liner (Steam or Hot Water Curing Application) The liner shall consist of one or more layers of absorbent felt fabric and meet the requirements of ASTM F1216 or ASTM F1743, Secfion 5. 1. For work performed under this specification, the following felt-based carrier liner materials may be used: non-woven polyester felt and non-woven fiberglass filament reinforced polyester felt. 2. The liner shall be constructed to withstand Installation pressures and have sufficient strength to bridge missing pipe while meefing or exceeding the design wall thickness at all pipe locafions during installafion condifions and pressures. 3. The liner shall be sized such that when installed will tightly fit the internal circumference and length of the original pipe. Overiapped layers of felt in longitudinal seams that cause lumps in the final product shall not be utilized. 4. The liner shall be homogeneous across the entire wall thickness containing no intermediate or encapsulated elastomeric layers. No material shall be included in the liner that may cause delaminafion in the cured liner (CIPP). No dry or unsaturated layers shall be evident. 5. The wall color of the interior pipe surface of CIPP after installafion shall be a light reflective color to allow a clear detailed examination with closed circuit television inspecfion equipment. 6. Seams in the felt liner will be allowed; however, seams shall be stronger than the non-seamed felt. Third-party test data documenting the strength of the seam is required. 7. The manufacturer will test the raw materials and liner materials at various stages of manufacturing on every liner, including taking samples of every finished liner and conducting tests for e-modulus, tensile, wall thickness and porosity. 8. The outside of the liner shall be marked for distance at regular inten/als along its enfire length, not to exceed 5 feet. Such mari^ings shall include the manufacturer's name or identifying symbol. PART 4 DESIGN PARAMETERS The newly installed liner shall be designed for a minimum fifty-year sen/ice life under confinuous loading conditions. Designed per ASTM F1216, Appendix X1. The design shall assume no bonding to the original pipe wall. The liner shall be designed to withstand all imposed loads. SEPTEMBER 2011 CONTRACT 5503-5 CURED-IN-PLACE PIPE SEWER REHABILITATION WITH CIPP, 13605-7 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AVE Parameter Pipe Condition: Fully deteriorated Soil Type: Saturated (water table at ground surface) Design Thickness Fiberglass: ASTM 1216 Design Formula, rounded up to nearest .7 mm manufacturing Increment Design Thickness Felt: ASTM 1216 Design Formula plus 10% (in consideration of product stretch), rounded up to nearest 1.5 mm manufacturing increment Ovality of Pipe: 2% of circumference, unless measured and stated OthenA/ise by Engineer in writing Soil Load: 120 Ibs/ft3 Traffic Loads: Per AASHTO-HS-20-44 Highway Loading Modulus of Soil: 750 PSI MIN. Maximum Deflection (vertical axis): 5% Minimum Safety Factor: 2.0 Resin Migration Allowance: Use PRELINER Soil Cover: Maximum distance in feet measured between the crown of the pipe and the highest point of soil cover over the length of the pipe Water Cover: Same as soil cover unless stated othenA/ise by the Engineer, in writing, for specific lines o Wall thickness design calculations for each pipe to be rehabilitated via the CIPP method shall be submitted with the Contractor's submittal package, along with supporting formulas that document that version of formula used. The materials utilized for the contracted project shall be of a quality equal to or better than the materials used in the long-term test with respect to the initial flexural modulus and long term reduction factor used in design. A. Physical Properties for Fiberglass-Based (Ultraviolet Light-Cured) CIPP Products The cured pipe shall conform to the minimum structural standards, as follows: 1. Flexural Strength ASTM D-790 21,000 psi 2. Modulusof Elasticity ASTM D-790 1,100,000 psi « B. Physical Properties for Felt-Based (Hot Water or Steam -Cured) CIPP Products The cured pipe shall conform to the minimum structural standards, as follows: 1. Flexural Strength ASTM D-790 4,500 psi 2. Modulus of Elasticity ASTM D-790 250,000 psi SEPTEMBER 2011 SEWER REHABILITATION WITH CIPP, r . - CONTRACT 5503-5 CURED-IN-PLACE PIPE 13605-8 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AVE PART 5 INSTALLATION 5.1 Seouence of Work The Contractor shall follow the construction procedure provided below, unless othenA/ise authorized in writing by the Owner. The construction sequence is not intended to cover every specific item of work necessary. Contractor shall provide all labor, equipment, and materials and perform all work necessary to complete the contract work. Additional procedures shall be performed to accommodate actual conditions. Prior to installation of the liner, the following activities are required: A. Submittal and Receipt of Approved Submittals Contractor shall furnish City six (6) copies of all submittals (General Provisions Secfion 2-5.3) which shall be approved by City prior to commencing construction activifies. B. Public Notlficafion Contractor shall deliver written nofices to each home or business at least seven (7) days in advance of construction and again as.a reminder 48 hours In advance of installing the cured-in-place pipe liner. The written notice shall be approved by the City before distribution and shall contain a general description of the wori< and where sewer service will be limited or restricted, names of streets where work will take place, and dates and times when-sewer service will be limited or restricted and when sewer service will be fully funcfional. Contractor shall reinstate all sewer service within an 8 hour period. Any sewer service out of service longer than 8 hours shall be bypassed to a sanitary sewer at no cost to the City. C. Sewer Bypass Pumping (see Technical Specificafions, Secfion 11080) D. Sewer Cleaning / Interior Surface Preparafion 1. Prior to mobilizafion, Contractor shall obtain an encroachment permit to work within public rights-of-way and or a right-of-entry to work within private property. Contractor shall install all required traffic control at no addifional cost to Owner. 2. Contractor shall clean sewer with high-velocity water jet cleaners with appropriate cutting tools to remove internal sludge, roots, root balls, grease, and other debris from the interior of the existing sewer. Contractor shall collect debris from downstream manhole and remove and dispose of it at a legal disposal site daily. Sewer damage as a result of improper use of cleaning equipment shall be repaired by the Contractor at no cost to Owner. E. CCTV Internal Inspection 1. Contractor shall retain the service of a qualified television taping firm experienced with similar projects ufilizing equipment specially designed for sewer inspecfion, approved by the City, to inspect the sewer main interior before and after rehabilitation, and locate all sewer lateral inlets to the sewer main within the construction limits. The Contractor shall use the closed circuit television (CCTV) SEPTEMBER 2011 CONTRACT 5503-5 CURED-IN-PLACE PIPE SEWER REHABILITATION WITH CIPP, 13605-9 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AVE inspections as a pre-construction method to determine the condition of the sewer , and location of all services and as a post-construction method to inspect the work. 2. The Contractor shall provide the City 48 hour notice prior to commencing any video work. The inspection videos shall be performed and two copies (on DVD) of the videos and a tabulation of sewer lateral inlets to the sewer main and their locations delivered to the City prior to the start of the rehabilitafion of the mainline sewer. Said firm shall be approved by City prior