Loading...
HomeMy WebLinkAboutSouthwest Pipeline and Trenchless Corp; 2017-03-16; PWS17-34UTILRECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2018-0320917 111111111111 lllll 111111111111111111111111111111 lllll llll/ 1111111111111 Aug 06, 2018 03:10 PM OFFICIAL RECORDS Ernest ,I Dronenburg Jr, SAN DIEGO COUNTY RECORDER $O 00 (S82 Atkins $0 00) PAGES 1 Space above this line for Recorder's use. PARCEL NO: n/a -'----------- NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full names of the undersigned are City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on June 22, 2018. 6. The name of the contractor for such work or improvement is Southwest Pipeline & Trenchless Corp. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Project No. 5503-11, Pipeline CIPP Rehabilitation Phase I. 8. The street address of said property is along Carlsbad Village Drive and surrounding streets in the City of Carlsbad. t,pity VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Manager of said City on Cu.;: 0, , ) , 20-1.S_, accepted the above described work as completed and ordered that a Notice of-Gbmpletion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on ~5' 2, , 201.i?at Carlsbad, California. <._ \ Cf½ OF CARLSBAD /1 ; . _luyyu~, 71/2 m:~0-/ Q:\Public Works\PW Common\CAPITAL-ACTIVE\5503-11 GIPP P,peline Rehab\NOC doc ~ BARBARA ENGLESON L1 " -City Clerk ri r7 ...?D CITY OF CARLSBAD ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS Southwest Pipeline & Trenchless Corp. has completed the contract work required for Project No. 5503-11, Pipeline CIPP Rehabilitation Phase I. City forces have inspected the work and found it to be satisfactory. The work consisted of: IMPROVEMENTS VALUE Pipeline rehabilitation $401,683 CERTIFICATION OF COMPLETION OF IMPROVEMENTS Date 7 CITY MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described contract is deemed complete and hereby accepted. The City Clerk is hereby authorized to record the Notice of Completion and release the bonds in accordance with State Law and City Ordinances. The City of Carlsbad is hereby directed to commence maintaining the above described improvements. Date APPROVED AS TO FORM: CELIA BREWER, City Attorney By: ¼t ~ Deputy City Attorney Q.\Public Warks\PW Common\CAPITAL-ACTIVE\5503-11 CIPP Pipeline Rehab\API doc ... CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 3 PROJECT: 5503-11, Pipeline CIPP Rehabilitation Phase I CONTRACT NO. 5503-11 ACCOUNT NO. 5157000 9060 55031 9066 CONTRACTOR: Southwest Pipeline &Trenchless Corp ADDRESS: 22118 S. Vermont Avenue Torrance, California. 90502 P.O. NO. P134590 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Decrease Bid Item No. B-2 "Furnish and Install Cured-in-Place Pipe {GIPP) liner for 8-inch sewer pipe" by 791.45 LF at the contract unit price of $32.00/ LF. Item 2: Item 3: Item 4: Decrease to contract cost. ............................................................... $25,326.40 Increase Bid Item No. B-3 "Furnish and Install Cured-in-Place Pipe {GIPP) liner for 10" sewer pipe" by 198.90 LF at the contract unit price of $36.00/ LF. Increase to contract cost ................................................................... $7, 160.40 Increase Bid Item No. B-5 "Furnish and Install Sewer Service Lateral {Top Hat)" by 5 each at the contract unit price of $1,000.00/ EA. Increase to contract cost.. ................................................................. $5,000.00 Delete Bid Item C-1, "Furnish and Install Sewer Service Lateral Liner {Full Wrap) In Accordance with Technical Specification 02955." Decrease to contract cost. .............................................................. $88, 150.00 .. Project: # 5503-11, Cured-In-Place Pipe Rehabilitation Phase I ' Change Order No. 3 Item 5: ltem:6 Item 7: Item 8: Replace failed manhole end seals on Harbor Court, Hibiscus, and Linmar with the contract specified end seal product to demonstrate product performance. Increase to contract cost. .................................................................. $4,760.72 Remove manhole end seals installed with contract specified end seal product and replace with Quickcrete in the following manholes: 16C-17, 16C-55, 16C-54,16C-58, 16C-60, 16C-94, 16C-95, 15D-11, 15D-37, 16C-47, 16C-48, 16C-11, 9A-3, 98-81, 98-18, 98-17 and 9818. Increase to contract cost. .................................................................. $1,349.70 Increase the contract time by sixty-seven (67) working days for remobilization and installation of additional top hates, coordinating and installing alternative end seal product and rescheduling completion of chemical grout operation on Grand Ave. Increase to contract cost. ........................................................................ $0.00 Liquidated Damages are assessed from May 22, 2018 to June 22, 2018 for completion of all punch list items; 31 Calendar Days at $500/day. Decrease to contract cost. ............................................................... $15,500.00 TOTAL DECREASE TO CONTRACT COST ............................................... $110,705.58 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY SIXTY-SEVEN (67) WORKING DAYS AS A RESULT OF THIS CHANGE ORDER. RECOMMENDED BY: ~¥frB ~NAGER (DATE) (DATE) ~~RM: CITY ATTORNEY (D TE) APPROVED BY: 8/1/18 CONTRACTOR (DATE) ~~ FINANCE DIRECTOR (DATE) f/2J/4e (DATE) DISTRIBUTION: PROJECT FILE (ORIGINAL), PURCHASING, CONTRACTOR CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/O # 2 Project: 5503-11, Pipeline CIPP Rehabilitation Phase I Date Routed: Initials: ~ ffl,~8 To: Construction Management & Inspection Department Head Finance Director '¥,,1,\ City Manager/Mayor Construction Management & Inspection (,~~ (RETURN TO DALE WILLIS ONCE FULLY EXECUTED) Executive Summary: On Jan. 24, 2017, the City Council of the City of Carlsbad approved Resolution No. 2017-012 to award a Contract in the amount of $392,260 to Southwest Pipeline & Trenchless Corp for the construction of the Cured-In-Place Pipe Rehabilitation Phase I Project, Project No. 5503-11 . . Resolution No. 2017-012 authorized the City Manager to approve construction change orders up to an amount not to exceed $39,226. Cost Accounting Summary: Original contract amount $392,260.00 Total amount this C/O $12,000.00 Total amount of previous C/O's $15,589.34 Total C/O's to date $27,589.34 New Contract Amount $419,849.34 Total C/O's as % of original contract 7.03% Contingency amount encumbered $39,226.00 Contingency increase / decrease $0.00 Contingency Subtotal $39,226.00 Total C/O's to date $27,589.34 Contingency balance $11,636.66 Project: 5503-11 , Pipeline GIPP Rehabilitation Phase I Change Order No. 2 Reasons for Changes: Item 1: Chemical grout is required to plug unanticipated groundwater infiltration from longitudinal cracks discovered in two (2) sections of existing 10-inch diameter sanitary sewer on Grand Avenue between State Street Alley and Roosevelt Street. The cost for this work is estimated and shall be tracked on a "time and material" basis not-to-exceed $12,000.00 The contract time will be increased by 81 working days for this work. The Contractor experienced delays associated with unanticipated groundwater infiltration. Associated delays include; identification of the infiltration, performance of a pipeline condition assessment, development of a solution strategy and repair procedure, technical submittal review, obtaining pricing information, sub-contractor procurement and scheduling. CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 2 PROJECT: Pipeline CIPP Rehabilitation Phase I, Project No. 5503-11 CONTRACT NO. 5503-11 ACCOUNT NO. 5157000 9060 55031 9066 CONTRACTOR: Southwest Pipeline & Trenchless Corp ADDRESS: 22118 S. Vermont Avenue Torrance, California, 90502 P.O. NO. P134590 The Contractor is directed to make the following changes as described _herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1 : Chemical grout areas of infiltration from unforeseen longitudinal cracks in two sections of existing 10-inch diameter sanitary sewer on Grand Avenue. The cost for this work is estimated and will be tracked on a "time and material" basis using rates from Nation Plant Services, lnc.'s quote dated Sept. 29, 2017. Increase the number of working days by 81 days. The revised contract time shall be 208 working days from the original Notice To Proceed date of April 18, 2017. The revised contract completion date is Feb. 15, 2018. Increase to contract cost. .............................................................. $12,000.00 TOTAL INCREASE TO CONTRACT COST ................................................... $12,000.00 .Project:# 5503-11, Cured-In-Place Pipe Rehabilitation Phase I Change Order No. 2 EIGHTY-ON E (81) ADDITIONAL WORKING DAYS WILL BE ADDED UNDER THE CONTRACT AS A RESULT OF THIS CHANGE ORDER. THE NEW CONTRACT COMPLETION DATE IS FEBRUARY 15, 2018. RECOMMENDED BY: APPROVED BY: /du~~ c?./JLl-/18 FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR, DEPUTY DIRECTOR DESIGN 13018 (DATE) (DATE) ., 13� CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/O # 1 Project: 5503-11, Cured-In-Place Pipe Rehabilitation Phase I Initials: Executive Summary: Construction Management & Inspection Department Head Finance Director:{2)-\ City Manager/Mayor Construction Management & Inspection (RETURN TO DALE WILLIS ONCE FULLY EXECUTED) On January 24, 2017, the City Council of the City of Carlsbad approved Resolution No. 2017-012 to award a Contract in the amount of $392,260 to Southwest Pipeline & Trenchless Corp for the construction of the Cured-In-Place Pipe Rehabilitation Phase I Project, Project No. 5503-11. Resolution No. 2017-012 authorized the City Manager to approve construction change orders up to an amount not to exceed $39,226. COST ACCOUNTING SUMMARY: Original contract amount $392,260.00 Total amount this C/O $15,589.34 Total amount of previous C/O's $0.00 Total C/O's to date $15,589.34 New Contract Amount $407,849.34 Total C/O's as % of original contract 3.97% Contingency amount encumbered $39,226.00 Contingency increase / decrease $0.00 Contingency Subtotal $39,226.00 Total C/O's to date $15,589.34 Contingency balance $23,636.66 Date Routed: CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 1 PROJECT: Cured-In-Place Pipe Rehabilitation Phase I, Project No. 5503-11 CONTRACT NO. 5503-11 ACCOUNT NO. 5157000 9060 55031 9066 CONTRACTOR: Southwest Pipeline & Trench less Corp ADDRESS: 22118 S. Vermont Avenue Torrance, California, 90502 P.O. NO. P134590 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Increase the number of working days by 27 (127 total working days to date with a revised completion date of 10/17/17). The Contractor experienced delays associated with timing of notification materials. Increase to contract cost. ................................................................... $0.00 Item 2: Increase Bid Item No. B-1 "Furnish and Install Cured-In-Place Pipe (CIPP) liner for 6" (six inch) Sewer Pipe" by 599.6 LF at the contract unit price of $26.00/ LF. Increase to contract cost. ............................................................... $15,589.34 TOTAL INCREASE TO CONTRACT COST ................................................... $15,589.34 ~; J Project:# 5503-11, Cured-In-Place Pipe Rehabilitation Phase I Change Order No. 1 TWENTY-SEVEN (27) ADDITIONAL WORKING DAYS WILL BE .ADDED UNDER THE CONTRACT AS A RESULT OF THIS CHANGE ORDER. THE NEW CONTRACT COMPLETION DATE IS OCTOBER 17, 2017. RECOMMENDED BY: APPROVED BY: ~~ ----:::-'\::z:::-:'-:-=-:-=-'::=-=-"==-~-'r---~0-=·-=--, 17 ~ DEP TY DIRECTOR (DATE) . DEPAR~ FINANC~f,::\3 (DATE) CITY DISTRIBUTION: INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR, DEPUTY DIRECTOR DESIGN (DA E) lo (! Ir (DATE) -~ COLl&S0-01 AVA1FN711E14 ACORD. CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~-2/21/2017 ~~IS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS ERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES ELOW. 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 have ADDITIONAL INSURED provisions or 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 riahts to the certificate holder in lieu of such endorsement(s). PRODUCER License# 0757776 S2til~CT New/iort Beach, CA -HUB International Insurance Services Inc. 469 MacArthur· Court ri:,g,N:o, Ext): (949) 623-3980 I Fffc, No):(949) 891-0407 Suite600 ~~ft~!.~~- Newport Beach, CA 92660 INSURERISl AFFORDING COVERAGE NAIC# INSURER A: Old ReDublic General Insurance Coro. 24139 INSURED INSURER B : Travelers Property Casualty Company of America 25674 Southwest Pipeline and Trenchless Corp. INSURERC: 22118 S. Vermont Ave. INSURERD: Torrance, CA 90502 INSURER E: INSURERF: COVE_RAGES CERTIFICATE NUMBER· REVISION NUMBER: 2 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOT\I\IITHSTANDING 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 SHOWIN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I~ TYPE OF INSURANCE ~.\>.P~ w,~ POLICY NUMBER __ POLICY EFF POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 -□ CLAIMS-MADE 00 OCCUR DAMAGE TO RENTED 100,000 X A1CG00581608 06/01/2016 06/01/2017 PR""'""" /Ea $ MED EXP (Anv one oerson, $ 5,000 - PERSONAL & ADV INJURY $ 1,000,000 - GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2,000,000 ~ POLICY 00 ~t8r □ LOC PRODUCTS -COMP/OP AGG $ 2,000,000 OTHER $ .J AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 -,c ............ :..t ...... t\ $ X ANY AUTO A1CA00581608 06/01/2016 06/01/2017 BODILY INJURY /Per oerson\ $ f--OWNED -SCHEDULED ~ AUTOS ONLY -AUTOS BODILY INJURY /Per accident\ $ -~LRT1fsoNLY f--~8{:J&"mt~ /p~9~2c~di;f,fAMAGE $ $ B X UMBRELLA LIAB M OCCUR EACH OCCURRENCE $ 5,000,000 EXCESSLIAB CLAIMS-MADE ZUP-81 M06329-16-NF 06/01/2016 06/01/2017 AGGREGATE $ 5,000,000 DED I X I RETENTION$ 10,000 $ A WORKERS COMPENSATION X I ~ff Tl IT<= I I ~JH-AND EMPLOYERS' LIABILITY Y/N A1CW93331607 06/01/2016 06/01/2017 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE □ EL. EACH ACCIDENT $ ~FICER/MEMB~R EXCLUDED? NIA 1,000,000 andatory In N ) E.L. DISEASE -EA EMPLOYEF $ ~~i~~ftfrJ~ cl'~°6PERATIONS below E.L. DISEASE -POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, mah be attached If more space Is required) • This certificate rescinds and supersedes any and all prior certificates issued on be alf of the Named Insured. RE: All operations perfonned by the Named Insured during the current policy period. glaip The City of Carlsbad, its officials, employees and volunteers are included as Additional Insureds as respects General Liability per attached endorsement. This Insurance shall apply as Primary and Non-Contributory per attached endorsement. SEE ATTACHED ACORD 101 CERTIFICATE HOLDER y City of Carlsbad Attn: Graham Jordan 1635 Faraday Avenue Carlsbad, CA 92008-7314 I ACORD 25 (2016/03) CANCELLATION 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 ~- © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ✓ ( ~ ACORD. AVALENZUELA AGENCY CUSTOMER ID: COLl&S0-01 LOC #: 41 ___________ ___:__:~==::::-:::::: ~ ADDITIONAL REMARKS SCHEDULE ENCY License# 0757776 NAMED INSURED ewport Beach, CA -HUB International Insurance Services Inc Southwest Pipeline and Trenchless Corp. _______________ __:_~__:_:_-=--·:_____~ 22118 S. Vermont Ave. NAICCODE SEEP 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Description of Operations/LocationsNehicles: Torrance, CA 90502 COMMERCIAL UMBRELLA POLICY NO. ZUP-81 M06329-16-NF -SCHEDULE OF UNDERLYING POLICIES: -Commercial General Liability Policy No. A1CG00581608 -Commercial Automobile Liability Policy No. A1CA00581608 -Worker's Compensation Policy No. A1CW93331607 Cancellation Page 1 of 1 Should the policies be cancelled before the expiration date, Hub International Insurance Services Inc. (Hub), independent of any rights which may be afforded within the policies to the certificate holder named below, will provide to such certificate holder notice of such cancellation within thirty (30) days of the cancellation date, except in the event the cancellation is due to non-payment of premium, in which case Hub will provide to such certificate holder notice of such cancellation within ten (10) days of the cancellation date. u ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD r 0 u POLICY NUMBER: A1CG00581608 / COMMERCIAL GENERAL LIABILITY CG 20 10 0413 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 the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Ooerations Where required by written contract Where required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. 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) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf 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 intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 2010 0413 © Insurance Services Office, Inc., 2012 Page 1 of 2 r 0 u C. With respect to the insurance afforded to these additional insureds, the following is added to Section Ill -Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 2010 0413 r () u POLICY NUMBER: A 1 CG00581608 ✓ COMMERCIAL GENERAL LIABILITY CG 20 37 0413 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 PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Oraanization(sl Location And Description Of Completed Operations Where completed operations is specifically required Where completed operations is specifically required by that contract by that contract Information required to comolete this Schedule, if not shown above, will be shown in the Declarations. A. 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". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section Ill -Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 0413 © Insurance Services Office, Inc., 2012 Page 1 of 1 (' {) J u 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 Where 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 terms and conditions remain unchanged. Named Insured Southwest Pipeline & Trenchless Corp. Policy Number A 1 CG00581608 Endorsement No. Policy Period 06/01/2016 to Endorsement Effective Date: 06/01/2016 06/01/2017 Producer's Name: Producer Number: CG EN GN 0029 09 06 r 0 u Old Republic General Insurance Corporation -Company Profile -Best's Credit Rating Ce... Page 1 of 2 A.M. Best Rating Services Old Republic General Insurance Corporation rn A.M. Best#: 002383 NAIC #: 24139 FEIN#: 366067575 Domiciliary Address 307 North Michigan Avenue Chicago, IL 60601 United States Web: www.oldrepublic.com Phone: 312-346-8100 Fax: 312-762-4700 companies that have, in t.BEST I Assigned to insurance -,._~·-·· Rlllilifl our opinion, an A .J excellent ability to meet their ongoing insurance obligations. View additional news, reports and products for this company. Based on A.M. Best's analysis, 058439 -Old Republic International Corporation is the AMB Ultimate Parent and identifies the topmost entity of the corporate structure. View a list of operating insurance entities in this structure. Best's Credit Ratings Financial Strength Rating View Definition Rating: Financial Size Category: Outlook: Action: Effective Date: Initial Rating Date: A (Excellent) X ($500 Million to $750 Million) Stable Affirmed December 18, 2015 June 30, 1962 Long-Term Issuer Credit Rating View Definition Long-Term: Outlook: Action: Effective Date: Initial Rating Date: u Denotes Under Review Best's Rating Rating History a Stable Affirmed December 18, 2015 June 20, 2005 A.M. Best has provided ratings & analysis on this company since 1962. Financial Strength Rating Effective Date Rating 12/18/2015 A 10/3/2014 A 10/3/2013 A 9/26/2012 A 8/16/2011 A AMB Credit Reports Best's Credit Rating Analyst Rating Issued by: A.M. Best Rating Services, Inc. Senior Financial Analyst: Darian Ryan Director: Jennifer Marshall, CPCU, ARM Disclosure Information ffl View A.M. Best's Rating Disclosure Form ~~r A.M. Best Affirms Ratings of Most Subsidiaries of Old Republic International Corporation December 18, 2015 Long-Term Issuer Credit Rating 'Effective Date Rating 12/18/2015 a 10/3/2014 a 10/3/2013 a 9/26/2012 a 8/16/2011 a i(\ AMB Credit Report -includes Best's Financial Strength Rating and rationale along with comprehensive analytical commentary, detailed business overview and key financial data. ~~: ,-t Report Revision Date: 7/11/2016 (represents the latest significant change). Historical Reports are available in AMB Credit Report Archive. View additional news, reports and products for this company. [ Press Releases I I Date Title ----------'-----11 http://www3.ambest.com/ratings/ entities/SearchResults.aspx?URatingld=267 6712&bl=0& ... 2/8/2017 (' 0 u Company Profile 1_ CALIFOR'N, ' DEPARTMENT OF IIISURANCE Company Profile Company Search Company Search Results Company Information Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Workers' Compensation Complaint and Request for Action/ Appeals Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information OLO REPUBLIC GENERAL INSURANCE CORPORATION 307 N MICHIGAN AVE 17TH FL CHICAGO, IL 60601-53B2 800-766-5673 Old Company Names Effective Date INTERNATIONAL BUSINESS & MERCANTILE REASSURANCE COMPANY MOTORISTS BENEFICIAL INSURANCE COMPANY Agent For Service KARISSA LOWRY 2710 GATEWAY OAKS DRIVE SUITE 150N SACRAMENTO CA 95833 Reference Information INAIC #: [ California Company ID #: [ Date Authorized in California: License Status: [ Company Type: [ State of Domicile: back to top NAIC Group List NAIC Group #: Lines Of Business 0150 OLD REPUBLIC GRP 12/14/2006 04/21/1982 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. back to top AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY DISABILITY FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION © 2008 California Department of Insurance Page 1 of 1 https ://interactive. web.insurance .ca.gov/ companyprofile/ companyprofile ?event=company Pr... 2/8/2017 n () u Travelers Property Casualty Company of America -Company Profile -Best's Credit Rati... Page 1 of 2 A.M. Best Rating Services Travelers Property Casualty Company of America <11 A.M. Best#: 004461 NAIC #: 25674 FEIN#: 362719165 Domiciliary Address One Tower Square Hartford, CT 06183 United States Web: www.travelers.com Phone: 860-277-0111 Fax: 860-277-7002 View additional news reports and products for this company. Based on A.M. Best's analysis, 058470 -The Travelers Companies Inc. is the AMB Ultimate Parent and identifies the topmost entity of the corporate structure. View a list of operating insurance entities in this structure. Best's Credit Ratings Financial Strength Rating View Definition Rating: Affiliation Code: Financial Size Category: Outlook: Action: Effective Date: Initial Rating Date: A++ (Superior) g (Group) XV ($2 Billion or greater) Stable Affirmed July 22, 2016 June 30, 1972 Long-Term Issuer Credit Rating View Definition Long-Term: Outlook: Action: Effective Date: Initial Rating Date: u Denotes Under Review Best's Rating Rating History aa+ Stable Affirmed July 22, 2016 April 18, 2005 A.M. Best has provided ratings & analysis on this company since 1972. Financial Strength Rating Effective Date 7/22/2016 5/28/2015 5/23/2014 5/30/2013 5/10/2012 AMB Credit Reports Rating A++ A++ A++ A+ A+ Best's Credit Rating Analyst Rating Issued by: AM. Best Rating Services, Inc. Senior Financial Analyst: Gregory Dickerson Director: Jennifer Marshall, CPCU, ARM Disclosure Information View A.M. Best's Rating Disclosure Form ~~-,, '\ ' A.M. Best Affirms Ratings of The Travelers Companies Inc. and Its Subsidiaries -:--~"' July 22, 2016 Long-Term Issuer Credit Rating Effective Date 7/22/2016 5/28/2015 5/23/2014 5/30/2013 5/10/2012 Rating aa+ aa+ aa+ aa aa ~ ""·1 \ ,_J AMB Credit Report -includes Best's Financial Strength Rating and rationale along with comprehensive analytical commentary, detailed business overview and key financial data. Report Revision Date: 2/17/2017 (represents the latest significant change). Historical Reports are available in AMB Credit Report Archive. View additional news reports and products for this company. I Pren Relusn I Title I I Qm_ http://www3.ambest.com/ratings/entities/Company Profile.aspx?ambnum=4461 &URA TIN... 2/22/2017 r, (\ . _,.,, U Company Profile \I. ':f,LiFCIRN1f, '111½ DEPARTMENT OF lljSUP.AflCE Company Profile Company Search Company Search Results Company Information Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Workers' Compensation Complaint and Request for Action/ Appeals Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information TRAVELERS PROPERTY CASUALTY COMPANY OF AMERICA ONE TOWER SQUARE HARTFORD, CT 06183 866-336-2077 Old Company Names TRAVELERS INDEMNITY COMPANY OF ILLINOIS (THE) Agent For Service KARISSA LOWRY 2710 GATEWAY OAKS DRIVE SUITE 150N SACRAMENTO CA 95833 Reference Information NAIC #: California Company ID #: Date Authorized in California: License Status: Company Type: State of Domicile: back to top NAIC Group List NAIC Group #: Lines Of Business 25674 2495-0 04/16/1982 Property & Casualty CONNECTICUT 3548 Travelers Grp Effective Date 01/12/2005 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, back to top AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION © 2008 California Department of Insurance Page 1 of 1 https://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=companyP... 2/22/2017 CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENT~ GENERAL PROVISIONS AND TECHNICAL SPECIFICATIONS FOR PIPELINE CIPP REHABILITATION PHASE I {'\ •+;' Revised 5/10/16 CONTRACT NO. 5503-11 PWS17-34UTIL Contract No. 5503-11 Page 1 of 107 Pages TABLE OF CONTENTS Notice Inviting Bids . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . .. . .. . . . . . . . . . . .. . . . . . . .. . . . . . . . . . . . . . . . .. . . . . . . . .. . . . . . . . 6 Contractor's Proposal............................................................................................................... 11 Bid Security Form . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . .. . . .. . . . .. . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . 20 Bidder's Bond to Accompany Proposal.................................................................................... 21 Guide for Completing the "Designation of Subcontractors" Form . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 Designation of Subcontractor and Amount of Subcontractor's Bid Items . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . .. . 25 Bidder's Statement of Technical Ability and Experience........................................................... 26 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation....................................................................................... 27 Bidder's Statement Re Debarment........................................................................................... 28 Bidder's Disclosure of Discipline Record . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . 29 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid............................ 31 Contract Public Works.............................................................................................................. 32 Labor and Materials Bond . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 38 Faithful Performance/Warranty Bond....................................................................................... 40 Optional Escrow Agreement for Surety Deposits in Lieu of Retention . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 42 {'\ •+;' Revised 5/10/16 Contract No. 5503-11 Page 2 of 107 Pages Section 1 1-1 1-2 1-3 1-4 Section 2 2-1 2-2 2-3 2-4 2-5 2-6 2-7 2-8 2-9 2-10 2-11 Section 3 3-1 3-2 3-3 3-4 3-5 Section 4 4-1 4-2 Section 5 5-1 5-2 5-3 5-4 5-5 5-6 Section 6 6-1 6-2 6-3 6-4 6-5 6-6 6-7 6-8 6-9 6-10 GENERAL PROVISIONS Terms, Definitions Abbreviations and Symbols Terms.............................................................................................................. 45 Definitions.................................................... . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 46 Abbreviations . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 50 Units of Measure.......................................... .................................................... 53 Scope and Control of The Work Award and Execution of Contract................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 55 Assignment.................................................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .. . .. . . . . . . . . . . . . . . 55 Subcontracts................................................ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . 55 Contract Bonds . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 56 Plans and Specifications.............................. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. 57 Work to be Done.......................................... .................................................... 61 Subsurface Data.......................................... .................................................... 61 Right-of-Way................................................ .................................................... 61 Surveying..................................................... .................................................... 61 Authority of Board and Engineer.................. .................................................... 61 Inspection.................................................... .................................................... 62 Changes in Work Changes Requested by the Contractor........ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 63 Changes Initiated by the Agency.................. .................................................... 63 Extra Work................................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . 64 Changed Conditions . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 67 Disputed Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 68 Control of Materials Materials and Workmanship......................... .................................................... 72 Materials Transportation, Handling and Storage .. .. .. .. .. .. .. .. .. .. .... .. .. .. .. .. .. .. .. .. .. .. . 76 Utilities Location . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . 77 Protection . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 77 Removal.......................................................................................................... 78 Relocation.................................................... .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . . . . . . . . . . 78 Delays.............................................................................................................. 79 Cooperation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 79 Prosecution, Progress and Acceptance of the Work Construction Schedule and Commencement of Work....................................... 80 Prosecution of Work..................................... . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . 84 Suspension of Work..................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . 85 Default by Contractor................................... .................................................... 85 Termination of Contract................................ .................................................... 86 Delays and Extensions of Time.................... .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. 86 Time of Completion...................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . .. .. .. .. .. . . . 87 Completion, Acceptance, and Warranty....... .................................................... 88 Liquidated Damages.................................... .................................................... 88 Use of Improvement During Construction .... .................................................... 88 ,, •ff Revised 5/10/16 Contract No. 5503-11 Page 3 of 107 Pages Section 7 7-1 7-2 7-3 7-4 7-5 7-6 7-7 7-8 7-9 7-10 7-11 7-12 7-13 7-14 Section 8 8-1 Section 9 9-1 9-2 9-3 9-4 Responsibilities of the Contractor Contractor's Equipment and Facilities.......... ...... ......................................... ..... 90 Labor............................................................................................................... 90 Liability Insurance........................................ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 90 Workers' Compensation Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . .. . . . 90 Permits........................................................ .................................................... 91 The Contractor's Representative.................. .................................................... 91 Cooperation and Collateral Work................. .................................................... 91 Project Site Maintenance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 92 Protection and Restoration of Existing Improvements....................................... 94 Public Convenience and Safety . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 95 Patent Fees or Royalties.............................. . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 101 Advertising . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 102 Laws to be Observed . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 102 Antitrust Claims............................................ ....... ............................................. 102 Facilities for Agency Personnel General........................................................ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 103 Measurement and Payment Measurement of Quantities for Unit Price Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 104 Lump Sum Work.......................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 104 Payment . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 104 Bid Items...................................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 07 {'\ • ., Revised 5/10/16 Contract No. 5503-11 Page 4 of 107 Pages TECHNICAL SPECIFICATIONS DIVISION 01 -GENERAL REQUIREMENTS 01025 01140 01300 Measurement and Payment Environmental Protection Submittals DIVISION 02 -SITE WORK 02070 02072 02951 02955 Wastewater Flow Management Wastewater Discharge Emergency Response Plan Video Inspection of Pipelines Trenchless Pipeline Rehabilitation APPENDICES Door Hanger for Project Notification Applicable City Standard Drawings (for reference only) Schedule of Sewer Rehabilitation GIS Sewer Segment Map Sewer Main Inspection Reports Appendix A Appendix B Appendix C Appendix D Appendix E Appendix F Appendix G Appendix H Appendix I Appendix J Appendix K Appendix L Determination of Project's SWPPP Tier Level and Construction Threat Level (E-32) City of Carlsbad Engineering Standards Volume 4 SWPPP Manual Pamrex Manhole Covers Sample Schedule of Values (for reference only) Encina Wastewater Authority Industrial User Discharge Application Chinquapin Easement Aerial 2015 CCTV Sewer Inspections (DVD for reference only) {'\ •if Revised 5/10/16 Contract No. 5503-11 Page 5 of 107 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00 P.M. ON NOVEMBER 15, 2016, 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 7320 linear feet of 6-inch, 8-inch and 10-inch gravity flow sewer pipeline with the installation of cured-in-place pipe (GIPP) liner. CIPP PHASE I CONTRACT NO. 5503-11 BID NO. PWS17-34UTIL INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable , offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the Public Works Department. The specifications for the work include City of Carlsbad Technical Specifications. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. ,, •+; Revised 5/10/16 Contract No. 5503-11 Page 6 of 107 Pages BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond 3. 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 riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits -(optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $633,100. 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. SPECIAL TY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: A -General Engineering. STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE Contractor and his designated subcontractor(s) shall demonstrate, providing proof of their experience and technical ability for construction in the disciplines of construction required to complete this project. Proof of the Contractor's technical ability and experience (as outlined below) shall be attached to The Statement of Technical Ability and Experience to be included with the Contractor's bid. The statement and listing of information shall include but not be limited to the successful construction of a minimum of the following: • Three (3) years continuous experience installing CIPP liners in pipe of similar size, length and configuration as contained in this contract • 150,000 linear feet of shop wet-out liner installation • Six (6) onsite wet-out installations The lead personnel including superintendent, the foreman, and lead crew personnel for the CCTV inspection, resin wet-out, the CIPP liner installation, liner curing and the robotic service reconnections each must have a minimum of three (3) years of total experience with the CIPP technology proposed for this contract and must have demonstrated competency and experience to perform the scope of work contained in this contract. The name and experience of each lead individual performing work on this contract shall be submitted with the Statement of Technical Ability l' •+; Revised 5/10/16 Contract No. 5503-11 Page 7 of 107 Pages and Experience. Personnel replaced by the Contractor, on this contract, shall have similar, verifiable experience as the personnel originally submitted for the project. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $20.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. Project bidding documents can be obtained digitally via a link on the City of Carlsbad website: http://www.carlsbadca.gov/services/depts/finance/contracting/bids.asp Follow the hyperlink "Open bidding opportunities." INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any l'\ •+;' Revised 5/10/16 Contract No. 5503-11 Page 8 of 107 Pages contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The Prime Contractor and all subcontractors shall comply with Section 1776 of the Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. PRE BID MEETING A pre-bid meeting will be held at 11 :00 a.m. on October 31, 2016 at 5950 El Camino Real, Carlsbad, CA 92008. This will be followed by a tour of the project site. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. ADDENDUMS Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent ( 100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 1 O calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. ,, •;;' Revised 5/10/16 Contract No. 5503-11 Page 9 of 107 Pages Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2016-205, adopted on the 4th day of October, 2016. October 6, 2016 Date Deputy City Clerk l' •+;' Revised 5/10/16 Contract No. 5503-11 Page 1 0 of 107 Pages - SOUTHWEST PIPELINE AND TRENCHLESS CORP. ~~($· 0~ A~<,,,,c; CITY OF CARLSBAD ~~~ ! PIPELINE CIPP REHABILITATION PHASE I ~~,:.J:,~ 1 , 1 // CONTRACT NO. 5503-11 ... ~~~ ~ .. f~ (,,_~' ~..,v. City Council City of Carlsbad ~ .. ~... ~ CONTRACTOR'S PROPOS~Lc.c:""· ~-\\ '1 -· r:;$i· \t..-:). \"µtr'~ 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. 5503-11 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: SCHEDULE "A" PREPARATORY WORK Item No. Description A-1 Contract Bonds, Insurance, Encroachment Permits, Rights-of Entry, Project Management, Mobilization, Demobilization, and Preparatory Work including project submittals and project schedule at . 1 9 11 fill~ ~«.M e"6ll~r-t (Price in Words) Approximate Quantity And Unit LS A-2 Furnish, Install and Maintain LS Traffic Control including preparation and approval of Traffic Control Plans, all signs, delineators, arrow boards, and f~~n~ ldt>l~ (Price in Words) l'\ • .., Revised 5/10/16 Contract No. 5503-11 Unit Price (Figures} ~000 ()O '/ I Total Amount {Figures) $ '?Poo. l} 0 Page 11 of107 Pages Item No. A-3 Description Thoroughly clean existing sewer (removal of grease, roots, and any obstructions), video inspect existing sewer after initial cleaning and flushing the sewer. and post- video inspection of sewer after rehabilitation work is complete in accordance with Technical Specification Section 02951 at _ 1 /i f!rjt(I 1hltt.5.lt.llP fAta.r r (Price in Words) Approximate Quantity And Unit LS A-4 Remove protruding laterals LS into the sewer main and preliminary point repairs by a robotically-controlled device from inside the sewer mains without excavation in accordance with Technical Specification Section 02995 at ,, 11 Oite fMut'itid r;vo ~~ l..bll"-' .r {Price in Words) A-5 Wastewater Flow LS Management and Wastewater Discharge Emergency Response Plan in accordance with Technical Specification -r::l/t~Un~°v;o~~ c,H4,1t1. (Price in Words) A-6 Storm Water Pollution Prevention Plan in accordance with General Provision and Technical Specification Sectjoti 0,1140 .at..J tl,U tj"ll ~(~ A.f.f LS Unit Price (Figures) /l/tf)O() ,oo Total Amount $ r~~e;b,oo $ ~5'00. 00 $ Total amount of bid in words for Schedule "A": T"'vt.tt v'l1w11 Tli,,1cta.1tflllf Rut mv,,,,.,~ ~,,.,,.{' (Price in Words) ~ D)J.+,-. _J II . I~~ /) II • ., o,: ,.-,..,, _De Total amount of bid in numbers for Schedule "A1': $_~___.!_• .... .:,_,v_v ______ _ ,., • ., Revised 5/10/16 Contract No. 5503-11 Page 12 of 107 Pages '-· SCHEDULE "B" CIPP REHABILITATION Approximate Item Quantity Unit Price Total Amount No. Description and Unit (Figures} (Figures} B-1 Furnish and Install Cured-in-2110± LF $ Zf,. oo $ 5'-t S-6 o. (>{) Place Pipe (GIPP) liner for 6" (six inch) Sewer Pipe in accordance with Technical w t;,,,< lb 'q/~ f!~~ Se~ 02955 at (Unit Price in Words) ,i-. co t,O B-2 Furnish and Install Cured-in-4040± LF $ $ 12-'j 1,,,~/). Place Pipe (CIPP) liner for 8" (eight inch) Sewer Pipe in accordance with Technical Speci 1cation Secti~ 02955 at · we1 'bo!iltt s (Unit Price in Words) B-3 Furnish and Install Cured-in-1170± LF $ ~-Ot> $ t./ 2zJU. «> Place Pipe (CIPP) liner for 10" (ten inch) Sewer Pipe in accordance with Technical Sgecification. Setn 02955 at fht·ct;. {LX. 1/ir~ (Unit Price in Words) 8-4 Reinstate sewer laterals by a 167± EA $ 50.oo $ 8'l3SD. 00 robotically-controlled device from inside the sewer mains without excavation in accordance with the Technical Specifications Section 02955 a\-::;P-fy. f)/)f lt:tr~ (Unit Price in Words) {\ -.r Revised 5/10/16 Contract No. 5503-11 Page 13 of 107 Pages Item No. B-5 Description Furnish and Install Sewer Service Lateral Liner (Top Hat per Specification Section 02955 2.1 A.4.a. and 2.2 A.6.a.) by a robotically controlled device from inside the sewer mains without excavation in accordance with Technical Specification 02955 as directed by City Inspector or Engineer at J I\ 11 ~lie. tJr.11&Stlll U{(~ " • ., Revised 5/10/16 Approximate Quantity and Unit 41± EA Unit Price (Figures) $ /)000. ()O Contract No. 5503-11 Total Amount (Figures) $ l/? ()()O, OD Page 14 of 107 Pages SCHEDULE "C" ALTERNATIVE LATERAL LINER Item No. Description C-1 Furnish and Install Sewer Service Lateral Liner (Full Wrap per Specification Section 02955 2:1 A.4.b. and 2.2 A.6.b.) by a robotically controlled device from inside the sewer mains without excavation in accordance with Technical Specification 02955 as directed by CJ!Y lnspectgr o.,i; Eng!l1eerit -(M,tJ 7 llD~tltf Cl/It fl(.(11"'1 ; • '5' (Uni Price in Words) Approximate Quantity and Unit 41± EA Unit Price (Figures) $ -Z,ISO. OD Total Amount (Figures} $ '3'81 / So. 60 Totalel'_ount....of .t)id in words for Schedule "C": f?Jhf 1 y 6:JA+ ThOll-'SAA(} ~lie ~t1efr~J Fi w..r Dplfq,r s;: c:,, (?': I r.o , 0 0 Total amount of bid in numbers for Schedule "C": $ __ 0.........,oF,-!.. _..J_ '----- Total amount of bid in numbers including Schedule "A'' and Schedule "B": $ _______ _ The basis of award will be the sum of Schedule "A" and "B" ONLY. Schedule "C" Item No. C-1 is an alternative to Schedule "B" Item No. B-5. Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s)._...,4"""/~-+------has/have been received and is/are included in this proposal. ('\ • ., Revised 5/10/16 Contract No. 5503-11 Page 15 of 107 Pages -... The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad. the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number 773862 classification A which expires on 1-31-2018 and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the "'-· • papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is ___ B_i_d_B_o_n_d _______ (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. " •11' Revised 5/10/16 Contract No. 5503-11 Page 16 of 107 Pages IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business N/A (Street and Number) City and State __________________________ _ (4) Zip Code ________ Telephone No. _____________ _ (5) E-Mail ____________________ _ IF A PARTNERSHIP1 SIGN HERE: (1) Name under which business is conducted. __ N_/_A ______________ _ (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner} (3) Place of Business ________________________ _ (Street and Number) City and State _________________________ _ (4) Zip Code ________ Telephone No. _____________ _ (5) E-Mail ____________________ _ ll • ., Revised 5/10/16 Contract No. 5503-11 Page 17 of 107 Pages TION SIGN HERE: Southwest Pipeline & Trenchless Corp. President (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of __ c_a_li_fo_rn_ia _____ _ (4) Place of Business 22118 S. Vermont Ave., (Street and Number) City and State _____ T_o;.;..r;.;;;ra.;.;.;n...;..ce;;..:.,.....;C;.;;;a;.;..lii;.;;;o.;..;.rn.;.;.;ia;;;._ _____________ _ (5) Zip Code ___ 9_0_50_2 ____ Telephone No. __ 3_10_-3_2_9_-8_7_17 ______ _ (6) E-Mail ___ ___,i_us_t_in....;;@;;...s_w~p'""'ip_e_lin_e_.c_o_m __________ _ NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED 0 Revised 5/10/16 Contract No. 5503-11 Page 18 of 107 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 • A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Ai,eles On l l } I \f \ I L before me, __ R_o_b_ert_B_o_lg_er_J_r_., _N_ot_a_ry_P_u_b_li_c ---------~ Date Here Insert Name and Title of the Officer personally appeared ________ Ju_s_ti_n_D_u_c_ha_in_e_a_u _______________ _ Name(s) of Signer(s) 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 signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Place Notary Sea/ Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ~n~ra-~~-~~A_-r_A_~'-------SigmJ,6ZrJotary Public ---------------OPTIONAL--------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended 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: ___________ _ Signer's Name: ___________ _ Corporate Officer -Title(s): ______ _ Corporate Officer -Title(s): ______ _ Partner -Limited General Partner -Limited General Individual Attorney in Fact ... Individual Attorney in Fact · Trustee Guardian or Conservator .: Trustee Guardian or Conservator Other: ______________ _ · Other: ____________ _ Signer Is Representing: ________ _ Signer Is Representing: ________ _ ©2014 National Notary Association• www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 ·""'-' 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 Duchaineau-President Robert Bolger-Secretary " •tr Revised 5/10/16 Contract No. 5503-11 Page 19 of 107 Pages BID SECURITY FORM (Check to Accompany Bid) PIPELINE CIPP REHABILITATION PHASE I CONTRACT NO. 5503-11 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of ------------------------ ______________________ dollars($ ______ _,, this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen ( 15) days after the date set for the opening thereof. unless otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER '"Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed-the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) 0 Revised 5/10/16 Contract No. 5503-11 Page 20 of 107 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL PIPELINE CIPP REHABILITATION PHASE I CONTRACT NO. 5503-11 KNOW ALL PERSONS BY THESE PRESENTS: That we.Southwest Pipeline and Trenchless Corpas Principal, and Liberty Mutual Insurance Company as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) 10% of Amount Bid for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: PIPELINE CIPP REHABILITATION PHASE I CONTRACT NO. 5503-11 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. l' .., Revised 5/10/16 Contract No. 5503-11 Page 21 of 107 Pages In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. _l_o_T~ __ day of No'lE.t'\B-E~ ,20~. ame here) JUSTIN P. DUCHAINEAU PRESIDENT/TREASURER/RMO SOUTHWEST PIPELINE AND (Title and Organizlmi$W~Ritffly) By: ___________ _ (sign here) (print name here) (title and organization of signatory) Executed by SURETY this 18th day of October 20-16... SURETY: Liberty Mutual Insurance Company (name of Surety) 790 The City Drive South, Suite 200 (address of Surety) 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: CELIA A. BREWER City Attorney By: (j~ Deputy City Attorney ft Q Revised 5/10/16 Contract No. 5503-11 Page 22 of 107 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. State of California County of Los Angeles ) ss ) OCT l 8 2016 On _______ _, before me, Natalie K. Trofimoff, Notary Public, personally appeared Noemi Quiroz • who proved to me on the basis of satisfactory evidence to be the personfs} whose namefs} is,la.Fe subscribed to the within instrument and acknowledged to me that AefsheMe,v executed the same in -hls,lherAAe,l,F authorized capacity~, and that by -hls,lherAAe,l,F signaturefs} on the instrument the personfs}, or the entity upon behalf of which the personfs} acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature:_---'7"~=--=~=-==---~~r.,1,----- (Seal) Natalie K. Trofimoff, Notary This Power of Attorney 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 Attorney call 610-832-8240 between 9:00 am and 4:30 pm EST on any business day. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies;, ursuant to and by authority herein set forth, does hereby name, constitute and appoint, Noemi uiroz of the city of Los Angeles , state of CA its true and lawful attorney-in-fact, with tun power and authority hereby conferred to sign, execute and acknowledge the following surety bond: Principal Name: Southwest Pipeline and Trenchless Corp. Obllgee Name: City of Carlsbad, California Surety Bond Number: Bid Bond Bond Amount: See Bond Form IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 26th day of September, 2016. STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY The Ohio Casualty Insurance Company Liberty Mutual Insurance Company Wes erican Insurance Company By: _..._ __ . _._'_,..~"'------------Davi<l;'Carey, Assistant Secretary On this 26111 day of September, W,§. before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. COMMONWEALTH OF PENNSYLVANIA Notarial Seal Teresa Pastella, Notary Public Upper Merion Twp., Montgomery County My Commission Expires March 28,2017 Member, Pennsylvania Association of Notaries ARTICLE W -OFFICERS-Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shaD have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments 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 attomey- in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, 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 officer of the Company authorized for that purpose in writing by the chairman or the president and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to tha limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation -The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, 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 deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization -By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduoed signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney Issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 18th day of October 2016. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On ___ 11_)~1_4_} _I_, ___ before me, __ R_o_b_e_rt_B_o_lg_e_r J_r_.,_N_o_ta_ry_P_u_b_Ii_c ________ _ Date Here Insert Name and Title of the Officer personally appeared ________ Ju_s_ti_n_D_u_c_ha_i_ne_a_u _______________ _ Name(s) of Signer(s) 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 signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Place Notary Sea/ Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ___ 1 £,__~~~Lf.,......, /J,,._.._· _____ _ Signatu~ry Public ----------------oPTIONAL---------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended 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: __________ _ Signer's Name: ____________ _ Corporate Officer -Title(s): ______ _ Corporate Officer -Title(s): ______ _ Partner -Limited General Partner -Limited General Individual Attorney in Fact Individual Attorney in Fact Trustee Guardian or Conservator Trustee Guardian or Conservator Other: _____________ _ Other: _____________ _ Signer Is Representing: ________ _ Signer Is Representing: ________ _ , ©2014 National Notary Association• www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price'', "Contract Unit Price", "Engineer", "Own Organization", "Subcontractor", and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be performed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%} of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor- installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter ~NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. 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 5/10/16 Contract No. 5503-11 Page 23 of 107 Pages Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. {' w.,-Revised 5/10/16 Contract No. 5503-11 Page 24 of 107 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) PIPELINE CIPP REHABILITATION PHASE I CONTRACT NO. 5503-11 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 DIR Subcontractor's Amount of Portion of Subcontractor Name and' Registration License No~ and Work by Work Location of Business No., Classification* Subcontractor in Dollars* /V/4 m,--~~,-,.,•m mmm,-,mv v-~ c Page __ 1_ of _j_ pages of this Subcontractor Designation form • Pursuant to section 4104 (a)(2)(A) Califomia Public Contract Code. receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for sUbmilllng bids contained in the "Notice Inviting Bids." " .,,. Revised 5/10/16 Contract No, 5503-11 Page 25 of 107 Pages BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) PIPELINE CIPP REHABILITATION PHASE I CONTRACT NO. 5503-11 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 Name and Address Name and Phone No. Amount Contract of the Employer of Person to Type of Work of Comoteted Contract Contract -------Please See Attached------ " .,, Revised 5/10/16 Contract No. 5503-11 Page 26 of 107 Pages BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) PIPELINE CIPP REHABILITATION PHASE I CONTRACT NO. 5503-11 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 far each of: ~ Comprehensive General Liability 181 Automobile Liability 181 Workers Compensation 181 Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder. will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or affsite, whether awned, non-owned or hired, and whether scheduled or non-scheduled. l\ • .,. Revised 5/10/16 Contract No. 5503-11 Page 27 of 107 Pages COLICH&SON RGONZALES ACORD" CERTIFICATE OF LIABILITY INSURANCE I DA TE (MM/DD/YYYY) ~ 5/25/2016 ,L :[HIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS ~RTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES ,...,ELOW. 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 pollcy(les) 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 lleu of such endorsement(s). PRODUCER CONTACT NAME: The Woodltch Company Insurance Services, Inc. r:,gN:o Extl: (949) 553-9800 i rffc Nol: (949) 553-0670 E-MAIL 1 Park Plaza, Suite 400 ADDRESS: Irvine, CA 92614 INSURER(S) AFFORDING COVERAGE NAIC# 1NsuRER A, Old Republic General Insurance Corporation 24139 INSURED INSURERS: Southwest Pipeline and Trenchless Corp. INSURERC: 22118 S. Vermont Ave. INSURERD: Torrance, CA 90502 INSURERE: INSURERF: 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 TYPE OF INSURANCE ADDL :;UBK POLICYEFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER IMM/DD/YYYYI (MM/00/YYYYI A X COMMERCIAL GENERAL LIABILITY I EACH OCCURRENCE $ 1,000,000 -D CLAIMS-MADE [!] OCCUR X A1CG00581608 I 06/01/2016 06/01/2017 Uf\lVlf\\>C: \Yi"C:i.lC:U $ 100,000 PREMISES Ea occurrence) MED EXP (Any one person) $ 5,000 -- 1,000,000 I PERSONAL & ADV INJURY $ -- I GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 ~ [!] PRO-•LOG PRODUCTS • COMP/OP AGG $ 2,000,000 POLICY JECT OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 1--(Ea accident) A ~ ANY AUTO A1CA00581608 06/01/2016 06/01/2017 BODILY INJURY (Per person) $ i ALL OWNED -SCHEDULED BODILY INJURY (Per accident) $ ~ AUTOS -AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS /Per accidentl I-·- $ UMBRELLA LIAB ~~ OCCUR EACH OCCURRENCE $ - EXCESS LIAB CLAIMS-MADE AGGREGATE $ OED j I RETENTION$ $ I WORKERS COMPENSATION XI ~ffTUTE I I OTH- AND EMPLOYERS' LIABILITY ER YIN 1,000,000 A I ANY PROPRIETOR/PARTNER/EXECUTIVE • A1CW93331607 06/01/2016 06/01/2017 E.L. EACH ACCIDENT i$ 1 OFFICER/MEMBER EXCLUDED? N/A : E.L. DISEASE -EA EMPLOYE~ $ 1,000,000 I (Mandatory In NH) i I If yes, describe under i i E.L. DISEASE. POLICY LIMIT $ 1,000,000 I DESCRIPTION OF OPERATIONS below i I i I I I DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) RE: All operations performed by the Named Insured during the current policy period. glaip City of Carlsbad, its officials, employees, and volunteers are included as Additional Insureds as respects General Liability per attached endorsement. This Insurance shall apply as Primary and Non-Contributory per attached endorsement. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Carlsbad THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1635 Faraday Ave. Carlsbad, CA 92008 AUTHORIZED REPRESENTATIVE ~ © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: COLICH&SON RGONZALES ------------------ LO C #: 1 -------~ ACORD' ...__.,, ADDITIONAL REMARKS SCHEDULE ACY .... POLICY NUMBER SEE PAGE 1 CARRIER I NAICCODE SEE PAGE 1 SEEP 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 26 FORM TITLE: Certificate of Liability Insurance Cancellation NAMED INSURED Southwest Pipeline and Trenchless Corp. 22118 S. Vermont Ave . Torrance, CA 90502 EFFECTIVE DATE: SEE PAGE 1 *Except 10 Days Notice of Cancellation for Non-Payment of Premium. Page 1 of 1 *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 such action per contract or agreement.* ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: A1CG00581608 COMMERCIAL GENERAL LIABILITY CG 2010 0413 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 the 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 Where required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. 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) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf 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 intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 2010 0413 © Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section Ill -Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 2010 0413 POLICY NUMBER: A1CG00581608 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 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 PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Where completed operations is specifically required Where completed operations is specifically required by that contract by that contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. 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". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section Ill -Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 0413 © Insurance Services Office, Inc., 2012 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 Where required by written contract. lnfonnation 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 terms and conditions remain unchanged. Named Insured Southwest Pipeline & Trenchless Corp. Policy Number A 1 CG00581608 Endorsement No. Policy Period 06/01/2016 to Endorsement Effective Date: 06/01/2016 06/01/2017 Producer's Name: Producer Number: CG EN GN 0029 09 06 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) PIPELINE CIPP REHABILITATION PHASE I CONTRACT NO. 5503-11 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X 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 By: (print name/title) Page __ 1_ of _1_ pages of this Re Debarment form ft \.J Revised 5/10/16 Contract No. 5503-11 Page 28 of 107 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal} PIPELINE CIPP REHABILITATION PHASE I CONTRACT NO. 5503-11 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? X yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? X yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? X yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page __2_ of_!__ pages of this Disclosure of Discipline form " • ., Revised 5/10/16 Contract No. 5503-11 Page 29 of 107 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) PIPELINE CIPP REHABILITATION PHASE I CONTRACT NO. 5503-11 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. N/A ustin Duchaineau-President {print name/title) Page _1_ of~ pages of this Disclosure of Discipline form 0 Revised 5/10/16 Contract No. ~ Page 30 of 107 Pages NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 PIPELINE CIPP REHABILITATION PHASE I CONTRACT NO. 5503-11 The undersigned declares: I am the President Southwest Pipeline & of Trenchless Corp. , the 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 thdi..i-te'"t~he has full power to execute, and does execute, this declaration on behalf of the bidder. I declare und r penalty of perjury under the laws of the State of California that the foregoing is true and correct d that this declaration is executed on November 14th 20~ at Torrance ___ [state}. ft 'IJ Revised 5/10/16 Contract No. 5503-11 Page 31 of 107 Pages ~. . SOUTHWEST PIPELINE ~ & TRENCHLESS CORP. BOARD OF DIRECTORS RESOLUTION SOUTiiWEST PIPELINE AND TRENCHLBSS, CORP. January 5, 2012 The undersigned being all of the memben of the Board of Directors of Southwest Pipeline and Trenchless Corp,. a California Corporation, certify that the Bylaws of the corporation authorize the directors to act by unanimous consent Pursuant to Section 307 (b) of the California 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~ for and on behalf of Southwest Pipeline and Trenchless Corp. This resolution is effective on January S, 2012 and will remain in full force and effect for pertinent documents signed hereafter. RESOLVED, that Robert B. Bolger is authorized as Secretary pursuant to the Bylaws of the corporation to sign any and all contracts, bid bonds,. perfonnance bonds, payment bonds, and other pertinent documents of a nature. for and on behalf of Southwest Pipeline and TrenchJess Corp. This resolution is effective on January S, 2012 and will remain in full force and effect for pertinent documents signed hereafter. + Southwest Pipeline & Trenchless Corp. 22118 S. Vermont Ave. Torrance, CA 90502 Tel. 310-329-8717 Fax 310-329-0981 + ~. . SOUTHWEST PIPELINE ~ & TRENCH LESS CORP. City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008 Subject: Statement of Experience Background & Experience November 14, 2016 Southwest Pipeline and Trenchless Corp. has been in the underground construction industry, performing trenchless rehabilitation of sewer lines and storm drains since it was organized in 1999. In November, 2002 Southwest Pipeline and Trenchless Corp. assumed operntions ofU-Liner West and National Liner West, formerly divisions of ZZ Liner, Inc., which was formed in 1992 under related ownership. Southwest Pipeline & Trenchless Corp is an authorized licensed installer of National Liner CIPP product. We have performed extensive rehabilitation work within the throughout California both for public and private entities as well as numerous other public and private agencies outside of California. Organizalion Southwest Pipeline and Trenchless Corp. was organized on November 10, 1999, and is doing business as a Corporation under California License number 773862, Class A. We are located in Torrance, California. Principals/Key Staff Mr. Justin Duchaineau is the President and Rob Bolger is the Secretary. They will assign the most experienced personnel to your project and will be the primary contacts for the City. All of our employees are trained and certified in safety under the direction of our Safety Officer. -Dan McCoy Jr. Project Manager -Over eight years of experience in trenchless pipe rehabilitation. Manages all projects, field personnel and wet out of the cured-in-place pipe. Responsible for construction schedules and required submittals to various municipal agencies. Assures job compliance to project specifications and plans. -Edward Manriquez, Superintendent /Foreman-Over fiFteen years of experience in underground construction, specializing in trenchless technology includin0 CIPP lining. Supervises field personnel -Octavia Castaneda, Superintend/Foreman-Over fifteen year~1. of experience in underground construction, specializing in Trenchless Pipe Rehabilitation by CIPP process. -Eric Huang, Supervisor/Top Hats Installation-Over fourteen years of experience in underground construction specializing in Trenchless technology including installation of CIPP Lateral Lining and Lateral Seal Connection (Top Hats). Supervises field personnel. Public Works Experience ·"' Southwest Pipeline and Trenchless Corp. has successfully rehabilitated of over 1,000,000 LF of sewer main line; 400,000 LF with Spiral Wound Liner and over 600,000 LF with CIPP Liner. Southwest Pipeline and Trenchless Corp. is generally a Prime Contractor or Subcontractor on Public Works projects. Our crew has extensive experience in lining processes and we continue to make investments in Trenchless Rehabilitation technologies. Southwest Pipeline & Trenchless Corp.is one of the largest CIPP installer in Southern California. A list of projects performed showing past experience is l:jttached for reference. 22118 South Vermont Ave. Torrance, CA 90502 Phone (310) 329-8717, Fax (310) 329-0981 """° License No. A-773862 ~ National Liner, L.L.C. 375 Williamstowne, Suite 102 Delafield, Wisconsin 53018 Phone: 262-303-4098 Toll Free: 800-547-1235 Fax: 262-303-4764 ( .. ,, January 1, 2016 Re: National Liner® Certification of Compliance for CIPP Lining Services To Whom It May Concern: In support of the qualification specified in the contract documents to certify compliance with the requirements for the installation of Cured-In-Place Pipe (CIPP);this is to advise the reader that the National Liner CIPP prodw:,t is designed and installed such that the product fully exceeds all the requirements of ASTM D-5813 and F-1216. Per the attached, flexural creep testing was performed in accordance with ASTM D-2990. Extrapolation of the data permits designs for up to an expected design life of 50 years. Based on this data, our engineering team has verified that one could anticipate the design values up to as much as a 75 year design service life. National Liner L.L.C., licensor of the National Liner CIPP process, is one of the major installers of CIPP in the U.S. and Canada, through its approved network oflicensees. The National Liner process has been u~ed to install over 25,000,000 feet since we began operations in 1994. Our projects have ranged from six-inch (6) diameter linings to eighty-four inch (84) diameter linings including reinstating thousands of laterals. Southwest Pipeline & Trenchless Corp. is an authorized licensed installer, having fulfilled all necessary training requirements to be proficient in the installation of National Liner CIPP product. AOC, Interplastic and Reichhold resins used with Applied Felts Inc. polyester felt liners are the components for manufacturing National Liner CIPP. The resin is specifically formulated kr use in rehabilitation of sewer lines and has excellent corrosion resistance. The resin has been tested according to ASTM test procedures outlined in ASTM F-1216 and D-5813. The quality control programs in place at every AOC resin manufacturing facility have been certified as meeting ISO 9002 standards. In addition, Applied Felts lining materials fully meet the requirements of Section 5.1 of ASTM F-1216. Applied Felts operate quality systems complying with ISO 9002 and all materials are tested to ensure suitability to CIPP applications. Each liner is typically tested in 28 different ways allowing for traceable test data for any particular liner. In summary, National Liner L.L.C. looks forward to supplying a commercially acceptable CIPP rehabilitation technology we are very proud ·'"1f. Regards, Scott A. Roth Director National O Liner· PROFILE JOB# CODE PROJECT NAME & LOCATION LA 025-2 6 Contract #C-112710W.0. SSWC01263 Labor, Equipment and Material Emergency sewer repair LA025-4 6 Contract#C-112710W.O. SWC01512 ESR-ESR-Yorkshire Dr. RW Pre Construction video Inspection 581 1,6 SSRP U15 Camden Ave & Exposition Blvd. W.O.SZC11919 79' 8° VCP sewer, 3431' 8° lining by GIPP 2007 399 6 CA/ DOT· Line Culvert & Extended Culvert-05A1091 Rehab: approx. 6511 of 10• Pipe w/CIPP Morro Bay State Park Sewer Systems & Lift station 400 6 Improvements Rehab: approx. 1485lf of 6° Pipe w/CIPP 401 6 ESR Los Tilos -W.O. SZC11691 Rehab: approx. 14811 of 8° VCP Pipe w/CIPP 402 3 Top Hats in Culpepper, Virginia 40Top Hats Lining 1 o• Sewer in Alley between Promenade North & Pine 403 6 Street Rehab: approx. 39211 of 1 o· Pipe w/CIPP 404 6 ESR -Kemper Street (R/W) -SZC11683 Rehab: approx. 131 If of 8° Pipe w/CIPP 405 3 City of Columbia -2006 Rehab Project 162 Top Hats Vandenberg Village Community Service District Sewer Line 406 6&9 Rehab Project Rehab: approx. 675 If of 8° Pipe w/CIPP City of Los Angeles -GIPP Lining @ 6273 Primrose Ave - 407 6 WPCI Job# 239 ESR Rehab: approx. 36011 of 6° Pipe w/ GIPP 408 6 Douglas Ave. Trunk Sewer Rehabilitation MH 1882 to 1883 Rehab: approx. 391 If of 8° VCP Pipe w/ GIPP 409 3&6 Re: 8° 145' Emergency Sewer Repair @ Montezuma Rd Rehab: approx. 734.7011 of VG w/ GIPP 410 9 -.;ity or Los Anaeles -v,.~ Reseaa 1:1Iva. ::;iphon c,nnding or 8° Siphon • cement sewer Pipe 411 3 1 op Hats• ::;pokane, Wasnlnaton 7lop Hats 412 6 CDR 233 • Project ID# FCC0001023 Rehab: approx. 6711 or 18 1.,Mr-wt ..,,,..,.. 413 3&6 c.;,,.. ProJect 05-413 • Sewer Improvements 18 lop Hats and Rehab: approx. 15<Mr 018° wt c..;IPI' V Southwest Pipeline and Trenchless Corp., License No. TT3862-A Including U-Llner West and National Liner West Divisions Modified Standard Form 254 OWNER and/or GENERAL CONTRACTOR CONTACT INFO. CONTRACT Dept. of Public Works 213-485-5080 W.0. SWC01263 Construction Management Division 1149S. Broadway St. Suite 600 Los Angeles CA 90015 Dept. of Public Works 213-485-5080 W.0. SWC01512 Construction Management Division 1149S. Broadway St. Suite 600 Los Angeles CA 90015 City of Los Angeles 213/978-0262 W.O. SZC11919 200 No. Spring Street Los Angeles, Ca. 978-0261 Granite Construction c..;o. tor CAL TRANS 805/226-7 4 75 05A1091 Pu Box 6744, Santa Barbara, CA 93160-6744 Brian Johnsen Sansone Company Inc. for Morro Bay State Park 805/549-0667 710-21 Fiero Lane, San Luis ubispo, CA 93401 Dan Sansone Prkacin Company 818/247-5163 W.O. SLC11691 1153 Green Street, Glendale Ca 91205 Debbie Bermudez Aaron J. Conner General Contractor Inc. for Town of Culpepper, VA 540/387-4365 P.O. Box 6068, Roanoke VA 24017 Aaron J. Conner W .A. Rasic for City of Long Beach 562/864-0552 7314 Scout Avenue, Bell Gardens CA 90201 Mike Masingale Colich & Sons, LP. tor City of Los Angeles 323/770-2920 W.0. SZC11683 547 West 140th Street, Gardena CA 90248 David Yacks lnsituforrn Technologies for MSD Midland & City of Columbia 314/291-2359 12897 Main Street, Lemont, IL 60439 Damon Home Vandenberg Village for Sewer Lining Rehabilitation Project 805/733-2475 3757 Constellation Road, Lompoc CA 93436 Joe Baraet Williams Pipeline Contractors Inc. for City of Los Angeles 805/644-1277 W.O. SZC00635 4864 Market St., Suite c, Ventura CA 93003 Linda L.A. 1,ounty Sanitation District -Douglas Ave Trunk Sewer Rehab Contract # 4284 1955 Workman Mill Road, Whittier CA 90601-1400 Zondiros Corp. for City of :san Diego Various Locations Sewer Rehab. 760/510-67 4 7 2401 208th Street, :Suite C-8, Torrance, CA 90501 Tom Zondiros John 1. Manoy, inc. for the City of Los Angeles 323/780-9941 W.0. ::iVV\ 00644 3032 Bandin! Blvd., LOS Angeles, CA 90023 Jim llnsituforrn Technologies for Spokane, Washington 9161206-6772 12897 Main street, Lemont, IL 60439 Brian Givens 11:.XCel Paving tor L.A. county Dept of Public Works • Lining of Storm Drains 562/599-5841 11',U. l!OX 111405, Long Beach, c..;A 90606-5195 Tom Flovd !Vasili, Inc. for the City 01 Hermosa Beach 626/480-1442 c..;IP U5-413 15531 Arrow Highway, 1rwtnaaIe c..;A 91706 Joe Vasili TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE $ 25,382.69 12/09 12109 7/10 7/10 3510 210,253.50 8/10 6112 65 35,035.00 05/2007 05/2007 1485 69,310.00 05/2007 05/2007 148 26,492.00 02/2007 03/2007 40 51,800.00 04/2007 04/2007 392 60,082.62 03/2007 05/2007 131 20,875.00 03/2007 03/2007 162 226,670.00 04/2007 06/2007 675 54,390.00 05/2007 06/2007 360 28,440.00 05/2007 05/2007 391 80,818.00 08/2007 08/2007 734 100,672.00 04/2007 05/2007 5,530.00 08/2007 08/2007 7 20,695.00 06/2007 06/2007 67 25,640.00 09/2007 10/2007 1500 18 86,310.00 07/2007 11/2007 Z:1254 Forms• Justin\254 FlJw (2016)1.,lsx PROFILE JOB# CODE PROJECT NAME & LOCATION 414 9 Camp Pendleton -Sectional Spot Repairs in VCP Miscellaneous Repairs 415 6 Huntington Beach -10" Sewer Pipe Rehab: approx. 28lf of 1 o· VCP w/ GIPP 416 6 Lining 12" Main with Cured-In-Place-Pipe Rancho Bernardo, Rehab: approx. 88011 or 12" Pipe w/ <.;IPP urange County sanitation District -Lining of 2 • 8" VCP Sewer 417 6 Siphons Rehab: approx. 20011 of 8" Pipe w/ GIPP 418 3 <.;ity of Racine, WI 66Top Hats 420 6 City of La Mesa Phase 2 Sewer Improvements Rehab: approx. 267 If of 6" Pipe w/ GIPP 421 3.9 Repair :sewer Unes Base Wlde Marille corps Racruij uscolll Rehab: approx. 20,473 lf,46 Spot Repairs & 2 Top Hats 423 6 8" GIPP Lining @ 5th Ave. Los Angeles Rehab: approx. 258. 7 If of 8" Pipe w/ GIPP 424 6 Relining of an 8" VCP sewer line in Hellman Avenue Rehab: approx. 1,003lf of 8"VCP Pipe w/ <.;IPP 425 6 SSRP H27C <.;ahuenga Terrance & Hollywood Blvd. Rehab: 807lf of 8" Pipe w/ GIPP 426 6 Cerritos Ave & El Rito Ave Sewer & Street Improvement Rehab: approx. 