to construcfion. DVDs shall be high quality color DVDs. 3. Prior to the initial television Inspection (pre-rehabilitation video), each reach of the sewer shall be thoroughly cleaned (removal of grease, roots, and obstrucfions) and then flushed with water. The pre-rehabilitation video and post-rehabilitafion video television inspections shall be performed in one direction for the entire length between manholes. At the beginning of each run, the DVD shall show the run number, date, fime, name of the operator, stafion of the beginning manhole, stafion of the ending manhole, street name, and size of sewer. Each run shall continuously display the beginning stafion of the manhole and a counter calibrated In feet showing an accurate distance from the beginning manhole. The size and location of each sewer lateral or wye shall be noted on the DVD and the camera shall be rotated to provide a view inside each sewer lateral or wye. In addition to the DVD, Contractor shall furnish a legible written log with the same information as the DVD. Once the television inspections are completed. Contractor shall submit two copies of the DVDs and written logs to the City. 4. CCTV system shall have a rotating lens camera with articulating head. Each joint will be scanned 360 degrees. The television camera shall be specifically designed and constructed for sewer pipe inspection. The camera shall be operative In 100% humidity condifions. Lighfing for the camera shall minimize relative glare. Lighfing and camera quality shall be suitable to provide a clear, in focus picture of the entire periphery of the pipe for all conditions encountered during the work. Focal distance shall be adjustable through a range from 6" to infinity. The remote reading footage counter shall be accurate to one percent (1%) over the length of the particular section being inspected. The camera, television monitor and other components of the color video system shall be capable of producing a minimum of 350 line resolution. Documentafion consisting of a pre-construction color video tape and a written report detailing the condifion of the pipe and joints shall be submitted to Owner for approval prior to inserting the liner. 5. Contractor shall be responsible for all costs associated with the "Pre Rehabilitation and Post-Rehabilitation Sewer Video Inspecfions" including, but not limited to all labor, materials, tools, equipment, and incidentals, encroachment permit, pre-video sevver cleaning and disposal of fiushed sewer waste at legal disposal site, and traffic control to perform the work described in this section. F. Removal of Protruding Service Connections / Preliminary Point Repairs 1. Protruding service connections or laterals that prevent the proper insertion of the liner shall be determined from CCTV tape and removed to allow the liner to pass f^" through the existing sanitary sewer pipe after review and approval fi'om the Owner. SEPTEMBER 2011 CONTRACT 5503-5 CURED-IN-PLACE PIPE SEWER REHABILITATION WITH CIPP, 13605-10 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AVE 2. In addition, Contractor shall perform preliminary repairs from Inside the sewer pipe to repair damaged sections of the sewer pipe and prevent the proposed liner from protruding into the void outside the sewer pipe. After the repairs are complete, the Contractor shall prepare another video of the repaired section and submit it to the Owner for approval prior to inserting the liner. 3. The removal of the protruding laterals and preliminary repairs shall be accomplished by a robotically controlled device from within the sewer pipe without excavation. G. Mainline Liner or Point Repair Liner Installation (see Sections 5.B through 5.G herein) H. Finish Liner Contractor shall repair leaks at the interface of the sewer manholes and the liner. Contractor shall cut the cured liner fiush with the inside wall of the manholes after the liner has cooled In accordance with manufacturer's recommendafions. Contractor shall fill voids between manhole channel, bench, or wall and the liner with quick setting, H2S resistant epoxy mortar to form a watertight seal. Contractor shall trowel the grout to form a smooth transifion between manhole base or channel and the liner to ensure smooth sewage fiow with no collecfion points for solids. I. Reinstatement of Sewer Service Connecfions The exact location and number of service connections shall be determined from the CCTV tape. Contractor shall accurately field locate ail existing service connections whether in service or not. The Contractor shall reconnect all service connections to the liner pipe including those from unoccupied, abandoned or vacant lot, unless directed OthenA/ise by the Owner. All existing service connections shall be reconnected by internal remote cutting method as described below: 1. Service Connection by Remote Cut a. Service connections shall be performed by a TV-controlled remote cutting device. They shall be made by experienced operators so that no blind attempts or holes are made in the liner pipe. Locafion shall be verified carefully with eariier tapes for accuracy, especially where dimples are not defined or clearly ascertained. The Owner reserves the right to require service connection by excavation at certain or ali locations, at no addifional cost to the Owner, if the quality, workmanship, and approval rating for remote cut is poor and not satisfactory. b. The remote cut shall be brushed smooth and circular in nature as seen by a 360 degree TV camera. The hole shall be 100% of the service pipe diameter. It shall be properly aligned and be concentric to the exisfing connecfion. The locafions of all remote cuts shall be verified carefully to match eariier tapes for their exact locations. All wrong holes, or trial cuts shall be considered unacceptable and shall be properiy repaired at no addifional cost to the Owner. Excess resin build up is unacceptable and shall be removed. The Owner's staff shall review all sen/ice connections. The Owner may check the completed remote connecfions SEPTEMBER 2011 CONTRACT 5503-5 CURED-IN-PLACE PIPE SEWER REHABILITATION WITH CIPP, 13605-11 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AVE for the 100% requirement by excavating the site, if necessary. Defective connections shall be properiy repaired at no addifional cost to the Owner. 2. Service Connection Insert All service lateral connecfions along a mainline to be CIPP lined shall receive a lateral connection sealing and repair product after installation of the mainline liner, unless the lateral has been recently replaced by a point repair or remove and replacement resulfing in a new connection. After suitable cleaning and video inspection, introduce the fiberglass lateral connection sealing and repair product (top hat) from the mainline into the lateral as follows: a. A fiexible resin impregnated top hat tube that is sized to the service laterals will be inserted into the service lateral by means of a robotic manipulator device. The robofic device, together with a television camera, will be used to align the repair product with the service lateral connecfion opening. Air pressure, supplied to the applicator through an air hose, shall be used to insert the top hat into the service lateral pipe. The insertion pressure will be adjusted to fully deploy the top hat into the service lateral connecfion and hold it fight to the main and lateral pipe walls. Curing of the resin will be through ultraviolet (UV) light, heat or ambient methods per the manufacturer's specifications. b. A resin-impregnated sample shall be retained by the installer for each installafion to provide verification of the curing process taking place in the host pipe. This sample shall be hung in the entry manhole to simulate arnb.int condifions of the host pipe. c. The inserted product will be inspected using a CCTV camera to confirm the product is correctly posifioned and/or centered in the lateral opening prior to curing. d. The pressure apparatus shall include a bladder of sufflcient length in both the main and service lateral lines to extend beyond the ends of both the lateral tube and main line brim segments. A smooth transition from top hat to the pipe diameters without a step, ridge or gap between the product and the inner diameters of the service lateral and mainline host pipes must be achieved. e. After insertion is completed, the manufacturer's recommended pressure must be maintained on the impregnated product for the durafion of the curing process. The liner is chemically cured with UV light or at ambient temperatures or by a suitable heat source according to the manufactures specification. The heating equipment shall be capable of delivering a mixture of steam and air throughout the liner Madder assembly to uniformly raise the temperature above the temperature required to cure the resin. The curing of the CIPP must take into account the exisfing pipe material the resin system, and ground conditions (temperature, moisture level, and thermal conductivity of the soil). The heat source temperatures shall be monitored and logged during the cure and cool down cycles. Once the sample piece in the manhole has cured, the bladder is defiated, removed from connection and returned to the manhole to repeat the cycle. Contractor shall recover the sample piece and label with upstream and SEPTEMBER 2011 CONTRACT 5503-5 CURED-IN-PLACE PIPE SEWER REHABILITATION WITH CIPP, 13605-12 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AVE downstream manhole numbers and footage from upstream manhole to service connecfion. Sample shall be submitted for tesfing. f. The top hat insert laminate shall seal to the inside wall of the mainline a minimum of 3 inches around the host lateral opening and to the lateral wall 7-24 inches into the lateral pipe from the main host pipe. Deviafion from these dimensions shall be approved by the Engineer prior to installafion. The cured top hat must attain the cured physical strength of, and chemical resistance of, and provide adequate adhesion to the pipeline liner. g. The Contractor shall install the top hat into the service lateral connecfion within five (5) days of the main line CIPP liner installation. h. In extreme circumstances. Contractor may have to reinstate a sewer service connection by excavation, if approved and at no additional cost to Owner as described below: 3. Service Connecfion by Excavation (In Case of Emergency Only) a. If reinstatement of a sewer service connection cannot be completed with a robotically-controlled device from within the sewer main, the service connection shall be excavated at the exact location where the existing lateral connects to the main. The existing lateral shall be disconnected from the sewer main. The exisfing sewer main (carrier pipe for the liner), shall be carefully broken removed to expose the liner to the extent necessary. The liner pipe shall not be damaged and shall be allowed to normalize to ambient temperature and cool down before a hole is drilled out. This coupon shall be retrieved and delivered to the Owner for inspection of the liner thickness at that location. The cut out hole section In the liner shall be coated with approved resin epoxy which shall cure at the ambient temperature. b. A pre-fabricated polyethylene saddle or approved equal fitting shall be installed over the cut out. The saddle shall be a one-piece saddle equipped with a neoprene gasket so that a complete seal is accomplished when the strap-on saddle Is tightened with two (2) stainless steel bands, one on each side. The stub-out attached to the saddle must protrude into the liner a distance equal to the wall thickness of the liner. The new stub out or lateral shall be connected to the exisfing service line by a rubber coupling with stainless steel bands, as manufactured by "Mission" or an Owner approved equal. c. The "Mission" coupling shall be secured to the existing service lateral and new stub and / or stack with stainless steel bands. The entire exposed service connecfion shall be encased in cement-stabilized sand a minimum of 6" below and 12" above and on the sides of the pipe at a cost incidental to service connection. The service connections shall be tested by the Contractor and approved by the Owner before backfilling. d. Gasketed PVC sewer pipe (Schedule 40) may be used for all stubs. PVC saddles with neoprene gaskets may be used in lieu of polyethylene saddles. SEPTEMBER 2011 CONTRACT 5503-5 CURED-IN-PLACE PIPE SEWER REHABILITATION WITH CIPP, 13605-13 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AVE e. A service reconnection by excavation shall consist of the removal and replacement of any cracked, offset, or leaking existing service line up to a distance of eight (8) feet from the center of the new liner measured horizontally. f. If reinstatement of a sewer lateral service connection requires open trench construcfion, the amounts bid by Contractor shall include all costs for ail materials, equipment, and labor unless separate bid items are included in the bid sheets to complete the work, all at no addifional cost to the City. g. Said amounts shall include, but not be limited to, utility location and verificafion (excavafing, exposing, and verifying top, bottom, and side of utility crossings), removing, disposing, and replacement of existing sewer pipe materials, relocation of existing utilities as required for construction, trenching, excavating and exporting unsuitable material, exporting and importing trench material and acquiring location to stockpile trench material (if space is not available onsite), dewatering, shoring or sloping (as required), bedding (including Imported select material or select native material), furnishing and Installing all other materials, backfilling (including imported select material or select native material), compacfing, tesfing, protecfing in place or removing and replacing all exisfing ufilities, and public and private improvements (including berms, curbs, gutters, sidewalks, cross-gutters, spandrels, medians, driveways, landscaping, landscaping materials, Irrigafion systems, fencing, walls, power poles, poles, signs, and guard rails), restoring all areas and improvements to pre-exisfing improvements, in accordance with the Contract Documents. J. Post-Lining Inspection of Mainline (see PART 6 herein) K. Field Testing and Acceptance (see PART 6 herein) 5.2 Liner Installafion (General) A. Installation of the Impregnated liner may be by inversion or insertion as specified by the manufacturer. All equipment, labor, materials, and processes required to complete the work must be ready on-site before installation begins. B. The first segment shall be lined, completed and accepted to become the "job standard" against which all subsequent work is judged. 5.3 Liner Installafion Setup The installation area/equipment shall be securely protected and all damaged yards, driveways, walks, etc., shall be repaired at no cost to the Owner. Plasfic sheeting will be used to cover the work area around the manholes and/or access points to eliminate the opportunity of environmental contaminafion to the aboveground setting during the installation process. 