5011 of 6"Pipe & 1270" of 8" Pipe w/ GIPP 427 3 Glenview, IL ( South of Racine) 20Top Hats City of San Diego • Dakota Canyon Accelerated Sewer 428 6 Rehabilitation Rehab: approx. 520lf of 8" Pipe w/ GIPP City of Los Angeles• N.E. Wilshire Area CSRP Unit 03 • W.O. 429 6 SZC11302 Rehab: approx. 2499lf of 8" Pipe w/ GIPP 430 6 SSRP U04B Venice Blvd. & 10 Fwy-W.O. :;Z<.;11586 4786' 8", 1753' 10" GIPP (6539 LF) 431 3 Pagosa Springs, CO 30Top Halli 432 6 2328 w. 37th :street, :san t'earo Rehab: approx. 30011 of 8' Pipe w,..,,,.,. 433 3 'uo1den Valley, Minnesota 61lop Hats 434 6 La Tijera c,va, Emergency :storm ura,n Hpr Rehabilitation by uning 18· "~~ 435 3 11,;Ity or <.;arlsbaa 35lf of 4" 1'Ipe -• IPP 437 6 I:storm ora,n Rehao unina 624 at uonenv ru,aa IHtn~:~---g•-~7• """""'rmDrBlllr .... ,,.,.,,, .. ,. ) Southwest Pipeline and Trenchless Corp., License No. n3862-A including U-Liner West and National Liner West Divisions ModHled Standard Form 254 OWNER and/or GENERAL CONTRACTOR CONTACT INFO CONTRACT CDM Constructors -<.;amp Pendleton -Sectional Repairs 760/543-0129 DO 0013-56774 9220 Cleveland Avenue, Ste 100, Rancho Cucamonga CA 91730 Michael Bantz DO 0012-56775 Denboer Engineering & Construction Inc. for City of Huntington Beach 760/327-2200 4575 East Camino Parocela, Palm Springs CA 92264 Chad Dobbs Premier Pipeline Construction for Rancho Bernardo 951n60-4 703 31705 central Street, Suite B, Wildomar CA 92595 RoaerCobum Rados Corporation for Orange County Sanitation District 714/412-8845 2002 East Mc Fadden Avenue, :suite 200, Santa Ana CA92705 Craia Colich Visu-Sewer Clean & Seal for City of Racine, WI 262/695-2340 C07 (K7-046) W230 N4855 Betker Drive, Pewaukee, WI 53072 Keith Alexander Sewer Lining S.C. Valley Engineering Inc. for City of La Mesa 619/533-2366 P.O. Box 2848, El <.;ajon <.;A 92021 Sam L,UM CO!l$lruClars Inc. tor City or""" Diego ...,.,.u .760/543-0129 N687l 1-Q5-4005 9220 Cleveland Avenue, Ste 100, Rancho <.;ucamonga CA91730 Mike Bantz Colich & Sons, LP. ror 1,;ity of Los Angeles 310/217-2573 547 West 140th Street, Gardena CA 90248 Lonnie Watson Cucamonga Valley Water District 909/987-2591 CP-6656/107168 10440 Ashford Street, Rancho Cucamonga <.;A 91730 Brandon Yu Prkacin for the City of Los Angeles 818/247-5163 W.O.SZC11581 1153 Green Street, Glendale Ca 91205 Debbie Bermudez Excel Paving for The City of Glendale 562/599-5841 P.O. Box 16405, Long Beach, CA 90606-5195 Tom Flovd Visu-Sewer <.;lean & Seal Inc. For Glenview, IL 262/695-2340 W230 N4855 Betker Drive, Pewaukee, WI 53072 Keith Alexander Orion Construction Corp. for City of San Diego 760/597-9660 K071571C 1232 Keystone Way, Vista CA 92081 Tammy Luna Tomovich & Associates for the City of Los Angeles 562/699-3496 W.O. SZC11302 926 Durfee Ave., El Monte, CA 91733 Luka Milosevich, Jr. Prkacin Company for the City of Los Angeles 818/247-5163 W.O. SZC11586 1153 Green Street, Glendale Ca 91205 Debbie Bermudez Eco Resources for Pagosa Springs, CO 303/307-3232 6050 W. 54th Avenue, Arvada ..,u 80002 Wavne LaDoucur John 1. Malloy, Inc. ror the ..,,.. or LOS Angeles 323/780-9941 w.u . .:,m..,00753 3032 l>llfl0lnl Blvd,, Los Angeles CA 90023 Justin Malloy 11nsnurorm I echnoloa,es ror uoIaen vaney, Minnesota 630/842-6073 1281:17 Main Street, Lemont, IL 60439 Mike 1 Prkacln company tor me <.;~ or Los Anaeles 818/247-5163 W.u. :sZ:;11413 1153 ureen :street, uIenaaIe CA 91205 Debbie Bermudez ICity of Carlsbad Public works 760/438-2722 5950 1:1 <.;amino Heal, 1,;ansoad CA 92008 Don Wasko ..,,ty of Beverly Hills 310/285-2512 345 Foothill Road, tleverly Hills, <.;A 90210 Tristan D. Malabanan ' TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 21,786.00 05/2007 05/2007 28 15,767.00 05/2007 06/2007 880 36,960.00 06/2007 07/2007 200 22,836.00 07/2007 09/2007 66 90,300.00 09/2007 10/2007 267 53,592.00 08/2007 10/2007 20473 48 92,984.00 6107 3/08 7/08 259 9,799.00 07/2007 8/07 1003 34,102.00 07/2007 9/07 807 38,499.00 08/2007 9/08 1320 67,179.00 09/2007 6/08 20 20,000.00 11/2007 11/07 520 49,920.00 06/2008 8/08 2499 112,494.50 7/08 9/08 6539 204,258.00 03/2008 6/08 30 44,845.00 08/2007 10/2007 300 14,700.00 08/2007 08/2007 61 87,657.00 09/2007 10/2007 14,890.00 09/2007 09/2007 35 3,865.00 09/2007 11/2007 74,077.00 10/2007 10/2007 530 \- Z.\254 Forms Justm\254 For1ftJ.w (2016)1.xlsx PROFILE JOB# CODE PROJECT NAME & LOCATION Carpinteria Sanitary District -<.;ollection Systems Rehab Project 438 3 -Phase 1 3 Top Hats 439 3 City of Los Angeles 3Top Hats 440 3 So. Coast Water District -<.;apistrano Beach Service Area 29Top Hats 441 3 :so. <.;cast Water District -Dana Point Service Area 25 Top Hats 442 3,4 Visu-Sewer Clean & Seal -Torch Lake, Ml 35 Top Hat & 35 Lateral Lines 444 9 District #22 Trunk Sewer Rehabilitation 2007 Remove one (1) Link Pipe 446 3,6,9 Sewer Rehab Various Locations 700' of 8'w/CIPP lining & 1 Sectional Apr & 1 -18' Fiber Glass Apr. 15 Top Hats 447 6 L.A. County Sanitation -Compton Avenue Trunk Sewer Rehab 33111 of 15' w/CIPP 448 3 Washington County, MD 90Top Hats 449 3 Linden, UT 10Top Hats 450 3,4 City of Denver, CO 3 Top Hats & 13 Sectional Repairs 451 3,4 Spring Valley, <.;A 11 Top Hats & 1 Sectional Apr Southwest Pipeline and Trenchless Corp., License No. TT3862-A Including U-Llner West and National Liner West Divislona Modified Standard Form 254 OWNER and/or GENERAL CONTRACTOR CONTACT INFO lnsituform Technologies Inc. 714/278-1900 17988 Edison Avenue <.;hesterfield, MO 63005 Jeff Rubio Isancon Engineering Inc. for the City of Los Angeles 714/902-0115 5881 Engineers, Huntington Beach, CA 92646 Bob Hollinasworth South Coast Water District 949/499-4555 31592 West :street, Laguna Beach CA 92651 Joseoh McDivitt CONTRACT No. 07-01-0011 I:south <.;oast Water District 949/499-4555 No. 07-01-0012 31592 West Street, Laguna Beach CA 92651 Joseoh McDivitt Visu-Sewer Clean & Seal for Torch Lake, Ml 262/695-2340 W230 N4855 Betker Drive, Pewaukee, WI 53072 Keith Alexander lnsituform Tech. Inc. 714/278-1900 1400 East Orangethorpe Avenue, Fullerton CA 92831 Jeff Rubio Zondiros Corp. for The City of San Diego 310/320-2558 SR#2945580 2401 208th Street, Suite C-8 Torrance, CA 90501 Dina Di Stefano SR#2936808 SA#14200 LA County Sanitation District 310/638-1161 Contract No. 4337 1955 Workman Mill Road, Whittier CA 90601-1400 Cesar Aauilar Lyttle Utilities for Washington County, MD 804/231-3426 P.O. Box 24205 Richmond, VA 23224 Mark Burcham Pipe Inspection :services for Linden, UT 801/835-0275 12654 South, 125 East Draper, UT 84020 Jeff Larson ECO Resources Inc. for City of Denver, CO 303/307-3232 6050 W. 54th Street Arvada, CO 80002 Wavne LaDoucur Underground Utilities Inc. for Spring Valley, CA 619/461-9500 9102 Harness St., Suite B Spring Valley, GA 91977 Michael Harness TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 3 6,185.00 11/2007 11/2007 3 4,785.00 12/2007 12/2007 54 80,000.00 01/2008 04/2008 60,875.00 01/2008 04/2008 35 127,200.00 7/08 8-8-09 3,898.00 12/2007 12/2007 700 17 75,083.00 12/2007 04/2008 331 46,876.00 03/2008 03/2008 90 65,250.00 12/2007 0112008 10 16,950.00 12/2007 12/2007 3 25,360.00 12/2007 06/2008 12 17,050.00 12/2007 12/2007 ( i, ¾.. ' Z:\254 Forms• Justin\254 Form•' w (2016)1.xlsx PROFILE JOB# CODE PROJECT NAME & LOCATION 452 6 Gardena High School-Install 8' & 1 O' Rehab w/ CIPP 870 If of 8' & 1 o· w/ CIPP 2008 454 6 City or """ta Mesa -24 • storm (Aviemore Terrace) l!20ff or24' WI .• ,r~ 455 3 City of Peoria, IL 5 Top Hats 456 3 Visu-Sewer Clean & Seal -Baxter, IA 108 Top Hats 457 9 Ii;ity of Corona -Ca.-Electrical & :swr Installation Install 17 40' of 2' Conduit & 240' of 4 • Gas Sleeve Install 250' of 5' & 2' <.;onduit & Edison Vault Install Portable & Irrigation Water Install 1194' 01 8' Sch sewer 458 6 City of Long Beach Approx .. 467 Ir of 8' sewer w/ CIPP 459 3 City of Bloomington, MN 2007 Sanitary Sewer Main CIPP 8 Top Hats 460 3,6 City of San Diego -Rehab Package F-1 6426' 6', 95201' 8', 1935' 10', 972' 12', 12045' 18', 50' 21' CIPP; 2372 top hats 461 3 Washington Suburban Sanitary District 170Top Hats 462 3 Marina Del Rey Rehab of San Sewers 108Top Hats City of San Clemente -Re: PN 24200,257 La Paloma Swr 463 6 Lining Project 44 If of 8' w/CIPP lining 1 Top Hat 464 6 Santa Ana River uossing Pipeline Rehab 54' and 34' transition liner 465 6 Spring Valley Sanitation District 280 LF of 8' CIPP 466 3,6 Spring Valley Sanitation District 670 L~ 0111· l.;IPf' 11 Top Hats 467 3 HOCKrord, IL ana u1enview, IL 15 Top Hats 468 3 Ii;olumbus, lnaiana 114 lop Hats 469 3 IASniey, v, 10 54 Top Hats 470 6 I1:ast Branch :st. :sewer Lining Project 1676 LF ol Various Size GIPP ) 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 Roto Rooter for City of Gardena 818/550-2721 4617 Brazil Street, Los Angeles CA 90039 Mike Ashker GRAND TOTAL 2007 City of Costa Mesa 714/754-5066 77 Fair Drive, PO Box 1200, Coast Mesa 92628 Brad Edwards lnsituforrn Technologies 314/291-0668 13524 Northwest Industrial Dr., Bridgeton, MO 63044 Damon Horne Visu-Sewer Clean & Seal 262/695-2340 W230 N4855 Betker Drive, Pewaukee, WI 53072 Keith Alexander uuickCrete Concrete Products 951/737-6240 731 Parkridge Ave. Norco, CA 92860-0639 Fred Cook W .A. Rasic Construction for the City of Long Beach Water 562/928-6111 7314 Scout Avenue, Bell Gardens, CA 90201 Mike Masengale lnsituforrn Technologies USA, Inc. for the l.;ity of Bloomington, MN 314/291-0668 13524 Northwest Industrial Dr., Bridgeton, MO 63044 Damon Home CONTRACT AGC No.604 City of San Diego 858/654-4180 Bid# K084111C 1200 Third St, San Diego CA 92101 Jim Haahoouv Change Order #1 Crossroads Business International 410/230-0930 40001 (.;OOlidge Ave., Baltimore, MD 21229 Victor H. Dias RePipe California for the Los Angeles County Dept. of W.O. Public Works 909/291-4050 SMDMDR0009 5525 E Gibraltar St, Ontario, CA 91764 Thomas Lvon City of San Clemente 949/361-6140 910 Calle Negocio, Suite 100 San Clemente, CA 92673 Amir K. llkhanipour East Valley Water District 909/888-8986 3654 East Highland Ave Suite 18, Highland, CA 92346 Eliseo Ochoa Bonita Pipeline for the Spring Valley Sanitation District 619/434-9801 2209 Highland Ave, National City, GA 91950 Frank Marauez Bonita Pipeline for the Spring Valley Sanitation District 619/434-9801 2208 Hlgniand Ave, NatIona1 l.;Ity, l.;A 91950 Ramon Diaz American i-10e Liners 630/231-3880 = .. ·410 301 w. Grandlake Blvd., West Chicago, IL 60185 Grant Oostema !American nvuro :services, Inc. 262/605-0970 4235 Green Bay Road, Suite 213, Kenosha, WI 53144 Gree Oberhofer Amencan Hydro :services, inc. 262/605-0970 4235 Green Bay Roaa, :suite 213, Kenosha, WI 53144 Gree Oberhofer ll.;ity or Arroyo uranae 805/4 73-5440 rn 2008-01 208 East Branch St, Arroyo Grande, A 93421 Don Soaanolo l TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 870 34,800.00 12/2007 01/2008 2,567,582.12 220 29,900.00 03/2008 04/2008 5 11,200.00 01/2008 01/2008 108 115,275.00 01/2008 02/2008 14,200.00 02/2008 03/2008 21,240.00 12,500.00 35,837.00 467 25,919.00 02/2008 03/2008 8 17,600.00 04/2008 05/2008 118675 4,025,757.39 07/2008 1/10 2589 4,308,855.05 03/2009 170 195,500.00 02/2008 12-6-08 108 164,700.00 04/2008 06/2008 44 1 7,600.00 02/2008 02/2008 88 348,368.75 03/2008 04/2008 280 14,400.00 03/2008 03/2008 47,285.00 03/2008 03/2008 670 11 15 31,312.95 04/2008 04/2008 114 146,100.00 06/2008 6108 54 75,200.00 7/08 8/08 1676 109,855.00 06/2008 06/2008 .-) Z.\254 Forms Justm\254 Form• New (2016)1.xlsx PROFILE JOB# CODE PROJECT NAME & LOCATION 471 3 Lemon Grove Federal and College Trenchless Repair 1 Top Hat 473 3,6 Eagle Rock Lining 300 LF of 8" GIPP 9Top Hats 474 3 Spring Valley Sanitation District 20Top Hats Lining Existing Sewers on Gold Coast, Fathom Avenue, and 475 3 Southshore Drive 40Top Hats 476 6 SSRP A02A Venice Blvd & Genesse 7538 LF 8" and 1 o· GIPP Lining 7Top Hats 477 6 SSRP A02B Coliseum St. & La Brea Ave. 15943 LF of 10" & 12" CIPP 7Top Hats 478 6 SSRP Mandeville Cyn Rd. & Westridge Rd. 11507' 8", 1028' 10" CIPP 479 3 CIPP Rehab Project -Poplar Ave. & Runnymede St. 72 Top Hats 480 6 Citywide Sanitary Sewer System repair and Rehab Proaram ,L~~ a•, .i.:511' ,u, "'-14, 7,JJN 15", 401 ,<4 Forest Lawn Memorial -1712 S. Glendale Ave., Glendale, CA 481 6 91205 186 LF of 12• w/ CIPP Southwest Pipeline and Trenchless Corp., License No. 773862-A Including U-Llner West and National Liner West Dlvialona Modified Standard Form 254 OWNER and/or GENERAL CONTRACTOR CONTACT INFO CONTRACT Bonita Pipeline for the City of Lemon Grove 619/434-9801 2209 Highland Ave, National City. CA 91950 Ramon Diaz Zondiros <.;orporation 310/320-2558 2401 208th Street Suite C-8, Torrance, CA 90501 Larrv Bonita Pipeline for the Spring Valley Sanitary District 619/434-9801 2209 Highland Ave, National City, vA 91950 Ramon Diaz RePipe-Califomia for the City of Seal Beach 909/291-4050 SWR 100 5525 E. Gibraltar Street, Ontario, GA 91764 Joseoh Dominauez Vasilj, Inc. dba lvanko for the City of Los Angeles 626/480-1442 W.0.SZC11669 15531 Arrow Highway, Irwindale CA 91706 Joe Vasili Vasilj, Inc. dba lvanko for the Gity of Los Angeles 626/480-1442 W.O. SZC11670 15531 Arrow Highway, Irwindale CA 91706 Joe Vasili Williams Pipeline Contractors for the City of Los Angeles 805/644-1277 W.0. SZC11723 4864 Market St. Suite C, Ventura, CA 93003 Jennifer Graham Pacific Liners, Inc. for the East Palo Alto Sanitary District 707/446-8222 70 Union Way, Vacaville, CA 95687 Grea Larson Vasilj, Inc. dba lvanko for the City of Anaheim 626/480-1442 15531 Arrow Highway, Irwindale GA 91706 Joe Vasili Camarillo Engineering, Inc. for Forest Lawn Memorial 805/389-4655 P.O. Box 758, Semis, CA 93066 Steve Harvev TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 1 4,950.00 03/2008 03/2008 300 9 38,750.00 04/2008 05/2008 20 27,000.00 04/2008 05/2008 40 58,000.00 07/2008 8108 7538 7 244,095.50 07/2008 7/09 15943 7 526,331.50 07/2008 8109 12535 485,032.00 07/2008 10/08 117,000.00 06/2008 3/09 72 9647 505,733.25 06/2008 2109 186 24,180.00 06/2008 6109 Z:\254 Forms -Justln\254 F<,. Atw (2016)1.xlsx PROFILE JOB# CODE PROJECT NAME & LOCATION 482 6 CMP Lining, !,;DR Phase 1A Approx .. 6,U\N LF ot various diameter CMP and CMPA w/ 483 3 Colville Indian Reservation -GIPP Lining to Sewer Pipe 58Top Hats 484 6 Forest Lawn Memorial -Storm Drain Fidelity Slope 320 LF of 12' and 15' w/ GIPP City or San Clemente Sewer System & Storm Drain 487 3 Rehabilitation 33Top Hats 488 3 Crownpoint Trunk Sewer 11 top hats 489 2 City of Golden Valley, MN 92Top Hats Camarillo Sanitary District -Various Locations City Wide Sewer 490 3 Main Rehabilitation 406Top Hats 491 3&6 Various Locations within the City of San Diego 5 Sectional Repairs, 38511 of 6' and 17511 of 8' w/ 1.;IPP 4 Top Hats 492 6 District 5 Main Trunk Sewer Rehabilitation -Phase Ill 492 14,035' 15', 1918' 8' 493 3 2008 Sanitary Sewer Lining 98Top Hats 494 3 2008 Sewer Lining Project 45Top Hats 495 3&6 Pipeline Rehabilitation Phase H-1 16169' 6', 14636' 8', 521' 10', 185' 12'. 13259' 15' 1029 Top Hats 496 10 Buena Park Storm Drain -Sacramento, CA 560 If of 41.3' ID Ribliner in Existing 60' RCP Host Pipe 497 10 River Road Drainage Pipe for the City of Laredo, Texas 826 If of Ribloc Pipe w/ Grout 498 6 Wastewater PiD01ine Improvement Project -Phase 2 1-,. 62511 °' ts·. 482 n Qf 21. "1 r• 111.2,·, ll!!O liM n 0t 498 30"w/CIPP · , . . . 499 3 'Sky Ranch', Santee, GA 13 top Hats -6 •12 500 3 IR0Derts, WI 41 I Op Hats 112 Minimum, Long Versioni 2007-2008 :;ewer Replacement Project tor the 1,;lty or 501 3 Redwood City, CA 79 lop Hats (6 and 8' Mainlines) 502 3 Marion Uti ity :service t:10ard 13 lop Hats 12' 503 6 1 ract 4998 :Silverthorne 1 Approx. 31611 or 18 and 163 Ir or 24' w/ 1,;IPP Southwest Pipeline and Trenchless Corp., License No. n3862-A Including U-Llner West and National Liner West Divisions Modified Standard Form 254 OWNER and/or GENERAL CONTRACTOR CONTACT INFO Los Angeles County, Department of Public Works 626/458-4951 900 ::;. Fremont Avenue, Alhambra, 1,;A 91803 lrmaSema Cates & Erb, Inc. ior the Indian Health :service 509/826-4752 P.O. Box 2027, Omak, WA 98841 Robert Erb, Jr. Camarillo Engineering, Inc. ior Forest Lawn Memorial 805/389-4655 P.u. Box 758, Somis, CA 93066 Steve Harvev lnsituform Technologies, Inc. for the City of San Clemente 714/278-1900 1400 E. orangethorpe Avenue, Fullerton, CA 92831 Terry Henry TC Construction Co. for the City of San Diego 619/448-4560 10540 Prospect Ave., :Santee, Ca. 92071 Elan Schier/Heorge Ham Visu-Sewer Glean & Seal tor the City of Golden Valley, MN 262/695-2340 W230 N4855 Betker Drive, Pewaukee, WI 53072 Keith Alexander I1.;harles King Company, Inc. for the Camarillo Sanitary District 562/426-297 4 2841 Gardena Avenue, Signal Hill, CA 90755 ~utch King / Steve Radaic Zondiros Corporation for the City of San Diego 310/320-2558 2401 208th Street Suite 1,;-8, Torrance, CA 90501 Tom Zondiros I1,;olich & Sons, L.P. for the Los Angeles County Sanitation District 323/770-2920 547 W. 140th Street, Gardena, CA 90248 Tom Bensfield Michels Corporation for the City of Racine, WI 920/583-3132 817 West Main Street, Brownsville, WI 53006 Randv Wendlina Visu-Sewer 1,;lean & Seal for the City of Racine, WI 262/695-2340 W230 N4855 Betker Drive, Pewaukee, WI 53072 Keith Alexander CONTRACT FCC0001077 Contract # 601 PN: 24200 26601, 18003 #SS-03-05 CMOM No. 4398 # 33-08 K8-037 # 32-08 City of San Diego 858/627-3286 Bid # l\094364C 1200 Third St, San Diego CA 92101 Nariman Khomamizadeh JJM Engineering Constructors, Inc. tor Tim Lewis Communities 916/992-2840 P.O. Box 15828, Sacramento, CA 95852 James J. Maneatis Troy 1,;onstruction, L.L.C. for the Coty of Laredo, TX City of Larado 8521 McHard Road, Houston, TX 77053 756-791-7346 KEG Engineering for the City of Thousand Oaks 951n34-3010 Cl 4269 200 No. Sherman Avenue, Corona, CA 92882 James Elfring lnsitutorm Technologies, Inc. for CH2M Hill 5031304-3514 8795 PortIana Hoaa Nt:, t:1rooks, '" 97305 Richard Gann Vlsu-sewer Glean & seal 262/695-2340 w230 N4855 ~••er unve, t-ewaukee, w1 53072 Keith Alexander J.F. Pacific Liner, Inc. for Sance Pipelines, Inc. 707/446-8222 70 union way, Vacaville, GA 95687 Grea Larson Ml11er Pipeline 317/293-0278 111150 1,;rawrordsvlile Road, lnd1anapolis, In. 46234 Mark Hallet New Turi GonstructIon, Inc. tor 1,;entex Homes Project 805/482-9876 1535 ~Iynn Hoaa, 1,;amarillo, 1,;A 93012 David pybrum TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 6000 860,968.00 07/2008 2/09 61 85,500.00 7/08 8/08 320 30,000.00 06/2008 06/2008 33 52,800.00 7/08 7/08 11 16,500.00 7/08 7/08 77 87,400.00 7/08 9108 406 609,000.00 7/08 3110 560 9 53,975.00 07/2008 7/08 8953 685,465.00 3109 10/09 74 139,650.00 11/08 5/09 21 63,000.00 11/08 5/09 56569 1230 4,824,727.00 12/2008 1/10 560 215,000.00 10/2008 10/2008 826 570,595.00 2/2009 2049 454,125.00 4/09 7/09 13 20,325.00 J-09 8/09 45 96,350.00 6/09 6/09 74 128,375.00 11/08 12/08 3 31,200.00 11/08 11/08 479 62,520.00 10/08 10/08 - Z:\254 Forms• Justin\254 Form~ New (2016)1.xlsx PROFILE JOB# CODE PROJECT NAME & LOCATION 506 6 UCLA Botanical Gardens (15' Storm Drain) Approx. 200 If oi 15' w/ CIPP 2009 504 3 City of Orting, Wa. Top Hats 505 3 Sunrise Estates Sewer Rehabilitation -Boone <.;ounty, Mo Top Hats 508 3 City of Los Angeles 34 Top Hats 509 6 Marianna Ave -Sanitary sewer lvlPP 510 6 Pipe Lining Master Subcontract 510.01 8' sewer 510.02 8' Sewer Sewer Main Rehab Phase 1-1 510.03 6'-8' Sewer Sewer Main Rehab Phase 1-1 510.04 see job 578 in 201 o 510.05 025MC2 3 Rock River Reclamation Plant (Top Hats) Rock River, Illinois 511 3 Crownpoint Trunk Sewer, San Diego 4 Top Hats 512 10 Coast Trunk Sewer Rehabilitation 11-26R PCH between First St & Brookhurst 1,160' 78' Ribliner 513 3,6 City of San Diego Rehab Package D-1 415 top hats, 83 spot repairs Southwest Pipeline and Trenchlesa Corp., License No. TT3862-A including U-Liner West and National Liner West Divisions Modified Standard Form 254 OWNER and/or GENERAL CONTRACTOR CONTACT INFO CONTRACT Advanced Sewer Technologies ior UCLA 818/265-5046 4617 Brazil Street, Los Angeles, CA 90039 Mike Ashker GRAND TOTAL 2008 J.F. Pacific Liners, inc. 70 Union Way. Vacaville, CA 707 /446/8222 SAK Construction. LLG 636,/379-2350 SKW Project No. 103 No. Cool Springs Rd .• O'Fallon, Mo. 82266 Tim Bussen 200945 Tomovich & Associates Tom 9611 Beverly Blvd., Pico Rivera, <.;A 90661 562/699-3496 County ot Los Angeles Abigail Flores #SMDAC000114 900 S Freemont Ave., Alhambra, CA 91803 626/458-3157 Burtech Pipeline Buddy BP#1116 102 Second St., Encinitas, CA 92024 2675 Fletcher Pkwy., 386 Sandy Lane, El Cajon P.O. 2008-035-3.1 Olay Mesa & San Ysidro, San Diego P.O. 2009-004-50 Olay Mesa & San Ysidro, San Diego P.O. 2009-008-50 Michels Corporation Randy Wendling 817 West Main Street Brownsville, Wi 53006 920-583-3132 TC Construction George Ham P.O. 045024 10540 Prospect Ave Santee, Ca. 92071 619-448-4560 Steve Bubalo Construction 128 Live Oak Ave, Monrovia, Ca. 91016 626-574-7570 Erreca's Inc. Scott Miller 12570 slaughterhouse Canyon Rd, PO Box 640, Lakeside, CA 92040 619/390-6400 TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 200 24.050.00 12/08 12/08 20,901,202.39 13 39,000.00 12/08 2/09 6 47,000.00 7/09 7/09 36 43,200.00 2/09 2/09 398,355.00 5/09 8109 1 ASTER CONTRACT 18,058.00 4/09 4/09 284,980.00 4/09 9/09 cancelled 8,400.00 10/14/09 10/14/09 4 16,500.00 1/09 10/09 1160 986,000.00 7/09 10/09 504 486,000.00 1/09 6109 Z:\254 Forms• Justin\254 F0r,-.-, '3w (2016)1.xlsx PROFILE JOB# CODE PROJECT NAME & LOCATION 514 6 City ol El Segundo 514 Sewer Rehab 7,186' 15', 1918' 8' 515 3,4,10 City al Carlsbad Sewer Line Point Repair Services -On Call 515.01 Fiberglass section Repair 8' sewer 515.02 Expanda Lining Repair 8' sewer 025CAR-4 Fiberglass section Repair 515.03 8' Fiberglass Section Repair 516 3 Top Hat's Avalon, Catalina Island 6" PVC lines, 6' GIPP lines, 8'-12 lines/unlined 188Top Hats 517 6 sewer & Water Group 731 San Diego 1089' 6'-8' rehab by GIPP 518 6 Sewer & Water Grp 689 San Diego 177' 6"-8" rehab by GIPP 519 3, 6 Citv al Sookane 11 Top Hats 520 City of Santa Monica Sewer Line Point Repair Services -On Gall 520.01 1 Top Hat Repair 520.02 3 Top Hat Repair 520.03 4 Top Hat Repair 520.04 Grind Grout trom Mainline 520.05 3Top Hats 521 3 Sewer Group 676 Contract #2805 Rosecrans & Talbot, San Diego 522 6 City of San Diego Rehab Packaae G-1 33 top hats 523 3 Golden Valley, Mn 98Too Hats 524 10 80' 30" Ribline 36' Storm Drain 1sacramento 525 3 Desert Hot Springs 2nd street 4 spot repairs, 2 top hats 527 Emergency Sewer System Repair Program SEE JOB 552 FOR NEW CONTRACT 528 3 45 top hats San Diego Southwest Pipeline and Trenchless Corp., License No. n3862-A Including U-Llner West and National Liner West Divisions Modified Standard Form 254 OWNER and/or GENERAL CONTRACTOR CONTACT INFO City al El Segundo 350 Main St., El Segundo, CA 900245 310/524-2361 City at <.,;arlsbad -Wastewater Division 760-438-2722 5950 El Camino Real Carlsbad, Ga. 92008 Don Wasco Tanglewood Community & state Street I1.,;arlsbad Blvd. & Pine Ave Avenida de Anita CONTRACT Job #1 2-5-09 Job #2 3-13·09 Job #3 10-27-09 Hoffman Southwest Gorp. dba Rota Rooter 909-397-0567 2331 Madero St., Mission Viejo, <.,;a. Charles Bern, S.C. Valley Engineering, Inc. Samuel H. Wathen P.u. Box 2848 El Cajon, Ca. 92021 619-444-2366 KTA <.,;onstruction, Inc. 619-562-9464 1920 Cordell St. #105, El Cajon, Ca. 92020 #01-09-771 I1.,;ity al Spokane Sewer Maintenance 509-625-7921 909 E. Sprague, Spokane, Wa, 99202 Mike Morris 310-458-8797 2015 21st Street 21st Street various locations alley 1205 Pine Street Ace Pipeline <.,;orp 760-735-2144 2016 Leo Court, Escondido, Ca. 92026 Daniel Prizen Erreca's Inc. Scott Miller 12570 Slaughterhouse Canyon Rd, PO Box 640, Lakeside, CA 92040 619/390-6400 Visu-Sewer & <.,;lean & Seal, Inc. Keith Alexander W230 N4855 Betker Dr., Pewaukee, Wi. 53072 262-695--2340 Tim Lewis vommunities 300 Douglas Blvd., Roseville 93665 916-793-2300 Mission Springs Water District Wavne Robertson 66575 2nd Street Desert Hot Springs, Ca. 92240 760-329-6278 County of Los Angeles Fernando Villaluna #001632 P.O. Box 1460, Alhambra, Ca. 91802 626-458-4194 Zondiros Corporation 310-320-2664 2401 208th Street suite <.,;-8 Torrance, Ca. 90501 TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 7104 465,795.00 4/09 5/09 17,100.00 37,500.00 2,800.00 5,000.00 188 500,000.00 3/09 4/09 1089 17 86,430.00 11/09 3/10 463 13 38,680.00 1/10 6/10 7 17,900.00 3/09 3/09 16 1,475.00 3/09 3/09 5,000.00 9/09 9/09 6,500.00 3/10 3/10 2,000.00 4/10 4/10 so 42,000.00 8109 8109 33 33,350.00 3/09 3/09 98 129,850.00 6/09 9/09 98,500.00 M-09 5/09 6 8,000.00 4/09 4/09 on-call 45 62,700.00 6/09 7/09 Z:\254 Forms• Justin\254 Forni• Niw (2016)1.xlSJC PROFILE JOB# CODE PROJECT NAME & LOCATION 529 6 CMP Lining. Consolidated Drain-Road Phase 2A Altadena, Charter Oaks, East San Gabriel, La Crescenta, Los 529 Nietos Monrovia/Arcadia/Duarte, Rowland Heights, Val Verde, West 529 Carson 529 1,170' 15'-36' vMP rehab by lining 530 3 Top Hats Minnesota 531 6 Liner Installation Los Angeles 532 1, 3 Top Hats on 8', 12', 15". 18' Mains Racine, WI 533 6 J.O. 'H' Unit 1 F Sewer Rehabilitation 451' rehab 36' by CIPP 534 3 Bronson Ave vity 01 Los Angeles (Hollywood) 535 3 Norwood Young America Norwood, Mn 536 3 Racine, Wi 537 3· Sanitary Sewer Imp. 1.;WsRF #937-01 -Munich, No. Dakota 100top hats 538 3, 6 CIP Project No. 08-425 Sewer Repairs lvity 01 Hermosa Beach 539 Bayside Drive Improvements 5-61 Newport Beach 540 3 Pleasant Hill Sewer Renovation -Phase 1 Central 1.;ontra Costa Sanitary District 541 3 lvity ol Burbank 16 Top Hat Installation at various locations 542 3,6 Isewer Pipeline Rehab Phase J-1 542 7.16 miles rehab 6'-8' by CIPP 55 top hats 543 3,6 Sewer Pipeline Rehab Phase J-1A 543 Rehabilitate 33,621 LF of 8' & 6' 684 Top Hats 544 6 Sewer Group 725 W.O. #175321 580' rehab 6'-8" by GIPP 2 top hats 545 6 Via Rialto Storm Drain City ol San Diego K104766 151'CIPP 546 3 Isewer improvement uistnct No. 2010-2 -Strasburg, No. 2001op Hats 'Sewer Pipeline Henao. Phase 1-1 D K1047uw City Of San 547 3 Diego 404 top hats 548 3 ,sewer Rehabilitation Lining Pro1ects -City of Culver City 601op Hats 2010 549 10 ,,..~nitary sewer Main Rehabilitation Proj. No. 525002376 Southwest Pipeline and Trenchleas Corp., License No. TT3862-A Including U-Liner Weal and NaUonal Liner Weal Divisions Modified Standard Form 254 OWNER and/or GENERAL CONTRACTOR CONTACT INFO ,vounty ol Los Angeles Salman Khan P.O. Box 1460, Alhambra, Ca. 91802 626-458-4956 Lametti & Sons, Inc. Brett Anderson 16028 Forest Blvd. No. P.O. Box477 651-426-1380 Hugo, Mn. 55038 Zondiros Corporation Craig Berrv 2401 208th St. Torrance 760-510-67 4 7 Visu-sewer & Clean & Seal, Inc. Keith Alexander W230 N4855 Betker Dr., Pewaukee, Wi. 53072 262-695-2340 County Sanitation Districts of Los Angeles County 1955 Workman Mill Rd., Whittier, Ca. 90601 562/699-7 411 John T. Malloy for The City of Los Angeles 3032 Bandini Blvd. Los Angeles 90023 323/780-9942 Visu-Sewer & Clean & Seal, Inc. Keith Alexander W230 N4855 Betker Dr., Pewaukee, Wi. 53072 262-695-2340 Visu-Sewer & vlean & Seal, Inc. Keith Alexander W230 N4855 Betker Dr., Pewaukee, Wi. 53072 262-695-2340 Visu-sewer & 1.;lean & Seal, Inc. Keith Alexander W230 N4855 Betker Dr., Pewaukee, Wi. 53072 262-695-2340 Zondiros Corporation Tom Zondiros 2401 208th Street Suite C-8 Torrance, Ca. 90501 310-320-2558 Colich & Sons, LP. Tom Benslield 54 7 W. 140th Street Gardena, Ca. 90248 310/516-6346 ext 245 PIPEnology, Inc. Bob Smallman for McNamara & Smallman Cons. Inc. 929-606-7190 Citv of Burbank Ulan Xu 301 E. Olive Burbank, Ca. 91510 818-238-3932 City of san Diego Charles Dupont 1200 Third St, San Diego CA 92101 858.627.3203 vity ol San Diego Zina Rummani 1200 Third St, San Diego CA 92101 619.980.6328 Ortiz Construction for The Citv of San Dieao LucvOrtiz 788 Enerav Wav, Chula Vista, Ca. 91911 619-941-4532 New Centurv Construction, Inc. Susan Leaaitt 9119 Emerald Drive Ave., Lakeside, Ca. 92040 619-39Q-3300 CONTRACT # P.O. #09213 #4489 K104836C K104823C Ortiz job 518 #10-01 Visu-sewer & 1.;1ean & seal, Inc. Keith Alexander Pro1 # 380939-01 vv~30 N4855 Betker Dr., Pewaukee, WI. 53072 262-695-2340 Zondiros Corporation Craia Berrv 2401 208m street suite v-8 Torrance, 1.;a. 90501 760-510-6747 Sancon Eng1neenna II, Inc. Chuck Parsons 5841 Engineer Drive Huntington tlllach, 1.;a. 92449 714-891-2323 GRAND TOTAL 2009: sa1t Lake 1.;ity 1.;orporation Rick Reinhold TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 1170 201.500.00 9/09 10/09 11,000.00 7/09 7/09 22,361.00 7/09 7/09 41 82,350.00 8/10/09 10/09 451 225,049.00 8/13/09 11/09 4,500.00 9-14-09 9-14-09 36,400.00 10/09 10/09 82,500.00 10-12-09 11/09 87 125,000.00 4/10 8/10 4 29,820.00 10/09 10/09 3488 417,000.00 1/10 12/10 19,600.00 10/09 10/09 16 25,600.00 12/09 12/09 47668 818 3,193,079.75 12/09 3/11 38507 800 3,292,819.75 12/09 3/11 577 2 31,900.00 11/09 10/10 151 86,687.00 1/10 6110 200 265,000.00 1/10 5111 437 525,200.00 1/10 7/10 69 174,200.00 1110 2/10 $12,739,839.50 3735 2,877,225.00 1/10 ~ Z:\254 Forms-Justin\254 Form• N~w (2016)1.xlsx PROFILE JOB# CODE PROJECT NAME & LOCATION 1800 North-Beck Street Rehab. 66' sewer by 3735' Spiral Wound 550 6 City of Los Angeles Emergency Work SWC01250 5944 Graciosa Dr. 282' 8' GIPP Lining Existing :sewer Mains @ various Locations Fiscal Year 551 6 2009-2010 551 2,543 LF -15' lining by GIPP 552 3 Sewer Group 715 San Diego 42Top Hats 553 6,3 Sewer Main Rehab. Phase J-1 B Rehab 5.12 miles 8' mains by GIPP, 309 Top Hats, rehab 33 553 MH's Emergency Sewer System Repair Program (ON-CALL 554 6 CONTRACT) Pipeline Lining 555 3 2009-2010 Sewer Lining 1 top hat Rockford, IL 556 3 Red Flag Project Task Order 72959 SK005 5 top hats Camp Pendleton 557 3 Capital Facilities Rehabilitation, Phase V 340Top Hats Goleta 558 3 Sugar Grove Interceptor Rehabilitation 38To Hats Aurora, IL SSRP U19A Rochester& Beverly Glen SZC11785 Los 559 3 Angeles 26top hats 560 3, 10 914 Maya Street, Spring Valley, Ca. 116' 8' Expanda (Rib Loe), 1 Top Hat 561 6 Johnson Drive Storm Drain and Sewer Improvements City of La Mesa 330' 12' GIPP 562 3,6 Trailer Homes 2621 Sweetwater Rd National City 214' 8' GIPP, 4 Top Hats 563 6 ,Gast Iron Lining Project Proj. No. 800-331 Rehab 6', 8', 12', 15' Cast Iron Pipe by Lining 564 3 iSewer Groups 648 & 649 53Top Hats 565 3 30 Top Hats Camarillo 566 3 21 Top Hats Indio Desert Pipellne/vochran Hancn 567 3 8 Top Hats -City or Paso RoDles DPw ProJect No. 09-13 201 O :sewer Main Hehabs 568 3 8 Top Hats -2009 sewer Repair ProJects Hossmoor/Los Angeles AIamItos Area :sewer uistrict 569 6,3 :sewer 1,;roup 716 -vity or :san Diego La JoIla Community 1,817 L~ 5-& B, 30 Top Hats 570 6,3 sewer Group 726 -city or San Diego 571 6 "'RP P12 Avenue 50 and Monte Vista St. W.O. ,.L, 11960 '" Southwest Pipeline and T renchless Corp., License No. 773862-A including LI-Liner West and National Liner West Divisions ModHied Standard Form 254 OWNER and/or GENERAL CONTRACTOR CONTACT INFO CONTRACT 1530 South West Temple Salt Lake City, Utah 801-483-6828 Valverde Construction Mike 10918 Shoemaker Ave., Santa Fe Sorinas 562-906-1826 City of La Habra Chafik Mouradi, P.E. Proj. No. 1-S-09 201 E. La Habra Blvd., La Habra 90631 562/905-9720 change order Sancen Engineering II, inc. Chuck Parsons 5841 Engineer Drive Huntington Beach, Ca. 92449 714-891-2323 City of San Diego Charles Eva K104918C 1200 Third St .. San Diego CA 92101 858.495.7818 County of Los Angeles Andre Zakarian #002040 900 :so. Fremont Ave Alhambra, Ca. 91803 626-458-4069 Michels vorporation Randy Wendling 817 West Main Street, Brownsville, Wi. 53006 920/924-4300 Michels vorporation Randy Wendling 817 West Main Street, Brownsville, Wi. 53006 920/924-4300 RePipe California, inc. 909-291-4050 5525 E. Gibraltar St., Ontario 91765 Mike Esoinosa Visu-:sewer and Clean, Inc. David or Keith Alexander W230 N4855 Betker Dr., Pewaukee, WI 53071 262-695-2359 Ramona, Inc. for City of Los Angeles Debora Echeverria P.O. P123 P.u. Box660219 Arcadia, va. 91006 626-355-1350 Bonita Pipeline, Inc. Tracy I. Ellis #10-1142-001 2209 Highland Ave, National City, Ca. 91950 619-434-9801 ext 205 SC Valley Engineering Sam Wathen 09-04 P.O. Box 2828 El CaJon, Ca. 92021 619-444-2366 Bonita Pipeline, Inc. Tracv I. Ellis #10-1143-001 2209 Highland Ave, National City, Ga. 91950 619-434-9801 ext 205 Union City Sanitary District Chris Elliott 5072 Benson Road, Union City, Ca. 94587 510-417-7605 Ace Pipeline, Inc. Dan Prizen P.O. Box 483-61 Escondido, Ga. 92046 760-735-6105 RePipe California, Inc. 909-291-4050 5525 E. Gibraltar St., Ontario 91765 Mike Espinosa Desert Equipment, Inc. Cliff Rush 8201 F, 23ra :street, l\ansas vity, Mo. 64129 661-324-4561 MGE unaergrouna, Inc. Jenneke Wouters ur-vv Proj. # 09-13 P .u. Box 4189, Paso Ho0Ies, va 9344 7 805-456-2362 sancon Engineering, Inc. Bob Hollinasworth 5841 t:ngineer unve, Huntington 1:10acn, 1-a. 92449 714-891-2323 Burtecn Pipeline LisaCraia P.U.2009-019-3.3 102 :second :st., t:ncInitas, vA 92024 760/634-2822 I\, A construction, Inc. Shawn Mione 10-10-04 1920 vorae11 :st. :sutte 105, t::I va1on, va. 92020 MNR Construction tor City of Los Angeles Robert Vasili 909-592-2760 TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 282 21,150.00 1/10 1/10 469,550.00 2-23-10 8/10 21733 196,416.00 3-15-10 8/10 42 54,600.00 2/10 2/10 27092 661 1,655,348.51 2/10 2/11 On-Call Contract 2/17/10 554 1 3,250.00 4/10 10/10 555 4 556 11,200.00 3/10 4/10 349 557 578,000.00 4/10 9/10 40 55,100.00 4/10 6110 558 23 37,550.00 4/10 4/10 559 116 3 8,560.00 4/10 4/10 560 304 18,900.00 4/10 4/10 561 214 4 15,230.00 4/10 4/10 562 1930 10 237,500.00 6110 8/10 563 53 53,600.00 5/10 5/10 564 35 35,250.00 4/10 5/10 565 22 26,250.00 5/10 6110 566 8 13,600.00 6110 8/10 567 8 568 10,800.00 6110 8/10 1461 16 128,805.00 6110 8/11 569 93 2 15,040.00 7/10 1/11 570 4100 152,032.00 11/10 6111 571 .i Z:\254 Forms• JusM\254 Form• New (2016)1.xlsx PROFILE JOB# CODE PROJECT NAME & LOCATION 5346' rehab 8'-10' by CIPP SSRP P13 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 11, 576 6,3 Grp2 576 City of Anaheim 576 Rehab 12,200 LF of 15' 577 6, 3 Red Flag Project Task Order 72959 5 spot repairs, 250' 8' ,.;IPP Southwest Pipeline and Trenchless Corp., License No. n3862-A Including U-Uner West and National Uner West Divisions Modified Standard Form 254 OWNER and/or GENERAL CONTRACTOR CONTACT INFO 1051 Calle Ortega, San Dimas, ca. 91773 CONTRACT MNR Construction for City of Los Angeles Robert Vasili 909-592-2760 1051 ,.;alle Ortega, :san Dimas, Ca. 91773 Mission :springs Water District Lee Boyer 66575 2nd Street, Desert Hot Springs 760-329-6278 Zondiros ,.;orporation Craig Barry 1833 Diamond Street #201, San Marcos, Ca. 92078 760-510-6747 I:sAK Construction of Ca LP Jeff Rubio 103 N. Cool Springs Road, O'Fallon, MO 63366 562-225-7224 Vasili, Inc. 15531 Arrow Hwy, Irwindale, ,.;a. 91706 626-480-1442 John Gaviaan COM Constructors, Inc. 72959SK008 9220 Cleveland Ave #100, Rancho Cucamonga, 909-579-3435 TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 2182 76,265.00 11/10 6/11 572 18 12,000.00 7/10 7/10 573 1366 38 114,588.00 7/10 10/10 574 19 35,000.00 7/10 10/10 575 15421 6 576 428,012.50 7/10 12/10 576 576 250 5 577 16,250.00 8/10 ,, Z:\254 Forms• Justin\254 Form• New (2016)1.xlsx PROFILE JOBII CODE PROJECT NAME & LOCATION 579 6 Eaton Wash Spreading Grounds Improvements FCC0001153 580 6 Joint Outfall "A" Unit 1A Long Beach Water Reclamation Plant Sludge Gravity Sewer Rehabilitation-2010. 65' 24" GIPP 581 1,6 SSRP U15 Camden Ave & Exposition Blvd. W.u. SZC11919 79' 8" VCP sewer, 3431' 8" lining by GIPP 582 3 Ravenna 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 GIPP Liner 586 Sewer Pipeline Rehabilitation Phase J-1 C Rehab 46,085' 8", 278' 10· by GIPP, 457 VF MH's, 800 Top 586 Hats 586 Install 62 MH's 587 6 SSRP U19B Prosser Ave. & Olympic Blvd. 587 Rehab by c.;IPP 4500' 8", 1156' 10", 1023' 12", 4310' 15" 588 3 Golden Valley, Mn. 41 Top Hats Sewer Group Job 734 Franklin Ave., Pardee Place, Florence 589 6, 3 St. 503' 6" GIPP, 2 Top Hats 590 2010 -2011 Sewer Rehabilitation Project 590 5050' 6" lining, 130 Top Hats East Canyon Utility Remediation UCSD Medical Center - 591 6 Hillcrest Rehab 113' 12" RGP Storm Drain by GIPP 592 3 2009 Sanitary Sewer Pipeline Replacement PR 09-593-52- 41 Top Hats, San Leandro, Ca. 593 6 3500 Golden <>ate, Los Angeles W.O. SWG01565 138' 8" liner 594 3 City of Sacramento Basin 55 I & I Reduction Project 100Top Hats Southwest Pipeline and Trenchless Corp., License No. 773862-A including U-Uner West and National Uner West Divisions ModHied Standard Form 254 OWNER and/or GENERAL CONTRACTOR CONTACT INFO CONTRACT KEC Engineering Charles Hickman KEC Job #1004 200 No. :Sherman Ave .• Corona, Ca. 92882 951-734-3010 ;county Sanitation Districts of Los Angeles County 1955 Workman Mill Rd, Whittier, Ca. 90601 562-69&-7 411 C#4588 City of Los Angeles 213/978-0262 W.O. SZC11919 200 No. :spring Street Los Angeles, Ca. 978-0261 1c.;onstruction Unlimited Richard Herring 8821 Artie Blvd., Anchorage Alaska 907-243-8667 Ortiz c.;orporation 319 Orange Ave., Chula Vista, Ca. 91911 619-778-8815 County Sanitation Districts of Los Angeles County 1955 Workman Mill Rd, Whittier, Ca. 90601 562-699-7 411 Advanced Sewer Technologies City of San Diego Michael Thomas K114977C 1200Third St., San Diego CA 92101 616.849.9860 Vasilj, Inc. for City of Los Angeles W.O. SZG11786 15531 Arrow Hwy, Irwindale, Ca. 91706 626-480-1442 Visu-Sewer & Glean & :Seal, Inc. Keith Alexander W230 N4855 Betker Dr., Pewaukee, Wi. 53072 262-695-2340 Burtech Pipeline Buddy 2010-013 -3.6 102 Second st., Encinitas, CA 92024 760-634-2822 City of Redwood City Joel B. Evora 1017 Middlefield Road, Redwood i.;ity, c.;a. 94064 650-7820-7328 Cass Construction, Inc. Kyle P. Nelson P.O. Box 309, El Cajon, Ca. 92022 619-590-0929 D'Arcy & Harty Construction, Inc. Maeve Tuite 1300 Carroll Ave, San Francisco, Ca. 94124 415-822-5200 Valverde c.;onstruction Mike Valverde 10918 Shoemaker, Santa Fe Springs, Ca. 562-906-1826 Pacific Liners Pipeline Rehabilitation Doualas R. Sanders P.L. #2385CP 70 Union Way. Vacaville Ca. 95687 707 /446-8222 TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 1779 277,800.00 10/10 12110 579 62 580 32,426.00 2111 1/11 3777 210,253.50 8/10 6/12 581 52 117,500.00 9/10 9/10 582 3 4,800.00 9/10 9/10 583 55,250.00 10/10 10/10 584 10,000.00 2111 2111 585 54644 1457 3,222,945.75 11/10 2112 586 586 586 11043 562,999.05 1-11 1/11 587 587 33 37,700.00 10/10 10/10 588 467 7 23,320.00 1/11 1/11 589 5011 115 537,275.00 1/11 1/11 590 590 15,255.00 12110 12110 591 2575 36 58,900.00 10/10 11/10 592 136 14,960.00 10/10 11/10 593 100 187,500.00 5/11 7/11 594 Z:\254 Forms • Justin\254 Fo, ,ew (2016)1.xlsx PROFILE JOB# CODE PROJECT NAME & LOCATION 595 6,3 City ol San Diego Sewer & Water Grp. 730 1276' vlPP 6', 2 top hats 596 Sewer urp. 729 San Diego 597 50 E Green :;tree! Sewer Lateral 598 Misc. Sewer Rehabilitation, NW Quadrant 599 6 Secondary Sewer Renewal Program (S:;RP) N09 Fresno St. and Oregon St. W.0. SZC11739 600 6, 3 Sewer Group Job 750 264' 6' lining, 2 Top Hats 601 6, 3 Top Hats and Short Liner Contract Costa Mesa 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 604 3 Sewer Main Spot Repairs 605 6, 3 Sewer uroup Job 745 895' 6' lining, 14 Top Hats 606 6 Remove 150' 8' HOPE 607 3 San Diego Phase D-2 2Top Hats 608 9 Link Pipe Removal (21 San Antoinio Trunk) 609 3 ISSRP P11 Marmion Way & Figueroa St. City of Los Angeles SZ<.;11850 6 Top Hats on 8' 610 3 City of Columbia Heights, MN 55421 40 Top Hats in 8' 611 6 Sewer Repair & Rehabilitation East Side 611 24,310' 8', 354' 12' CIPP Lining 612 6 lotay Mesa spot Repair 613 10 Iocean Meadows Golf course Trunk sewer Rehab ProJ 10-03 614 6 IOIOIMI"' N13 c;esar Chavez & Alameda w.o. SZC11848 Rehab 3473' 8 & 12 sewer 615 6 Icast Iron Lining Phase II Pro1ect #S-22-s-098 616 6 1;::,;::,nr' P10 Avenue 43 and Marmion way W.0. OILl,11847 616 4189 8 lining Southwest Pipeline and Trenchless Corp., License No. 773862-A including U•Liner West and National Liner West Divisiona Modified Standard Form 254 OWNER and/or GENERAL CONTRACTOR CONTACT INFO CONTRACT T.C. Construction co., Inc. Donna Kemo #10018-03 10540 Prospect Ave, Santee, <.;a. 92071 619/448-4560 Ext 136 T.C. Construction Co. Inc. 619-448-4560 10019-04 10540 Prospect Ave., Santee, Ca. Y.K.A. Industries (lor City ol Pasadena) Joseph Kravndler P.O. 8002 6103 Tyrone Ave., Van Nuys, <.;a. 91401 818-787-9216 City ot <.;artsbad Kevin Davis 5503-1 1635 Faraday Ave., Cartsbad, Ca. 92008 760-602-4677 Mike Prtich & Sons, Inc. tor City of Los Angeles 5103 Elton Street, Baldwin Park, Ca. 91706 626-813-1700 755-01 Burtech Pipeline, Inc. 760-634-2822 P.O. 2010-016 -3.7 102 second st., Encinitas, Ca. 92024 Costa Mesa Sanitary District 949-468-9840 234 E. 17th St., Costa Mesa, Ca. 92627 Yelin Tsalyuk GRANDTOTAL2010 Iurtiz Construction 619-434-7925 WBS #B-00349 2000 McKinley Ave, National City, Ca. 91950 Lucy Ortiz Ortiz Construction 619-434-7925 WBS #B-00356 2000 McKinley Ave, National City, Ca. 91950 Lucy Ortiz City of Cartsbad Kevin Davis PWM11-29UTIL 1635 Faraday Ave., Cartsbad, <.;a. 92008 760-60202466 Burtech Pipeline, Inc. 760-634-2822 P.O. 2010-001 -103 102 :;econd :;t., Encinitas, Ca. 92024 City of Burbank Lifan Xu DP0#125578 275 East Olive Ave, Burbank, Ca. 91510 81823873932 KTA. Construction, Inc. Shawn Moine KTA Job #09-10 1920 Cordell Court #105, El Cajon, Ca. 92020 619-562-9464 County Sanitation Districts of Los Angeles County Bill Balas, Darrell Hatch Eastwater Collection Systems section 0/909-3964, 562/857-58 P.O.# R72604 Mathew & Stewart Co. for City of Los Angeles Steve Radaich 2841 Gardena Ave., Signal Hills, Ca. 90755 562-595-54 71 P.O. #1008 Visu-Sewer & Clean & Seal, Inc. Keith Alexander W230 N4855 Betker Dr., Pewaukee, Wi. 53072 262-695-2340 City of West Hollywood Sharon Pertstein, P.E. GIP 1104 8300 Santa Monica Blvd., West Hollywood, Ca. 90069 323-848-6383 Underground ut,iities, Inc. Valerie Murohv 9102 Harness st. #11, spnng valley, <.;a. 619-461-9500 Goleta West sanilary Dlstnct Mark Nation P.O. BOX 4, uOleta, (.;8. 93116 805-968-2617 :,Nu construction, Inc. for City of Los Angeles Lance Laven SZC11848 2516 s. 4th Ave., Arca0Ia, ca. 91005 626-294-0558 Union sanitary District John Stiaains P.O. 10000965 5072 110nson Hoaa, union c;ity, c;a, 94587 510-477-7500 John T. Malloy for city of Los Angeles OILl,11847 3032 Band,no IIIVd., LOS Angeles, <.;a. 90023 323-780-9942 TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 1369 22 87,840.00 3/11 7/11 595 313 8 23,755.00 6111 6111 596 2 6,000.00 11/10 11/10 597 2843 43 220,410.00 7/11 7/11 598 467 599 26,002.75 5/11 5/11 2 15,480.00 600 4 8,450.00 1/11 1/11 601 $ 13, 113,894.06 673 4 193,844.45 1/11 6111 602 2912 65 30,155.00 1/11 8/11 603 5 10,000.00 2/11 9/11 604 895 14 54,125.00 2/11 2/11 605 6,470.00 2/11 2/11 606 2 2,600.00 2/11 2/11 607 1 608 3,000.00 2/11 2/11 3 609 7,200.00 2/11 2/11 16 39,000.00 2/11 5/11 610 24770 884 1,564,387.60 3/11 11/11 611 611 1 2,500.00 3/11 3/11 612 4430 2 613 422,500.00 8/11 6112 3026 124,861.75 3/11 5/11 614 5 145,500.00 7/11 9/11 615 6814 9 154,971.50 6111 12/11 616 616 Z:\254 Forms• Justin\254 F~rm ·:"w (2016)1.xlsx PROFILE JOB# CODE PROJECT NAME & LOCATION 617 6 SSRP H04A Sunset Plaza Dr. & Rising Bien Road Reh 25,395' 8" & 1 o• sewer City of Los Angeles 618 3 Top Hats Alden Dr. & Almont Dr. 619 6 Sewer Rehabilitation Project No. 3 Rancho Palos Verdes 619 11456' 11 ', 989' 1 o• sewer re-lining 620 6 Cal Trans Hwy 17 Drainage Improvements 04-264904 6280' 18'-36" re-lining 621 6 SSRP T03 Paseo Del Mar & Carolina Street -Re-bid 622 3 2011 Pavement Management Project Golden Valley, MN 70Top Hats 623 6 Wastewater Main Rehabilitation Project FY11, Bid No. 4892 rehab 33,659' 6" & 8" sewer by lining 624 6, 3 Sewer & Water Group 780 -vity or 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. 627 6, 3 Sewer Maintenance/Repair Various Locations 1924' relining 8' to 12•. 1 top hat 628 5 SSRP P18B Verdugo Rd. & Ave. 33 W.O. SZC11841 Rehab 1267' 8", 352' 10· by lining 629 3 SSRP H-04B 630 6 Year 2 Capital Improvement Project No. SF 620-2 Fountain Valley 1812' 8"-15" GIPP lining 631 6,3 Sewer & Water Group 740 632 3 Sanitary Sewer lmprovements-2011 207 top hats Corydon, Iowa 633 3, 6 Sewer Group 756 2 top hats, 175' 8" lining 634 5 HDPE Removal Cornell Dr. & 5th Street 635 3, 6 Sewer & Water Group 754 K102773C 687 8 vlPP, 9 Top Hals 636 3 capital Improvement Project -West Bay sanitary District 75 IOP Hats 637 6 vlPP Liner tor sewer Line at cove Drive & Manna Drive 200 11n1ng 16 ,,,..,.. 638 3, 6 vonstruction Of Pipeline Rehabilitation Phase L-1 :;an u1ego 40,984 8" ..,,,..,.., 740 r op Hats 639T 3 college Park East sewer Rehabilitation, seal Beach op Hats 639L 6 College Par!< East Sewer Rehabilitation, Seal Beach Southwest Pipeline and Trenchless Corp., Ucense No. 773862-A Including U-Uner West and National Uner West Divisions Modified Standard Form 254 OWNER and/or GENERAL CONTRACTOR CONTACTINFO Mathew & Stewart Co. Inc. for City of Los Angeles Steve Radaich 2841 Gardena Ave., Signal Hills, Ca. 90755 562-595-54 71 !Charles King Co. Inc. 2841 l:iardena Blvd., :;ignal Hill, Ca .. 90755 562-595-5471 lvounty of Los Angeles 900 South Frement Ave., Alhambra, Ga. 91803 626-45-4951 Granite Rock dba Pavex 1..,onstruction Division 120 Granite Rock Way, San Jose, Ga. 95136 408-574-1400 MNR Construction for City of Los Angeles Robert Vasili 5103 Bleecker Street, Baldwin Par!<, Ca. 91706 Visu-Sewer & Glean & Seal, Inc. Shaun Ritter W230 N4855 Betker Dr .. Pewaukee, Wi. 53072 262-695-2340 City of Santa Barbara Amanda Fleese 630 l:iarden Street. Santa Barbara, i.;a. 83102 805-564-5424 Burtech Pipeline, Inc. 760-634-2822 102 Second St., Encinitas, Ca. 92024 Buddy or Steve South Coast Water District 949-499-4555 31592 West :;treat, Laguna Beach, Ca. 92651 Joseph McDerrnit CONTRACT SZG11873 SMDA00128 4190-13 W.O. SZC11877, Ramona, Inc, for City of Los Angeles 626-355-1350 W.0. SCZ12098 P.O. Box 660219, Arcadia, Ca. 96001 Cucamonga Valley Water District 909-987-2591 10440 Ashford street, Rancho Cucamonga, Ca. Eduardo Espinosa, P.E. Ramona, Inc, for City of Los Angeles 626-355-1350 P.O. Box 660219, Arcadia, Ca. 96001 Mathew & Stewart Co. for City of Los Angeles Steve Radaich 2841 Gardena Ave., Signal Hills, Ca. 90755 562-595-5471 Garcia Juarez vo, 951-657-3535 4517 Wade Ave, Perris Ga. 92571 Ortiz Construction 619-434-7925 Visu-Sewer & Clean & Seal, Inc. 414-695-2340 W230 N4855 Betker Dr., Pewaukee, Wi. 53072 Phillie S. Romaana TC Construction i.;o., Inc. for i.;ity of San Diego 10540 Prospect Ave, Santee, Ca. 92071 619-448-4560 City of Burbank P.O. 128589 :-sL Valley Engineering, Inc. 619-444-2366 656 Front street, El Cajon, va. 92020 Shaw Pipeline, Inc. 415-337-0190 #308 150 Execuuve Park lltva #3790, san ~ranc1sco 94134 ICIiy of Carlsbad Kevin Davis 1635 Faraday Ave., 1,ans0aa, 1,a, 92008 760-602-4677 II" A construction, Inc. Adam Oaden 1920 cordell st., suite 105, cl vaJon, va. 92020 619-562-9464 Charles King Construction, Inc. Steve Radaich 2841 i.araena Ave., signal Hill, va. 90755 562-426-2974 ;nanes King Construction, Inc. Steve Radaich TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 21917 15 386,090.60 2/12 8/12 617 618 14,400.00 4/11 4/11 12405 296,707.00 8/11 4/12 619 619 1685 940,700.00 12/11 5/12 620 6994 16 201,236.75 8/11 2/12 621 87 110,925.00 9/11 9/11 622 41442 212 1,398,686.55 7/11 2/12 623 490 9 42,110.00 9/11 9/11 624 31 35,820.00 7/11 7/11 625 17848 3 397,610.20 2/12 10/12 626 2158 70,411.00 6/11 7/11 627 1619 67,506.00 6/11 6/11 628 16 19,200.00 6/11 6/11 629 1699 66,972.00 9/11 10/11 630 18,440.00 10/11 10/11 631 315,675.00 9/11 3112 632 13,025.00 6/12 7/12 633 19,500.00 8/11 8/11 634 687 10 31,410.00 9/11 9/11 635 63 93,100.00 1/12 2/12 636 637 40855 755 1,559,680.00 3112 10/12 638 1785 40 60,950.00 4/12 4/12 639T 296,707.00 4/12 5/12 639L Z:\254 Forms • Justin\254 Fo1,. -1~·~w (2016)1.xlsx PROFILE JOB# CODE PROJECT NAME & LOCATION Lining 640 1 Sewer & Water Group 792 -City of :san Diego rehab 2073' 6" & 8" 641 1 Sanitary Sewer Pipeline Replacement Proj. Phase 1 4,543' 8"-12" CIPP Lining 642 6,3 Pueblo Road Sewer Repairs Rehab 350' 8" VCP, 13 Top Hats 643 3 Layfayette/Pleasant Hill Road Trunk Sewer 4 Top Hats 644 6, 3 Pipeline Rehabilitation Phase P-1 Rehab 43,030' 8" sewer main, 900' 4• sewer lateral, 1171 Top Hats 645 6 SSRP C01B Billowvista Dr. & 83rd St 7918' 8" & 10· Lining 646 6 ESR-Crane Avenue (600 Block) 115' 8' rehab by lining 647 6 Sewer Point Lining Repairs 2011-12 5 locations -Laguna Beach 648 3 Sewer Lateral :Seal Repairs 2011-12 31 Top Hats 649 3,6 CIP 2010-2011 Ph. 2 WBSD Project #1756.7B Menlo Park 4423' 6°-10• GIPP lining, 48 top hats 650 4 17 Spot Repairs 651 3, 6 #164 Sewer Root 1,;ontrol Program GIPP & Top Hats 652 3,6 Pipeline Rehabilitation 0-1 CIPP 33,634 LF, 850 TH 653 3,6 Grantville Trunk sewer• San Diego 2540' 15"CIPP, 11 tophats4"-6" 2012 654 3 Pipe Liner Repairs at Various Locations FY11/12 CIPP 5,099 LF oi 8", 3,672 LF oi 6" 655 3 SSRP A04 & S06 Los Anaeles CIPP 14,968 018° & 12· Dia 658 3 .,,,.,,.. U22A Mulholland Dr. & l>B118QIO Rd. ~L< 11917 657 3,6 Pipeline Rehabilitation Q-1 I1.ilt't' 38,380 LF Of 8' ; 1,000 lop Hats 658 3,6 ~~"~ t'L;03 venIce t1lva. & :stewart Ave 659 6 ~~"~ w32 Serrania Ave & Dumetz CIPP 19,512 LF Of 8",12" & 15 Southwest Pipeline and Trenchlesa 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 2841 Gardena Ave., Signal Hill, Ca. 90755 562-426-2974 Burtech Pipeline, inc. 760-634-2822 P.O. #2011-011 -60 102 Second St., Encinitas, Ca. 92024 Buddv or Steve Long Beach Water Dept. 562-570-2337 WD-2958 1800 E. Wardlow Rd., Long Beach 90807 Robert J. Verceles, P.E. McBride Engineering, Inc. 951-677-6777 38800 Shy Canyon Drive, Murrieta, Ca. 92563 Winston McColl Mountain Cascade, Inc. Jim Ratliff MCl#91155 P.O. Box 5050, Livermore, CA. 94551 925-373-8370 City of San Diego 619-236-6000 K-11-5331-DBB-C 1200 Third St., San Diego CA 92101 Vasilj, Inc. 626-480-1442 SZC12086 15531 Arrow Highway Irwindale, Ca. 91706 John W. Gaviaan Colich & Sons, L.P. 310-516-6346 SWC01813 547 W. 140th Street Gardena, Ca. 90248 Don Colich South coast Water District 949-499-4555 12-01-0019 31592 West Street, Laguna Beach., Ca. 92651 Joseph N. McDivitt award 11/2/11 South coast Water District 949-499-4555 12-01-0020 31592 West Street, Laguna Beach., Ca. 92651 Joseoh N. McDivitt award 11/2/11 Shaw Pipeline, Inc. 415-337-0190 award 11/29/11 150 Executive Park Blvd. #3790 San Francsico 94134 Matthew Shaw D'arcy & Harty Construction Inc 415-822-5200 1300 Carroll Avenue San Fransisco, CA 94124 I1.,;osta Mesa Sanitary District 949-645-8400 628 W. 19th Street, Costa Mesa. Ca. 92627 City oi San Diego 619-236-6000 award 12/22/11 1200 Third :st .. :san Diego 1,;A 92101 Icass construction. inc. 619-590-0929 6-2234 1100 Wagner Dr., El Cajon, Ca. 92020 Mike Huse GRAND TOTAL 2011 City of Riverside 951-826-5341 award 1/12/12 3900 Main :street, Riverside, Ca. 92522 Tomovich & Associates 562-699-3496 9611 Beverly Rd., Pico Rivera, Ca. MNR construction ror city or LOS Angeles Elizabeth Torrez 51Cl3 Bleecker :street, =•u-n t'Sl'K, 1,;a. 917uo 909-592-2760 intent to award City of San Dieao 619-236-6000 4/6/12 1200 Third St., San Diego CA 92101 K-12·5518-DBB-3-C·A 1 M,.., 1,;onstruction ror 1,;Ity 01 LOS Angeles Elizabeth Torrez 5103 Bleecker street, Baldwin Park, ca. 91706 909-592-2760 Ramona, Inc. Debora IP.O. Box """219 Arcadia, ca. 91006 626-355-1350 TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 2074 55,971.00 4/12 4/12 640 3932 14 594,962.00 4/12 6/12 641 350 13 642 30,475.00 3/12 3/12 4 11,200.00 3/12 3/12 643 41875 1162 5,194,447.95 12/11 8/12 644 9120 247,553.00 11/11 3/12 645 14,880.00 10/21/11 10/21/11 646 15 11,000.00 10/11 10/11 647 57 40,845.00 11/11 11/11 648 3962 34 250,432.00 12/11 1/12 649 15 40,000.00 12/11 12/11 650 12 99,400.00 12/11 12/11 651 30621 611 4,076,968.00 1/12 6/14 652 2540 16 226,660.00 1/12 6/12 653 $20,112,771.35 5059 102 798,116.00 1/12 4/12 654 694,701.00 4/12 8/12 655 27,880.00 2/12 2/12 656 697 37044 860 4,896,542.00 4/12 4/14 657 23046 131 787,598.85 4/12 7/12 658 19638 15 659 715,725.80 5/12 10/12 Z:\264 Forms• Justin\264 Forri1 -~•~ (2016)1.xlsx PROFILE JOB# CODE PROJECT NAME & LOCATION 660 6 SSRP C01 California Ave and Abbott Kinney GIPP 661 6 Sewer Rehabilitation w/CIPP, Basswood Ave, Chestnut Ave., Monroe St, Sierra Morena Ave. 662 6 Cured In Place (GIPP) Liner project along Linwood Place (Palm Avenue to Brockton Avenue); 663 6 Sewer Rehabilitation Project No. 6 9180' 8" sewer lining South San Jose Hills & Valinda 664 3 Avalon Underground Pipeline ... atalina Island Avalon 665 3,6 Citywide Sanitary Sewer System Repair & Rehabilitation Program Phase 3 of Group 1 GIPP 14,926 or 8",10',15" 7 30' & 13 Top Hats 667 3,6 Alameda Street Rehabilitation GIPP 668 3,6 Pipeline Rehabilitation Phase R-1 ..,1pp 36,132 LF of 8', 1,785 LF of 10' & 967Top Hats 669 3 Sewer Group 789 8' Sewer Lateral Connection 670 6 SSRP H24&H21 SSRP H21 Olympic Blvd & Oxford Ave SSRP H24 Sunset Blvd & Reno Street GIPP 8' Sewer main 671 City of Chula Vista -Sewer Rehab. Within C St. & N. Fifth Ave. 2,340 LF of 10" and 12" 672 City of El Segundo -Sanitary Sewer Point Repairs for Various Streets 1,542 LF of 8" 673 City of Los Angeles, CA SSRP Ull Bundy & U16 Selby 674 City of Los Angeles -SSRP N02 San Pedro & SOS 10th Ave. 14,584 LF of 8", 12" and 15" SEWER MASTER PLAN IMPROVEMENTS 675 3,6 PROJECT NO. 66513A 1vu-.-32,900 LF ot 8",10',12' & 15 uIa :sewer Main Install 1,075 Top Hats, t-oint HePairs 676 6 2012 :sewer Main rehabilitation t-roJect 12-01 GIPP 18,840 LF or 6 ,8-10, 12 and 18' Dia Sewer Main 677 6 Storm Drain Metal Pipe and Reolacment on View Wav GIPP 278 LF of 30' CMP Linina j Southwest Pipeline and Trenchless Corp., License No. TT3862-A Including U-Llner West and National Liner West Divisions Modified Standard Form 254 OWNER and/or GENERAL CONTRACTOR CONTACT INFO CONTRACT Vasilj, Inc. 626-480-1442 SZC12085 15531 Arrow Highway Irwindale, Ca. 91706 John W. Gaviaan <.;ity or <.;artsbad Kevin Davis 5503-5 1635 Faraday Ave., Carlsbad, Ca. 76D-602-2466 City of Riverside Leonard Albano Bid No: 7076 951-826-5341 <.;aunty of Los Angeles SMDA00133 P.O. Box 1460 Alhambra, Ca. 91802 award 1>'25/12 Colich & Sons, L.P. Tom Bensfield 547 West 140 st. 310-516-6346 o..;ardena, CA 90248 Vasili Inc. John Gaviaan 15531 Arrow Hwy 626-480-1442 Irwindale, CA 91706 City of Downey 1111 Brookshire Ave Dan Mueller Downey, CA 90241 562-904-7257 City of San Diego 1200 3rd Street # 1200 Steve Urban K-12-56-46-DBB-3- San Diego, <.;A 92101 619.236-6000 City of San Diego 1200 3rd Street # 1200 Steve Urban K-114769C San Diego, CA 92101 619-236-6000 SND Construction Lance Laven 2516 South Fourth Ave 626.294.0558 Arcadia, CA 91006 City of Chula Vista Alexia Stevens Project No. 1800 Maxwell Road, Chula Vista, CA 91911 619-247-3492 SW252/SW257 MNR Construction, Inc. Elizabeth Torrez Project No. 1051 Calle Ortega, San Dimas, CA 91773 909-592-7260 PWU-09 Matthew and Stewart Co., Inc. Bruce Flowers 2841 Gardena Ave., Signal Hill, CA 90755 (562)595-5471 Prkacin Company Debbie Bermudez Work Order Nos. 1153 Green St., Glendale, CA 91205 818-247-5163 S2Cl2291 & S2Cl2309 City of Azusa Daniel Bobadilla 213 E. Footnm Blvd 626-812-5264 AZusa, <.;A <.;1ty 01 winters Jim Flatter 3111 First St. 530-668-5883 Winters, CA 95654 t:1ert vv. :;alas Inc. Bob Salaz 10769 Woodside Ave, Floor 2 Suite 201 619-562-7711 TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 17033 100 942,295.25 5/12 in proaress 660 1130 25 63,800.00 6/12 6/12 661 1411 50,586.00 6/12 7/12 662 7910 193,960.00 7/12 8112 663 1200 77 664 200,000.00 7/12 12/12 16720 10 609,109.10 7/12 12/12 665 285 6 667 15,750.00 8112 8112 34992 968 668 3,953, 120.54 9/12 in progress 608 8 669 27,444.00 9/12 9/12 5440 670 236,178.00 9/12 7/13 2277 12 $ 169,024.05 2/13 5/13 671 1544 $ 54,715.00 11/12 1/13 672 33 673 9514 $ 418,479.75 12/12 5/13 674 23217 870 675 11i2,664,680.00 12/12 12/13 17862 676 1,676,305.86 1/13 9/13 278 677 36,696.00 11/12 2/14 I Z:\254 Forms• Justin\254 F0"1,. law (2016)1.xlsx PROFILE JOB# CODE PROJECT NAME & LOCATION 678 6 Adams Street & Chevey Chase Drive Rehabilitation Project C# 24431.03 t;IPP 343 LF of 8' Lining 679 6 Sewer Improvement-Various Locations GIP No. 10-426 & 11-401 GIPP 7870 LF of 8' and 587 LF of GIPP Lining Seaments 680 South Coast Water District Sewer Lateral Seal Repairs 2011- Invoice NO. 680-Retention 1,;lean and Inspect Laterals 681 6 SSRP U21 and Le Conte & SSRP U23 David & Canfield SZC12283,SZC12279 GIPP 20138 LF of 6', 8', 12', and 15' Structural and 8', 10' and 12' structual 682 3 San Diego County Post Lining & Top Hat Videos GIPP 193 LF Rehabilitate 8' Sewer Main 3 EA Top Hats 683 6 Old Town Sewer Lining (GIPP) Project Project No.SS0901-2 GIPP 663 LF of Top Hats 684 6 Wastewater Main Rehabilitation FY 2013 Bid No. 5106 GIPP 23834 LF of 6', 8", 10' and 12' Rehab and Sewer Lateral Connection Rehab 685 3 Sewer Repair and Rehabilrtation project Mid City-Group A GIPP of 7726 LF of 8' Liner and 227 EA of Lateral Service Seals Secondary Sewer renewal Program SSRP E35 Glenoaks & McClay SZC12356 686 6 SSRP E39 Balboa & Ventura Blvd. SZC12316 CtPP 10 LF of Service Lateral Connection Seals 687 SSRP C0BA Palisades Dr & Surf view Dr. SZC12189 SSRP COBB T emescal Canyon Road & Palisades Drive SZC12190 SSRP C09C Ocean way & Temescal Canyon Road 3,6 SZC12188 GIPP 41 LF oil op Hats SSRP P21A, P21B, P21C W.O. SZC12310, SZG12311, 688 6 SZC12312 GIPP 12207 LF of 6', and 8' Non-Structual and 8' and 12' !Structural Unina 689 I::iecondary ::;ewer renewal Program Contract 2012-02 SSRP H14 Wilshire & Orange Blvd. SZC12280 SSRP H15 June St & Wilshire Blvd. SZC12326 SSRP H20 2nd Street & Edgemont Street SZC12313 6 SSRP H19 Arden Blvd & 3rd Street SZC12281 Iu1r-r-13350 u-018', 10' and 12 Non-::itructua1 ana 8', 10 , 12' and 15 01 structural Lining 690 6 2013 Sewer Relining Award aate: 2/2ut13 IGIPP 13784 LF of 8', 10 , 12 and 18' Diameter Pipeline ana Re- Iupen 1:x1st1ng House Laterals l ) 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 Santee, GA 92071-1160 All American Asphault Ron Salcido P.O. Box 22291400 E. 6th Street 951-736-7600 Corona, 1.;A 92879 City of Hermosa Beach Chris McNary 1315 Valley Drive 714-751-7373 Hermosa Beach, CA 90254 South Coast Water District Joseph N. McDivitt 34152 Del Obispo Street 949-499-4555 ext.3122 Dana Point, GA 92629 Ramona Inc. Debora Echeverria Pu Box 660219 626-355-1350 Arcadia, GA 96001 McBride Engineering, Inc. Charles McBride 23886 Timothy Avenue. 951-677-6777 Murrieta, 1,;A 92562 Sancen Engineering, Inc. David Spitz 5841 Engineer Drive. (800) 726-2664 Huntington Beach, CA 92649 City of Santa Barbara Heidi Braunger 630 Garden Street 805-698-2350 Santa Barbara, CA 93101 City of West Hollywood Kieler Smith 949-892-8330 MNR Construction, Inc. Elizabeth Torrez 5103 Bleeker Street. 909-592-2760 Baldwin Park, GA 91706 Matthew &Stewart CO., Inc. Bruce Flowers 2841 Gardena Avenue 562-595-5471 Signal Hill, CA 90755 Prkacin Company Debbie Bermudez 1153 Green Street 818-247-5163 !Glendale, GA 91205 Ramona Inc. Debora Echeverria PO Box 660219 626-355-1350 Arcadia, GA 96001 I1,;lty or i-asaaena Miriam Carter 100 N. Garfield Avenue Pasadena, vA 91101 CONTRACT TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 343 678 15,435.00 11/12 12/12 6717 679 878,758.59 12/12 11/13 46 680 32,000.00 1/13 3/13 7059 11 681 1,040,448.50 1/13 10/13 193 3 682 17,163.50 1/13 2/13 496 683 431,520.00 1/13 7/13 10566 100 684 832,207.61 1/13 3113 7662 216 524,496.20 6/13 9/13 685 14 686 16,500.00 1/13 9/13 687 37 40,700.00 2/13 3/13 11 688 703,184.00 2/13 6/13 689 721,349.25 2/13 6/14 11037 690 307,816.35 3/13 7/13 Z:\254 Forms • Justin\254 Fo, ,iew (2016)1.xlsx PROFILE JOB# CODE PROJECT NAME & LOCATION Secondary Sewer renewal Program SSRP T06A Anaheim Street & Broad Ave SZC12363 691 6 SSRP T06B Fries Ave & Pier A Street SZC12354 GIPP 6997 LF of 8', and 10' Non-Structural and 8', 10', and 12' Structural Lining FY 10-11 Annual Maine Line repair (W11-201)Award date: 692 6 3/12/13 GIPP 1 LF ol Pipe Patches 693 6 Dewitt Nelson Correctional Annex (DNCA) GIPP 720 LF of 14' Sewer Rehabillitation 694 6 Sewer Point Line Repair 2012-13 Contract#13-01-0043 GIPP 6 LF of 6' and 8' Lining 695 6 Citywide CMP Lining & Rehab Program GIP 2013-20 ICIPP 1997 LF of 18', 30', and 36' lining and 47' x 71' Arched Lining 696 6 Citywide Sanitary Sewer System Repair & Rehab Program (CSSR&R) Group 2 Phase CIPP 530 LF of 6' Construct 697 6 SSRP H03A Sunset Blvd. & Rodeo Drive SZC12355 CIPP 20544 LF ofTophats; 8', 10', and 12 • Non-Structual Lining; and 8" Structural Lining SSRP H23 Vermont & Olympic Ave SZC 12328 SSRP H33 Kenmore & Fountain Ave SZC12327 698 6 SSRP N01 Budlong & Leighton SZC12329 CIPP 10899 of 8' Non-Structural and 8', 10', and 12' Lining 699 6 Sewer Rehab Project No.7 SMDA::rJ0134 CIPP 13735 LF of 8' Sewer Lining 700 6 !Sewer Group 956 CIPP 661 LF of 6', and 8' Sewer Rehab. and Sewer Lateral Connection 701 6 Cast Iron Lining Project Phase V (Project No.800-401) Citywide Trenchless Sewer Rehab CCTV Inspection 702 6 Bid No. 2013-03 Project: 9322 ICIPP 6100 LF of Liner 703 6 2013 Sanitary Sewer Rehab Project ICIPP 10440 LF of 8', 10 and 12 Install and 8 and 1 o· 2ft install and 8' and 10' 4 n install 704 3 2013 Sewer Rehab City al North Pole Project No. 12168FB ~'"" 130D' Of 8', 10', 12' Mains. 4 and 6 HG'S 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 Vasilj, Inc. John Gaviaan 15531 Arrow Highway 626-480-1442 Irwindale, CA 91706 Charles King Co., Inc. Steve Radaich 2841 c;ardena Avenue 562-595-5471 Signall Hill, CA 90755 Navajo Pipeline Inc. Scott Silva 4671 24th Street 916-448-0134 Sacramento, CA 95822 South Coast Water District Joseph N. Mc:Divill 34152 Del uoispo Street 949-499-455 Ext. 3122 Dana Point, CA 92629 City of Santee Steve Miller 10601 Magnolia Avenue 619-258-4100 Ext. 176 Santee, c.;A 92071 Vasilj Inc. John Gavigan 15531 Arrow Highway 626-480-1442 Irwindale, CA 91706 Matthew & Stewart Inc. Bruce Flowers 2841 Gardena Avenue 562-595-5471 Signal Hill, CA 90755 MNR Construction, Inc. Elizabeth Torrez 1051 Calle Ortega 909-592-7260 San Dimas, CA 91773 County of Los Angeles 1000 S. Fremont Ave. Mail Unit #24 626-943-5617 Building A-9 East, 1st Floor Alhambra, CA 91803 Ortiz Corp. Guy Green 2000 McKinley Avenue 619-434-7925 National City, CA 91950 Union Sanitary District Curtis Bosick 5072 Benson Road 510-4 77-7500 Union City, CA 94587 City of Upland Debbie Covincton 460 North Euclid Avenue 909-931-4100 1JnIana, c.;A 91766 Ic.;ity or Barstow Domlnao Gonzalez 220 East Mountain View St. 760-255-5156 !Barstow, CA 92311 I Frawner Corporation Thomas Hebnes 1600 A street, suite 302 907-561-4044 IAncnoraae, AK 99501 CONTRACT TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 691 386,608.50 3/13 4/14 10 692 19,500.00 3/13 5/13 720 693 41.412.00 4/13 6/13 16 694 29,000.00 4/13 6/13 1997 695 801,916.28 4/13 '7/14 547 696 11,559.00 4/13 5/13 20209 18 697 1,157,901.50 4/13 6/14 10899 20 698 573,965.00 5/13 5/14 13735 699 259,471.00 7/13 11/13 661 14 700 33,000.00 7/13 9/13 701 398,622.09 7/13 10/13 6100 702 236,000.35 6/13 11/13 10440 122 703 557,641.00 7/13 3/14 130 123 704 258,585.00 7/13 9/13 Z:\254 Forms• Justln\254 Fi.. .4ew (2016)1.xlsx PROFILE JOB# CODE PROJECT NAME & LOCATION SSRP H02-6th Street & San Vicente Blvd(SZC12402) SSRP HOS-Beverly Blvd & Fairfax Ave (SZC12403) SSRP H16-Crenshaw Blvd & Venice Blvd. (SZC12404) 705 6 SSRP U14-Overland Drive & 10 Freeway (SZC12357) CIPP 21886 of 8', 10', and 15' of Non-structural and 8', 10', and 15' structural Lining SSRP S16-Avalon & Vernon Ave (SZC12406) SSRP S17-Compton Blvd. & Vernon Ave. (SZC12401) 706 6 SSRP NOS-8th Street & Soto Street (SZC12352) Ic;IPP 12463 Lr of 6', 8', 10', and 12' Non-Structural and Structural Lining 707 6,3 Pipeline Rehab Phase U-1 K-13-5912-DBB-3 Rehabilitate 49,222 LF of existing 8' and 10" rehab manholes, sewer laterals, point repair 708 6,3 City of Bozeman 2013 Sewer Rehabilitation Project ICIPP 130 LF of Top Hats 709 6,3 NWLSD 3013 Sanitary Sewer Improvement CIPP 50 LF o!Top Hats 710 6,3 Pipeline Rehab Phase Y-1 K-12-1098-DBB-3 CIPP 42,000 of 8', lnstal 696 Top Hats 711 6,3 2013 Sewer Pipeline Repairs CIPP 2178 LF of 6', and 8' Lining and Top Hats 712 6,3 Sewer Group 672A CIPPP 1 LF of 1 0' Pipe Rehabilitation 713 6,3 Sewer Rehab Phase V-1 714 3 Long Beach Water District Sewer Cement Pipe Rehabillitation/ Replacement Project Invoice# 714.01-01 CIPP 20 EA of Lateral Top Hats Untt A Pipe Relining Cl 5336 CIPP 1354 LF of SIDLEE 715 6 Easement CMSD Project# 197, system Wide sewer Reconstruction- 716 3 Phase Ill c;,,-,. 6 LF of 456' of 8' HS27 Line, 295 of 10 Line and 2 of each 6 and 2 of each 8 , op Hats 717 6 Ic;ity 01 Pa1m springs 2013 sewer c,;,,-,. Ar-r-11X. 2636 Lr 01 uner 8 ana 12 Liner and Repair at Vanous LOcations 718 6 !Sewer Improvement r-ro1ect r-nase IV &Street Resurfacing Ic;IPP 1545 LF of 8' Lining of Previous Existing Pipe Southwest Pipeline and Trenchless Corp., Ucense No. TT3862-A Including U-Uner West and National Liner West Divisions ModHied Standard Form 254 OWNER and/or GENERAL CONTRACTOR CONTACT INFO. Ramona Inc. Debora Echeverria PO Box 660219 626-355-1350 Arcadia, CA 96001 Ramona Inc. Debora Echeverria P.O. Box 660219 626-355-1350 Arcadia, CA 91006 City of San Diego Damian Sinaleton 1010 Second Ave, Suite 1400 MS 614C San Dieao, CA 92101 Lavne lnliner Inc. 7915 Cherrvwood Looo 303-646-1200 Kiowa, CO 80117 Andrew Mitchell Lavne lnliner Inc. 7915 Cherrvwood Looo 303-646-1200 Kiowa, c;u 80117 Andrew Mitchell City of San Diego Clementia Giordano 1200 Third Street 619.533.3481 San Diego, c;A 92101 Piperin Corp. Craig Barry POBox907 760-510-67 4 7 San Marcos, CA 92079 KT A Construction Inc. Adam Oaden 821 Tavern Road 619-562-9464 Alpine, c;A 91901 City of San Diego 1200 Third Street San Diego, CA 92101 SAK Construction of CA, LP Leo Calvano 864 Hoff Road 626-350-8910 O'Fallon, MO 63366 City of Thousand Oaks Charles King Company, Inc. Steve Radaich 2841 Gardena Avenue 562-426-2974 Si.,nall Hill CA 90755 G &M construction Renee Breilina 211 West Mesquite Avenue 760-322-6918 !Palm Springs, CA 92264 11amona inc. ".0. Box 660219 626-355-1350 Arcadia, c;A 96001 CONTRACT TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 49 705 1,151,376.00 7113 6/14 706 512,499.00 7/13 6/14 707 1153 4,208,527.80 11/13 in-prooress 119 708 187,775.00 7/13 10/13 50 709 76,115.00 7/13 9/13 696 3,031,116.15 11/13 in-oroaress 710 37 711 116,265.00 8/13 9/13 712 69,864.00 8/13 3/14 923 713 3,721,338.80 9113 in-progress 714 17 18,500.00 6/14 6/14 715 148,774.00 2/14 3/14 1 27,082.50 11/13 11/13 716 27,062.50 9/13 10/13 23 717 143,398.00 11/13 4/14 1545 718 47,917.50 11/13 12/13 Z:\254 Forms• Justin\254 Fd, ,few (2016)1.~sx PROFILE JOB# CODE PROJECT NAME & LOCATION 720 6 !Scott Avenue Trunk Sewer Rehab-2013 GIPP 351 LF of 8' Lining, and 3 EA of Sectional Liner, and Lateral Liner 721 6 IHubbs Hall t-aRt Storm Orain Replacement-Replacement .,-~-••Linino70U-m24"-255U-al;,u----•- City of Cypress GIPP 1732 LF of 8" (8" x 4.5mm), 12' (12" x 722 6 6mm) Lining and 2.5 HR Mineral Deposits 723 6 City of Encinatas, CA 2nd Street Sanitary Sewer Improvement GIPP 1,600 LF of 10' Lining 724 3,6 City lo Gula Vista Sewer Rehabilitation Project FY 11 /212 Various Locations GIPP 5379 LF of 8' and 10' Lining and Top Hats 725 6 Coachella Valley Water District ID 53 Trunk Sewer Repair ICIPP 482 LF of 33' x 12mm Lining 726 City of San Diego, CA Sewer & Water Group 820 727 6 City of San Diego, CA Sewer & Water Group 788 GIPP 601 LF of 8' Sewer Rehab and 3 EA of Service Lateral Connection Sectional Lines for Infiltration 728 3,6 TRENCHLESS SEWER IMPROVEMENT 2013-14-PROJECT No.: PW13-23 GIPP 1475 LF of Manhole Lining and 73 EA of 4', 8', 20' Lining, Lateral Grinding, and Top Hat 729 6,3 Storm Drain Relining GIPP 220 LF of 30' Diameter CMP 730 6 City of Redlands GIPP 11598 LF of 8", and 12" Pipe 731 6 City of LA -SSRP TOB SZC 12513 GIPP 6,464 If of 8",10" 12• & 15" Dia sewer main 732 6 Age and Condition Related Sewer Rehabilttation Project #GIP 8175 GIPP 50,300 If of 8', 10• & 12• Dia sewer main 733 6 Avenida7:af'laya lnfraslructure 734 6 FY 2012-13 Reline-Replace Sewer Pipe ine Bid No. 14-010 !GIPP 3,29611 018 sewer main 735 6 Rte 4051605 "'.JV Connectors C# 12-071634 :;Ipp 1,300lf or 12· sewer main 736 6 l=ull Lenglh lJning Repairs 2013-14 C# 14-01-0024 vlPP 4,695 If of 8 sewer main Southwest Pipeline and Trenchless Corp., License No. TT3862·A including U-Llner West and National Liner West Divisions Modified Standard Form 254 OWNER and/or GENERAL CONTRACTOR CONTACT INFO CSD Los Angeles Ramon Gonzalez 1955 Workman Mill Road 310-638-1100 Whittier, CA 90601 University of California, San Diego Steohanie Kelner 9500 Gilman Drive #0916 La Jolla CA 92093 Andrew papac & Sons Patrick Jovce 2030 Santa Anita Ave. 626-443-4061 El Monte, CA 91733 SC Valley Engineering, Inc. Lance Laven 656 Front st. 619-444-2366 El Cajonj, CA 92020 Blue Pacific Engineering & Construction Edaar 7330 Opportunity Road, Suite J 858-956-1456 Isan Diego, CA 92111 Colich & Sons, LP Don Colich 547 W. 140th St. 310-516-6346 Gardena, CA 90248 TC Construction, Inc. Elan Schier 10540 Prospect Ave., Santee, CA 92071 (619)448-4560 Ortiz Corporation Guy Green 2000 McKinley Corporation 619-434-7925 National City, CA 91950 City of El Segundo City of Costa Mesa Bradley Edwards 77 Fair Drive, 1st Street 714-754-5066 Costa Mesa, CA 92626 City of Redlands Lance Laven Po Box3005 626-294-0558 Redlands, CA 92373 MNR Construction Inc. Elizabeth Torrez 1051 Calle Ortega 909-592-7260 San Dimas, CA 91773 City of Vista Paul Mochel 200 civic Center Drive 866-966-2720 Vista, CA 92084 '"~~ Mecnanical Inc. 3100 Easl Belle l errace 661-397-2121 Ioa•ers1IeId, CA 93307 ICity Of Poway Melodv Rocco P.O. BOx789 858.668.4622 IPoway, vA 92074 Atkinson conslruction Brenl Fritzinger 27422 Portola Pkwy, suite 250 949.855.9755 Foolhlll Ranch, CA 92610 ,soulh voasl Waler uistrict Joseoh N. McDivitt 31592 West Street 949-499-4555 CONTRACT TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 351 6 720 57,890.00 11/13 1/14 325 721 48,500.00 5/14 5/14 1732 722 73,524.50 1/14 1/14 1600 723 73,644.00 3/14 3/14 5379 61 724 185,095.00 3/14 6114 482 725 76,752.00 1/14 3/14 18 726 1389 3 727 26,238.00 3/14 3/14 1475 29 186,515.00 3/14 5/14 728 220 729 34,071.34 2/14 3/14 11598 730 276,653.50 1/14 3/14 6464 405,369.54 3/14 11/14 731 50300 1,738,495.00 3/14 in-oroaress 732 733 3/14 3296 204,881.00 3/14 7/14 734 1300 91,000.00 3/14 4/14 735 4695 736 172,331.00 3/14 11/14 Z:\254 Forms• Justln\254 Fom, • ~ew (2016)1.xlsx PROFILE JOB# CODE PROJECT NAME & LOCATION 737 6 Sewer Point Lining Repairs 2013-14 C# 14-01-0026 GIPP 36 If of 8 sewer main 738 6 Design Build Project-Sewer and Water Group 814 k-13-5939 Cal Tnlrni-Vfange County in Hunllgton Beach From Ad8111$ 739 6 Ave. to 0.1 mite NOllh of Main Street --r 1,4=n Of 18'",2,UUURQfi<.,..>:DUH Oli<i<x1:J" .. 740 3 Cement Sewer Pipe Rehab Replace Group 2 Install 3 Top Hats 741 3 Wastewater Pipe & Maintenance Hole Relining Project c;IPP 21.45311 of 8' & 315 It of 10' 742 3 Sewer Group Job 703A K-14-5767-DBB3 743 3 Swr Wtr Grp 687B Ortiz Job#555 K-14-5829-DBB3 744 6 Flotilla Street Improvements 13 GIPP Sectional Liner Repairs 745 6 FY 12/13 Reline/Replace Sewer Pipelines GIPP 5,440 If of 8" & 340 If of 6' 746 6 Pipe Rehab Phase K2 K-14-1186 DBB3 747 6,3 Rehab 8' Sewer Main C#ND62473-10-D-5415 SWP-288 GIPP 1,853 If of 8', install 9 Top Hats 748 6 Willowgate Area Sanitary, Swr Rehab Gipp 4,383 It of 6',2,89411 ol 8' & 1,248 If of 10' 749 6 Iswr Wtr Grp 957 Swb C#13027-08 GIPP 280 If of 14 • sewer main 750 6 Ic;ement sewar Rehab <.:;rouc 7 Install 9 Top Hats 751 6 Ishopp1ng Lane SwrTrunk Line Rehab Project sv 14-12 IHenab using 1>p1ral Wound 876 n of 18 , 2,580 n of 20 752 3 ;sewer Lateral seal Repairs 2013-14 c;ontract#14-01-0049 nsta1I 27 1 op Hats Southwest Pipeline and Trenchless Corp., License No. 773862-A Including U-Llner West and National Uner West Divisions Modified Standard Form 254 OWNER and/or GENERAL CONTRACTOR CONTACT INFO Laguna Beech, CA 92651 South Coast Water District Joseph N. McDivitt 31592 West Street 949-499-4555 Laguna Beach, c;A 92561 El Cajon Grading & Engineering Co Inc POBox967 619-561-9840 Lakeside, CA 92040 Dept. of Transportation Peter Shieh,P.E. Attn: Office Enaineer MS43 619-561-9840 1727 30th Street Sacramento, CA 95816 Repipe c;alifomia LP Mike Espinosa 12771 Brown Avenue 951-213-3710 Riverside, CA 92509 ICity of Thousand Oaks Roner V. del Castillo 2100Thousand uaks Blvd. 805-449-2396 1 rnousana Ual<S, c;A " , ~o" Wier Const Inc. Brian Wier 2255 Baham Drive Escondido, CA 92029 Ortix Corp 2000 McKinley Ave 619-434-7925 National c;ity, c;A 91950 Citv of Montebello 626-357-9631 <.:;entry Brothers 384 Live Oaks. Irwindale CA 91706 Goleta Sanitary District Steve Waaner. P.E. One William Moffet Place, Goleta 805-967-4519 Goleta, CA 93117 SC Valley Engineering Inc. 656 Front Street 619-444-2366 El c;ajon, c;A 92020 Eiken Contracting Inc. Ken Castro 1540 Pioneer Way 619-698-1168 suite 200 El Cajon, CA 92020 Pacific Underground Co. Thad M. Corbett 1817 Stone Ave. 408-977-1655 San Jose, CA 95125 TC Const Inc. Alan Schier 10540 Prospect Ave. 6194484560 Santee, CA 92071 sancon t:ngineenng Chuck Parsons 5841 Engineering Dnve 714-891-2323 Huntington l:58acn, vA 92649 City of Simi Valley Mike Kana .. ,...,g Tapo c;anyon Hoaa 805-583-6700 :;imi vaney, c;A 93~ soth c;oast vv , n Dist Joseph N. McDivitt 31592 west :;t. 949-499-4555 Laguna i,each, CA 92651 CONTRACT TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 36 737 25,880.00 3/14 4/14 738 25,880.00 3/14 5/14 12-0M8804 1940 739 191.513.00 4/14 10/14 3 740 3.300.00 4/14 5/14 21768 682,799.90 4/14 12/14 741 742 2,850.00 12/13 12/13 743 14,530.00 5/14 5/14 13 30.750.00 6114 7/14 744 5780 745 332,680.00 5/14 12/14 746 41.625.00 5/14 6114 1853 9 747 75,308.00 6114 9/14 8525 748 281,066.00 6114 9/14 280 749 41,160.00 6114 6114 9 750 10,350.00 7/14 7/14 3456 751 366,989.00 6114 11/14 27 752 32,010.00 9/14 10/14 Z:\254 Forms• Justin\254 Fo. .