5.4 Preliner/Outer Film/Outer Liner for Felt Products At all locafions where the CIPP felt liner is inverted or inserted into the host pipe, a preliner shall be used to control resin loss, liner thickness, a reducfion in physical SEPTEMBER 2011 CONTRACT 5503-5 CURED-IN-PLACE PIPE SEWER REHABILITATION WITH CIPP, 13605-14 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AVE 5.5 A. properties, of the resin by water or other contaminants, and prevent blocked or plugged services and laterals. The preliner shall be a reinforced plastic sheet formed into a tube, sized to fit the host pipe being lined and shall be confinuous from manhole to manhole. Installafion of the preliner shall be witnessed by the Owner or Engineer. Failure to install the required preliner or installation of preliner over only part of the segment shall result in the completed CIPP for that segment being rejected (regardless of physical tests and thickness test results). During thickness testing, the preliner shall be removed from the thickness test core sample along with the inner liner film used. If there is any damage to the preliner, it should be repaired immediately. Liner Insertion for Fiberglass/UV-Cured Products For fiberglass-based liners, a slip sheet shall be installed on the bottom half of the pipe prior to liner insertion, for the purpose of smoothing out the bottom of the liner to increase flow characteristics. B. Fiberglass-based liners shall have an outer and inner styrene film barrier. The outer film shall be a UV-resistant barrier. The inner film material should be removed and discarded after curing to provide optimal quality of the final product. C. A constant tension winch should be used to pull the glass fiber liner into posifion in the pipe. Once inserted, end plugs shall be used to cap each end of the glass fiber liner to prepare for pressurizing the liner. The end plugs should be secured with straps to prevent them from being expelled due to pressure. Liner restraints should be used in manholes. D. The glass fiber liner shall be cured with UV light sources at a constant inner pressure. When inserting the curing equipment in the liner, care should be taken not to damage the inner film material. 1. The UV light sources should be assembled according to the manufacturer's specifications for the liner diameter. For the liner to achieve the required water tightness and specified mechanical properties, the following parameters must be controlled during the enfire curing process, giving the Engineer a record of the curing parameters over every segment of the entire length of the liner. This demonstrates that the entire liner is cured properiy. The recording will include: Curing speed Light source working & wattage Inner air pressure Exothermic (curing) temperatures Date and time Length of liner A record of the curing parameters shall be obtained using a computer and data base that are tamper proof. During the curing process, infrared sensors shall be used to record curing data that will be submitted to the Engineer with a post-CCTV inspection on DVD. SEPTEMBER 2011 CONTRACT 5503-5 CURED-IN-PLACE PIPE SEWER REHABILITATION WITH CIPP, 13605-15 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AVE 2. The parameters for curing speed, inner air pressure and wattage are defined in the Quality Tracker UV-curing protocol issued by the manufacturer The opfimal curing speed, or travel speed of the energized UV light sources. Is determined for each length of liner based on liner diameter, liner thickness, and exothermic reaction temperature. E. Flushing of the cured fiberglass/UV-cured CIPP liner (to reduce styrene residual) is not required for fiberglass/UV-cured CIPP products that provide 3rd party test results that document styrene residual levels (without fiushing) within acceptable defined levels. 5.6 Liner Insertion/Inversion for Felt Steam Cured Products A. The resin impregnated liner shall be transported and stored in a refrigerated truck until it is installed in an existing line by using an application of water or cable and winch to properiy place the liner between the upstream and downstream manholes. B. For felt-based liners, a preliner or outer film in the form of a tube, shall be inserted into the pipe prior to inserting the impregnated liner. C. The wet-out felt liner shall be inserted, or inverted, through an exisfing manhole or other approved access. Liner installafion head pressures (minimum and maximum for hot and cold condifions) shall not be exceeded, regardless of which method of Installafion (stand pipe, pressure unit, etc.) is used. D. Using the "Inversion Procedure", the liner end shall Initially be turned inside out and attached to a plafform ring, standpipe, or as approved. The addition of water will be adjusted to sufficient height/pressure to cause the impregnated liner to invert from manhole to manhole, and hold the liner fight against the existing pipe wall. E. Using the "Insertion Procedure", the liner is winched into posifion according to manufacturer's recommendations. The addition steam will be adjusted to sufficient height/pressure to cause the calibration hose to invert from manhole to manhole and hold the liner tight against the existing pipe wall. F. Liner restraints should be used in manholes. G. CURING WITH STEAM. After the installafion of the liner is completed, the Contractor shall use heat system capable of providing the required amount of heat uniformly throughout the section for a complete cure of the resin. Steam curing must comply with ASTMF1216. 1. The curing temperature, pressure and schedule shall be as recommended by the resin/catalyst system manufacturer. Temperature gages shall be installed in the following areas: incoming steam supply; outgoing steam supply and between the impregnated tube and the pipe invert at the lining termination point. 2. Cool down shall per manufacture's specification to guarantee required physical properties. Methods of curing and cool down shall minimize the introducfion of styrene to the wastewater assuring that no detectable levels will enter the downstream wastewater treatment facility. SEPTEMBER 2011 CONTRACT 5503-5 CURED-IN-PLACE PIPE SEWER REHABILITATION WITH CIPP, 13605-16 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AVE 5.7 PARTIAL (POINT REPAIR) CIPP LINERS: A. The partial CIPP liner shall be installed in accordance with ASTM F 2599 and same requirements as for a full length liner. B. The dimensions of the liner shall be fabricated to a size that when installed, will neatly fit the circumference of the existing conduit. The materials and physical properties of the partial liner shall conform to the same requirements as for a full length liner. C. The tube, in good condifion, shall be vacuum impregnated with the thermo-set resin. All air in the tube shall be removed by vacuum allowing resin to thoroughly impregnate the tube. A resin-lmpreghated sample shall be retained by the installer for each installafion to provide verification of the curing process taking place in the host pipe. This sample shall be hung in the entry manhole to simulate ambient condifions of the host pipe. D. The saturated tube along with the inversion bladder will be inserted into the carrying device and pulled into the host pipe. The pull is complete when the end of the launching device is aligned with the" beginning of the section to be repaired. The resin and tube shall be completely protected during the pull such that no resin is lost by contact with manhole wails or pipe. The resin that provides a structural seal shall not contact the pipe unfil posifioned at the point of repair. E. The installer shall be capable of viewing the beginning of the liner contacfing the host pipe verifying the exact placement of the liner. No measuring from a CCTV counter or esfimafing will be allowed. F. The tube will be extracted out of the carrying device by controlled air or water pressure. The tube is held fightly in place against the wall of the host pipe by the pressure unfil the cure is complete. G. Once the sample piece in the manhole has cured, the infiafion bladder is defiated, and bladder and launching device are removed from the host pipe. Any materials used in the installation other than the CIPP liner is to be removed from the host pipe by the installer. Contractor shall recover the sample piece and