~ew (2016)1.xlsx PROFILE JOB# CODE PROJECT NAME & LOCATION 753 6 City of Jarupa Valley Contract# 6755-1 GIPP 5,296 LF OF 8' 754 6 Sewer Water Group 694 K-14-6023-DBB-3 755 6 2014 Cilvwide Sewer Linina Praiect GIPP 3, 16911 of 6' & 297 tt ol 10' 756 6 SSRP H06 Adams Ave. & Crenshaw H11 Bursdie & Wilshire 757 6 CAL TRANS-Western Structure 758 6 Sanitary sewer Pipeline Manhole Repair/Rehab City Project Number9126 GIPP 1,970 LF of 6'; 22,090 If of 8'; 760LF of 10',1,350 LF of 4,590 If of 18' 759 6 Sewer Line Rehab Project PW 041 760 6,3 City of San Diego Pipeline Rehabilitation Package T-1 GIPP 25,076 of 8" & 292 Top Hats 761 6 Sewer Group 808 GIPP 371 LF of 8' 762 6 SSRP N06A, N06B & N03 vlPP 7,408 LF of 8" non-structural, 3,618 LF of 8" structural, 641 LF of 12" structural, 306 LF of 10" structural, 21 LF of 15" non-structural 763 6 Paseo Pointe Siphon Rehabilitation City of Vista, CA 764 6 SEWER GROUP JOB 795 GIPP 175 LF of 6", 4544 LF of 8", 290 of LF of 10" & 108 Top Hats 765 6 Sewers 5 -Various Locations City ot Los Angeles GIPP 1,963 LF 01 8" non-structural, 1,842 LF of 8" structural, 375 LF of 10" non-structural, 349 LF of 15" structural, 1 Top 766 6 airwind Pro1ect ity of Huntington Beach, CA raj act NO. 651:12 l:I07 LF 1 o· c;1PP 767 6 2014/15 Trenchless Tachnoloay Sawer Rehabilltat I Placer c;ounty 1 Project No. 08~50 1,395 Lr 6' i:.;IPP, 10Top Hats 768 6 !Glendale Ace. Wastewater c;apacity and street i:.;ity 011,;lendale mprovament .-rotect -spec. #3490 437 LF 8', 375 LF 15" 769 6 fAnnue1 Main Lina and Manhole Repairs f-Y 11,12 !City Of Imperial i,each \ J Southwest Pipeline and Trenchless Corp., License No. 773862-A Including U-Llner West and National Liner West Divisions Modified Standard Form 254 OWNER and/or GENERAL CONTRACTOR CONTACT INFO Kana Pipeline Inc. Hemes Tabadero 1639 E. Miraloma Avenue 619-434-7920 Placentia, CA 92870 IOrtizCorp. City of Santa Cruz David Glues 809 Center Street 831-420-5194 !Santa Cruz, CA 95060 Ramona Inc. Debora Echeverria PO Box 660219 626-355-4542 Arcadia, i:.;A 96001 California Dept of Transportation Neil Ashowrth 6005 Tyler Street 951-352-4300 Riverside, CA 92503 City of Salinas Marcos Quintero 200 Lincoln Avenue 831. 775.427 4 Salinas, CA 93901 Hanley Gen. Eng., Corp. Linda Hanley 3191 Mission Drive 805-688-3752 Santa Ynez, CA 93460 1..,ity of San Diego Shahara Neda 9485 Aero Drive 619-665-7447 san Diego, CA 92123 Portillo Concrete, Inc. Fabian Roman 3527 1..,itrus st. 619-466-4639 Lemon Grove, CA 91945 Vasilj, Inc. John Gaviaan 15531 Arrow Highway 626-480-1442 Irwindale, CA 91706 HA Builder Group, LLC Rvan Weber 13520 Evening Creek Dr. N, Suite 160 76o-683-4956 San Diego, i:.;A 92128 Chiauette Octavio 858-573-5069 Matthew and stewart Co., Inc. Bruce Flowers 2841 Gardena Ave 562-595-5471 Signam HII, i:.;A 90755 Nina Ptpeune, tnc. Hemes Tabadero 1""" E. Miraloma Avenue 714-986-1400 Placanua, C.A 92870 Ptacar County Mike Barret 11476c Ava. 530-886-4941 Auburn, vA 95603 City of Sii Valley Tim Trimble 2929 Tapo i:.;anyon Hoaa 562-843-0545 s1m1 vauey, <..;A 93063 Just c;onstruction, Inc. Leonor Romero 3103 Man<et street 619-702-7220 CONTRACT TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 5296 153,584.00 7/14 9114 753 754 183,876.00 7/14 3466 117,039.00 10/14 11/14 755 226,616.75 7/14 4/15 756 07A3614 2,303.33 3/15 4/15 757 30760 758 2,771,435.00 7/14 in-oroaress 759 154,780.00 8/14 in-progress 25076 292 760 2,086,414.20 4/15 in-oroaress 761 371 17,000.25 12/14 2/15 11994 635,652.98 8/14 4/15 762 84,200.00 3/15 4/15 763 5009 108 645,970.50 12/14 4/15 764 4529 1 335,065.00 9/14 4/15 765 907 43,392.00 12/14 1/15 766 1395 10 75,405.00 1/15 2/15 767 812 170,028.00 10/14 1/15 768 15,100.00 1/15 2/15 769 2:\254 Forms· Justin\254 ~(I,,. ,,.law (2016)1.XISlC PROFILE JOB# CODE 770 6 771 6 772 6 773 6 774 6 775 776 6 777 6 778 6 779 6 780 6 781 6 782 6 783 6 784 6 785 6 PROJECT NAME & LOCATION Pipeline Rehab • Phase G-2 (Laterals) City of San Diego 1,711 4• Top Hat, 10 6" Top hat Sewer cured In Place Pipe Repairs 2014 Padre Dam MwD ICIPP: 160 LF of 10", 1,730LF of 15", 950 LF of 18" Sewer Rehabilitation 2014 Various Locations -JN 868 City of Gardena 2014 Sewer Rehabilitation Project Cameron and Henderson Area Sewer 270 LF 6", 24650 LF 8", 950LF 10·, 865LF 12·, 1880LF 15" SsRP S01 Vernon & Western Work Order No. SZC12517 City of Los Angeles Sewer Trehab-Harbor Blvd & Woolsey Joint Outtall "B" Unit 6J Trunk Sewer Rehab -2014 Los Angeles County Sanitation District GIPP: 465 LF of 18" Sewer Main Lining Rehabilitation Project Phase IV City of Culver 1,;ity Project No. P-906 GIPP: 4,552 LF of 6", 67,594 LF of 8", 6,514 LF of 10", 7,613 LF of 12", 3,961 LF or 15", 1,323 LF of 18", 100TH 2014 Sewer Rehabilitation Project 11,;ity of Palm Springs (G & M 1,;onstruction) SS Pipeline & Manhole Repair/Rehab. -Phase 2 City of Salinas Project No. 9126 GIPP: 15,740 LF of 8", 513 LF of 10", 1,173 LF of 12", 637 LF of 15" Construction of Sewer and Water Group 691 city of San Diego Ortiz: 563, Bid: K-15-5875-DDB--3-C GIPP: 161 LF of 6", 220 LF of 8" Slauson Compton sewer Rehabilitation uuTV Pipeline Rehabilitation AB--1 city of San Diego K-15-1218-DBB--3-C Southwest Pipeline and Trenchless Corp., License No. n3862·A including U•Llner West and National Liner West Divisions Modified Standard Form 254 OWNER and/or GENERAL CONTRACTOR CONTACT INFO San Diego, CA 92102 Field Engineering Div. Hatam Ramin 9485 Aero Drive 619-980-8251 San Diego, CA 92123 Padre Dam Municipal Water District Robin Bier 9300 Fanita Parkway 619-258-4635 santee, CA 92072 Dan McCoy 310-261-1752 City of Barstow Dan McCov 310-261-1752 Ramona, Inc. Debora Echeverria P.O. Box 660219 626-355-1350 Arcadia, CA 96001 City or Buena Ventura Charles King Company, Inc. Steve Radaich 2841 Gardena Avenue 562-426-2974 Signal Hill, CA 90755 Steve@ckc.com [City of Culver City Jason Linsdau 9770 Culver Blvd. 760-759-2466 Cluver City, CA 90232 liiindsau@dudek.com Dan McCoy 310-261-1752 City of Salinas Marcos Quintero 200 Lincoln Avenue 831-758-4274 [Salinas, CA 93901 [Ortiz Corp. LucvOrtiz 2000 McKinley Ave 619-434-7923 National 1,;ity, CA 91950 Colich & Sons Don Colich 574 West 140th Street 310-261-4949 Gardena CA 90248 City of San Diego Damian Singleton 9485 Aero Drive 619-533-3482 San Diego, CA 92123 innleto"<111""ndl11no,< ov 11torm orain !'!• ...... •-'""'""" •.-, .. • ·. 1city or Monterey Lori Lvnn Williamson u.JT"..-,-.....·or ... 1u,;-11:11.,.1urDJl¥'', lU",OJl«J.~' ,~\if>, .. i<'":i\· 1~5~ camino El Estero 831-646-3783 162Uf'tffit4,~ •m..,., '':.-.-; .. -.. :i ':". Monterey, CA 93940 2014 Annual wastewater Main Imp Citywide SP2303 1vas11, Inc John Gaviaan City 01 Santa MOmca 15531 Arrow Hwy 626-480-1442 GIPP: 1094LF oi 6" Irwindale, CA 91706 '""'Vioan@aol.com ML water and sewer uroup 1urtizcorp. LucvOrtiz City 01 San Diego 2LMJ MCKinley Ave. 619-434-7923 K-14-6139-MAC-3-C [National city, ca 91950 ; CONTRACT TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 1721 4,102,020.00 2/15 4/15 770 2840 159,058.08 1/15 3/15 771 118,245.24 11/14 12/14 772 28345 1,021,845.00 12/14 4/15 773 9,199.43 11/14 12/14 774 384,160.00 11/14 11/14 775 465 30,000.00 2/15 3/15 776 91557 100 3,211,116.35 2/15 12/15 777 94,681.00 12/14 1/15 778 18063 1,592,088.00 2/15 779 381 780 28,033.00 250,000.00 11/15 11/15 781 4,537,051.65 782 1035 267,192.00 4/15 6115 783 1094 30,632.00 4/15 6115 784 76,072.00 785 Z:\254 Forms • Justin\254 Fe,,. tew (2016)1.xlsx PROFILE JOB# CODE PROJECT NAME & LOCATION 786 787 3,6 Pipe Rehabilitation AA-1 K-15-1243-DBB-3 GIPP: 42726LF of 8', 89LF of 1 o·, 922 Top Hat 788 6 CIP project number 14-402 1577LF 6', 3670LF 8', 130LF 10', 40LF 15' GIPP 789 6 Sewer Group 940 vity or San Diego GIPP: 180LF of 6', 479LF of 8' 790 6,3 Princess View Dr Storm Drain Replacement Proj City of San Diego K-13-5870-JU<.;-3-v GIPP: 144605LF of 8', 1080 top hats 791 3 Sewer group 693 City of San Diego 6Top Hats 792 3,6 Non-potable and Sewer Pipeline Project City or Redlands 1284LF of 8' GIPP, 8 Top Hats 793 3 Sewer lateral Seal Repairs 2014/15 ISCWD 37 top hats 794 6 El Camino Del Teatro City of San Diego 400LF GIPP 12' 795 6 Iuutfall Trunk Sewer Rehab 2015 County San. Dist. Of LA GIPP: 1772LF 15', 679LF 18' 796 6 Project No. 3127 City of Oroville lvlPP: 16536LF 6', 3771LF 8', 1555LF 10', 273LF 12', 465LF 15' 797 6 Sewer Main Rehabilitation FY15 City of Santa Barbara GIPP: 8207LF 6', 3826LF 8', 255LF 10', 2094LF 12' 508LF 15', 820LF 16', 8 Top Hats 798 6 Sewer Group 7 43 City of San Diego IGIPP: 1096LF 8', 808LF 6', 39 top hats 799 6 ,,,.,,11,-s14 Hover and Vernon ,S£u12531 GIPP: 4136LF 8', 998LF 10', 329LF 12', 458LF 8"SL 640LF 12"SL 800 6 AGP lining project No. 1 {;lr-15721 vlPP: 1246L~ 6 462LF 8 5663LF 10' 801 6 Pipeline Rehabilitation Phase II v1r-8207 proJect vlPP: 291 L~ 6' 17866L~ 9· Lateral repairs Southwest Pipeline and Trenchless Corp., Ucense No. TT3862-A Including U-Uner West and Natlonal Liner West Division& Modified Standard Form 254 OWNER and/or GENERAL CONTRACTOR CONTACT INFO City of San Diego Eleida Felix Yackel 1010 Second Ave, 14thFloor MS614C 619-533-3449 San Diego Ca 92101 lil<Vackel@sandieao. OV City of Hermosa Beach Dan McCov 310-261-1752 TC Construction Company Kierstin Covle 10540 Prospect Ave 619-219-3624 Santee CA 92071 kcovte@tcincsd.com KTAColnc Shawn Mione 821 TaverRd 619-562-9464 Alpine Ca 91901 Ortiz/:;an Diego 1,ounty LucvOrtiz 619-434-7923 MCC Pipeline Scott Johnson 33562 Yucaipa Blvd 4-325 951-566-7187 Yucaipa, CA 92399 South Coast Water District Joseph McDivitt 31592 West Street 949-499-4555 Laguna Beach, vA 92651 KTA construction 821 Tavern Road Alpine, CA 91901 Icounty San. Dist. Of LA Debbie Valadez 1955 Workman Mill Rd. 562-908-4288ext1600 Whittier GA 90607 'l;ity of Oroville Jamie Haves 1735 Montgomery Street 530-538-2468 Oroville CA 95965 1,ity of Santa Barbara Lisa Arroyo 630 Garden Street 805-564-5486 Santa Barbara GA 93102 Transtar Pipeline John V. Brito 10467 Roselle Street 858-453-07 44 San Dieao CA 92121 Ramona Inc. Debora Echeverria PO Box 660219 626-355-4542 Arcaa1a, GA 96001 Napa Sanitation District 1515 SOSCOI Ferry Road Napa, 1,A 94558 City Of Vista Ms Chritine Baer Engineenng department 760-643-5383 200 1,Iv,c 1,enter unve Vista, Ga 92084 CONTRACT TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 786 42815 922 4,218,497.75 787 5417 491,010.25 788 659 39,979.00 789 144605 1080 1,970,204.00 4/15 790 6 6,900.00 4/15 4/15 791 1284 8 84,750.00 5/15 7/15 792 37 46,437.00 6/15 7/15 793 400 40,200.00 794 2451 196,928.00 7/15 795 22600 1,144,794.34 796 15710 8 998,805.25 797 1904 39 190,622.00 798 6561 264,103.00 799 19112 255,564.00 800 18157 963,024.50 801 Z:\254 Forms • Justin\254 Fo1 •. , . New (2016)1.xlsx Southwest Pipeline and Trenchless Corp., License No. 773862-A Including U-Llner West and National Liner West Divisions Modified Standard Form 254 PROFILE JOB# CODE PROJECT NAME & LOCATION OWNER and/or GENERAL CONTRACTOR CONTACT INFO CONTRACT TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 802 3,6 .. rojecl No. -,.,, .... ilalY ~~, ... Rick Nack 8100 100 1,281,634.00 7/15 8115 802 vamaru1o~~IY LnDllllA 601 Carmen Drive 805-388-5344 ,=r, -n,n~ •Olt:1'.,8 ,10',12',15',18',24" 10Qtnnhal$ fCamarillo, cA 93010 803 6 I:sewer Rehabilitation Project No. 12 County of Los Angeles Irma VasQuez 17635 489,722.00 7/15 10/15 803 ID# SMDAC00141 900 South Fremont Ave 626-458-4951 GIPP: 1218LF of 10', 996LF 15', 15421LF 8' Alhambra, Claifomia 91803 804 3,6 Pipeline Rehab Phase J-2 City of San Diego Public Works Contract Div. Damian Sinaleton 7,783,456.00 8/15 10/15 804 fCity of San Diego 1010 second Ave, Suite 1400 619-533-3482 K-15-1347-DBB-3 Laterals San Diego, cA 92101 805 6 Agreement No 15023-01 TC Construction company Ofelia Becerra 531 48,321.00 9/15 10/15 805 !GIPP 18' 531LF 10540 Prospect Ave 619-219-3609 !Santee CA 92071 806 6 fSSRP P20 Colorado Blvd and Townsend ave Ramona Inc. Debora Echeverria 5831 390,579.50 10/15 806 GIPP: 3,485LF 8', 335LF 12', 849LF Str.8', 241LF Str.10', PO Box 660219 626-355-4542 921 LF Str.8' Arcadia, CA 96001 807 6 7774-On-Call GIPP General Contract 15-17 City ol San Jose California Dustin Shitanishi 1, 170,670.00 8/15 8/17 807 City of San Jose California 200 E. Santa Clara Street 408-793-5517 ICIPP:8000LF <=8', 5000LF >8'&<=12', 2000LF >12'&<=18' Tower 5th floor, San Jose, CA 95113 1000LF >18'&<=21' 808 6 Benson Avenue Extension Trunk Sewer Rehabilitation County Sanitation Districs of Los Angeles County Stan Peaadiotes 3346 497,478.00 10/15 808 County Sanitation Districts of Los Angeles County 1955 Workman Mill Road 562-908-4288ext1620 CIPP:3346LF 15' Whittier, CA 90607 809 Contract No 552189 Point Repair by CIPP RFB7022 Department or Purchasing and Contracting John PelleQrino 5 22,250.00 11/15 12/15 809 County of San Diego 5560 Overtand Ave, Suite 270, 858-505-6367 5 Sectionals :;an Diego California 92123 810 GIPP Storm Drain Rehabilitation Proj City of Monterey 331,746.00 9/15 810 811 Water 948 and Sewer-Water 963 .urtiz Corporation LucvOrtiz 1300 26 73,691.00 10/15 11/15 811 Bid K-14-6148-MAC-3C 2000 McKinley Avenue 619-434-7923 CIPP: 447LF 6', 853LF 8' 26Top Hat National city, CA 91950 812 Sewer Group 767 A K-15-1326-DBB-3-B-11077 Ortiz Corporation Lucy Ortiz 808 45,848.00 10/15 11/15 812 city or :;an Diego 2000 McKinley Avenue 619-434-7923 CIPP: 808LF 8" National City, CA 91950 813 Bert W. Salas Inc. Sheri Beckius 1129 141,010.00 10/15 813 10769 Woodside Ave, Suite 201 619-977-5608 ~ ;:iantee, CA 92071 2 ~ ,Y4LI"24 . ,, , 814 Pipeline Rehabilitation AF-1 K-16-1353-DBB-3 City of San Diego Public Works Clementina Giordano 44352 4,156,021.00 10/15 814 The City ol San Diego 1010 Second Ave 14th Floor MS614C 619-533-3481 GIPP: 44352Lt-8' San Diego CA 92101 815 sewer Pipeline Rehabilitation Proj Bombay Beach Downing conlructIon 115,290.00 10/15 11/15 815 coacnella Valley Water uIst 816 :;ycamore urive :;ewer Rehabilitation Project ::;v 15-02H city or ::;imi Valley Michael Kana 2205 126,747.00 1/16 2/16 816 ~ity of Simi Valley 2929 Tapo canyon Road 805-583-6809 \.,lr-r-260LF 10' 1945LF 12 Simi Valley 93...., 817 :storm uraIn Henab n13/14 Tc construction company Ofelia Becerra 493 82,593.00 12/15 1/16 817 City of Chula vista 10540 Prospect Ave 619-219-3609 GIPP: 190LF 18 , 303LF 30 Santee CA 818 Pipeline Rehab Phase z-1 A city or :;an uiego r-ucuc Works Clementina Giordano 36104 3,010, 178.50 1/16 2/16 818 ;: ., -~· Z:\254 Forms• Justin\254 FO.i-.. -i'.Jew (2016)1.xlsx PROFILE JOB# CODE PROJECT NAME & LOCATION City of San Diego CIPP:34118LF 8". 1289LF 10", 697LF 4" 819 On Call Sewer Main Point repairs 820 SSRP P07 Hundington Dr SZC12809 City of Los Angeles CIPP:345LF 6", 1892+1253LF 8", 308LF 10", 265LF 12" 821 SSRP NO7 Braodway and Pico 822 Wilmington/Allondora area sewer main 10-20JN135S !City of Compton GIPP: 39959Lt-8" 823 Repair sewer Mains Camp Pendleton lvlPP: 10346Lt-8", 1424LF 10·, 1422LF 12·, 447LF 15" 824 Pipeline Rehabilitation AD-1; K-16-1315-DBB-3 City of San Diego ICIPP: 44505U-8" 825 Sewer Rehab Project FY12/13 City of 1,jhula Vista GIPP: 826 Sectional Liner and Top Hat Point Repair RFB7212 County of San Diego 4 Sectionals 827 Storm Drain Lining Project Rancho Palos Verdes GIPP: 70LF 12", 1731LF 18", 918LF 24", 678LF 30", 1474LF 36", 378LF 54• 828 Arlington, Jefferson.Budlong, Gramercy and Wilshire Rehab City of Los Angeles ljlPP: 981LF 16", 360LF 20", 1027LF 27", 306LF 20" 829 Full Length Sewer Lining Repairs South Coast water District GIPP: 411LF 6", 671LF 8", 167LF 12" 830 Emergency Sewer Repair City of Compton 2 Point Repairs 831 sewer Rehabilitation Project Phase 2 City of South Pasadena 832 2016 c;MP :storm Drain Relining and Point Hepair ljlty or t'asadena 833 t:.I Camino Real :sewer Main Hehab11itat1on 812LF8" 834 sewer Lateral seal Repairs 835 sewer Repair and Rehab Mid City Group B Pro1ect 1.,1..-r-: 6228LF 8", 249LF 15 Southwest Pipeline and Trenchless Corp., License No. TT3862-A Including u-uner West and NaUonal Liner West Divisions Modified Standard Form 254 OWNER and/or GENERAL CONTRACTOR CONTACT INFO 1010 Second Ave 14th Floor MS614C 619-533-3481 San Diego CA 92101 Tierra Conracting Ramona Inc. Debora Echeverria PO Box 660219 626-355-4542 Arcadia, CA 96001 Ramona Inc City of Compton Bobby Fouladi 205 :south Willowbroo Avenue 310-605-5505 !Compton CA 90220 Martin Brothers Construction Teresa Aauilera 8801 Folsom Blvd, Ste 260 916-381-0911 I:sacramento, ljA 95826 Public Works ljontracts Division Clementina Giordano 1010 Second Ave Suite 1400 619-533-3481 San Diego, CA 92101 City of Chula Vista Public Works Kristi Phillios 1800 Maxwell Road 619-397-6128 Chula Vista, CA 91911 !County of San Diego Department of Public Works Kvmeshia morris 5500 Oveland Ave Suite 315 858-505-6367 !San Diego, CA 92123 City of Rancho Palos Verdes Andv Winie 30940 Hawthorne Blvd 310-544-5249 Rancho Palos Verdes, CA 90275 IColich & Sons Don Colich 574 West 140th Street 310-261-4949 Iuardena 1,jA 90248 South coast Water Dist Ernie Garcia 31592 West Street 949-499-4555 Laguna Beach, CA 92651 LA County Sanitation Cheryl Shea 1955 Workman Mill Road 562-908-4288 Ext 1404 Whittier CA 90607 City of South Pasadena Leaonna DeWitt 1414 Mission 626-403-7240 :south Pasadena CA 91030 uecartment or Public Works Miriam Carter 100 North uame,a Ave 626-744-6736 Pasadena CA 91109 c,;1ty or ljansbaa Graham Jordan 1635 Faraday Avenue 760-602-2462 canscaa cA 92008 South coast Water Distnct Michele Collins 31592 west st 949-499-4555 Laauna Beach, c;A 92651 City or West Hollywood Donn Uvenu 8300 :santa MOnica Blva 323-648-6566 CONTRACT TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 30.750.00 12/15 819 4063 261.681.00 1/16 2/16 820 896,676.00 12/15 821 39959 2,393,555.00 2/16 2/16 822 13639 165,143.00 1/16 2/16 823 44505 4,834,270.00 1/16 3/16 824 508,450.00 4/16 825 4 14,900.00 3/16 3/16 826 5249 897,571.00 3/16 416 827 2674 421,298.00 2/16 3/16 828 1249 62,972.00 4/16 7/16 829 830 2 17,000.00 3/16 3/16 3,990,890.00 5/16 8/16 831 321,000.00 3/16 832 812 22,736.00 5/16 833 46,750.00 5/16 834 6477 536,712.00 5/16 835 Z:\254 Forms-Justin\254 F01,,., New (2016)1.xlsx PROFILE JOB# CODE PROJECT NAME & LOCATION 836 Sanitary Sewer Repairs and Rehab CIPP: 13175LF 6", 5425LF 8" 453LF 10', 474LF 12' 837 838 SSRPZ18A Century Blvd Main St CIPP: 17406LF 8', 1584LF 10, 639LF 12', 315LF 15' 839 20116-16 Citywide Sewer Lining Project CIPP: 5470LF 6', 293LF 12', 32LF 16' 840 Titled Lovers Point Watershed Storm Drainage, Sewer lmpr. ICIPP:395LF 48', 465LF 36' 841 842 843 844 845 846 847 848 2016 Slip line Project No. 2016-04 CIPP: 3277LF 6" 849 Pipeline Rehabilitation Al-1,K-17-1461-DBB-3 CIPP:40000LF 8' Top Hats: 809 850 castle storm Replacement JVv SP15001-1 L-15-1281•JU\,•2 c.;IPP:323u-24' 851 IEI Monte LA ~m :;ipnon 1.,1r-r-:83LF 63' 852 ~ewer r-Ipeline Rehabilitation Phase Ill (;IPP:225LF 6", 13894LF 8' Top Hat 200 853 Small Diameter c.;lt"t" JN214014 Southwest Pipeline and Trenchless Corp., Ucense No. n3862-A Including U-Uner Weal and National Uner Weal Divisions Modified Standard Form 254 OWNER and/or GENERAL CONTRACTOR CONTACT INFO. West Hollywood, CA 90069 Public Works Averill Salonga 200 East Santa Clara Street 310-329-8717 Santa Clara, CA 95113 Vasili Inc 15531 Arrow Highway I 626-480-1442 Irwindale, CA 91706 vity or :;anta uuz Steve Wolfman 809 Center St Room 201 831-420-5428 :;anta c.;ruz, c.;A 95060 Monterey Peninsula Engineering Peter Taormina P.O. Box 2317 831-384-4081 Monterey, CA 93942 City of Fort Bragg June Lemos 416 N Franklin Street 707-961-2823 Fort Bragg CA 95437 City of San Diego Michelle Munoz 1010 Second Ave Suite 1400 619-533-3482 ;san Diego, CA 92101 ~Itv of San Diego Michelle Munoz !Public Works Department 619-533-3482 1010 :;econa Ave., :;uIte 1400 San Diego, CA 92101-4905 Mike Prlich & :;ons, inc. ror c.;Ity or Los AngeIes 5103 Elton Street, t>aIawon Park, ca. 91706 626-813-1700 11uena :;anitation District Elmer Alex 200 Civic Center Dnve 760-643-5416 Vista, CA 92084-6275 Padre Dam Municipal Water District Clara Cornelious CONTRACT TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE 19527 1,347,022.00 5/16 836 19944 907,245.00 7/16 5795 278,634.00 8/16 860 235,585.00 3277 128,980.00 40000 809 4,256,682.50 323 57,494.00 83 309,660.00 14119 200 1,104,563.40 2463 165,286.00 - Z:\254 Forms• Justin\254 FL p"lew (2016)1.:idsx PROFILE JOB# CODE PROJECT NAME & LOCATION GIPP: 2151LF 8' 312LF 6' ) Southwest Pipeline and Trenchless Corp., Ucense No. 773862-A Including U-Llner West and NaUonal Liner West Divisions Modified Standard Form 254 OWNER and/or GENERAL CONTRACTOR CONTACT INFO 9300 Fanita Parkway 619-258-4633 Santee, CA 92071 CONTRACT TOTAL LF TOP HAT/SECTIONAL AMOUNT START COMPLETE Z:\254 Forms• Justin\254 F<. ,,_)~w (2016)1.xlsx CONTRACT PUBLIC WORKS This agreement is made this /fefh day of · , 2017, by and between the City of Carlsbad, California, a munici al corporation, (hereinafter called "City") and Southwest Pipeline & Trenchless Corp., a California corporation, whose principal place of business is 22118 S. Vermont Ave., Torrance, CA 90502 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: PIPELINE CIPP REHABILITATION PHASE I CONTRACT NO. 5503-11 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, 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. ,, •f' Revised 5/10/16 Contract No. 5503-11 Page 32 of 107 Pages 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. 8. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Contractor shall comply with California Labor Code, section 1776, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. ,, •+' Revised 5/10/16 Contract No. 5503-11 Page 33 of 107 Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy# 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $2,000,000 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: $2,000,000 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 and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. ,, •+' Revised 5/10/16 Contract No. 5503-11 Page 34 of 107 Pages b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I} Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in Section 3 of the General Provisions. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. l'l •fi' Revised 5/10/16 Contract No. 5503-11 Page 35 of 107 Pages (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (8) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. ~ inif -~'--'l\~-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. ,, •+' Revised 5/10/16 Contract No. 5503-11 Page 36 of 107 Pages 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED stin Duchaineau-President By: _ _..,..g'-./-(""'r-in-~""n-,--_,e_a_n_,d_t-itl_e_> ___ _ V ( sign here) Robert Bolger-Secretary {print name and title) President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER City Attorney By ~C~ Deput CityAttorney 0 Revised 5/10/16 Contract No. 5503-11 Page 37 of 107 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On '2--t , \ \ '1--before me, Robert Bolger Jr., Notary Public Date (\ Here Insert Name and Title of the Officer personally appeared ____ J_~_~.__~-'----f' __ U_~---=-~-· _I\_LIJN-_____________ _ Name(s) of Signer(s) 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 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 PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature __ ------"-~--~------"""""( __ L?_~·· _. __ _ Signature of~ Public Place Notary Seal Above ---------------oPT/ONAL--------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended 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: ___________ _ Signer's Name: ____________ _ Corporate Officer -Title(s): ______ _ Corporate Officer -Title(s): ______ _ Partner -Limited General Partner -Limited General Individual Attorney in Fact ... Individual Attorney in Fact · Trustee Guardian or Conservator : Trustee Guardian or Conservator ·Other: ______________ _ 'Other: ____________ _ Signer Is Representing: ________ _ Signer Is Representing: ________ _ '~ ©2014 National Notary Association• www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles before me, Sharon Ines Farmer, Notary Public (insert name and title of the officer) personally appeared _R_o_b_e_rt_B_o_lg_e_r ___________________ _ 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 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 PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ~'C1-c. Signature ~~ -·"------(Seal) Bond Number: 024071416 Premium Included in Charge for Performance Bond LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2017-012, adopted January 24, 2017, has awarded to Southwest Pipeline & Trenchless Corp., (hereinafter designated as the "Principal"), a Contract for: PIPELINE CIPP REHABILITATION PHASE I CONTRACT NO. 5503-11 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, SOUTHWEST PIPELINE & TRENCHLESS CORP., as Principal, (hereinafter designated as the "Contractor"), and Liberty Mutual Insurance Company ,as Surety, are held firmly bound unto the City of Carlsbad in the sum of THREE HUNDRED FIFTY ONE THOUSAND TWO HUNDRED SIXTY Dollars ($351,260), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. 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 \ '-\ (sign here) Justin Duchaineau (print name here) President-Southwest Pipeline and Trenchless Corp. (title and organization of signatory) By:_/L~~a~---~ (sign here) Robert Bolger (print name here) Secretary-Southwest Pipeline and Trenchless Corp. (title and organization of signatory) Executed by SURETY this __ 1 s_t ___ day of February ,201L. SURETY: Liberty Mutual Insurance Company (name of Surety) 790 The City Drive South Suite 200 Orange, CA 92868 (address of Surety) (714) 634-5720 Noemi Quiroz, Attorney-i -Fact (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER CityAttom~ By: ~ Deputy City Attorney CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. State of California County of Los Angeles ) ss ) ont=:"e,b .i, 2.017 before me, Lisa L. Thornton, Notary Public, personally appeared Noemi Quiroz , who proved to me on the basis of satisfactory evidence to be the person{s} whose name{s} is/afe subscribed to the within instrument and acknowledged to me that A-etsheM,ev executed the same in h+s,lherAAe+f authorized capacity~, and that by h+s,lherAAe+f 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. (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On __ 3""+} ..._\L-t->+-\ ....... \1::__.__ ____ before me, Sharon Ines Farmer, Notary Public (insert name and title of the officer) personally appeared _R_o_b_e_rt_B_o_lg_e_r ___________________ _ 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 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 PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. • SHARON I. FARMER _ Notary Pullllc • California j Rlvtr1ld1 County ' Comml11lon # 2159138 ,. U O U U ,Ml t°2"2· e&1'!1Ju1 t1-.2i2&l Signature (Seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 • A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On --~"JC....0.../ 1_'1,...1 ..... 1'"""'1,___ ___ before me, __ R_o_b_e_rt_B_o_lg_e_r_Jr_.,_N_o_t_ary_Pu_b_lic _________ _ Date Here Insert Name and Title of the Officer personally appeared ________ Ju_s_ti_n_D_u_c_ha_i_ne_a_u _______________ _ Name(s) of Signer(s) 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 signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Place Notary Sea/ Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature __ _,/4,___ __ a__,e1""'7~'---·-------- i;g;at~otary Public ---------------oPTIONAL--------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended 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: ___________ _ Signer's Name: ___________ _ Corporate Officer -Title(s): ______ _ Corporate Officer -Title(s): ______ _ Partner -·-: Limited ,~ General , Partner -Limited , General : Individual · · Attorney in Fact Individual Attorney in Fact 1 Trustee ' Guardian or Conservator -_J Trustee -Guardian or Conservator 1 Other: _____________ _ ·: Other: ____________ _ Signer Is Representing: ________ _ Signer Is Representing: ________ _ ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 This Power of Attorney 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 Attorney call 610-832-8240 between 9:00 am and 4:30 pm EST on any business day. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under 1he laws of the Stale of New Hampshire, that Liberty Mutual Insurance Company Is a corporation duly organized under the laws of the State of Massachusetts, 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 forth, does hereby name, constitute and appoint, Noemi Quiroz of the city of Los Angeles , state of CA its true and lawful attorney-in-fact, with full power and authority hereby conferred to sign, execute and acknowledge the following surety bond: Principal Name: Southwest Pipeline and Trenchless Corp. Obllgee Name: City of Carlsbad, California Surety Bond Number: 024071416 Bond Amount: See Bond Form IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been afflXed thereto this 2§llL day of Septembet W§. STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY The Ohio Casualty Insurance Company Liberty Mutual Insurance Company Wes erican Insurance Company On this 26"' day of September,~ before me personally appeared David M. carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for 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 King of Prussia, Pennsylvania, on the day and year first above written. COMMONWEALTH OF PENNSYLVANIA Notarial Seal Teresa Pastella, Notary Public Upper Merion Twp., Montgomery County My Commission Expires March 28.2017 Member, Pennsylvania Association of Notaries ARTICLE IV -OFFICERS -Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limttation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments 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 attomey- in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, 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 officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation -The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Csrey, Assistant Secretary to appoint such attomeys- in-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization -By unanimous consent of the Company's Board of Dire~rs. the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this~ day of February 2017 Bond Number: 024071416 Premium: $4,401.00 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2017-012, adopted January 24, 2017, has awarded to Southwest Pipeline & Trenchless Corp., (hereinafter designated as the "Principal"), a Contract for: PIPELINE CIPP REHABILITATION PHASE I CONTRACT NO. 5503-11 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, SOUTHWEST PIPELINE & TRENCHLESS CORP., as Principal,(hereinafter designated as the "Contractor"), and Liberty Mutual Insurance Company , as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of THREE HUNDRED FIFTY ONE THOUSAND TWO HUNDRED SIXTY Dollars ($351,260), said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. 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 _1 _"\ __ day of _~f'l_M:'-'-'--W-"--'-----' 20il_. Justin Duchaineau (print name here) President-Southwest Pipeline and Trenchless Corp. (Title and Organization of Signatory) By: (sign here) Robert Bolger (print name here) Secretary-Southwest Pipeline and Trenchless Corp. (Title and Organization of signatory) Executed by SURETY this _1_s_t ___ day of _F_e_b_ru_a~ry.__ __________ ,20_1_7_ SURETY: Liberty Mutual Insurance Company (name of Surety) 790 The City Drive South Suite 200 Orange, CA 92868 (address of Surety) (714) 634-5720 (telephone number of Surety) /~ 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 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: CELIA A. BREWER City Attorney By: Deputy City Attorney CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. State of California County of Los Angeles ) ss ) On Feb. i 2011 before me, Lisa L. Thornton, Notary Public, personally appeared Noemi Quiroz , who proved to me on the basis of satisfactory evidence to be the person{s} whose name{s} is/af,e subscribed to the within instrument and acknowledged to me that J:l.etshefthev executed the same in h+stherMe,H: authorized capacityBest, and that by h+stherMe,H: 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 PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Commission # 2118370 ~ i'."• · Notary Public -California ~ z .,. Los Angeles County ~ 3. ;·: ·; 9 9 MJ 20:~-J~i~ev~lz,JOJt( (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On -~3-----+)~\_t..t __ J----1~1-:--____ before me, Sharon Ines Farmer, Notary Public (insert name and title of the officer) personally appeared _R_o_b_e_rt_B_o_lg_e_r ___________________ _ 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 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 PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On 1 \ \''1 I \] before me, __ R_o_b_e_rt_B_o_lg_e_r_J_r._, N_o_t_ary_P_u_b_li_c _________ _, Date Here Insert Name and Title of the Officer personally appeared ________ Ju_s_ti_n_D_u_c_ha_i_ne_a_u _______________ _ Name(s) of Signer(s) 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 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 PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature __ ~~~--'LJf__,~.,,._,.~·-------- Sigrmt~otary Public ---------------oPTIONAL--------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended 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: ___________ _ Signer's Name: ___________ _ · Corporate Officer -Title(s): ______ _ Corporate Officer -Title(s): ______ _ Partner -··: Limited i · General ; Partner -Limited , General : Individual Attorney in Fact __ i Individual .. Attorney in Fact 1 Trustee : Guardian or Conservator '.J Trustee ·.·. Guardian or Conservator ; Other: _____________ _ ···.: Other: ____________ _ Signer Is Representing: ________ _ Signer Is Representing: ________ _ ©2014 National Notary Association• www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 This Power of Attorney limits the acts of those named heniln, and they have no authority to bind the Company except In the manner and to the extent heniln 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 Attorney call 610-832-8240 between 9:00 am and 4:30 pm EST on any business day. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: Thal The Ohio Casualty Insurance Company is a oorporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein oolleclively called the "Companiesj,_pursuant to and by authority herein set forth, does hereby name, oonstitute and appoint, Noemi Quiroz of the city of Los Angeles • state of CA its true and lawful attomey-in-fact, with full power and authority hereby oonferred to sign, execute and acknowledge the following surety bond: Principal Name: Southwest Pipeline and Trench less Corp. Obllgee Name: City of Carlsbad Sunity Bond Number: 024071416 Bond Amount See Bond Form IN WITNESS WHEREOF. this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the oorporate seals of the Companies have been affixed thereto this 26th day of September, 2016. STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY The Ohio Casualty Insurance Company Liberty Mutual Insurance Company Wes erican Insurance Company On this 26111 day of September,~ before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such. being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. COMMONWEALTH OF PENNSYLVANIA Notarial Seal Teresa Pastella, Notary Public By: Upper Merion Twp., Montgomery County ----,~~:"'-"""@o-~-c,-1,~~~~,,#,.-L---- My Commission Expires March 28. 2017 Member, Pennsylvania Association of Notaries ARTICLE IV -OFFICERS -Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the Presiden~ and subject to such limnation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, reoognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments 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 attomey- ln-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, 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 officer of the Company authorized for that purpose in writing by the chairman or the presiden~ and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, reoognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation -The President of the Company, acting pursuant to the Bylaws of the Company. authorizes David M. Carey, Assistant Secretary to appoint such attomeys- in-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, reoognizances and other surety obligations. Authorization -By unanimous consent of the Company"s Board of Directors, the Company oonsents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in oonnection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee c. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct oopy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this~ day of February 2017 ,_ ~ SOUTHWEST PIPELINE ~) & TRENCHLESS CORP. BOARD OF DIRECTORS RESOLUTION SOUTIIWEST 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 California Corporation, certify that the Bylaws of the corporation authorize the directors to act by unanimous consent. Pursuant to Section 307 (b) of the California General Corporation Law and the Bylaws of the corporation, the undersigned acknowledges their continuing consent to adoption oftbe 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 tho 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 S, 2012 and will remain in full force and e:ffect for pertinent documents signed hereafter. RESOLVED, that Robert E. Bolger is authori7.ed 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 January S, 2012 and will remain in full force and effect for pertinent documents signed hereafter. + Southwest Pipeline & Trenchless Corp. 22118 S. Vermont Ave. Torrance, CA 90502 Tel. 310-329-8717 Fax 310-329-0981 + OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and ____________________________ whose address is _____________________________ hereinafter called "Contractor" and whose address is ----------------------- hereinafter -------------------------------called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to section 22300 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 PIPELINE CIPP REHABILITATION PHASE I CONTRACT NO. 5503-11 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 market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withhe_ld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 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 ,, • ., Revised 5/10/16 Contract No. 5503-11 Page 42 of 107 Pages 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: For Contractor: For Escrow Agent: Title FINANCE DIRECTOR ------'---'-'-""""--'-~-=---'~--=-......,c,..-=-c....;.__ ___ _ Name ------------------ Signature ________________ _ Address 1635 Faraday Avenue, Carlsbad, CA 92008 Title ------------------ Name ------------------ Signature ________________ _ Address ----------------- 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 5/10/16 Contract No. 5503-11 Page 43 of 107 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: For Contractor: For Escrow Agent: ,, •+;' Revised 5/10/16 Title MAYOR __ ____,;.;;.;....;.~.;....;;._------------ Name ----------------- Signature _______________ _ Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 Title ------------------ Name ----------------- Signature _______________ _ Address _______________ _ Title ---------------- Name ---------------- Signature _____________ _ Address --------------- Contract No. 5503-11 Page 44 of 107 Pages GENERAL PROVISIONS FOR PIPELINE CIPP REHABILITATION PHASE I CONTRACT NO. 5503-11 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 --TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS -Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. ,, • ., Revised 11/24/10 Contract No. 5503-11 Page 45 of 107 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 all other types of written notices issued to potential bidders prior to opening of Bids. Agency -The City of Carlsbad, California. Agreement -See Contract. Assessment Act Contract -A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base -A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid -The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder -Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board -The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond -Bid, performance, and payment bond or other instrument of security. City Council -the City Council of the City of Carlsbad. City Manager -the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract -A Contract financed by means other than special assessments. Change Order -A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code -The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager-the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract-The written agreement between the Agency and the Contractor covering the Work. ,, •+' Revised 11/24/10 Contract No. 5503-11 Page 46 of 107 Contract Documents -Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Contractor -The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contractor" shall mean Contractor. Contract Price -The total amount of money for which the Contract is awarded. Contract Unit Price -The amount stated in the Bid for a single unit of an item of work. County Sealer -The Sealer of Weights and Measures of the county in which the Contract is let. Days -Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection -The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board -Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier -Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer -The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile -Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer -A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer -A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire -The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm -The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item -A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. ,, • ., Revised 11/24/10 Contract No. 5503-11 Page 47 of 107 Modification -Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Notice of Award -The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed -A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization -When used in Section 2-3.1 -Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person -Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans -The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. Private Contract -Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector -The Engineer's designated representative for inspection, contract administration and first level for informal dispute resolution. Proposal -See Bid. Reference Specifications -Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway -The portion of a street reserved for vehicular use. Service Connection -Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer -Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications -General Provisions, Standard Specifications, Technical Specifications, Reference Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Standard -The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. ,, • ., Revised 11/24/10 Contract No. 5503-11 Page 48 of 107 Standard Plans -Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications -The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". State -State of California. Storm Drain -Any conduit and appurtenances intended for the reception and transfer of storm water. Street -Any road, highway, parkway, freeway, alley, walk, or way. Subbase -A layer of specified material of planned thickness between a base and the subgrade. Subcontractor -An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade -For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision -Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement -A written amendment of the Contract Documents signed by both parties. Supplemental Provisions -Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Surety -Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne -Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility -Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private easement. Work -That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. ,, • ., Revised 11/24/10 Contract No. 5503-11 Page 49 of 107 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 CONG ........................................................... Concrete ABAN D ....................................................... Abandoned CONN ........................................................ Connection ABS ........................ Acrylonitrile -butadiene -styrene CONST .................................. Construct, Construction AC .................................................... Asphalt Concrete COORD ...................................................... Coordinate ACP ........................................... Asbestos cement pipe CSP ............................................ Corrugated steel pipe ACWS ..................... Asphalt concrete wearing surface CSD ............................... Carlsbad Standard Drawings ALT ................................................................ Alternate CTB ............................................ Cement treated base APTS ................................. Apartment and Apartments CV ............................................................ Check valve AMER STD ................................... American Standard CY ............................................................... Cubic yard AWG ............... American Wire Gage (nonferrous wire) D .............................................................. Load of pipe BC .................................................. Beginning of curve dB ................................................................... Decibels BCR ....................................... Beginning of curb return DBL .................................................................. Double BORY ............................................................ Boundary DF ............................................................... Douglas fir BF ..................................................... Bottom of footing DIA ................................................................ Diameter BLDG ........................................ Building and Buildings DIP ..................................................... Ductile iron pipe BM ............................................................. Bench mark DL ................................................................ Dead load BVC .................................... Beginning of vertical curve DR ...................................................... Dimension Ratio B/W ........................................................... Back of wall DT ................................................................. Drain Tile CIC ..................................................... Center to center DWG ............................................................... Drawing CAB ...................................... Crushed aggregate base DWY .............................................................. Driveway CAL/OSHA ............ California Occupational Safety and DWY APPR ................................... Driveway approach Health Administration E ....................................................................... Electric CalTrans ....... California Department of Transportation EA ........................................................................ Each CAP .................................... Corrugated aluminum pipe EC ............................................................ End of curve CB ............................................................. Catch Basin ECR ................................................ End of curb return Cb ........................................................................ Curb EF ................................................................ Each face CBP ............................... Catch Basin Connection Pipe EG ......................................................... Edge of gutter CBR ....................................... California Bearing Ratio EGL .................................................. Energy grade line CCR ............................ California Code of Regulations El ................................................................... Elevation CCTV ............................................... Closed Circuit TV ELC ..................................... Electrolier lighting conduit CES .......................... Carlsbad Engineering Standards EL T ........................................................ Extra long ton CF ................................................................ Curb face ENGR ....................................... Engineer, Engineering CF ................................................................ Cubic foot EP ................................................... Edge of pavement C&G .................................................... Curb and gutter ESMT ........................................................... Easement CFR ................................ Code of Federal Regulations ETB .......................................... Emulsion-treated base CFS ......................................... Cubic Feet per Second EVC ............................................... End of vertical curb CIP ......................................................... Cast iron pipe EWA ............................... Encina Wastewater Authority GIPP ................................................ Cast-in place pipe EXC ............................................................ Excavation CL ............................................. Clearance, center line EXP JT ................................................. Expansion joint CLF .................................................... Chain link fence EXST ............................................................... Existing CMB ............................... Crushed miscellaneous base F .................................................................. Fahrenheit CMC ......................................... Cement mortar-coated F&C ................................................... Frame and cover CML ............................................ Cement mortar-lined F&I .................................................. Furnish and install CMWD .................... Carlsbad Municipal Water District FAB ............................................................... Fabricate CO .................................................... Cleanout (Sewer) FAS ............................................... Flashing arrow sign COL .................................................................. Column FD ............................................................... Floor drain COMM ....................................................... Commercial FDN ............................................................ Foundation ,, • ., Revised 11/24/10 Contract No. 5503-11 Page 50 of 107 FED SPEC ................................. Federal Specification MOD ................................................... Modified, modify FG ........................................................ Finished grade FH ............................................................. Fire hydrant FL ................................................................... Flow line MON ............................................................ Monument MSL.. Mean Sea Level (Reg. Standard Drawing M-12) MTBM ......................... Microtunneling Boring Machine FS ...................................................... Finished surface FT-LB ......................................................... Foot-pound FTG .................................................................. Footing FW ............................................................ Face of wall G ........................................................................... Gas GA ..................................................................... Gauge GAL ............................................... Gallon and Gallons GAL V ......................................................... Galvanized GAR ........................................... Garage and Garages MUL T ............................................................... 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 O0 ..................................................... Outside diameter OE .............................................................. Outer edge OHE ................................................ Overhead Electric GIP .............................................. Galvanized iron pipe GL ........................................ Ground line or grade line GM .............................................................. Gas meter OMWD ................. Olivenhain Municipal Water District OPP ............................................................... Opposite ORIG ................................................................ Original GNV ............................................... Ground Not Visible PB ................................................................... Pull box GP .................................................................. Guy pole PC .................................................... Point of curvature GPM ................................................ gallons per minute PCC ....................... Portland cement concrete or point GR ...................................................................... Grade of compound curvature GRTG ............................................................... Grating GSP ........................................... Galvanized steel pipe H ............................................................ High or height HB .................................................................. Hose bib HC ................................................... House connection HOWL ........................................................... Headwall HGL. ............................................. Hydraulic grade line HORIZ .......................................................... Horizontal HP ............................................................. Horsepower HPG ................................................ High pressure gas HPS ................................ High pressure sodium (Light) HYDR ............................................................ Hydraulic IE ......................................................... Invert Elevation PCVC ....................... Point of compound vertical curve PE ........................................................... Polyethylene Pl .................................................. 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 ID ........................................................ Inside diameter INCL ............................................................... lncluding INSP ............................................................. lnspection INV ...................................................................... Invert PVT R/W ....................................... Private right-of-way Q ........................ Rate of flow in cubic feet per second QUAD ....................................... Quadrangle, Quadrant R ....................................................................... Radius IP .................................................................... Iron pipe R&O ......................................................... Rock and oil JC ..................................................... Junction chamber JCT ................................................................. Junction JS ..................................................... Junction structure JT ......................................................................... Joint L ........................................................................ Length LAB ............................................................. Laboratory R/W .......................................................... Right-of-way RA ...................................................... Recycling agent RAC ................................... Recycled asphalt concrete RAP ................................ Reclaimed asphalt pavement RBAC ............................. Rubberized asphalt concrete RC ................................................ Reinforced concrete LAT ................................................................... Lateral RCB ...................................... Reinforced concrete box LB ...................................................................... Pound LD ..................................................... Local depression LF ................................................................ Linear foot RCE ...................................... Registered civil engineer RCP ..................................... Reinforced concrete pipe RCV ........................................... Remote control valve LH ............................................................... Lamp hole REF ............................................................. Reference LL ................................................................... Live load REINF .............................. Reinforced or reinforcement LOL ............................................................. Layout line RES ............................................................... Reservoir LONG ........................................................ Longitudinal LP ................................................................ Lamp post LPS ................................. Low pressure sodium (Light) RGE ........................ Registered geotechnical engineer ROW ....................................................... Right-of-Way RR ................................................................... Railroad LS ................................................................ Lump sum L TS .................................................... Lime treated soil LWD ............................... Leucadia Wastewater District MAINT ..................................................... Maintenance MAX ............................................................. Maximum RSE .............................. Registered structural engineer RTE .................................... Registered traffic engineer S .................................... Sewer or Slope, as applicable SCCP ............................... Steel cylinder concrete pipe SD ............................................................. Storm drain MGR ............................................ Middle of curb return MEAS ............................................................. Measure MH ................................... Manhole, maintenance hole MIL SPEC .................................... Military specification MISC ..................................................... Miscellaneous SDNR .............................. San Diego Northern Railway SOR ....... Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD ......... San Diego Regional Standard Drawings ,, • ., Revised 11/24/10 Contract No. 5503-11 Page 51 of 107 SE ...................................................... Sand Equivalent TOPO ........................................................ Topography SEC .................................................................. Section TR ........................................................................ Tract SF ............................................................. Square foot TRANS ......................................................... Transition SFM ................................................ Sewer Force Main TS ......................... Traffic signal or transition structure SI. ...................... International System of Units (Metric) TSC ............................................. Traffic signal conduit SPEC ..................................................... Specifications TSS ........................................... Traffic signal standard SPPWC .......................................... Standard Plans for TW .............................................................. Top of wall Public Works Construction TYP .................................................................. Typical SSPWC ............................. Standard Specifications for UE .............................................. Underground Electric Public Works Construction USA .................................... Underground Service Alert ST HWY ................................................ State highway VAR .................................................... .Varies, Variable ST A ................................................................... Station VB ................................................................ Valve box STD ............................................................... Standard VC .......................................................... Vertical curve STR .................................................................. Straight VCP ................................................... Vitrified clay pipe STR GR ................................................ Straight grade VERT ............................................................... Vertical STRUC .......................................... Structural/Structure VOL .................................................................. Volume SW ................................................................. Sidewalk VWD ....................................... Vallecitos Water District SWD ...................................................... Sidewalk drain W ........................ Water, Wider or Width, as applicable SY ............................................................ Square yard WATCH .............. Work Area Traffic Control Handbook T .................................................................. Telephone WI. ........................................................... Wrought iron TAN ................................................................. Tangent WM ........................................................... Water meter TC .............................................................. Top of curb WPJ .......................................... Weakened plane joint TEL ............................................................. Telephone XCONN ............................................ Cross connection TF ........................................................... Top of footing XSEC ..................................................... Cross section 1-3.3 Institutions. Abbreviation Word or Words MSHTO ................. American Association of State Highway and Transportation Officials AISC .................................................................... American Institute of Steel Construction ANSI ...................................................................... American National Standards Institute API ...................................................................................... American Petroleum Institute AREA ............................................................ American Railway Engineering Association ASTM ............................................................ American Society for Testing and Materials AWPA. ................................................................ American Wood Preservers Association AWS ........................................................................................ American Welding Society AWWA. ...................................................................... American Water Works Association FHWA. ............................................................................. Federal Highway Administration GRI ................................................................................. Geosynthetic Research Institute NEMA ......................................................... National Electrical Manufacturers Association NOAA ................ National Oceanic and Atmospheric Administration (Dept. of Commerce) UL .................................................................................... Underwriters' Laboratories Inc. USGS ............................................................................. United States Geological Survey ,, •+;" Revised 11/24/10 Contract No. 5503-11 Page 52 of 107 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations} 1 mil (=0.001 in) .................................................................................... 25.4 micrometer (µm) 1 inch (in) .............................................................................................. 25.4 millimeter (mm) 1 inch (in) .............................................................................................. 2.54 centimeter (cm) 1 foot (ft) ................................................................................................ 0.3048 meter (m) 1 yard (yd) ............................................................................................. 0.9144 meter (m) 1 mile (mi) ............................................................................................. 1.6093 kilometer (km) 1 square foot (ft2) .................................................................................. 0.0929 square meter (m2) 1 square yard (yd2) ................................................................................ 0.8361 square meter (m2) 1 cubic foot (ft3) ..................................................................................... 0.0283 cubic meter (m3) 1 cubic yard (yd3) .................................................................................. 0.7646 cubic meter (m3) 1 acre .................................................................................................... 0.4047 hectare (ha) 1 U.S. gallon (gal) ................................................................................. 3.7854 Liter (L) 1 fluid ounce (fl. oz.) .............................................................................. 29.5735 millileter (ml) 1 pound mass (lb) (avoirdupois) ........................................................... 0.4536 kilogram (kg) 1 ounce mass (oz) ................................................................................. 0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) ................................................................ 0.9072 Tonne (= 907 kg) 1 Poise .................................................................................................. 0.1 pascal· second (Pa· s) 1 centistoke (cs) .................................................................................... 1 square millimeters per second (mm2/s) 1 pound force (lbf) ................................................................................ .4.4482 Newton (N) 1 pounds per square inch (psi) ............................................................. 6.8948 Kilopascal (kPa) 1 pound force per foot (lbf/ft) ................................................................. 1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) ....................................................................... 1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) ............................................... 1.3558 Watt (W) 1 part per million (ppm) ......................................................................... 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): ........................................................................ Degree Celsius (°C): °F = (1.8 x °C) + 32 ···············································································oc = (°F -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) ,, •+;' Revised 11/24/10 Contract No. 5503-11 Page 53 of 107 Common Metric Prefixes ~~it\ii::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::18~~ ~~~~~r~:: :: : :: :: : : : : : :: : : :: :: : :: :: :: :: :: : : : :: :: : :: :: : : : : : : : : : :: : : : : :: : :: :: : : : :: : : : :: : :: : :: :: : : : :: : : : :: : : 1 g:;2 1-5 SYMBOLS 11 L % I I 0 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 Centerline Survey line or station line ,, •f' Revised 11 /24/1 0 Contract No. 5503-11 Page 54 of 107 SECTION 2 -SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." "{b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. ,, •+;' Revised 11/24/10 Contract No. 5503-11 Page 55 of 107 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. Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the ,~ Engineer. """' Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, 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. .._; ,, •+' Revised 11/24/10 Contract No. 5503-11 Page 56 of 107 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 bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the General Provisions, project technical specifications, Carlsbad Engineering Standards (CES). The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards and Carlsbad Standard Drawings, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES and CSD, ,, •ii Revised 11/24/10 Contract No. 5503-11 Page 57 of 107 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 Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: ~ 1) Permits from other agencies as may be required by law. _,,, 2) Change orders, whichever occurs last. 3) Technical Specifications 4) Contract addenda, whichever occurs last. 5) Contract 6) Carlsbad General Provisions and Supplemental Provisions. 7) Standards plans. a) City of Carlsbad Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) State of California Department of Transportation Standard Plans. f) State of California Department of Transportation Standard Specifications. g) California Manual on Uniform Traffic Control Devices 2014 Revision 1 (CA MUTCD). 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. ,, • ., Revised 11/24/10 Contract No. 5503-11 Page 58 of 107 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, Technical Specifications, 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 otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of Transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: Title: -------------- Date: ------------ Company Name: ____________________________ _ 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. ,, •+' Revised 11/24/10 Contract No. 5503-11 Page 59 of 107 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. Working drawings are required in the following sections: 1 7-10.4.1 2 207-2.5 3 207-8.4 4 207-10.2.1 5 300-3.2 6 303-1.6.1 7 303-1.7.1 8 303-3.1 9 304-1.1.1 10 304-1.1.2 11 304-2.1 12 306-2.1 13 306-3.1 14 306-3.4 15 306-6 16 306-8 17 307-4.3 =--<\<>::>- TABLE 2-5.3.2 (A) Safety Orders Joints Joints General Cofferdams General General General Shop Drawings Falsework Plans General General General Tunnel Supports Remodeling Existing Sewer Facilities Microtunneling Controller Cabinet Wirinq Diagrams Trench Shoring Reinforced Concrete Pipe Vitrified Clay Pipe Fabricated Steel Pipe Structure Excavation & Backfill Falsework Placing Reinforcement Prestressed Concrete Construction Structural Steel Structural Steel Metal Hand Railings Jacking Operations Tunneling Operations Tunneling Operations Polyethylene Liner Installation Microtunneling Operations Traffic Siqnal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1) 2) 3) 4) 5) 6) 7) 8) List of Subcontractors per 2-3.2. List of Materials per 4-1.4. Certifications per 4-1.5. Construction Schedule per 6-1. Confined Space Entry Program per 7-10.4.4. Concrete mix designs per 201-1.1. Asphalt concrete mix designs per 203-6.1. Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to l\ .,,. Revised 11/24/10 Contract No. 5503-11 Page 60 of 107 describe a system, product or item. This information is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. 2-5.4 RECORD DRAWINGS. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless otherwise provided, the Contractor shall make arrangements, pay for, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING (Not 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 otherwise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its ,, • ., Revised 11 /24/1 0 Contract No. 5503-11 Page 61 of 107 activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. ,, • ., Revised 11 /24/1 0 Contract No. 5503-11 Page 62 of 107 SECTION 3 -CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor's signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 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. ,, •+;" Revised 11/24/10 Contract No. 5503-11 Page 63 of 107 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in the Special Provisions. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement cannot be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3-2.4.1 Schedule of Values. Prior to construction, Contractor shall provide a schedule of values for all 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. An example Schedule of Values is included in Appendix I for reference only. 3-2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material cannot 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 determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. ,, •+;' Revised 11/24/10 Contract No. 5503-11 Page 64 of 107 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CAL TRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. 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. ,, •ti Revised 11/24/10 Contract No. 5503-11 Page 65 of 107 The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ................................... 20 2) Materials . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 3) Equipment Rental ................... 15 4) Other Items and Expenditures . . 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. ,, •ir Revised 11/24/10 Contract No. 5503-11 Page 66 of 107 The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class Ill disposal site in accord- ance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. l'\ •+;' Revised 11/24/10 Contract No. 5503-11 Page 67 of 107 The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." Title: By: ------------------------------ Date: --------------- Company Name: ___________________________ _ The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provIsIons specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager ft ~, Revised 11/24/10 Contract No. 5503-11 Page 68 of 107 The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7 .1 ( commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b )(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. ,, •f' Revised 11/24/10 Contract No. 5503-11 Page 69 of 107 (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to ·~ subdivision (a) until the time that claim is denied as a result of the meet and confer process, "-Ill' including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b )(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 ( commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. ,, •+;' Revised 11/24/10 Contract No. 5503-11 Page 70 of 107 (2) Notwithstanding any other provIsIon of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. ,, • ., Revised 11/24/10 Contract No. 5503-11 Page 71 of 107 SECTION 4 -CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in ,, • ., Revised 11/24/10 Contract No. 5503-11 Page 72 of 107 the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall ,, •+; Revised 11 /24/ 1 0 Contract No. 5503-11 Page 73 of 107 furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to ~ determine that the quality, strength, physical, chemical, or other characteristics, including ~, durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1. 