label with upstream and downstream manhole numbers and footage from upstream manhole to service connection. Sample shall be submitted for testing in accordance with PART 6. H. Any service lateral connections covered by the sectional repair are to be restored in accordance with PART 5.A.9. PART 6 REQUIREMENTS AND TESTING The layers of the cured CIPP shall be uniformly bonded. It shall not be possible to separate any two layers with a probe or point of a knife blade so that the layers separate cleanly or the probe or knife blade moves freely between the layers. If separation of the layers-occurs during testing of field samples, new samples will be cut from the work. Any reoccurrence may cause rejection of the work. SEPTEMBER 2011 CONTRACT 5503-5 CURED-IN-PLACE PIPE SEWER REHABILITATION WITH CIPP, 13605-17 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AVE Testing of the completed, installed liner consists of: • Field tesfing • Laboratory testing The contractor shall provide and pay for all required testing samples herein. The Owner will pay for all post installation laboratory testing described herein. Retests of failed samples shall be paid for by the Contractor via a deductive line item on the pay estimate. Regardless of the resinlcarrier liner system used, the completed liner shall meet or exceed: • The inifial modulus of elasficity (ASTM D-790) (as stated In design calculafions); • Initial flexural strength (ASTM D-790); • CIPP shall meet the chemical resistance requirements of ASTM F1216, Appendix X2); and Values for the three parameters above which are under the minimum values stated on the bid form are not acceptable. An under thickness liner may be brought into compliance at no additional cost to the Owner by (1) removal and replacement of the undersized liner, or (2) addition of a second liner with the full wall thickness as stated on the liner design submittal (and after acceptable preparation of the undersized liner interior). Opfion 2 will be considered by the Owner on a case by case basis considering the resulting loss of fiow capacity, and can be refused by the Owner for that reason. The addition of a thin liner that makes up the amount of undersizing is not an acceptable remedy because the structural properties of CIPP liners are not additive if they are not cured simultaneously and therefore are bonded together to act as a single liner. In the event of a liner failure of either/both the fiexural strength and the modulus tests, another fiat plate sample shall be tested. Should the second sample fail, the liner shall be brought into satisfactory compliance by the above methods. The Contractor must have performed long-term testing for fiexural creep of the CIPP pipe material installed by his Company. Such testing results are to be used to determine the long-term, time dependent flexural modulus to be utilized in the product design. This is a performance test of the materials (Tube and Resin) and general workmanship of the installation and curing as deflned within the relevant ASTM standard. A percentage of the instantaneous flexural modulus value (as measured by ASTM D790 testing) will be used in design calculafions for external buckling. The percentage, or the long-term creep retenfion value utilized, will be verified by this tesfing. Retention values exceeding 50°/o of the short-term test results shall not be applied unless substantiated by qualified third party test data to the Owner's satisfaction. The materials utilized for the contracted project shall be of a quality equal to or better than the materials used in the long-term test with respect to the initial fiexural modulus used in the CIPP design. 6.1 Sample Reguirements The following sample shall be taken for each section of sewer lined and shall be included in the bid cost for this project: SEPTEMBER 2011 CONTRACT 5503-5 CURED-IN-PLACE PIPE SEWER REHABILITATION WITH CIPP, 13605-18 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AVE • One core of 12" diameter minimum taken from the inside of the pipe or from an 18" long section of the CIPP (sufficient in length to conduct ASTM flexural test) extending from the existing pipe being lined in the manhole equal to the exact ID of the lined pipe. See "Non-destructive" option below. • "Non-destructive" opfion: At Owner's opfion, in lieu of excavation for core samples, the liner shall be run through 18" long section of line-sized pipe, or an appropriate restraint, to act as a mold for the liner and cured. One such sample shall be taken from liner at starting manhole and one at the ending manhole of the section being lined. One sample from each lined section shall be provided. Samples of service connection insert material shall be provided as described in PART 5. A. 9. B. ii 6.2 Field Test (Thickness) Remove the CIPP liner material from the host pipe core samples. Remove any inner liner film, preliner and resin that is not contained within the felt liner. Measure the liner thickness at three spots on each sample. The resulting six measurements will be averaged. The average thickness shall be equal to or greater than the required thickness for the particular section stated on the bid form. No undersize allowance is permitted. In accordance with D 740-03, referenced in ASTM 1216, the calculated wall thickness refers only to the part of the liner that consists of a saturated felt liner. Elements that are not part of the saturated felt liner do not contribute to the structural integrity of the liner, thereby excluding felt liner that is not fully saturated or portions of resin without the felt liner carrier. If the Contractor takes his sample from Inside the line, he must repair the spot with a method approved by the Engineer. 6.3 Laboratory Testing Samples obtained for these tests will be sent by the Owner to an approved laboratory for tesfing. The Owner will pay for tesfing. Contractor will provide samples as part of the contract bid cost. A scan will be done by the Owner confirm the correct material was used. 6.4 CCTV Visual Test The Contractor and Engineer shall inspect each installafion visually by CCTV. Variafions from the true line and grade may be inherent because of the condifion of the original piping. No infiltration of groundwater should be observed. All service entrances should be accounted for and be fully funcfional unless othenA/ise directed by the Engineer in wrifing. No visible leak around liner at manhole connecfion will be allowed. Visual inspection shall examine defects including but not limited to fins, wrinkles, imperfections, areas of uncured resin, or areas of incomplete resin impregnafion. A fin or wrinkle shall be defined as a defect when it penetrates inside the pipe more than 0.25 inch from the inside wall curvature of the new liner adjacent to the fin or wrinkle. A remedial repair and/or replacement action plan shall be submitted by the contractor to the Engineer for review and approval for any defect prior to any corrective action. Failure to obtain the Engineer's approval for corrective plan may result in rejection of the liner and require a new liner. The pre- and post-installation documentation in DVD format will become the SEPTEMBER 2011 CONTRACT 5503-5 CURED-IN-PLACE PIPE SEWER REHABILITATION WITH CIPP, 13605-19 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AVE property of the Owner. CCTV inspection shall be provided as required in PART 5.A.5 and included as part of the contract cost. END OF SECTION SEPTEMBER 2011 CONTRACT 5503-5 CURED-IN-PLACE PIPE SEWER REHABILITATION WITH CIPP, 13605-20 BASSWOOD AVE, CHESTNUT AVE, MONROE ST, AND SIERRA MORENA AVE APPENDIX A Sample Door Hanger for Project Notification APPENDIX "A" 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 streets, your street wi! be resurfaced with asphalt concrete over the existing roadway surface. This construction