7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of ~ Weights and Measures, or by a scale mechanic registered with or licensed by the County. _,. ,, •+' Revised 11/24/10 Contract No. 5503-11 Page 74 of 107 The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. {'\ •ii' Revised 11/24/10 Contract No. 5503-11 Page 75 of 107 The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investiga- tive costs until resolution. Should the investigation discover assignable causes for the contradiction, the assignable party, the Agency or the Contractor, shall bear all costs associated with the investigation. Should assignable causes for the contradiction ex- tended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradic- tion, the initiator of the investigation shall bear all investigative costs. All claim notifica- tion requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. ,, • ., Revised 11/24/10 Contract No. 5503-11 Page 76 of 107 SECTION 5 -UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify .the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. ,, •ti' Revised 11/24/10 Contract No. 5503-11 Page 77 of 107 Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301-1.6, 2015 Edition. Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. ~ When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the ,, •+' Revised 11/24/10 Contract No. 5503-11 Page 78 of 107 ....,, utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the 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. ,, •+' Revised 11/24/10 Contract No. 5503-11 Page 79 of 107 SECTION 6 -PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within...1Q_calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node} format. The Baseline Construction Schedule ~ shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. The Baseline Construction Schedule shall clearly show the Contractor's proposed sequence of sewer mains to be rehabilitated. The Baseline Schedule shall identify each sewer main segment by street or easement name and manhole identification numbers. Each sewer segment shall include the proposed date for rehabilitation and duration for work to be performed. Contractor shall include dates for sending notification to impacted resi- dents/businesses per specification Section 02955 3.4.E. and 02955 3.4.F. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. ,, • ., Revised 11/24/10 Contract No. 5503-11 Page 80 of 107 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the "Project" program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency a CD-ROM data disk with all network information contained thereon, in a format readable by a Microsoft Windows 2000 system. The Agency will use a "Project" or equal software program for review of the Contractor's schedule. Should the Contractor elect to use a scheduling program other than the "Project" program by Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on- site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:00 a.m. and 5:00 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contractor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a ,, • ., Revised 11/24/10 Contract No. 5503-11 Page 81 of 107 shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. 6-1.2.10 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with Section 6-1.8.1. 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Engineer. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity's schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6-1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.7. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. ,, •f' Revised 11/24/10 Contract No. 5503-11 Page 82 of 107 ~\ J .... , 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 Electronic Media. The schedule data disk shall be a CD-ROM, labeled with the project name and number, the Contractor's name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in Section 6-1.2.4 "Schedule Software" and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. 6-1.3.5 Change Orders. Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.4 Engineer's Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked "Not Accepted". 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. ,, •+' Revised 11/24/10 Contract No. 5503-11 Page 83 of 107 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the "Accepted" schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section "substantially different" means a time variance greater than 5 percent of the number of days of duration for the project. 6-1. 7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor's Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per Sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1. 4 Engineer's Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per Section 9-3.2. 6-1.8 Measurement and Payment of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefore. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. ~ ...,,,,,l 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes rehabilitation of sewer pipeline, including installation of cured-in-place pipe (CIPP) lining systems along with """"' miscellaneous related work. Refer to Appendix C, D, and E for detail information. .,.,,,' ,, • ., Revised 11/24/10 Contract No. 5503-11 Page 84 of 107 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings (weekly meetings during construction operations and bi-monthly all other times during contract). The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, "The Contractor's Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of ,, • ., Revised 11 /24/ 1 0 Contract No. 5503-11 Page 85 of 107 its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, ~ except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, ,.,,,_;i labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof. the proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined ~. by the Engineer. The Agency will not be liable for damages which the Contractor could have .._, ,, • ., Revised 11/24/10 Contract No. 5503-11 Page 86 of 107 avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. The time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within 100 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor associa- tion, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed ,, •+;' Revised 11/24/10 Contract No. 5503-11 Page 87 of 107 and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor's written assertion that the Work has been completed. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of five hundred Dollars ($500.00). Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments-due the Contractor if such delay occurs. 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 over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any ,~ completed facility or appurtenance, the Agency will assume the responsibility and liability for ""-"' ,, •ti Revised 11/24/10 Contract No. 5503-11 Page 88 of 107 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. ,, •f' Revised 11/24/10 Contract No. 5503-11 Page 89 of 107 SECTION 7-RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimination because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. The Contractor's attention is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' com- pensation or to undertake self-insurance in accordance with the provi- sions of that code, and I will comply with such provisions before com- mencing the performance of the work of this contract." ,, • ., Revised 11/24/10 Contract No. 5503-11 Page 90 of 107 The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Resource Agency Permits. 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 communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. ('\ •fr' Revised 11/24/10 Contract No. 5503-11 Page 91 of 107 The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. the Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. :, When required by the Plans or Specifications, the Contractor shall furnish and operate a self- loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. ,, •ti' Revised 11/24/10 Contract No. 5503-11 Page 92 of 107 The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. The Contractor can, if desired, utilize City water or recycled water for the project (at current City water rates at time of contract execution). The Contractor can, if desired, borrow city water meter(s) at no cost for the duration of the project and return it to the City at the conclusion of the project. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 2009-0009-DWQ (as amended by 2010-0014-DWQ and 2012-0006- DWQ), National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff ,, • ., Revised 11/24/10 Contract No. 5503-11 Page 93 of 107 associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. The Contractor shall complete Form E-32 "Determination of Project's SWPPP Tier Level and Construction Threat Level" (Appendix F). The SWPPP shall be created and implemented throughout the project duration by the contractor in compliance with the requirements of the City's Engineering Standards, Volume 4 SWPPP manual. Payment for the SWPPP and its implementation is included under the bid item for this work. The Contractor shall be responsible for the preparation and implementation of the SWPPP and coordination with the City and the Regional Water Quality Control Board. All costs for preparing and implementing the Storm Water Pollution Prevention and Monitoring Plans and coordination with the City and the Regional Water Quality Control Board shall be included as part of the contract price bid. 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 attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. "" The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. ,, •+;' Revised 11 /24/1 0 Contract No. 5503-11 Page 94 of 107 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times. Unless otherwise authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is completed, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless otherwise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company, Coast Waste Management at 929-9417. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. {'\ • ., Revised 11/24/10 Contract No. 5503-11 Page 95 of 107 The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 72 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 72 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 72 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional ~ compensation for printing and distributing these notices. ,_ The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or equipment not installed or used in construction within 5 days after unloading shall be stored elsewhere by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equipment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.3 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Contractor shall furnish and install signs and warning devices and ~ promptly remove them upon completion of the Work ._,I ,, • ., Revised 11/24/10 Contract No. 5503-11 Page 96 of 107 After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer.................................................................................. (760) 602-2720 2) Carlsbad Fire Department Dispatch............................................... (760) 931-2197 3) Carlsbad Police Department Dispatch............................................ (760) 931-2197 4) Carlsbad Traffic Signals Maintenance (extension 2937) ................. (760) 438-2980 5) Carlsbad Traffic Signals Operations .. ... . . . . . .. . . .. . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . (760) 602-2752 6) North County Transit District........................................................... (760) 967-2828 7) Waste Management....................................................................... (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices 2014 Revision 1 (MUTCD) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty-five 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 duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of the MUTCD. All temporary reflective pavement markers shall conform to the provisions of the MUTCD. All temporary reflective channelizers shall conform to the provisions of the MUTCD. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of the MUTCD except that all temporary paint shall be rapid dry water borne. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in the MUTCD. If illuminated traffic cones rather than post-type delineators are used ,, • ., Revised 11/24/10 Contract No. 5503-11 Page 97 of 107 during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CAL TRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than six feet (6'), nor operate equipment within two feet (2') from any traffic lane occupied by traffic. For equipment the two feet (2') shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of one (1) paved traffic lanes, not less than twelve feet ( 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 2014 Revision 1 (FHWA MUTCD 2009 Revision 1 & 2 as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the California Manual on Uniform Traffic Control Devices 2014 Revision 1 (FHWA MUTCD 2009 Revision 1 & 2 as amended for use in California) published by CALTRANS. ~ Whenever the work causes obliteration of pavement delineation, temporary or permanent ..... jllilf ,, •+;' Revised 11 /24/1 O Contract No. 5503-11 Page 98 of 107 pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and the California Manual on Uniform Traffic Control Devices 2014 Revision 1 (MUTCD) as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals. ,, • ., Revised 11/24/10 Contract No. 5503-11 Page 99 of 107 7-10.3.7 Payment. The Contractor shall provide traffic control at the contract lump sum price bid. The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modifications, as specified in these supplemental provisions, and as directed by the Engineer. All expenses and time to prepare and review modifications, additions, supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and no additional payment will be made therefore. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item, the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no additional payment will be made therefore. Progress payments for "Traffic Control" will be based on the percentage of the improvement work completed. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made ·~ for the workers' protection from the hazard of caving ground during the excavation of such ...,_,,;' trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Safety Data Sheet as described in Section 5194 of the California Code of Regulations (CCR) shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the ,.......,, Material Safety Data Sheet and on the product container label. -,' ,, •+;' Revised 11 /24/1 0 Contract No. 5503-11 Page 100 of 107 The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit-required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit- required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROY AL TIES. 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 ,, • ., Revised 11/24/10 Contract No. 5503-11 Page 101 of 107 shall indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with ~ Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from ....,,, purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." ,, • ., Revised 11/24/10 Contract No. 5503-11 Page 102 of 107 SECTION 8 -FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. Field office for Agency personnel is not required. l'\ •+;' Revised 11/24/10 Contract No. 5503-11 Page 103 of 107 SECTION 9 -MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. :) Standard Measures. · ...... 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 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 correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after ·:, ,, • ., Revised 11/24/10 Contract No. 5503-11 Page 104 of 107 it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the ,, •tr' Revised 11/24/10 Contract No. 5503-11 Page 105 of 107 Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer ,, • ., Revised 11/24/10 Contract No. 5503-11 Page 106 of 107 to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be included in the various items of work and no other payment will be made. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. Clarification of bid items provided in Section 01025 Measurement and Payment of the Technical Specifications of this contract. ,, •+' Revised 11/24/10 Contract No. 5503-11 Page 107 of 107 TECHNICAL SPECIFICATIONS FOR CIPPPHASEI ~ / t "'SJ 2.0 t (o Prepared for City of Carlsbad Carlsbad, CA Contract No. 5503-11 September 2016 Kennedy/Jenks Project No. 1544106*02 PAGE INTENTIONALLY LEFT BLANK TECHNICAL SPECIFICATIONS TABLE OF CONTENTS DIVISION 01: GENERAL REQUIREMENTS 01025 01140 01300 Measurement and Payment Environmental Protection Submittal DIVISION 02: Site Work 02070 02072 02951 02955 Wastewater Flow Management Wastewater Discharge Emergency Plan Video Inspection of Pipelines Trenchless Pipe Rehabilitation END OF TABLE OF CONTENTS Contract No. 5503-11 CIPP Phase I TC-1 Table of Contents September 2016 PAGE INTENTIONALLY LEFT BLANK PART 1 -GENERAL SECTION 01025 MEASUREMENT AND PAYMENT 1.01 WORK LISTED IN THE SCHEDULE OF WORK ITEMS A. Work under this contract will be paid on a unit price or lump-sum basis as outlined in the Bid Form(s) for quantity of work installed. B. The unit prices and lump-sum prices include full compensation for furnishing the labor, materials, tools, and equipment as well as doing all the work involved to complete the work included in contract documents. C. The application for payment will be for a specific item based on the percent completed or quantity installed. The percent complete will be based on the value of the partially completed work relative to the value of the item entirely completed and ready for service. D. Extra work for changes in the Work shall be accomplished as provided in the General Provisions. 1.02 WORK NOT LISTED IN THE SCHEDULE OF WORK ITEMS A. The General Provisions and items in specifications 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 work 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 work are intended to establish a total cost for 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 reflects the total cost for completing the work in its entirety. PART 2 -PRODUCTS 2.01 DESCRIPTIONS OF BID ITEMS Contract No. 5503-11 GIPP Phase I 01025 -1 Measurement and Payment September 2016 Bid Item A-1 Contract Bonds, Insurance, Encroachment Permits, Right-of Entry, Project Management, Mobilization, Demobilization, and Preparatory Work including Project Submittals and Project Schedule. Payment for Bid item A-1 will be incremental throughout the project with final payment released upon project acceptance. Bid Item A-2 Traffic Control -Furnish, install and maintain Traffic Control including preparation and approval of Traffic Control Plans, all signs, delineators, arrow boards, flagmen, and temporary street striping as well as removing traffic control items when they are no longer needed. The contract lump sum price paid shall be considered full compensations for furnishing all materials , labor, tools, equipment and all incidentals, necessary to complete the work in accordance with the Standard Specifications and as directed by the Enqineer, Bid Item A-3 Sewer Cleaning, Preparatory Work and Video Inspections -Work includes but is not limited to traffic control to perform video inspections, clean sewer, removal of grease, roots and obstructions, collection and disposal of debris at downstream manhole, video inspect existing sewer after initial cleaning and flushing the sewer, and post-video inspection of sewer after rehabilitation work is complete, delivery of DVDs and written logs of sewer video to the owner in accordance with Technical Specification Section 02951 and as directed by the Engineer. Full compensation for the video inspections and related work and expenses shall be considered as included in the contract sum price and no additional compensation shall be allowed. Bid Item A-4 Remove Protruding Laterals in the Sewer Main and Preliminary Pipe Repairs -Work includes but is 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 robotically- controlled device from inside the sewer mains without excavation in accordance with Technical Specification Section 02995 and as directed by the Enqineer. Bid Item A-5 Wastewater Flow Management (WFM) and Wastewater Discharge Emergency Response Plan (WDERP)-Work includes but is not limited to furnishing all labor, materials, tools, equipment, and incidentals for preparing and executing the Contractor's WFM and WDERP in accordance with Technical Specification Section 02070 and 02072 and as directed by the Engineer. Full compensation for the preparation and approval of the contractors WFMP and WDERP and all related work and expenses shall be considered as included in the contract lump sum price paid for WFMP and WDERP and no additional compensation will be allowed. Bid Item A-6 Create and implement a Storm Water Pollution Prevention Plan (SWPPP) in accordance with the General Provisions, Technical Specification 01140, the City of Carlsbad Engineering Standards Volume 4 SWPPP Manual (Appendix G), and the NPDES General Permit (CAS000002)-Work includes but is not limited to furnishing all labor, materials, tools, equipment, permitting, and incidentals for preparing and executing an approved SWPPP. Measurement and Payment September 2016 01025 -2 Contract No. 5503-11 CIPP Phase I Bid Items B-1 , Furnish and Install Cured-in-Place Pipe (CIPP) liner (linear feet measure B-2, and B-3 from center of upstream manhole to center of downstream manhole) - Work includes but is not limited to furnishing all labor, materials, tools, equipment, sewer interior surface preparation, final interior sewer cleaning, liner curing process, end seals, finishing liner at interface of manhole, field and laboratory testing, and all incidentals for installation of CIPP liner in accordance with Technical Specification Section 02955 and as directed by the Enqineer. Bid Item B-4 Reinstate Sewer Laterals -Work includes but is not limited to furnishing all labor, materials, tools, equipment, and incidentals for reinstating sewer service laterals by a robotically-controlled device from inside the sewer main without excavation in accordance with Technical Specification Section 02955 and as directed by the Engineer. Bid Item B-5 Sewer Service Lateral Liner (Top Hat per Specification Section 02955 2.1 A.4.a. and 2.2 A.6.a.) -Work includes but is not limited to furnishing all labor, materials, tools, equipment, and incidentals for furnishing and installing sewer service laterals with a robotically-controlled device without excavation and performance of lateral liner curing process in accordance with Technical Specification Section 02955 and as directed by the Engineer. Bid Item C-1 Sewer Service Lateral Liner (Full Wrap per Specification Section 02955 2.1 (Alternative) A.4.b. and 2.2 A.6.b.) -Work includes but is not limited to furnishing all labor, materials, tools, equipment, and incidentals for furnishing and installing sewer service laterals with a robotically-controlled device without excavation and performance of lateral liner curing process in accordance with Technical Specification Section 02955 and as directed by the Enqineer. END OF SECTION Contract No. 5503-11 CIPP Phase I 01025 -3 Measurement and Payment September 2016 PAGE INTENTIONALLY LEFT BLANK SECTION 01140 ENVIRONMENTAL PROTECTION PART 1 -GENERAL 1.01 SCOPE A. This project is exempt from the CA Construction General Storm Water Permit because the project will disturb less than one acre of land surface. However, a Storm Water Pollution Prevention Plan is required per City of Carlsbad Engineering Standards Volume 4 (Appendix G) and General Provisions Section 7-8.6. B. Protection of environmental and water resources must be considered as discussed in Section 1.04(C) below. C. During the progress of the work, keep the work areas occupied by the Contractor in a neat and clean condition and protect the environment both onsite and offsite, throughout and upon completion of the construction project. 1.02 SUBMITTALS A. Develop a Storm Water Pollution Prevention Plan (SWPPP) in accordance with City of Carlsbad Engineering Standards Volume 4 SWPPP Manual and submit within thirty (30) days from the date of the Notice to Proceed. The SWPPP shall include, ~. but not be limited to, the following items: ...,.,,I 1. Copies of required permits. 2. Proposed disposal site(s). 3. Copies of any agreements with public or private landowners regarding equipment, materials storage, borrow sites, fill sites, or disposal sites. Any such agreement made by the Contractor shall be invalid if its execution causes violation of local or regional grading or land use regulations. 4. Completed City of Carlsbad Form E-32, Determination of Project's SWPPP Tier Level and Construction Threat Level (Appendix F). 5. All requirements of City of Carlsbad Engineering Standards Volume 4. B. Distribute the favorably reviewed plan to all employees and to all subcontractors and their employees. 1.03 ENVIRONMENTAL IMPACT MITIGATION MEASURES A. Comply with all environmental mitigation measures that are included in the Contract Documents. B. Comply with all federal, state and local regulations pertaining to environmental mitigation. Contract No. 5503-11 CIPP Phase I 01140 -1 Environmental Protection September 2016 1.04 MITIGATION AND MONITORING OF ENVIRONMENTAL FACTORS A. Requirements: All operations shall comply with all federal, state and local regulations pertaining to water, air, solid waste and noise pollution. B. Definitions of Contaminants: 1. Sediment: Soil and other debris that have been eroded and transported by runoff water. 2. Solid Waste: Rubbish, debris, garbage and other discarded solid materials resulting from construction activities, including a variety of combustible and non-combustible wastes, such as ashes, waste materials that result from construction or maintenance and repair work, leaves and tree trimmings. 3. Chemical Waste: Includes petroleum products, bituminous materials, salts, acids, alkalies, herbicides, pesticides, disinfectants, organic chemicals and inorganic wastes. Some of the above may be classified as "hazardous." 4. Sanitary Wastes: a. Sewage: That which is considered as domestic sanitary sewage. b. Garbage: Refuse and scraps resulting from preparation, cooking, dispensing and consumption of food. 5. Hazardous Materials: As defined by applicable laws and regulations. Undisclosed hazardous material contamination, if encountered will constitute a changed site condition as specified in the General Provisions Section 3-4. C. Protection of Natural Resources: 1. General: It is intended that the natural resources within the project boundaries and outside the limits of permanent work performed under this Contract be preserved in their existing condition or be restored to an equivalent or improved condition upon completion of the work. Confine construction activities to areas defined by the public roads, easements, and work area limits. Return construction areas to their pre-construction condition. 2. Air Quality: a. Employ measures to prevent the creation of air pollution. 1) Unpaved areas where vehicles are operated shall be periodically wetted down or given an equivalent form of treatment, to eliminate dust formation. 2) Store all volatile liquids, including fuels or solvents in closed containers. 3) No open burning of debris, lumber or other scrap will be permitted. 4) Properly maintain equipment to reduce gaseous pollutant emissions. 3. Construction Storage Areas: a. Storage of construction equipment and materials shall be designated in the Contractor's approved Traffic Control Plan. b. Store and service equipment at the designated Contractor's storage area. No dumping of surplus concrete or grout on the site will be permitted. 4. Fire Prevention: Take steps to prevent fires including, but not limited to the following: a. Provide spark arrestors on all internal combustion engines. b. Store and handle flammable liquids in accordance with the Flammable and Combustible Liquids Code, NFPA 30. c. Provide fire extinguishers at hazardous locations or operations, such as welding. Environmental Protection September 2016 01140-2 Contract No. 5503-11 GIPP Phase I 5. Fish and Wildlife Resources: The Contractor shall not be permitted to alter water flows or otherwise disturb native habitat adjacent to the project area which are critical to fish and wildlife except as may be indicated or specified. 6. Hazards: a. Oil wastes shall not be allowed to flow onto the ground or into surface waters. Containers shall be required at the construction site for the disposal of materials such as paint, paint thinner, solvents, motor oil, fuels, resins and other environmentally deleterious substances. 7. Land Resources: Do not remove, cut, deface, injure or destroy trees or shrubs outside the work area limits. Do not remove, deface, injure or destroy trees within the work area without permission from the Engineer or unless noted on the drawings. 8. Noise Control: Employ noise control procedures to comply with local ordinance and permit. 9. Odor Control: Employ measures to prevent the creation of odors. a. Properly maintain equipment to reduce gaseous pollutant emissions. 10. Sanitation: During the construction period, provide adequate and conveniently located chemical sanitation facilities, properly screened, for use of construction crews, the Engineer and visitors to the site 11. Water Resources: Comply with all applicable federal, state and local regulations concerning the discharge (directly or indirectly) of pollutants to the underground and natural waters. As indicated in Section 1.01 A, this project is exempt from the CA Construction General Permit but a SWPPP is required by the City of Carlsbad Engineering Standards Volume 4. In addition to the City SWPPP requirements, the following minimum erosion and sedimentation Best Management Practices (BMPs) shall be considered and implemented to minimize the potential for impacts to water resources: a. Exercise every reasonable precaution to protect streams, lakes, reservoirs, bays and coastal waters, if located near project site, from pollution with fuels, oils, bitumens, calcium chloride and other harmful materials and conduct and schedule operations so as to avoid or minimize muddying and silting of said streams, lakes, reservoirs, bays and coastal waters. b. Submit a plan to control water pollution effectively during construction of the Work. The Contractor may request the Engineer to waive the requirement for submission of a written plan for control of water pollution when the nature of the Contractor's operation is such that erosion is not likely to occur. Waiver of this requirement will not relieve the Contractor from responsibility for compliance with the other provisions of this Section. Waiver of the requirement for a written plan for control of water pollution will not preclude requiring submittal of a written plan at a later time if the Engineer deems it necessary because of the effect of the Contractor's operations. c. If the measures being taken by the Contractor are inadequate to control erosion and sedimentation effectively, the Engineer may direct the Contractor to revise his operations and his water pollution control program. Such directions will be in writing and will specify the items of work for which the Contractor's erosion and sedimentation BMPs are inadequate. No further work shall be performed on said items until the erosion and sedimentation BMPs adequately control erosion and sedimentation; and if also required, a revised water pollution control plan has been accepted. Contract No. 5503-11 CIPP Phase I 01140 -3 Environmental Protection September 2016 d. Nothing in the terms of the Contract nor in the provisions in this Section shall relieve the Contractor of the responsibility for compliance with Sections 5650 and 12015 of the California Fish and Game Code, or other applicable statutes relating to prevention or abatement of water pollution. D. Execution: Training. 1. Provide pre-construction training to ensure staff is aware of project specific environmental impacts 2. Provide weekly training to review staff awareness of environmental factors 3. Ensure photo and ongoing compliance documentation is acquired and properly kept. 1.05 DISPOSAL OPERATIONS A. Solid Waste Management: 1. Daily remove all debris such as spent air filters, oil cartridges, cans, bottles, combustibles and litter. Take care to prevent trash and papers from blowing onto adjacent property. Encourage personnel to use refuse containers. Convey contents to a sanitary landfill. B. Chemical Waste and Hazardous Materials Management: Furnish containers for storage of spent chemicals used during construction operations. Dispose of chemicals and hazardous materials in accordance with applicable regulations. C. Dispose of vegetation, weeds, rubble, and other materials removed during the work off site at a suitable disposal site in accordance with applicable regulations. Environmental Protection September 2016 END OF SECTION 01140-4 Contract No. 5503-11 GIPP Phase I 1.01 SUBMITTAL PROCEDURES SECTION 01300 SUBMITTALS A. Accompany each submittal with a Submittal form, 01300-Figure 1, which contains the following information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 4. Submittal number per General Provisions Section 2-5.3.1. B. Unless otherwise specified, provide submittals in electronic PDF searchable format. C. Submittals which include more than one item or piece of equipment shall include a Table of Contents following the standard submittal form and cover sheets. D. Each submittal shall include a copy of the specification section and all referenced and applicable sections with addendum updates included. For each specification section, check-mark each paragraph to indicate specification compliance with the full paragraph as a whole or marked to indicate requested deviations from specification requirements. Each deviation from the specifications requested by the Contractor shall be underlined and referenced by a unique number in the margin to ~ the right of the identified paragraph. The submittal shall include a detailed written ...,.,.,.,,, explanation of the reasons for requesting the deviation that is clearly labeled to correspond with the unique number provided in the margin. The remaining portions of the paragraph not underlined will signify compliance on the part of the Contractor with the specifications. Failure to include a copy of the marked-up specification sections, along with justification(s) for any requested deviations to the specification requirements, with the submittal shall be sufficient cause for rejection of the entire submittal on the basis that the submittal is incomplete and will be returned to the Contractor REJECTED -RESUBMIT with no further consideration. E. Project Initiation Submittals. At a minimum, provide the following project initiation submittals prior to mobilization. 1. Designation of Superintendent: Include name, address, home telephone number and a brief resume. 2. List of Subcontractors and Major Suppliers: Include address, telephone number and name of responsible party. 3. Schedule of Values, in a form acceptable to the Engineer (see Appendix I for reference). 1.02 SCHEDULE OF SUBMITTALS A. Within 15 days after the Notice to Proceed, submit a Schedule of Submittals showing the date by which each submittal required for Product Review or Product ~ Information will be made. Identify the items that will be included in each submittal --✓ Contract No. 5503-11 GIPP Phase I 01300-1 Submittals September 2016 by listing the item or group of items and the Specification Section and paragraph number under which they are specified. Indicate whether the submittal is required for Product Review of Proposed Equivalents, Shop Drawings, Product Data or Samples or required for Product Information only. 1.03 CONSTRUCTION SCHEDULE A. See General Provisions Section 6-1 . B. The form of Construction Schedule may be selected by the Contractor but the Schedule shall meet the minimum requirements of General Provisions Section 6-1. C. If the Construction Schedule does not reflect the format requirements, the specified work, or the Contract Time, it will be returned to the Contractor for modification. D. Revise the Construction Schedule and resubmit within seven (7) days following any monthly meeting to review Contractor's Application for Payment when Contractor's work is fifteen ( 15) days or more behind schedule. E. Accelerated Work if Required to Meet Schedule: See General Provisions Section 6- 6 and 6-7.2. The Contractor shall obtain written approval of the Engineer if the Contractor desires to work outside normal working day hours. Contractor shall compensate Owner for extra inspection cost caused by Accelerated Work required to meet Schedule. F. Give Engineer 3 days prior notice of normal work days on which construction will not take place or of scheduled construction that will not take place. Compensate Owner for extra inspection cost resulting from failure to give notice. 1.04 SHOP DRAWING, PRODUCT DATA AND SAMPLES SUBMITTED FOR PRODUCT REVIEW A. This paragraph covers submittal of Shop Drawings, Product Data and Samples required for the Engineer's review referred to as Product Review submittals in the Technical Specifications (Division 2). Submittals required for information only are referred to as Product Information submittals in the Technical Specifications and are covered in this Section. B. The Contractor shall make all Product Review submittals early enough to allow adequate time for the Engineer's review, for manufacture and for delivery at the construction site without causing delay to the Work. Submittals shall be made early enough to allow for unforeseen delays such as: 1. Failure to obtain Favorable Review because of inadequate or incomplete submittal or because the item submitted does not meet the requirements of the Contract Documents. 2. Delays in manufacture. 3. Delays in delivery. C. Content of Submittals: 1. Each submittal shall include all of the items and material required for a complete assembly, system or Specification Section. Submittals September 2016 01300 -2 Contract No. 5503-11 CIPP Phase I 2. Submittals shall contain all of the physical, technical and performance data required by the specifications or necessary to demonstrate conclusively that the items comply with the requirements of the Contract Documents. 3. Include information on characteristics of electrical or utility service required and verification that requirements have been coordinated with services provided by the Work and by other interconnected elements of the Work. 4. Provide verification that the physical characteristics of items submitted, including size, configuration, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items that are existing or have or will be submitted. 5. Label each Product Data Submittal, Shop Drawing and Sample with the information required in paragraph 1.01A of this Section. Highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. 6. Additional requirements for Product Review submittals are contained in the Technical Specification sections. 7. Designation of work as "NIC" or "by others," shown on Shop Drawings, shall mean that the work will be the responsibility of the Contractor rather than the subcontractor or supplier who has prepared the Shop Drawings. D. Compatibility of Equipment and Material: 1. Similar items, equipment, devices or products furnished under a single specification section shall all be made by the same maker and have interchangeable parts. 2. In addition, but only if so stated in each affected Specification Section, similar items furnished under two or more Specification Sections shall be made by the ~ same maker and have interchangeable parts. ....-, 3. All similar materials or products that are interrelated or used together in an assembly shall be compatible with each other. E. Requirements for Contractor Designed Items and for First Specified (Named) Items: 1. Where Specifications are used to define the characteristics of Contractor designed systems, items or components, the Contractor shall be fully responsible to design, engineer, manufacture, and install the systems, items and components to meet the specified functional requirements, performance requirements, quality standards, durability standards and conditions of use as well as all applicable codes, regulations and referenced trade or industry standards. The Contractor shall perform such design by employing engineers licensed in the State of California. The Contractor's design submittals shall include calculations and assumptions on which the design is based and shall be stamped and signed by appropriately licensed engineers. 2. Work under this Contract may be specified by a combination of descriptive, performance, reference standard and proprietary specifications. In the event of conflict between any of the various specification methods used to specify a single item the order of precedence shall be the order in which the methods are listed in the preceding sentence. The terms used to describe types of Specifications are taken from the Construction Specification Institute (CSI) Handbook of Practice. Contract No. 5503-11 CIPP Phase I 01300-3 Submittals September 2016 F. Requirements for the Contractor's review and stamping of submittals prepared by the Contractor or by Subcontractors or suppliers prior to submitting them to the Engineer are covered in General Provisions Section 2-5.3.1. G. Submittals that contain deviations from the requirements of the Contract Documents shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1. Cite the specific Contract requirement including the Specification Section and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction and explain its advantages and/or disadvantages to the Owner. 3. State the reduction in Contract Price if any that is offered to the Owner. H. Engineer's Review Procedure and Meaning: 1. The Engineer will stamp and mark each Product Review submittal prior to returning it to the Contractor. The stamp will indicate whether or not the review was favorable and what action is required of the Contractor. Review categories" No Exceptions Taken" and "Make Corrections Noted" both indicate Favorable Review. 2. At a minimum, Favorable Review is contingent on: a. The compatibility of items included in a submittal with other related or interdependent items included in previous or future submittals. b. Future submittal of items related to or required to be part of this submittal that were not included with this submittal. 3. Favorable Review of a submittal does not constitute approval or deletion of items required as part of the submittal but not included with the submittal. Favorable Review of items included in the submittal does not constitute deletion of specified features, options or accessories that were not included in the submittal. 4. The action required by the Contractor for each category of review is as follows: a. NO EXCEPTIONS TAKEN. NO RESUBMITTAL REQUIRED. b. MAKE CORRECTIONS NOTED: (1) NO RESUBMITTAL REQUIRED. The Contractor shall make corrections noted prior to manufacture. (2) PARTIAL RESUBMITTALS REQUIRED. The Contractor shall submit related accessory or optional items as noted which are required but were not included with the submittal and/or shall resubmit unsatisfactory portions or attributes of items as noted. The Contractor may proceed to manufacture those portions of the submittal that will be unaffected by required resubmittals. c. AMEND AND RESUBMIT. The Contractor shall amend and resubmit the submittal as noted or required to comply with the Contract Documents. d. REJECTED -RESUBMIT. The item submitted does not comply with the Contract Documents. Resubmit items that comply with the requirements of the Contract Documents. e. NOT REVIEWED. The item submitted is incomplete or does not comply with the Contract Documents. The item has not been reviewed and is returned to the Contractor for correction. f. RECEIPT ACKNOWLEDGED. Receipt of a submittal that is not subject to the Owner's review and approval is acknowledged; and, is being filed for information purposes only. Generally used in acknowledging receipt of Submittals September 2016 01300 -4 Contract No. 5503-11 CIPP Phase I Product Information. No further submittal activity is required by the Contractor. 5. The letter of transmittal accompanying the returned Product Review submittal may contain numbered notes. Marking a corresponding number on a Shop Drawing or Product Data submittal shall have the same affect as applying the entire note to the submittal. J. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall be accompanied by a letter explaining the change. K. Favorable Review Required Prior to Proceeding: Do not proceed with manufacture, fabrication, delivery or installation of items prior to obtaining the Engineers Favorable Review of Product Review submittals. See General Provisions Section 2-5.3.1. L. Intent and Limitation on Engineer's Review: 1. See General Provision Section 2-5.3.1. 2. The Contractor has primary responsibility for submitting and providing work that complies with the requirements of the Contract Documents. That responsibility cannot be delegated in whole or in part to subcontractors or suppliers. Neither the Engineer's Favorable Review nor the Engineer's failure to notice or comment on deficiencies in the Contractor's submittals shall relieve the Contractor from the duty to provide work, which complies with the requirements of the Contract Documents. 1.05 PROPOSED EQUIVALENTS ~ A. Submit Proposed Equivalent submittal form, 01300-Figure 2 and comply with the ....,,,, submittal requirements for Shop Drawings, Product Data, and Samples submitted for Product Review in another paragraph of this Section. B. See General Provisions Section 4-1.6. C. Time of Submittal: 1. Submittals of Proposed Equivalents shall be submitted for review within 35 days of the Notice to Proceed. The Engineer may agree to a later submittal date if requested in writing within 35 days of the Notice to Proceed. The request shall identify the item; give the Specification reference, and proposed manufacturer and model number of the item that will be submitted and the proposed submittal date. 2. The Engineer's agreement to a later submittal date shall be in writing and shall not be construed as Favorable Review or acceptance of the manufacturer or item proposed. D. Content of submittals shall be the same as that required for Product Data, Shop Drawings and Samples submitted for Product Review in another paragraph of this Section. In addition, the Contractor shall provide information on several recent similar installations of the item to verify its suitability. The information shall include the project name and location, the Owner's name, address, telephone number and name of a knowledgeable person to contact for information on performance of the product. """"· Contract No. 5503-11 GIPP Phase I 01300 -5 Submittals September 2016 E. When the Contractor has listed specific maker's products submitted with its Bid no changes will be permitted without submittal of acceptable evidence justifying the change and the Engineer's written approval. F. If a non-equivalent substitute is submitted for review, it shall be accompanied by a proposed reduction in Contract Price which shall include the increased cost of Engineering service required to evaluate the proposed substitute (which shall be paid to the Owner whether or not the substitute is accepted) plus the greater of 1) the difference in price between the first specified item and the item submitted and 2) the difference in value to the Owner between the two items. 1.06 PRODUCT INFORMATION SUBMITTALS A. Submittal for Informational Purpose Only is an item required for the Owner's permanent records relating, in part, to future maintenance, repair, modification, replacement of work or as otherwise required. Submittals for Informational Purpose Only will only be received and logged to document that the required submittals have been made. Neither the Owner nor Engineer will respond to a Submittal for Informational Purpose Only. B. The Contractor shall clearly separate information for Product Review from information for Product Information in submittals that include both. C. Make Product Information submittals prior to delivering material, products or items for which Product Information submittals are required. D. The Contractor has the sole and exclusive responsibility for furnishing products and work that meets the requirements of the Contract Documents. E. The Engineer reserves the right to comment on any submittal and to reject any product or work delivered, installed or otherwise at any time that the Engineer become aware that it is defective or does not meet the requirements of the Contract Document. 1.07 MANUFACTURER'S CERTIFICATES A. When specified in Technical Specification section, submit manufacturers' certificate to Engineer for review. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. Certificates may be recent or previous test results on material or Product, but must be acceptable to the Engineer. Submittals September 2016 END OF SECTION 01300-6 Contract No. 5503-11 CIPP Phase I Submittal No.: XX and Response From: Company Name Mailing Address City, ST Zip Name Specification Section: ----------- Submittal A. Certification of Completeness and Accuracy Kennedy/Jenks Consultants Page: 1 of 2 Submittal Date: ------------K/ J Job No.: ------------Project Name: ------------ Prior Submittal: ------------ We certify that we have reviewed this submittal in detail and that the submittal is: 1. Complete and accurate and in complete compliance with the Contract Documents. 2. Compliant with the requirements of "Material and Equipment" in Section 01040, especially the subparagraph titled "Compatibility of Equipment and Material". 3. Compliant with the paragraph titled "Performance Specifications and Contractor Designed Items" in Section 01040. 4. Without any deviations from the Contract Drawings, except the following (describe deviation) which have the following advantages and disadvantages: Delete or replace this text with your response. Space is limited; attach additional sheets if necessary. Signed by Subcontractor: Signed by Contractor: Contract No. 5503-11 GIPP Phase I Title: Title: 01300-Figure 1 1 Date: Date: Submittals September 2016 Submittal No.: XX and Response Kennedy/Jenks Consultants Response Date: K/J Job No.: ------------------------Specification Section: Project Name: ------------------------Page: 2 of 2 Response K/J Refer to Item Action Comment Manufacturer or Supplier Title of Submittal / Drawing A. The action(s) noted above have been taken on the enclosed document(s). NET = No Exceptions Ta ken MCN-N = Make Corrections Noted, No Resubmital Required MCN-R = Make Corrections Noted, Partial Resubmital Required A&R = Amend and Resubmit Comment(s): NR = Not Reviewed RR = Rejected, Resubmit RA = Receipt Acknowledged Delete or replace this text with your response. Space is limited; attach additional sheets if necessary. B. Corrections or comments made on the shop drawings during this review do not relieve the Contractor from compliance with the requirements of the Drawings and Specifications. This check is only for review of general conformance with the design concept of the project and general compliance with the information given in the Contract Documents. The Contractor is responsible for: confirming and correlating all quantities and dimensions, selecting fabrication processes and techniques of construction, coordinating its work with that of all other trades, and performing its work in a safe and satisfactory manner. Distribution Owner Engineer Contractor File Submittals September 2016 Submittal Encl. Response 01300-Figure 1 2 Responder: type name here -sign above Contract No. 5503-11 CIPP Phase I Proposed Equivalent No. XX and Response From: Company Name Mailing Address City, ST Zip Name Specification Section: ----------- Proposed Equivalent Kennedy/Jenks Consultants Page: 1 of 3 Submission Date: -------------K/ J Job No.: -------------Project Name: ------------- Prior Submittal: ------------- A. When the first specified item is followed by a second maker's name and "or equal," the Contractor may submit Proposed Equivalent items for the Engineer's review. Proposed Equivalent items that are in the Engineer's judgment equal to the first specified item in quality, utility, and appearance, will be Favorably Reviewed. Where a product description and first maker's name is followed by "or equal" with no second maker's name, it means the specifier knows of no equivalent product and the Contractor may submit Proposed Equivalent products by other makers for review. Where the term "or equal" is omitted, it means that the named item is required to meet the Owner's needs; no products or makers other than those specified will be considered. B. This request shall include adequate technical information to fully describe the function and quality of the item. Submittals of Proposed Equivalent items that are not made within 35 days of the Notice to Proceed will be rejected unless the Engineer has agreed in writing to a later submittal date and the Contractor agrees to comply with all conditions of the Engineer for the late submittal. If the Contractor's second attempt to obtain Favorable Review of a Proposed Equivalent item is unsuccessful, the Contractor shall submit the first specified item. C. Inclusion of a second maker's name indicates the maker is acceptable but does not necessarily indicate the maker offers a standard product equal to the first specified item. Items by the second named maker are ·"""" subject to the same conditions of review and compatibility as other Proposed Equivalent items. Inclusion of a ..._,,,) maker's name and/or model number after a specification description is not a representation that the maker will furnish an item meeting the Contract requirements at bid time or at time of need. It is the Contractor's sole responsibility to furnish items meeting the Contract requirements. D. The Engineer's review of Proposed Equivalent items is based solely on information provided by the Contractor and on the Contractor's warranty that the proposed item is equal in quality, utility, function and appearance to the first specified item. Favorable Review of a Proposed Equivalent item has the same meaning and is subject to the same limitations that apply to the Favorable Review of Product Data and Shop Drawings described in the Contract Documents. E. Submit with proposal: 1. Description of item being proposed including the Manufacturer's model number. 2. Manufacturer's representation that item is equal to or superior to specified item in all respects. 3. Manufacturer's product data. 4. Information about several recent similar installations, including project name, owner's name, address, telephone number, and name of knowledgeable person to contact for information on performance of the product. 5. Whether a reduction in the Contract Price is being proposed and, if so, how much. 6. Any differences between the product specified and the Proposed Equivalent, including the warranty. Contract No. 5503-11 GIPP Phase I 01300-Figure 2 1 Submittals September 2016 Proposed Equivalent No. XX and Response Kennedy/Jenks Consultants Submission Date: Project Name: Specification Section: Page 2 of 3 F. Certification of Equivalency, Completeness and Accuracy: We certify that we have reviewed this request in detail and that the item proposed is: 1. Equal to or superior to the specified item 2. Complete and accurate and in complete compliance with the Contract Documents, 3. Compliant with the requirements of "Material and Equipment" in Section 01040, especially the subparagraph titled "Compatibility of Equipment and Material", 4. Compliant with the paragraph titled "Performance Specifications and Contractor Designed Work" in Section 01040, 5. Without any deviations from the Contract Documents, except the following (describe deviation) which have the following advantages and disadvantages: Delete or replace this text with your response. Space is limited; attach additional sheets if necessary. We further represent and warrant to be solely responsible for any extra cost or expense necessary to make the proposed item or service fully equivalent to and compatible with the Contract Documents and meet or exceed the design intent. If we use the Proposed Equivalent, we agree to comply with all additional requirements imposed upon us by the Engineer and Owner. Signed by Subcontractor: Signed by Contractor: Submittals September 2016 Title: Title: 01300-Figure 2 2 Date: Date: Contract No. 5503-11 CIPP Phase I Proposed Equivalent No. XX and Response Kennedy/Jenks Consultants Response Date: K/J Job No.: Specification Section: Project Name: Page: 3 of 3 Response K/J Refer to Title of Submittal / Drawing / Item Action Comment Manufacturer or Supplier A. The action(s) noted above have been taken on the enclosed document(s). NET = No Exceptions Taken MCN = Make Corrections Noted Comment(s): A&R RR = Amend and Resubmit = Rejected, Resubmit Information NR = Not Reviewed Delete or replace this text with your response. Space is limited; attach additional sheets if necessary. B. Corrections or comments made on the submittal during this review does not relieve the Contractor from compliance with the requirements of the Drawings and Specifications. This check is only for review of general conformance with the design concept of the project and general compliance with the information given in the Contract Documents. The Contractor is responsible for: confirming and correlating all quantities and dimensions, selecting fabrication processes and techniques of construction, coordinating its work with that of all other trades, and performing its work in a safe and satisfactory manner. Distribution Owner Engineer Contractor File Proposed Equivalent Contract No. 5503-11 CIPP Phase I Encl. Response 01300-Figure 2 3 Responder: type name here & sign above Submittals September 2016 PAGE INTENTIONALLY LEFT BLANK SECTION 02070 WASTEWATER FLOW MANAGEMENT PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Planning and implementation of wastewater flow diversions. B. Related Sections: 1. General Provisions 2. Section 01140 -Environmental Protection 3. Section 02072 -Wastewater Discharge Emergency Response Plan. 1.2 SUBMITTALS A. Wastewater Flow Management: Detailed implementation plan. 1.3 WASTEWATER FLOW MANAGEMENT PLAN A. The Contractor shall submit the City of Carlsbad (City) a Wastewater Flow Management Plan (WFMP) at least fourteen (14) days prior to implementation of flow diversion/bypass. The WFMP shall indicate the sequence of diversion operations, and all other operations the Contractor will establish to maintain wastewater service during the diversion/bypass period. The WFMP shall be reviewed and approved by the City before flow can be diverted/bypassed. No deviation from the approved WFMP will be allowed without prior approval from the City. B. The WFMP shall include a Wastewater Discharge Emergency Response Plan indicating the procedures, personnel, equipment, and activities that will be implemented in the event of a wastewater discharge, spill or overflow to the environment, or diversion system failure. The Contractor shall be responsible for implementation of the Wastewater Discharge Emergency Response Plan in accordance with Section 02072. C. The Contractor shall observe and comply with all Federal, State, and local laws, ordinances, codes, orders, and regulations which in any manner affect the conduct of the work, specifically as they relate to wastewater discharges, spills, or overflows to the environment. The Contractor shall be fully responsible for preventing wastewater discharges, spills or overflows, containing the wastewater, recovery and legal disposal of wastewater, any fines, penalties, claims and liability arising from negligent or willful discharge of wastewater, and violation of any law, ordinance, code, order, or regulation as a result of the discharge, spill or overflow. The Contractor shall be responsible for payment of any fines or penalties assessed against the City for such wastewater discharges, spills, or overflows, including any attorney fees and costs Contract No. 5503-11 CIPP Phase I 02070 -1 Wastewater Flow Management September 2016 associated with defending any action against the City resulting from such discharges, spills or overflows. D. The Contractor shall not damage existing public and private improvements, interrupt existing services and/or facility operations which may cause a wastewater discharge, spill or overflow. Any utility and/or improvement damaged by the Contractor shall immediately be repaired at the expense of the Contractor. E. The Contractor will be charged for all costs associated with the City's efforts if they are dispatched to the discharge, spill or overflow. F. The Contractor is prohibited from discharging any groundwater, storm water or hazardous waste encountered during the construction project without prior written approval by the San Diego Regional Water Quality Control Board. Refer to Specification 01140 and General Provision Section 7-8.6. G. The Contractor is responsible for noise attenuation equipment and odor control measures if determined necessary by the City or County based on site conditions and impact to adjacent property owners. H. The Contractor is responsible for contacting property owners and business that are affected by the construction activities to inform them of the Work to be done and the estimated schedule and timing for the Work. Written notice shall be delivered to each home or business 2 weeks prior to installation of the liner. Notice shall include a local telephone number of the Contractor, and contract information for the Owner or Engineer. Written notices must be reviewed by the Engineer prior to distribution to the public (reference section 1.6 J). I. Two (2) days prior to the liner installation, a follow-up notice shall be delivered to each home or business that has a service connection on the sewer pipeline that is scheduled to be lined. The notice shall instruct occupants to minimize water usage on the day of the liner installation and to fill floor drain traps with water to prevent potential odors. PART 2 -PRODUCTS Not Used. PART 3 -EXECUTION 3.1 BYPASS PUMPING EQUIPMENT A. The Contractor shall submit as part of the WFMP a detailed bypass design including, but not limited to, a plan view drawing, pump/piping locations, bypass piping size(s), and a capacity analysis to verify pipe/pump capacity vs. design flows. The submittal shall also include a start date, time and duration of diversion. Wastewater Flow Management September 2016 02070 -2 Contract No. 5503-11 CIPP Phase I B. The Contactor shall only use equipment inspected and found to be in good repair and fully functional. C. The Contractor shall provide a pumping system consisting of pumps, pipe, and generators capable of handling the peak flow. Design flow rates for the sewer segments are provided in tabular form in Appendix C. The bypass pumping equipment should be sized to handle 100% of the indicated flows. The Contractor is responsible for verifying the actual peak flow rate and designing the bypass pumping system. D. Additional pumps and generators, with a total capacity equal to 100% of the peak flows, must also be supplied to provide 100% redundancy. A minimum of three pumps and generators, if applicable, shall be on site with no single pump and generator, if applicable, having less than 50% capacity of the design flows. The Contractor shall utilize the flow bypass system to perform the necessary maintenance and repairs on the flow bypass system, and exercise and ensure the operation of the backup pumps. The Contractor shall operate the backup pumps for a minimum of 25% of the total bypass time on a daily basis. All pumps shall be fully installed, operational, and ready for immediate use. E. The Contractor shall use pressure-rated piping materials in good working condition. Where five or more pipes will be used, provide one redundant, additional pipe of greater or equal size. F. The diversion system shall be hydrostatically pressure tested in the presence of the City's Representative using potable water prior to wastewater flow diversion. Test pressure shall be 50% greater than maximum operating pressures, or 10 psi above maximum operating pressures, whichever is greater. Pressure test shall be for minimum of one half hour. The Contractor shall demonstrate to the satisfaction of the City that both the primary and backup flow diversion systems are fully functional and adequate, and shall certify the same, in writing, to the City in a manner acceptable to the City. Demonstration shall include test- pumping a minimum of one hour at the daily peak flow period, in the presence of the City. G. The Contractor shall submit as part of the WFMP the monitoring procedure and frequency and shall continuously monitor the flow levels downstream and upstream of the flow diversion to detect any possible failure that may cause a wastewater discharge. The Contractor shall maintain a daily log of the monitoring and provide weekly copies to the City in a manner acceptable to the City. H. After approval of the WFMP, install diversion system per plan. I. The Contractor shall provide one dedicated fuel tank for every single pump/generator, if fuel/generator driven pumps are used. The Contractor shall provide a fuel level indicator outside each fuel tank. The Contractor shall continuously (while in use) monitor the fuel level in the tanks and ensure that the fuel level does not drop below a level equivalent of two hours of continuous flow diversion system operation. The Contractor shall take the necessary measures to ensure the fuel supply is protected against contamination. This could include Contract No. 5503-11 CIPP Phase I 02070 -3 Wastewater Flow Management September 2016 but is not limited to fuel line water traps, fuel line filters, and protecting fuel stores from precipitation. The Contractor shall also monitor all hoses and repair leaks immediately. J. The Contractor shall inspect and maintain the bypass system daily, including the back-up system. The Contractor shall submit with the WFMP their maintenance procedures and frequency. The Contractor shall maintain a log of all inspection, maintenance and repair records, and provide copies to the City upon request in a manner acceptable to the City. K. Drain residual wastewater from piping system to City Interceptor prior to disassembly, taking care to avoid wastewater spills. L. Bypass piping cannot be placed within residents' property for the sewer segments within the Chinquapin Easement (see Appendix C, D, & K). Sewer wastewater flows shall be managed by Contractor's means and methods, which could include alternate bypass pipeline routing or trucking, as examples. 3.2 BYPASS PUMPING ATTENDANT A. The bypass pumping system shall be manned at all times, including any bypass pumping performed after normal work hours, weekends and holidays. 3.3 FLOW-THRU PLUGS A. Contractor shall submit to the City as part of the WFMP a detailed design including, but not limited to, the flow-thru pipe size(s), configuration and location, and a capacity analysis to verify plug capacity vs. design flow. The submittal shall also include a contingency plan, start date, time and duration of flow-thru operations. The flow-thru plug shall be tethered or adequately braced during all diversion activities. B. The Contractor shall size the flow-thru plug to handle same flows as indicated in section 3.1. C. The Contractor shall submit as part of the WFMP their monitoring procedure and frequency, and shall continuously monitor the flow levels upstream of the flow diversion to detect any developing condition that may cause a wastewater discharge. The Contractor shall maintain a daily log of the monitoring and provide weekly copies to the City in a manner acceptable to the City. D. After approval of the WFMP, install system per plan. E. The Contractor shall install and operate the plug for a minimum of one hour test at the daily peak flow period to demonstrate adequacy prior to use for actual diversion. F. The Contractor shall inspect and maintain the flow-thru plug daily. The Contractor shall submit with the WFMP their maintenance procedures. The Contractor shall maintain a log of all inspection, maintenance and repair Wastewater Flow Management September 2016 02070 -4 Contract No. 5503-11 CIPP Phase I records, and provide copies to the Engineer upon request in a manner acceptable to the City. 3.4 WASTEWATER DISCHARGE/DIVERSION SYSTEM FAILURE A. In the event of a wastewater discharge, spill or overflow, or diversion/bypass system failure, immediately implement the Wastewater Discharge Emergency Response Plan (See Section 02072). Contract No. 5503-11 GIPP Phase I END OF SECTION 02070 -5 Wastewater Flow Management September 2016 PAGE INTENTIONALLY LEFT BLANK SECTION 02072 WASTEWATER DISCHARGE EMERGENCY RESPONSE PLAN PART 1 -GENERAL 1.1 SECTION INCLUDES A. Development of a Wastewater Discharge Emergency Response Plan, to be implemented in the event of a wastewater discharge, spill or overflow to the environment. 1.2 RELATED SECTIONS A. General Provisions B. Section 01140 -Environmental Protection. C. Section 02070-Wastewater Flow Management 1.3 SUBMITTALS A. General Provisions Section 2-5.3 -Submittals B. Emergency Response: Detailed implementation plan. 1.4 WASTEWATER DISCHARGE EMERGENCY RESPONSE PLAN DEVELOPMENT A. The Contractor shall develop and submit to the City of Carlsbad (City) at least fourteen (14) working days prior to the start of construction, a written Wastewater Discharge Emergency Response Plan (WDERP). The WDERP shall be developed to respond to any construction related wastewater discharge, spill or overflow to the environment. The Contractor's WDERP shall not rely on City personnel for emergency response, but they may be dispatched, at the City's discretion, to provide additional assistance. If the City's personnel are utilized, the Contractor shall be responsible for all associated costs. The Contractor is responsible for contacting the California Department of Public Health (CDPH). The Contractor is prohibited from discharging any groundwater, storm water, or hazardous waste encountered during the construction project. 8. The WDERP shall include at minimum, the following: 1. Identification of environmentally-sensitive areas that could be affected by a wastewater discharge, spill or overflow, including but not limited to, waterways, channels, catch basins and entrances to existing underground storm drains. 2. Development of an emergency notification procedure that complies with state and federal requirements including but not limited to, California Health and Safety Code Section 5411.5. The Contractor shall designate primary and secondary representatives, their respective home phone numbers and mobile phone numbers. City contacts and/or contacts for City Contractors shall also be listed. Contract No. 5503-11 GIPP Phase I 02072 -1 Wastewater Discharge Emergency Response Plan September 2016 3. Identification of personnel and equipment/tools that will be utilized in the event of a wastewater discharge, spill or overflow to the environment. Include an emergency response team with arrangements for backup personnel and equipment. The emergency response team shall be able to dispatch to the site 24 hours a day 7 days a week including weekends and holidays to respond immediately to any wastewater discharge, spill or overflow to the environment related to the Project work. 4. Identification of downstream public water systems. 5. Identification of owners of storm water inlets in immediate vicinity. 6. Step-by-step procedures to contain, control, and minimize wastewater discharges, spills or overflows to the environment. C. At the pre-construction meeting, the Contractor will be provided with a list of City representatives to contact in case of a wastewater discharge, spill, or overflow to the environment. These contacts shall be added to the WDERP. D. Contractor cannot begin work until the City has approved the WDERP in writing. An approved copy of the WDERP shall be available on the job site at all times. E. It shall be the Contractor's responsibility to assure that all employees, including subcontractors, know and obey all emergency procedures included in the WDERP. 1.5 WASTEWATER DISCHARGE EVENT A. In the event of a wastewater discharge, spill, or overflow to the environment, the Contractor shall: 1. Immediately implement the WDERP without direction from the City, to control and contain the discharge, spill, or overflow to the environment. 2. Contact City personnel immediately. Information to provide shall include at minimum, the following: a. Location of discharge, spill, or overflow to the environment; b. Estimated volume; c. Time discharge, spill, or overflow began; d. Duration if already terminated, or expected duration if in progress; e. Cause (if known); f. Control measures implemented; g. Type of remedial and/or clean up measures taken; h. Description of affected or potentially affected sensitive areas such as waterways, channels, catch basins and entrances to existing underground storm drains. Based on this information, City personnel will determine if the discharge, spill or overflow is contained, and whether or not City personnel should be dispatched to the site. If dispatched, the Contractor shall be responsible for all costs incurred by the City as associated with the discharge, spill, or overflow. 3. Contact owner of stormwater inlets if discharge, spill or overflow enters stormwater system. 4. Contact CDPH to report the spill. Follow all procedures required by CDPH. Wastewater Discharge Emergency Response Plan September 2016 02072 -2 Contract No. 5503-11 CIPP Phase I B. The Contractor shall, within two (2) working days of the wastewater discharge, spill or overflow, submit to the City a written Wastewater Discharge Incident Report (Figure 1 ). C. The City will evaluate the suggested procedural changes to avoid further discharges, spills or overflows and will instruct the Contractor on changes. The City may institute further corrective actions, as deemed necessary. D. The Contractor shall observe and comply with all Federal, State, and local laws, ordinances, codes, orders, and regulations which in any manner affect the conduct of the work, specifically as they relate to wastewater discharges, spills, or overflows to the environment. The Contractor shall be fully responsible for preventing wastewater discharges, spills, or overflows to the environment, containing the sewage, recovery and legal disposal of sewage, any fines, penalties, claims and liability arising from negligent or willful discharge of wastewater, and violation of any law, ordinance, code, order, or regulation as a result of the discharge, spill or overflow. The Contractor shall be responsible for payment of any fines or penalties assessed against the City for any such sewage discharge, spill or overflow, including any attorney fees and costs associated with defending any action against the City resulting from such discharge, spill or overflow. E. The Contractor shall not damage existing public and private improvements, interrupt existing services and/or facility operations which may cause a wastewater discharge, spill or overflow to the environment. Any utility and/or improvement which is damaged by the Contractor shall immediately be repaired at the expense of the Contractor. F. Once the discharge, spill or overflow has been contained and the situation causing the event has been stabilized, the Contractor shall restore the affected areas to original condition. PART 2 -PRODUCTS Not Used. PART 3 -EXECUTION Not Used. Contract No. 5503-11 GIPP Phase I END OF SECTION 02072 -3 Wastewater Discharge Emergency Response Plan September 2016 PAGE INTENTIONALLY LEFT BLANK Project Title & PAR: Report Date: Incident Date: Discharge Location: Time & Duration of Discharge: SECTION 02072-FIGURE 1 WASTEWATER DISCHARGE INCIDENT REPORT Estimated Lost Wastewater Volume: Notification to Owner/Engineer Who/When Notified: Description of the Incident: Cause (if known): Control Measures Implemented: Remedial and/or Cleanup Measures Taken: Recommended Procedural Changes: REPORTED BY: RECEIVED BY: cc: Director of Engineering Director of O&M Contract No. 5503-11 GIPP Phase I 02072-Figure 1 1 [Contractor Representative] Signature Date [Owner Representative] Signature Date [Engineer Representative] Signature Date Wastewater Discharge Emergency Response Plan September 2016 PAGE INTENTIONALLY LEFT BLANK SECTION 02951 VIDEO INSPECTION OF PIPELINES PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Pipeline flushing and cleaning. 2. Video inspection of sewer pipelines (pre and post-lining). 3. Audio-video taping of pipeline interior. B. Related Sections: 1. General Provisions 2. Section 02070-Wastewater Flow Management 3. Section 02072 -Wastewater Discharge Emergency Response Plan 4. Section 02955 -Trenchless Pipeline Rehabilitation 1.2 UNIT PRICE -MEASUREMENT AND PAYMENT 1.3 A. General Provision Section 9 -Measurement and Payment SUBMITTALS A. General Provisions Section 2-5.3 -Submittals B. Submit completed pre and post video inspections to the City on compact discs or DVDs, identified by number, project name, street name, right-of-way property name, and manhole numbers. Compact discs or DVDs become property of City. Video inspections shall be compatible with Granite XP Engineering Edition version 5.4.17. C. Submit cleaning and television inspection logs for each section of sewer line to be inspected. D. Submit list of damaged, eroded or otherwise dysfunctional sewer service laterals to the City in Microsoft Excel format. Damaged sewer service later Excel spreadsheet shall include sewer main segment identification, street name, date inspected, distance from manhole, property address and type of damage. 1.4 QUALIFICATIONS A. Video inspection of pipelines to be completed by a Company specializing in performing work of this section with minimum 5 years documented experience and approved by the City. Contract No. 5503-11 CIPP Phase I 02951-1 Video Inspection of Pipelines September 2016 PART 2 -PRODUCTS 2.1 MEDIA A. Windows Real Player, Windows Media Player or Flexireader formatted Compact Discs or DVDs. B. Audio track containing simultaneously recorded narrative commentary describing in detail condition of pipeline interior. 2.2 CONTENTS OF VIDEO INSPECTION. The following information, to the extent it can be reasonably determined, is to be recorded visually on the compact discs or DVDs, and video logs. A. Date: The date on which the videotaping was performed at the beginning of each segment. B. Manhole to Manhole: The manhole identification number for both the upstream and downstream manholes at either end of the taped segment. C. Direction of Video: Relative to flow direction, indication whether the camera is facing upstream or downstream. D. Continuous Digital Counter: A digital counter to designate the distance from the "upstream" manhole. E. Street Name: The street name which contains the video segment and/or the nearest cross street. F. Service Lateral Identification: Identification of all taps by size, type, and pipe entrance location. A clock reference is also preferred. Contractor required to identify any and all damaged sewer service laterals and submit findings per section 1.3 D. G. Root Intrusion: Identification of all types of root structures (hair, string, chunk) encountered by severity (minor, moderate, or severe) and location. H. Addresses: If services are encountered which have roots in or around the sewer service, the street address from which the service is believed to originate. I. Cracks: Identification of all cracks (spiral, lateral, beam) by type, severity, location and footage. J. Broken Pipe: Identification of all broken pipe other than cracks by location, cause if known (i.e., improper installation of service, encroachment of other utility, etc.), severity, and footage. Video Inspection of Pipelines September 2016 02951 -2 Contract No. 5503-11 CIPP Phase I K. Sags: Identification of all sags greater than one inch (1") by beginning/start, best estimate of depth of sag (greatest point), and ending footage. If the segment has a number of sags or one long continuous sag, view the apparent length and depth of the sag. Once convinced as to the extent of the sag, suck the sag down by the use of the jet cleaning unit so the condition of the pipe wall can be viewed. Also identify any apparent high spots. L. Grease: Audible identification of all forms of grease accumulation apparent within the pipe by severity, location and footage. M. Infiltration: Identification of all forms of infiltration (or exfiltration) by estimation of flow volume (GPM), possible source, visible calcium deposits, and footage. N. Vertical/Horizontal Offset Joints: Identification of all joints which appear to be offset from original alignment, severity, location, and footage. 0. Wide Joints: Identification of all joints which appear to have a wider separation of bell and spigot than normal, by width and footage. P. Oval/Deformed Pipe: If PVC or other flexible pipe material exists which may deflect and not sustain noticeable failure, identification of shape of pipe (i.e. egg- shaped, non-circular, etc.), footage, and location. Q. Percent Deterioration: Identify severity of deterioration. R. Lens Height: Indication whether the camera has been lowered, and the reason. Otherwise, the camera should be set as close to the center of the pipe as possible. S. Size and Type (Material): A best estimate of the inside pipe diameter and type of material for each pipe segment. If possible, note specifically unusual, as well as standard, types of pipe (e.g., sliplined, PVC, concrete, clay, etc.). PART 3 -EXECUTION 3.1 EXAMINATION A. Verify location of sewer pipelines to be inspected. 3.2 PREPARATION A. Flush and clean pipeline interiors to remove sludge, dirt, sand, stone, grease, and other materials from pipe to ensure clear view of interior conditions. B. Intercept flushed debris at next downstream manhole by use of weir or screening device, remove, and dispose of debris from system off site. Contract No. 5503-11 CIPP Phase I 02951-3 Video Inspection of Pipelines September 2016 ,,_,, _, 3.3 APPLICATION A. Closed-circuit TV Camera System: 1. Utilize cameras specifically designed and constructed for closed-circuit sewer line inspection. Utilize camera equipment with pan and tilt capability to view each lateral connection at multiple angles. 2. Utilize camera capable of moving both upstream and downstream; minimum 1,000 feet horizontal distance with one setup; direct reading cable position meter. 3.4 PROCEDURES A. Color Video: Since color provides better contrast and detail, no black and white video will be accepted. B. Video (Travel) Speed: To the extent practicable, the speed range at which all segments will be videotaped will be a maximum of 1 Ft/Sec, and a minimum of ½ Ft/Sec. Should variance from these parameters occur, it must be noted on the audio, and the reason for the variance. It is recognized that variance from the minimum speed according to the condition of the pipe is not a serious problem, but that exceeding the maximum velocity can reduce the viewability of the video, and may be grounds for request of re-videotaping the specified segment. C. Counter Variance: 1. Variance of counter/as-built distance shall not exceed the following: As-Built Distance Variance 0 -100 feet 2% 101 -200 feet 2% 201 -300 feet 3% 301 -400+ feet 3% 2. If the as-built distance and counter distance have a greater difference than specified by the variance, the contractor shall either verify recorded as-built distance or re-video the entire segment. D. Lens Obstruction: If the lens is obstructed by a foreign object or by fog (e.g., water spray, mist, etc.), attempt to clear the lens of the obstruction. If attempts fail and additional videotaping would produce the same results, continue to videotape the extent of the segment; otherwise, re-video all or the portion which had not been viewed. E. Lighting: Ensure that the illumination level inside the pipe is high enough to identify clearly the condition of the interior circumference. If segments are not already visible, a request will be made to re-video the segment. If there are Video Inspection of Pipelines September 2016 02951 -4 Contract No. 5503-11 CIPP Phase I outside contributing factors which make the pipe impossible to illuminate, identify such on video log. F. Skips in Video: If a portion of the video segment is not recorded on the CD or DVD (such as through malfunction of equipment), the segment must either be entirely re-videotaped from the beginning of the skip to the end, or the entire segment must be re-videotaped. Such corrective action will be at the contractor's expense. G. Video Footage: Properly identify footage from "upstream" manhole (i.e., as-built footage is from center of manhole to center of manhole). State location of beginning of video segment and correlate counter to this footage (i.e., beginning of pipe segment would be 2 feet, center of manhole would be O feet). 3.5 FIELD QUALITY CONTROL A. General Provisions Section 4-1 -Materials and Workmanship Contract No. 5503-11 CIPP Phase I END OF SECTION 02951-5 Video Inspection of Pipelines September 2016 ·~ .• ....,, PAGE INTENTIONALLY LEFT BLANK SECTION 02955 TRENCHLESS PIPELINE REHABILITATION PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Cleaning and flushing existing sanitary sewers. 2. Videotaping existing sewers. 3. Inserting liner into existing sewers. 4. Reestablishing service connections. B. Related Sections: 1 . General Provisions 2. Section 02070-Wastewater Flow Management 3. Section 02951 -Video Inspection of Pipelines 1.2 UNIT PRICE -MEASUREMENT AND PAYMENT 1.3 A. General Provisions Section 9 -Measurement and Payment REFERENCES A. This section references the ASTM Standards and Test Methods, which are being made part of the Specifications for the various approved processes. B. American Society for Testing and Materials Standards for Cured-in-Place Pipe: 1. ASTM D543 -Standard Test method for Resistance of Plastics to Chemical Reagents. 2. ASTM C581 -Standard Practice for Determining Chemical Resistance of Thermosetting Resins Used in Glass Fiber Reinforced Structures Intended for Liquid Service. 3. ASTM D638 -Standard Test Method for Tensile Properties of Plastics. 4. ASTM D790 -Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. 5. ASTM 2990 -Standard Test Methods for Tensile, Compressive, and Flexural Creep and Creep-Rupture of Plastics. 6. ASTM D5035 -Test Method for Breaking and Elongation of Textile Fabrics (Strip Method). 7. ASTM D5199 -Standard Method for Measuring Nominal Thickness of Geotextiles and Geomembranes. 8. ASTM D5813 -Specification for Cured-in-Place Thermosetting Resin Sewer Pipe. 9. ASTM E1252 -Standard Practice for General Techniques for Qualitative Infrared Analysis. Contract No. 5503-11 GIPP Phase I 02955 -1 Trenchless Pipeline Rehabilitation September 2016 10. ASTM F1216 -Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin-Impregnated Tube. 11. ASTM F17 43 -Standard Practice for Rehabilitation of Existing Pipelines and Conduits by Pulled-in-Place Installation of Cured-in-Place Thermosetting Resin Pipe (GIPP). 12. ASTM F2019-03 -Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Pulled in Place Installation of Glass Reinforced Plastic (GRP) Cured-in-Place Thermosetting Resin Pipe (GIPP). 13. ASTM F2561 -Rehabilitation of a Sewer Service Lateral and its Connection to the Main Using a One Piece Main and Lateral Cured-in- Place Liner. 1.4 DESIGN REQUIREMENTS A. Design lining material for a fully deteriorated host pipe. Rehabilitated pipe shall have sufficient structural strength to support dead loads, live loads and groundwater (assume to be at ground level) loads imposed. B. Design liner to least possible thickness to minimize decreasing of inside pipe diameter. C. Design liner material to provide jointless and continuous structurally sound construction. D. Identify design provisions for reconnection of services. 1.5 PERFORMANCE REQUIREMENTS A. Perform relining and reestablish service connections without need for excavation while minimizing disruptions to residences, adjacent occupied buildings, and traffic. B. Excavate for point repairs or service connections only on emergency basis and as permitted by the City and Engineer. 1.6 SUBMITTALS A. General Provisions Section 2-5.3 -Submittals. B. Shop Drawings: Indicate liner dimensional information for each pipe size to be relined. C. Product Data: 1. GIPP Liners: Submit manufacturer's information on resin, resin enhancer, tube material, curing chemicals, sealanUcaulking material, end seals, sewer service lateral liner, and lubricants. 2. Submit manufacturers' certificates certifying products meet or exceed specified requirements. Certification shall state that all GIPP materials Trenchless Pipeline Rehabilitation September 2016 02955-2 Contract 5503-11 GIPP Phase I have been manufactured in accordance with all applicable ASTM standards, and the CIPP method is suitable for the installed environment. D. Manufacturer's Storage and Installation Instructions: E. F. 1. Submit manufacturer's requirements for receiving, handling, and storage of materials. 2. CIPP Liner: Submit detailed description of liner placement and curing procedures for piping. Submit manufacturer's recommended installation pressures and cure times, minimum and maximum, for each reach. Include description of procedures for sealing liner material at manholes and re-establishing service connections. 3. Sewer Service Lateral Liner: Submit detailed description of lateral preparation, liner placement and curing procedures. Submit manufacturer's recommended installation and curing procedures. Contractor Qualifications: 1. Submit documentation of lining installer's experience. 2. Submit certification of Contractor's and Superintendent's licensure to install the provided lining method. 3. Submit documentation from the manufacturer that there is an established and ongoing quality control and quality assurance program for the product at the manufacturer's production facility. This should include proof that the manufacturer has the necessary equipment and trained personnel to properly implement the program. Design Data: Liner thickness design calculations, in conformance with ASTM standards, shall be submitted. G. Field Measurements: Contractor to verify pipe materials and measure the actual diameter of each pipe section to be lined. Measurements shall be provided to Engineer. For CIPP lining, each liner section shall be manufactured per actual diameter of pipe section. Provide actual measurements and liner dimensions for each pipe section with liner deign. H. CIPP Resin Curing Schedule: Submit resin curing schedule indicating the time and temperature for each pipe reach. Curing logs shall also be submitted after the liner installation. I. CCTV Inspection Records and Reports: CCTV inspections, in accordance with Section 02951, shall be provided for each installation, manhole to manhole. 1. Submit CCTV after cleaning and prior to lining, showing the condition of existing pipe and pipe joints, and location of existing service connections. 2. Submit post lining CCTV, within three (3) days after work is complete, showing entire finished liner and re-established service connections. Line shall be dry and clean during the video inspection and CCTV shall include both ends of liner. J. Public Notification Letter: Submit public notification letter/flyer to Engineer for review and acceptance prior to distribution to public (see Appendix A for sample). Contract No. 5503-11 CIPP Phase I 02955 -3 Trenchless Pipeline Rehabilitation September 2016 K. Samples (CIPP Only): When requested by the City, the Contractor shall submit test results from prior field installations to verify that the physical properties specified have been achieved in previous field applications. Testing shall be per ASTM standards and submittal shall include an affidavit from a third-party testing laboratory of installation samples. The Contractor shall submit test results for samples from this project to verify that the physical properties specified have been achieved. Testing shall be per ASTM standards and submittal shall include an affidavit from a third-party testing laboratory of installation samples. The number of tests taken shall be one (1) test per pipe segment. L. As-Constructed Drawings: As-constructed drawings shall be provided by the Contractor within two (2) weeks of preliminary acceptance of the work. As- constructed drawings will consist of marking the existing Contract Drawings with red pencil the changes between the existing Contract Drawings and actual conditions measured or found in the field and the identification of work completed by the Contractor. The existing Contract Drawings will be provided to the Contractor at the onset of the project. As-constructed drawings shall be kept on the project site at all times and shall be updated as the work is being completed. All updates to the contract documents shall be clearly legible. M. Additional Submittals: When required, additional submittals shall include: 1. Methods and materials for sealing lateral service connections (include in Wastewater Flow Management Plan under specification 02070). 2. Traffic Control Plan (submit per General Provisions). 3. Any additional submittal as requested from the Engineer or City. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three (3) years documented experience. B. Installer: Company specializing in performing work of this and approved by the manufacturer. Company shall have a minimum of three (3) years of documented continuous experience with projects of similar size and complexity as this project; and with the installation of liner materials specified herein. Company shall have a minimum of 150,000 linear feet of successful shop wet-out liner installations. Company shall have a minimum of six (6) successful onsite wet-out installations. Project Superintendent shall have a minimum of three (3) years of experience as Superintendent on similar Projects. C. Design liner under direct supervision of Professional Engineer experienced in design of this Work and licensed in State of California. 1.8 DELIVERY, STORAGE, AND HANDLING A. General Provisions Section 4 -Control of Materials Trenchless Pipeline Rehabilitation September 2016 02955 -4 Contract 5503-11 CIPP Phase I B. Receive, store, and protect liner materials per the manufacturer's instructions. 1.9 FIELD MEASUREMENTS A. Verify field measurements of pipe inside diameters and lengths between manholes prior to design, fabrication, and delivering of liner material. B. Verify existing pipe material changes from previous repairs. C. CIPP Liners: Contractor to measure actual diameter of each pipe section to be lined. Measurements shall be provided to Engineer and each liner section shall be manufactured per actual diameter of pipe section. Provide actual measurements and liner dimensions for each pipe section with liner design. 1.10 COORDINATION A. General Provisions Section 7-7 -Coordination and Collateral Work B. Coordinate work with users connected to system. C. The Contractor is responsible for contacting property owners and business that are affected by the construction activities to inform them of the Work to be done and the estimated schedule and timing for the Work. Written notice shall be delivered to each home or business two (2) weeks prior to installation of the liner. Notice shall include a local telephone number of the Contractor, and contract information for the City or Engineer. Written notices must be reviewed by the Engineer prior to distribution to the public. D. Two (2) days prior to the liner installation, a follow-up notice shall be delivered to each home or business that has a service connection on the sewer pipeline that is scheduled to be lined. The notice shall instruct occupants to minimize water usage on the day of the liner installation and to fill floor drain traps with water to prevent potential odors. E. Limit disruption of service to individual properties to one-time occurrence for maximum of 8 hours. F. Do not disrupt customer service between hours of 5:00 PM and 8:00 AM, unless stated otherwise on the plans. G. Provide and maintain temporary facilities as specified in General Provisions Section 7-1 -Contractor's Equipment and Facilities. 1.11 SAFETY A. The Contractor shall conform to all work safety requirements of pertinent regulatory agencies, and shall secure the site for the working conditions in compliance with the same. The Contractor shall erect such signs and other devices as are necessary for the safety of the work site. Contract No. 5503-11 CIPP Phase I 02955-5 Trenchless Pipeline Rehabilitation September 2016 B. The Contractor shall also perform all of the work in accordance with applicable OSHA standards. Emphasis shall be placed upon the requirements for entering confined spaces and working with steam. PART 2 -PRODUCTS 2.1 CURED-IN-PLACE PIPE: RESIN IMPREGNATED FELT A. Materials: 1. Tube: Fabricated from one or more layers of absorbent non-woven felt fabric meeting the requirements of ASTM F1216 or ASTM F1743, Section 5.2.1 The tube shall be fabricated to a size that when installed will tightly fit the internal circumference and length of the original pipe. The Contractor shall make allowances in determining the felt tube length and circumference for stretch during installation and shrinkage during curing and aging. The minimum design length shall be that which continuously spans the distance from the center of the inlet manhole to the center of the outlet manhole. The Contractor shall verify the lengths in the field before the liner tube is cut and impregnated. Individual installation runs may include one or more manhole-to-manhole sections as authorized by the Engineer. The tube shall have a uniform thickness equal to the designed nominal tube thickness when compressed at installation pressures. 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. The tube shall be homogeneous across the entire wall thickness containing no intermediate or encapsulated layers. The outside layer of the tube (before installation) shall be plastic coated with a translucent flexible material that clearly allows inspection of the resin impregnation (wet-out) procedure. The plastic coating shall not be subject to delamination after curing of the CIPP. 2. Resin: Shall be a corrosion resistant polyester, vinyl ester, or epoxy and catalyst system that when properly cured within the tube composite meets the requirements of ASTM F1216 and ASTM F1743, Section 5.2.3. Maximum amount of resin enhancer shall be 30 lbs. per 100 lbs. of resin. 3. End Seals: Shall meet the requirements of ASTM F1216 and ASTM F1743, Section 5.2.3. 4. Sewer Service Lateral Liner: a. Brim Style Connection Liner (Top Hat): Shall meet the requirements of ASTM D543 and ASTM D578. b. Full Circle Style Connection Liner (Full-Wrap): Shall meet the requirements of ASTM F2561-06. Trenchless Pipeline Rehabilitation September 2016 02955 -6 Contract 5503-11 CIPP Phase I B. Structural Requirements: The physical properties of the cured CIPP shall have minimum initial test values as defined in Table 1 of ASTM F1216 and supplemented below for polyester resin. Properties for the polyester or any other enhanced resins shall be substantiated with third party test data. C. Cured Composite Property Test Method (per ASTM F1216) Modulus of Elasticity ASTM D790 250,000 psi minimum Flexural Stress ASTM D790 4,500 psi Design Requirements: The liner shall be designed in accordance with ASTM F1216, Appendix X1. The design shall assume no bonding to the original pipe wall. All material properties used in design calculations shall be long-term (time- corrected) values. The cured-in-place liner minimum design thickness shall be calculated based on the following physical conditions of the existing pipe. 1. The liner shall be structurally designed for a minimum service life of 50 years. 2. A safety factor shall be set to 2.0. 3. Long-term modulus and strength shall be set to 50% of the initial values given in part B, above. 4. Design lining material for a fully deteriorated host pipe. 5. Live loading shall be considered to be HS-20 except for railroad crossings in which case use Cooper E-80. 6. Water table shall be assumed to be at the ground elevation. 7. All pipes shall be considered to have a minimum of two percent (2%) ovality in the circumference. 8. Allowable liner deflection of 5%. 9. The pipeline diameter and length shown on the drawings are based on field investigation and existing records. The Contractor shall use field measurements of the pipeline length and diameter for liner design. Any discrepancies between the drawings and the field measurements shall be reported to the Engineer. 10. The tube thickness shall meet approved design calculations based on the structural and design requirements listed in part B, above. The nominal CIPP thickness shall be at least the calculated design thickness, per ASTM F1216, except where fabric layers overlap, in which case it may be in excess of this value. The wall thickness of the felt tube shall be ordered to the next standard 1.5 mm incremental thickness above the minimum calculated design thickness. D. Chemical Resistance: The CIPP shall meet the chemical resistance requirements of ASTM F1743, Section 7. E. Acceptable Manufacturers: Acceptable manufacturers are those whose products conform to all applicable ASTM Standards. Acceptable manufacturers include: 1. lnsituform Technologies, Inc. Contract No. 5503-11 CIPP Phase I 02955 -7 Trenchless Pipeline Rehabilitation September 2016 2. Liner Products, LLC 3. Applied Felts 4. National Liner Acceptable resin manufacturers include: 1. AOC 2. Richold 3. lnterplastic Acceptable end seal manufacturers include: 1. LMK Technologies 2. Adeka Acceptable service lateral liner manufacturers include: 1. LMK Technologies 2. Cosmic Engineering 3. BLD Services, LLC 2.2 CURED-IN-PLACE PIPE: GLASS REINFORCED PLASTIC A. Materials: 1. Tube: Corrosion resistant fiberglass fabric tube meeting the requirements of ASTM F2019-03, Section 5. 2. The Contractor shall make allowances in determining the tube length and circumference for stretch during installation and shrinkage during curing and aging. The minimum design length shall be that which continuously spans the distance from the center of the inlet manhole to the center of the outlet manhole. The Contractor shall verify the lengths in the field before the liner tube is cut and impregnated. Individual installation runs may include one or more manhole-to-manhole sections as authorized by the Engineer. 3. The flexible tube shall be fabricated to a size that when installed will neatly fit (minimum 99.75%) the internal circumference of the existing sanitary sewer lines (including services). Allowance shall be made for circumferential stretching during insertion so that the final cured product is snug against the wall of the host pipe. The tubes shall have a uniform thickness equal to the designed nominal tube thickness. The layers of the cured GIPP shall be uniformly bonded. It shall not be possible to separate any two layers with a probe of point of a knife. Liner material shall be manufactured with the resins pre-impregnated within the liner to eliminate the possibility of air bubbles and voids. 4. Resin: Chemically resistant isophthalic polyester or vinyl ester UV curing resin and catalyst system compatible with the UV light curing process. Trenchless Pipeline Rehabilitation September 2016 02955-8 Contract 5503-11 GIPP Phase I 5. End Seals: Shall meet the requirements of ASTM F1216 and ASTM F17 43, Section 5.2.3. 6. Sewer Service Lateral Liner: a. Brim Style Connection Liner (Top Hat): Shall meet the requirements of ASTM D543 and ASTM D578. b. Full Circle Style Connection Liner (Full-Wrap): Shall meet the requirements of ASTM F2561-06. B. Structural Requirements: The physical properties of the cured CIPP shall have minimum initial test values as defined in ASTM F2019. Test Method Modulus of Elasticit ASTM D790 Flexural Stress ASTM D790 C. Design Requirements: The cured-in-place liner thickness shall be calculated based on the following physical condition of the existing pipe. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. The liner shall be structurally designed for a minimum service life of 50 years. A safety factor shall be set to 2.0. Long-term modulus and strength shall be set to 50% of the initial values given in part B, above. Design lining material for a fully deteriorated host pipe. Live loading shall be considered to be HS-20 except for railroad crossings in which case use Cooper E-80. Water table shall be assumed to be at the ground elevation. All pipes shall be considered to have a minimum of two percent (2%) ovality in the circumference. Allowable liner deflection of 5%. The pipeline diameter and length shown on the drawings are based on field investigation and existing records. The Contractor shall use field measurements of the pipeline length and diameter for liner design. Any discrepancies between the drawings and the field measurements shall be reported to the Engineer. The tube thickness shall meet approved design calculations based on the structural and design requirements listed in part B, above. The nominal CIPP thickness shall be at least the calculated design thickness, per ASTM F1216, except where fabric layers overlap, in which case it may be in excess of this value. D. Chemical Resistance: The cured CIPP shall meet the chemical resistance requirements of ASTM D5813, Sections 6.4.1 and 6.4.2. The finished in place UV Light Cured Fiberglass pipe liner shall be fabricated from materials which when complete are chemically resistant to and will withstand internal exposure to domestic sewage having a pH range of 5 to 11 and temperatures up to 150° F. Contract No. 5503-11 CIPP Phase I 02955 -9 Trenchless Pipeline Rehabilitation September 2016 E. Acceptable Manufacturers: Acceptable manufacturers are those whose products conform to all applicable ASTM Standards. Acceptable manufacturers include: 1. Prokasro & Saertex GmbH 2. lnsituform Technologies, Inc. 3. Liner Products, LLC 4. Applied Felts 5. National Liner Acceptable end seal manufacturers include: 1. LMK Technologies 2. Adeka Acceptable service lateral liner manufacturers include: 1. LMK Technologies 2. Cosmic Engineering 3. BLD Services, LLC PART 3 -EXECUTION 3.1 EXAMINATION A. General Provisions Section 5 -Utilities: Verification of existing conditions before starting work. B. Verify location, length, material, and diameter of piping to be lined. 3.2 CLEANING AND FLUSHING A. It is the responsibility of the Contractor to clear the line of obstructions such as roots, debris, sedimentation, grease and mineral deposits that will prevent or hinder the insertion of the liner prior to liner installation. Presence of obstructions in the pipeline are considered incidental to the work and are not reason for a change order. Costs for the cleaning and disposal shall be borne by the Contractor. B. Clear obstructions, service piping protrusions more than ¼" and other materials from entire circumference of existing pipe to ensure inserted pipe liner contacts only existing pipe wall. C. If the cleaning work is not satisfactory to the City, the Contractor shall perform additional cleaning, at the Contractor's sole cost, so that the installation of the liner pipe is not hindered. Trenchless Pipeline Rehabilitation September 2016 02955 -10 Contract 5503-11 CIPP Phase I D. All sludge, dirt, sand, rocks, grease and other solid or semi-solid material resulting for the cleaning operation shall be removed from the sewer system and properly disposed of by the Contractor, at the Contractor's sole cost. E. Precautions shall be taken to ensure that the cleaning operation will not cause any damage or flooding to public and/or private property being serviced by the sewer line. The Contractor shall bear full costs associated with any flooding or damage to existing public and/or private property as result of cleaning operation. Note: The sewer laterals for the pipe segments within Ocean Street are subject to flooding (see Appendix C & D). Therefore, the Contractor shall keep cleaning and flushing pressures below 700 PSI. F. If the pre-lining video inspection reveals an obstruction such as a protruding service connection, offset joint, or a collapse that will prevent the CIPP insertion process, and it cannot be removed by conventional sewer cleaning equipment, the Contactor shall uncover and remove the obstruction through a point repair. Such excavation must be approved in writing by the Owner prior to the commencement of work. If the obstruction was not shown in Appendix E or revealed to the Contractor at the time of the bid, the work will be considered as a separate pay item by Change Order. G. The Contractor can, if desired, use recycled water for cleaning and flushing the sewer lines. Recycled water is available from the City; reference General Provisions Section 7-8.5 for service water requirements. Contractor shall coordinate with City representative for directions to obtain recycled water. H. Contractor shall submit an application for and acquire any and all permits required for discharges into the sewer. Contractor is responsible for notifying the local wastewater agency of cleaning and flushing activities and providing an anticipated added volume of water/recycled water. Contractor shall include information on any and all chemicals used for cleaning and flushing the sewer. 3.3 INITIAL VIDEO INSPECTION AND REPAIR A. Conduct closed-circuit video inspection in accordance with Section 02951 -Video Inspection of Pipelines after cleaning and removal of line obstructions. B. Pipeline shall be dry during the pre-lining inspection. Contractor is required to bypass lines with more than 3,000 gpm of flow. C. Determine condition of existing piping, degree of offset of joints, crushed walls, roots and other obstructions. D. Determine sizes and locations of service entrances and service connections. E. Identify the addresses of all live and capped service connections. Any service connections or laterals which protrude into the sewer mainline and prevent the proper insertion of the liner shall be removed by a robotically- Contract No. 5503-11 CIPP Phase I 02955 -11 Trenchless Pipeline Rehabilitation September 2016 controlled device. Protruding lateral shall be cut flush with interior mainline and ground smooth. Debris shall be removed from mainline and properly disposed. F. Any voids in sewer mainline which prevent proper installation of the liner shall be repaired by the Contractor prior to installation of liner. Failure of the CIPP liner due to inadequate repair of void or negligence by the Contractor will be subject to repair or replacement per paragraph 3.10 I. G. If flow is resumed in the pipe prior to lining, and after the pre-lining video inspection, the Contractor is required to re-inspect the pipeline immediately before lining to ensure that no debris has been introduced into the pipe. H. Submit the initial video inspections on DVD or thumb drive to the Field Administrator or other Owner Representative for review. DO NOT start trenchless rehabilitation until the City has reviewed and accepted the initial video inspections. The Owner may require additional videotaping to ensure that all obstructions have been removed prior to lining. I. Submit the video "logs" to the Field Administrator or other District Representative for review. Each service connection or tap must be documented and the following information provided: 1. Whether the service is active or "capped". Contractor shall determine by dye test, running water, or visual inspection whether connections are active or abandoned. 2. Linear distance from starting manhole 3. Circumferential position on pipe (2 o'clock, 10 o'clock, etc.) J. Contractor shall not reinstate capped services unless directed otherwise. 3.4 BYPASSING SEWAGE & PUBLIC RELATIONS A. The Contractor is responsible for setting up the bypassing pump system. Set up bypassing pump system per Section 02070 Wastewater Flow Management Plan to isolate each section of piping for relining. B. Maintain bypass pumping until lining is totally formed and fully cured and service connections reestablished. C. Coordinate with manhole rehabilitation work prior to removal of bypass pumping. D. All traffic control issues resulting from the bypass pumping, including interruption of traffic flow due to laying bypass pipe across intersections, are the responsibility of the Contractor and shall be coordinated with the appropriate jurisdictions and governing agencies. E. The Contractor is responsible for contacting property owners and business that are affected by the construction activities to inform them of the Work to be done and the estimated schedule and timing for the Work. Written notice shall be delivered to each home or business 2 weeks prior to installation of the liner. Trenchless Pipeline Rehabilitation September 2016 02955 -12 Contract 5503-11 CIPP Phase I Notice shall include a local telephone number of the Contractor, and contract information for the Owner or Engineer. Written notices must be reviewed by the Engineer prior to distribution to the public (reference section 1.6 J). F. Two (2) days prior to the liner installation, a follow-up notice shall be delivered to each home or business that has a service connection on the sewer pipeline that is scheduled to be lined. The notice shall instruct occupants to minimize water usage on the day of the liner installation and to fill floor drain traps with water to prevent potential odors. G. Driveway access shall be maintained to homeowners and business at all times. 3.5 MATERIAL TRANSPORTATION AND STORAGE A. Materials shall be transported to, and stored at, the site in such a manner that they will not be damaged, exposed to direct sunlight, or result in any public safety hazard, and per the manufacturers' recommendations. 3.6 INSTALLATION: CURED-IN-PLACE PIPE, RESIN IMPREGNATED FELT A. B. Cured-In-Place Pipe installation shall be in accordance with ASTM F1216, Section 7, or ASTM F1743, Section 6, and all other applicable ASTM Standards, with the exception that resin impregnation shall only take place at a permanent facility. Resin Impregnation: The quantity of resin used for tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the original pipe wall. A vacuum impregnation process shall be used. To ensure thorough resin saturation throughout the length of the felt tube, the point of vacuum shall be located to create adequate withdrawal of air so that the tube is fully wet-out and no dry spots are visible at the exterior coating. Unless otherwise specified to provide for excess resin migration, the gap thickness of the wetting out equipment shall be sized to allow an excess of 5 to 1 O percent resin to pass during impregnation. C. The leading edge of the resin slug shall be as near to perpendicular as possible. A roller system shall be used to uniformly distribute the resin throughout the tube. If the Installer uses an alternate method of resin impregnation, the method must produce the same results. D. Tube Insertion: The wet-out tube shall be positioned in the pipeline using either inversion or a pull-in method. If pulled into place, a power winch should be utilized and care should be exercised not to damage the tube as a result of pull-in friction. The tube should be pulled-in or inverted through an existing manhole or approved access point and fully extend to the next designated manhole or termination point. Contract No. 5503-11 CIPP Phase I 02955 -13 Trenchless Pipeline Rehabilitation September 2016 E. Temperature gauges shall be placed inside the tube at the invert level of each end to monitor the temperatures during the cure cycle. Curing logs are to be kept and submitted to Engineer. F. Curing shall be accomplished by utilizing hot water under hydrostatic pressure or low temperature stream pressure in conjunction with low pressure air for inversion in accordance with the manufacturer's recommended cure schedule. Once the liner installation has started, installation pressures shall be maintained between the minimum and maximum pressures as required by the manufacturer until the operation has been completed. Should the pressures deviate from within the acceptable operating range, the installed liner will be rejected and the Contractor must remove and dispose of the tube at no cost to the City. Cure schedules must be strictly adhered to with no exceptions. G. "Dimples" shall be visible where service openings are present so it is absolutely clear where the service openings are located. If dimples are not present, Contractor to use infrared device to locate sanitary sewer service connections. H. The Contractor shall apply a hydrophilic seal at the manhole or GIPP termination point. The seal shall be of a material compatible with the GIPP material and shall be approved by the City or the City's Engineer. I. If the Contractor lines through a manhole or structure, the top half of the GIPP liner shall be neatly cut off, not broken or sheared off. The opening shall be smoothed so that no tears or burrs are present. The channel section through the manhole shall be smooth. Void space between the liner and the channel wall shall be filled with non-shrink grout and sealed with the annual space sealant. All manholes shall be individually inspected. Liners installed through structures that have deflection angles greater than 45 degrees, shall be cut off at the pipes and the liners shall be removed from inside the structure. J. Liner shall be trimmed at the inside edge of the manhole. The trimmed liner shall be smoothed so that no tears or burrs are present. K. Contractor shall submit an application for and acquire any and all permits required for discharges into the sewer. Contractor is responsible for notifying the local wastewater agency of GIPP installations and activities. Contractor shall notify said agency of anticipated added volumes of water/recycled water and any chemicals used during the process. 3.7 INSTALLATION: CURED-IN-PLACE PIPE, GLASS REINFORCED PLASTIC A. Cured-In-Place Pipe installation shall be in accordance with ASTM F2019-03 and all other applicable ASTM Standards. B. Resin Impregnation: The reconstruction tube shall be vacuum impregnated with UV Curing Resins in the manufacturing facility prior to installation. The Contractor shall allow the City to inspect the materials prior to installation. Trenchless Pipeline Rehabilitation September 2016 02955 -14 Contract 5503-11 GIPP Phase I C. Tube Insertion: The wet-out tube shall be positioned in the pipeline using a pull-in method. A power winch should be utilized and care should be exercised not to damage the tube as a result of pull-in friction. The tube should be pulled-in through an existing manhole or approved access point and fully extended to the next designated manhole or termination point. D. The Fiberglass Liner shall be inflated in place using low-pressure air to the Manufacturer's specification for installing the UV Chain. The Ultra Violet Light Chain, with built-in safety air loss shut off sensors, shall then be installed into the liner and the gates are then closed. The fiberglass liner will then be inspected with a camera mounted on the UV Chain as it is pulled to the end of the liner. After inspection and complete inflation to Manufacturer's specifications, the UV light bulbs will be turned on. The curing process will commence at a rate specified by the Manufacturer according to the total length and diameter of the liner. E. As the liner is curing, the UV Curing System shall record all curing data in DVD format for review by the City. Initial cure shall be deemed complete when the UV Chain arrives at the initial entry point of insertion. F. "Dimples" will likely not be visible where service openings are present. G. Contractor to locate sanitary sewer service connections using the internal inspection data or an infrared device. The Contractor shall apply a hydrophilic seal at the manhole or GIPP termination point. The seal shall be of a material compatible with the GIPP material and shall be approved by the City or the City's Engineer. H. If the Contractor lines through a manhole or structure, the top half of the GIPP liner shall be neatly cut off, not broken or sheared off. The opening shall be smoothed so that no tears or burrs are present. The channel section through the manhole shall be smooth. Void space between the liner and the channel wall shall be filled with non-shrink grout and sealed with the annual space sealant. All manholes shall be individually inspected. Liners installed through structures that have deflection angles greater than 45 degrees, shall be cut off at the pipes and the liners shall be removed from inside the structure. 3.8 SERVICE CONNECTIONS A. Reconnect active sewer service connections. Engineer and Contractor shall agree, prior to liner installation, which services are to be re-established. Generally, capped sewer service connections will not be re-instated. B. Match invert of reconnected service with previously existing invert. Maintain minimum of 95 percent to maximum of 100 percent of original service connection opening. Contract No. 5503-11 GIPP Phase I 02955 -15 Trenchless Pipeline Rehabilitation September 2016 C. Reconnect sewer service connection with uniform cuts free of burrs and sharp edges. The openings shall be neat, clean, circular and concentric with the service pipe. The reconnection process can be a one or two-step method. 1. One Step Method -Cut hole using a router bit or deburring tool leaving service free of burrs and sharp edges. After inspection, if burrs or sharp edges remain a second brushing step may be required. 2. Two Step Method -Cut hole using a router bit or deburring tool and then brush with a wire brush to a neat and smooth surface free of burrs and sharp edges. D. Where the CIPP liner does not create dimples at the service connections or in other ways indicate the locations, the exact location shall be determined from the internal inspection data. It shall be the Contractor's responsibility to accurately locate and reconnect all service connections after the CIPP installation and curing has been completed. E. Sewer Service Lateral Lining: Sewer laterals requiring a lining will be determined by City inspector after pre-liner video inspection. Lateral lining to be installed after sewer main CIPP has been completed. Lateral liner will be inserted into service lateral by means of a robotic manipulator device. The robotic device with television camera will be used to align the repair product with the service lateral opening. Contractor to follow lateral lining manufacturer's installation procedures which has been reviewed and approved by the Engineer. 3.9 FIELD SAMPLES A. Field Samples for CIPP 1. Contractor shall submit samples as required in Section 1.6. Contractor shall provide all labor and materials necessary to product samples for laboratory and/or field testing. Contractor to contract directly with 3rd party certified laboratory for testing as required. 2. The wall thickness will be measured in accordance with the applicable ASTM Standards. Test method to be determined by testing laboratory. 3. The flexural strength and flexural modulus of elasticity shall be determined in accordance with ASTM D-790. 4. Method for obtaining sample: a. Prior to lining work, install an inverted, half-section short piece of pipe, 12" minimum length, with an equal or comparable diameter. Hold sample pipe in place by a suitable heat sink, such as sandbags. b. Line the testing pipe with the same tube as the sewer line being rehabilitated, and complete the cure process. c. Cut and remove the sample pipe where the pipe enters the manhole. d. Label the manhole number and date of installation, and submit the sample pipe to laboratory for testing. 5. If the measured thickness is more than 5% less than the specified thickness, a minimum 5% reduction in payment for that insertion will Trenchless Pipeline Rehabilitation September 2016 02955 -16 Contract 5503-11 CIPP Phase I occur, or an additional liner sufficient to make up the deficiency must be installed, as determined by the Engineer. 6. If the flexural strength and/or flexural modulus of elasticity is more than 5% less than the specified, a minimum 5% reduction in payment for that insertion will occur, or an additional liner sufficient to make up the deficiency must be installed, as determined by the Engineer. 3.10 FIELD QUALITY CONTROL A. General Provisions Section 4 -Control of Material B. Manhole structures shall be protected from damage. C. When liner fails to form, remove failed liner and install new liner. D. Conduct closed-circuit video inspection of completed relining work. E. F. Minor infiltration is a normal condition and is not to be considered a change in conditions by the Contractor. For CIPP liners, if, in the opinion of the Contractor and Engineer, infiltration is significant enough to adversely affect the curing process, the Contractor shall install chemical grout or perform other remedies to address the infiltration, as approved by the Engineer. Chemical grouting or other infiltration remedies will be considered additional work and will be paid for through a Change Order. No infiltration of groundwater is permitted after installation of the liner. G. Confirm service connections are complete and are unobstructed. H. Wrinkles or lifts shall not exceed 2% of the host pipe diameter, or¼", whichever is greater. Contractor shall repair or replace that section of the pipe at no additional cost to the Owner. Methods of repair shall be proposed by the Contractor and submitted to the Engineer for approval. I. Defects such as foreign inclusions, dry spots, pinholes, delamination, and wrinkling beyond the specification allowances, as determined by the Engineer as affecting the integrity or strength of the liner, or as adversely affecting the hydraulic capacity of the pipe, shall be repaired or replaced. Contractor shall repair or replace that section of the pipe at no additional cost to the Owner. Methods of repair shall be proposed by the Contractor and submitted to the Engineer for approval. 3.11 POST-LINING VIDEO INSPECTION A. Conduct closed-circuit video inspection in accordance with Section 02951 -Video Inspection of Pipelines after cleaning and removal of line obstructions. B. Pipeline shall be dry during the post-lining inspection. Contract No. 5503-11 CIPP Phase I 02955 -17 Trenchless Pipeline Rehabilitation September 2016 C. Submit the post video inspections on DVD or thumb drive to the Field Administrator or other City Representative for review. D. Submit the video "logs" to the Field Administrator or other City Representative for review. 3.12 CLEANING AND SITE RESTORATION A. Remove debris resulting from work and unused materials from site and legally dispose. B. Areas damaged or modified by the Work shall be repaired or restored to a condition equal to or better than the original condition. Site restoration is incidental to the Work and shall not be regarded as a reason for change orders. C. Care shall be taken to avoid damage to private property (i.e. sprinkler systems, lawn areas, etc.). If damage occurs, repairs shall be completed as soon as possible. Costs associated with the repairs shall be the responsibility of the Contractor. Trenchless Pipeline Rehabilitation September 2016 END OF SECTION 02955 -18 Contract 5503-11 CIPP Phase I APPENDIX A DOOR HANGER FOR PROJECT NOTIFICATION PAGE INTENTIONALLY LEFT BLANK APPENDIX "A" CITY OF CARLSBAD ROADWORK 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 will 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 7:00AM. to 5:00 P.M. If you don't plan to leave your home by 7:00 A.M. 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 them at the above phone number if you have any questions regarding the project. Resurfacing of your street will not occur on the day your trash is collected. Mail delivery may be delayed if the postman cannot reach the mailbox that day. If you have a moving company scheduled for that day please call and inform the Contractor of the date. If you have any concerns which cannot be addressed by the Contractor, you may call the City's Project Inspector @ (xxx) xxx-xxxx. Thank you for your cooperation as we work to make a better City of Carlsbad. PAGE INTENTIONALLY LEFT BLANK APPENDIX B APPLICABLE CITY STANDARD DRAWINGS (FOR REFERECE ONLY) PAGE INTENTIONALLY LEFT BLANK STANDARD CAST IRON MANHOLE FRAME & COVER -SEE DWG. NO. S4. MIN. SLOPE 1n PER FT • WIDTH SHALL E UAL INSIDE DIA OF PIPE. .e;::::s::~~J;r~~~~~J~~ -·~--RtP*3n 12n WIDE X 6n THICK CLASS 560-C-3250 CONCRETE COLLAR WITH 3n ASPHALT CONCRETE OVERLAY (TYPICAL). VARIABLE B -6fi i--=-3_' =Dl.;_;A.;.... _...·. ':· INVERT GRADE ' -, ADJUST WITH :·... CONCRETE RINGS AS MIN. DEPTH= ~:,--REQUIRED TO MATCH GRADE. ''°': MAX.=11n, ;,'··. MIN.=5n• SECTION C-C ..... T0P=2-2 1/2" RINGS. B NOTES: CAST IN PLACE CONCRETE FOR BASE SHALL BE TYPE 560-8-3250. ALL PIPE IN MANHOLE SHALL BE PVC AND SHALL BE INCLUDED AS PART OF MANHOLE. --J ~-:~:. '--:~ .. : ~~----~/. ;:: ;.--·.: ;-.< . .-. t I an 5' DIA. an I-- MANHOLE SHALL BE CONSTRUCTED IN ACCORDANCE WITH ASTM C-47a. SECTION A-A PLAN 8-8 REV. APPROVED DA TE POUR BASE AGAINST 6-INCHES OF 3/4n CRUSHED. ROCK BASE 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-1A WITH BUTYL RUBBER SEALANT ROPE. WHEN MANHOLE FORMS THE JUNCTION OF SEWERS AND/OR AN ANGLE IN MAIN ALIGNMENT SPECIAL CARE SHALL BE USED IN FORMING THE CHANNELS TO FACILITATE THE FLOW OF SEWAGE. INVERTS SHALL BE TRUE TO GRADE AND ALIGNMENT, FINISHED WITH SMOOTH SURFACE, AND MAINTAIN 0.2' DROP. NOT TO SCALE CITY OF CARLSBAD • 12/11 STANDARD SEWER MANHOLE ~~:L..-,::;:.:.....c;.t11:1-W111~ CITY ENGINEER SUPPLEMENTAL STANDARD NO. DATE S-1 STANDARD CAST IRON MANHOLE FRAME & COVER -SEE DWG. NO. S4. WIDTH SHALL E AL INSIDE DIA. OF PIPE. BENTONITE .._.._3_' _DI_A_. __.; :· '-, ADJUST WITH : ~-~ CONCRETE RINGS MIN. DEPTH ~::-AS R,:Ol!,IRED. SECTION A-A ,=~~ MAX.-11 , ~~!•.. MIN.=5", :•:' TOP=2-2 1/2" ·,.·., RINGS. NOTES: ~ef------------,11-\,,-1 MANHOLE TO BE CONSTRUCTED IN JQINJ DETAIL VARIABLE -t -J. -.:_--· ~-;;,-_· :--:~ .; ~~----~ ~ .. ;.:_~; ·. ·.: ::_; ·:. -.:-. f I 8• r-------'5:...' -=D.:..:..IA"-. -+-'--'-'~ MANHOLE PROFILE PVC -USE PLASTIC PLAN MANHOLE COUPLING ~~~OLE PVC PIPE SECTION A-A POUR BASE AGAINST 6-INCHES OF 3/4" CRUSHED ROCK BASE JOINT DETAIL ALL CONCRETE TO CONCRETE JOINTS SHALL BE NOTCHED PIPE TO MANHOLE CONNECTION DETAIL NOT TO SCALE ACCORDANCE WITH S-1 AND THE FOLLOWING NOTES. INSTALL 1" WELD STRIPS WHERE T-LOCK IS WELDED· I.E. TOP OF CHANNEL, SHAFT TO SHELF, TURN BACK TO PIPE FACE, CORNERS, ETC. PVC TURN BACK ON PVC PIPING SHALL BE A MINIMUM OF 6". PVC TURN BACK SHALL BE HELD TIGHT TO PVC PIPING BY 1 /2" STEEL BAND WITH CONTACT CEMEN1 ADHESIVE APPLIED TO BOTH SURF ACES. NO FLAT SHEET PVC SHALL BE USED. FORM INT-LOCK OR ARROWLOCK ON SHELF AND CHANNEL. OVERLAP PVC ONTO MANHOLE SHAFT AND CHANNEL LINER; WELD TO BOTH AND COMPLETE WITH 1" WELD STRIPS. INSTALL NONSKID SURFACE ON MANHOLE SHELF. INSTALL PRE FORMED AMER-PLATE 95Y PVC SLEEVE UNDER FRAME AT TOP OPENING. WELD 4" JOINT STRIPS AND FINISH BOTH EDGES WITH 1" WELD STRIPS. COMPLETE CONCRETE CHANNEL SHALL BE CONSTRUCTED WITH FORMS AND ALL BUT THE LOWER 90" SHALL BE T-LOCK LINED. THE "T'S" SHALL RUN VERTICAL AS IN THE MANHOLE SHAFT AND SHALL BE TACKED AT THE TERMINUS OF THE T-LOCK. SIDES AND ENDS OF THE BASE TO BE EITHER FORMl:£>1 SANDBAGGED OR POURED AGAINST UNDIS I uRBED EARTH. MANHOLE SHELVES TO BE SLOPED 1" PER FOOT TO CHANNEL. WRAP MANHOLE JOINTS BELOW WATER TABLE WITH BENTON I TE GEO TEXTILE WATERPROOFING SYSTEM, VOLCLA Y VOL TEX OR APPROVED EQUAL. ALL LINER JOINTS SHALL BE HEAT WELDED BY WELDERS CERTIFIED BY THE PVC MANUFACTURER. LINER WILL BE SPARK TESTED AT 20,000 VOLTS MIN. EPOXY COATING SYSTEM MAY BE USED IN LIEU OF PVC LINING FOR THE SHELF AND CHANNEL OF THE MANHOLE. COATING SYSTEM SHALL BE APPROVED BY CITY ENGINEER AND SUBJECT TO SPECIAL INSPECTION. ANGLES OR JUNCTIONS SHALL HAVE 0.2' MIN. DROP THROUGH MANHOLE -,,c.V. APPROVE DATE CITY OF CARLSBAD CITY ENGINEER 12/11 DATE PVC LINED MANHOLE SUPPLEMENTAL STANDARD NO. S-IA STANDARD CAST IRON MANHOLE CLEANOUT COVER DETAIL FRAME & COVER -SEE DWG S-6. MODIFIED 1 SEE DWG. NO. S4. WITH SBF 1243 VAL VE BOX f 12~ WIDE X 6" THICK CLASS 560-C-3 50 CONCRETE COLLAR WITH 3'' ASPHALT CONCRETE OVERLAY (TYPICAL). ADJUSTING RINGS AS REQUIRED. MAX=11 , MIN.=5", TOP 5•~2-2 ,er RINGS. VARIABLE t 4" ON ct_ RING.__ _ _,___ MIN. SLOPE 1/4" PER FT. WIDTH SHAL INSIDE DIA OF PIPE. INVERT GRADE DEPTH=MIN. 3/4" PIPE DIA. SECTION C-C JOINT WITH CROSS BRANCH AND FIRST SECTION OF PIPE TO BE JOINED PRIOR TO INSTALLATION IN MANHOLE. G TO BESET rl:,~;;:;·,:~!~-===---....!.!:.~~!::.-4";.:k:~~~::~~~_;B:.:.__....,T.;;W:;.,;0~3~8".,.;.X!!;2~36-4.:.:"..,,,;::::.LA,..:Gi-:--i=S;.;C.:,.;R;;,,EW~ __ ..;:_., EXTENSION SHIELDS GALVANIZ D 4 -./; AND 3/8"X6" LAG SCREWS T GALVANIZED PER EACH 4 FOOT ACCESSHOLE RING AS SHOWN. -'-\6:zzzzz""-'?'~-:-.::"'i...-:::-~ 9" f -I 9" .___ __ s· DIA.-----.. CLEAN AND ROUGHEN SURFACE RINGS AND APPLY NEAT CEMENT PASTE PRIOR TO POURING SUPPLY DROP SECTION. SECTION A-A WHEN MANHOLE FORMS THE JUNCTION OF SEWERS AND/OR AN ANGLE IN MAIN ALIGNMENT, SPECIAL CARE SHALL BE USED IN FORMING THE CHANNELS TO FACILITATE THE FLOW OF SEWAGE. INVERTS SHALL BE TRUE TO GRADE ANO ALIGNMENT AND FINISHED WITH SMOOTH SURF ACE. PLAN 8-8 REV. DATE 90" PIPE SPIGOT END TO BE CUT OFF FLUSH WITH INSIDE SURFACE. Te"TYP. 3"TYP. CITY OF CARLSBAD DROP MANHOLE NOTES: ALL CAST IN PLACE CONCRETE SHALL BE TYPE 560-8-3250. ALL PIPE IN MANHOLE SHALL BE PVC OR VITRIFIED CLAY PIPE AND SHALL BE INCLUDED AS PART OF MANHOLE. DOUBLE DROP MANHOLE IS CONSTRUCTED TI-IE SAME AS DROP MANHOLE EXCEPT TJ-IAT IT HAS TWO DROP SECTIONS. SUPPLEMENTAL STANDARD NO. S-2 12" WIDE X 6" THICK CLASS 560-C-3250 CONCRETE COLLAR WITH 3" ASPHALT CONCRETE OVERLAY (TYPICAL). PAVEMENT OR FINISH GRADE. SECTION A-A ,- STANDARD CAST IRON MANHOLE FRAME & COVER -SEE DWG. NO. S4. CEMENT IN PLACE WITH 1: 2 MIX CEMENT MORTAR (TYPICAL). SET CONE IN A THICK BED OF 1: 2 MIX CEMENT MORTAR B ,_ 4"MIN. -..---1-..:.:...;_i'-'--'..__._....:..+......_.;....+--=----=--..;...,...-'-'--,-~ t B POUR BASE AGAINST 6-INCHES OF 3/4" OF CRUSHED ROCK BASE. PLAN 8-8 INVERT GRADE A WIDTH SHALL EQUAL INSIDE DIA O PIP . DEPTH=MIN. 3 4 PIPE DIA. SECTION C-C INVERT SHALL BE TRUE TO GRADE AND ALIGNMENT AND SHALL BE FINISHED WITH A SMOOTH SURF ACE. SPECIAL CARE SHALL BE USED TO FACILITATE FLOW OF SEWAGE THROUGH JUNCTION CHANNELS. A NOTES: ALL CAST IN PLACE CONCRETE SHALL BE TYPE 560-6-3250. MANHOLE SHALL BE CONSTRUCTED IN ACCORDANCE 'MTH ASTM C-478. STUB OUTS SHALL HAVE A MINIMUM LENGTH OF 3 FEET. .,, ..,R __ E __ V.......,_AP_P_Ro111111111v-E_D ...,,o_A_TE ..... ___ c_IT_Y_O_F_C_A_R_LS_B_A_D __ an~t.l.!.,(~~-,/,,/4,s SHALLOW MANHOLE SUPPLEMENTAL STANDARD NO. DATE S-3 HALF PLAN FRAME & COVER 1 5/8" 1/8" 39 3/4"D 38 5/B"D 38 3/S"D L!Lrl ll!Lg .. 1 4" CHAMFER 26"D 26~1~/2~ .. D--!" -----· ··-I SEE DETAIL HALF SECTION FRAME & COVER NOTES: 1. WEIGHTS: INNER COVER OUTER COVER FRAME 2. MATERIAL: CAST IRON. =155 LBS. .. 300 LBS. =330 LBS. 3. MACHINE SEA TS TO PREVENT NOISE. 4, FILLET RADII TO BE 12•. 5. IMPORTED COVERS AND FRAMES SHALL HAVE CONTRY Of' ORIGIN MARKING IN COMPIANCE WITH FEDERAL REGULA TlONS. INNER COVER TOP SIDE DETAIL BOTTOM SIDE . +-A, 1·~-1 SECTION A-A REV. A DATE CITY OF CARLSBAD MANHOLE FRAME & COVER ~~~r 1f PJ,s DATE SUPPLEMENT AL STANDARD NO. S-4 J TYPICAL TRENCH SECTION WITH DIMENSIONS AND COMPACTION ZONES •~=n•='"""~.,, l.~u~ TRENCH ZONE 3' UPPER ZONE 95% t MID ZONE 90% PIPE ZONE 90% 12" MIN. ' TRENCH WIDTH INVERT. 4" MIN. TO 8" MAX. BENEATH PIPE 1 MIN. 8 N A WHICHEVER IS GREATER. NOTES: 1. PERCENTAGES SHOWN EQUAL MINIMUM RELATIVE COMP ACTION. 2. MINIMUM DEPTH OF COVER FROM TOP OF PIPE TO FINISH GRADE FOR ALL SANITARY SEWER INSTALLATIONS SHALL BE 3 FEET. FOR COVER LESS THAN 3', SPECIAL DESIGN ANO APPROVAL REQUIRED. 3. TRENCH ZONE BACKFILL SHALL BE PER SECTION 02223. NO ROCKS LARGER THAN 4" IN ANY DIMENSION WILL BE ALLOWED IN BACKFILL. ASPHALT OR CONCRETE CHUNKS WILL NOT BE ALLOWED. MAX. ALLOWABLE SLOPE OF EXCAVATION PER REQUIREMENTS OF CAL/OSHA. D/4 PIPE 0.0. , REV. APPROVE DATE CITY OF CARLSBAD P.V.C. PIPE PIPE ZONE PIPE BEDDING AND TRENCH BACKFILL FOR SEWERS I 2/to/oFJ DATE S-5 12" CAST IRON GA TE CAP PER DETAIL HEREON. ALHAMBRA FOUNDRY 1129612 CAST IRON BOX/LID MARKED SEWER# SEWER CLEAN-OUT RISERS ~ TO BE FITTED WITH MALE SCREW IN PLUG. I ffii I GLUED 18" MIN. l 12" WIDE X 6" THICK I CLASS 560-C-3250 CONCRETE COLLARWITH 3" ASPHALT CONCRETE OVERLAY (TYPICAL). 2 EA. STD 1/8 BEND NOTES: BACKFILL BEDDING TOP OF VB BENO. SEE DWG. S8 FOR BEDDING DETAIL 1. GA TE CAP SHALL BE LABELED SEWER. 2 CLEANOUTS MAY BE USED WITH P.V.C. SEWER . MAIN. 3· RISER SHALL BE SAME DIAMETER AS SEWER MAIN. TOP OF PAVEMENT 12" P.V.C. PIPE. GATE CAP (HEAVY DUlY) 11 1/2"- DATE CITY OF CARLSBAD SEWER MAIN CLEANOUT SUPPLEMENTAL STANDARD NO. S-6 , .., .. CLEAN-OUTS IN YARD TO BE COVERED WlTH 10" PLASTIC COVER BY CARSON PART NO. 910 O.A.E. CLEAN-OUTS IN CONCRETE TO HAVE CONCRETE BOX WITH TRAFFIC LID BY J&R OR BROOKS PART NO. 3-R-T. SEWER CLEAN-OUT RISERS TO BE FITTED WITH MALE SCREW IN PLUG. GLUED OPTIONAL WYE (WHEN APPROVED). FIN. GRADE 12" t 5' MIN. WYE WlTH 1 FOOT STUB AND PLUG. WYE TO BE SET AT 45 DEGREE ANGLE). 1 / 4" PER FOOT MIN. SLOPE - FOR BEDDING ANO TRENCH COMPACTION SEE DWG. NO. S5. ~~ '<--~ cJ,,,~ SECTION PLAN VIEW NOTES: 1. THE LATERAL SHALL BE BEDDED THE SAME AS THE MAIN LINE SEWER. 2. IN NO CASE SHALL A LATERAL CONNECT TO THE SEWER MAIN OIRECn Y ON TOP OF THE PIPE. 3. SEWER LATERALS SHALL HAVE A 2,: MINIMUM SLOPE. ALL JOINTS ON SEWER LATERAL PIPE SHALL BE 4. COMPRESSION TYPE OR APPROVED SOLVENT WELD. STAMP CURB FACE "SS" !°VER LATERAL ~ 5. 6. 7. 8. 9. RISER PLUG 2' 12" CURB AS-BUil T SEWER LATERAL LOCATIONS SHALL BE FURNISHED TO THE CITY INSPECTOR ON FORMS PROVIDED PRIOR TO FINAL APPROVAL OF WORK. ALL LATERAL TRENCHES TO PROPERTY LINE ANO SEWER MAIN TRENCHES TO BE COMPACTED PER S5. CLEAN-OUT TO BE ADJUSTED TO GRADE AFTER FlNAL FINISH GRADING. FOR BACKF'ILL AROUND CLEANOUT RISER SEE OWG. S-5, NOTE 3. MAINTENANCE OF THE SEWER LATERAL FROM THE SEWER MAIN TO THE BUILDING IS THE RESPONSIBIL TY OF' THE PROERTY OWNER. DATE CITY OF CARLSBAD SEWER LATERAL (WITH OPTIONAL WYE) SUPPLEMENTAL STANDARD NO. S-7 12" MIN. t VARIABLE LENGTH. TRENCH WIDTH TRENCH WIDTH r ELEVATION INVERT 2-VB BENDS. VARIABLE -12' MINIMUM OR AS DIRECTED BY WATER DISTRICT. 6" MINIMUM COVER AROUND LATERAL. TOP OF PIPE. BELL. FOR BEDDING AND TRENCH COMP ACTION 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 ~ '1 TYPE OR APPROVED SOL VENT ..., ..,,,,. WELD. MAINTENANCE OF SEWER LATERAL FROM MAIN TO BUILDING IS THE RESPONSIBILITY OF THE OWNER. SEE DWG. NO. S7 FOR CONTINUATION OF SEWER LATERAL TO PROPERTY LINE. _ 'STANDARD WYE OR WYE SADDLE. PLAN VIEW S-8 1/4" BEVEL r ~ 4"t I I c• ,> ' i ~ tO I t') I 3'-o" I EXISTING I STANDARD CAST IRON MANHOLE 6" GROUND I FRAME &: COVER -SEE DWG. NO. S4. 1 1 l a: ·~! J C :1 I t::::'.I I I: r!!:ffi=~ . ' -, _:J I i:=1 I r.:::1 -. ', .. ·• . "",:; . \~~ 3' DIA. r·~· ••-"' .. i:' ~. : t\ .. ..• -::·:' ·.,·•·. ' ,· -:,· :.; tO I ' .,:•, N ~>-•·. \ ... I ....... -9: .~ .. ,,. ' _,.. -, · .. I 1'-o· <: .. -~ . ·• I .: ... ,.:' 60" DIA. ,,: ..... i TYPICAL '. :)I." .. ... . ; . :~:'; ' / .:: ,::\ m ... MANHOLE ·1 SEE DWG. NO. S1 AND S1 A , ... ' . .. ~ ; . >.o .. ,. NOT TO SCALE ITEM DESCRIPTION SPEC/DWG 1 4X4" REDWOOD OR PRESSURE TREATED DOUGLAS FIR (S4S). REV. APPROVED DATE CITY OF CARLSBAD 12.~T, l l ~ 1/JoL(ls. MANHOLE CITY ENGlN~R U DA;E MARKER POST SUPPLEMENTAL S-9 STANDARD NO. APPENDIX C SCHEDULE OF SEWER REHABILITATION 0 PAGE INTENTIONALLY LEFT BLANK n MainlD Zone SMH-9B-1-SMH-9B-2 WW1 SMH-4D-9 -SMH-40-6 WW1 SMH-9B-17 -SMH-9B-18 WW1 SMH-9D-26 -SMH-90-72 WW1 SMH-9B-81-SMH-9D-73 WWl SMH-9D-72 -SMH-9D-57 WW1 SMH-9A-3 -SMH-9B-66 WW1 SMH-9A-7 -SMH-9A-6 WW1 SMH-9A-8-SHM-9A-7 WW1 SMH-9A-11-SMH-9A-10 WW1 SMH-16C-12 -SMH-16C-11 WW9 SMH-16C-15 -SMH-16C-16 WW9 SMH-16C-21 -SMH-16C-22 WW9 SMH-16C-48 -SMH-16C-47 WW9 SMH-16C-47 -SMH-16C-50 WW9 SMH-16C-17 -SMH-16C-50 WW9 SMH-16C-50 -SMH-16C-AH213 WW9 SMH-16C-51 -SMH-16C-52 WW9 SMH-16C-9-SMH-16C-54 WW9 L·16C-54 -SMH-16C-55 WW9 -16A-27 -SMH-16A-28 WW9 SMH-16C-60 -SMH-16C-58 WW9 SMH-16C-94 -SMH-16C-95 WW9 SMH-lGC-95 -SMH-16C-96 WW9 SMH-16C-96 -SMH-15D-11 WW9 SMH-15D-1-SMH-150-2 WW9 SMH-15B-37 -SMH-15B-38 WW9 SMH-15B-39 -SMH-15B-37 WW9 SMH-15D-9 -SMH-15D-7 WW9 Note: l .. ) Sewer Segments Schedule # of Inspection Structural # of Roots CUES Total Manhole Manhole Diameter Max Design live Laterals Root in Street Date Defects Defects Pipe Score Defect Type Depth 1 (ft) Depth 2 (ft) Material (in) Length (ft} Slope Flow{GPM) Laterals Protrud. Laterals DAVIS AVENUE 1/6/2015 1 80.04 Roots 5.8 5.7 VCP 8 225.24 0.29% 173.23 10 0 TUTTLE STREET 1/7/2015 2 70.11 Roots 5.6 5.9 VCP 8 375.32 0.83% 293.06 5 1 HOME AVE. 1/6/2015 1 1 92.04 Both 8.2 7.2 VCP 8 285.82 0.96% 315.18 11 1 GRAND AVE 12/17/2015 41 97.2 Structural 15.5 12.8 VCP 8 189.47 0.57% 242.86 0 0 EASEMENT NEXT TO STATE 1/13/2015 1 80.03 Structural 5.2 12.4 VCP 6 403.70 0.65% 120.33 11 0 GRAND AVE. 12/17/2015 91 3 98.44 Both 12.8 9.8 VCP 10 340.20 1.02% 589.05 0 0 PACIFIC ST. 1/7/2015 1 70 Structural 8.0 16.0 VCP 8 250.35 1.20% 352.38 4 0 Ocean St* 5/4/2016 1 7 90.35 Roots 10.9 12.9 VCP 8 99.60 0.29% 173.58 3 0 Ocean St* 5/3/2016 1 10 89.3 Roots 11.2 10.9 VCP 8 89.10 0.43% 210.08 2 0 Ocean St 5/4/2016 5 70.31 Structural 16.5 13.7 VCP 8 152.60 0.39% 201.71 3 1 BALDWIN LN 2/20/2015 1 70.03 Structural 6.2 7.2 VCP 8 293.65 0.84% 294.82 7 0 HARBOR CT 5/21/2015 14 25 82.75 Both 5.9 5.3 VCP 6 310.71 0.43% 97.95 12 0 Layang Layang Cir 5/28/2015 2 90.11 Roots 7.9 8.0 VCP 8 40.81 0.99% 320.07 0 0 HIBISCUS CR 5/21/2015 17 81.14 Roots 6.5 6.9 VCP 8 134.32 0.99% 320.07 3 0 HIBISCUS CR EASEMENT 5/21/2015 2 30 91.41 Both 6.9 3.5 VCP 8 204.97 0.83% 293.06 2 0 CHINQUAPIN EASEMENT** 5/21/2015 2 3 83.05 Both 1.8 3.5 VCP 10 231.83 0.38% 359.53 6 0 CHINQUAPIN EASEMENT** 5/21/2015 13 90.58 Roots 3.5 NA VCP 10 95.87 0.75% 505.10 1 0 LINMAR 7/9/2015 60 91.22 Roots 4.4 7.7 VCP 6 349.44 0.52% 107.71 9 0 CHINQUAPIN EASEMENT** 5/21/2015 6 5 93.03 Both 6.8 8.3 VCP 10 302.50 0.50% 412.41 2 0 CHINQUAPIN EASEMENT** 5/21/2015 11 80.63 Roots 8.3 6.5 VCP 10 199.00 0.32% 329.93 2 0 MADISON ST 2/27/2015 1 80.06 Structural 5.7 7.7 VCP 6 233.96 0.35% 88.37 8 1 CHINQUAPIN 2/20/2015 2 80.11 Roots 11.5 9.2 VCP 6 197.66 4.37% 312.24 6 0 GARFIELD 5/27/2015 4 90.29 Roots NA 8.8 VCP 8 349.66 0.36% 192.33 12 0 GARFIELD 5/27/2015 1 87.17 Structural 8.8 10.1 VCP 8 348.85 0.37% 195.61 11 0 GARFIELD 5/27/2015 1 73.3 Structural 10.1 6.0 VCP 8 354.56 0.65% 258.95 8 0 CARLSBAD BLVD 7/8/2015 1 1 70.07 Both 7.0 8.0 VCP 8 290.43 1.72% 421.88 4 0 GARFIELD 5/20/2015 4 10 94.96 Both 8.4 26.5 VCP 8 353.83 0.49% 225.18 8 0 GARFIELD STREET 5/20/2015 4 19 77.31 Both NA 8.4 VCP 6 306.30 0.17% 60.98 8 1 CHERRY AVE 8/12/2015 18 96.56 Roots NA 7.5 VCP 6 307.26 2.00% 211.24 9 0 SUM NA NA 7317.01 167.00 5.00 MAX 16.5 26.5 403.70 589.05 *Sewer segments on Ocean Street have laterals with potential for flooding; keep cleaning and flushing pressures under 700 PSI to avoid flooding laterals. See Specificaiton Section 02955 for additional information. **Special sewer flow management (bypass) requirements at Chinquapin Easement; bypass piping cannot run through residents property. See Specification Section 02070 and Appendix K for additional information. 1 0 2 0 1 0 0 1 1 0 1 2 0 1 2 2 0 6 0 2 1 2 3 3 0 1 2 1 6 41.00 APPENDIX D GIS SEWER SEGMENT MAP PAGE INTENTIONALLY LEFT BLANK APPENDIX E SEWER MAIN INSPECTION REPORTS PAGE INTENTIONALLY LEFT BLANK 0 / I ,,, ESM.\lWY /t \ > '/l -'-----L,t,S FLORES OR \ \ \ \ I ✓ I ! \ \ \ BUENA PL •"'' KNONI..ESAV I ,;~,r\ gisdata.SDECB.wwCleanOut gisdata.SDECB.wwManhole DefectType, ScoreRange Roots, 70-79.99 Structural, 70-79.99 Both, 70-79.99 Roots, 80-89.99 Structural, 80-89.99 Both, 80-89.99 Roots, 90-99.99 Structural, 90-99.99 Both, 90-99.99 rdRoadCenterline \ ~ / / , \ '¾ ~, "'• _, ~\ ~ ~ \ \ /' \. .,/ \ \ ,,,' WW1 \. '\ \ CCTV Defect Types & Score Ranges Zones 1 & 9 (2016 CIP) ------======------------===========::::iFeet 500 1,000 2,000 3,000 \ \ \ \ \ 0 ocument Path; R:\Ul!l,ues\WASTEWATER\Roports & Data\CCTV lnspections_Scorlng Repor1s\2016 Sewer Main CIP Conlract\GIS_High Score Sewer CCTV Map_2015_Apr 2016 conlracl mxd \ \ \ ,x / \ >/ \ / ,, \ )' ,,,•·· \ \ A \ \ \' \ FOREST AV CYNlHIALN SlRAJfOROLJt ,,/ ' ' ,r, ,,,,.,.,,. ~Q ~~ef? ,, \ ' / y ' ' ' ' ' <o ,,.., \ \. ~, ~ ~ " " " 0:. ~ I If # ✓./ \ .~ ' ' #"" WW1 i \ ..... ~ 7,. 0'-d-' 00 "" %. •7,. WW10 ,,,, . ._,,..if' "' "\ WW11 WW18 Print Preview \ \ /~~-~ .... - // //✓ Sewer Gravity Main Attribute Objectid Facility id Unitid Unitid2 Maincomp1 Maincomp2 Grid number Dwgnumber Dwgsheet Projectnumber Cmwdno Dwgsigndate Dwgasbuiltdate Acceptancedate Estinstalldate Ownedby Maintainedby Status Name Linetype Material Pipeclass 2931938 SWM5201 9A-3 98-66 22 22 9B 133-6 2 1-30 00-0000 2/22/222212:00:00 AM 2/21/1964 12:00:00 AM 2/22/222212:00:00 AM 1/16/196212:00:00 AM Carlsbad Carlsbad Active 1 VCP Collector Value 9B ff 8" Page 1 of2 ~/11 /?01 f.. Print Preview Page 2 of2 Upstream invert 39.00 Downstream invert 36.00 Diameter 8.00 Slope 1.2 lslined No Cleaningfrequency Quarterly Cleaningzone W\/V1 lnspectiondate 1/1/1997 12:00:00 AM lnspectionstatus ACT Debristype Debrisamount 0.00 lnterceptorsystem Vista-Carlsbad Unittype GravityMain Pipelength 250.3500061 Parlineno Notes UPDATED DWG INFO District Carlsbad Quadrant Northwest Streetid 2553 StreetSegmentlD 220 lssynchansen No Comptype 21 Compkey 185993 Liftzone SLS1 Enabled Primaryimage Field notes Map Printed On 2016-03-11 11: 19 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 '•'"'RAN I --r·~)'{ _if~, Plpelne lnspecfton and lnklgraflon Softwal9 ,.,,-.• v-'i'' .. Main Inspection with Pipe-Run and Scoring Project Name: Mainline ID: City: Address: WW ZONE 1 .. . , .... ,-. .--•-·-------·••-,•·-····--····· SMH-9A-3 -SMH-9B-66 l ~--_ WWl__ ___ _ PACIFIC ST . Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: 1/7/2015 8 8 VCP Asphalt -------.-··-·-·-··---·•"""' Direction: Surveyed footage: Weather: Tape/Media # Downstream 247.6 Scores Calculation date: 1/7/2015 1:57:32 PM - Formula Categocy Value Description Maximum Score Sum of Defects 1 Mean Score 70 -. ---------------------------------------------- Sum-of-the Score 70 CUES Total Pipe Score -At least one defect with Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 12:03 PM grade 60 or higher, Repair/Rehabilitation appears to be necessary to avoid accelerated depreciation Page 1 of 3 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 1 -·· ·-····.:•·--.... -··-----~-~·· Start date/time: 1/7/2015 Direction: Downstream !Ji:,·· :,,R/4}.NI Ti: '//"~lnlpd<Jrlond~Soaw-,,t, Mainline ID: City: Address: SMH-9A-3 -SMH~9§::66 /• _. WW1 PACIFIC ST. Pipe width: Pipe height: 8 Surveyed footage: 247.6 .... /., ·Pipe type: Surface condition: VCP Asphalt Weather: Tape/Media # Dry t • At0.011 »»> START WITH FLOW-Start Inspection With the Flow Category: Miscellaneous t ,.fJ., At 9.4 ft 9/. · Lateral .___....-------Modifier/Severity: Live Connection Category: Inventory 'V J...L At50.7119/. ·-·.,-, Lateral Modifier/Severity: Live Connection Category: Inventory ..\_t., At63.7119/ . ... 1"!1=,,,_ __ ~'--"-,, ..• , Lateral Modifier/Severity: Capped Category: Inventory i.,Jcl,,,At81.7ft9/ ·-•: • Lateral Modifier/Severity: Live Connection Category: Inventory t .,JJ,, At 114.6119/. .. ,.-Latera~I ~-----~-------.---,,..----";M""-co=d""ifier/Severity: Capped Category: Inventory t , .. U.,At118.5ft9/. '····<'· Lateral Modifier/Severity: Live Connection Category: Inventory 'V.,.{J., At 127 .6 ft 9/. ·,. ·· Lateral ModifierLSeverity· Capped Category: Inventory t .At247.6113/9 9 Joint Offset -Jo int Offset In the Pipe Modifier/Severity: Medium Ratingf.D Category: Structural OFFSET JOINT f 1jJ At2_47.811 100.0ft 200.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 201612:03 PM Page 2 of 3 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE .. -.. ~ .. ,·····,,-•-.