will require the closing of your street to through traffic for one day. Your street, from XYZ St. to DEF Ave. will be closed to through traffic and resurfaced on: MON. TUE. WED. THU. FRI. DATE: XX/XX/XX from 7:00A.M. to 5:00 P.M. If you don't plan to leave your home by 7:00 AM. on the above date please park your car on an adjacent street in your neighborhood that will not be resurfaced. Streets scheduled for resurfacing can be determined by calling either the Contractor or the City of Carlsbad's Project Inspector. When walking to and from your car, remember not to walk on the newly overlaid street or you will have black residue on the bottom of your shoes. Please do not drive, walk on, walk pets, play, or skate on the newly overlaid asphalt. Also, please refrain from watering your lawns, washing cars, etc., approximately 6-8 hours after the asphalt is laid as running water will cause damage to the new surface. ABC is the Contractor that will be performing the resurfacing work for the city and you may call ^hem 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 nspector @ (xxx) xxx-xxxx. Thank you for your cooperation as we work to make a better City of Carisbad. APPENDIX B Applicable City Standard Drawings (for reference only) STANDARD CAST IRON MANHOLE FRAME & COVER - SEE DWG. NO. S4. 12" WIDE X 6" THICK cuss 560-C-3250 CONCRETE COLUR WITH 3" ASPHALT CONCRETE OVERLAY (TYPICAL). PAVEMENT OR VARIABLE B MIN. SLOPE WIDTH SHALL EQUAL JOINT DETAILS ^"^^fy 'SEE DWG SI A ADJUST WITH CONCRETE RINGS AS REQUIRED TO MATCH GRADE MAX.=ir, MIN.=5", T0P=2-2 1/2" RINGS. GRADE MIN. DEPTH= PIPE DIA. SECTION C-C % B NOTES: MIN. SECTION A-A POUR BASE AGAINST 6-INCHES OF 3/4" CRUSHED. ROCK BASE CAST IN PUCE CONCRETE FOR BASE SHALL BE TYPE 560-B-3250. ALL PIPE IN MANHOLE SHALL BE PVC AND SHALL BE INCLUDED AS PART OF MANHOLE. MANHOLE SHALL BE CONSTRUCTED IN ACCORDANCE WITH ASTM C-478. STUB OUTS SHALL HAVE A MINIMUM LENGTH OF 3 FEET BEYOND MANHOLE. SDR 35 PVC PIPE MAY BE INSTALLED IN STRAIGHT-THROUGH MANHOLES 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. EACH SHAFT AND RISER JOINT SHALL BE SEALED PER JOINT DETAIL ON DWG S-1 A WITH BUTYL RUBBER SEAUNT ROPE. WHEN MANHOLE FORMS THE JUNCTION OF SEWERS AND/OR AN ANGLE IN MAIN ALIGNMENT. SPECIAL CARE SHALL BE USED IN FORMING TH^ CHANNELS TO FACIUTATE THE FLOW OF SEWAGE. INVERTS SHALL BE TRUE TO GRADE AND ALIGNMENT, RNISHED WITH SMOOTH SURFACE. AND MAINTAIN 0.2' DROP. NOT TO SCALE 'REV. APPROVED DATE CITY OF CARLSBAD STANDARD SEWER MANHOLE STANDARD SEWER MANHOLE an ENGINEER DATE STANDARD SEWER MANHOLE SUPPLEMENTAL O | STANDARD NO. 0"l STANDARD CAST IRON MANHOLE FRAME Sc COVER SEE DWG. NO. 54. CLEANOUT COVER DETAIL SEE DWG MODIFIED— WITH SBF 1243 VALVE BOX 12" WIDE X 6" THICK CLASS 560-C-3250 CONCRETE COLLAR WITH 3" ASPHALT CONCRETE OVERLAY (TYPICAL). ADJUSTING RINGS AS REQUIRED. MAX=11" MIN.=5", TOP 5"=2-2 1/2" RINGS. VARIABLE T r 3' DIA 5' DIA. SECTION A-A WHEN MANHOLE FORMS THE JUNCTION OF SEWERS AND/OR AN ANGLE IN MAIN ALIGNMENT, SPECIAL CARE SHALL BE USED m FORMING THE CHANNELS TO FACILITATE THE aOW OF SEWAGE. INVERTS SHALL BE TRUE TO GRADE AND ALIGNMENT AND FINISHED WITH SMOOTH SURFACE. MIN^ SLOPE 1/4" PER FT INVERT WIDTH SHALL EQUAL INSIDE DIA OF PIPE. GRADE :»tj..-''ii DEPTH=MIN, 3/4" PIPE DIA. SECTION C-C STANDARD CROSS BRANCH SPIGOT END 10 B£ CUT Ol-'F FLUSH WlTH SURFACE. JOINT WITH CROSS BRANCH AND FIRST SECTION OF PIPE TO BE JOINED PRIOR TO INSTALLATION IN MANHOLE. TWO 3/8"X2 3/4" LAG SCREW EXTENSION SHIELDS GALVANIZED AND 3/8"X6" LAG SCREWS GALVANIZED PER EACH 4 FOOT ACCESSHOLE RING AS SHOWN. CLEAN AND ROUGHEN SURFACE POUR BASE AGAINST 6-INCHES OF 3/4" CRUSHED ROCK BASE. RINGS AND APPLY NEAT CEMENT PASTE PRIOR TO POURING SUPPLY DROP SECTION. 90' PIPE SPIGOT END TO BE CUT OFF FLUSH WITH INSIDE SURFACE. NOTES: ALL CAST IN PLACE CONCRETE SHALL BE TYPE 560-B-3250. ALL PIPE IN MANHOLE SHALL M PVC OR VITRIREO CLAY PIPE AND SHALL BE INaUDED AS PART OF MANHOLE. DOUBLE DROP MANHOLE IS CONSTRUCTED TWE SAME AS DROP MANHOLE EXCEPT THAT IT HAS TWO DROP SECTIONS. PLAN B-B REV, APPROVED DATE CITY OF CARLSBAD DROP MANHOLE gTY ENGINBgR ^ OA It SUPPLEMENTAL ^ O STANDARD NO. O'C 12" CAST IRON GATE CAP PER DETAIL HEREONL ALHAMBRA FOUNDRY #29612 CAST IRON BOXAID MARKED SEWER # SEWER CLEAN-OUT RISERS n TO BE FITTED WITH MALE G" MIN. SCREW IN PLUG. GLUED TOP OF PAVEMENT 12" WIDE X 6" THICK CLASS 560-C-3250 CONCRETE COLLARWITH 3" ASPHALT CONCRETE OVERLAY (TYPICAL). 2 EA. GATE CAP (HEAVY DUTY) BACKRLL BEDDING TOP OF VB BEND. SEE DWG. S8 FOR BEDDING DETAIL. NOTES: 13 5/8" GATE CAP SHALL BE LABELED SEWER. CUANOUTS MAY BE USED WITH P.V.C. SEWER RISER SHALL BE SAME DIAMETER AS SEWER MAIN. ld4^////////ZZ \ E_ 11 1/2" 3/4" REV APPROVED DATE CITY OF CARISBAD — SEWER MAIN CLEANOUT QTY ENGINKR ^ DATE SEWER MAIN CLEANOUT SUPPLEMENTAL O • STANDARD NO. U*"0 ELEVATION INVERT VARIABLE - 12' MINIMUM OR AS DIRECTED BY WATER DISTRICT. TRENCH COMPACTION SEE DWG. NO. S5. NOTES: THE VERTICAL PIPE SHALL BE BRACED WHILE TRENCH IS BEING BACKFILLED. ALL JOINTS ON SEWER LATERAL PIPE SHALL BE COMPRESSION TYPE OR APPROVED SOLVENT WELD. MAINTENANCE OF SEWER LATERAL FROM MAIN TO BUILDING IS THE RESPONSIBILITY OF THE OWNER. SEE DWG. NO. 37 FOR CONTINUATION OF SEWCft LATERAL TO PROPERTY LINE. PLAN VIEW REV. APPROVED DATE CITY OF CARLSBAD SEWER LATERAL (DEEP CUT HOUSE CONNECTION) SEWER LATERAL (DEEP CUT HOUSE CONNECTION) CITY ENGINEER ^ DATE 1 SEWER LATERAL (DEEP CUT HOUSE CONNECTION) SUPPLEMENTAL O O 1 STANDARD NO. 1 APPENDIX C Schedule of Sewer Rehabilitation with CIPP SCHEDULE OF SEWER REHABILITATION WITH CIPP SCHEDULE STREET FROM TO FOOTAGE DIA LATERALS MATERIAL COMMENTS A Baswood Ave 108-74 108-64 300 SIN 3 VCP ROOT INTRUSION THRUOUT B Chestnut Ave llB-4 118-5 200 6 IN 4 VCP CRACKING THRUOUT RUN C Monroe St 108-48 108-44 310 SIN 6 VCP ROOT INTRUSION THRUOUT D Sierra Morena Ave 118-1 llD-14 320 SIN 11 VCP CRACKING THRUOUT RUN TOTAL Q:\EngineeringShared\Capital Improvement Program Projects\5503 & 3927 Sewer Line Replacement\5503-5 SllpLining\2012 CIPP APPENDIX D Vicinity and Site Location Maps VICINITY MAP CITY OF OCEANSIDE HIGHWAY • NOT TO SCALE CITY OF VISTA CITYOF SAN MARCOS w PROJECT NAME: I SEWER REHABILITATION WITH CIPP, BASWOOD AVENUE I CHESTNUT AVENUA, MONROE STREET, AND SIERRA I MORENA AVENUE PROJECT NUMBER 5503-5 EXHIBIT PROJECT NAME ^ I SEWER REHABILITATION WITH CIPP, BASWOOD AVENUE, 11 CHESTNUT AVENUA. MONROE STREET, AND SIERRA MORENA AVENUE APPENDIX E Main Inspections with Pipe-Run, Images, and Segment Locations c CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 bCHtUULt A 1 0f4 .un Graon Project Name: WW ZONE 3 Mainline ID: SMH-lOB-74 - SMH-lOB-64 City: WW3 Address: BASSWOOD AVENUE [ start date/time: 12/24/2009 Pipe width: Pipe heiglit: Direction: Towards Downstream Surveyed footage: 292.9 Weather: Dry Surface condition Asphalt l»1EDIA_IJ^BEL 10B-74 C eat to <M If M 9 5 5 0) At69.2ft3/. _y,i Lateral^ Category: Inventory I • AlO.Oft SX* START WiTH FLOW - Start Inspection With the Flow Category: Miscellaneous 100.0 ft •At122.7ft Root-Roots In the pipe RatingQI Category: O&M •At 138.9 ft Root-Roots in the pipe RaUngIg] Category: O&M At 175.4 ft GO - General Observation Category: Miscellaneous BAt 192.3 ft9/. Lateral Category: inventory BAt 227.7 ft Root-in-Joint- Root problem in Joint Rating^ Category: O&M •At 232.8 ft 9/. Lateral Category: Inventory 200.0 ft At 292.9 ft FH-End of Run Category: Miscellaneous At 292.9 ft STOP - Inspection Stopped Category: Miscellaneous Main Inspection with Pipe-Run Friday, March 09, 2012 10:56 AM Page Of SCHEDULE "A" 2 of 4 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 GraniteXP Observation Report with Still images Mainline ID: Project Name: SMH-lOB-74 - SMH-lOB-64 I WW ZONE 3 start date/time: 12/24/2009 8:37:27 AM Weather: Dry Operator: I Upstream node: Downstream node: lOB-74 comments C lOB-64 J Asset length: 289.6 Observations Reversed Clock Pos. Severity Comment Observations with Large Images Friday, March 09, 2012 10:56 AM Page 1 of 1 Print Preview 3 Of 4 10B-74 TO 10B-64 SLIP LINING FY 2012 X / H / / ^ }\^2 ^ / • r / / . .i' / Map Printed On {2012-03-13 11:13} tHjwered by ROLTA OwPoitit' h11t)://dsmao02v/atlasMaDs/WebPa&es/Drint/PrintPreviewPape.a.<!r)v Info Tool tiUMtUULt 4 of 4 A Attribute Details For Sewer Gravity Main 1 features found. Displaying 1 to 1 Attribult Vahw ObjecUd 223201 FacHRyid SWM4034 UnHid 10B-74 Unilid2 10&-64 Maincompi 22 Maincomp2 22 Gridnumtier 10B Dwgnumber 116-10 Owgsheet 5 Projectnumber 00-00 Cmwdno 00-0000 I3wgslgndate 4/15/195812:00:00 AM [Twgasbulltdate 1/26/2005 12:00:00 AM Acceptancedate 2/22/2222 12:00:00 AM Estinstalldate 4/15/1958 12:00:00 AM Ownedby CBD Maintainedby CBD Status ACT Name Linetype 1 Material VCP Pipeclass COL Upstreaminvert 183.00 Downstreaminvert 180.2 Diameter 8.00 Slope 0.96 Isilned No Cleaningfrequency SCH Cleaningzone WW3 Inspectiondate 1/1/1994 12:00:00 AM Inspectionslatus ACT Debristype Debrisamount 0.00 Interceptorsystem VC Unittype G Pipeiength 289.6000061 Pariineno Modifiedby sjohn i\A}difleddate 9/28/2011 12:00:00 AM Createby dudek Createdate 3/25/2003 12:00:00 AM Notes District CBD Quadrant NW Streetid 2528 Streetsegmentid 1521 Issynchansen No Comptype 21 Compicey 183026 Liflzone Enabled Primaryimage Globalid {2169924B-D315-4725-8( Len Reldnotes - hHn'//^n<^ty^c^t^(^0\r/c^f\aa\/^c»r^a/\\lt^Ur^onfiQ/Jr%fr%/Tr^fr^ oci-.v9YA/rr\T=r/t7n OOOOOOOOO/l/^'^/l jPrVTV/n 1/1 "2 /OAI O CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 SCHEDULE "B" 1of5 npdlm IntPBcHon and imagiaRon Sollwam a i n Insgecti 0 n wit:h ^^^^P^^^^ G raPli Project Name: WW ZONE 5 Mainline ID: SMH-llB-4 - SMH-llB-5 City: WW5 Address: CHESTNUT AVE ^ J start date/time: 5/27/2010 Pipe widtti: Pipe iieigtit: J Pipe type: VCP Direction: Towards Downstream | Surveyed footage: 196.4 Weatiier: Dry Surface condition: Asphalt ^ j MEDIA_LABEL o o> to At42.2ft3/. J^y^ Lateral ' Category: Inventory "4 At 167.1 113/. 4|^i|r Lateral *^ Category: Inventory ^ > AtO.Oft START WITH FLOW - Start Inspection Witti tiie Flow Category: Miscellaneous I At31 .Oft4/. ' Crack - Crack in ttie pipe RallnoHfl Category: Structural |At31.5ft1/6 ' Crack - Crack in the pipe RatinggB Category: Structural IAt 32.9 ft 3/. Crack - Crack in Itie pipe Rating^ Category: SIructural ill At 62.7 ft 9/. - ^ Lateral Category: inventory i j^j^At151.8ft9/. Lateral Category: Inventory i ^ At 192.6 ft 12/12 V Crack - Crack in Ihe pipe Ratinggll Category: Structural ^ nn At 196.4 ft SJ FH-End of Run Category: Miscellaneous I a At 196.4 ft TDStb STOP - Inspection Stopped Category: Miscellaneous 100.0 ft Main Inspection with Pipe-Run Friday, January 06, 2012 9:43 AM Page of buntuuLtz D 2 Of 5 :UES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 IstlTC npeiM iMpmHfon and MagniMn Sonwwt GraniteXP Observation Report with Still Images^ Mainline ID: Project Name: SMH-llB-4 - SMH-llB-5 ; WW ZONE 5 start date/time: 5/27/2010 11:35:24 AM Weather: Dry J Operator: \ 06186 Upstream node: Downstream node: llB-4 Comments llB-5 Asset length: 192.9 Distance Length 31.5 O o Observations Reversed Clock P Crack No 1 / 6 Severity Coinment Multiple Wider Observations with Large Images Friday, January 06, 2012 9:42 AM Page 1 of 1 3 of 5 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 ^ohone: 407-849-0190 rax: 407-425-1569 PIpuKne InjpBCUon ond loleoiollon Soflwoie Main Inspection with Pipe-Run and Scoring Project Name: WW ZONE 5 (Mainline ID: SMH-llB-4 - SMH-llB-5 City: WW5 Address: CHESTNUT AVE start date/time: 5/27/2010 Pipe width: Direction: Downstream Pipe height: Pipe type: VCP Surveyed footage: 196.4 Weather: Dry Surface condition: Asphalt MEDIA_LABEL Scores Calculation date: 9/2/2011 1:56:20 PM Formula Maximum Score Value Descriptior^l Sum-of-the Score 280 CUES Total Pipe Score 95.04 Asset requires immediate engineering review. Failure or imminent failure obvious Main Inspection with Pipe-Run and Scoring Friday, January 06, 2012 9:42 AM Page 1 of Print Preview SCHEDULE "B' 4 of 5 11 B-4 TO 11 B-5 SLIP LINING FY-2012 ol • ^11-^ I 6" VCP 192-910004 CHfcS mut AV 11B1 i^^-* 8" VCP 252.119995 \ Map Printed On {2012-03-13 11:07} Piywered by ROLTA OwPotnt' AX7*»v»Pncrft«/nrint/PrintPreviewPa2e.asDX 3/13/2012 Info Tool SCHEDULE "B" 5 of 5 Attribute Details For Sewer Gravily Main M 1 features found. Displaying 1 to 1 Attribute ObjecUd 222216 Facllityid SWM2966 Urrilid 11B-4 UniUd2 11B-5 Maincompi 22 Maincomp2 22 Gridnumber 11B Owgnumber 159-5 OMgsheet 7 Projeclnumber 69-16 Cmwdno 00-0000 Dwgsigndate 6/10/1970 12:00:00 AM Dwgasbuiltdate 5/17/1971 12:00:00 AM Acceptancedate 2/22/2222 12:00:00 AM Estinstalldate 6/10/1970 12:00:00 AM Ownedby CBD Maintainedby CBD Status ACT Name Linetype 1 Material VCP Pipeclass COL Upstreaminvert 172.8 Downstreaminvert 146.2 Diameter 6.00 Slope 13.85 Isilned No Cleaningfrequency ANN Cleaningzone WW5 Inspectiondate 1/1/1954 12:00:00 AM Inspectionstatus ACT Debristype Debrisamount 0.00 Interceptorsystem NAH Unittype G Pipeiength 192.91000366 Pariineno Modifiedby sjohn Modifieddate 9/28/2011 12:00:00 AM Createby dudek Createdate 3/25/200312:00:00 AM Notes District CBD Quadrant NE StreeUd 1345 Streetsegmentid 1608 Issynchansen No Comptype 21 Compkey 181741 Liftzone Enabled Primaryimage Globalid {4E38E918-2773-42D2-, Len Reldnotes Value 1/T-»-«-ify->/T«-fi-» na-nv v^V7.o^?. c CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 bCHhUULh "U' 1 Of 4 PtpsHns Impeclton and MtgioHon Sollwam Project Name: WW ZONE 3 J Mainline ID: SMH-lOB-48 - SMH-lOB-44 City: WW3 Address: MONROE STREET J start date/time: 12/23/2009 Pipe widtii: -L Direction: Towards Downstream Pipe iieiglit: 8 Surveyed footage: 309.1 J Pipe type: VCP Weather: Dry Surface condition: J Asphalt j MEDIA LABEL lOB^I o " ?. & At74.8ft3/. Jj^j/ Lateral Category: Inventory At139.0ft3/. 41,1 Lateral Category: Inventory At183.2fl3/. JJ^I Lateral Category: inventory At260.1 ft3/. J^l^^ Lateral Category: Inventory f \|f y AtO.Oft »» START WITH FLOW - Start inspecBon Witii tlie Flow Category: Miscellaneous i . •a At 37.4 ft GO - General Observation Category: Miscellaneous •At 41.1ft 9/. Lateral Category: Inventory im At 73.4 ft P» Root - Roots in the pipe Rating^ Category: O&M iAt86.2ft Root-in-Joint - Root problem in joint RatinggQ Category: O&M 100.0 ft •At 143.8 ft Root-in-Joint - Root problem in joint RatinoHil Category: O&M IAt 148.1 ft Root-in-Joint - Root problem in joint Ratingj^ Category: O&M fl9 ^44-At190.8ft • ~ Lateral Category: Inventory At309.1 ft FH-End of Run Category: Miscellaneous • At309.1 ft STOP - Inspection Slopped Category: Miscellaneous 300.0 ft Main Inspection with Pipe-Run Friday, March 09, 2012 10:55 AM Page of 2 of 4 c CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 npadw impKlion and imagKilhin SoUmM GraniteXP Observation Report with Still Images! Mainline ID: Project Name: SMH-lOB-48 - SMH-10B-44j WW ZONE 3 start date/time: Weatiier: j 12/23/2009 I Dry 1:0^28 PM_ j •— " Operator: J 06271 lOB-48 Upstream node: Downstream node: 108-44 Asset length: 305.7 Comments o c Observations 1 Distance Len gth Code Reversed Clock Pos. Severit:/ Comment | 148.1 Root-in-Joint No / Medium Observations with Large Images Friday, March 09, 2012 10:55 AM Page 1 of l Print Preview SCHEDULE "C" 3 of 4 nnn9v/at1aj?lvrar».