-··- Start date/time: 1/7/2015 Direction: Downstream ~~ Mainline ID: SMH-9A-3 -SMH-9B-66 -~.¼~ •• ---• ___ .,_ ··-.-. .--··.·,--·.--, ......... ., ........... , .. , ••• Pipe width: 8 Pipe height: 8 Surveyed footage: 247.6 Pipe type: VCP Weather: City: Address: WW1 PACIFIC ST. Surface condition: Asphalt Tape/Media # o/ • At247.6fl ~ e_o~mJ'.:".·ttec1:~.~2~47::::·1'::'.11'.================1~'.=====--!.!>~~~»~sT~O;JIP'-c-:Jl_r,,ns~p::':ec"!li~og_n~SIQl0£ppP!e~dL_ _______ _ §' ~--fiiiii;, Category: Miscellaneous j l ~ 9B-66 ~ 5 U) Main Inspection with Pipe-Run and Scoring Friday, March 11, 201612:03 PM Page 3 of 3 Print Preview Sewer Gravity Main Attribute Objectid Facilityid Unitid Unitid2 Maincomp1 Maincomp2 Grid number Dwgnumber Dwgsheet Projectnumber Cmwdno Dwgsigndate Dwgasbuiltdate Acceptancedate Estinstalldate Ownedby Maintainedby • Status Name Linetype Material Pipeclass 98-81 to 90-73 2933280 SWM5956 9B-81 9D-73 22 22 9B, 000-0 0 00-00 00-0000 2/22/2222 12:00:00 AM 2/22/2222 12:00:00 AM 2/22/2222 12:00:00 AM 11/28/1978 12:00:00 AM Private Carlsbad Active VCP Collector Page 1 of2 Value Print Preview Upstream invert Downstream invert Diameter Slope lslined Cleaningfrequency Cleaningzone Inspection date lnspectionstatus Debris type Debrisamount lnterceptorsystem Unittype Pipelength Parlineno Notes District Quadrant Streetid StreetSegmentl D lssynchansen Comptype Compkey Liftzone Enabled Primaryimage Field notes 34.08 31.46 6.00 0.64899677 No Quarterly WVl/1 1/1/199712:00:00 AM ACT 0.00 Vista-Carlsbad GravityMain 403.7 REVISED 9D-74 TO 98-81-CHANGED CLEAN FREQ FROM ANN TO QT Carlsbad Northwest 1347 3497 No 21 182135 SLS1 Map Printed On 2016-03-11 11 :22 httn·//01,;im1:ino;i/RtlRo;iMRno;i/Wehm1P-es/nrint/PrintPreviewP8.Q'e.asmc Page 2 of 2 1/11/2016 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Main Inspection with Pipe-Run and Scoring Project Name: Mainline ID: City: WW ZONE 1 -----.--. ______ .,_ ••• ,.--•-., ••• -.·--_:-·-····· SMH-9B-81 -SMH-9D-73 l -----·---··"'""'.'" ···-.. -· <: WWl Start date/time: Pipe width: Pipe height: Pipe type: 1/13/2015 --.. -. ""' :·-... ,: ----.·, ... --· .. i 6 VCP Direction: Surveyed footage: Weather: UPSTREAM 403.9 Dry Scores Calculation date: 1/13/2015 11 :35:34 AM Address: EASEMENT NEXT TO STATE Surface condition: Asphalt Tape/Media # Maximum Score -High Sum of Defects 2 Mean Score 70 Sum-of-the Score 140 CUES Total Pipe Score Main Inspection with Pipe-Run and Scoring M:Je••@M At least one defect with grade 60 or higher, Repair/Rehabilitation appears to be necessary to avoid accelerated depreciation Friday, March 11, 2016 12:04 PM Page 1 of 3 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 1 •··-·-. Mainline ID: SMH-9B-81 -SMH-9D-73 ·---•-·.-·----, .. ,''""'····•·•,•, .,·---•-.. ----·-·-- Start date/time: Pipe width: Pipe height: 1/13/2015 6 City: WWl Pipe type: VCP ,e~NJ'TE 4"1·~._.,,.UldWograllon~ ~\ Address: EASEMENT NEXT TO ~TATE: Surface condition: Asphalt Direction: Surveyed footage: Weather: Tape/Media # UPSTREAM 403.9 .. ,, .. _. ____ ,,, .. , :-·· -·----- At 396.9 ft 9/ . .,.!J,. ·} Lateral·· Modifier/Severity: Live Connection Category: Inventory At395.3ft12/. ,,(J.J Lateral ·· · · 9 At345.9ft12/. ,,[l,J Lateral•"· ' -"' Modifier/Severity: Capped -,_\ Category: Inventory At313.0ft12/. ,.[(l.,t \\ Lateral·•-···· Modifier/Severity: Live Connection \ \_ Category: Inventory At 306.5 ft 12/ .• JJ, + Lateral··· ... ' Modifier/Severity: Live Connection Category: Inventory HEAVY ROOY INTRUSION At303.7ft9/ . .J:J,.,+ /, Lateral,._,._ .. _ ___/ Modifier/Severity: Capped Category: Inventory At298.6 ft 12/ ..• [J,,t Latera1··•·· Modifier/Severity: Live Connection Category: Inventory HEAVY ROOT INTRUSION At 194.6 ft 12/. Jt,+ Lateral·' .. '.':., Modifier/Severity: Capped Category: Inventory At173.6ft11/. ,J;.:i,,+ / Lateral········ _/ Modifier/Severity: Live Connection Category: Inventory At150.0ft12/. J,.I,,~ Lateral :· · · · _/· Modifier/Severity: Live Connection Category: Inventory At86.2 ft 12/. il.,+ Omitted: 84.9f1Modifier/Severity: Live Connection Category: Inventory Dry 1, • At403.9ft »»> STOP -Inspection Stopped Category: Miscellaneous IE FH -E~d of Run Category: Miscellaneous ATM/H 9B-81 1, T At373.0 ft 12/. ,;.,(',". Root-in-Lateral -Root problem in lateral Modifier/Severity: Heavy Ratinglm] Category: O&M Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 12:04 PM Page 2 of 0.0ft 100.0ft 200.0ft 300.0ft 3 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 1 Start date/time: 1/13/2015 Direction: Mainline ID: SMH-9B-81 -SMH-9O-73 ' .·----~, __ ·-. -.·. ·:." -. '-~ -··"'"",""•·· .... • -··-· Pipe width: Pipe height: Pipe type: 6 VCP Surveyed footage: Weather: UPSTREAM 403.9 Dry "' ~ ~ Omitted: 363.0 ft -·······---··.~--:;, .·-:· ·-----•-_.,. ___ .. ,. At40.0 ft12/ .• ,.n.+ Lateral-: _cc:-, City: WW1 r--.., ~ ~ Modifier/Severity: Live Connection + Al 10.7 ft 3/5 ---:~R/4}.NITEl'', ff,__..,.mpac:Smard~- Address: EASEMENT NEXT TO STATE . ---· ··a --- Surface condition: Asphalt Tape/Media # _____ .. .,_ .. ,ii .,.. . . Category: Inventory Broken £ t Modifier/Severity: Void Visible -Small §'~ ~• _ -At0.3ft12/. ,.EJ,,+ Category:Structural )~L---~~==ev~e~n'"ty:~_n,~ve~o~nJ~~!~:~~~~~<~-----~------~~~~--7+~•~Aattl/0~.0~ftt------------~~=-•~ft CJ) Category: Inventory <«« START AGAINST FLOW-Start Inspection Against the Flow Category: Miscellaneous Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 12:04 PM Page 3 of 3 Print Preview Sewer Gravity Main Attribute Objectid Facilityid Unitid Unitid2 Maincomp1 Maincomp2 Grid number Dwgnumber Dwgsheet Projectnumber Cmwdno Dwgsigndate Dwgasbuiltdate Acceptancedate Estinstalldate Ownedby Maintainedby Status Name Linetype Material Pipeclass 9B-1 to 98-2 2931971 SWM5242 98-1 98-2 22 22 9B 106-4 1 00-00 00-0000 9B-1 2/22/2222 12:00:00 AM 2/22/2222 12:00:00 AM 2/22/2222 12:00:00 AM 2/22/2222 12:00:00 AM Carlsbad Carlsbad Active 1 VCP Collector Value httn:// Qismans/atlasMans/WebnaQes/nrint/PrintPreviewPa!!e.asox Page 1 of2 3/11/2016 Print Preview Upstream invert Downstream invert Diameter Slope lslined Cleaningfrequency Cleaningzone lnspectiondate lnspectionstatus Debristype Debrisamount lnterceptorsystem Unittype Pipelength Parlineno Notes District Quadrant Streetid StreetSegmentlD lssynchansen Comptype Compkey Liftzone Enabled Primaryimage Field notes 56.11 55.19 8.00 0.29 No Annually VWV1 1/1/1997 12:00:00 AM ACT 0.00 Vista-Carlsbad GravityMain 225.24000549 Carlsbad NorthWest 2597 230 No 21 181991 TP Map Printed On 2016-03-11 11 :24 Page 2 of 2 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Main Inspection with Pipe-Run and Scoring Project Name: WW ZONE 1 ··-···-· .••.... ·~.· .. •· . .-·~··"-'''' ·----·- Start date/time: 1/6/2015 Direction: Mainline ID: City: Address: 'I ... _SM!i-~B-1.~ SMH-9B-2_ J ,• .. n _ WWl __ DAVIS AVENUE Pipe width: Pipe height: 8 Surveyed footage: 227.0 Pipe type: Surface condition: ! r VCP ! Asphalt j ______ ,.....,.. ~=--:-::-~: -·----.--.c--::--.• ---:.:::.-c,•-'"'==-~----c-~.......,..r·-,==S Weather: Tape/Media # Dry Scores Calculation date: 1/6/2015 3:43:33 PM Formula Category Value Descnpt1on Maximum Score Sum of Defects Mean Score Sum-of-the Score CUES Total Pipe Score Main Inspection with Pipe-Run and Scoring -High 2 60 120 MJ•••IM At least one defect with grade 60 or higher, Repair/Rehabilitation appears to be necessary to avoid accelerated depreciation Friday, March 11, 2016 12:04 PM Page 1 of 3 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: Mainline ID: SMH-9B-1 -SMH-9B-2 ~ ·_. .. -·---·· ------_ .. ,......,...,.,-..... . ·-.--- City: WWl ······-·-· •. j ·•• ... R¾Nl"T~}, ~c~....._....-~"""-,~ Address: DAVIS AVENUE Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: 1/6/2015 Direction: UPSTREAM Surveyed footage: 227.0 At 225.4 ft 91. ,,,lL + Lateral"" ,·, eventy: ,ve onnection Category: Inventory VCP Weather: Dry At191.6ft11/. •· J'~'-,f Lateral ' ·,,, Modifier/Severity: Live Connection -----t!i:ile-c-,.,. Category: Inventory Asphalt Tape/Media # + a At227.0ft »»> STOP -Inspection Stopped Category: Miscellaneous 4,IE At227.0ft FH -End of Run Category: Miscellaneous ATMH9B-1 ENDOFRUN 4 ,,,U, At223.0 ft 21. ••.··· .. Lateral Mo 1fier/ everity: live Connection Category: Inventory 4*aii!111At1916ft1/ ,,.,,,,~: 91 Root-in-Joint-Root problem in joint Modifier/Severity: Light RatingmJ Category: O&M LIGHT ROOTS IN JOINT 0.0ft 4,k.At190.1 ft 111. ~---_,,,--~.:-,•'.'i'i':-· Reel iA Lateral Reetprelllem iA lateral At120.3ft9/ . .,.[l,+ Lateral"' ·· ' Modifier/Severity: Live Connection Category: Inventory \__ Modifier/Severity: Heavy RatinglmJ Category: O&M HEAVY ROOTS IN LATERAL 4 .,JJ,., At 180.8 ft2/. ,,. •< Lateral Modifier/Severity: Live Connection Category: Inventory 100.0ft At98.8ft10/. ,,J;,\,,+ Lateral Modifier/Severity: Live Connection ----!'5--. ~ +~:J,,t!~~;i5ft2/. Modifier/Severity: Live Connection Category: Inventory Category: Inventory Omitted: 9.0ft Main Inspection with Pipe-Run and Scoring pel}-.....,,----,t.-J;t..~ft··W-.---~---------- ., ... 'Lateral Modifier/Severity: live Connection Category: Inventory 4 ,,U,, At31.9 ft2/. ce.'!i,,, Lateral Modifier/Severity: Live Connection eateg01). b1rve11to1y Friday, March 11, 2016 12:04 PM Page 2 200.0ft of 3 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 1 Start date/time: 1/6/2015 Direction: Mainline ID: City: Address: SMH-9B-1 -SMH-9B-2 WWl DAVIS AVENUE Pipe width: Pipe height: Pipe type: Surface condition: 8 Asphalt Surveyed footage: Weather: Tape/Media # ~ • AID.Oft ««< START AGAINST FLOW-Start Inspection Against1he Flow @98-2 Category: Miscellaneous Main Inspection with Pipe-Run and Scoring Friday, March 11, 201612:04 PM Page 3 of 3 Print Preview Page 1 of 2 9B-17 to 98-18 Sewer Gravity Main Attribute Value Objectid 2931994 Facilityid SWM5268 Unitid 98-17 Unitid2 9B-18 Maincomp1 22 Maincomp2 22 Gridnumber 9B Dwgnumber 118-9 Dwgsheet 23 Projectnumber 00-00 Cmwdno 00-0000 Dwgsigndate 3/24/1952 12:00:00 AM Dwgasbuiltdate 2/22/2222 12:00:00 AM Acceptancedate 2/22/2222 12:00:00 AM Estinstalldate 3/24/195212:00:00 AM Ownedby Carlsbad Maintained by Carlsbad Status Active Name Linetype 1 Material VCP Pipeclass Collector Print Preview Page 2 of2 Upstream invert 52.54 Downstream invert 49.77 Diameter 8.00 Slope 0.96 lslined No Cleaningfrequency Annually Cleaningzone \/W\/1 lnspectiondate 1/1/1997 12:00:00 AM lnspectionstatus ACT Debristype Debrisamount 0.00 lnterceptorsystem Vista-Carlsbad Unittype GravityMain Pipelength 285.82000732 Parlineno Notes UPDATE DWG INFO District Carlsbad Quadrant Northwest Streetid 2560 StreetSegmentlD 1338 lssynchansen No Comptype 21 Compkey 182017 Liftzone TP Enabled Primaryimage Field notes Map Printed On 2016-03-1111:25 httn://l.!:ismans/atlasMans/Weboaf!es/orint/PrintPreviewPa!!e.asox 3/11/2016 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 ~~'F .. ·~,::." R~ NI• I=:-·· '(\,.,,. ~r Plpel:ine Inspection and Integration Softwme .._,,,_..,,,·:~_·;:\;_,• Main Inspection with Pipe-Run and Scoring Project Name: Mainline ID: City: Address: WW ZONE 1 SMH-98-17 -SMH-98-18 WW1 HOME AVE. ··-·-··---·-·-··••+ .·•·•.• .. ·. ··--. -·----··· . · ...... ., .. -· --~~-~ . ''"."' -----·- Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: 1/6/2015 8 -· ... · .. -... ·.·:: ... -• .. ··· ...• _,,.' VCP Asphalt Direction: Surveyed footage: Weather: Tape/Media # UPSTREAM 288.9 Dry Scores Calculation date: 1/6/2015 2:18:58 PM Maximum Score -High Sum of Defects 4 Mean Score 72.5 Sum-of-the Score 290 CUES Total Pipe Score M·Hiai• Asset requires immediate engineering review. Failure or imminent failure obvious Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 12:05 PM Page 1 of 3 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: _ \fl./W ZONE: L .. ·. ___ J Mainline ID: SMH-9B-17 -SMH-9B-18 -.. ~. ----...... -··------..-_., ____ ···-. ~ .. ·. -.. :; City: Address: WWl HOME AVE. Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: 1/6/2015 . ' --••• ----•• - Direction: UPSTREAM Surveyed footage: 288.9 At269.5ft12/. J) .. ~ Lateral' ·' Category: Inventory At266.9 It 10/. -Ll.~ Lateral·-· · 8 Modifier/Severity: Live Connection Category: Inventory _/-· At258.11110/. ,.t-t,J Lateral·' ,.,. Modifier/$ everity: Live Connection Category: Inventory At 208.3 ft 12/ . .J 1,., ~ Latera1:·: '' Modifier/Severity: Capped Category: Inventory At 182.7 ft 91. J.-l. ~ Lateral .•.'L-: Modifier/Severity: Live Connection Category: Inventory At129.4ft9/. J.J..~ Lateral ,,.,. ' Modifier/Severity: Live Connection Category: Inventory At 108.2 ft 12/. ,.UJ Lateral·""-''' Modifier/Severity: Live Connection Category: Inventory Omitted: 58. 7 ft VCP Weather: Dry Asphalt Tape/Media # ~ • At288.9ft >»» STOP -Inspection Stopped Category: Miscellaneous ~ jB At 288.9 ft FH -End of Run Category: Miscellaneous AT MH 98-17 END OF RUN ~ JJ.At284.41111 . ... 'Lateral Modifier/Severity: Live Connection Category: Inventory ~ ,.U... llliiil At282.3 ft 1 /. CV, 91 Lateral Connection Problem Modifier/Severity: Connection Protruding ':4;1l1iii1At258.5ft10/2 ::.,,.;,: 91 Root-in-Joint-Root problem in joint Modifier/Severity: Medium Ratingfml Category: O&M MEDIUM ROOTS IN JOINT ~ ..... At258.1ft111. 1\vci'. Root-in-Lateral -Root problem in lateral o , er even : eavy Ratingfml Category: O&M HEAVY ROOTS IN LATERAL ~ ,,ti,, At2212 ft2/. · ·· Lateral Modifier/Severity: Live Connection Category: Inventory 4 ~!,, At 124.6 ft3/. ·, '·• ·• ·.• Late ra I Modifier/Severity: Live Connection Category: Inventory Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 12:05 PM Page 2 of -0.0ft 100.0ft 200.0ft 3 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: Start date/time: 1/6/2015 Direction: UPSTREAM Mainline ID: Pipe width: Pipe height: 8 Surveyed footage: 288.9 ',R/4}.NJTI= ;-~~ord~- City: Address: WWl HOME AVE. Pipe type: Surface condition: VCP Asphalt Weather: Tape/Media # Dry ~ • AID.Oft «~ START AGAINST FLOW-Start Inspection Against the Flow @9B-18 Category: Miscellaneous Main lnsp~ction with Pipe-Run and Scoring Friday, March 11, 201612:05 PM Page 3 of 3 Print Preview Page 1 of 2 9D-26 to 9D-72 Sewer Gravity Main Attribute Value ·······-···--··· ··-· ······-. ···············-·-········ --··········--···-·-··· Objectid 2932581 Facilityid SWM5954 Unitid 90-26 Unitid2 90-72 Maincomp1 22 Maincomp2 22 Grid number 9D Dwgnumber 000-0 Dwgsheet 0 Projectnumber 00-00 Cmwdno 00-0000 Dwgsigndate 2/22/2222 12:00:00 AM Dwgasbuiltdate 2/22/2222 12:00:00 AM Acceptancedate 2/22/2222 12:00:00 AM Estinstalldate 11/28/1978 12:00:00 AM Ownedby Carlsbad Maintainedby Carlsbad Status Active Name Linetype 1 Material VCP Pipeclass Collector Print Preview Page 2 of2 Upstream invert 31.46 Downstreaminvert 30.5 Diameter 8.00 Slope 0.57 lslined No Cleaningfrequency Quarterly Cleaningzone WIN1 lnspectiondate 1/1/1997 12:00:00 AM lnspectionstatus ACT Debristype Debrisamount 0.00 lnterceptorsystem Vista-Carlsbad Unittype GravityMain Pipe length 189.47 Parlineno Notes QT TO SAN District Carlsbad Quadrant Northwest Streetid 1347 StreetSegmentlD 3497 lssynchansen No Comptype 21 Compkey 182133 Liftzone SLS1 Enabled Primaryimage Field notes Map Printed On 2016-03-11 11 :26 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Main Inspection with Pipe-Run and Scoring Project Name: WW ZONE 1 Start date/time: 12/17/2015 Direction: Mainline ID: City: SMH-9D-26 -SMH-9D-72 WWl Pipe width: Pipe height: Pipe type: 10 Surveyed footage: Weather: 188.9 Dry Scores Calculation date: 12/17/201511:40:44AM Address: I ... I GRAND AVE Surface condition: Asphalt ~---,--·-·-.. ---· ---- Tape/Media # -~ -"' - Formula Categol'.')li "y y Value Description _ Maximum Score --Medium Sum of Defects 41 Mean Score 49.27 Sum-of-the Score 2020 CUES Total Pipe Score Asset requires immediate engineering review. Failure or imminent failure obvious Main Inspection with Pipe-Run and Scoring Friday, March 11, 201612:06 PM Page 1 of 6 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: Mainline ID: City: Address: WW ZONE 1 i SMH-9D-26 -SMH-9D-72 1 WWl GRAND AVE ·:;;:, -·:...---.»-.----:· '·----"'. ·----·· ·-.,~.· ~--,.·,-.-,--. ---- Start date/time: 12/17/2015 Direction: UPSTREAM Pipe width: Pipe height: 10 Surveyed footage: 188.9 --.· -::--·-. Pipe type: Surface condition: Asphalt Weather: Tape/Media # Dry 4 IE At 188.9 ft FH -End of Run Category: Miscellaneous DROP M.H. 9D-26 4 At 186.7 ft ~-------------------~~-,_~--,~--~~Crack-Crack in the pipe Modifier/Severity: Circular -Wider Ratingfil Category: Structural '\ 4 ~-• ~~:,::·7c:;,~~ iR the pipe C Modifier/Severity: Small Ratingll!J Category: Structural 4 At 177.4 ft "ii!"'! Crack-Crack in the pipe Modifier/Seventy: Circular -Narrow Ratingl&J Category: Structural 4 At174.4ft9/. ~ Crack-Crack in the pipe Ao.lil.--------lMG<'™'·, e,iSe><eri~,. Circular Narr Ratingl&J' · Category: Structural 4 At171.3ft ~ Crack-Crack in the pipe Modifier/Severity: Circular -Narrow Ratingl&J Category: Structural 4 At 168.2 ft ~ Crack-Crack in the pipe 0.0ft 10.0ft 20.0ft At 162.5 ft 12/. 4 Crack -Crack in the pipe ;"II";' Modifier/Severity: Longitudinal -Narrow Ratingll!J Category: Structural Modifier/Severity: Circular -Wider Ratingfil,---------------~ Category: Structural Omitted: 148.0ft Main Inspection with Pipe-Run and Scoring 4 At 162.5 ft ~Crack-Crack in the pipe Modifier/Severity: Circular-Narrow Ratingl&J ategory: tructura 4 At159.Bfl c"I""' Crack -Crack in the pipe Modifier/Severity: Circular -Narrow Ratingl&J Category· S•a 1ct11ral Friday, March 11, 2016 12:06 PM Page 2 30.0ft 40.0ft of 6 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 1 --. -, ·~·--.. ---··----- Mainline ID: SMH-9D-26 -SMH-9D-72 ---~--.. ----.··,' a .-.~ . • "· __ ., City: Address: WW1 .-.,.....,-:--.---. -.. ,· --·-·-·-· . GRAND AVE Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: 12/17/2015 10 Direction: Surveyed footage: UPSTREAM 188.9 Omitted: 39.1 ft Omitted: 106.2ft Main Inspection with Pipe-Run and Scoring VCP Asphalt Weather: Tape/Media # Dry 4 At 148.2 ft ~ Crack-Crack in the pipe Modifier/Severity: Longitudinal -Narrow 40 ft ~----r--------ffflli'nall;J--------------·o_ Category: Structural 4 At144.5ft 7'I!"'! Crack-Crack in the pipe Modifier/Severity: Circular -Narrow Ratin Category: Structural 4 At140.8ft ~ Crack-Crack in the pipe Modifier/Severity: Longitudinal -Narrow RatingEIPJ Category. Sbuctu, al +. At138.5ft ~ ""°" Crack-Crack in the pipe Modifier/Severity: Circular -Narrow RatingEIJ Category: Structural At125 6ft "l!!"'.' Crack -Crack in the pipe Modifier/Severity: Circular -Narrow RatingEIJ Category: Structural 50.0ft 60.0ft + At123.5ft i-------~ Crack-Crack In the p1p~---------- Modifier/Severity: Circular-Narrow RatingEIJ Category: Structural + At120.0ft ~ Crack -Crack in the pipe ---=-::::=: Modifier/Severity: Circular-Narrow Ratingm] Category: Structural f At116.7ft ~ Crack -Crack in the pipe Modlfter/Severlly. L0llgllUdlnal -Narrow RatingEIPJ Category: Structural Friday, March 11, 201612:06 PM Page 3 70.0ft 800ft of 6 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 ·~R•Nl"TE ~:;o~.__,"""~--1 Project Name: Mainline ID: City: Address: WW ZONE 1 SMH-9D-26 -SMH-9D~]2 .···· WWl GRAND AVE Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: 12/17/2015 10 VCP Asphalt Direction: Surveyed footage: Weather: Tape/Media # UPSTREAM 188.9 Dry f At 100.6 ft Omitted: 80.9ft ------~ Cracl<-Crack In tt1e pipe r-'=~~~----------------~... Modifier/Severity: Longitudinal-Narrow Omitted:64.4ft Main Inspection with Pipe-Run and Scoring Ratingli] Category: Structural f At99.2 ft ~ - Modifier/Severity: Longitudinal -Narrow Ratinglil'!l Category: Structural 570/585 GRAND f At98.8 ft E.:..=c:r-----s!'<IF" Crack-crack In tne pipe Modifier/Severity: Circular-Narrow Ratingll'il Category: Structural f cffl"'At_98.8ft _ . 4 At95.8 ft """' Crack-Crack in the pipe Ratingli] Category: Structural 4 At89.1 ft ,;p;,, Crack-Crack i~ the pip~ Category: Structural 4 At77.1 ft ;;ll'i"' Crack-Crack in the pipe Modifier/Severity: Circular-Narrow Ratingll'il f . At74.2 ft ~Crack-Crack in the pipe Modifier/Severity: Circular-Narrow Ratingllil Friday, March 11, 2016 12:06 PM Page 4 of 80.0ft 90.0ft 100.0ft 110.0ft 120.0ft 6 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: Mainline ID: Start date/time: Pipe width: Pipe height: 12/17/2015 10 Direction: Surveyed footage: UPSTREAM 188.9 Omitted: 116.8ft Omitted: 28.5 ft City: Address: WW1 GRAND AVE Pipe type: Surface condition: VCP Weather: Dry Asphalt Tape/Media # At71.2 ft3/. ~ Crack-Crack in the pipe Modifier/Severity: Circular-Narrow RatinglmJ Category: Structural + At62.3ft ';!!w'1 Crack -Crack in the pipe Modifier/Severity: Longitudinal -Narrow RatingliliJ ategory: tructura + At59.5ft ~Crack-Crack in the pipe ~ Modifier/Severity: Circular-Narrow / RatinglmJ + At56.6 ft ~ Crack -Crack in the p lpe Modifier/Severity: Circular-Narrow RatinglmJ Category: Structural ~ At47.2 ft ~Crack-Crack in the pipe Modifier/Severity: Circular -Narrow RatinglmJ + At44.9ft """"Crack-Crack in the pipe Modifier/Severity: Longitudinal -Narrow RatingliliJ Category: Structural + At40.6 ft ~ Crack-Crack in the pipe Modifier/Severity: Circular-Wider RatingDi] Category: Structural ~ Crack -c,a.ck in the pipe Modifier/Severity: Circular-Narrow RatinglmJ Category: Structural "I!"'.' Crack-Crack in the pipe Modifier/Severity: Circular -Wider Ratingfil Category: Structural Main Inspection with Pipe-Run and Scoring Friday, March 11, 201612:06 PM Page 5 of 1200ft 130.0ft 140.0ft 150.0ft 160.0ft 6 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: Mainline ID: Start date/time: Pipe width: Pipe height: Direction: Surveyed footage: UPSTREAM Omitted: 155.2ft At98fl[lll4 Surface Damage -Erosion in the pipe · · •difier/Se rity: Light Material Damage -Chemical Problem Ratingl!il Category: Structural ·-,,_R/4:}Nl'TE t{ ~::-,_,.,._,_.c..i~-- ,;~ City: Address: WWl GRAND AVE Pipe type: Surface condition: VCP Weather: Dry Asphalt Tape/Media # ~ At32.6ft '3'Ci' Crack -Crack in the pipe Modifier/Severity: Circular -Wider Ratingfil Category: Structural ~ At28.3 ft 12/12 ~ Crack-Crack in the pipe ModitierfSeveriti;· Circular lMder Ratingfil Category: Structural ~ At26.5 ft./3 "I!-" Crack-Crack in the pipe Modifier/Severity: Circular-Wider Ratingfil Category: Structural Ratingfil Category: Structural 160.0ft 170.0ft 4 • At15.7ft ="""~----))))) STOP -Inspection Stopped Category· MisceUanern 1s 180.0ft 4 • AtO.0ft {(((~ START AGAINST FLOW -Start Inspection Against the Flow Category: Miscellaneous Main Inspection with Pipe-Run and Scoring Friday, March 11, 201612:06 PM Page 6 of 6 Print Preview Sewer Gravity Main Attribute Objectid Facilityid Unitid Unitid2 Maincomp1 Maincomp2 Grid number Dwgnumber Dwgsheet Projectnumber Cmwdno Dwgsigndate Dwgasbuiltdate Acceptancedate Estinstalldate Ownedby Maintainedby Status Name Linetype Material Pipeclass 4D-9 to 4D-6 2931984 SWM5258 4D-9 4D-6 22 22 4D 125-10 8-71 00-0000 7/20/1959 12:00:00 AM 2/22/2222 12:00:00 AM 2/22/2222 12:00:00 AM 7/20/1959 12:00:00 AM Carlsbad Carlsbad Active VCP Collector Value htto ://gismaps/ atlasMaos/Webpages/print/PrintPreviewPage.aspx Page 1 of2 3/11/2016 Print Preview Upstream invert Downstream invert Diameter Slope lslined Cleaningfrequency Cleaningzone lnspectiondate lnspectionstatus Debristype Debrisamount I nterceptorsystem Unittype Pipelength Parlineno Notes District Quadrant Streetid StreetSegmentlD lssynchansen Comptype Compkey Liftzone Enabled Primaryimage Field notes 70.38 67.09 8.00 0.83 No Annually VW.J1 1/1/199712:00:00 AM ACT 0.00 Vista-Carlsbad Gravity Main 375.32000732 Carlsbad NorthWest 2632 1355 No 21 182007 TP Map Printed On 2016-03-11 11 :30 Page 2 of 2 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Main Inspection with Pipe-Run and Scoring Project Name: Mainline ID: City: Address: WW ZONE 1 -~---·-··-··•:••·"~"--•,< SMH-4D-9 -SMH-4D-6 . ------------·---··--, .. ., ... ,........ ·-·--·.,•·.\,= ."."'\. ------,, WWl TUTTLE STREET Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: 1/7/2015 8 VCP Asphalt ..... --· ·----~-... --·.·····.· ... Direction: Surveyed footage: Weather: Tape/Media # UPSTREAM 208.6 Scores Calculation date: 1/7/2015 3:26:35 PM Formoia Catego!Z}'. · · ~ Value Description . · Maximum Score -Medium Sum of Defects 3 Mean Score 56.67 Sum-of-the Score 170 CUES Total Pipe Score Main Inspection with Pipe-Run and Scoring A-JIM At least one defect with grade 60 or higher, Repair/Rehabilitation appears to be necessary to avoid accelerated depreciation Friday, March 11, 201612:06 PM Page 1 of 2 CUES, Inc, 3600 Rio Vista Avenue Orlando, FL 3~805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: Mainline ID: City: ~''j.MMl"TI: ~ .· ...................... :,~·+.-<:. Address: ···~ 5iMH-4P:~ -:.SMJ-1-4D~6 -.J WWl --~-~ ... -... ··--TUTTLE STREET Start date/time: Pipe width: Pipe height: 1/7/2015 Direction: Surveyed footage: UPSTREAM I •::o-.,.-;,~:<-== .. ;.... .... ·=== . .::..C".-..=...=· -,;; At207.4fl ---'l.+ Lateral Connection Problem'9 Modifier/Severity: Connection Protruding Ratingli] Category: Structural CAMERA CAN NOT PASS LATERAL At 200 .2 fl 10/ . .ai, + Lateral:, .. ,, ... ,, Modifier/Severily: Live Connection Category: Inventory 8 Pipe type: Surface condition: VCP l Asphalt ~ -==-~~~ ... .:.::•=Q.:!::_~":".•_I -=_,;:_.-c·;:-·~--~=•>-~YZ, "~},•-=••--= ~ ~ Weather: Tape/Media # + • At207.4ft '--{!;;Jllll"P"T---m:io; STOP -Inspection Stopped Category: Miscellaneous +At207.4ft Abandoned Survey Category: Miscellaneous 4 ,,,.1:,-.. At136.6 ft3/. ·,,.,,,,:•, Lateral Medifie,i'Se,e,ily: Li,e Cem,eetieA Category: Inventory 4,k.At55.1 ft ,;,,·,,-. Root-in-Joint-Root problem in joint MndifierfSeverHy· Medi11m Ratinglit Category: O&M 100.0ft 200.0ft 300.0ft Atss.~:!:1~+ Modifier/Severity: Live Connection ----•-./ ROOTS IN JOINT MEDIUM Category: Inventory Main Inspection with Pipe-Run and Scoring 4-.., At15.1 ft r.~ Root-in-Joint-Root problem in joint Modifier/Severity· Light Ratinglll Category: O&M LIGHT ROOTS IN JOINT 4 • AID.Oft ««M START AGAINST FLOW-Start Inspection Against the Flow Category: Miscellaneous Friday, March 11, 2016 12:06 PM Page 2 of 2 Print Preview Page 1 of2 9D-72 to 9D-57 \..._ \ \ \ ., Sewer Gravity Main Attribute Value Objectid 2932034 Facilityid SWM5316 Unitid 90-72 Unitid2 90-57 Maincomp1 22 Maincomp2 22 Grid number 90 Dwgnumber 000-0 Dwgsheet 0 Projectnumber 00-00 Cmwdno 00-0000 Dwgsigndate 11/1/1978 12:00:00 AM Dwgasbuiltdate 2/22/2222 12:00:00 AM Acceptancedate 2/22/2222 12:00:00 AM Estinstalldate 11/1/1978 12:00:00 AM Ownedby Carlsbad Maintainedby Carlsbad Status Active Name Linetype 1 Material VCP Pipeclass Collector 'V11 f")f'I 1 r:. Print Preview Page 2 of2 Upstream invert 30.5 Downstream invert 27.03 Diameter 10.00 Slope 1.02 lslined No Cleaningfrequency Quarterly Cleaningzone VWV1 lnspectiondate 1/1/199712:00:00 AM I nspectionstatus ACT Debristype Debrisamount 0.00 lnterceptorsystem Vista-Carlsbad Unittype GravityMain Pipelength 340.2 Parlineno Notes QT TO SAN District Carlsbad Quadrant NorthWest Streetid 1347 StreetSegmentl D 3497 lssynchansen No Comptype 21 Compkey 183830 Liftzone SLS1 Enabled Primaryimage Field notes Map Printed On 2016-03-11 11 :27 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 ""~•-• •·<>: R4',N 1 "T~.2(·. ... ":".', ,-~ Inspection and Integration Soflwanl Main Inspection with Pipe-Run and Scoring Project Name: Mainline ID: City: Address: WW ZONE SMH-9D-72 -SMH-9D-57 WW1 Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: 12/17/2015 10 VCP Asphalt Direction: Surveyed footage: Weather: Tape/Media # Downstream Dry ·-·· ... ·-.--·· ....... "-".•'' .. .,, ........ J.,,, .. ·· -·-·· .... ""_,._. -· .. '",'. · .. ·· Scores Calculation date: 12/17/2015 12:24:48 PM ., ' C-~ _.,_., Formula Categocy Value Description· · Maximum Score -High Sum of Defects 95 Mean Score 71.89 Sum-of-the Score 6830 CUES Total Pipe Score E•i:IIM Asset requires immediate engineering review. Failure or imminent failure obvious Main Inspection with Pipe-Run and Scoring Friday, March 11, 201612:06 PM Page 1 of 12 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: Mainline ID: City: ,,,,R1}NITE '-~;c•~~Glld~~ .. :.:; Address: WW ZONE 1 SMH-9D-72 -SMH-9D-57 WWl -. -... _ · ....... ~---... ,~-: .. ·, Start date/time: 12/17/2015 Direction: Downstream Pipe width: Pipe height: Surveyed footage: 341.1 10 ' I •. I Pipe type: Surface condition: VCP Asphalt Weather: Tape/Media # Dry t • AID.Oft ~--------------------~--1-------.J~.)» START WFTli FLOW Start lm;peetieR \1\/ith the Flo,. O.Oft At9.0ft !11)i Surface Damage -Erosion in the pipe ·· · ,difier/Sev rity: Light Material Damage -Chemical Problem Ratingl!ltJ Category: Structural . At14.3ttr\f Water Level -Water Level in the pipe W Modifier/Severity: >=25% Category: Miscellaneous Omitted: ~.a fl At14.3ft """'¥ Grease -Grease in the Pipe'--' Modifier/Severity: Light Ratingl'ilJ Category: O&M Main Inspection with Pipe-Run and Scoring Category: Miscellaneous t-k At10.4 ft ,;,,'.'i'. Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratingm;J f At10.4 ft ~ Crack-Crack in the pipe Modifier/Severity: Circular -Narrow Ratingm;J Category: Structural t At20.3fl ~Crack-Crack in the pipe Modifier/Severity: Longitudinal -Narrow Ratingl!ltJ ,j, At23.1 ft ~ Crack-Crack in the pipe Modifier/Severity: Longitudinal -Narrow RatingB!J Category: Structural t At26.5ft ,._ _____ ~cerack-~rack i1, the pipe Modifier/Severity: Circular -Wider RatingmJ Category: Structural t At2B.6ft ~Crack-Crack in the pipe 10.0ft 20.0ft Modifier/Severity: Multiple -Narrow '.r---------iR,1<aii-1tlRIRi11!1m!l-------------=30=·0~fl Category: Structural t' At33.3ft ._Crack-Crack in the pipe Modifier/Severity: Multiple -Wider Ratlng(!J!J Category: Structural Friday, March 11, 2016 12:06 PM Page 2 of 12 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425·1569 Project Name: WW ZONE 1 -. . .•-, -• --_,··,·-·····•··-·s···· Start date/time: 12/17/2015 Direction: Downstream Omitted: 323 ft Omitted: 273.3 ft ~NJ"T1:)G:-,1,.....1..-,c11on<N--.-.son-ii-! Mainline ID: City: Address: SMH-9D-72 -SMH-9D-57 . WW1 GRAND AVE. • -· ... -· .. c~ . .". •• ... _,, ,-..... '. ··-. -. ------.~---~-- Pipe width: Pipe height: 10 Surveyed footage: 341.1 Pipe type: Surface condition: VCP Weather: Asphalt Tape/Media # W . At34.7 ft ~ Crack -Crack in lhe pipe Modifier/Severity: Longitudinal -Narrow Ratingli] Category: Structural ~----\11--l - """" Crack. Crack in the pipe Modifier/Severity: Longitudinal -Narrow Ratinglm] Category: Structural W At40.7ft ~Crack-Crack in the pipe · · ac.lllan:aw. W At44 .. 0 ft '.'1'I'!"" Crack• Crack in the pipe Modifier/Severity: Multiple -Narrow Ratinglm] Category: Structural W At49.9ft """" Crack-Crack in the pipe Modifier/Severity: Multiple -Narrow Ratinglm] Category: Structural W*At49.9ft11/. r--==;..._----,~.•,1:;~:: Root-h1-Joii1t-Rootp1oble111 h1ju· Modifier/Severity: Light Rating!I Category: O&M W At53.Dft3/. """"Crack-Crack in the pipe 40.0ft 50.0ft Modifier/Severity: Multiple• Narrow .--------l-RHaai;+liAAe~lil!l~--------------- Category: Structural t At56.3 ft ,.,,.,,-Crack -Crack in the pipe Modifier/Severity: Multiple. Narrow Ratinglm] Category: Structural At59.3 ft 21. """"' Crack. Crack in the pipe Modifier/Severity: Longitudinal -Narrow RalinglilJ Category: Structural W At 62.4 ft 2/. ~ Crack" Crack In the pipe ModiliedSeve1 ity. Lo11gitudi11al -Na11ow Ratingli!iJ Category: Structural 60.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 12:06 PM Page 3 of 12 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 1 Start date/time: 12/17/2015 Direction: Downstream Omitted: 62 7 ft Omitted: 242.9 ft ,," s· -~Ji~/4}.NITE/\ :t ij ..... ~md_,,_.._ Mainline ID: City: Address: SMH-9D-72 -SMH-9D-57 WW1 GRAND AVE. -~-. ·· ---.---·-sc··--;•·•"'''"""•c•···· Pipe width: Pipe height: Pipe type: Surface condition: 10 VCP Surveyed footage: Weather: 341.1 Asphalt Tape/Media # l __ At65.3 ft "PO" Crack -Crack in the pipe Modifier/Severity: Multiple -Narrow RatinglmJ Category: Structural ,;,.,:_,,: Root-in-Joint-Root problem in joint Modifier/Severity: Light RatingmJ Category: O&M l At68.4 ft '11!'1" Crack -Crack in the pipe RatinglmJ Category: Structural t At71.6ft '°""" Crack-Crack in the pipe Modifier/Severity: Multiple -Narrow RatinglmJ t At74.6ft !'11""-" Crack-Crack in the pipe Modifier/Severity: Multiple -Narrow Ratinglm] Category: Structural l. -•-At80.6ft ~ Crack-Crack in the pipe Modifier/Severity: Multiple -Narrow RatinglmJ Category: Structural t At84.2ft ~ - Modifier/Severity: Multiple -Wider RatinglmJ Category: Structural t At89.9ft "Ill"" Crack -Crack in the pipe . . . RatinglmJ Category: Structural t At93.0 ft ~Crack-Crack in the pipe Modifier/Severity: Multiple -Narrow Ratinglm] Category-Structural 70.0ft 80.0ft 90.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 12:06 PM Page 4 of 12 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 1 • "•••••e••.••••"-""' -• •-•----• •,•-• Start date/time: 12/17/2015 Direction: Omitted: 98.2 ft Omitted: 207.4ft Mainline ID: City: Address: SMH-9D-72 -SMH-9D-57 WW1 GRAND AVE. ............ ,-."-'·---·-.. -... "'""'•''"'"""" Pipe width: Pipe helg ht: Pipe type: Surface condition: 10 VCP Surveyed footage: Weather: 341.1 Dry -, ....... 1 Asphalt Tape/Media # t _ At99.2 ft ~Crack-Crack in the pipe Modifier/Severity: Multiple -Wider Ratingli!J Category: Structural t At102.7ft """""Crack-Crack in the pipe Modifier/Severity: Multiple -Wider Ratingli!J Category: Structural o/ At 106.1 ft ~ Crack-Crack in the pipe Modifier/Severity: Multiple -Wider Ratingli!J Category: Structural t At108.9ft ~ Crack-Crack in the pipe Modifier/Severity: Multiple -Wider Ratingli!J Category: Structural o/ At111.8ft ~Crack-Crack in the pipe Modifier/Severity: Multiple -Wider RatingliJil Category: Structural 1000ft 1100ft -Af-i-4Mll----------------- "J'o/ Crack -Crack in the pipe Modifier/Severity: Multiple -Wider Ratlngli!J Category: Structural 'f _ At121.1 ft ~Crack-Crack in the pipe Modifier/Severity: Multiple -Wider Ratinglm'I Category: Structural 'f At124.Bft "i'P."'! Crack-Crack in the pipe Modifier/Severity: Multiple -Narrow Rating!!) Category: Structural o/ _ At126.7 ft """"" Crack-Crack in the pipe Modifier/Severity: Multiple -Narrow Ratinglml Category: Structural 1200ft 130.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 12:06 PM Page s of 12 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 1 Start date/time: 12/17/2015 Direction: Downstream Omitted: 132.6ft Omitted: 173.0ft ~~NITl:/4 ~!Mpacbl-~~ Mainline ID: City: Address: SMH-9D-72 -SMH-9D-57 WWl GRAND AVE. --"-"' -... -... ,·. ~ ... __ ._ ---·-'· -··--··. '!'" Pipe width: Pipe height: 10 Surveyed footage: Pipe type: Surface condition: VCP Asphalt Weather: Tape/Media # Dry IV At136.2ft ~Crack-Crack in the pipe Modifier/Severity: Multiple -Narrow RatinglmJ Category: Structural ~ Crack: Crack in the pipe Modifier/Severity: Multiple -Narrow RatinglmJ Category: Structural IV At143.0ft ~ Crack-Crack in the pipe ~~_L_--,------Me<!i'fieFIS<wefi!y;-Mtlltie,pliee-,,N""a""rr"'ewv,~----140-0 ft RatinglmJ Category: Structural o/ At145.6ft11/. ~Crack-Crack in the pipe Modifier/Severity: Longitudinal -Narrow Ratingli!iJ o/ At148.9 ft ~Crack-Crack in the pipe Modifier/Severity: Multiple -Narrow RatinglmJ Category: Structural o/ At151.6fl ------~ Craek-Cracl< tl'l"ll'fe"p=~---------'1~50~-0~fl Modifier/Severity: Multiple -Wider RatinglmJ Category: Structural f At155.4fl ~ Crack -Crack in the pipe Modifier/Severity: Multiple -Wider .. Category: Structural o/ At156.6fl ""R' Crack-Crack in the pipe Modifier/Severity: Multiple -Wider RatinglmJ Category: Structural At158.olt """"Crack-Crack in the pipe Modifier/Severity: Multiple -Narrow RatingrmJ Category: Structural f At162.0 ft ~Crack-Crack In the i e Modifier/Severity: Multiple -Narrow RatlnglmJ Category: Structural 160.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 12:06 PM Page 6 of 12 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 1 Start date/time: 12/17/2015 Direction: Downstream Omitted: 163.0 ft Omitted: 142.6 ft Mainline ID: City: Address: SMH-9D-72 -SMH-9D--'57 WW1 GRAND AVE. ---~--,~ -~.~. - Pipe width: Pipe height: 10 Surveyed footage: Pipe type: Surface condition: VCP Weather: Dry Asphalt Tape/Media # o/ At 164.4 ft """" Crack-Crack in the pipe Modifier/Severity: Multiple -Narrow Ratlngtm] Category: Structural t At168.0ft "111"' Crack-Crack in the pipe Modifier/Severity: Multiple -Wider Ratingfml Category: Structural f At170.2ft "II'?'! Crack -Crack in the pipe Mod1fier/Severity:Muffij)Te·-Wider RatingtmJ Category: Structural W _ At 173.3 ft ~Crack-Crack in the pipe Modifier/Severity: Multiple -Wider Ratingfml c ategory:-strocrnr- t At176.4ft ~ Crack-Crack in the pipe Modifier/Severity: Longitudinal -Narrow Ratinglm'J Category: Structural At179.7ft Crack-Crack in the pipe Modifier/Severity: Multiple -Wider Ratingl!J!l Category: Structural o/ At185.2ft p,;,1===-----';f!C';i Crack Crack in the pipe Modifier/Severity: Multiple -Wider Ratingfml Category: Structural ttt't9""1: ~ Crack -Crack in the pipe Modifier/Severity: Multiple -Wider Ratingfml Category: Structural W At 195.0 ft ~ Crack-Crack i~ the pi~e RatingtmJ Category: Structural Main Inspection with Pipe-Run and Scoring Friday, March 11, 201612:06 PM Page 7 of 170.0ft 180.0ft 190.0ft 12 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 1 Start date/time: Direction: Downstream Omit1ed: 198.6ft Mainline ID: City: SMH-9D-72 -SMH-9D-57 ,_R/4}.Nl"TE/- /;t~~Cllld~-!.,_; Address: GRAND AVE. Pipe width: Pipe height: Pipe type: Surface condition: 10 VCP Surveyed footage: Weather: 341.1 Asphalt Tape/Media # f. At201.1 ft ~Crack-Crack in the pipe Modifier/Severity: Multiple -Wider Ratingm;J 'V At204.4ft ._,Crack-Crack in the pipe Modifier/Severity: Multiple -Narrow RatinglmJ 200.0ft At204.4 ft Ot Category: Structural Water Level -Water Level in the pipeW Modifier/Severity:>=25% ----...t-___,, 'V At207.6ft Category: Miscellaneous ·.,1-----~"l!C" Crack-Crack ,n the pipe Modifier/Severity: Multiple -Wider Ratingm;J Omitted: 107.0 ft Main Inspection with Pipe-Run and Scoring Category: Structural f At209.7 ft ~Crack-Crack in the pipe =-+--=======---..:M:o~d~ifi:,'.)er/Severity: Multiple -Narrow 210.0 ft 1, Rati11g'1iJ>----------------~ Category: Structural 'V At213.5ft ~ Crack-Crack in the pipe Modifier/Severity: Multiple -Wider Ratingm;J Category: Structural 'f. At216.3ft ~Crack-Crack in the pipe Modifier/Severity: Multiple -Narrow Ratingl!l!J Category: Structural f At219.7ft F1'1""' Crack-Crack in the pipe o 1er ever u p e - RatingliJ!l Category: Structural 'V At221.7ft """" Crack -Crack in the pipe Modifier/Severity: Multiple -Narrow RatinglmJ Categot y. SIJ uclu1 al 'V At225.6ft ~ Crack-Crack in the pipe Modifier/Severity: Multiple • Narrow RatingtmJ Category: Structural At228.6ft · ·: Crack-Crack in the pipe Modifier/Severity: Multiple -Narrow RatinglmJ Category: Structural Friday, March 11, 2016 12:06 PM Page 8 220.0ft 230.0ft of 12 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 · Project Name: WW ZONE 1 ~-•-• ••• -••.,-•-•c••u•- Start date/time: 12/17/2015 Direction: Downstream Mainline ID: Pipe width: Pipe height: 10 Surveyed footage: 341.1 City: Address: WW1 GRAND AVE. Pipe type: Surface condition: VCP Asphalt Weather: Tape/Media # Dry W At231.6ft Omitted: 229_9 ft ~ Crack -Crack in the pipe .=====------------------f!-----,----,Mo-di"ifie,r/Se,eril)'. Multiple Narrov. Ratingl!l!J Category: Structural W At234.2 ft ~ Crack-Crack in the pipe Modifier/Severity: Multiple -Wider Ratinglm] Category· Stn !Cb I W At237.8 ft """i Crack -Crack in the pipe Modifier/Severity: Multiple -Narrow Ratingm!J Category: Structural W At240.4ft ,....::::~::=---"'""' C,ack-Crael< ill the pipe Modifier/Severity: Multiple -Wider Ratinglm] Category: Structural W At244.4 ft ~ Crack -Crack in "the pipe 230.0ft 240.0ft Modifier/Severity: Multiple -Wider --------ftttt"nglm]I----------------- Omitted: 75. 7 ft Main Inspection with Pipe-Run and Scoring Category: Structural W At246.4ft ~ Crack-Crack in the pipe Modifier/Severity: Multiple -Wider RatingliJ Category: Structural At250.0 ft ~ Crack -Crack in the pipe Modifier/Severity: Multiple -Narrow Ratingl!l!J Category: Structural "l'IF Crack: Crack in the pipe Modifier/Severity: Multiple -Wider RatingliJ Category: Structural Friday, March 11, 201612:06 PM Page 9 250.0ft 260.0ft of 12 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 1 Start date/time: 12/17/2015 Direction: Downstream Omittect 265.2 fl Omitted: 40.4 fl NR*N)TE, -:..F ~~bond~-- Mainline ID: City: Address: . ____ sMH-9D-n -: sMH_-9p-s1 WWl GRAND AVE. Pipe width: Pipe height: 10 Surveyed footage: 341.1 Pipe type: Surface condition: VCP Weather: Asphalt Tape/Media # t At267.4fl ~Crack-Crack in the pipe Modifier/Severity: Multiple -Wider RatinglilJ Category: Structural f _ At270.6 fl '?l"i" Crack-Crack in the pipe Modifier/Severity: Multiple -Narrow RatinglsliJ a egory: l At274.1 fl ~ Crack -Crack in the pipe Modifier/Severity: Multiple -Wider RatinglilJ Category: Structural 270.0ft t At277.2 fl~--------------c------,-,.,'?fli'S•.""-"~C=r=ac~k-Crack in the pipe Modifier/Severity: Multiple -Wider RatinglilJ Category: Structural f At279.7 fl "IF' Crack-Crack in the pipe Modifier/Severity: Multiple -Wider Rating[!I!] Category: Structural l At282.9fl ~ Crack-Crack in the pipe Modifier/Severity: Multiple -Wider RatinglilJ Category: Structural t At285.9fl "11'1" Crack-Crack in the pipe Modifier/Severity: Multiple -Wider Rating[!I!] Category: Structural 2800ft l At2892 fl ~ Crack-Crack in thJSLQ=iP-e~ ________ 2_90_.0_ft Modifier/Severity: Longitudinal -Narrow Ratinglil'!] Category: Structural l At292.0fl ~ Crack -Crack in the pipe Modifier/Severity: Multiple -Narrow RatinglsliJ Category: Structural t At297.Bfl !lF.! Crack-Crack In the pipe Modifier/Severity: Multiple -Wider RatinglilJ Category: Structural Main Inspection with Pipe-Run and Scoring Friday, March 11, 201612:06 PM Page 10 of 12 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 1 -~"'___ ,·,---. Sta rt date/time: 12/17/2015 Direction: Downstream Omitted: 300.9ft Omitted: 4. 7 ft ,.~Nl"""ff Ji'~~-..-.-..- """• Mainline ID: City: Address: SMH-9D-72 -SMH-9D-57 WW1 GRAND AVE. .,. . .. . -, .... --· --.-.-·:~--... -.,-•-.·.--··-.. ··-. Pipe width: Pipe height: Pipe type: Surface condition: 10 Surveyed footage: 341.1 VCP Weather: Asphalt Tape/Media # W At301.6ft ~Crack-Crack in the pipe Modifier/Severity: Multiple -Wider RatinglmJ Category: Structural W At304.8 ft ~ Crack-Crack in the pipe Modifier/Severity: Multiple -Wider RatinglmJ Category: Structural W At308.2 ft ~ Crack-Crack in the pipe Modifier/Severity: Multiple -Wider RatinglmJ 300.0ft ,.,.,.__ _______ c_a_t_e_go_ry:_._s_tr_u_c_tu_ra_l _________ 310.0ft i At313.7 ft ~Crack-Crack in the pipe Modifier/Severity: Multiple -Wider RatinglmJ Category: Structural ,j, At317.0 ft - ,,i,;:s, Crack-Crack in the pipe Modifier/Severity: Multiple -Wider Ratingl!Jil Category: Structural W At319.7ft ~ Crack-Crack in the pipe Modifier/Severi : Lon itudinal -Narrow Rating , Category: Structural W At323.1 ft ~Crack-Crack in the pipe Modifier/Severity: Multiple -Wider Ratlngli1!J Category: Structural W At325.8ft 91'!"" Crack-Crack in the pipe Modifier/Severity: Multiple -Wider RatinglmJ Category: Structural W At329.2ft ""'1" Crack -Crack i the pipe Modifier/Severity: Multiple -Wider Ratlngli1!J Category: Structural t At335.0 ft '115.11 Crack -Crack i~ the pl~e Ratlngli1!J Category: Structural 320.0ft 330.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 12:06 PM Page 11 of 12 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 1 Start date/time: 12/17/2015 Direction: Downstream "' "' . ., Omitted: 336.4 ft "'~ ~;!; :Sf :- Mainline ID: Pipe width: Pipe height: 10 Surveyed footage: 341.1 ~~~--------------------~Ji . R1}NIT~ ._._~andw.g,,:,llon- City: Address: WWl GRAND AVE. Pipe type: Surface condition: VCP Weather: Dry Asphalt Tape/Media # t -i:a At337.8 ft ~-., Crack-Crack in the pipe Modifier/Severity: Multiple -Wider Ratinglm] Category: Structural t jE At341.1 ft FH -End ofRun t • At341.1 ft »»> STOP -Inspection Stopped Category: Miscellaneous 340.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 12:06 PM Page 12 of 12 OnPoirt Map Viewer Scale ,,1 NaN .. N.o . ·~ Active Map: Sewer Aijas http://gismaps/atlasMaps/WebPages/Map/FundyViewer.aspx 6/17/2016 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Main Inspection with Pipe-Run and Scoring Project Name: Mainline ID: City: Address: WW ZONE 1 ~-) .. __ s~ H-9A-7_-:-_§Ml:i~9A-6 WW1 OCEAN ST. Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: VCP Asphalt e••-• •-_ .. -••~c,,,•--•••••H,,_,,-a•e• ••"•-,, • •••"• • Direction: Surveyed footage: Weather: Tape/Media # Downstream 100.8 Dry Scores Calculation date: 5/4/2016 12:58:45 PM Formula Category Value filescription · •: Maximum Score -High Sum of Defects 9 Mean Score 48.89 Sum-of-the Score 440 CUES Total Pipe Score Main Inspection with Pipe-Run and Scoring Friday, June 17, 2016 8:25 AM Asset requires immediate engineering review. Failure or imminent failure obvious Page 1 of 3 CUES, Inc. 3500 Rio Vista Avenue Orlando, FL 32805 Phone:407-849-0190 Fax: 407-425-1559 Project Name: WW ZONE 1 ............ ,,,,.,.,,..,_,,..;:-• Start date/time: Direction: Downstream Mainline ID: aty: Address: SMH-9A-7 -SMH-9A-6 , WW1 .,_,,_~,,,.,,,,,,_ .. ,,..,.,..,,,_"''·-\"'.'''\•""'''""H... •-·x••".f; •~·.," . .,.,---, ½'+,l\o-"•'l'"l\--,·''"'""'"""">--,-OCEAN ST . Pipe width: Pipe height: Pipe type: Surface condition: VCP Asphalt Surveyed footage: Weather: Tape/Media # 100.8 ,::.;:, ........ =.,, '""""' ... ~=..c... ...... o.rl Dry l •--· ··=~~-~~ .,.~--'-·"·~"·---'~~==.J .. -----... --:--·-~-, -----··½ ··• ..• .,. .. ,, -.....,m-,-~ ~ • AIO.Olt »lliO START Will-I FLOW-Start Inspection With the Flow Category: Miscellaneous h~. At3.0 lt9/. ,;,,,·l Root-in-Joint-Root problem in joint Modifier/Severity: Heavy ~----------------------=--l,.-.--'---_,,_ _____ _,.~ij"9lml _____________ O~O~ft Omitted: 38.5 ft Main Inspection with Pipe-Run and Scoring Category: O&M lj,*At7.0lt r:0:()$; Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratinglll Category: O&M ---4~-n-------------~10=.o=·rr ,:,,(_,.; Root-in-Joint-Root prob lam in joint Modifier/Severity: Light Ratinglll!I hik: At 39.B ft i;,).n._t,,t Root-in-Joint-Root problem in joint Modifier/Severity: Light RatiAQIII Category: O&M ----..,•-~ At56.9 ft _. Sag -Sag in the pipe Modifier/Severity: Light Ratingllil Catego1y.Sbudu1al 20.0ft 30.0ft 400ft 50.0ft __________________ ................................................. 60.0ft Friday, June 17, 2016 8:25 AM Page 2 of 3 CUES, Inc, 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 _R¾,Nll'I= -!{~~-~->-" Project Name: Mainline ID: City: Address: WW ZONE 1 SMH-9A-7 -SMH-9A-6 WWl OCEAN ST . .,----·-.. ----. , ...... ---~-•-•.-~·.· ...... ,~---··· Start date/time: Pipe width: Pipe height: 5/4/2016 Direction: Downstream Omitted: 44.5ft Surveyed footage: 100.8 At53.3ft3/. ,J 1,.,j, Lateral• •·. ·' Modifier/Severity: Capped Category: Inventory At 76.9 ft 3/ . ..U, ,j, Lateral•··•,· Modifier/Severity: Capped Category: Inventory At92.6ft3/ .• J;l,.o/ Lateral-'·•·::,, Modifier/Severity: Live Connection Category: Inventory 8 ···-,.-,, ... -~, ., ___ -,_ ···.-' -----·---- Pipe type: Surface condition: VCP Weather: Dry Asphalt Tape/Media # h:t\:-At52.0 ft ,;,-',.'.1: Root-in-Joint-Root problem in joint Ratingll!I Categ·ory: O&M --f---"'"-'A At53.9 ft 12/. ---·.·-aera Modifier/Severity: Live Connection Category: Inventory ~Root-in-Joint-Root problem injoi Modifier/Severity: Light Ratingll!I Modifier/Severity: Capped Category: Inventory ,j, ,.t~At79.8ft9/. .. , ' · Lateral ,j, '*' At100.Bft ~ FH -End of Run Category: Miscellaneous ,j, ., At100.8ft ))))) STOP • Inspection Stopped Category: Miscellaneous Main Inspection with Pipe-Run and Scoring Friday, June 17, 2016 8:25 AM Page 3 of 50.0ft 600ft 70.0ft BO.Oft 90.0ft 100.0ft 3 OnPoipt. "Map Viewer ./ 2459 Scale 1:1 NaN.NO . [~ Active Map: Sewer AUas http:/ /gismaps/atlasMaps/WebPages/Map/Fundy Viewer.aspx ( I \ \ \ ,· \ ,,., .. ,· "\ ,.,.··· / \ \ \ \ •, \ \ \ \ \,. / \ Pa~\ of 1 ,,\\ 6/17/2016 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Main Inspection with Pipe-Run and Scoring Project Name: Mainline ID: City: Address: WW ZONE 1 SMH-9A-8 -SMH-9A-7 , WWl OCEAN ST. ~~~ ~~~~----··--.---·:•~---·'"·-' .·--~-~-,..._ .. -•. Start date/time: Pipe width: Pipe height: Pipe type: 5/3/2016 8 VCP Direction: Surveyed footage: Weather: Downstream 89.3 Dry Scores Calculation date: 5/3/2016 1 :44:50 PM Maximum Score Sum of Defects Mean Score Sum-of-the Score CUES Total Pipe Score Surface condition: Asphalt _,_ " ---.... "·-·· ..... ·-. __ ,_,_. ···········.-···i Tape/Media # -High 12 45.83 550 M:ii••·-At least one defect with grade 60 or higher, Repair/Rehabilitation· appears to be necessary to avoid accelerated depreciation Main Inspection with Pipe-Run and Scoring Friday, June 17, 2016 8:25 AM Page 1 of 4 0 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 1 Start date/time: 5/3/2016 Direction: Downstream Mainline ID: SMH-9A-8 -SMH-9A-7 , ... ···--·=----•., ····-······.·._.,,·.·-·· .............. -,,,·0··•s,-..--.. J Pipe width: Pipe height: 8 Pipe type: VCP Surveyed footage: Weather: 89.3 City: Address: WWl OCEAN ST. Surface condition: Asphalt Tape/Media # t • Ato.Oft ~--------------------~--ll!-----»>» START WITH FLOW-Start Inspection With the Flow Omitted: 41. 9 ft Al 12.1 ft3/. ,,JJ,,, o/ Lateral·· ·· Modifier/Severity: Capped Category: Inventory Main Inspection with Pipe-Run and Scoring Category: Miscellaneous t .. ,f! .. At4.8ft9/. ·-'"': Lateral Modifier/:;evemy:Dve Connection Category: Inventory ----'f-* _AU_3,.1JL_ _____ _ ;;.,,,:~=-Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratingllil Category: O&M =...:,,.,,~--c._..1:;,i,t,,1.;i.! ft 9/ . Modifier/Severity: Capped Category: Inventory t*l:iliillAt34.Bft12/. ,:,;::;•: 9:1 Root-in-Lateral -Root problem in lateral Modifier/Severity: Heavy Ratinglm] Category: O&M f JJ..At38.3ft9/. •.'.···Lateral Modifier/Severity: Capped Category: Inventory ____ __,,_ . .._.. At41.1 ft ~ Sag -Sag in the pipe Modifier/Severity: Light RatinglJil Category: Structural Friday, June 17, 2016 8:25 AM Page 2 of 10.0ft 30.·Jft 4G.Oft 4 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: Start date/time: Mainline ID: Pipe width: Pipe height: 5/3/2016 , , 8 •t.=~=-~.:.:=::\-=~::.-,~ ·. --....... +--· ✓•--~~L=~~==d} ~~~ .. :..Y.,.;.~ Direction: Surveyed footage: City: Address: OCEAN ST. Pipe type: Surface condition: Weather: Tape/Media # Downstream 89.3 'i ~ =-~=~·-··"-=o-=ry~=~··-·"'J ~=--=-=~~=-___j Omitted: 41. 7 ft Al52.9ft3/. ~V Lateral .-,, Modifier/Severity: Capped Category: lnven1ory LIGHT ROOTS Main Inspection with Pipe-Run and Scoring 0 Grea~ -Grease in the Pipe Modifier/Severity: Light Rating• Category: O&M Root-in-Joint-Root problem in joint Modifier/Severity: Medium Ratin9lil Category: O&M '-------''If-,~ .,.t'I,, 41 55 Z ft9/ •·.''·" Lateral Modifier/Severity: Capped Calegory: Inventory '¥ ~. ~~~~--i~k..Ro.ot problem in Joint ~ 9A-7 Modifier/Severity: Light Ratingll!J Category: O&M f * Al63.5 ft rht~: _-_ · _ Modifier/Severity: Capped Category: Inventory o/....., At74.4ft .{,ii.~ Root-in-Joint-Root problem in joint Modifier1Severi : Li ht Rating Category: O&M f * Al 77.3 ft '-"'lJ/1. Root-in-Joint-Root problem in joint Modifier/Severity: Light RatingllJ Category: O&M Friday, June 17, 2016 8:25 AM Page 3 of 50.0ft 60.0ft 8()_Qft 4 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 1 Start date/time: 5/3/2016 Direction: Downstream "' Omitted: 82.0ft ~cq ~m m"' co ..i::: 5t ft ~ '!I ~ 5 Mainline ID: SMH-9A-8 -SMH-9A-7 Pipe width: Pipe height: 8 Surveyed footage: Pipe type: VCP Weather: Dry City: Address: WW1 OCEAN ST. Surface condition: Asphalt Tape/Media # ,\;-'At83.1ft ,;.q_.;': Root-in-Joint-Root problem in joint Modifier/Severity: Light Rating5l Category: O&M o/ I!) At89.3 ft (/)L----------------------i.,,...___/ FH -End of Run Category: Miscellaneous 9A-7 Main Inspection with Pipe-Run and Scoring o/ • At89.3fl »»> STOP -Inspection Stopped Category: Miscellaneous Friday, June 17, 2016 8:25AM Page 4 of 4 OnPoint Map Viewer 2323 2321 2380 2317 231~ ! 2382 Active Map: Sewer Atias 2311 2309 / http:/~aps/atlasMaps/WebPages/Map/FundyViewer.aspx /// / /~-------------...-----...____ //, / 0 260 \ \, Page 1 of 1 61 J. ,12016 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Main Inspection vvith Pipe-Run and Scori 1:g Project Name: Mainline ID: City: Address: WW ZONE 1 SMH-9A-11 -SMH-9A-10 1 WWl ·-•.•···· .-.. --.. ·~/-• ............. _ ... -.. ··· . ~ ............ -... -.•--·---.... ·----~01 .................. •.· ..• x .. OCEAN ST. Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: VCP I Asphalt I ~~c,c-=---;--..:=.,...:....L= .... ~-=::: ... :.Ji c.e::=:c:--=.=-c~=--:-"~ Direction: Surveyed footage: Weather: Tape/Media # Downstream 147.9 Dry Scores Calculation date: 5/4/2016 1:45:31 PM formula Categorf Value Description Sum of Defects 6 Mean Score 38.33 Sum-of-the Score 230 CUES Total Pipe Score --••-At least one defect with grade 60 or higher, Repair/Rehabilitation appears to be necessary to avoid accelerated depreciation Main Inspection with Pipe-Run and Scoring Friday, June 17, 2016 8:26 AM Page 1 of 3 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 1 Start date/time: 5/4/2016 Direction: Downstream Mainline ID: SMH-9A-11 -SMH-9A-10 -··-----. .....:, --;.:;•_,--,,,·.:c·-:-.··,-,•,;•.-;;·:•,·:,..c,-,' ,· -,·~•;:,·.:.-~, ... ,·.::,,c.,;,,,,.,,,,, ... _. Pipe width: Pipe height: Pipe type: 8 VCP Surveyed footage: Weather: 147.9 Dry R/4}NIT~ ~,,_,....,-~- Oty: Address: WWl OCEAN ST. Surface condition: Asphalt Tape/Media # 'f • AID.Oft .-------------------------''-'I!,_..'------»»> START WITH FLOW-Start Inspection With the Flow Omitted: 39.6 ft At25.8ft3/. J.J ... 'f Lateral :,c, .. ·• Modifier/Severity: Capped Category: Inventory At46.3ft3/. JL'f Lateral"··"•' Modifier/Severity: Capped Category: Inventory At75.5 ft3/. J•L 'f Lateral • Z::~ Modifier/Severity: Capped Category: Inventory At99.2113/. ,.tl,, 'f Lateral ,,,:·'i'·<· Modifier/Severity: Capped Category: Inventory Main Inspection with Pipe-Run and Scoring Category: Miscellaneous ------------------~------··-·---- 'f J . .L At 28.3 ft 9/. •: .: .. : Lateral Modifier/Severity: Live Connection Category: Inventory ....,, ______________________________________ _ 'f At33.2ft9/. "!"R" Crack -Crack in the pipe Modifier/Severity: Longitudinal· Narrow Ratingli] -eat,Jgory:-S1roctura-····--····· 10.0ft 300/1 f .J..J,,At496ft9/. ·_. · Lateral SJ Ofi t'--c!lc====--....;.;6a'=rr1=er~,s~e-v~er~1ty--Xa:"'p""pe"'d...--------~=~ Category: Inventory t-At75.5ft -Sag -Sag in the pipe ModifierlS-everTty:T1gnr Rating&I ----{]:~-=_,------· --eategory:-S1r'tleltJrat---··· ~~--,j,~-4;1,, At 78.7 ft 9/. Modifier/Severity: Capped Category: In 70.0!t 80.0-:"t t JL At86.8 ft 12/. ·--·:·:'·•·-+L-,,a"'te..,,,.at-1 ---------------··-S)J.Oit Modifier/Severity: Live Connection -------~c~a=tegocy:Jrutanio.cy 'f ,.ti,, At 103.2 ft9/. ,,,-.,·., Lateral Modine1/Seve1ity. eapped Category: Inventory ·························----··························- Friday, June 17, 2016 8:26 AM Page 2 100.Q..fl . ················-··-· 110.0ft of 3 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 1 •·•-----.-:-.=--c·•.::-·•···" - Start date/time: 5/4/2016 Direction: Downstream Omitted: 107.3ft Mainline ID: City: Address: SMH-9A-ll -SMH-9A-10 WWl OCEAN ST. Pipe width: Pipe height: Pipe type: Surface condition: Surveyed footage: 147.9 At 123.4 ft 3/. JJ., 'f Lateral ··· Modifier/Severity: Capped Category: Inventory 8 VCP Weather: Dry Asphalt Tape/Media # W~At120.1ft · Sag -Sag In ttie pipe 0 Greas~ -Grease in the Pipe · r/Severity· I igbt Rating111J Category: O&M 'f .,,J:j,. At 126.3 ft9/. ,. '. Lateral Modifier/Severity: Capped Category: Inventory 120.0ft 130.0ft {i,..t.:LlliaAt147.9ft9/. 'V' _, Lateral Connection Problem 140.0ft Modifier/Severity: Connection Protrudi~--- Ratingf.il 'f At147.9ft Abandoned Survey Category: Miscellaneous UNABLE TO PASS 'f • At147.9ft >»» STOP -Inspection Stopped Category: Miscellaneous 1500ft Main Inspection with Pipe-Run and Scoring Friday, June 17, 2016 8:26 AM Page 3 of 3 Print Preview Sewer Gravity Main Attribute Objectid Facilityid Unitid Unitid2 Maincomp1 Maincomp2 Gridnumber Dwgnumber Dwgsheet Projectnumber Cmwdno Dwgsigndate Dwgasbuiltdate Acceptancedate Estinstalldate Ownedby Maintainedby Status Name Linetype Material Pi peel ass 16C-21 to 16C-22 2931803 SWM5043 16C-21 16C-22 22 22 16C 174-6A 8 CT 72-13 00-0000 7/25/197412:00:00 AM 1/4/1989 12:00:00 AM 2/22/222212:00:00 AM 7/25/197412:00:00 AM Carlsbad Carlsbad Active VCP Collector Page 1 of 2 Value Print Preview Upstream invert Downstreaminvert Diameter Slope lslined Cleaningfrequency Cleaningzone lnspectiondate lnspectionstatus Debristype Debrisamount lnterceptorsystem Unittype Pipelength Parlineno Notes District Quadrant Streetid StreetSegmentlD lssynchansen Comptype Compkey Liftzone Enabled Primaryimage Field notes 44.59 44.22 8.00 0.99 No 24 Month Schedule -Year 2 \NV\/9 1/1/1997 12:00:00 AM ACT 0.00 North Agua Hedionda GravityMain 40.81000137 Carlsbad Northwest 1363 3387 No 21 184330 TP Map Printed On 2016-03-11 13:04 Page 2 of2 ~/11 /'Jf'l1 h CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Main Inspection with Pipe-Run and Scoring Project Name: Mainline ID: City: Address: Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: 5/28/2015 8 VCP Asphalt ~~~•••~•,--~,, .... ,_ .. ,, .... ",;c.,.,,.,,,._,_ .. ,,. .. ,,._.; "'·=--··.•.•=c""''''"·'•••••••••,Oo,/ c··••·-•-,-. -~.,,-•-=~--•~,,--.... _,::-==•-•"""'", .-'"•..;,__zy ···•·•····-··-·•'•·"·•·''-····· ·: .... '.M., Direction: Surveyed footage: Weather: Tape/Media # Downstream 35.2 Dry Scores Calculation date: 5/28/2015 8:57:51 AM Formula Category Value Description Maximum Score Sum of Defects Mean Score Sum-of-the Score CUES Total Pipe Score Main Inspection with Pipe-Run and Scoring -High 2 65 130 M·11IIM Asset requires immediate engineering review. Failure or imminent failure obvious Thursday, March 10, 2016 1:32 PM Page 1 of 2 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: Mainline ID: City: Address: WW ZONE 9 i SMH-16C-21 -SMH-16C-22 i WW9 ,,_ •••• • ',-.;,:;: •• ,,, UU >-•••'~ HHo••p;I ~~"='-"=~-~••"""'•"""' ,_,_,,,1/,••••• ,: •• •,_•,•• '•" ,+ Start date/time: Pipe width: Pipe height: 5/28/2015 8 Direction: Surveyed footage: Downstream 35.2 16C-21 Pipe type: Surface condition: Weather: Asphalt Tape/Media # 'V • AID.Oft >»» START WITH FLOW-Start Inspection With the Flow Category: Miscellaneous 'V ~ At2.2118/. rr,:.~, Root-in-Joint-Root problem in joint Modifier/Severity: Light Rating&I Category: O&M 'V ,\' At 14.3 ft 1/4 ,,.,.:,;:: Root-in-Joint-Root problem in joint 10.0ft Modifier/Severity: Heavy ;----------l'Rlaatirth,..-,,glm]~------------- Category: O&M 20.0ft ll!vc---------------------~30.0ft 'V fil At35.2ft C?:.I FH -End of Run Category: Miscellaneous M H 16C-20 'V • At35.21't »»> STOP -Inspection Stopped Category: Miscellaneous .'------------------------"4QJ2.f! 16C-22 Main Inspection with Pipe-Run and Scoring Thursday, March 10, 20161:32 PM Page 2 of 2 Print Preview Sewer Gravity Main Attribute Objectid Facilityid Unitid Unitid2 Maincomp1 Maincomp2 Grid number Dwgnumber Dwgsheet Projectnumber Cmwdno Dwgsigndate Dwgasbuiltdate Acceptancedate Estinstalldate Ownedby Maintainedby Status Name Linetype Material Pipeclass 16C-17 to 16C-50 2934285 SWM5079 16C-17 16C-50 22 22 16C 103-1 1 00-00 98-505 2/13/195612:00:00 AM 2/22/2222 12:00:00 AM 2/22/2222 12: 00:00 AM 2/13/195612:00:00 AM Carlsbad Carlsbad Active 1 VCP Collector Page 1 of 2 Value Print Preview Page 2 of2 Upstream invert 39.68 Downstream invert 38.78 Diameter 10.00 Slope 0.38 lslined No Cleaningfrequency Annually Cleaningzone WN9 I nspectiondate 1/1/199712:00:00 AM lnspectionstatus ACT Debristype Debrisamount 0.00 lnterceptorsystem Vista-Carlsbad Unittype GravityMain Pipelength 231.83000183 Parlineno Notes ATLAS District Carlsbad Quadrant Northwest Streetid 1308 StreetSegmentl D 1881 lssynchansen No Comptype 21 Compkey 184926 Liftzone TP Enabled Prirnaryirnage Field notes Map Printed On 2016-03-11 13:05 ~/11 /')()1 h CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 ,,R~Nl"TI: _,!f · Plpelne Inspection and lntegraffon Software Main Inspection with Pipe-Run and Scoring Project Name: WW ZONE 9 .. _ ... · .... -....... -.-·-:,:.·· •.. ,., ___ -_ ..... . Start date/time: 5/21/2015 Oirection: Downstream Mainline ID: SMH-16C-17 -SMH-16C-~_oj Pipe width: Pipe height: 10 Pipe type: VCP Surveyed footage: Weather: 238.2 Scores City: WW9 Calculation date: 5/21/20151:11:52 PM Address: CHINQUAPIN EASEMENT '! -· ... --..--.-.. ----. .-·•-·,.··----,-. --: Surface condition: Asphalt Tape/Media # formula -_ -€afegoi;y -" Value -~escriptioo Maxim.um Score -High Sum of Defects 8 Mean Score 48.75 Sum-of-the Score 390 CUES Total Pipe Score Main Inspection with Pipe-Run and Scoring M:ii•bA At least one defect with grade 60 or higher, Repair/Rehabilitation appears to be necessary to avoid accelerated depreciation Friday, March 11, 2016 11 :46 AM Page 1 of 3 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 Start date/time: 5/21/2015 Direction: Downstream Mainline ID: Pipe width: Pipe height: 10 Surveyed footage: 238.2 -·-----:---:--.~" . City: Address: WW9 CHINQUAPIN EASEMENT: Pipe type: Surface condition: VCP Asphalt Weather: Tape/Media # W • At0.0fl ,---------------Mlee-ifief'/S<;tvei'tt'r,-W'l~-----',i!!!'i-f-------.-J>!»> START wm I FLO'N Startlns~eetien 'IJith the Fie .. a.Oft At90.7 fl W Crack-Crack in the pipe "ll!';') Modifier/Severity: Longitudinal -Narrow Ratingl!I] Category: Structural At93.9ft3/. J"i .. W Lateral-·-.•>, Modifier/Severity: Live Connection Category: Inventory Omitted: 31.5 fl Main Inspection with Pipe-Run and Scoring Category: Miscellaneous W -k At 86.5 fl 7 /. ,;,,.;z,: Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratingl!J Category: O&M t.,JJ,.At96.7119/. ,_ •" Lateral Modifier/Severity: Live Connection Category: Inventory -------C;;H~IP!-',Pi-',E!e-lDbHPINb,I ~1'Hlll=l~...+<P-11-IP<ieE,-,..------~1~00=.0~ft W .J;J,, At 181.6 fl 9/. ·,, .. ,,Lateral Modifier/Severity: Live Connection Category: Inventory CHIPPED IN t * At 198.0117/ . .;,. !.';-c Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratingl!J Category: O&M Friday, March 11, 201611:46AM Page 2 200.0ft of 3 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 Start date/time: 5/21/2015 Direction: Downstream Omitted: 156.6ft s:. R,e..NJTE ,:"1·,·....,.~gr,d'Mg,am,n-• Mainline ID: City: Address: SMH-16C-17 -SMH-16C-50 • WW9 CHINQUAPIN EASEMENT Pipe width: Pipe height: 10 Surveyed Footage: 238.2 'i -·-.. -. -~-..... .,.-. ·.-··-· ... · ... ·•. ·•·v .... ".: .• ,,.,,., .. Pipe type: Surface condition: VCP Weather: Dry Asphalt Tape/Media # t At2Q2.Q ft "ffl'l JointOlfset-JointOlfsetin the Pipe Modifier/Severity: Small Ratinglm] Category: Structural t * At204.9 ft 10/. ,;,.,,,;,; Root-in-Lateral -Root problem in lateral Modifier/Severity: Heavy Ratinglm] Category: O&M CHIPPED IN · the pipe Modifier/Severity: Light Rafingl&J Category: O&M f .J'l,,,At206.2ft10/. ·•• ·c ·• Lateral Modifier/Severity: Live Connection Category: Inventory CHIPPED IN f":l\;:'At232.6ft10/. r:,1/:': Root-in-Lateral -Root problem in lateral Modifier/Severity: Medium RatingmtJ Category: O&M CHIPPED IN W fi1 At238.2ft W-FH • End of Run Category: Miscellaneous ATM.H. 16C-50 t R At238.2ft ))))) STOP • Inspection Stopped Category: Miscellaneous 200.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 11 :46 AM Page 3 of 3 Print Preview Page 1 of2 1 SC-94 to 1 SC-95 Sewer Gravity Main Attribute Value Objectid 2931069 Facilityid SWM4232 Unitid 16C-94 Unitid2 16C-95 Maincomp1 22 Maincomp2 22 Gridnumber 16C Dwgnumber 118-9 Dwgsheet 13 Projectnumber 00-00 Cmwdno 00-0000 Dwgsigndate 3/24/1952 12:00:00 AM Dwgasbuiltdate 2/22/2222 12:00:00 AM Acceptancedate 2/22/2222 12:00:00 AM Estinstalldate 3/24/1952 12:00:00 AM Ownedby Carlsbad Maintained by Carlsbad Status Active Name Linetype 1 Material VCP Pipeclass Collector 'l /11 /")(\1 t::. Print Preview Page 2 of2 Upstream invert 55.92 Downstream invert 54.67 Diameter 8.00 Slope 0.35749013 lslined No Cleaningfrequency Semi-Annually Cleaningzone WJ\/9 lnspectiondate 1/1/1997 12:00:00 AM lnspectionstatus ACT Debristype Debrisamount 0.00 lnterceptorsystem Vista-Carlsbad Unittype GravityMain Pipelength 349.66000366 Parlineno Notes UPDATED DWG INFO District Carlsbad Quadrant Northwest Streetid 1310 StreetSegmentl D 1082 lssynchansen No Comptype 21 Compkey 185805 Liftzone TP Enabled Primaryimage Field notes Map Printed On 2016-03-1113:07 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Main Inspection vvith Pipe-Run and Scoring Project Name: Mainline ID: City: Address: WW ZONE 9 SMH-16C-94 -SMH-16C-95 '! WW9 1 GARFIELD ·---.•-.. .,_,,,, ..... -~-··•-<,• ........... , . ...,_, __ ,_ .......... ~. ,·,. , ..•. ,' -.. --···. ···--·. ·--------·· ....... --.····.-... 1 --.......... , ••• ,.-,, ..... , •••• ,, _____ , •••••• Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: 2/25/2016 8 VCP __ , .......... --····' Asphalt ····-··----.-·••-,,•• ........ _. _____ •.-.--...... ----.- Direction: Surveyed footage: Weather: Tape/Media # Downstream 353.5 Dry Scores Calculation date: 2/25/2016 10:14:24 AM Maximum Score -Medium Sum of Defects 11 Mean Score 38.18 Sum-of-the Score 420 CUES Total Pipe Score ____ Asset does not have critical defect(s), but contains some minor failure in the near future Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 11 :48 AM Page 1 of 4 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 ..R/4}Nl"Tfi,, ,,£··•~~Gnd..,.....~ Project Name: Mainline ID: City: Address: WW ZONE 9 SMH-16C-94 -SMH-16C-95 ;! WW9 GARFIELD ----.......... __ .. .·.· ,-.. •---,a-,-...··-,.. .,~·• ,.. ,~· .. ,...,......, Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: 2/25/2016 8 VCP Asphalt Direction: Surveyed footage: Weather: Tape/Media # Downstream 353.5 Dry t • Ato.Oft >»)> START WITH FLOW-Start Inspection With the Flow Category: Miscellaneous Modifier/Severity: >=50% Category: Inventory At32.2 ft3/. JI.. t Lateral,--' Modifier/Severity: Live Connection Category: Inventory At93.6 ft2/. J!,J Lateral'-·'":-, Modifier/Severity: Live Connection Category: Inventory t.AAt1.6ft '-' Grease -Grease in the Pipe Modifier/Severity: Medium Ratingl'mJ Category: O&M t t<&. At 16.9 ft l...;.J Root-Roots in the pipe Modifier/Severity: Light RatingllJ Category: O&M W .,.U., At16.9 ft 12/. · ·' Lateral Modifier/Severity: Live Connection Category: Inventory I!, J_l,,At19.4ft12/. · '···Lateral Modifier/Severity: Live Connection Category: Inventory W JJ,,At74.6 ft 12/. · ., Lateral Modifier/Severity: Live Connection Category: Inventory W .,.fJ. At 124.4ft9/. ''' · ·· La!eral Modifier/Severity: Live Connection At 130.3 ft3/. ,.,JJ,, W Category: Inventory Modifier/Severity: Live Con~:':!~ ---~ll'lllfl:,-..._______ W ,.!J,, At 129.411101-'------..__ ., ... 'Lateral Category: Inventory Modifier/Severity: Live Connection Category: Inventory Omi!!ed: 174.2ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 11 :48 AM Page 2 100.0ft of 4 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 Start date/time: Direction: Downstream Omitted: 209.5ft Mainline ID: City: Address: SMH-16C-94 -SMH-16C-95 GARFIELD ,-.· "-.,;-·•-.•... » •..• , .. " .. -. /···-·c"' .. ·-·-•,-.•; .-~-.·., .. _. Pipe width: Pipe height: Pipe type: Surface condition: 8 VCP Surveyed footage: Weather: 353.5 Asphalt Tape/Media # t -f;;" At244.1 ft2/. ,; .. ,,.'::\ Root-in-Lateral -Root problem in lateral Modifier/Severity: Light RatinglmJ Category: O&M f * At276.1 ft 10/. ,; ... •,,;: Root-in-Laleral-Rootproblem in lateral Modifier/Severity: Light RatinglmJ Category: O&M ~--+---<r*'--At-~'--.<>--1+-------------- , .. ,.,.~, Root-in-Joint-Root problem in joint At328.3 ft2/ . .,IJ.,t Lateral ' Modifier/Severity: Live Connection Category: Inventory Main Inspection with Pipe-Run and Scoring Modifier/Severity: Light RatingmJ Category: O&M t*At280.6ft ,;,,;,::,: Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratingm;J Category: O&M f TAt283.7ft .;.,,./; Root-in-Joint-Root problem in joint Modifier/Severity: Light RatingEl!I Category: O&M t-:t,At317.1 ft10/. ,; .. ,:,;,: Root-in-Lateral -Root problem in lateral Modifier/Severity: Medium Ratingl!I!] Category: O&M t 1'ffill At328.3 ft \J Root-Roots in the pipe Modifier/Severity: Light RatingmJ Category: O&M t*At329.4ft ,;.,.,.:c·: Root-in-Joint-Root problem in joint Modifier/Severity: Light RatinglliJ Category: O&M t*At341.5ft (·i.;'. Root-in-Joint-Root problem in joint Modifier/Severity: Light RatinglliJ Category: O&M Friday, March 11, 2016 11 :48 AM Page 3 3000ft of 4 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 Start date/time: 2/25/2016 Direction: Downstream Mainline ID: Pipe width: Pipe height: 8 Surveyed footage: 353.5 City: WW9 ···.--. ""' .... .,.R/4}NITl: ·£:f .... fmpedianond~-.f,l Address: GARFIELD Pipe type: Surface condition: Asphalt Weather: Tape/Media # Dry -=~----· ··~··-,., ...... . f jE At353.5 ft FH -End of Run f • At353.5ft »»> STOP -Inspection Stopped Category: Miscellaneous Main Inspection with Pipe-Run and Scoring Friday, March 11, 201611:48AM Page 4 of 4 Print Preview Page 1 of2 Sewer Gravity Main Attribute Value Objectid 2931797 Facilityid SWM5037 Unitid 16C-15 Unitid2 16C-16 Maincomp1 22 Maincomp2 22 Gridnumber 16C Dwgnumber 103-1 Dwgsheet 2 Projectnumber 00-00 Cmwdno 98-505 Dwgsigndate 2/13/195612:00:00AM Dwgasbuiltdate 2/22/2222 12:00:00 AM Acceptancedate 2/22/2222 12:00:00 AM Estinstalldate 2/13/195612:00:00AM Ownedby Carlsbad Maintainedby Carlsbad Status Active Name Linetype 1 Material VCP Pipeclass Collector 1/11/?0lh Print Preview Upstream invert Downstream invert Diameter Slope lslined Cleaningfrequency Cleaningzone lnspectiondate lnspectionstatus Debris type Debrisamount lnterceptorsystem Unittype Pipelength Parlineno Notes District Quadrant Streetid StreetSegmentl D lssynchansen Comptype Compkey Liftzone Enabled Primaryimage Fieldnotes 42.06 40.7 6.00 0.43 No Annually \/WV9 1/1/1997 12:00:00 AM ACT 0.00 Vista-Carlsbad GravityMain 310.70999145 Carlsbad Northwest 2400 1088 No 21 184324 TP Map Printed On 2016-0_3-11 10:46 Page 2 of2 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Main Inspection with Pipe-Run and Scoring Project Name: Mainline ID: City: Address: SMH-16C-15 -SMH-16C-16 i WW9 . -. . . ·•.··.., ............... ,._ ........ 1 ...................... , .......... .. HARBOR CT Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: 5/21/2015 6 VCP Asphalt ------· --•--; • ·-.c. --• ---,•---••-,·,--,·,:.:,,::.,:.\;.• Direction: Surveyed footage: Weather: Tape/Media # UPSTREAM Dry Scores Calculation date: 5/21/2015 9:01:13 AM Formula · -eat-egofy' _ _ Val1~ Description .. . -.. _ Maximum Score I Medium ~--------- Sum of Defects 42 Mean Score 46.19 Sum-of-the Score 1940 CUES Total Pipe Score Main Inspection with Pipe-Run and Scoring M:•MA At least one defect with grade 60 or higher, Repair/Rehabilitation appears to be necessary to avoid accelerated depreciation Friday, March 11, 201611:48AM Page 1 of 7 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 ·~R/4}.Nl"'Tt=: ,c~lnopadlon~~- ,-~:- Project Name: Mainline ID: City: Address: WW ZONE 9 .... ,'."-.-,-·.~.•-, ____ ..... SMH-16C-15 ~-~~-f:1--.1-§.C~_.1,_6: _ _ ____ Vj_\/'f9 _ ~ HARBOR CT Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: Direction: Surveyed footage: UPSTREAM At 277.8 ft 9/ . ..,kl,.,~ Lateral., ....... ,,. Modifier/Severity: Live Connection Category: Inventory Omitted: 251.1 ft Main Inspection with Pipe-Run and Scoring 6 VCP Asphalt Weather: Tape/Media # ~ a At311.2ft ~ »»> STOP -Inspection Stopped / Category: Miscellaneous 1sc-1,f()' ~ Ill At3112ft ~ FH -End of Run -0.0ft ategory: ,see aneous EOF-16C-16 ~ ,,U:; At 306.4 ft 3/. ~ . At298.1 ft ~----~ Joi11tOffset-Joi11lOffselii1 l11e Pipe Modifier/Severity: Small RatinglmJ Category: Structural ~ At291. "f!i!f1 Joint Offset-Joint Offset in the Pipe Modifier/Severity: Small RatingliDJ ~ * At290.6 ft 9/. 10.0ft 20.0ft 1>-<:,': Root-in-Lateral -Root problem in lateral Modifier/Severity: Me,~d=iu=m~--------- Ratingli] Category: O&M ~-:kAt266.0ft ,:,,,.,, Root:-in-Joint-Root problem in joint Ratingll'il Category: O&M 30.0ft 40.0ft ~ J\t: At 262 4 ft n='-----L.,., .. ,.'.). Root-in-Joint-Root problem in Joint~------ Modifier/Severity: Light Ratingll'il Category: O&M SO.Oft ~*At259.0ft ,;,,,:_,~\ Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratlngg Category: O&M Friday, March 11, 2016 11 :48 AM Page 2 of 7 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 Start date/time: 5/21/2015 Direction: UPSTREAM Omitted: 44.0ft Omitted: 203.2 ft Mainline ID: City: Address: SMH-16C-15 -SMH-16C-16 WW9 HARBOR CT ... __ ,, _______ ,..,,, ..... __ -,."" ·"' ·" .. , .. ,1.·.• ."""' Pipe width: Pipe height: 6 Surveyed footage: Pipe type: Surface condition: VCP Asphalt Weather: Tape/Media # ~~At25~.5ft ... ,,,,,.,,,Root-in-Joint-Root problem m iomt Modifier/Severity: Light a ng Category: O&M 4*At248.3ft __ ._,___ __ __,::,.,,:ic: Rest in Joint~pF<>Gl&m-ffi.jsiJ.1------~SO=.Oft Modifier/Severity: Light Ratingll!J Category: O&M -;t;;,-A . .:-:,.,,·: Root-in-Joint-Root problem in joint Modifier/Severity: Light RatinglJil Modifier/Severity: Small RatingB!] Category: Structural ,j, At 230.8 ft '1!r JointOffset-JointOffsetin the Pipe Modifier/Severity: Small RatingB!) c· Joint Offset-Joint Offset in the Pipe Modifier/Severity: Small RatingB!] Cate o : Structural 4-k:At218.2ft 60.0ft 700ft SO.Oft 90.0ft 100.0ft (,n:;': Root-in-Joint-Root problem in joint Modifier/Severity: Light --------,,R«a ... ti .... ngll!Je----------------- Category: O&M Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 11 :48 AM Page 3 of 7 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: Mainline ID: City: Address: WW ZONE 9 SMH-16C-15 -SMH-16C-16 • WW9 HARBOR CT Start date/time: 5/21/2015 Direction: UPSTREAM Omitted: 89.5ft ,...---,..-~-.-.-:--:-:'" •••-• , , ••.•: ~ C"",'""_70,""r' •• Pipe width: Pipe height: 6 Surveyed footage: At 182.7 ft.-.+ Grease -Grease in the Pipe '-1 Modifier/Severity: L!l!b.t Ratinglrifl Category:·O&M Al 168.0 fl 9/. -[J.; t Pipe type: Surface condition: VCP Asphalt Weather: Tape/Media# t . At214.7 ft . ~ Joint Offset-Joint Offset in the Pipe all t~At214.7ft --+-----;·~•,!i}~~ Rout-i11-Jui11t-Rootp1oble111 i11joi11t Modifier/Severity: Light Ratingll!J Category: O&M ·---;r,:t. 1211.1 ft "-.. (,fr:'· Root-in-Joint-Root problem in joint "-Modifier/Severity: Light RatinglDJ Modifier/Severity: Small Ratingtm] Category: Structural ·At193.4ft Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratingll!J Category: O&M t*At182.7ft ;;,-,.