<i/WebPaees/Drint/PrintPreviewPafie.aspx 3/13/2012 Info Tool SCHEDULE "C" 4 of 4 Attritmte Details For Sewer Gravity Main 1 features found. Displaying 1 to 1 Mtribulc 0t)jeclid 223112 FaciHtyld SWM3940 Unitid 10B-48 Unilid2 10B-44 Maincompi 22 Malncomp2 22 Gridnumber 10B [}wgnumt>er 120-7 Dwgslteet 1 Projectnumber 8-43 Cmwdno 00-0000 Dwgsigndate 9/1/195812:00:00 AM Dwgasbuiltdate 2/22/2222 12:00:00 AM Acceptancedate 2/22/2222 12:00:00 AM EsUnstaildate 9/1/195812:00:00 AM Ownedby CBD Maintainedby CBD Status ACT Name Linetype 1 Material VCP Pipeclass COL Upstreaminvert 203.00 Downstreaminvert 201.74 Diameter 8.00 Slope 0.41 isilned No Cleaningfrequency SCH Cleaningzone VVW3 Inspectiondate 1/1/1994 12:00:00 AM Inspectionstatus ACT Debristype Debrisamount 0.00 Interceptorsystem VC Unittype G Pipeiength 305.67001342 Pariineno Modlfledby sjohn Modifieddate 9/28/2011 12.00.00 AM Createby dudek Createdate 3/25/2003 12:00:00 AM Notes District CBD Quadrant NW Streetld 1024 SIreetsegmeniid 1545 Issynctiansen No Comptype 21 Compkey 185301 Liffzone Enabled Primaryimage Globalid {4824E0B9-F1CE-46BE- Len Fleldnotes Value .4-1 n nlV n rKkTcA\v\ o rr*=>o /T n •fn /Tn "Ir^ «snY7yMTN=498.99999999967974&YM... 3/13/2012 SCHEDULE "D" 1 of 4 c CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Opeki* mtptcBon and MaotoAon Sollwois ^ Main Inspectio Graph Project Name: Mainline ID: WW ZONE 5 J SMH-llB-1 - SMH-llD-14j City: WW5 Address: J SIERf^ MORENA AVENUE] start date/time: 3/26/2010 Pipe widtii: Direction: Towards Downstream Pipe iieight: 8 Pipe type: VCP Surveyed footage: 315.4 Weatiier: Dry Surface condition: Asphalt j MEDIA_UBEL n in if At 19.3 ft 3/. JJ.\(» Lateral Category: Inventory At 90.0 ft 3/. JX^j/ Lateral Category: Inventory At 162.0 ft3/. J^l^l Lateral Category: Inventory At229.6 ft3/. J^j^j/ Lateral Category: Inventory At 301.3 ft 3/. JXr^ Lateral Category: Inventory jl • AtO.Oft *f» START WITH FLOW - Start Inspection With the Flow Category: Miscellaneous ^JH, At 6.3 ft 9/. Lateral Category: Inventory j 4 j_ At 82.8 ft 9/. ' Lateral Category: Inventory 0.0 ft ^ _ gg|At83.2ft Crack - Crack in the pipe RatinaEBI Category: SIructural At 122.2 ft Crack - Crack in the pipe Rating^ Category: Structural Crack - Crack in the pipe RatinoEBl Category: Structural ^ 4i At 158.3 ft9/. ' Lateral Category: Inventory -| M|At16g.2ft IP Crack - Crack in the pipe RalingiS Category: SIructural \{r J LAt232.2ft9/. Lateral Category: inventory ^J L At 305.7 ft 9/. Lateral Category: Inventory \|) 4J|^ At311.3 ft9/. Lateral Category: Inventory ^ Gn At315.4ft FH-End of Run Category: Miscellaneous j/ m At315.4ft Sl» STOP - Inspection Slopped Category: Miscellaneous 100.0 ft 200.0 ft 300.0fl Main Inspection with Pipe-Run Friday, January 06, 2012 9:17 AM Page of 2 of 4 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 npaan* liupccltoa and MeoiaMin SoUmm GraniteXP Observation Report with Still ImagesI Mainline ID: Project Name: SMH-llB-1 - SMH-llD-14 : WW ZONE 5 Start date/time: 3/26/2010 10:57:11 AM Weather: Dry Operator: 06271 Upstream node: Downstream node: llB-1 \ llD-14 Asset length: 316.3 I Comments Observations Distance Length Code Reversed Clock Pos. Severity Comment 169.2 Crack No / Spiral - Narrow CRACKS START AT 169.2'AND END AT 174.3' Observations with Large Images Friday, January 06, 2012 9:16 AM Page l of 1 Print Preview SUHhUULt u 3 of 4 Tn+tr.-//mQmAiin9v/atlfl.sMan.s/WebPases/Drint/PrintPreviewPage.aspx 3/13/2012 Info Tool bUHhUULt 4 of 4 u Attribute Details For Sewer Gravity Main 1 features found. Displaying 1 to 1 Attnbul* OlijeciM 222203 FacHityid SWM2950 Unitid 11B-1 Unittd2 11 D-14 Maincompi 22 Maincomp2 22 Gridnumt>er 11B Owgnumt)er 162-10 Owgsheet 2 Projectnunnber 71-10 Cmwdno 00-0000 Dwgsigndate 7/7/1971 12:00:00 AM Dwgasbuiltdate 2/22/1972 12:00:00 AM Acceptancedate 2/22/2222 12:00:00 AM Estinstalldate 7/7/1971 12:00:00 AM Ownedby CBD Maintainedby CBD Status ACT Name Linetype 1 Material VCP Pipeclass COL Upstreaminvert 131.27 Downstreaminvert 128.12 Diameter 8.00 Stope 1.00 IsHned No Cleaningfrequency ANN Cleaningzone WW5 Inspectiondate 1/1/1954 12:00:00 AM Inspectionstatus ACT Debristype Debrisamount 0.00 Interceptorsystem NAH Unittype G Pipeiength 316.30999755 Pariineno Modifiedby sjohn Modifieddate 9/28/2011 12:00:00 AM Createby dudek Createdate 3/25/200312:00:00 AM Notes District CBD Quadrant NE Streetkl 2496 Streetsegmentid 1659 Issynchansen No Comptype 21 Compkey 187399 Liftzone Enabled Primaryimage Gtoballd {0A9168A2-C9DE-4EB& Len Fleldnotes VaUM in++t^.//mctTi«r.n9v/atl«sMfln.sAVebna2es/Info/Info.aspx?XMIN=495.0 3/13/2012 APPENDIX F Record Drawings —* 0.40% >'*fekJB. C.g. &UOIM« cww u 13 14 NOT* I «TMlOM 0400 • « 0« VAkLtY «TailT iMD BASSWOOD ts AV£NUE PLANS pnePAaeo UNDER TME SUPERVISION OF: 6 PLAMS AND PQOPILM PWt, COI4$muCTION OP OPPSITB SEWSR SBACREST ESTATES iiiT BMM: U.O.T. 8.J.K. •itta eiMi: 2 Uta ~/0 SCHEDULE "A" i I /A' I i NOUBti •| • 1 »tAN5 Ptte^ep UMOen THB SUP6WV«K>H W: r^<^' ^ f^Si^ MHW TOP 0# HVOftAHT. COttKBfl. suair 1 CITY OP CAftLSAAD 0*1 •U6STS PUAHS AHO PftOPlLftS »T«.«fiT ^^APa0V€r^Vll4TS PARADISE ESTATES UMYT-l SCALB v«tt.T» r« »' D^M^ »v p.T. Il paojecT m HOftl. OOAWIHQ NO 11 a -1 1 SCHEDULE "A" Rv^ n 6 PLOT SCAL6-: I" P.L A_ N loo' CONTHACTOII TO V«mFY ALU Dllll«WIOW» AT THl JOB -F^ LOT SANITARY SEWtG Pr^OOOSEt- C At3;LSI^V^0 t^ifiW SCHOOL OCBMStOt cmSbAO UNIQM HISH SCMOOL OlSIXluT KiSTNER. CURTIS ft FOSTER AKCHITICTS upnictaoj* suiLoiNa MH DIMO, CAUT. s I SCHEDULE "A" ' r itL- 1 ttS> j 1 j '••COM6T, TVPE 6-1 CURft ^ flOITfift- ' •TYPICAL TILT SECTION SO' ttOAD - ANN OaiVE - "•••cov*9t TYPi R-I coa* iauTTtit-' TYPICAL LBVei SECTION gO' POAP LAUAtV CtRCLB JAN(6 WAY JfiL •comr. TiPtt'S CURB iauneft- TVPtCAl TtLT SfeCTlOM 60' ROAD - DOWNA OR WE - 2"A.C,PAVY.. CROWN WtTH«aAI- i I / •"COM^T. Type E-i cuaa # SUTTEB,-'' TrPlCAL LEV6L SRCTlOlsl CO'BCAD - SAYLE OUIVE .UO RtRUftCTOftt 11 [J Ll •I- *' I *' •!•*'•( DETAIL STREET BARRICADE ltC.«.9IOI<MAlK AMO «nemieATieN« of TMg e\rf OK CARLVSAO. *• Ty%.*^i^"-'***"®^ °^ *<-l- BX>»Tl»4a OTILVTIM SHAI.L »l TME B£WOM9l»ILlTY Of THt eON-TOAOeft. "aasa-MMM" IH« *4. WITH fttAMTi*) K0L» DAiU^INa. 6t AU. WAT*rl« AATfr VAkV»» TO "k^l-.OWf r^MaarkAM* *• WATM PimM«5 wiu. as CAM tR0M - e»M»ixr uiMke f 3" OlAM. 0I»» ei« UM»«I% TO M oAbVIHICSO. E'-ANf,. PfiePAnED UNDER TWE SUPEnvlSlON OP BBNCU MAftU'Topi''j«0NpiPi.i.,5.n40 N.S.CO*. OdOP ® ^ POINT Of CHAIN LINK «NCt OM »AM>MOeD AVt, E1.SV. \«6.Si swetr 1 CITY OP CARLSftAO .gNamUtttKa oePAgrMENT 6 ^fLANS AND PQOFILBS FOR iSTREET Se««R%WArER IMPRWE\*ENTS IN ' CAJ^5^^§ARDENS CUKO ti . fttia w.. KtOJKr Ho. a-43 «CALB vnr. A9 «uoww WU>«MW4I H». l«o-7 SCHEDULE "C" 298 204 2(|)0 208 204 200 2i0 205 CUtSSJt LINE' A I CURB RETURNS "1 200 *—*M'i.e.aeua£D. Bam eAUDs /xio-o CLASS JO: , 210 205 200 LINE B I LINE C" 6 GAYLE jieMOue^infa»¥sr 4ja27^./r arcana ••^9S7it«iVfsioatta,>/r~/rc. TTHA/S/T. A MJ. MMf< TO Be aave fAi/icroffiMNce mm srmMPOS^A/D SP£C/F/C4770NS OF e. 7f/s BXjiCT toc/trro/v orAu. ex/sriNG /iespONSiBiLiry orrus COA/TMCTV/?. 3. aU. fUl/BMENT, S/oeWJtLK, ^C(M>34 <H/Tr£ff TOB£ OOf^e H/ZW cmc. SAW. ffy c/ry .co/pc&s 0-&-6S FCf/p 8j B-/ cu/70 //veers. • ••.ni:n'-:'i.-;ii:i;) i \ • 3&VCH MjlffH-: V" rC S.E f?C. s'esw. 309.4/' MONROF: ST^R:[ r SHEET 1 CITY OF CARLSBAD ENGINEERING DEPARTMENT SHEETS 3 co^GT/PtxmoN or OMiNMBE rnc/i/r/£s /trMow?o£ srffeer^ OAYis mr. APPROVED: ^ rh DATE: ^Jf^inc =-s ——s—^^s**^-^ RE—U£S. (CITY ENGINEER SCALE \im. rmiN HY. F.J. IV. PROJECT NO. 6-26 HORi /"--SO-CHKD.RV. c.ff.r. npinmc, fa-/* PROJECT NO. 6-26 DRAWING Na /s/-a SCHEDULE "C" ee^ % I STEEL POST DBXLOPEB:B EXPENSE. SEE SHEET Na 4 0LAN SIEPQA MORENA AVENUE SCALS t"-40' ROT L KLEMA, EH/BINEEBS, tNC. CML eUSINEERS - SUBVEYODS HALE AVE.. EaOONOHJO, CAUF 7*5-522 AUMJD M. mSEBC, /HCE. ISfOZ • ' ""• 1 ' , ^ crry OF CARISBAD G PLANSi PROFILES FOO STREET, SEWER, WATERi OIS4MA6E /MCWDKSU9GV7S /A/ EL CAMINO MESA 'UNITES PLANSi PROFILES FOO STREET, SEWER, WATERi OIS4MA6E /MCWDKSU9GV7S /A/ EL CAMINO MESA 'UNITES PLANSi PROFILES FOO STREET, SEWER, WATERi OIS4MA6E /MCWDKSU9GV7S /A/ EL CAMINO MESA 'UNITES PLANSi PROFILES FOO STREET, SEWER, WATERi OIS4MA6E /MCWDKSU9GV7S /A/ EL CAMINO MESA 'UNITES DATE! 5U T.T^ tM. isooA CITV emxumm 9CALS VBir. HOPIZ./'"^O* DOE BY oesanpnoJ AfiP'a OeNMIMaNO. SCHEDULE "D"