•<: Root-in-Joint-Root problem in Joint 4*At172.5ft Lateral·•••':· Modifier/Severity: Live Connection ----cs-.-,,-,•:.~,-Root-in-Joint-Root problem in joint Modifier/Severity: Light Category: Inventory Omitted: 157. 7 ft Main Inspection with Pipe-Run and Scoring Category: O&M \. 4 ,,El,, At 166.1 113/. \__ .· ... ,' Lateral Modifie1/Seve1ity. Live Cu1111ectio11 Category: Inventory Friday, March 11, 2016 11 :48 AM Page 4 of ----··,-,-·-· 90.0ft 100.0ft 120.0ft 130.0ft 140.0ft 150.0ft 0 7 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 Start date/time: 5/21/2015 Direction: UPSTREAM Omitted: 133.6ft Omitted: 113.6 ft Mainline ID: City: Address: ;: SMH-16C-15 -SMH-16C-16: WW9 HARBOR CT · 4Y .•... z~~. "·-~·· -•~_,o-_.,.-,c-··. _., •. ,,_ .,, Pipe width: Pipe height: 6 Surveyed footage: Pipe type: Surface condition: VCP Asphalt Weather: Tape/Media # ~ -k At 165.1 ft ,;,,,,'.:' Root-in-Joint-Root problem in joint Modifier/Severity: Light Modifier/Severity: Light RafingDJ Category: O&M 140.0ft _---r-,e---'j'-:;;;;;,,_At-. ...,.....,..,._ ______________ _ "ffl" Joint Offset-Joint Offset in the Pipe Modifier/Severity: Small Ratingm] ~:-------,f-+------L='!lflqw,· Jn1cb1caJ 150.0ft 160.0ft ----~'e-*===~---------------,;,,-,,''. Root-in-Joint-Root problem in joint Modifier/Severity: Light RatingliJ Category: O&M 4?\;:At140.2ft ,;-.<c: Root-in-Joint-Root problem in joint RatingliJ Category: O&M ----+--\-~* Al 133.2 ft ,;-.. :.,/: Root-in-Joint -Root problem In Joint Modifier/Severity: Light RatingliJ 1 Category: O&M \ ~ At129.4ft \___ 1l!t Joint Offset -Joint Offset in the Pipe Modifier/Severity: Small RafinglmJ Category: Structural 1700ft 180.0ft 190.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 11 :48 AM Page 5 of 7 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 -,,··~-·-·-,--.. r< ... ____ .....•. Start date/time: 5/21/2015 Direction: UPSTREAM Mainline ID: Pipe width: Pipe height: 6 Surveyed footage: .,R¾t,ff'TE, .,,, ... l'lpal,,a~-1~~ City: Address: WW9 Pipe type: Surface condition: VCP Asphalt Weather: Tape/Media # Dry + )t: At 129.4ft. . .. Omitted: 181_111 -----~.•.· .. .-,_ Root 111 Jon,t-Rootproblem 11110111t r=""--'"'-"-'-"------------------11-.----Modifier/Severity: Light 180.0ft At105.9ft9/. JJ.A Lateral· .·.• Modifier/Severity: Live Connection Category: Inventory At96.0119/. J.J .. + Lateral ·:' ::· Modifier/Severity: Live Connection Category: Inventory Omitted: 66.1 fl Main Inspection with Pipe-Run and Scoring Ratinglil Category: O&M t At1186/I ~ Joint Offset-Joint Offset in the Pipe Modifier/Severity: Small Ratinglm] Category: Structural + ,Jj,, Al 107.4113/ . .. , .. -, Lateral Modifier/Severity: Live Connection f , .. U, At97.5113/. •:. ·.· Lateral Modifier/Severity: Live Connection Category: Inventory ,} At90.0ft 1\lll1 Joint Offset. Joint Offset in the Pipe Modifier/Severity: Small a ng • • Category: Structural 190.0ft 200.0ft 210.0ft 220.0ft {, At86.4 fl '1ffl'! oint Offset -Joint Offsetin the ,c_P,.,ip.,,_e ______ _ Modifier/Severity: Small Ratingm!I Category: Structural 230.0ft 240.0ft Friday, March 11, 201611:49AM Page 6 of 7 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: Mainline ID: City: .,,,~.NITE/\r' ~·fll,allMnpedlDn_Gld~,._ .fA Address: WW ZONE 9 .. SMH-16C-15 -SMH-16C-16; WW9 HARBOR CT •.•· •.. ·., . .:,·. -• ...... '2'-----~~-.: ~ .... -.. -----::.... .. -- Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: 5/21/2015 6 Asphalt Direction: Surveyed footage: Weather: Tape/Media # UPSTREAM 311.2 .::::< .... · ..... ------· .... :-------·· --,-·1 Dry ~ _,[l At39.6 fl 31. -----~"-'•.·> atera Later~! ,,p,._"f ---------J!!--i:D----Modifier/Severity: Live Connection Modifier IS everity: Live Connection Category: inventory Omitted: 271.0ft Category: Inventory f At9.0ft "ffl' Joint Offset-Joint Offset in the Pipe Modifier/Severity: Small .. Category: Structural f * At9.0ft12/. ,~-,;;,~,:: Root-in-Jo int -Root problem in joint Meaifier,'6e,eril): Light RatingllDJ Category: O&M 270.0ft 2800ft 290.0ft 300.0ft 310.0ft ~ • AtO.0ft <«« START AGAINST FLOW-Start Inspection Against the Flow Category: Miscellaneous Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 11:49AM Page 7 of 7 ···obj~d Facilityid Unitid Unitid2 Maincomp1 Maincomp2 Grid number Dwgnumber Dwgsheet Projectnumber Cmwdno Dwgsigndate Dwgasbuiltdate Acceptancedate Estinstalldate Ownedby Maintainedby Status Name Linetype Material Pi peel ass -· ··-·:202134s SWM55 15D-9 15D-7 22 22 15D 118-9 16 00-00 00-0000 3/24/195212:00:00 AM 2/22/2222 12:00:00 AM 2/22/222212:00:00 AM 3/24/1952 12:00:00 AM Carlsbad Carlsbad Active 1 VCP Collector Page 1 of2 Print Preview Page 2 of2 Upstream invert 46.34 Downstream invert 40.34 Diameter 6.00 Slope 2.00 lslined No Cleaningfrequency Annually Cleaningzone INN9 I nspectiondate 1/1/1997 12:00:00 AM lnspectionstatus ACT Debristype Debrisamount 0.00 lnterceptorsystem Vista-Carlsbad Unittype GravityMain Pipelength 307.26000976 Parlineno Notes UPDATED DWG INFO District Carlsbad Quadrant Northwest Streetid 2453 StreetSegmentlD 700 lssynchansen No Comptype 21 Compkey 186355 Liftzone TP Enabled Primaryimage Field notes Map Printed On 2016-03-1113:09 1111 not,; CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 '"'~R4'NITI: f. ~f:l" Plpelne Inspection and Integration Softwote • c_•, q.J,.,,,••<:'• Main Inspection with Pipe-Run and Scoring Project Name: Mainline ID: City: Address: WW ZONE 9 SMH-15D-9 -SMH-15D-7 WW9 ··-····-·····--. ······.·····. ···---··---····· ···............. . ···•.······· ... ·-., .......... -~--'-"~ CARLSBAD BLVD. Ch~rry Ave Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: 6 VCP Asphalt · .... ~. · ... -·--~-·-·--·-< --···"·····'··"·"•:···-····-,.,-· ... _. __ Direction: Surveyed footage: Weather: Tape/Media# UPSTREAM 299.5 Scores Calculation date: 8/12/2015 2:47:55 PM .Formula Category -Value -Descript:tow ·-.. ---. Maximum Score Sum of Defects Mean Score Sum-of-the Score CUES Total Pipe Score Main Inspection with Pipe-Run and Scoring -High• 32 48.44 1550 H•i•fM Asset requires immediate engineering review. Failure or imminent failure obvious Friday, March 11, 2016 11 :49 AM Page 1 of 6 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 Start date/time: 8/12/2015 Direction: UPSTREAM Omitted: 240.4 ft Mainline ID: City: Address: SMH-15D-9 -SMH-15D-7 WW9 -.•-·. ••• -••• -,.,",-••• ..,.._.,,·-•••• """\"'"<'< --~-". ~-• ••• - Pipe width: Pipe height: Surveyed footage: 299.5 15D-8 Pipe type: Surface condition: Weather: Asphalt Tape/Media # 4 a At299.5ft »>» STOP -Inspection Stopped Category: Miscellaneous 4 [!I At299.5 ft FH -End of Run Category: Miscellaneous C/O/15D-9 4-., At295.B 119/. ,;.,,:_';•, Root-in-Lateral -Root problem in lateral Modifier/Severity: Heavy Ratingli'J Category: O&M At295.5 ft 1/. ~ Crack-Crack in the pipe Modifier/Severity: Longitudinal -Narrow a ng • Category: Structural m.,•;--+,'------4,°:k A1294 6 fl3/9 ,;.-, .. :-.: Root-in-Joint -Root problem in joint Modifier/Severity: Light Ratingl[i.l Category: O&M 4*At289.7ft12/. r--==:+----".c-----1;,,,,;,; Root-in Lateral Root problem in lateral Modifier/Severity: Heavy Ratingli'J *:At280.9ft11/. ,;-,,:;'. Root-in-Joint-Root problem in joint Modifier/Severity: Light Rating Category: O&M ,---t-+---'l'-'* Al278 8 fl 12' .;,t;:· Root-in-Lateral -Root problem in lateral Modifier/Severity: Heavy Category: O&M 0.0ft 20.0ft 300ft 40.0ft 50.0ft .: ~ ~~!;i, ·,3 J! 2tnh '.t,l r1RR1o~o,tt,ipcn, o,tbmlet1,n-11 irht-,i '®1rt------- i Modifier/Severity: Light 11 Ratlngl[i.l SalegeFy: Q&M 60.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 201611:49AM Page 2 of 6 Ave CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: Mainline ID: ·J~:/4}1.NJTI: , _f~~<rG~~ City: Address: WW ZONE 9 SMH-15D-9 -SMH-15D-7 WW9 C;A;RLSBAB BLVD. .. , .-:·--,..,_,-;-,-,·-·:----.--.-.·. --.-_[_ .. ·-· ---•---· ... , .. ·. ,· --.-•·.··, .• Start date/time: Pipe width: Pipe height: 8/12/2015 6 Direction: Surveyed footage: UPSTREAM 299.5 .·_-.,_.,.-... ·.x. ,·.n·· -·-··,.-~--' Omitted: 14.9ft Pipe type: Surface condition: VCP Weather: Dry Asphalt Tape/Media # + * At273.9 ft 11/3 .:--,,.,,Root-in-Joint-Root problem in joint RatinglmJ Category: O&M '"f;;:-At270.3112/. ,:.-.,;;:;: Root-in-Joint-Root problem in joint Mod mer/Severity: Light 20.0ft 30.0ft +-:t_-Al263.0 ft 12/. L,.i,:::=r-----'~,,,;,, Reel in Jeint R~prel>lem inje,!fin .. t-----~40=.0~ft At 263.0 fl 12/. ,,Lt.+ Lateral''• .. ,,; Modifier/Severity: Live Connection Category: Inventory Omitted: 207. 7ft Main Inspection with Pipe-Run and Scoring Modifier/Severity: Light Ratingll Category· O&M ,} ~ Al 248.9 ft 3/9 ,;,::,:;-.. Root-in-Joint-Root problem in joint Modifieli'Seve1 ity. Liglil Ratingll Category: O&M * At243.3119/. ,;c,,,if: Root-in-Lateral -Root problem In lateral Modifier/Severity: Heavy a ng :o Ca1egory: O&M --~---"!'-*. At242 l ft 111 f:Yi.~~ ~ Root-in-Joint-Root problem in joint Modifier/Severity: Light ',----\--------•Ratingll Category: O&M + :l\."Al23B.5ft3/. -~---\--';---~~,0~: Reel in Jeint Reolprolalem injeinl \....... Modifier/Severity: Light Ratingll :f',;:-At231.3ft2/. ,;i,vi: Root-in-Joint-Root problem In joint Modifier/Severity: light Ratingll Category: O&M Fridav. March 11. 2016 11 :49 AM Paae 3 of 50.0ft 60.0ft 70.0ft 80.0ft 90.0ft I, CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 Start date/time: 8/12/2015 Direction: UPSTREAM Omitted: 66.1 ft Mainline ID: City: Address: SMH-15D-9 -SMH-15D-7 WW9 --i:Cherry Ave Pipe width: Pipe height: Pipe type: Surface condition: 6 VCP Asphalt Surveyed footage: Weather: Tape/Media # 299.5 Dry + ~ At228.5 ft3/. 1--"'; :,, Root-in-I ateral -Root problem in lateral Modifier/Severity: Heavy Ratingl!l!J gory·Q&M 70.0ft h...-At2172ft3/10 ---+---~·;,,,.,~;..Root-iA.Jo.iAt.,,..R...,.o~ot..,p~ro~b~l~em-in~1 .... ·a~in~t------- At 193.5 ft9/ . ..JJ,J Lateral • .... Modifier/Severity: Live Connection Category: Inventory Modifier/Severity: light RatinglmJ * At 206 .4 ft 5/. ,.-.·,_;·: Root-in-Joint -Root problem in joint Modifier/Severity: Light RatrngD] Category: O&M --------+ -k A~1=2a~2~a~11=319~----------,:,c;:.:' Root-in-Joint-Root problem in joint __,.-Modifier/Severity: light Ratingm] Category: O&M +;,$,At 193.5 ft9/. s------'O Reel Reeta in the ~ipe Modifier/Severity: light RatingD] Category· O&M + * At1882ft9/. (, :).; Root-in-Joint-Root problem in joint =~----Modifier/S.,velily. Light RatingD] Category: O&M j\::' Al 178.6 ft3/. ,, .. ,.,:: Root-in-Lateral -Root problem in lateral Modifier/Severity: Heavy a mg•• Category: O&M '--1--->,-~1""11;:: At 177 9 fl 9/ (,•('/: Root-in-Joint -Root problem in joint Modifier/Severity: light i---+------':=a!JngD] Category: O&M ~~At174.3ft3/. ~•-f---+---<t1,:'S. Reel in Jeinl ReetpFeelem lnjelnt Modifier/Severity: Light SO.Oft 90.0ft 100.0ft 110.0ft 1200ft 130.0ft 140.0ft RatinglliJ 't',__ ____________________ ..J,,.,j,'--------...,c ... a"'te'IIQl"Dl¥'r¥'-"'""AA-------------150.0ft Omitted: 156.5 ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 201611:49AM Page 4 of 6 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: Mainline ID: ~R/4}.NITE ;'fPbM:19"'-dk:norld~Sol-. City: Address: WW ZONE 9 SMH-15D-9 -SMH-15D-7 ... ____ W\/lf_9_ .. ,.,.,..··,.····-··---·········· ... -·· --·1 ··-· • -.... ---... ·-.--·· .. , . :c., Start date/time: Pipe width: Pipe height: 8/12/2015 6 Direction: Surveyed footage: UPSTREAM 299.5 .. :.-· ----~ . ., .... ·~•.,c.· .. ,.·-_ ... , Omitted: 139.8ft Omitted: 82.9 ft Pipe type: Surface condition:· VCP Weather: Asphalt Tape/Media # ~~At167.2ft4/. ,;.,.,;" Root-in-Joint-Root problem in joint . . . RatinglDJ Category: O&M ,}':l\:'At124.11!7/. ,:,,,:,.: Root-in-Joint -Root problem in joint Modifier/Severi . Li h RatinglDJ Category: O&M + .4k At120.7ft12,'5 (.,,,~,; Root-in-Joint -Root problem in joint 140.0ft 150.0ft 1600ft 170.0ft 180.0ft . Modifier/Severity: Light 190_0fl :-------aa.<at,.,i1>1991IDJ1---------------~~ Category: O&M ~ 'J\:: At 110.0 ft9/. ----~,-~'~.::~ Root-in-Jo mt •7root problem 1n Joint Modifier/Severity: light RatinglDJ eatega1 y. O&M ~ ,.Lt, At 105.91!3/ . . , • .,. ··' Lateral Modifier/Severity: Live Connection Category: Inventory 20JOft 210.0ft 220.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 11 :49 AM Page 5 of 6 CUES, Inc. 3600 Rlo Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 Start date/time: 8/12/2015 Direction: UPSTREAM Mainline ID: City: Address: SMH-15D-9 -SMH-15D-7 .·_.··._ ., ·-•···"" .. ·.·•···,",.:•· ·as··•·.:·• ... "" WW9 CARLSB/d) BLVD. Cherry Ave Pipe width: Pipe height: Pipe type: Surface condition: 6 VCP j Asphalt Surveyed footage: Weather: Tape/Media # 299.5 ----~1--•_. ......... ..,._ _____________ _ @15D-7 «<« START AGAINST FLOW-Start Inspection Against the Flow Category: Miscellaneous Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 11 :49 AM Page 6 of 6 Print Preview Sewer Gravity Main Attribute Objectid Facilityid Unitid Unitid2 Maincomp1 Maincomp2 Grid number Dwgnumber Dwgsheet Projectnumber Cmwdno Dwgsigndate Dwgasbuiltdate Acceptancedate Estinstalldate Ownedby Maintainedby Status Name Linetype Material Pipeclass 158-37 to 158-38 2927342 SWM44 158-37 158-38 22 22 15B 118-9 13 00-00 00-0000 3/24/1952 12:00:00 AM 2/22/2222 12:00:00 AM 2/22/2222 12:00:00 AM 3/24/1952 12:00:00 AM Carlsbad Carlsbad Active VCP Collector Value \ \ \ \ \ \ \ \ \\ ,/ Page 1 of 2 Print Preview Page 2 of2 Upstream invert 50.7 Downstream invert 49.00 Diameter 8.00 Slope 0.49 lslined No Cleaningfrequency Annually Cleaningzone VW.J9 lnspectiondate 1/1/1997 12:00:00 AM I nspectionstatus ACT Debristype Debrisamount 0.00 lnterceptorsystem Vista-Carlsbad Unittype GravityMain Pipelength 353.82998657 Parlineno Notes UPDATED DWG INFO District Carlsbad Quadrant Northwest Streetid 1310 StreetSegmentlD 655 lssynchansen No Comptype 21 Compkey 186344 Liftzone TP Enabled Primaryimage Field notes Map Printed On 2016-03-11 10:52 1/11 /'J()lf, CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 , .. ,R4!\NIT~ .. · )~f' Pipeline lnspeoflon and lnlegratlon Sottware .,;i! Main Inspection with Pipe-Run and Scoring Project Name: Mainline ID: City: Address: WW ZONE 9 SMH-15B-37 -SMH-15B-38 WW9 GARFIELD -·•,•s, ···---··-.. ., ····--··7- Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: 8 Asphalt Direction: Surveyed footage: Weather: Tape/Media # 355.0 Dry Scores Calculation date: 5/20/2015 10:50:12 AM Maximum Score -High Sum of Defects 18 Mean Score 45 Sum-of-the Score 810 CUES Total Pipe Score ----• Asset requires immediate engineering Main Inspection with Pipe-Run and Scoring Friday, March 11, 201611:50 AM review. Failure or imminent failure obvious Page 1 of 4 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 Start date/time: 5/20/2015 Direction: Downstream Mainline ID: City: Address: SMH-15B-37 -SMH-15B-38 •· . __ -; __ ~,····._· __ .,· __ ............ -.-."".""""." _____ ., WW9 Pipe width: Pipe height: Pipe type: Surface condition: 8 VCP Surveyed footage: Weather: 355.0 Dry Asphalt Tape/Media # W • AID.Oft ))))) START WITH FLOW-Start Inspection With the Flow Category: Miscellaneous h .. •At10.8ft3/. ii{/: Root-in-Joint-Root problem in joint Modifier/Severity: Light Rating!lil Category: O&M ~------------------~---~-+-----'I/-'* At13.6!17/. ,;,,,:;-, Root-in-Joint-Root problem in joint 0.0ft Omitted: 214.9 ft Main Inspection with Pipe-Run and Scoring 10.0ft 20.0ft 30.0ft 40.0ft Rating!lil :--------fQh,amte"9"'0"'1Yrl. O&M-------------- :-------,,...*-A-156.&1131. i:-·,\\''. Root-in-Jo int -Root problem in joint 50.0ft Mod1fier/Sevanty: Light 60.0ft Category: O&M ,j, * At81.11!7/. ______ .,;<;·•· R<><>I iR i<>iRI R<><>lpr<>bl8"1 inj<>int 700ft Modifier/Severity: Light ~--+---~attng!lil Cate o . O&M SO.Oft 90.0ft -i/l'\<l;.e8>+1..;.7--11lr1h2.,,'.------------~1000ft "l'I""' Crack-Crack in the pipe -----\:=--......-,odlfier7Severity'Tong1tuarnaT-Wc,c1d"'eccr------ RatingrmJ 110.0ft Category: Structural -----------------------~129 .. 011 130.0ft Friday, March 11, 2016 11 :50 AM Page 2 of 4 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax:407-425-1569 Project Name: Mainline ID: City: Address: WW ZONE 9 "'".'.<' ... iw ...• < .CYC ••• . .~~':l:t~B.:37 ~_SMH~lSB-38 ............... }!!Yi~ ... . GARFIELD Start date/time: Pipe width: Pipe height: 5/20/2015 8 Direction: Surveyed footage: 355.0 Downstream .. ---... -c=.-.:,·, ......... ~~~~=·~~--~---· --. --~ . ~...-~--a==~-ir-:~~~;;,=-,,,,..--=:...i.::i Omitted: 73.8 ft Omitted: 119.2ft Pipe type: Surface condition: • VCP i ~ ~"~~--·· 4-•~·~·"·'''"' Asphalt ~= =~ ~--=~==•=" Weather: Tape/Media # l . -~-=.,;~~...___,_ .. ---~ :,ilt: At 93.9 ft 12/. -~-~-------~,.,,,(lCRoot-m-Jo1nt-Root problem m Joint 70.0ft 80.0ft 90.0ft 100.0ft 110.0ft 120.0ft 130.0ft 1400ft 150.0ft 160.0ft 170.0ft 180.0ft t~s-Pw·~----= Ratingl!'lil Cate9s1y Strustu~al 190.0ft Modifier/Severity: Small 200.0ft Modifier/Severity: Heavy 210.0ft I'.r, ------,R"' .... d1r1n..Jg&Em-------------~"' l1 i-_______ c.=.a,cte=g~o=ry:~·~O&~M~----------- 220.0ft 'V 3 At226.4ft 121. . 11."..,--------,,,:,~IJ.,;;-. "oot-1t1-tate1al-Rootp1oble1n 111 late1al Modifier/Severity: Light 230.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 201611:S0AM Page 3 of 4 ....-~ ..__.; CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: Mainline ID: City: Address: WW ZONE 9 SMH-15B-37 -SMH-15B-38 i WW9 GARFIELD Start date/time: Pipe width: Pipe height: 5/20/2015 8 Direction: Surveyed footage: Downstream 355.0 Omitted: 237.2 ft At252.8 ft ""'-o/ Grease-Grease in the Pipe \._,I Modifier/Severity: Light Ratinglll Category: O&M At264.6ft-t Sag -Sag in the pipe...;;_;,; Modifier/Severity: L![!!t RatingDJ Category: Structural At291.8fto/ Debris Modifier/Severity: <=20% Ratingl!lil Category: O&M At307.7 ft r'\t Pipe type: Surface condition: VCP Asphalt •• , .,.,. ~ --:·c•;•.•-.-.·· .,., .• Weather: Tape/Media # Dry t .JL At237.5 ft9/. -----~ _. .. ·u ra Modifier/Severity• Live Connection Category: Inventory 240.0ft 250.0ft 260.0ft 270.0ft 280.0ft 290.0ft 300.0ft Water Level -Water Level in the pipeW --.r-1~._-H,._ Modifier/Severity: >=50% ,_ _______________________ ~3~10~.0=ft Category: Miscellaneous At346.1 ft :::-it Pipe Type -Pipe Material Change • Category: Inventory VCP-PVC Main Inspection with Pipe-Run and Scoring Modifier/Severity: Medium . . t 1!J At355.0 ft ------FH-1=11dorRur1 Category: Miscellaneous AT DROP M.H. 15B-38 t • At355.0ft ))))) STOP -Inspection Stopped Category: Miscellaneous Friday, March 11, 201611:50AM Page 320.0ft 340.0it 350.0ft 4 of 4 Print Preview Page 1 of2 16C-50 to 16C-AH213 Sewer Gravity Main Attribute Value Objectid 2934287 Facilityid SWM5080 Unitid 16C-50 Unitid2 16C-AH213 Maincomp1 22 Maincomp2 22 Gridnumber 16C Dwgnumber 103-1 Dwgsheet 1 Projectnumber 00-00 Cmwdno 98-505 Dwgsigndate 2/13/1956 12:00:00 AM Dwgasbuiltdate 2/22/2222 12:00:00 AM Acceptancedate 2/22/2222 12:00:00 AM Estinstalldate 2/13/1956 12:00:00 AM Ownedby Carlsbad Maintainedby Carlsbad Status Active Name ~' Linetype 1 Material VCP __ , Pipeclass Collector Print Preview Upstream invert Downstreaminvert Diameter Slope lslined Cleaningfrequency Cleaningzone Inspection date lnspectionstatus Debristype Debrisamount lnterceptorsystem Unittype Pipe length Parlineno Notes District Quadrant Streetid StreetSegmentl D lssynchansen Comptype Compkey Liftzone Enabled Primaryimage Field notes 38.78 38.23 10.00 0.75 No Annually VW.J9 1/1/199712:00:00 AM ACT 0.00 VISta-Carlsbad GravityMain 95.87000274 Carlsbad NorthWest 2410 2948 No 21 184927 TP Map Printed On 2016-03-11 10:55 Page 2 of2 'l /1 1 /')(\ CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 :;ft .MR/4},Nl"TI:. (~~'? ~,--·>· )~"" Plpellne lnspecfion and lnleg,atton Solfwore Main Inspection with Pipe-Run and Scoring · Project Name: WW ZONE 9 Start date/time: 5/21/2015 Direction: Downstream Pipe width: Mainline ID: SMH-16C-50 - SMH~16C-AH213 Pipe height: 10 Surveyed footage: 86.0 .... __ j Pipe type: VCP Weather: Dry Scores City: WW9 Calculation date: 5/21/20151:26:54 PM Address: CHINQUAPIN EASEMENT ' Surface condition: Other Tape/Media # ~ormula . -_ Categocy; Value Des-€t'i~ti~ -__ . Maximum Score Sum of Defects Mean Score Sum-of-the Score CUES Total Pipe Score Main Inspection with Pipe-Run and Scoring -High 13 46.92 610 H•!••i:M Asset requires immediate engineering review. Failure or imminent failure obvious Friday, March 11, 2016 11 :50 AM Page 1 of 3 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 Start date/time: Direction: Downstream Mainline ID: SMH-16C-50 - _ Srvlf-i-16C-AH213 Pipe width: Pipe height: 10 ----==-·; Surveyed footage: ;;t··-~:: R,t,..NITJ; ~~ ff,.,.,..INpdoncnd~~ "'·' ' . '.~, City: Address: WW9 C~QUAPIN ~ME~T. Pipe type: Surface condition: VCP Weather: Dry other Tape/Media # f • AID.Oft ))))) START WITH FLOW-Start Inspection With the Flow Category: Miscellaneous -j,*At4.9ft4/. , .. •. \•Y. Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratingll _______ a.Oft ,------------------------"----..=--'---+-------;.c;.;a;;;te;.:g~o~ry".'-:70=&1Vf .. f-:f-At8.9ft4/8 ,;-.-:;::,:Root-in-Joint-Root problem in joint Modifier/Severity: Light >-----=~-----i\fv>lt1on:dlffifiieerln'S8-eevv,.dtvty-t. L-hiv"'erfC~om11'"11,.,ecMitiinorr,,------~1=0-=ott Category: Inventory CHIPPED IN/DUCTILE PIPE f '1\.At13.3ft8/. r..•.,,,---->,;,----<·'.-,•l;,:: Root in Joint Rootprnblem ir,joir,t Modifier/Severity: Light Ratingll Category: O&M ·+• Al 17 .3 ft 417 ,;,.,,_,: Root-in-Joint-Root problem in joint 20.0ft Modifier/Severity: Light RatingElil Category: O&M -j,,;t.At21.5ft3/9 (·.-,~~ Root-in-Joint-Root problem in joint Modifier/Severity: Light r="'<-------,R..,a,.ti..,n;;;gll;;:;:;..,.,.,.,..--------------"""30,Jll! f * At33.7 ft 1/3 ,;.-,,,;,:; Root-in-Jo int -Root prob lam in joint ------'c=----...0""""1er/Severify:1Jgln _______ _ RalingElil 40.0ft Category: O&M 50.0ft Omlttect 43.9 ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 11 :50 AM Page 2 of 3 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 ::··.-.c ,, .. _, .• .,, ... , Start date/time: 5/21/2015 Direction: Downstream Pipe width: Mainline ID: SMH-16C-50 - §ttH-l_§f-Al::l.l!.1 .. Pipe height: 10 Surveyed footage: ~,R¾Nl"T~ ~r._,_,.~and~- City: Address: WW9 CHINQUAPIN EASEMENT ·· i,.," .•.•.,•.•••r~-•.C "',-----••----• __ .--., Pipe type: Surface condition: VCP Other Weather: Tape/Media # ,j, -;t;;, At41.9112/9 Omitted: 40.9 fl -----~:-•,1.,t-Reet-ifl-~et'IHfl-i<je9tiAA11c------40~0~ft ~~~~~----------------~--Modifier/Severity: Light Main Inspection with Pipe-Run and Scoring RatingEJ Category: O&M -----+* At45311419 ,:-<:~Root-in-Joint-Root problem in joint Modifier/Severity: Heavy Ratinglm] Category: O&M hir At 54.3 113/9 (•,.:,:i:: Roat-in-Joint-Root problem in joint Modifier/Severity: Medium RatingGJil Category: O&M ,j, * At58.5114/9 ,:.,,: .. ;,; Roat-in-Joint-Root problem in joint Modifier/Severity: Medium RatingGJil Category: O&M 50.0ft 60.0ft hl\" At66.8 fl4f7 ,\'~~:; Root-in-,Joiot-Root problemJoj~·~------ Madifier/Severity: Light RatinglliJ Category: O&M ,-----_._* At70.7117/. (·-•i.;,·: Root-in-Joint-Root problem in joint Modifier/Severity: Light RatinglliJ Category: O&M ,j, jE At86,0ft FH -End of Run Category: Miscellaneous 70,0ft SO.Oft ATM.H.16 -AH21."'3 __________ _ ,j, a At86.0ft >»» STOP -Inspection Stopped Category: Miscellaneous Friday, March 11, 201611:50AM Page 90.0ft 3 of 3 Print Preview Sewer Gravity Main Attribute Objectid Facilityid Unitid Unitid2 Maincomp1 Maincomp2 Gridnumber Dwgnumber Dwgsheet Projednumber Cmwdno Dwgsigndate Dwgasbuiltdate Acceptancedate Estinstalldate Ownedby Maintainedby Status Name Linetype Material Pipeclass 2931838 SWM5083 16C-9 16C-54 22 22 16C 103-1 2 00-00 98-505 2/13/1956 12:00:00 AM 2/22/2222 12:00:00 AM 2/22/2222 12:00:00 AM 2/13/195612:00:00 AM Carlsbad Carlsbad Active 1 VCP Collector Page 1 of2 Value 'l /11 ,-,n1 c. Print Preview Page 2 of 2 Upstream invert 38.23 Downstreaminvert 36.66 Diameter 10.00 Slope 0.5 lslined No Cleaningfrequency Annually Cleaningzone WW9 lnspectiondate 1/1/1997 12:00:00 AM lnspectionstatus ACT Debristype Debrisamount 0.00 lnterceptorsystem Vista-Carlsbad Unittype GravityMain Pipe length 302.5 Parlineno Notes ATLAS District Carlsbad Quadrant Northwest Streetid 2410 StreetSegmentlD 2948 lssynchansen No Comptype 21 Compkey 184930 Liftzone TP Enabled Primaryimage Field notes Map Printed On 2016-03-1110:56 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Main Inspection with Pipe-Run and Scoring Project Name: WW ZONE 9 Start date/time: 5/21/2015 Direction: Downstream Mainline ID: SMH-16C-9 -SMH-16C-54 Pipe width: Pipe height: 10 Surveyed footage: Pipe type: VCP Weather: Dry Scores City: WW9 Calculation date: 5/21/2015 2:08:05 PM Address: CHINQUAPIN EASEMENT i Surface condition: Dirt Tape/Media # Maximum Score -High Sum of Defects 13 Mean Score 50.77 Sum-of-the Score 660 CUES Total Pipe Score Main Inspection with Pipe-Run and Scoring Friday, March 11, 201611:51 AM Asset requires immediate engineering review. Failure or imminent failure obvious Page 1 of 3 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: Mainline ID: City: --~:,R1}NITE '"<.,W,-,•~cr.d~- ""••M·,%, Address: WW ZONE 9 SMH-16C-9 -SMH-16C-54 WW9 CHINQUAPIN EASEMENT • ,..,--.. ·---·-·-,• .. " .• .c-•. ·--·· --.• ~, ,,-'"'" ___ '"·'• ,_,:,_ •• --·· -~ , .......... • ..• Start date/time: Pipe width: Pipe height: 5/21/2015 Direction: Surveyed footage: Downstream 302.3 At25.4 ft f Debris Modifier/Severity: <=10% RatinglmJ Category: O&M At122.4ft7/. .'+' Crack-Crack in the pipe~ Modifier/Severity: Longitudinal -Narrow Ratin9'm] Category: Structural Omitted: Ba6ft At218.7ft12/. 't' Crack-Crack in the pipe~ Modifier/Severity: Spiral -Narrow Ratingl!lil Category: Structural At224.3fto,ji Grease• Grease in the Pipe Modifier/$ everi~: Li ht Category: O&M 10 Pipe type: Surface condition: Dirt Weather: Tape/Media # 't' • AtO.Oft ))») START WITH FLOW-Start Inspection With the Flow Category: Miscellaneous 't' At33.1 ft 1iill Joint Offset-Joint Offset in the Pipe Modifier/Severity: Small RaHnglm] Category: Structural f*At61.9ft7/. ,;,,,-':: Root-in-Joint -Root problem in joint Modifier/Severity: Light '-·-·-·-··-··--·.______ __ --Ratin9DI Category: O&M f*At65.9ft5/. ,:.-.<:.):: Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratingl!DJ Category: O&M 't' At86.4ft '1!1' Joint Offset-Joint Offset in the Pipe Modifier/Severity: Small q,i/'---------~~a"1linir,cnlgl!lil Category: Structural 't' At106.0ft7/1 ~ Crack-Crack in the pipe Modifier/Severity: Spiral -Narrow Ratinglm] Category: Structural ,j,,*At197.9ft4/. ,,.,,,_,\ Root-in-Joint-Root problem in joint Modifier/Severity: Medium Ratinglm] Cate o :O&M 't' ~ At226.7114/. 1',-,·,,\,, Root-in-Joint-Root problem in joint Modifler/Sewerlty: Light Ratlnglll Category: O&M 100.0ft 200.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 11 :51 AM Page 2 of 3 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 Mainline ID: City: Address: _SMH-16C-9-SMH-16f>5.4 __ WW9 Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: 5/21/2015 Direction: Surveyed footage: Downstream 302.3 Omitted: 217.4 ft At291.7 ft 10/. o/ Crack -Crack in the pipe~ Modifier/Severity: Longitudinal -Narrow Ratingm] Cate or : Structural Main Inspection with Pipe-Run and Scoring VCP Weather: Dry Dirt Tape/Media # t J t,. At230.5 ft 12/. •·.•,., Lateral Modifier/Severity: Live Connection Category: Inventory CHIPPED IN t*At231.2ft3/. i/.-i:'.:'" Root-in-Joint-Root problem in joint Modifier/Severity: Heavy Ratingfil Category: O&M t ... f!,,At282.6ft12/. · .• r:-· .. Lateral Modifier/Severity: Live Connection Category: Inventory CHIPPED IN t f!l At302.3 ft FH -End of Run t • At302.3ft >»» STOP -Inspection Stopped Category: Miscellaneous Friday, March 11, 2016 11 :51 AM Page 3 300.0ft of 3 Print Preview . \ . .\ \, \ . \ Sewer Gravity Main Attribute Objectid Facilityid Unitid Unitid2 Maincomp1 Maincomp2 Gridnumber Dwgnumber Dwgsheet Projectnumber Cmwdno Dwgsigndate Dwgasbuiltdate Acceptancedate Estinstalldate Ownedby Maintainedby Status Name Linetype Material Pipeclass Page 1 of2 15B-39 to 15B-37 \ '\ \ \ //~ \ \ Value 2927343 SWM45 158-39 15B-37 22 22 15B 118-9 13 00-00 00-0000 3/24/1952 12:00:00 AM 2/22/222212:00:00 AM 2/22/222212:00:00 AM 3/24/195212:00:00 AM Carlsbad Carlsbad Active 1 VCP Collector Print Preview Page 2 of2 Upstream invert 50.7 Downstrearninvert 50.7 Diameter 6.00 Slope -0.1667 lslined No Cleaningfrequency Annually Cleaningzone I/W'.J9 lnspectiondate 1/1/1997 12:00:00 AM lnspectionstatus ACT Debristype Debrisarnount 0.00 lnterceptorsystern Vista-Carlsbad Unittype GravityMain Pipelength 306.29998779 Parlineno Notes UPDATED DWG INFO District Carlsbad Quadrant Northwest Streetid 1310 StreetSegrnentlD 657 lssynchansen No Cornptype 21 Cornpkey 186345 Liftzone TP Enabled Prirnaryirnage Field notes Map Printed On 2016-03-11 10:58 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 ·.•··.·.R~NITI: \f Pipeline lnsi,.effOn and Integration Software 'l);_'.,<O.·,.~··•:~itJ Main Inspection with Pipe-Run and Scoring Project Name: Mainline ID: City: Address: Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: 6 VCP Asphalt .. -~~"-_,,.....~ Direction: Surveyed footage: Weather: Tape/Media # UPSTREAM 303.2 Dry Scores Calculation date: 5/20/2015 11 :27:51 AM formula C C Categor'i C • Value Descoption . C Maximum Score Sum of Defects Mean Score Sum-of-the Score CUES Total Pipe Score Main Inspection with Pipe-Run and Scoring -Medium 24 44.17 1060 W.r#JM At least one defect with grade 60 or higher, Repair/Rehabilitation appears to be necessary to avoid accelerated depreciation Friday, March 11, 2016 11 :51 AM Page 1 of 4 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: Mainline ID: City: Address: WW ZONE 9 SMH-15B-39 -SMH-15B-37 -' WW9 .. --·· .. --· .-·-~ ..... · ... ,·. Start date/time: Pipe width: Pipe height: 5/20/2015 Direction: Surveyed footage: 303.2 At212.3 f\9/. ,JJ,,4 Lateral··· · Modifier/Severity: Live Connection Category: Inventory Omitted: 178.6 ft 6 ...... ·-··-····-···--·-··········· Pipe type: Surface cond ltlon: VCP Weather: Dry Asphalt Tape/Media # ~ a At3032ft »>» STOP -Inspection Stopped Category: Miscellaneous 4 IE At303.2 ft ~t-L-___ FH -End of Run CalegQ1y MiscellaneQ1,1s AT END OF LINE 158-39 \ C 10.0ft I . . "'ffl'! Joint Offset-Joint Offset in the Pipe Modifier/Severlly:Smaf~-~------- Ratingrm] Category: Structural IN ACTIVE SECTION OF PIPE At217.0ft Debris Modifier/Severity: <=30% Ratingrm] Category: O&M 20.0ft 30.0ft 40.0ft SO.Of\ 60.0ft 70.0ft BO.Oft 90.0ft 4,.J;J, .. At204.7 ft3/. 100.0ft -----'•·. ·••--1.-ate<10l--------------"""'-"-" Modifier/Severity: Live Connection Category: ioveotory CHIPPED IN CRACKS AROUND 110.0ft 120.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 201611:51 AM Page 2 of 4 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: Mainline ID: WW ZONE 9 ··---··,·· .. -.-.-.. -··-·-·-• ...... ·-···· -.--.-... • .. · Start date/time: Pipe width: Pipe height: 5/20/2015 Direction: Omitted: 129.4 fl Surveyed footage: 303.2 At81.8fl7/. ~4 Root -Roots in the pipe V Modifier/Severity: Light Ratingll Category: O&M At72.8119/. -..r..i__+ Lateral Connection Preble~ 'V' Modifier/Severity: Connection Protruding RatingmJ Category: Structural LATTERAL ABS CONNECTION OFFSET TO WYE At63.7 fl 12/ . .JJ.,,4 Lateral,,..•< Modifier/Severity: Liva Connection Category: Inventory Omitted: 44.9ft Al 59.0 fl 9/. tffil. 4 Root -Roots in Iha pipe 0 Modifier/Severity: L!a!l,1 Rating11t1 Category: O&M 6 City: Address: WW9 Pipe type: Surface condition: VCP Asphalt Weather: Tape/Media # -----'l'--,_lJ,,, At 1692 !13/, ·•· · _.. Lateral Category: Inventory ,.,.,,.,,,-_._;J 1300ft 140.0ft 4 *At137.3ft4/. =Jsn--t----,·;,•/,\( Root-ii 1-Joil 1t-ftoutprob1emin-i>. -rlTrl------ Mod lfler/Severity: Light 150.0ft 160.0ft 170.0ft 180.0ft 190.0ft 200.0ft 210.0ft 220.0ft 230.0ft 240.0ft 260.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 201611:51 AM Page 3 of 4 ,.-, ,_.,,l" CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 .,._ ....... _.,., ... .,' . -· Start date/time: 5/20/2015 Direction: UPSTREAM Omitted: 230.9 ft Mainline ID: City: Address: SMH-15B-39 -SMH-15B-37. --· ... -.. --·-" ....... ·•'· :·"<'.•.·•--· ' WW9 GARFIELD STREET Pipe width: Pipe height: Pipe type: Surface condition: Surveyed footage: At53.3ft3/. 1~+ Root-Roots in the pipe V Modifier/Severity: L!ab,t Ratinglll!I Category: O&M At47.0f! tffi..t Root-Roots in the pipe \.:.J Modifier/Severity: Light Ratingll Category: O&M At31.51!3/. iffi,\+ Root-Roots in the pipe 0 Modifier/Severity: L!ab,t Ratinglll!I Category: O&M At11.2ft3/9 ~+ Root-Roots in the pipe 'O Modifier/Severity: Light RatingEJi Category: O&M At111!121. ,,JJ.,+ Lateral· c.-, 6 VCP Weather: Asphalt Tape/Media # ·-·--·.·.-.J; ·-· Ratingll Category: O&M +-k At37.7 fl 91. .,--..::,"sc-___ ,,:.,,_;,· Real in Jeint Reatp,eelem injeint Modifier!Severity: Light ---..e~!ii,0'-----11'-'*-Af.9.0-ttft,..,3,.., ___________ _ ,;-,,."; Root-in-Joint-Root problem in joint Modifier/Severity: bight 230.0ft 240.0ft 250.0ft 2600ft 2700ft 280.0ft 290.0ft 300.0ft Modifier!Severity: Live Connection Category: Inventory ,t-* At 3.0 ft 12/. 1>,,~: Root-in-Joint-Root problem in joint Modifier/Severity: Light Main Inspection with Pipe-Run and Scoring Ratingll Category: O&M ,t-• AtO Oft \__ <«« START AGAINST FLOW-Start Inspection Aga1nst1he Flow Category; Miscellaneous Friday, March 11, 201611:51 AM Page 4 of 4 Print Preview J Sewer Gravity Main Attribute Objedid Facilityid Unitid Unitid2 Maincomp1 Maincomp2 Grid number Dwgnumber Dwgsheet Projectnumber Cmwdno Dwgsigndate Dwgasbuiltdate Acceptancedate Estinstalldate Ownedby Maintainedby Status Name Linetype Material Pipeclass 16C-12 to 16C-11 2931795 SWM5035 16C-12 16C-11 22 22 16C 128-9 1 0-4 00-0000 3/30/1960 12:00:00 AM 1/17/1963 12:00:00 AM 2/22/2222 12:00:00 AM 3/30/1960 12:00:00 AM Carlsbad Carlsbad Active 1 VCP Collector Page 1 of2 --i '~ .. -~~-------------------.~/_..,,,. Value Print Preview Upstream invert Downstreaminvert Diameter Slope lslined Cleaningfrequency Cleaningzone lnspectiondate lnspectionstatus Debristype Debrisamount lnterceptorsystem Unittype Pipelength Parlineno Notes District Quadrant Streetid StreetSegmentlD lssynchansen Comptype Compkey Liftzone Enabled Primaryimage Field notes 44.46 41.98 8.00 0.84 No Annually WIN9 1/1/1997 12:00:00 AM ACT 0.00 Vista-Carlsbad GravityMain 293.64999389 Carlsbad Northwest 2424 506 No 21 184322 TP Map Printed On 2016-03-1111:00 I • ,IT"'li' ,'T"lo Page 2 of2 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 "' R/4}., NIT 1: .J\ _,... >,,,if"' Pfpefine Inspection and lntegroflon Software Main Inspection with Pipe-Run and Scoring Project Name: Start date/time: Direction: Downstream Maximum Score Sum of Defects Mean Score Sum-of-the Score CUES Total Pipe Score Pipe width: Mainline ID: Pipe height: 8 Surveyed footage: 295.0 Pipe type: VCP Weather: Scores City: Calculation date: 2/20/2015 8:50:54 AM Address: Surface condition: Asphalt , _-,•--w••-• •••.•:.:•"•'''"•" Tape/Media # -Medium 2 50 100 -l•••iM At least one defect with grade 60 or higher, Repair/Rehabilitation appears to be necessary to avoid accelerated depreciation Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 11 :53 AM Page 1 of 2 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: Mainline ID: City: Address: WW ZONE 9 ·-.--·· ··-,. -··-,-.""""·--~----·-SMH~16C-1?. -_SMH-l6C-l1 ·: ___ ·... WW9 BALDWIN LN Start date/time: Pipe width: Pipe height: 2/20/2015 Direction: Downstream Surveyed footage: 295.0 At113,1113/. J:\ .. 'V Lateral F,'.".,, Modifier/Severity: Live Connection Category: Inventory At191.1ft3/ . .,J.].,,t Lateral •.· Modifier/Severity: Live Connection Category: Inventory 8 16C-12 Pipe type: Surface condition: Weather: Asphalt Tape/Media # t • AtO.Oft ))))) START WITH FLOW-Start Inspection With the Flow Category: Miscellaneous 'V .,JU,, At 29.7 ft 9/. · · · ·,, Lateral Modifier/Severity: Live Connection Category: Inventory t*At35.9ft3/. ' ;;,,:~: Root-in-Lateral -Root problem in lateral Modifier/Severity: Light Ralinglm] Category: O&M ,j, ,JJ,,.At95.4ft10/. · · Lateral 0-------~MP.ruflM.&~fili!Y.:..!.w_C&DM.i;!iQ_n~-----"100=.o~ft Category: Inventory 'V ,.U.. At 163.9 ft 10/. ·'91 Lateral Connection Problem Modifier/Severity: Connection Pipe Damaged Ralingfil Category: Structural 4025 BALDWIN CT/ CONNECTION BROKEN. 'V ,.l!,,, At235.1 ft 10/. · ·. Lateral Modifier/Severity: Live Connection Category: Inventory t I!} At295.0 ft FH -End of Run Category: Miscellaneous ATMH 16C-11 t • Al295.0ft »»> STOP -Inspection Stopped Category: Miscellaneous 200.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 201611:53AM Page 2 of 2 Print Preview Page 1 of 2 15D-1 to 15D-2 Sewer Gravity Main Attribute Value Objectid 2931895 Facilityid SWM5151 Unitid 15D-1 Unitid2 15D-2 Maincomp1 22 Maincomp2 22 Gridnumber 15D Dwgnumber 124-6 Dwgsheet 2 Projectnumber 8-60 Cmwdno 00-0000 Dwgsigndate 12/15/1959 12:00:00 AM Dwgasbuiltdate 2/22/2222 12:00:00 AM Acceptancedate 2/22/2222 12:00:00 AM Estinstalldate 12/15/1959 12:00:00 AM Ownedby Carlsbad Maintainedby Carlsbad Status Active Name :, Linetype Material VCP Pipeclass .Collector Print Preview Upstreaminvert Downstream invert Diameter Slope lslined Cleaningfrequency Cleaningzone lnspectiondate I nspectio nstatus Debristype Debrisamount lnterceptorsystem Unittype Pipelength Parlineno Notes District Quadrant Streetid StreetSegmentl D lssynchansen Comptype Compkey Liftzone Enabled Primaryimage Field notes 40.00 35.00 8.00 1.72 No Annually \/W,/9 1/1/1997 12:00:00 AM ACT 0.00 Vista-Carlsbad GravityMain 290.42999267 Carlsbad Northwest 1112 1074 No 21 185940 SLS5 Map Printed On 2016-03-11 11 :02 Page 2 of2 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 :L,l,t,r:~,,:_,,·_,_,_'_:,·_~-·: ''*' R4' NI t I: ,:,, . Ji;J"' -lnspecflon and lnteg,otion -· ->'~.:~f Main Inspection with Pipe-Run and Scoring Project Name: Mainline ID: City: WW ZONE 9 SMH-lSD-1 -SMH-15D-2 __ J ,,, WW9 Start date/time: Pipe width: Pipe height: Pipe type: VCP Direction: Surveyed footage: Weather: UPSTREAM 290.6 Dry Scores Calculation date: 7/8/2015 9:24:06 AM Maximum Score Sum of Defects Mean Score Sum-of-the Score CUES Total Pipe Score Address: CARLSBAD BLVD Surface condition: Asphalt Tape/Media # -Medium 3 46.67 140 AJ•f•M At least one defect with grade 60 or higher, Repair/Rehabilitation appears to be necessary to avoid accelerated depreciation Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 11 :54 AM Page 1 of 2 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: Start date/time: 7/8/2015 Direction: UPSTREAM Mainline ID: City: SMH-lSD-1 -SMH-lSD-2 WW9 ·---' ..... ,~, .. , ..... ,, .. ,-,.,, •.• -~·-•-•. , · •...... ·-··•----·-·"·"7,._ - Pipe width: Pipe height: 8 Surveyed footage: 290.6 Pipe type: VCP Weather: Dry Address: CARLSBAD BLVD Surface condition: Asphalt Tape/Med la # + • At290.6ft 1 SD-1! ~----· ,,,,,--»»> STOP -Inspection Stopped I'~ / Category: Miscellaneous -----------------------+----------------.-j!fAt290.6ft "---. · FH-EndofRun . 0.0ft Main Inspection with Pipe-Run and Scoring Category: Miscellaneous M.H.15D-1 L& At234.0 ft3/. · Lateral Connection Problem Modifier/Severity: Connection Pipe Damaged ·,-------/------,:,-a11ngfil Category: Structural +it;:At201.1 ft9/. ,;.•,::,': Root-in-Joint-Root problem in joint Modifier/Severity: Light RatingmJ Category: O&M '-----+·"U,, At 1 =86=.7~1!=3=/~. ----------~100=.0=ft · · •· Lateral Modifier/Severity: Live Connection Category: Inventory +,\;;:At 166.5 lt2/. ~ v. ,;:,.; Root-in-Lateral -Root problem in lateral Modifier/Severity: Light Ratinglil Category: O&M l JJ,, At49.0 ft3/. •·,Lateral + • AID.Oft C«« START AGAINST FLOW-Start Inspection Against the Flow Category: Miscellaneous Friday, March 11, 201611:54AM Page 2 of 2 Print Preview Sewer Gravity Main Attribute Objectid Facilityid Unitid Unitid2 Maincomp1 Maincomp2 Grid number Dwgnumber Dwgsheet Projectnumber Cmwdno Dwgsigndate Dwgasbuiltdate Acceptancedate Estinstalldate Ownedby Maintainedby Status Name Linetype Material Pipeclass Page 1 of 2 16C-96 to 15D-11 Value 2931071 SWM4234 16C-96 15D-11 22 22 16C 118-9 13 00-00 00-0000 3/24/195212:00:00 AM 2/22/222212:00:00 AM 2/22/2222 12:00:00 AM 3/24/1952 12:00:00 AM Carlsbad Carlsbad Active .~ VCP ._,..., Collector Print Preview Page 2 of 2 Upstream invert 53.3 Downstream invert 51.00 Diameter 8.00 Slope 0.648 lslined No Cleaningfrequency Semi-Annually Cleaningzone WW9 lnspectiondate 1/1/1997 12:00:00 AM lnspectionstatus ACT Debristype Debrisamount 0.00 lnterceptorsystem Vista-Carlsbad Unittype GravityMain Pipelength 354.55999755 Partineno Notes UPDATED DWG INFO District Carlsbad Quadrant NorthWest Streetid 1310 StreetSegmentlD 717 lssynchansen No Comptype 21 Compkey 185807 Liftzone TP Enabled Primaryimage Field notes Map Printed On 2016-03-11 11 :04 1 '. '' • rr,:7_1_ .. ___ -'----~--.L.IT\ .. ! __ .._n _____ _! ____ n ___ --~--,., 11 1 /1"\f\ 1 r CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Main Inspection with Pipe-Run and Scoring Project Name: Mainline m:· City: WW ZONE 9 SMH-16C-96 -SMH-15D-11 WW9 ... ···-·-······•·.....-,c•--···~~~~--~. -. '"~-~ ·---· .. ····.·-.. --· ................. •----------· ----·~------------··-· Start date/time: Pipe width: Pipe height: Pipe type: 5/27/2015 8 VCP Direction: Surveyed footage: Weather: Downstream Dry Scores Calculation date: 5/27/2015 2:23:03 PM Maximum Score Sum of Defects Mean Score Sum-of-the Score CUES Total Pipe Score Address: GARFIELD Surface condition: Asphalt Tape/Media # -... -••········· ..... · ....... ,,._,_., ...... -Medium 2 40 80 -At least one defect with grade 60 or higher, Repair/Rehabilitation appears to be necessary to avoid accelerated depreciation Main Inspection with Pipe-Run and Scoring Friday, March 11, 201611:55AM Page 1 of 3 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: _W\\'f'.ONE 9 Start date/time: 5/27/2015 Direction: Pipe width: Mainline ID: Pipe height: 8 Surveyed footage: Modifier/Severity: Medium Ratingll!1 Category: O&M At 175.0 ft 3/. ,,J,.,l, t Lateral._.'' ' Modifier/Severity: Live Connection Category: inventory Omitted: 21.5ft City: Address: GARFIELD Pipe type: Surface condition: VCP Weather: Asphalt Tape/Media # t • AtO.Oft ))))) START WITH FLOW-Start Inspection With the Flow Category: Miscellaneous '¥ .JJ. At 5.0 ft 12/. ·: Lateral Modifier/Severity: Live Connection Category: Inventory t .,J,J,, At 8.8 ft 12/. ·''··Lateral Modifier/Severity: Live Connection 0.0ft ategory: nven ry t .,.U,,At13.1 ft12/. Lateral Modifier/Severity: Live Connection Category: Inventory -·-·-···)ji.,.Ll,A!2.V~~----------~ ·. · Lateral Modifier/Severity: Live Connection Category: Inventory '¥ At24.7ft9/. ~ Crack-Crack in the pipe Modifier/Severi : Lon itudinal -Narrow 100.0ft Rating • Category: Structural o er even : rve Category: Inventory t ,,tl, At 150.0 ft 12/. · · Lateral Modifier/Severity: Live Connection Category: Inventory W .,r:_:1.,At158.7ft12/. · · Lateral Modifier/Severity: Live Connection Category: inventory Category: Miscellaneous t • At218.7 ft »>» STOP -Inspection Stopped Category: Miscellaneous 200.0ft }------------------------'~"Q_fl Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 11 :55 AM Page 2 of 3 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 ..,; ~ ,n N Project Name: WW ZONE 9 Start date/time: 5/27/2015 Direction: Downstream ~ ?,emitted: 351.6ft ~--i 3! 9,! ~ !:I en Mainline ID: City: ~l\1H~1§C-96 -SMH-1SD-l1J WW9 Pipe width: Pipe height: Pipe type: 8 Surveyed footage: Weather: 218.7 Dry ~ 150-11 Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 11 :55 AM _R/4}-NIT~ ~~-""9glalml~ Address: GARFIELD Surface condition: Asphalt Tape/Med la # Page 3 of 3 Print Preview 16A-27 to 16A-28 16A1 16.A.-71 16.1\-61 . A, :, ,'J ,. ~l-.;:-!; q ,,,.3;:c,":r '-':::"'t '¼c:":;:;r,"',1 ·;·?:4 1l"!!.>JL?'" :,::~ ;;:.~, '"°' :· .. ·~~ '--.+;':: :l: '.:.c.:t ,-; ~::1"'"·" ;-..:e-:1 •·-<,:iH .. c_ ,-,j~ "·~•:'Ji<~. ;>:;.~ ,~:-:~1r.:~\ ;•·,1 ,·,-:-o:-;e,;~?. ,, "! 1Z-,J;'·""!:' .. ;;;~1 ,:.<j:.·;.;: "'!';:,~ V>·T'F'.:r ---.-:',"' r:~:1¥1JH<l1'l)·'"''1 .::;-;;:r,'f" ... l.."-;'?";-):>-'ll 02 ~·; 1__,\\ -----\--~-~---,------------.1.!1 GiuAJ~~ 16A4·~--- Sewer Gravity Main Attribute Objectid Facilityid Unitid Unitid2 Maincomp1 Maincomp2 Grid number Dwgnumber Dwgsheet Projectnumber Cmwdno Dwgsigndate Dwgasbuiltdate Acceptancedate Estinstalldate Ownedby Maintainedby Status Name Linetype Material Pipeclass Value 2931858 SWM5104 16A-27 16A-28 22 22 16A 118-9 21 00-00 00-0000 3/24/1952 12:00:00 AM 2/22/2222 12:00:00 AM 2/22/222212:00:00 AM 3/24/195212:00:00 AM Carlsbad Carlsbad Active 1 VCP Collector Page 1 of2 ~/11 /?01 fi Print Preview Page 2 of2 Upstream invert 47.3 Downstreaminvert 46.47 Diameter 6.00 Slope 0.35 lslined No Cleaningfrequency Annually Cleaningzone VWV9 lnspectiondate 1/1/1994 12:00:00 AM lnspectionstatus ACT Debristype Debrisamount 0.00 I nterceptorsystem Vista-Carlsbad Unittype GravityMain Pipelength 233.96000671 Parlineno Notes UPDATE DWG INFO District Carlsbad Quadrant NorthWest Streetid 1350 StreetSegmentlD 698 lssynchansen No Comptype 21 Compkey 184951 Liftzone TP Enabled Primaryimage Field notes Map Printed On 2016-03-11 11 :07 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Main Inspection with Pipe-Run and Scoring Project Name: WW ZONE 9 Start date/time: 2/27/2015 Direction: UPSTREAM Maximum Score Sum of Defects Mean Score Sum-of-the Score CUES Total Pipe Score Mainline ID: City: SMH-16A-27 -SMH-16A-28 i WW9 Pipe width: Pipe helg ht: Pipe type: 6 Surveyed footage: Weather: Dry Scores Calculation date: 2/27/2015 2:04:43 PM Address: MADISON ST Surface condition: Tape/Media # I High 2 75 150 N:J•••i•A At least one defect with grade 60 or higher, Repair/Rehabilitation appears to be necessary to avoid accelerated depreciation Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 11 :56 AM Page 1 of 2 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: Mainline ID: City: Address: WW ZONE 9 --........ ·-·.,. ---·.. -· --_ .. __ .~ SMH-16A-27 -SMH-16A-28; WW9 MADISON ST Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: VCP Direction: Surveyed footage: Weather: Tape/Media # UPSTREAM 230.4 Dry ~----------A_t_2_2_9~.2~1!~1_0_i.-,.""'----..:.....:-.,-_~,,,c-----......,,.,,.,go.cy:_M;5ce11aoeo11s Lateral Modifier/Severity: Live Connection Category: Inventory At177.1 lt10/. JiL+ Lateral .. r' Modifier/Severity: Live Connection Category: Inventory At 151.9 ft 10/ . .,.(\.+ Lateral··. '" Modifier/Severity: Live Connection Category: Inventory At96.7 lt9/ . ....liil..f Lateral Connection Problem'¥' Modifier/Severity: Connection Protruding Ratingi!J Category: Structural At43.7 lt9/ ... .UJ LateraI:::,.,_, Modifier/Severity: Live Connection Category: Inventory Category: Miscellaneous ATMH16A-27 + * At92.3 ft3/. ,;,,(',•'. Root-in-Lateral -Root problem in lateral Modifier/Severity: Heavy Ratinglm] Catego1 y. O&M ~ ,..U, At63.3 ft 1/. --,, .. , Lateral Modifier/Severity: Live Connection Category: Inventory 0.0ft 100.0ft 200.0ft At 5.0 ft 12/. ,.tJ,, + Lateral"•-:" ~ • At5.0ft ««< START AGAINST FLOW-Start Inspection Against the Flow Category: Miscellaneous Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 11 :56 AM Page 2 of 2 Print Preview Page 1 of2 1 SC-60 to 1 SC-58 Sewer Gravity Main Attribute Value Objectid 2931881 Facilityid SWM5132 Unitid 16C-60 Unitid2 16C-58 Maincomp1 22 Maincomp2 22 Grid number 16C Dwgnumber 146-6 Dwgsheet 2 Projectnumber 5-2 Cmwdno 00-0000 Dwgsigndate 2/16/1965 12:00:00 AM Dwgasbuiltdate 12/7/196512:00:00 AM Acceptancedate 2/22/222212:00:00 AM Estinstalldate 2/16/1965 12:00:00 AM Ownedby Carlsbad Maintained by Carlsbad Status Active Name Linetype 1 Material VCP Pipeclass Collector 'l /11 '"'f\1 £ Print Preview Upstream invert Downstream invert Diameter Slope lslined Cleaningfrequency Cleaningzone . lnspectiondate lnspectionstatus Debristype Debrisamount lnterceptorsystem Unittype Pipelength Parlineno Notes District Quadrant Streetid StreetSegmentlD lssynchansen Comptype Compkey Liftzone Enabled Primaryimage Field notes 36.5 27.8 6.00 4.37 No Annually VWl/9 1/1/1997 12:00:00 AM ACT 0.00 Vista-Carlsbad GravityMain 197.66000366 Carlsbad Northwest 1308 1872 No 21 184978 TP Map Printed On 2016-03-1111:10 Page 2 of2 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 ,-!'ff''"'""""<~-.&. ~LIT'E_)( tYo ' ' ..,._~ If~ Iii", ~-, ., l,k r-In-and lnlegl<lllonSoltw<ne .,.,.~ .. -'.:·•:"'•"""'.' ... ~, Main Inspection with Pipe-Run and Scoring Project Name: Mainline ID: City: Address: WW ZONE 9 SMH-16C-60 -SMH-16C-58 WW9 CHINQUAPIN Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: 2/20/2015 6 VCP Asphalt Direction: Surveyed footage: Weather: Tape/Media # Downstream 199.6 Dry Scores Calculation date: 2/20/2015 11 :27:47 AM F.ormuta C ' Catego~ ·_: "V ' ' Value Description Maximum Score --High Sum of Defects 4 Mean Score 47.5 Sum-of-the Score 190 /' CUES Total Pipe Score M:Jei•M At least one defect with grade 60 or higher, Repair/Rehabilitation appears to be necessary to avoid accelerated depreciation Main Inspection with Pipe-Run and Scoring Friday, March 11, 201611:58AM Page 1 of 2 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 ..... ,.,·.··.·.· .. : ........ '<-:.,,." ···n." ··' .. . Mainline ID: ',.R,¾Nl•E ,· '(""~i,._-.-~- City: Address: WW9 _ .c C~JN(lUA~ _ .... __ . ·. , Start date/time: Pipe width: Pipe height: Pipe type: Surface cond itlon: 2/20/2015 Direction: Downstream Surveyed footage: 199.6 At 38.2 ft 3/ .. ,_[I t Lateral ... "1 6 Modifier/Severity: Live Connection ----{E!-• Category: Inventory At93.0ft3/. Jlt Lateral,-~,, Modifier/Severity: Live Connection Category: Inventory At116.9ft3/ . ..,fl,.'¥ Lateral"/'·., Modifier/Severity: Live Connection Category: Inventory VCP Weather: Dry At 166.7113/. J.l t Modifier/Severity: Live Con~::i~ :,·· ., ----<d=---~- Category: Inventory Asphalt Tape/Media # ,j, • Ato.Oft ))))) START WITH FLOW-Start Inspection With the Flow Category: Miscellaneous ,j,-,\:'At11.8ft (-,,.~.: Root-in-Joint-Root problem in joint Modifier/Severity: Light 0.0ft Rating • Category: O&M t * At 13.1119/. (,,,i: Root-in-Lateral -Root problem in lateral Modifier/Severity: Light RatingmJ Category: O&M t * At23.7 ft i:--,,;<'. Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratingll!J Category: O&M ,j,~At164.6ft9/. ,:,;,~\ Root-in-Lateral -Root problem in lateral Modifier/Severity: Heavy Ratinglm) Category: O&M ,j, I!} At 199.6 ft FH -End of Run Category: Miscellaneous ATMH16C-58 ,j, a At199.6ft ))))) STOP -Inspection Stopped Category: Miscellaneous 100.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 11 :58 AM Page 2 of 2 Print Preview Sewer Gravity Main Attribute Objectid Facilityid Unitid Unitid2 Maincomp1 Maincomp2 Gridnumber Dwgnumber Dwgsheet Projectnumber Cmwdno Dwgsigndate Dwgasbuiltdate Acceptancedate Estinstalldate Ownedby Maintainedby Status Name Linetype Material Pi peel ass 1 &C-54 to 1 &C-55 ~.,,.,.·, ~--_.,.. \ \ --l---------- 2931a39 SWM5084 16C-54 16C-55 22 22 16C 103-1 2 00-00 98-505 2/13/195612:00:00 AM 2/22/2222 12:00:00 AM 2/22/2222 12:00:00 AM 2/13/1956 12:00:00 AM Carlsbad Carlsbad Active 1 VCP Collector \ Value 1 ,, // • 1 J1 ,1. _/"J."f.T_1 ______ / ____ "! __ ... 1n .. !._.t.n. ____ ~ ____ n _________ _ Page 1 of2 \ ..,,11,,..,.r-..1.r Print Preview Page 2 of2 Upstream invert 36.66 Downstream invert 35.66 Diameter 10.00 Slope 0.32 lslined No Cleaningfrequency Annually Cleaningzone WN9 lnspectiondate 1/1/199712:00:00 AM lnspectionstatus ACT Debristype Debrisamount 0.00 lnterceptorsystem Vista-Carlsbad Unittype GravityMain Pipe length 199.00 Parlineno Notes ATLAS District Carlsbad Quadrant Northwest Streetid 1360 StreetSegmentlD 1880 lssynchansen No Comptype 21 Compkey 184931 Liftzone TP Enabled Primaryimage Field notes Map Printed On 2016-03-1111:11 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Plpelnelnspecflonandlnteg!alionSottwo<e Main Inspection with Pipe-Run and Scoring Project Name: Mainline ID: WW ZONE 9 i SMH-16C-54 -SMH-16C-55 !j ·-·-·····-··•·'."·''"-""""'"'""""""--·-·---·•·~-----,---, ·---·~ ---·-·-··· ---~·•·•.····--•,-•--_____ , Start date/time: 5/21/2015 Direction: Downstream Pipe width: Pipe height: 10 Surveyed footage: 115.6 Pipe type: VCP Weather: Dry Scores City: WW9 Calculation date: 5/21/2015 2:26:41 PM Address: CHINQUAPIN EASEMEl'J"f 3 Surface condition: Asphalt Tape/Media # Formula _ --Catego~ ~ ~ Value -0esc:rietion Sum of Defects 12 Mean Score 45 Sum-of-the Score 540 CUES Total Pipe Score Main Inspection with Pipe-Run and Scoring M:J.IM At least one defect with grade 60 or. higher, Repair/Rehabilitation appears to be necessary to avoid accelerated depreciation Friday, March 11, 2016 11 :58 AM Page 1 of 4 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32B05 Phone: 407-B49-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 .n--~•->-¼.<,~ .... %:,.¾ .. ., ___ ,.,_ Start date/time: 5/21/2015 Direction: Downstream Omitted: 99.1 ft Pipe width: Mainline ID: Pipe height: 10 Surveyed footage: 115.6 l .~=~=·=··· ····---· .:.·=--~-..,,_} 16C-54 City: Address: WW9 _.,_ .. ,.,::-......... . CHINq~APIN,~))..~~,t:1ENT Pipe type: Surface condition: S/ Y •• ,~~~-¢ • ___ J Asphalt 1 -=_;::_-_---=.--:::-~ .•. .=-c---c ,,........,,-..:.:-0!-•. -"--,.~ Weather: Tape/Media # t • At0.01! »») START WITH FLOW-Start Inspection With the Flow Category: Miscellaneous t :f;;;: At2.3 lt5/. 1,,,1.{~ Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratingm] Category: O&M t.._..At6.8ft5ll ~1<$: Root-in-Joint-Root problem in joint Modifier/Severity: Medium Ratingml Category: O&M V At 10.7114/. +-----',,-, ~·l-Reet-ift-doint Reet pFeelem-ift-jetflt-------- Modifier/Severity: Light Ratlngll Category: O&M 10.0ft 20.0ft 30.0ft 40.0ft 50.0ft 60.0ft 70.0ft BO.Oft 90.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 11 :58 AM Page 2 of 4 -~ CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 Start date/time: 5/21/2015 Direction: Downstream Omitted: 38.2 ft Omitted: 33.0ft .... RANl"TE ~.,,...,..,,__.~lotm. Mainline ID: City: Address: . S.Ml:!:~6£21 -_ Stv1J±16C-55 •·.··. •-.z .. Yf\/f? _ .~-• CHINQUAPIN EASEMENT -.. ,,, .... _ .... ,. ,--,··,·:.:-· ... , ..... -.. ·---'-·-'·"·"-··'"""'" Pipe width: Pipe height: 10 Surveyed footage: Pipe type: Surface condition: VCP Weather: Tape/Media # Dry ,)' * At 51.9 ft 517 1·,.,,,:-,-· Rant-in-la int -Root problem in joint Modifier/Severity: Light Rating&] Category: O&M .1\ At56.0 ft 51. ,:-1'.';-c Root-in-Joint-Root problem in joint 40.0ft 50.0ft 60.0ft Ratingm;J .. ---------1G;,a~leSiS!§·Olf.tl&M-------------7~0.~oft ,JJ., At 98.6 ft 127. ... Lateral a egory: ,see aneous UNABLE TO PASS HEAVY ROOT 80.0ft 90.0ft 100.0ft 110.0ft ,)' • At114.2fl c~?===-_;'-~®~~1css:ruo~e~.=-~-<:!l.Q11_filo~d~-------- category: Miscellaneous t t-· 18At11-5:6-ftt . ,;A,? 9"1 Root-in-Lateral -Root problem in lateral 120.0ft . efity.-HA,"""--------- Ratinglm] '----------Gl>te•§"if.G'1"!\11f----------~130.0f! 1400ft 1500ft 160.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 11 :58 AM Page 3 of 4 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 o;- 0) - Project Name: WW ZONE 9 ••a-" • "'"'•"" Start date/time: 5/21/2015 Direction: Downstream :;;; t,emitted: 198.0 ft g> _ ~l ~5 "' Mainline ID: City: SMH-16C-54 -SMH-16C-55' WW9 Pipe width: Pipe height: Pipe type: 10 VCP .,, "•---····:--'' Surveyed footage: Weather: Dry I 16C-55 Main Inspection with Pipe-Run and Scoring Friday, March 11, 201611:58AM "'R/4}.Nl"TI: f·( ~ll--=tloncirld..__,~ Address: CHINQUAPIN EASEMENT Surface condition: Asphalt Tape/Media # Page 4 of 4 Print Preview Sewer Gravity Main Attribute Objectid Facilityid Unitid Unitid2 Maincomp1 Maincomp2 Gridnumber Dwgnumber Dwgsheet Projectnumber Cmwdno Dwgsigndate Dwgasbuiltdate Acceptancedate Estinstalldate Ownedby Maintainedby Status Name Linetype Material Pipe class 16C-48 to 16C-47 2931834 SWM5076 16C-48 16C-47 22 22 16C 128-5 2 8-84 00-0000 8/25/1960 12:00:00 AM 1/18/1963 12:00:00 AM 2/22/2222 12:00:00 AM 8/25/1960 12:00:00 AM Carlsbad Carlsbad Active VCP Collector Page 1 of2 Value ".1 /11 ,,,f\1 ~ Print Preview Upstream invert Downstream invert Diameter Slope lslined Cleaningfrequency Cleaningzone lnspectiondate lnspectionstatus Debristype Debrisamount lnterceptorsystem Unittype Pipelength Parlineno Notes District Quadrant Streetid StreetSegmentlD lssynchansen Comptype Compkey Liftzone Enabled Primaryimage Field notes 41.84 40.49 8.00 0.99 No Annually \JW,J9 1/1/1997 12:00:00 AM ACT 0.00 Vista-Carlsbad GravityMain 134.32000732 Carlsbad Northwest 1360 1880 No 21 184923 TP Map Printed On 2016-03-1111 :13 Page 2 of2 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Main Inspection with Pipe-Run and Scoring Project Name: Mainline ID: City: Address: WW ZONE 9 .~·-· .. •::.-:.·"~,•-··"'"·•·•···•·•~.·· --•~--l /! SMH-16C-48 -SMH-16C-47 i -------····---···-.-··-·--•-:·.··-·--·"". -·-·· ..• ,7..'0:"' '--.r/ WW9 HIBISCUS CR Start date/time: Pipe width: Pipe height: Pipe type: Surface condltlon: 5/21/2015 8 VCP Asphalt Direction: Surveyed footage: Weather: Tape/Media # UPSTREAM 135.6 Light Rain ··-·=---··········--··-.· .... ",.'J Scores Calculation date: 5/21/2015 11 :09:45 AM Maximum Score -Medium Sum of Defects 19 ---------------- Mean Score 46.32 Sum-of-the Score 880 CUES Total Pipe Score Main Inspection with Pipe-Run and Scoring M:JIIM At least one defect with grade 60 or higher, Repair/Rehabilitation appears to be necessary to avoid accelerated dep reci ati on Friday, March 11, 2016 11 :59 AM Page 1 of 4 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 ,.,. ... ····:. ------- Start date/time: 5/21/2015 Oirectlon: UPSTREAM ,~R¾NJ"TE 1r~__,,..,-~-- Mainline ID: City: Address: SMH-16C-48 -SMH-16C-47 : WW9 HIBISCUS CR Pipe width: Pipe height: Surveyed footage: 135.6 ···-··"-"---' ....:;:""- ,-········.,. ... '. " -...... _-.... ,··-· ... '."·· Pipe type: Surface condition: VCP Asphalt Weather: Tape/Media # Light Rain ~ a At135.6ft »>» STOP -inspection Stopped Category: Miscellaneous ,--------------------,-4'---"sc-~~ jE At135.6ft FH -End ofRun 0.0ft Omltted:75.Sft Main lnsoection with Pioe-Run and Scorina Category: Miscellaneous Manhole 16C-48 ,jl .,.t\,, At 128.4 ft6/ . ... ·•:-Lateral Category: Inventory -----'P-* 4(102.4 ftJ/7 ,,-,o.~'. Root-in-Joint-Root problem in joint Modifier/Severity: Medium RatinglmJ Cate o : O&M ~ * At 95.5 ft 316 ,::,,,;;,.: Root~in-Joint-~oot problem in Joint Ratingl!I Category: O&M 10.0ft 20.0ft 30.0ft ,jl*At92.pit6/. . . 40.0ft ~----,·.,·(;~tprebtem-fflMH1J"'"Oi"'11>-I -----~ Modifier/Severity: Light RatingllJ Category: O&M ;-------c,llr~ ~ At 88.611211 ,;:,.,,;,: Root-in-Joint-Root problem in joint RatinglmJ Category: O&M '*: Afff.'llr . . ,.~,~-Root-In-Lateral• Root problem in lateral Ratlngll!J Category: O&M jt At86.0 ft3ll ,;,.'~, Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratingllll Category: O&M Fridav. March 11. 2016 11 :59 AM Paae 2 of SO.Oft 4 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 ---·--•-.•-,-,:•:·-•-·•-·•-.-·c••-• Start date/time: 5/21/2015 Direction: UPSTREAM Omitted: 42.5 ft Omitted: :l0,4ft Mainline ID: City: Address: SMH-16C-48 -SMH-16C-47 HIBISCUS CR ... --~,;7. ·. -... ··-··--·--....... __ Pipe width: Pipe height: Pipe type: 8 VCP Surveyed footage: Weather: 135.6 Surface condition: Asphalt Tape/Media # ·~ ~~~~:in-Lateral-Root problem in lateral Ratingm] Category: O&M *At80.2ft4/7 ,,,,,,,.: Root-in-Joint-Root problem in joint At 85.3 ft 9/. ,JJ,, + Modifier/Severity: Medium Lateral · ------i.>:::P-:--~ RatinglmJ 50.0ft Category: Inventory ,-----r------t";;ati;mrirnr~M------------~~ a ng Category: O&M + ,jr At73.2ft6f7 •i·,,:" Root-in-Joint-Root problem in joint Modifier/Severity: Light RatinglmJ Category: O&M 60.0ft -----'f'-T-At66.~~-------------- ;;,,l~'. Root-in-Joint-Root problem in joint Modifier/Severity: Light RatingEDJ Category: O&M + ,\;: At56.2ft3/6 ,:-,,,y Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratin Category: O&M +-. At52.7 ft6/. ,:,,,il•: Root-in-Joint-Root problem in joint 70.0ft '------=~-~M=a=d~lfi=eriSav=er~ilJl.,.·~1 _.,ig"'b~t --------~80=.0~ft Ratingl!J Category: O&M f*At49.4ft4/9 e,,,-.----sc::,----'t''·'"~ttro .. 1>"'1e..,m'Hi"'n-..je>11inettl------ Modifier/Severity: Medium RatinglmJ Category: O&M ,;vi_::'. Root~in-Joint-Root problem In Joint Modifier/Severity: Medium RatinglmJ + • At42.4 ft4/6 6Jre: Root-In-Joint-Root problem in joint Mod lfler/Severlty: Llg ht RaliRglfl Category: O&M 90.0ft 100.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 11 :59 AM Page 3 of 4 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: Start date/time: 5/21/2015 Direction: Omitted: 94.0 ft 4" ¢::<O "'.,; ~~ ".": .j;:; 5[ [--j 3i lJ? ;£ !:l en Mainline ID: Pipe width: Pipe height: 8 Surveyed footage: _,R,t,.JN I "TE ,, ,r~~c,no:1w.o--- City: Address: WW9 HIBISCUS CR Pipe type: Surface condition: VCP Weather: Asphalt Tape/Media # ~*At35.1 ft3/, (·.,;,;;~ Root-in-Joint-Root roblem in joint Modifier/Severity; Light Rating!!J Category: O&M ~ • At0.0ft 100.0ft 110.0ft 120.0ft 130.0ft ««< START AGAINST FLOW-Start Inspection Against the Flow Category: Miscellaneous Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 11 :59 AM Page 4 of 4 ~- """'""'" Print Preview Page 1 of2 1 &c-95 to 1 &c-96 Sewer Gravity Main Attribute Value ·······-------·····-··-··------------------·· -----·-·· .... ····-· Objectid 2931070 Facilityid SWM4233 Unitid 16C-95 Unitid2 16C-96 Maincomp1 22 Maincomp2 22 Grid number 16C Dwgnumber 118-9 Dwgsheet 13 Projectnumber 00-00 Cmwdno 00-0000 Dwgsigndate 3/24/195212:00:00 AM Dwgasbuiltdate 2/22/222212:00:00 AM Acceptancedate 2/22/2222 12:00:00 AM Estinstalldate 3/24/1952 12:00:00 AM Ownedby Carlsbad Maintainedby Carlsbad Status Active Name Linetype 1 Material VCP Pipeclass Collector J ,1 -. Jr rTTT 1 I • i ~ ~ LT'\ .. ___ ! ____ T\ ________ _ ..,,11,,,..,n1r Print Preview Page 2 of2 Upstream invert 54.59 Downstream invert 53.3 Diameter 8.00 Slope 0.36978644 lslined No Cleaningfrequency Semi-Annually Cleaningzone I/IM/9 lnspectiondate 1/1/199712:00:00 AM lnspectionstatus ACT Debristype Debrisamount 0.00 lnterceptorsystem Vista-Carlsbad Unittype GravityMain Pipelength 348.8500061 Parlineno Notes UPDATED DWG INFO District Carlsbad Quadrant Northwest Streetid 2414 StreetSegmentlD 1078 lssynchansen No Comptype 21 Compkey 185806 Liftzone TP Enabled Primaryimage Field notes Map Printed On 2016-03-1110:44 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 .w R:t,NIT~_)\_· ;~1r ~ t,speeffon anc1 kdeg,offonSottware -._ .. Jt~r•t' Main Inspection with Pipe-Run and Scoring Project Name: WW ZONE 9 Start date/time: 5/27/2015 Direction: Downstream Mainline ID: SMH-16C-95 -SMH-16C-96: Pipe width: J . ·-··-i "'·•·-........ , ... .,.., ......... ··.-·-. .;:,., •· .. ,)(, -~• . .' Pipe height: Pipe type: VCP Surveyed footage: Weather: 352.4 Dry Scores City: WW9 Calculation date: 5/27/2015 2:10:15 PM Address: GARFIELD Surface condition: Asphalt ---·······• -···e·r----·······.····.:."·· Tape/Media # Hormula , , _ , Categof'y' . -Value Description . ·~ ., Maximum Score Sum of Defects Mean Score Sum-of-the Score CUES Total Pipe Score Main Inspection with Pipe-Run and Scoring -High 5 46 230 N:iiM Asset requires immediate engineering review. Failure or imminent failure obvious Friday, March 11, 2016 11 :59 AM Page 1 of 3 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 Mainline ID: SMH-1()C~95 :~MH-16C-96 :, tit ,)ft~Nl"TE, :Zt,,.,i,-,,.., .if~_.......crd....,__ City: Address: WW9 GARFIELD Start date/time: Pipe width: Pipe height: 8 Pipe type: Surface condition: Direction: Surveyed footage: Downstream 352.4 AIB.3 ft3/9 Grease -Grease in the Pipe Modifier/Severity: Lig hi Ratingflil Category: O&M At63.6112/ .. JJ, o/ Lateral,: ... Modifier/Severity: Live Connection Category: Inventory Omitted: rg,9 ft Main Inspection with Pipe-Run and Scoring VCP weather: Asphalt •--• -, • •••r• •-.. ••••-••,.\', Tape/Media # o/ • AID.Oft ))))) START WITH FLOW-Start Inspection With the Flow Category: Miscellaneous o/ J..;J..A15.7ft11/. ·· .. Lateral Modifier/Severity: Live Connection Category: Inventory o/ .,,f.J,,At7.3fl11/. ··· ··, Lateral Modifier/Severity: Live Connection Category: Inventory o/ * At24.0 ft2/. ,;.•.,;,'.1: Root-in-Lateral-Root problem in lateral ModWer/SevPJ~------~ RatingtmJ Category: O&M o/ ,J,J,.,Al81.4ft12/. , ....... Lateral Modifier/Severity: Live Connection CatGgory: Inventory o/ JJ. Al 187.5 ft 12/. ··.Lateral Modifier/Severity: Live Connection Category: Inventory o/ * At20B.21112/. (.•,?S: Root-in-Lateral -Root problem in lateral Modifier/Severity: Light Category: O&M o/ ... [l,At218.8ft12/. , .. , .. ,,. Lateral Modifier/Severity: Live Connection Category: Inventory o/ ~ At261.S ft3/, ,;.•1co•, Root-in-Lateral -Root problem in lateral Rating&DJ Category: O&M 100.0ft 200.0ft Friday, March 11, 2016 11 :59 AM Page 2 of 3 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 Start date/time: 5/27/2015 Direction: Downstream Omitted: 2s1. a ft Mainline ID: Pipe width: Pipe height: Surveyed footage: 352.4 City: Address: WW9 GARFIELD Pipe type: Surface condition: VCP Weather: Dry Asphalt Tape/Media # o/ At261.5ft3/. "I!-" Crack-Crack in the pipe o 1er even : ong1tu Ratinglil!] Category: Structural 'f .J \. At269.7 ft 12/. · .,. -Lateral Modifier/Severity: Live Connection Category: Inventory J l.,'1'!"3'1T.Tffl . · ~:·' Lateral Modifier/Severity: Live Connection Category: inventory 'f @ Al352.4 ft FH -End of Run 300.0ft Category: Miscellaneous ~--------------------~~-,,,.,,___-----A:i:.M,J4,.4eC49~e,------------- Main Inspection with Pipe-Run and Scoring '¥ • At352.4ft ))))) STOP -inspection Stopped Category: Miscellaneous Friday, March 11, 2016 11 :59 AM Page 3 of 3 Print Preview Sewer Gravity Main Attribute Objectid Facilityid Unitid Unitid2 Maincomp1 Maincomp2 Gridnumber Dwgnumber Dwgsheet Projectnumber Cmwdno Dwgsigndate Dwgasbuiltdate Acceptancedate Estinstalldate Ownedby Maintainedby Status Name Linetype Material Pi peel ass 1 GC-51 to 1 GC-52 2931836 SWM5081 16C-51 16C-52 22 22 16C 124-1 1 8-56 00-0000 3/23/195912:00:00 AM 2/22/2222 12:00:00 AM 2/22/2222 12:00:00 AM . 3/23/195912:00:00 AM Carlsbad Carlsbad Active VCP Collector Page 1 of 2 Value Print Preview Upstream invert Downstream invert Diameter Slope lslined Cleaningfrequency Cleaningzone lnspectiondate lnspectionstatus Debristype Debrisamount lnterceptorsystem Unittype Pipelength Parlineno Notes District Quadrant Streetid StreetSegmentl D lssynchansen Comptype Compkey Liftzone Enabled Primaryimage Field notes 48.48 46.66 6.00 0.52 No Annually WW9 1/1/199712:00:00 AM ACT 0.00 Vista-Carlsbad GravityMain 349.44000244 Carlsbad NorthWest 2430 504 No 21 184928 TP Map Printed On 2016-03-11 11 :14 I • , /T't, • •T"\ Page 2 of2 TL ,.. 11 1 ,,.,,I'\ 1 r CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Main Inspection with Pipe-Run and Scoring Project Name: Mainline ID: City: Address: WW ZONE 9 SMH-16C-51 -SMH-16C-52] WW9 LINMAR ---·----'""'"'"''"•--· ~~~~ .. __ ,_,, ____ , Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: 7/9/2015 6 VCP Asphalt Direction: Surveyed footage: Weather: Tape/Media # Downstream 347.1 Dry Scores Calculation date: 7/9/2015 8:35:37 AM Maximum Score -High Sum of Defects 68 Mean Score 47.5 Sum-of-the Score 3230 CUES Total Pipe Score Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 12:00 PM Asset requires immediate engineering review. Failure or imminent failure obvious Page 1 of 10 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 ....• ":•.-:·-:c-.-oc ·.~.··· Start date/time: 7/9/2015 Direction: Downstream Mainline ID: Pipe width: Pipe height: 6 Surveyed footage: 347.1 City: Address: WW9 LINMAR ........ ···,.--• .. -· ,' ~-~--- Pipe type: Surface condition: Asphalt Weather: Tape/Media # Dry f • AtO.Oft ~-------------------~------~ ))))) START WITH FLOW-Start Inspection With the Flow Omitted: 300.7ft Main Inspection with Pipe-Run and Scoring Category: Miscellaneous f JJ,. At 34.5 ft 9/. ,,:c-., Lateral Modifier/Severity: Live Connection Category: Inventory o/ ,\;-At35.3 lt4/7 ,;,,-v, Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratingl!DJ Category: O&M o/ -:I. At38.8ft8/. <:-vc~': Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratingl!DJ Category: O&M o/-it;. At43.7 ft3/. ,:,..,,;,; Root-in-Lateral -Root problem in lateral Modifier/Severity: Heavy RatingrmJ t .... At43.71!3/8 r.'.•t~ Root-In-Joint-Root problem in joint Modifier/Severity: Light RatinglDI Category: O&M Friday, March 11, 201612:00 PM Page 2 of 10.0ft 20.0ft 30.0ft 40.0ft 10 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 · .-__ 7.:_•-,.· ...... "•··"'"'°· ·T.h .. ' Start date/time: 7/9/2015 Direction: Downstream Omitted: 47.1 ft Omitted: 253.3ft Mainline ID: Pipe width: Pipe height: 6 Surveyed footage: 347.1 City: Address: WW9 LINMAR Pipe type: Surface condition: VCP Weather: Dry Asphalt Tape/Media # 71\:: At48.0 ft 10/. ,:,.-,.~--Root-in-Joint-Root problem in joint Modifier/Severity: Medium RatinglmJ Category: O&M ~ ?t;::' At51.6 ft3/9 ,;,,;;;,,: Root-in-Joint-Rootproblem in joint Modifier/Severity: Light RatinglJil Category: O&M f -;I. At58.6 ft4/. ,;,,_:i; Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratingl!J Category: O&M 50.0ft 60.0ft f "'I. At65.7 ft 12/5 t"Svt~': Root-in-Joint -Root pcoble.m.~in4jo~i~nt~------ Modifier/Severity: Medium RatinglmJ Category: O&M + ,1;:At72.71t115 :;-::.:ii Root-in-Joint-Root problem in joint Modifier/Severity: Light RatinglJil Category: O&M W .t\;• At/ 6.3 ft 21. C.·A::;-', Root-in-Joint-Root problem in joint Modifier/Severity: Light RatinglliJ Category: O&M t*J1:f90Tlf . ,:.-:1.';'; Root-in-Joint-Root problem in joint Modifier/Severity: Light RatinglJil Category: O&M ";'llt:.At94.0lt418 f.-:,•l~~ Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratlngllil Category: O&M 70.0ft 80.0ft 90.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016.12:00 PM Page 3 of 10 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 Start date/time: 7/9/2015 Direction: Downstream Omitted: 90.4 ft Omitted: 209.9 ft Mainline ID: City: Address: SMH-16C-51 -SMH-16C-52 i' WW9 LINMAR •--••••:-.. ••·~••.,.•-,•-•e•,.,_.,,--.,.•,. ,-.•••••••••-. Pipe width: Pipe height: 6 Surveyed footage: 347.1 Pipe type: Surface condition: VCP Weather: Asphalt Tape/Media # ,ji ~ At97.6 ft3/. ,.-,,.•~--Root-in-Joint-Root problem in ioint Modifier/Severity: Light RatingmJ Category: O&M ,ji * At98.9 ft9/. i~•.i;;~\ _. - 90,0ft o/ ~At101.0ft3/. _ -----~l;'fl.~•-·...R.o.a.tdn-1 ateral -Root pm.blam..m....eclawteac .. alc_ ___ 1,.,00cc·cco-'!ft Modifier/Severity: Medium Ratingl!JB Category: O&M o/ * At 101.9 ft3/9 __ 'c-__ i;si:;--;~in..Joil:lt... ~oot prot>l&m-ln.joi,...__ _____ _ Modifier/Severity: Medium Ratinglm] Category: O&M "'* At 105.4113/9 'l--+--+---';,,,_:>· Reet in Jeinl Reel ~r<>-b-btelefl'mHiftR-kje,.ief'1,t~---~1~10~-0=tt Modifier/Severity: Light RatingmJ Category: O&M ,ji~At109.0ft3/ _ .. ----+---<,.,-,y-Root-1n-=;Jo111t Root ~roblem tn10J..,.__ _____ _ Modifier/Severity: Light RatingmJ Category: O&M £""=1--_;,..--'--* At 116.1 ft 8/. o.-,.~,·: Root-in-Joint-Root problem in joint Modifier/Severity: Light Rating&J Category: O&M ;c-----r---~At119.711~/. __ _ ,,.-.,,.,_ Root-In-Joint-Root problem in Jotnt Modifier/Severity: Light RatingmJ Category: O&M o/-it:;: At 126.8114/8 •~-':.'.\ Root-in-Joint-Root problem in joint Modifier/Severity: Light RatingmJ Category: O&M 1200ft 130.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 201612:00 PM Page 4 of 10 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 <,•-"··.·· ... ,~ .. ··· .... ~ .. •-•"·" Start date/time: 7/9/2015 Direction: Downstream Omitted: 128.5 fl Omitted: 171.8 fl ,R/4}NITI: rr,_,..,.~-tag,alon-.,,,,~ .~t Mainline ID: City: Address: SMH-16C-51-SMH-16C~g ______ '!/.~~ . _ LINMAR Pipe width: Pipe height: Surveyed footage: Pipe type: Surface condition: VCP Weather: Asphalt Tape/Media # Category: O&M t ik' At 149.9113/9 ;;,;,,::,; Root-in-Joint-Root problem in joint 130.0ft 140.0ft Modifier/Severity: Light 150_0ft 1!!',o--=------RatiRglDJ-----------== Category: O&M f ::t\;' At 153.6113/9 ,;,.-,-7'·: Root-in-Joint-Root problem In joint Modifier/Severity: Light •~-------tR~a1-tJti11tt>Agm---------------- Category: O&M t,t.-At158.3113/. (its Root-in-Lateral -Root problem in lateral Modifier/Severity: Light 160.0ft 170.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 201612:00 PM Page 5 of 10 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 Start date/time: 7/9/2015 Direction: Downstream Omitted: 169.3 ft "' ;i::'..-~t;; 0,"' ~~ iii-il :l ", (/) Omitted: 131.0ft Mainline ID: Pipe width: Pipe height: Surveyed footage: 347.1 At 182.5 ft ~t Sag -Sag in the pipe__,.. Modifier/Severity: L!l!,t;t RatingEDJ Category: Structural 6 ;: ~ City: Address: LINMAR Pipe type: Surface condition: Weather: Asphalt Tape/Media # t * At 169.5ft4/9 •·"•··:•: Root-in-Joint-Root problem in joint Modifier/Severity: Light RatinglB Category: O&M --:4:;:'At176.4ftB/. ""''------~-r:-.-',.~-Root-in-Joint-Root problem in Joint Modifier/Severity: Light Ratingl&J Category: O&M ------+'.:k Al 1974114/ ,;v"': Root-in-Joint-Root problem in joint Modifier/Severity: Light RatinglB Category: O&M ------1,-c* At2D0 9 ft3/ (,1\,;: Root-in-Joint-Root problem in joint Modifier/Severity: Light RatinglB Category: O&M t ~ At212.7 ft9/. ,;,<<,Root-in-Lateral-Root problem in lateral Moditier/Sevemy: t,ght Rating&I!J Category: O&M t--f;:At217.6ft7/. ,:0.a:ci.': Root-in-Joint-Roo.t problem in joint Modifier/Seventy: light RatinglB Category: O&M Main Inspection with Pipe-Run and Scoring Friday, March 11, 201612:00 PM Page 6 of 170.0ft 1800ft 190.0ft 200.0ft 210.0ft 10 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 Mainline ID: SMH-16C-51 -SMH-16C-52. 1/ •;;"R~INITE -,~ tr~~<N~~ City: Address: WW9 LINMAR ,., ... __ ": "---·-· .- Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: 7/9/2015 Direction: Surveyed footage: Downstream 347.1 Omitted: 219.5 ft At222.1 ft3/. J~Lt Lateral ·:•c · · Modifier/Severity: Live Connection Category: Inventory Omitted: 80.9 fl Main Inspection with Pipe-Run and Scoring 6 VCP Weather: Asphalt Tape/Media # t ~ At22~.3 ft9/. _ .. ''°"·"·Root-in-Joint• Root problem 1n Joint Modifier/Severi . Li ht Rating&] Category: O&M t*At229.8ft9/. . .. >:1•:?'. Root-in-Joint-Rootproblem 1n101nt Modifier/Severity· I ight Ratinglll Category: O&M t * At233.3 ft8/. ;:."_,:; Root-in-Joint-Root problem in joint Mgdifier/Seuerity: bight Ratinglll Category: O&M t ~ At236.8 ft3/. ,;,.,.~,_ Root-in-Joint-Rootprobiem in joint Rating&] Category: O&M t 'Jk At243.7 ft4/. -(:t/: Root-in Joint Root p1 oble111 i1t · Modifier/Severity: Light Rating&] Category: O&M *At250.8ft4 ,;,,,_;,: Root-in-Joint-Root problem in joint Modifier/Severity: Medium RatinglmJ Category: O&M t ~ At257.9ft4/. I'.,•,·,.~: Root-in-Joint -Root problem in joint Modifier/Severity: Light Rating&] CategefY? G&M f ::ft At268.4 f!B/4 i:-'!(·;<: Root-In-Joint-Root problem In Joint Mod ifier/Severlty: Light Ratingl!J Category: O&M Fridav. March 11. 2016 12:00 PM Page 7 220.0ft 230.0ft 240.0ft 250.0ft 260.0ft of 10 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 Mainline ID: SMH-16C-51 -SMH-16C-52: • ' -•"•¼ ... -.... "" -,·.· -., ... 1"<'·•• •• .-··-•• -· .·.·--.,· •• "' .•-•. ··'· __ R,g}Nltlf ,;r-,__,.,---~-- City: Address: WW9 LINMAR Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: 7/9/2015 Direction: Omitted 267.3ft Surveyed footage: At277.6ft4/8 {~W Root -Roots in the pipe '--' Modifier/Severity: Medium Ratinglm] Category: O&M At 300.9 ft AW Grease -Grease in the Pipe V Modifier/Severity: Lia.b,t Ratingl!DI Category: O&M At300.9ft ,Qt Water Level -Water Level in the pipe'W Modifier/Severity: >=50% Category: Miscellaneous Omitted 33.1 ft Main Inspection with Pipe-Run and Scoring 6 VCP Weather: Asphalt Tape/Media # W * At271.9 ft9/. ,;.-.·;".:-; Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratinglil Category: O&M W J.;I., At276.7119/. ·.r•' Lateral Modifier/Severity: live Connection Category: Inventory .. At282.4 ft3/. ,;.,-;;:: Root-in-lateral -Root problem in lateral Modifier/Severity: Medium Ratingl¼fi Category: O&M -:t\:' At283.3113/9 ""':~: Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratinglil Category: O&M t ~ At286.8 ft4/. ,;-:,.:,. Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratinglil Category: O&M t * At293.8 ft3/9 (·,:f,t Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratinglil Category: O&M t * A1297.4 ft3/9 ,;-,t:;<: Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratinglil Category: O&M t * At 300.9 ft 3/9 (·,·t}~; Root-in-Joint-Root problem in joint Modifier/Severity: Medium Ratinglifil Cate o .O&M W*•At304.6ft3/9 .:-.,;.~,· · Root-in-Joint-Root problem in joint Modifier/Severity: Medium Ratinglili] W * At307.9 ft 11/2 ,;,,,,;,: Root-in-Joint-Root problem in joint Modifier/Severity: Medium Ratinglili] Category· a& M Friday, March 11, 201612:00 PM Page 8 of 2700ft 280.0ft 290.0ft 300.0ft 310.0ft 10 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 Start date/time: 7/9/2015 Direction: Downstream Omitted: 304.2 ft -~R/4},NITE ~,,·,_,.,.~-.,,dw.or--- Mainline ID: City: Address: SMH-16C-51 -SMH~l6£-52 • WW9 ... :•·-----·-···--LINMAR Pipe width: Pipe height: 6 Pipe type: Surface condition: VCP Surveyed footage: Weather: Asphalt Tape/Media # W~At311.4ft3/. ,:--,,.'.'/. Root-in-Joint-Root problem in joint Modifier/Severity: Medium ., Category: O&M W-:k-At315.0 fl 10/. ,;..,:.ti Root-in-Joint -Root problem in joint Modifier/Severity: Medium Rat,nglm'! Category: O&M W 7lt: At318.5 ft3/9 r,,," .. : Root-in-Jo int -Root problem in joint Modifier/Severity: Medium RatingEf!l Category: O&M 310.0ft 320011 At329.1 ft f""\w t ~ At329.1 ft3/9 Water Level -Water Level in lhe pipe'W ----d----r;e.•:.c:<: Root-in-Joint-Root problem in joint Modifier/Severity: >=50% ,----===---'M111Jowd:uiftu,e,i.r,..(Suae"'ve"'cwit'f-Jly:M..,ea1dlJJilwl m.!J_ ________ 33=0,....0"'ft Category: Miscellaneous RatingEf!l Category: O&M f ~ At332.6113/9 •A~-. Root-in-Joint-Root problem in joint Mndffier/SeverilJr Mediltm Ratinglm'I Category: O&M W*At336.0ft12/12 (,c~·: Root-in-Joint-Root problem in joint RatinglmJ Category: O&M W * At339.4 ft 12/12 (Ne?:': Root-in-Joint-Root problem in joint 340.0ft ,_-'l:_....,_ ___ Mo.ctt!Ntrflllfl,srtty:-~...,.,.,,...---------- Rating1111J Main Inspection with Pipe-Run and Scoring Category: O&M t 'it!.:: At343.1 ft12/12 i:,•,wt Root-in-Joint-Root problem In Joint Modifier/Severity: Heavy Ratlng1111J Category: O&M Friday, March 11, 201612:00 PM Page 9 of 10 _,.,·· CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 fir"' .,. R/4} t-,ffT E )( ;;:_~\1,;, •.. ,Jr ..... ~n....-,n-. Project Name: Mainline ID: City: Address: WW ZONE 9 •1 . SMH-l6C~5l-SMH~16C-52 .• WW9 LINMAR Start date/time: Pipe width: Pipe height: Pipe type: Surface condition: 7/9/2015 6 VCP Asphalt Direction: Surveyed footage: Weather: Tape/Media # 347.1 ~~ ---~~o/-~_AuE~~~~~~~~~~~~t~B•wm.,__ __________ _ ~ ~!Omitted: 345.5ft ~••• • ~~e~~tl/cellaneous 5~ . §' Ill •· : t • At347.1 ft :;;"' ~-~--------------------oc•-!. ))))) STOP -inspection Stopped "' 9f Category: Miscellaneous ~,, ui 16C-52 Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 12:00 PM Page 10 of 10 Print Preview Page 1 of 2 16C-47 to 16C-50 Sewer Gravity Main Attribute Value Objectid 2934286 Facilityid SWM5078 Unitid 16C-47 Unitid2 16C-50 Maincomp1 22 Maincomp2 22 Gridnumber 16C Dwgnumber 128-5 Dwgsheet 3 Projectnumber 8-84 Cmwdno 00-0000 Dwgsigndate 8/25/1960 12:00:00 AM Dwgasbuiltdate 1/18/1963 12:00:00 AM Acceptancedate 2/22/2222 12:00:00 AM Estinstalldate 8/25/1960 12:00:00 AM Ownedby Carlsbad Maintainedby Carlsbad Status Active Name ~ Linetype Material VCP Pipeclass Collector Print Preview Upstream invert Downstream invert Diameter Slope lslined Cleaningfrequency Cleaningzone lnspectiondate lnspectionstatus Debristype Debrisamount lnterceptorsystem Unittype Pipelength Parlineno Notes District Quadrant Streetid StreetSegmentlD lssynchansen Comptype Compkey Liftzone Enabled Primaryimage Field notes 40.49 38.78 8.00 0.83 No Annually VWV9 1/1/1997 12:00:00 AM ACT 0.00 Vista-Carlsbad GravityMain 204.97000122 Carlsbad Northwest 1360 1880 No 21 184925 TP Map Printed On 2016-03-11 11: 16 Page 2 of2 'l/11 ,.,n1 c. CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 ,R-4}.NIT~ HJ"'" P\)elne Inspection and Integration Sortwore ·:<::[ Main Inspection with Pipe-Run and Scoring Project Name: Mainline ID: City: WW ZONE 9 SMH-16C-47 -SMH-16C-501 WW9 ,.,-.....--~••'<••,---.. ·.··-··-·-... ·······--·· ----------~ .-·--·· .. -·-•-·--··----.-----· __ , .-----~~- Start date/time: 5/21/2015 Direction: Downstream Pipe width: Pipe height: 8 Surveyed footage: 203.4 Pipe type: VCP Weather: Light Rain Scores Calculation date: 5/21/2015 11 :53:47 AM Address: HIBISCUS CR EASEMENT Surface condition: Asphalt ··--.... ,•,··•;·--·.--· ..... , ... ----···-·---.-- Tape/Media # Formula , Category -Value Description i ---- Maximum Score --High Sum of Defects 34 Mean Score 46.18 Sum-of-the Score CUES Total Pipe Score Main Inspection with Pipe-Run and Scoring 1570 H•SliM Asset requires immediate engineering review. Failure or imminent failure obvious Friday, March 11, 2016 12:01 PM Page 1 of 5 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: Mainline ID: City: Address: WW ZONE 9 SMH-16C-47 -SMH-16C-50' WW9 HIBISCUS CR EASEMENT · Start date/time: 5/21/2015 Direction: Downstream Pipe width: Pipe height: 8 Surveyed footage: 203.4 Pipe type: Surface condition: VCP Asphalt Weather: Tape/Media # o/ • AID.Oft .---------------------~-t-...,__ ____ _,.i,») STARTWITI I FLOW Start lns~eelien With ll'le Fie" O.Oft At39.2 ft9/1 t Crack -Crack in the pipe ~ Modifier/Severity: Spiral -Narrow Ratinglm] Category: Strucb.Jral At51.8ft7/. *o/ Root-in-Joint-Root problem in joinf·1'.i\ Modifier/Severity: Light Ratinglll Category: O&M Category: Miscellaneous o/ * At 10.6 ft 12/12 (•,,;,~,: Root-in-Joint-Root problem in joint Modifier/Severity: Medium Ratinglm] Category: O&M {,::1;:At24.1 ft2/4 (·, :.~-: Root-in-Joint-Root problem in joint Modifier/Severity: Light ~,--------.R?Ja~dlrfnl'iigl!'iJr----------- category: O&M 100ft 200ft _______________________ 30.0ft o/*At40.9ft114 ,'.•;\,-'.:Root-in-Joint-Root problem in joint . . · I igbl Rating&J Category: O&M o/-,\_ At44.9 ft4111 ~~~c----_ __j·;-;;x .. Root-iA-.Jo.iru-Roo.\.prohlsm..u. j-0..«iA ..... t --- Modifier IS everity: Light RatingEl Category: O&M 40.0ft 50.0ft !!,,....,~~---------------'U--------------------=60,.Q.f! Omitted: 144.4 fl Main Inspection with Pipe-Run and Scoring Friday, March 11, 201612:01 PM Page 2 of 5 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 Start date/time: 5/21/2015 Direction: Downstream Omitted: 50.6 ft Mainline ID: Pipe width: Pipe height: Surveyed footage: At89.6 ft 12/12 -kt Root-in-Joint-Root problem in joinF,·".,': ,,.R/4}.NITE .. /\ ;::r~~ ..... ~- City: Address: HIBISCUS CR EASEMENT Pipe type: Surface condition: VCP Weather: Asphalt Tape/Media # t,i,;:At62.0ft3/4 i:-~•f.:~~ Root-in-Joint~ Root problem in joint Modifier/Severity: Light Ratingllil Category: O&M >-----,,,_*At683ft9/ •\--•!::< Root-in-Lateral -Root problem in lateral Modifier/Severity: Light Ratinglll Category: O&M CHIPPED IN. t At69.3ft11/1 ~ Crack -Crack in the pipe Modifier/Severi : Lon itudinal -Wider Ratingll] Category: Slructural 'f * At 72.7 ft 3/. ,:-,:-.~-Root in Lateral Root proble~ in lateral Modifier/Severity: Medium Ratingl!I!I Category: O&M CHIPPED IN. t * At75.8 ft3/. ,:,.-,::-,: Root-in-Joint-Root problem in joint Modifier/Severity: Light Rati Category: O&M f -;I;;:-At79.4 ft4/7 ,:,.,:;-:;· Root-in-Joint-Rootproblem in joint RatingllliJ Category: O&M SO.Oft 60.0ft 70.0ft BO.Oft Modifier/Severity: Medium Ratinglil'!J Category: O&M ht;;: At82.7 ft3/6 -----.f .. __ _j,.___.:1,--_:_,; ... ,,,, Reet in Jeint Reetprnblem injeint 90.0ft At106.9ft2/8 *l Root-in-Joint-Root problem In joint'>•:.~: Omitted: 93.3 ft Modifier/Severity: Medium Ratinglil'!J Category: O&M Main Inspection with Pipe-Run and Scoring Modifier/Severity: Medium RatinglmJ Category: O&M Root-in-Joint-Root problem in joint Modifier/Severity: Light RatinglDJ Category: O&M 'f½At103.3ft2/7 ,;,.:.~-:Root-in-Joint-Root problem in joint Modifier/Severity: Light f--------,R"'a'"tt"'n,,.gllil Category: O&M Friday, March 11, 2016 12:01 PM Page 3 100.0ft 110.0ft of 5 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 Start date/time: 5/21/2015 Direction: Downstream Omitted: 103.611 Omitted: 40.311 Mainline ID: Pipe width: Pipe height: 8 Surveyed footage: 203.4 City: Address: WW9 HIBISCUS CR EASEMENT • Pipe type: Surface condition: VCP Asphalt Weather: Tape/Media # o/ ,t\;" At113.411317 ,;,.-,_,: Root-in-Joint-Root problem in joint Modifier/Severity: Light 110.0ft o/ * At120.3 ft3/8 11.~,,-----,~---.,:,,.,~--Root-In-Joint-RootprotmrnT11rJ"1n.-------- Modilier/Severity: Light RatingmJ Category: O&M ,l;;-Af127""F ,;,,_;c: Root-in-Joint-Root problem in joint Modifier/Severity: Medium Rafinglil!I Categmy. O&M 'ii °k At 130.8 ft319 i:,,i_::C: Root-in-Joint-Root problem in joint Modifier/Severity: Light Rallngml Category: O&M 120.0ft 1300ft o/ 'J\:' At 134.111417 __ _ ,,,•:.':?: Root-ln-Jo1nt-Root problem 1n Joint :--·-.::,,,.=----.,od1fierlS-eventy:Light·~---------- RatingmJ Category: O&M ----~e:f;"At141.1112/11 ,;vr~---Root-in-Joint-Root problem in joint Modifier/Severity: Medium Ratinglil!I Category: O&M o/ 7": At 144.4117/. •:•"-~•: Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratingml 140.0ft 150.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 12:01 PM Page 4 of 5 CUES, Inc. 3600 Rio Vista Avenue Orlando, FL 32805 Phone: 407-849-0190 Fax: 407-425-1569 Project Name: WW ZONE 9 Start date/time: 5/21/2015 Direction: Downstream Omitted: 152411 Mainline ID: Pipe width: Pipe height: 8 Surveyed footage: 203.4 :,1 ff ·_~NIT~ ;;;:--~~gnd~~ City: Address: WW9 HIBISCUS CR EASEMENT Pipe type: Surface condition: VCP Weather: Light Rain Asphalt •..... : ................. :, .. "----·· Tape/Media # W ~ At 154.5 ft 81. ,:"ri. Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratingll!I Category: 0/i.M -.j,"*.At161.5114/9 (·.•:/•; Root-in-Joint -Root problem in joint Modifier/Severity; Light a ng • Category: O&M "'* At 164.9114/7 ,,·o::'.\ Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratingll!I Category: O&M ,_ ___ _,__'JlrAt171.9ft1/3 (.•,1.~'. Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratingll!I Category: O&M -.j, * At 178.8117/9 ,;.,,(i: Root-in-Joint-Root problem in joint Modifier/Severity: Light Ratingl!I Category: O&M h~:-At 182.3113/5 VI\•,\; Root-in-Joint-Root problem in joint Modifi.everity: Light Rating • Category: O&M -.j,e:f;:,At199.5ft4/8 --------1;v,:;,'. Reot in Joint Root problem in joint Modifier/Severity; Medium Ratinglsl] Category: O&M @ FH-E~dofRun Category: Miscellaneous MANHOLE 1 SC-50 -.j, • At203.4ft ))))) STOP -Inspection Stopped Category: Miscellaneous --'-"---·-·--c-:.-·' 160.0ft 170.0ft 180.0ft 190.0ft 200.0ft Main Inspection with Pipe-Run and Scoring Friday, March 11, 2016 12:01 PM Page 5 of 5 APPENDIX F DETERMINATION OF PROJECT'S SWPPP TIER LEVEL AND CONSTRUCTION THREAT LEVEL (E-32) PAGE INTENTIONALLY LEFT BLANK ( City of 1.-Carlsbad DETERMINATION OF PROJECT'S SWPPP TIER LEVEL AND CONSTRUCTION THREAT LEVEL E-32 Development Services Land Development Engineering 1635 Faraday Avenue 760-602-2750 www.carlsbadca.gov ., ..... ~ I I'm applying for: • Grading Permit • Building Permit • Right-of-way permit • Other Project Name: ________________ Project ID: _____ DWG #/CB# ____ _ Address: APN _______ Disturbed Area: ___ Ac Section 1: Determination of Project's SWPPP Tier Level (Check applicable criteria and check the corresponding SWPPP Tier Level, then go to section 2) Exempt -No Threat Project Assessment Criteria My project is in a category of permit types exempt from City Construction SWPPP requirements. Provided no significant grading proposed, pursuant to Table1, section 3.2.2 of Storm Water Standards, the following permits SWPPP Tier Level are exempt from SWPPP requirements: • Exempt • Electrical • Patio • Mobile Home • Plumbing • Spa (Factory-Made) • Fire Sprinkler • Mechanical • Re-Roofing • Sign • Roof-Mounted Solar Array Tier 3 -Significant Threat Assessment Criteria -(See Construction General Permit (CGP) Section 1.8)* • My project includes construction or demolition activity that results in a land disturbance of equal to or greater than one acre including but not limited to clearing, grading, grubbing or excavation; or, • My project includes construction activity that results in land disturbance of less than one acre but the construction activity is part of a larger common plan of development or the sale of one or more acres of disturbed land surface; or, • My Project is associated with construction activity related to residential, commercial, or industrial O Tier 3 development on lands currently used for agriculture; or . My project is associated with construction activity associated with Linear Underground/Overhead Projects (LUP) including but not limited to those activities necessary for installation of underground and overhead linear facilities (e.g. conduits, substructures, pipelines, towers, poles, cables, wire, towers, poles, cables, wires, connectors, switching, regulating and transforming equipment and associated ancillary facilities) and include but not limited to underground utility mark out, potholing, concrete and asphalt cutting and removal, trenching, excavation, boring and drilling, access road, tower footings/foundation, pavement repair or replacement, stockpile/borrow locations. • Other per CGP ______________________ _ Tier 2 -Moderate Threat Assessment Criteria: My project does not meet any of the Significant Threat Assessment Criteria described above and meets one or more of the following criteria: • Project requires a grading plan pursuant to the Carlsbad Grading Ordinance (Chapter 15.16 of the Carlsbad Municipal Code); or, • Project will result in 2,500 sq. ft. or more of soils disturbance including any associated construction staging, stockpiling, pavement removal, equipment storage, refueling and maintenance areas and project meets one or more of the additional following criteria: • Tier 2 • located within 200 ft. of an environmentally sensitive area or the Pacific Ocean; and/or, • disturbed area is located on a slope with a grade at or exceeding 5 horizontal to 1 vertical; and/or • disturbed area is located along or within 30 ft. of a storm drain inlet, an open drainage channel or watercourse; and/or • construction will be initiated during the rainy season or will extend into the rainy season (Oct. 1 -Apr. 30) Tier 1 -Low Threat Assessment Criteria • My project does not meet any of the Significant or Moderate Threat criteria above, is not an exempt permit type per above and the project meets one or more of the following criteria: • results in some soil disturbance; and/or • includes outdoor construction activities (such as roof framing, saw cutting, equipment washing, material stockpiling, vehicle fueling, waste stockpilino) • Tier 1 • Items listed are excerpt from CGP. CGP governs criteria for triggers for Tier 3 SWPPP. Developer/owner shall confirm coverage under the current CGP and any amendments, revisions and reissuance thereof. E-32 Page 1 of 2 REV. 02/16 SWPPP Section 2: Determination of Project's Construction Threat Level Construction (Check applicable criteria under the Tier Level as determined in section 1, check the Tier Threat Level corresponding Construction Threat Level, then complete the emergency contact and Level signature block below) .. ,,, Exempt -Not Applicable -Exempt Tier 3 -High Construction Threat Assessment Criteria: My Project meets one or more of the following: • Project site is 50 acres or more and grading will occur during the rainy season • Project site is located within the Buena Vista or Agua Hedionda Lagoon watershed, inside or within 200 feet of an environmentally sensitive area (ESA) or discharges directly to an ESA • High • Soil at site is moderately to highly erosive (defined as having a predominance of soils with Tier3 USDA-NRCS Erosion factors krgreater than or equal to 0.4) • Site slope is 5 to 1 or steeper • Construction is initiated during the rainy season or will extend into the rainy season (Oct. 1 -April 30) • Owner/contractor received a Storm Water Notice of Violation within past two years Tier 3 -Medium Construction Threat Assessment Criteria • Medium • All projects not meeting Tier 3 High Construction Threat Assessment Criteria Tier 2 -High Construction Threat Assessment Criteria: My Project meets one or more of the following: • Project is located within the Buena Vista or Agua Hedionda Lagoon watershed, inside or within 200 feet of an environmentally sensitive area (ESA) or discharges directly to an ESA • Soil at site is moderately to highly erosive (defined as having a predominance of soils with • High USDA-NRCS Erosion factors kr greater than or equal to 0.4) Tier2 • Site slope is 5 to 1 or steeper • Construction is initiated during the rainy season or will extend into the rainy season (Oct. 1 -Apr. 30) • Owner/contractor received a Storm Water Notice of Violation within past two years • Site results in 10,000 sq. ft. or more of soil disturbance Tier 2 -Medium Construction Threat Assessment Criteria • MediurO • My project does not meet Tier 2 High Threat Assessment Criteria listed above Tier 1 -Medium Construction Threat Assessment Criteria: My Project meets one or more of the following: • Owner/contractor received a Storm Water Notice of Violation within past two years • Medium • Site results in 500 sq. ft. or more of soil disturbance Tier 1 • Construction will be initiated during the rainy season or will extend into the rainy season (Oct.1 -April 30) Tier 1 -Low Construction Threat Assessment Criteria • Low • My project does not meet Tier 1 Medium Threat Assessment Criteria listed above I certify to the best of my knowledge that the above statements are true and correct. I will prepare and submit an appropriate tier level SWPPP as determined above prepared in accordance with the City SWPPP Manual. I understand and acknowledge that I must adhere to and comply with the storm water best management practices pursuant to Title 15 of the Carlsbad Municipal Code and to City Standards at all times during construction activities for the permit type(s) checked above. The City Engineer/Building Official may authorize minor variances from the Construction Threat Assessment Criteria in special circumstances where it can be shown that a lesser or higher SWPPP Tier Level is warranted. Emergency Contact Name: Telephone No: Owner/Owner's Authorized Agent Name: Title: Owner/Owner's Authorized Agent Signature: Date: FOR CITY USE ONLY Yes No City Concurrence: By: Date: C: ,,,, •---,., _,..., APPENDIX G CITY OF CALRSBAD ENGINEERING STANDARDS VOLUME 4 SWPPP MANUAL PAGE INTENTIONALLY LEFT BLANK • I • I Volume 4 SWPPP Manual BMP 2016 dition I ad Revised Cover Sheet (all), Table of Contents (all), Introduction (all), Chapter 2 text (all) Chapter 2 Appendix C (all), Chapter 3 text (all) and Chapter 3 Appendix B. Added Chapter 2 Appendix G Update Chapters 1 & 2 All CITY OF CARLSBAD ENGINEERING STANDARDS TABLE OF CONTENTS VOLUME4 SWPPP MANUAL Changed all Section references to Chapter references. Minor revisions throughout Chapters 2 and 3 to correct typographical errors, correct certain document references and improve clarity. Update Stormwater Standards Questionnaire on redevelopment projects. Revised list of exempted projects on page 10 of Chapter 3 and on Storm Water Compliance Exemption Form in Appendix B. Cover Sheet revised to read '2004 Version' with listed revision dates. Added Appendix G (Interim Hydromodification Criteria) to Chapter 2. Revised Chapter 2 Appendix C to s ecif Qualified SWMP Pre arer. Replace entire chapters to implement new model SUSMP requirements as required by Order 2007-01 Replace entire chapters to incorporate hydromodification re uirements as re uired b Order 2007-01 Remove SUSMP added BMP Design Manual (see Volume 5 , U date SWPPP Volume 6/04/2008 1/22/10 3/24/10 1/14/11 2/16/16 Chapter SWPPP Standards and Requirements Table of Contents Title Page 1. SW PPP Standards Introduction... . .................................................................................... 2 1.1 Background Information.............................................................................. 2 1.2 Applicable Regulations to Construction Projects . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . ... . . . . . . . . 2 2. SW PPP Requirements and Approval Process................................................................... 3 2.1 SW PPP Tier Levels................................................................................... 3 2.1 Determination of SW PPP Tier Level......................................................... 3 2.2 Qualified Persons to Prepare a Construction SW PPP............................... 4 2.3 Required elements for Tier 3 SW PPP . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . .. . . . . . 4 2.4 Required elements for Tier 2 and Tier 1 SW PPP . .. .. .. .. .. . . .. .. ... .. .. .. .. .. .. .. .. .. 5 2.5 Inspection Fee Commensurate to Construction Threat.............................. 6 3. Construction BMP Standards .. . . .. .. .. .. .. .. ... .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. . 6 3.1 Background Information.............................................................................. 6 3.2 Minimum BMP Requirements...................................................................... 7 3.3 Erosion and Sediment Control BMPs .......................................................... 7 3.4 Erosion Control BMPs................................................................................. 8 3.5 Sediment Control BMPs .............................................................................. 9 3.6 Wind Erosion Control BMPs........................................................................ 10 3.7 Tracking Control BMPs ............................................................................... 10 3.8 Non-Storm Water Management BMPs ........................................................ 11 3.9 Waste Management and Materials Pollution Control BMPs ........................ 12 3.10 General Site Management Requirements . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . .. . . . . . 12 3.11 Additional Controls for Construction Sites . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 4. Storm Water BMP Inspection and Maintenance ............................................................... 15 4.1 General Information ..................................................... ............................... 15 4.2 Inspection of Construction Sites.................................................................. 15 4.3 City Storm Water BMP Inspection Frequency .............................................. 15 4.4 City Storm Water BMP Inspection Requirements ........................................ 16 List of Tables Table 1: City Construction Permits Exempt from Construction SW PPP Requirements .. .. .. .. .. . . . .. .. .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 Table 2: Erosion Control BMPs .. . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. ............ .......................... .. ... . . .. .. 9 Table 3: Sediment Control BMPs . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 Table 4: Wind Erosion Control BMPs .................................................................................... 10 Table 5: Tracking Control BMPs ........................................................................................... 10 Table 6: Non-Storm Water Management BMPs .................................................................... 11 Table 7: Waste Management and Materials Pollution Control BMPs ..................................... 12 Table 8: Inspection Frequency .............................................................................................. 16 2/16/2016 Page 1 of 16 1. SWPPP Standards Introduction 1.1 Background Information The Construction Storm Water Pollution Prevention Plan (SWPPP) standards and requirements described herein were established to ensure construction compliance with the City of Carlsbad Storm Water Ordinance and the Municipal Permit, as issued by the San Diego Regional Water Quality Control Board (RWQCB) (see below for Municipal Permit reference details). This chapter must be used in conjunction with other chapters of this manual to ensure full compliance with both construction and post construction storm water requirements. This chapter addresses the need for temporary Best Management Practices (BMPs) during construction activities to minimize the mobilization of pollutants such as sediment and to minimize the exposure of storm water to pollutants. 1.2 Applicable Regulations to Construction Projects All construction activities within the City are subject to the requirements of Carlsbad Municipal Code (CMC) 11.16, 15.12, 15.16 and 18.48, 2015 Jurisdictional Runoff Management Program (JURMP), and requirements of this manual. The water quality protection measures and construction procedures described in this chapter of the manual are intended to ensure construction activity compliance with the following State and Regional water quality permits: Municipal Permit -more particularly described as San Diego California Regional Water Quality Control Board (SDRWQCB) San Diego Region Order No. R9-2013-0001, as amended by Order Nos. R9-2015-0001 and R9-2015-0100; National Pollutant Discharge Elimination System (NPDES) No. CAS0109266 and Waste Discharge Requirements for Discharges from the Municipal Separate Storm Sewer Systems (MS4s) Draining the Watersheds within San Diego Region and any amendment, revision or re-issuance thereof; and, Construction General Permit (CGP) -more particularly described as NPDES General Permit for Storm Water Discharges Associated with Construction and Land Disturbance Activities, Order No. 2009-0009-DWQ amended by 2010-0014 and 2012-0006-DWQ NPDES No. CAS000002, adopted by the State Water Resources Control Board on July 17, 2012 and any amendment, revision or re-issuance thereof. To obtain a copy of the Municipal Permit and/or CGP, general information about the permits and fact sheets, visit RWQCB website at: http://www.swrcb.ca.gov/rwqcb9/ 2/16/2016 Page 2 of 16 2. SWPPP Requirements and Approval process 2.1 SWPPP Tier Levels Every construction activity within the City that has the potential to negatively affect water quality must prepare a construction storm water pollution prevention plan (SWPPP). To ensure compliance with all the various State and Regional permitting regulations, the City established a three-tiered system for the preparation of SWPPPs. The tiers range from Tier 1 representing the lowest threat to water quality to Tier 3 representing the highest threat to water quality (Refer to section 2.2 of this manual for Tier level determination). Some construction activities are exempt from SWPPP requirements (see Table 1, section 2.2). Exempt -Construction activities that pose no threat to storm water quality are exempt from the preparation of a SWPPP; however, the construction activities must still comply with all construction BMPs required pursuant to Title 15 of the CMC and these standards. Tier 1 SWPPP -Construction activities that impact less than one acre and pose a low threat to storm water quality must prepare a Tier 1 Construction SWPPP in conformance with City Standards. Tier 2 SWPPP -Construction activities that impact less than one acre and that pose a moderate threat to storm water quality must prepare a Tier 2 Construction SWPPP in conformance with City Standards. Tier 3 SWPPP -Construction activities covered under the CGP or that, pose a significant potential for storm water quality impairment, must prepare a Tier 3 Construction SWPPP in conformance with the standards and requirements of the Construction General Permit and City Standards. 2.2 Determination of SWPPP Tier Level City Form E-32 "Determination of Project's SWPPP Tier Level and Construction Threat Level", available on the City website, shall be used to determine the appropriate tier level of SWPPP for a proposed construction project. It provides threshold triggers or criteria for each of the three tier levels and provides list of exempt projects. Form E-32 is also used to determine the appropriate construction threat level (high, medium or low) to storm water. The project's construction threat to storm water quality relates to the frequency of storm water compliance inspections required under the Municipal Permit and is one of the factors used to determine the City Construction SWPPP inspection fee. The completed Form E-32 shall be submitted with applications for each construction permit submitted to the City including building permits, grading permits and right-of-way permits. Exempt projects must still comply with all storm water best management practices pursuant to Title 15 of the CMC and City Standards. If in the opinion of the City Engineer or Building 2/16/2016 Page 3 of 16 Official, an otherwise exempt project is, or potentially could pose, a threat to storm water quality, the City Engineer or Building Official may require preparation and implementation of a SWPPP at a tier level commensurate with the storm water threat. Table 1 City Construction Permit Types Exempt from SWPPP Requirements Electrical Permit Roof Mounted Solar Array Fire Additional Permit Patio Deck Fire Alarm Permit Plumbing Permit Mechanical Permit Sign Permit Mobile Home Permit Spa -Factory Made Re-Roofing Permit Sprinkler Permit Cautionary Note -The Project Threat Assessment Worksheet represents the project proponent's assessment of the threat posed by a proposed construction project. City staff has responsibility for making the final assessment regarding the need for and tier level of SWPPP required The City staff decision is made after submission of the plan review application. A staff determination that the construction plan review application is subject to the preparation of a SW PPP, or is subject to more stringent SW PPP requirement than initially assessed by the applicant (project proponent), will result in the return of the plan review application as incomplete. If applicants are unsure about the meaning of any of the assessment criteria described in the worksheet or need i... help in determining how to respond to one or more of the assessment criteria, they are strongly encouraged to "'"· ~ seek assistance from Development Services staff prior to preparation of the SWPPP and submission for ~ construction plan review. 2.3 Qualified Persons to Prepare Construction SWPPP Tier 3 SWPPPs shall be prepared in accordance with the requirements of the CGP. Section VII.B of CGP provides SWPPP Certification requirements. The discharger shall ensure that the Tier 3 SWPPP is written, amended and certified by a Qualified SWPPP Developer (QSD). Tier 2 SWPPPs shall be prepared in accordance with the requirements of this manual. Unless otherwise approved, all Tier 2 SWPPPs shall be written, and amended by an appropriate certified professional. No special qualification is required to prepare a Tier 1 SW PPP, however the City highly recommends that the SWPPP be prepared by a qualified erosion control professional. 2.4 Required Elements for Tier 3 SWPPP A Tier 3 SWPPP must contain all of the elements required by the CGP. To aid in the ..-... f , '"""1 preparation o a Tier 3 SWPPP, the preparer may utilize the SWPPP template included in ....,,,11 2/16/2016 Page 4 of 16 the latest version of the "California Stormwater BMP Handbook Construction" prepared by the California Storm Water Quality Association (CASQA) of this manual. The use of the SWPPP template does not guarantee compliance with the CGP or these standards. Additionally, using the outline to generate a Tier 3 Construction SWPPP is not a substitute for knowledge of the permit requirement. The outline serves as a guidance document only. A site specific Tier 3 Construction SWPPP must be combined with proper and timely installation of the BMPs, frequent inspections, maintenance, and documentation. To avoid unnecessary SWPPP amendments through the RWQCB, do not upload the SW PPP to the SMARTS until reviewed and accepted by the City. After City review of the Tier 3 SWPPP and prior to signature of the grading plans and/or issuance of grading permit, the project proponent (owner/developer/applicant) must obtain coverage under the CGP by filing the required documentation through the RWQCB's Storm water Multi-Application and Report Tracking System (SMARTS) website. Upon filing of the NOi, the project will be assigned a Waste Discharger's Identification (WDID) number by the SMARTS. The WDID number must be added into the Tier 3 Construction SWPPP and affixed onto the respective construction plans. The project is only considered covered by CGP upon receipt of a WDID number assigned and sent by the SMARTS system. In order to demonstrate compliance with CGP, the project proponent must present documentation of a valid WDID upon request. (See CGP II.A and B). The QSD and Qualified SWPPP Practitioner (QSP) are responsible for ensuring full · compliance with the CGP and for the implementation of all elements of the Tier 3 SWPPP ) including storm water and non-storm water visual observations, monitoring, sampling and analysis, preparation of annual compliance evaluation and elimination of all unauthorized discharges. 2.5 Required Elements for Tier 2 and Tier 1 Construction SWPPP The project proponent shall utilize the applicable City's Tier 1 or Tier 2 SWPPP templates and include all applicable elements provided in the template. The city's SWPPP templates are available on the City website. Tier 1 and Tier 2 SWPPP templates include standard storm water prevention construction notes, a project information block, a Storm Water Compliance Statement, City approval block and a Best Management Practice (BMP) Checklist Table. The BMP Checklist Table is intended to help the project proponent select appropriate BMPs best suited to the project. Additionally, the SWPPP shall include a site plan showing the proposed project site and depicting the areas of proposed construction and proposed locations of construction BMPs. The Tier 1 and Tier 2 SWPPP plans shall be submitted as additional sheets to the construction plan set. The use of the template does not guarantee compliance with these standards. Additional BMPs may be required if the selected BMP(s) are shown to be ineffective or not relevant to a particular construction activity. Tier 1 and Tier 2 SWPPP must be combined with proper and timely installation of the BMPs, thorough and frequent inspections, maintenance, and documentation. The project proponent is responsible for ensuring that the selected BMPs are 2/16/2016 Page 5 of 16 appropriately incorporated into the site design and if necessary, employ a qualified professional to ensure proper installation and maintenance of the BMPs. 2.6 Inspection Fee Commensurate to Construction Threat The Municipal Permit mandates that the City provide inspection commensurate with a project's perceived construction threat to storm water quality. The projects perceived construction threat to storm water quality relates to the frequency of storm water compliance inspections and is one of the factors used to determine the City SWPPP inspection fee. The perceived construction threat level is determined using Form E-32 (see section 2.2). For more detailed information on storm water compliance inspections please refer to Chapter 3.4 of this manual. 3. Construction BMP Standards 3.1 Background Information As construction activities occur, the City requires projects to plan for and implement temporary construction BMPs to mitigate the water quality impacts of land disturbance and non-storm water discharges related to construction activities. BMPs are the schedules of activities, prohibitions of practices, maintenance procedures and other management practices employed during construction activities to prevent or reduce pollution of the ocean, lagoons, lakes, streams and other sensitive water bodies and water courses. Construction BMPs also include the physical devices and structural construction control measures designed to prevent soil erosion from occurring or to contain sediment before it leaves the .~ construction site. BMPs are also intended to protect the health, safety and welfare of the public and to prevent damage to adjoining public and private property resulting from construction activities. Pollution prevention practices and the minimum BMPs are required year-round. BMPs and other erosion control practices must be implemented as the most important "first line of defense". The City has adopted the CASQA 'Stormwater Best Management Practices Handbook: Construction', latest edition, as its preferred source for construction BMPs. All BMP reference numbers used in this manual correspond to the BMP Fact Sheets included in the CASQA construction handbook unless specifically noted otherwise. With the approval of the City Engineer, or designee, the City may accept comparable BMPs from reputable alternative sources (e.g. Caltrans). This manual is not intended as a comprehensive engineering or design manual on BMPs. The QSD or other qualified storm water professional must utilize their knowledge and experience with the tools and reference materials described in this manual to prepare an appropriate and adequate SW PPP. The BMP categories below coincide with the BMP categories described in the CASQA construction handbook and provide a checklist of the BMPs that are to be included in a Construction SWPPP. The combination of BMPs included in the SWPPP must reflect the specific conditions at the proposed construction site. An effective SWPPP includes -::, combination of BMPs that are designed to work together. 2/16/2016 Page 6 of 16 3.2 Minimum BMP Requirements The City has established a set of minimum BMPs for all projects. Because all sites, regardless of priority, must be protected to prevent discharges, the minimum BMP requirements are the same for each priority. Each site must be protected by an effective combination of site and seasonally specific erosion and sediment controls, materials and waste management controls, and site management controls. In addition, inactive sites must also be fully protected from erosion and discharges of sediment. A site is considered inactive if construction activities cease for a period of fourteen days or more consecutive days. It is also the project proponent's responsibility at both active and inactive sites to implement a plan to address all potential discharges. The City requires the following minimum BMPs components for all construction sites: 1. Project Planning; 2. Good site management "Housekeeping", including waste management; 3. Non-storm water management; 4. Erosion control; 5. Sediment control; 6. Run-on and Run-off control. If particular BMPs are infeasible at any specific site, the owner/developer/contractor must install other equivalent or additional BMPs. At any time of the year, an inactive site must be fully protected from erosion and discharges of sediment. A site will be considered inactive if construction activities have ceased for a period of fourteen (14) or more consecutive days. It is also the owner/developer/contractors responsibility at both active and inactive sites to implement a plan to address all potential storm water and non-storm water discharges. The following describes the minimum BMPs for each of the above BMP components that must be incorporated into each SWPPP. 3.3 Erosion and Sediment Control BMPs Erosion and sediment control BMPs are the structural and non-structural practices that keep sediment in place (erosion control) and to capture sediment displaced by stormwater before it leaves the site (sediment control). Erosion and sediment control are the heart of any effective SW PPP. The SW PPP should rely on erosion controls as the primary means of preventing stormwater pollution. Sediment controls provide a necessary second line of defense to properly designed and installed erosion controls. 2/16/2016 Page 7 of 16 3.4 Erosion Control BMPs Erosion control is any source control practice that protects the soil surface and prevents soil particles from being detached by rainfall, flowing water or wind. Erosion control is referred to as soil stabilization. Erosion control consists of preparing the soil surface and implementing one or more of the BMPs shown in Table 2. All inactive soil-disturbed areas on the project site, and most active areas prior to the onset of rain, must be protected from erosion. Soil disturbed areas may include relatively flat areas as well as slopes. Typically, steep slopes and large exposed areas require the most robust erosion controls; flatter slopes and smaller areas still require protection, but less costly materials may be appropriate for these areas, allowing savings to be directed to the more robust BMPs for steep slopes and large exposed areas. To be effective, erosion control BMPs must be implemented at slopes and disturbed areas to protect them from concentrated flows. Some erosion control BMPs can be used effectively to temporarily prevent erosion by concentrated flows. These BMPs, used alone or in combination, prevent Table 2 Erosion Control BMPs CASQA BMP Name BMP# EC-1 Scheduling EC-2 Preservation of Existing Vegetation EC-3 Hydraulic Mulch EC-4 Hydroseeding EC-5 Soil Binders EC-6 Straw Mulch EC-7 Geotextiles & Mats EC-8 Wood Mulching EC-9 Earth Dikes and Drainage Swales EC-10 Velocity Dissipation EC-11 Slope Drains EC-12 Stream bank Stabilization EC-16 Non-vegetative stabilization erosion by intercepting, diverting, conveying, and discharging concentrated flows in a manner that prevents soil detachment and transport. Temporary concentrated flow conveyance controls may be required to direct run-on around or through the project in a non-erodible fashion. 2/16/2016 Page 8 of 16 3.5 Sediment Control BMPs Sediment control is any practice that traps soil particles after they have been detached and moved by rain, flowing water, or wind. Sediment control measures are usually passive systems that rely on filtering or settling the particles out of the water or wind that is transporting them. Sediment control practices include the BMPs listed in Table 3. Sediment control BMPs include those practices that intercept and slow or detain the flow of stormwater to allow sediment to settle and be trapped. Sediment control practices can consist of installing linear sediment barriers (such as silt fence, sandbag barrier, and straw bale barrier); providing fiber rolls, gravel bag berms, or check dams to break up slope length or flow; or constructing a sediment trap or sediment basin. Linear sediment barriers are typically placed below the toe of exposed and erodible slopes, down-slope of exposed soil areas, around soil stockpiles, and at other appropriate locations along the site perimeter. Table 3 Sediment Control BMPs CASQA BMP Name BMP# SE-1 Silt Fence SE-2 Sediment Basin SE-3 Sediment Trap SE-4 Check Dam SE-5 Fiber Rolls SE-6 Gravel Bag Berm SE-7 Street Sweeping and Vacuuminq SE-8 Sandbag Barrier SE-9 Straw Bale Barrier SE-10 Storm Drain Inlet Protection SE-12 Manufactured Linear Sediment Control A few BMPs may control both sediment and erosion, for example, fiber rolls and sand bag barriers. The CASQA Construction Handbook classifies these BMPs as either erosion control (EC) or sediment control (SE) based on the BMPs most common and effective use. Sediment control BMPs are most effective when used in conjunction with erosion control BMPs. The combination of erosion control and sediment control is usually the most effective means to prevent sediment from leaving the project site and potentially entering storm drains or receiving waters. The City requires that the discharger implement an effective combination of erosion and sediment controls. Under limited circumstances, sediment control, alone may be appropriate. For example, applying erosion control BMPs to an area where excavation, filling, compaction, or grading is currently under way may not be feasible when storms come unexpectedly. Use of sediment controls by establishing perimeter control on these areas may be appropriate and allowable provided the following conditions are met: • Weather monitoring is under way. • Inactive soil-disturbed areas have been protected with an effective combination of erosion and sediment controls. • An adequate supply of sediment control materials is stored on-site and there are sufficient forces of labor and equipment available to implement sediment controls on the active area prior to the onset of rain. • The SWPPP adequately describes the methods to protect active areas. 2/16/2016 Page 9 of 16 3.6 Wind Erosion Control BMPs Wind erosion control consists of applying water or other dust palliatives to prevent or alleviate dust nuisance. Wind erosion control best management practices BMPs are shown in Table 4. Other BMPs that are sometimes applied to disturbed soil Table 4 Wind Erosion Control BMPs CASQA BMP Name BMP# WE-1 Wind Erosion Control areas in order to control wind erosion are BMPs EC-2 through EC-7, shown in Chapter 3.3.2.1 above. Be advised that many of the dust palliatives may contain compounds that have an unknown effect on stormwater. A sampling and analysis protocol to test for stormwater contamination from exposure to such compounds is required in the SWPPP. 3. 7 Tracking Control BMPs Tracking control consists of preventing or reducing the tracking of sediment off-site by vehicles leaving the construction area. Tracking control best management practices (BMPs) are shown in Table 5. Attention to control of tracking sediment off site is highly recommended, as dirty streets and roads near a construction site create a nuisance to the public and generate constituent complaints to elected officials and regulators. These complaints often result in immediate inspections and regulatory actions. Page 10 of 16 Table 5 Tracking Control BMPs CASQA BMP Name BMP# TR-1 Stabilized Construction lnqress/Eqress TR-2 Stabilized Construction Roadway TR-3 Ingress/Egress Tire Wash 2/16/2016 3.8 Non-Storm Water Management BMPs Carlsbad standards prohibit the discharge of materials other than stormwater and authorized non-stormwater discharges. It is recognized that certain non-stormwater discharges may be necessary for the completion of construction projects. Such discharges include but are not limited to irrigation of vegetative erosion control measures, pipe flushing and testing, and street cleaning. Non-stormwater management BMPs are source control BMPs that prevent pollution by limiting or reducing potential pollutants at their source or eliminating off-site discharge. These practices involve day-to-day operations of the construction site and are usually under the control of the contractor. These BMPs are also referred to as "good housekeeping practices" which involve keeping a clean, orderly construction site. Non-stormwater management BMPs also include procedures and practices designed to minimize or eliminate the discharge of pollutants from vehicle and equipment cleaning, fueling, and maintenance operations to stormwater drainage systems or to watercourses. Table 6 lists standard non-stormwater management BMPs. All these BMPs must be implemented depending on the conditions and applicability of deployment described as part of the BMP. It is recommended that owners and contractors be vigilant regarding implementation of these BMPs, including making their implementation a condition of continued employment, and part of all prime and Table 6 Non-Storm Water Management BMPs CASQA BMP Name BMP# NS-1 Water Conservation Practices NS-2 Dewaterinq Operations NS-3 Paving and Grinding Operations NS-4 Temporary Stream Crossinq NS-5 Clear Water Diversion NS-6 Illicit Connection/Discharge NS-7 Potable Water/Irrigation NS-8 Vehicle and Equipment Cleaninq NS-9 Vehicle and Equipment Fueling NS-10 Vehicle and Equipment Maintenance NS-11 Pile Drivinq Operations NS-12 Concrete Curinq NS-13 Concrete Finishing NS-14 Material and Equipment Use NS-15 Demolition Adjacent to Water NS-16 Temporary Batch Plants subcontract agreements. By doing so, the chance of inadvertent violation can be prevented, potentially saving thousands of dollars in fines and project delays. Also, if procedures are not properly implemented and/or if BMPs are compromised then the discharge is subject to sampling and analysis requirements contained in the CGP. 2/16/2016 Page 11 of 16 3.9 Waste Management and Materials Pollution Control BMPs Waste management and materials pollution control BMPs, like non-stormwater management BMPs, are source control BMPs that prevent pollu.tion by limiting or reducing potential pollutants at their source before they come in contact with stormwater. These BMPs also involve day-to-day operations of the construction site, are under the control of the contractor, and are additional "good housekeeping practices" which involve keeping a clean, orderly construction site. Waste management consists of implementing procedural and structural BMPs for handling, storing, and disposing of wastes generated by a construction project. The objective is to prevent the release of waste materials into stormwater runoff or discharges through proper management of the following types of wastes: • Solid • Sanitary • Hazardous • Equipment-related wastes Table 7 Waste Management and Materials Pollution Control BMPs CASQA BMP Name BMP# WM-1 Material Delivery and Storage WM-2 Material Use WM-3 Stockpile Manaqement WM-4 Spill Prevention and Control WM-5 Solid Waste Management WM-6 Hazardous Waste Management WM-7 Contaminated Soil Management WM-8 Concrete Waste Management WM-9 Sanitary/ Septic Waste Materials pollution control (also called materials handling) consists of implementing procedural and ,~ structural BMPs in the handling, storing, and the use of ,...,/ Management WM-10 Liquid Waste construction materials. The BMPs are intended to Management prevent the release of pollutants during stormwater and non-stormwater discharges. The objective is to prevent or reduce the opportunity for contamination of stormwater runoff from construction materials by covering and/or providing secondary containment of storage areas, and by taking adequate precautions when handling materials. These controls must be implemented for all applicable activities, material usage, and site conditions. Table 7 lists the waste management and materials pollution control BMPs. It is important to note that these BMPs should be implemented depending on the conditions/applicability of deployment described as part of the BMP. 3.10 General Site Management Requirements The following are the minimum BMPs required at all sites throughout the year: 1. 2. 3. 4. 5. All graded areas must have erosion protection BMPs properly installed; Adequate perimeter protection BMPs must be installed and maintained; Adequate sediment control BMPs must be installed and maintained; Adequate BMPs to control offsite sediment tracking must be installed and maintained; A minimum of 125% of the material needed to install standby BMPs to protect the exposed areas from erosion and prevent sediment discharges, ':) must be stored onsite. Areas already protected from erosion using physical 2/16/2016 Page 12 of 16 stabilization or established vegetation stabilization BMPs are not considered to be "exposed" for purposes of this requirement; 6. The project proponent must have an approved "weather triggered" action plan and be able to deploy standby BMPs to protect the exposed portions of the site within 48 hours of a predicted storm event (a predicted storm event is defined as a 40% chance of rain within a 5-day National Weather Service forecast). On request, the project proponent must provide proof of this capability; 7. Deployment of physical or vegetation erosion control BMPs must commence as soon as slopes are completed. The project proponent may not rely on the ability to deploy standby BMP materials to prevent erosion of slopes that have been completed; 8. The area that can be cleared, graded, and left exposed at one time is limited to the amount of acreage that the contractor can adequately protect prior to a predicted rain event. For larger sites, grading should be phased. It may be necessary to deploy erosion and sediment control BMPs in areas that are not completed, but are not actively being worked before additional grading is completed. 9. All exposed disturbed areas must have erosion protection BMPs properly installed. This includes all building pads, unfinished roads, and slopes; 10. Perimeter protection and sediment control BMPs will be upgraded, if necessary, to provide sufficient protection from runoff during rain events; 11. Deployment of erosion control BMPs will commence as soon as slopes are completed. Erosion control BMPs will be installed and maintained for all completed slopes throughout the year; 12. All disturbed areas that are not completed and/or not being actively graded must be fully protected from erosion if left for 14 or more days. The ability to install BMP materials in a prompt manner is NOT sufficient; BMPs need to be installed in these areas; 13. BMPs must be stockpiled at various locations throughout the project site throughout the year. Whenever there is a 40% chance or greater of a rain within a three (3) day forecast, the inspector will verify that BMPs are adequately stockpiled. BMPs must be stockpiled and ready for deployment when there is 50% chance of a rain within a 48 hour forecast. Failure to comply with this requirement could result in the issuance of a Stop Work Notice or other enforcement action; 14. When a Rain Event Action Plan is required, it must be prepared in accordance with the CGP. The plan shall include, in detail, any and all actions to be taken in advance (50% chance or greater) of a rain event forecast by the National Weather Service. A copy of each updated action plan must be placed in the project SWPPP and be available for review by the city inspector; 15. All treatment and erosion control BMPs must be inspected weekly and prior to a forecasted rain event of greater than 50%, and after a rain event. In addition, treatment control BMPs must be serviced as need throughout the year; 2/16/2016 Page 13 of 16 16. Inspections at sites covered under the CGP shall be conducted by the QSD/QSP or designee prior to a forecasted event, during and after a rain event, at weekly throughout the year, and as necessary to ensure site compliance; and 17. All construction employees must be trained on the importance of storm water pollution prevention and BMP maintenance. For projects subject to the CGP, the RWQCB is responsible for verifying and enforcing requirements of that permit. The City will continue to work with RWQCB staff in assuring compliance at these sites. City staff will document observations of potential violations and will notify the RWQCB of the noncompliance in accordance with the Municipal Permit. Regardless of any inspections conducted by the City, project proponents are required to prevent any construction-related materials, trash, wastes, spills or residues from entering a storm water conveyance system. 3.11 Additional Controls for Construction Sites within the High Priority Focus Area The High Priority Focus Area is located south of Buena Vista Lagoon, north of Agua Hedionda Lagoon, and west of Interstate 5 (refer to Carlsbad WQIP). There is also a small designated area located west of El Camino Real and south of Highway 78. For project sites located within the High Priority Focus Area, the following additional controls are required to be implemented at all times and to the maximum extent possible: 1. Maintain vegetative cover, as much as possible, by developing the project in a phased approach to reduce the amount of exposed soil at any one time. 2. Limit the areas of active construction to five acres at any one time. 3. Provide 100 percent soil cover for areas of inactive construction throughout the duration of the project. 4. Provide perimeter control at all appropriate locations along and at all storm drain inlets. Perimeter protection will be upgraded and must provide sufficient protection from run off during rain events. 5. Provide vegetated buffer strips between the active construction area and any water bodies. 6. Provide stabilized construction entrances that limit vehicle and foot traffic. Where the provisions described above cannot be accommodated, additional or supplemental controls shall be recommended. The City Engineer or designee has the authority to approve supplemental or alternative control methods based upon an evaluation of the proposed control and the sites potential threat to storm water quality. 2/16/2016 Page 14 of 16 4. Storm Water BMP Inspection and Maintenance 4.1 General information Construction is a dynamic operation where changes are expected. Storm water BMPs for construction sites are usually temporary measures that require frequent inspection and maintenance in order to remain effective. Relocation, revision and re-installation, particularly as project grading progresses, may also be necessary. 4.2 Inspection of Construction Sites The City inspects all construction projects. Inspectors are responsible for grading, infrastructure, GIP, right-of-way, storm water, and engineering projects and for ensuring construction activities are performed in accordance with the City Standards, building and grading permits, and all applicable codes, regulations and ordinances. In addition, owner/developer/contractors are required to perform self-inspection of construction sites, for projects requiring SW PPP, in accordance with these standards. The City will evaluate the adequacy of the owner's/contractor's site management for storm water pollution prevention, inclusive of BMP implementation, on construction sites based on performance standards for storm water BMPs. 4.3 City Storm Water BMP Inspection Frequency The inspection frequencies for determining compliance with the City and RWQCB requirements are based upon the perceived Construction Threat Level as determined using Form E-32 available in the city website (refer to section 2.2). The inspection frequencies are shown in Table 8 below. Site-specific inspection frequencies are re-evaluated periodically, particularly when grading activities are being conducted during the rainy season. The need for additional inspections may vary depending upon several factors including: • Site conditions; • Previous violations; • History of developer or contractor past performance; • Grading during rainy season; and, • Weather patterns. 2/16/2016 Page 15 of 16 Table 8: Inspection Frequency B~'='--on Threat P11oritization Minimum Inspections Required Minimum Minimum Minimum Threat Wet Dry Required Season Season Priority C) > >, lnspectio lnspectio Inspection 0. -(,) C .0 ... ... C :i J t! ~ 0 G) ~ G) al t al ::, s -, z C LL. :i: :i: -, ns ns High** 2 2 2 4 4 4 4 4 4 4 2 2 28 10 38 High 1 1 1 2 2 2 2 2 2 2 1 1 14 5 19 Medium** 1 1 1 2 1 2 1 2 1 2 1 1 11 5 16 Medium 1 0 1 1 1 1 1 1 1 1 0 1 6 3 9 Low 0 0 1 0 0 1 0 0 1 0 0 1 2 2 4 **Inspection frequency for projects located within a WQIP Focus Area. Based on the City's identification of WQIP Focus Areas, the inspection frequency will be different in these areas vs. non Focus Areas. If inspected sites do not comply with the City's requirements, inspectors will immediately direct compliance and conduct follow-up inspections to assure compliance. Enforcement procedures are used when necessary and may include verbal or written warnings, stop work orders, revocation of permits, and/or legal action. 4.4 City Storm Water BMP Inspection Requirements City inspection of construction sites for storm water compliance shall include, but not be limited to the all of the following: 1. Assessment of BMP effectiveness including implementation of an effective combination of erosion, sediment and non-stormwater BMPs to meet the City's minimum water quality protection requirements and prevent the discharge of pollutants into storm water and receiving waters; 2. Checking for coverage under the CGP if applicable; 3. Assurance of compliance with the City's applicable ordinances, permits and other site- specific requirements; 4. Visual observations for non-stormwater discharges, potential illicit connections and potential discharge of sediment and other construction related pollutants in stormwater runoff; 5. Documentation of violations and escalation of appropriate enforcement actions, when required; 6. Assurance of proper implementation of SWPPP (plans and specifications); 7. Education and outreach on stormwater pollution prevention as needed; 2/16/2016 Page 16 of 16 APPENDIX H PAMREX MANHOLE COVERS PAGE INTENTIONALLY LEFT BLANK _-1'1:1!'"'"-. "I;. ""'"•lllHlv' Technical Specification Information PAMREX 24-inch Manhole Cover and Frame (Retrofit Badge) Manhole cover and frame shall be called PAMREX or approved equal. Cover and frame shall be manufactured from Ductile Iron in a foundry fully certified under the requirements ISO 9000:2000. Product shall be fully tested in road conditions and have been utilized in for over 2 years in road applications. Product design will require that covers are hinged and incorporate a 90-degree blocking system to prevent accidental closure. Cover will allow automatic release of back pressure. Frame shall come complete with an open hinge box and a hinge infiltration plug. Covers shall be one-man operable using standard tools and shall be capable of withstanding a test load of 120,000 lbs. Covers shall be capable of receiving a retrofit badge through use of a punchout design. Frames shall be circular and shall incorporate a seating ring capable of withstanding surface water inflow and absorbing shock from routine traffic. Product will be available in a 24-inch clear opening. The frame depth shall not exceed 4 inches, and the flange shall incorporate bedding slots and bolt holes. All components shall be black coated. Frame weight: 73 lbs. Cover weight: 122 lbs. Total weight: 195 lbs. All product shall meet the requirements of EN124:1994. Modal Non ventilated lJ 0C : mp*qi ;?~~: ~-~ ___ 0_0 ____ p ~: Locking Mechanism Detail.A. Frame Marking 0A l't··· ·························• A C E F H 0 inches inches inches inches inches inches 33½ 26½ 3½ 2 4 24 Available Exclusively Through: Famcon Pipe & Supply, Inc. (805) 485-4350 Detail A : Lilling Holes A-A ~ Total Weight Reference lbs CDPA60EHSSE 195 Cover Weight lbs 122 PAMREX 36-inch Manhole Cover and Frame -Retrofit Manhole cover and frame shall be called PAM REX or approved equal. Covers and frames shall be manufactured from Ductile Iron in a foundry fully certified under the requirements ISO 9000:2000. Covers shall be dually hinged and incorporate a 90-degree blocking system to prevent accidental closure and come complete with hinge infiltration plugs. Covers shall be one-man operable using standard tools and shall be capable of withstanding a test load of 120,000 lbs. Covers shall be capable of receiving a retrofit badge through use of a punch out design. Frames shall be circular, incorporate a seating ring and be available in a nominal 36-inch clear opening. Covers will be locked as standard and unit will complete with gas strut to aid opening and closing. The frame depth shall not exceed 6 inches, and the flange shall incorporate bedding slots and bolt holes. All components shall be black coated. Frame weight: 188 lbs. Cover weight: 205 lbs. Total weight: 393 lbs. Hr Locking Mechanism / QO O_A '"" i Frame Marking Detail A: Lifting Holes Model A E H 0 inches inches inches inches Non-ventilated 44 4½ 6 36 () Available Exclusively Through: Famcon Pipe & Supply, Inc. (805) 485-4350 Reference Total Weight Cover Weight lbs lbs CDPA90EH 393 205 CertainTeed • APPENDIX I SAMPLE SCHEDULE OF VALUES (FOR REFERENCE ONLY) PAGE INTENTIONALLY LEFT BLANK Monthly Progress Payment Application Invoice No. 1 Contract: City of Carlsbad Poinsetta Lift Station Standby Pump System Period: 4/5/2016 to 4/30/2016 Job# 128 4/5/2016 Previous Total This Month Total To Date Total Earnings for Work and Materials Installed .............. $ -$ -$ - Less: 5 % Retainage .................................. $ -$ -$ - Net Earnings ......................................... $ -$ -$ - Less: Previous Payments .................................................................. $ - Net Payment this Invoice ................................................................. $ - % Time Elaosed -As of : 4/7/2016 12% % Work Comoleted Based on Cost: 0% Contract Completion Data Contract Budget Data Notice to Proceed Date ........... 4/5/2016 Original Contract Amount....... $ 692,000.00 Original Contract Completion Time ... 214 Change Order Amount.. ......... $ - Approved lime Extensions .......... 0 Total Contract Amount.. . .. .. .. .. $ 692,000.00 Contract Completion Date ..... , ..... 11/4/2016 Certification of Contractor According to the best of my ,knowledge and belief, I certify that all items and amounts shown in this progerss payment application are correct. All work has been performed and/or materials supplied in full accordance with the requirments of the referenced contract and/or additions, that the foregoing is a true statement of the contract amount up to and including the last day of the period covered in the progress payment application, that no part of the "balance" due this payment has been recieved. Contractor Date Owners Rep Date 4/5/16 City of Carlsbad Poinsetta Lift Station Standby Pump System Contract No. 5529 A B C D ITEM NO. DESCRIPTION OF WORK QTY UNIT PRICE 1.0 Item No. A1 -Mobilization 1.1 Mobilization 1 $27,000.00 1.2 Bonds & Insurance 1 $23,000.00 2.0 Item No. A2 • Dewaterlng . 2.1 Furnish and Install Dewaterlng System 1 $11,000.00 Total Bid Item No. 2 3.0 Item No. A3 -Sheeting & Shoring 3.1 Shoring Plan Engineering 1 $4,980.00 3.2 Furnish Shoring Material 1 $15,000.00 3.3 Install Sheeting & Shoring 2100 $26.50 3.4 Remove Sheeting & Shoring 2100 $9.70 Total Bid Item No. 3 4.0 Item No. A4 -Polnsetta Lift Station Improvements Pothole Existing Utilities 1 $3,000.00 Furnish Pump 1 $240,000.00 Furnish Underground Tank 1 $66,000.00 Furnish Pea Gravel 1 $15,000.00 Furnish Import Material 1 $1,500.00 Furnish Project Piping & Supports 1 $32,000.00 Material Export 1 $10,000.00 Excavate Tank Area 1 $43,700.00 Install Underground Tank 1 $26,500.00 lns1all New Pump In Place 1 $5,000.00 lns1all 1 o• Ductile Iron Suction Line 1 $7,000.00 Install 1 B" HOPE Influent Line 1 $3,100.00 4/20/2010 E UNIT LS LS LS LS LS LS SF SF LS LS LS LS LS LS LS LS LS LS LS LS F G H WORK COMPLETED FROM WORK SCHEDULED PREVIOUS COMPLETED VALUE APPLICATION THIS PERIOD $27,000 $0 $0 $23,000 $0 $50,000 $0 $0 $11,000 $0 $0 $11,000 $0 $0 .· $4,980 $0 $0 $15,000 $0 $0 $55,65( $0 $0 $20,370 $0 $0 $96,000 $0 $0 .· $3,000 $0 $0 $240,000 $0 $0 $66,000 $0 $0 $15,000 $0 $0 $1,500 $0 $0 $32,000 $0 $0 $10,000 $0 $0 $43,700 $0 $0 $26,500 $0 $0 . $5,000 $0 $0 $7,000 $0 $0 $3,100 $0 $0 l) APPLICATION NUMBER: 1 APPLICATION DATE: PERIOD TO: I J MATERIALS TOTAL PRESENTLY COMPLETED& STORED (NOT IN STORED TO GORH) DATE (G+H+I) $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 5-Apr-16 K % COMP (J/F) 0% ,0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% City or Carlsbad Poinsetta _Lift Station Standby Pump System Contract No. 5529 A B c· D ITEM NO. DESCRIPTION OF WORK QTY UNIT PRICE Install Pipe Bollards 5 $900.00 Install 8" Ductile Iron Pipe in Existing Vault 1 $6,000.00 Install New Pipe Supports 1 $2,500.00 Coat Exposed Pipe Aboveground & In Vault 1 $4,000.00 - Furnish & Install AC Paving 1 $15,500.00 Furnish & Install Identifying Tags 1 $1,500.00 Prepare & Submit Power Distribution 1 $250.00 Prepare & Submit Conduit, Raceways and Fittings 1 $250.00 Prepare & Submit Low Voltage Wire & Cable 1 $250.00 Prepare & Submit Signal Cable 1 $250.00 Prepare & Submit Wlrlng Devices 1 $250.00 Prepare & Submit Underground Electrical Work 1 $250.00 Prepare & Submit Control Devices 1 $250.00 Prepare & Submit Instrumentation & Controls 1 $500.00 Procure Wiring Devices 1 $1,265.00 Procure Power & Distribution 1 $575.00 Procure Instrumentation 1 $4,370.00 Install Underground Conduit 1 $3,961.00 Install Exposed Conduit 1 $7,253.00 Install Wiring Devices 1 $1,596.00 Install Instrumentation & Controls 1 $16,TT4.00 Install Power Distribution 1 $2,000.00 Install wire/Cable 1 $2,351.00 Start-up 1 $5,555.00 Total Bid Item No. 4 23 • Change.Order.# 1 ... ······'····. Total for co #1 4/20/2016 E UNIT EA LS LS LS LS LS LS LS LS LS LS LS LS LS LS LS LS LS LS LS LS LS LS LS LS F G H WORK COMPLETED FROM WORK SCHEDULED PREVIOUS COMPLETED VALUE APPLICATION THIS PERIOD $4,500 $0 $0 $6,000 $0 $0 $2,500 $0 $0 $4,000 $0 $0 $15,500 $0 $0 $1,500 $0 $0 $500 $0 $0 $250 $0 $0 $250 $0 $0 $250 $0 $0 $250 $0 $0 $250 $0 $0 $250 $0 $0 $500 $0 $0 $1,26E $0 $0 $575 $0 $0 $4,370 $0 $0 $3,961 $0 $0 $7,253 $0 $0 $1,596 $0 $0 $16,774 $0 $0 $2,000 $0 $0 $2,351 $0 $0 $5,555 $0 $0 $535,00C $0 $0 "'' .······· $0 $0 $0 $0 $0 $0 3 APPLICATION NUMBER: 1 APPLICATION DATE: PERIOD TO: I J MATERIALS TOTAL PRESENTLY COMPLETED& STORED (NOT IN STORED TO GORH) DATE (G+H+I) $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 ( 5-Apr-16 K %COMP(J/F) 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% 0% .. #DIV/01 #DIV/OI City of Carlsbad Poinsetta Lift Station Standby Pump System Contract No. 5529 A B C D ITEM NO. DESCRIPTION OF WORK QTY UNIT PRICE 24 Change Order.# 2 Total for CO# 2 25 Change Order# 3 Total for CO# 3 ; ' ' ,,·, ' .. ,· .. J>"·•··;! :<•··:. I': < ,,, : ', ,: ., Totals ,: :,:; ,·· ':, ,' ' ,,. ',·•,· 4/20/201() E F SCHEDULED UNIT VALUE LS $0 $0 LS $0 $0 .. .-' ::/i.}·/ r::. tl :,;;;; ii,$692,000 () G H WORK COMPLETED FROM WORK PREVIOUS COMPLETED APPLICATION THIS PERIOD $0 $0 $0 $0 $0 $0 $0 $0 ' '.,' ,·,, ,'.,,, J,,,, \$0 Ii, ,$0 APPLICATION NUMBER: 1 APPLICATION DATE: PERIOD TO: I J MATERIALS TOTAL PRESENTLY COMPLETED& STORED (NOT IN STORED TO GORH) DATE (G+H+I) $0 $0 $0 $0 $0 $0 $0 $0 '/\'. ' >' '<.: ,$Ii ,•', ' $0 5-Apr-16 K % COMP (J/F) #DIV/01 #DIV/OI #DIV/OI #DIV/01 :o¾··I•· ,,·• APPENDIX J ENCi NA WASTEWATER AUTHORITY INDUSTRIAL USER DISCHARGE APPLICATION PAGE INTENTIONALLY LEFT BLANK Mail completed and signed application to: INDUSTRIAL USER DISCHARGE APPLICATION Encina Wastewater Authority 6200 A venida Encinas Carlsbad, CA 92011 Phone: (760) 438-3941 Permit No. ____ _ Reviewer _____ _ Date ______ _ SECTION A-GENERAL INFORMATION 1. Company/Applicant Name:------------------------------------ 2. Facility Address: --------------------------------------- Street City Zip • Corporation • Partnership • Sole Proprietor 3. Corporate/Owner(s) Names: ___________________________________ _ 4. Head Office Address: ___________________________________ _ Street City Zip 5. Persons to contact concerning this application: 6. 7. (Indicate at which address contact may be reached: HO -Head Office, F -Facility) Administration Title Inspection/Sampling Title Facility generating wastewater is: • Existing • Proposed Sewer Agency: • Buena Sanitation District • City of Carlsbad • City of Encinitas Phone No. Ext. Address Phone No. Ext. Address Start Date: • City of Vista • Leucadia County Water District • Vallecitos Water District 8. Brief description of the main products or services: __________________________ _ 9. Hours of operation: Su ___ _ M __ _ T __ _ w __ _ Th __ _ F ----Sa __ _ l 0. Average number of on-site employees: 11. Purchased water: • Carlsbad Municipal Water District • San Dieguito Water District • City of Escondido • Vallecitos Water District • Vista Irrigation District • Olivenhain Municipal Water District • Other ___________ _ • City of Oceanside Water service account numbers:-------------------------------- Are meters shared with any other facilities? • Yes • No What is the average consumption per work/production day averaged over the past 12 months? -------~gpd SECTION B -WASTEWATER INFORMATION 1. Complete the following using average daily flows in gallons per day (gpd). Wastewater Source Estimated Volume (imd) Dischar2ed to Sewer Treated Prior to Discharg, -• Yes •No •NA • Yes •No •NA • Yes •No •NA • Yes • No •NA • Yes •No •NA • Yes •No •NA • Yes •No •NA • Yes •No •NA • Yes •No •NA • Yes •No •NA 2. Type of pretreatment: • Sump • Clarifier • Neutralization • Precipitation & Settling • Filtration • Evaporation •NA Other: ------------------------------------------- SECTION C -CHEMICAL STORAGE AND WASTE DISPOSAL 1. Attach a diagram showing chemical storage areas and drains leading to the sanitary sewer or storm drain. 2. Describe all precautions taken to prevent accidental discharge of chemicals to the sewer or storm drain ( e.g. berms, secondary containment, spill clean-up kits, employee training). ______________________________________________ ----..'\ J ...... 3. List the type and volume ofliquid waste hauled off-site along with the hauler information. Description Volume (2allons/month) Hauler Name & Address SECTION D -CERTIFICATION I certify that the information above is true and correct to the best ofmy knowledge. SIGNATURE ________________ TITLE ________________ ,..,."" PRINT NAME DATE .._I_, ---------------------------------------- APPENDIX K CHINQUAPIN EASEMENT AERIAL PAGE INTENTIONALLY LEFT BLANK