Loading...
HomeMy WebLinkAboutSteve Bubalo Construction Company; 2001-02-08; 31821 Pt 1 of 2DOC # 2004-0256554 Recording requested by: ) 1 CITY OF CARLSBAD 1 1 When recorded mail to: 1 1 1 ) 1200 Carlsbad Village Dr. 1 Carlsbad, CA 92008 NRR 299 2004 8~42 AM EFICIclL REM1RIls SElN DIE@ COUNTY REcORDElz 'S WICE GBmY J. SnITH, COUNTY RErnDER FEES: 0.00 Space above this line for Recorder's Use NOTICE OF COMPLETION Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. The undersigned is owner of the interest or estate stated below in the property hereinafter described. The full name of the undersigned is City of Carlsbad, a municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was substantially completed on April 18, 2003. The name of the contractor for such work of improvement is Steve Bubalo Construction Company, Inc. The property on which the work of improvement was substantially completed is in the City of Carlsbad, County of San Diego, State of California, and is described as the construction of the VistdCarlsbad Interceptor Sewer Reaches VC5B through VC11 A, the South Carlsbad Village Storm Drain, Pavement Overlay, and Water Pipeline, Project Nos. 3182, 3528, 3855 and 3904 respectively. CITY OF CARLSBAD A GLENN PRUlM Deputy Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008. The City Council of said City on March 23rd , 2004, accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on March 24th , 2004, at Carlsbad, California. CITY OF CMLSBAD EXHIBIT y 1. 6 CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SUPPLEMENTAL PROVISIONS FOR ,p VISTA/CARLSBAD INTERCEPTOR SEWER REACHES VC5B TO VCllA, CMWD PROJECT NO. 91403 AND SOUTH CARLSBAD STORM DRAIN PROJECTS CONTRACT NOS. 3182,3528, & 3667 September 2000 # 5/10/00 Contract Nos. 3182, 3528, & 3667 Page 1 of 112 Pages TABLE OF CONTENTS Pane Notice inviting Bids . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 Contractor’s Proposal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 Equipment Material Source Information . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 40 Bid Security Form . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 41 Bidder’s Bond To Accompany Proposal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 42 Guide For Completing the “Designation Of Subcontractor and Amount Of Subcontractor’s Bid Items” and “Designation of Owner Operator/Lessor and Amount Of Owner Operator/Lessor Work” Forms . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 43 Designation Of Subcontractor and Amount Of Subcontractor’s Bid Items . . . . . . . . . . . . . . . . . . ..*...a..... 45 Designation Of Owner Operator/Lessor and Amount Of Owner Operator/Lessor Work . . . . . . . . . . 46 Bidder’s Statement Of Financial Responsibility . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . m . . . . . . 47 Bidder’s Statement Of Technical Ability And Experience . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 48 Bidder’s Certificate Of Insurance For General Liability, Employers’ Liability, Automotive Liability And Workers’ Compensation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 49 Bidder’s Statement Of Re Debarment . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 50 Bidder’s Disclosure Of Discipline Record . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . * . . . . . . . . . . . . 51 Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . 53 Contract Public Works . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 54 Labor And Materials Bond . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..~............................. 60 Faithful Performance/Warranty Bond ....................................................................................... 62 Optional Escrow Agreement For Surety Deposits In Lieu Of Retention ................................... 64 Contract Nos. 3182, 3528, & 3667 Page 2 of 112 Pages ,-- SUPPLEMENTAL PROVISIONS Part 1 General Provisions Section 1 Terms, Definitions Abbreviations And Symbols l-l Terms ............................................................................................................... l-2 Definitions ......................................................................................................... l-3 Abbreviations .................................................................................................... Section 2 Scope And Control Of The Work 2-3 Subcontracts ..................................................................................................... 2-4 Contract Bonds ................................................................................................. 2-5 Plans And Specifications .................................................................................. 2-9 Surveying.. ........................................................................................................ 2-10 Authority Of Board And Engineer ...................................................................... Section 3 3-2 3-3 3-4 3-5 Changes In Work Changes Initiated by the Agency ...................................................................... Extra Work ........................................................................................................ Changed Conditions ......................................................................................... Disputed Work .................................................................................................. Section 4 4-l 4-2 Control Of Materials Materials And Workmanship . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 83 Materials Transportation, Handling and Storage . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 84 Section 5 5-l 5-2 5-4 5-6 Utilities Location . . . . . . . . . . . . ..*.....*....................................................................................... Protection . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Relocation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Cooperation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Section 6 6-l ;:; 6-7 6-8 6-9 Prosecution, Progress And Acceptance Of The Work Construction Schedule And Commencement Of Work ..................................... Prosecution Of Work ......................................................................................... Delays And Extensions Of Time ....................................................................... Time of Completion.. ......................................................................................... Completion And Acceptance ............................................................................. Liquidated Damages ......................................................................................... Section 7 7-l 7-3 7-4 7-5 7-7 7-8 7-10 7-13 7-15 7-16 Responsibilities Of The Contractor Contractors Equipment and Facilities ............................................................... Liability Insurance ............................................................................................. Workers’ Compensation Insurance ................................................................... Permits ............................................................................................................. Cooperation and Collateral Work.. .................................................................... Project Site Maintenance .................................................................................. Public Convenience And Safety ........................................................................ Laws To Be Observed ...................................................................................... Connection to Existing Sewer Systems ............................................................ Geologic Conditions.. ........................................................................................ s6; 69 70 70 71 E 79 79 ii: 86 86 87 87 87 93 96 96 98 98 98 99 99 99 100 100 101 108 108 108 # 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 3 of 112 Pages Section 8 Facilities For Agency Personnel 8-2 Field Office Facilities . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 109 8-6 Basis Of Payment . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 109 Section 9 9-l 9-3 Measurement and Payment Measurement Of Quantities For Unit Price Work . . . . . . . . . . ..*................................. 109 Payment . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..*............................................................. 110 APPENDIX A Residential Notification Example APPENDIX B Geotechnical Investigation APPENDIX C Modifications to San Diego Regional Standard Drawings APPENDIX D Agency Permit # 5/l o/o0 Contract Nos. 3182, 3526, & 3667 Page 4 of 112 Pages ,- ,r TECHNICAL SPECIFICATIONS SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 1, GENERAL REQUIREMENTS; PART 2, CONSTRUCTION MATERIALS; AND PART 3, CONSTRUCTION METHODS DIVISION 1 - General Requirements 01025 Measurement and Payment DIVISION 2 - Site Work lEEi 002255~: 02606 02643 Demolition Dewatering Excavation and Backfill Crushed Stone and Gravel Stone Riprap Tunneling Operations Microtunnelin Jackin Tunne s and eceiving Shafts If Support Systems Pipe Jackin Borin ? and 3 acking (Steel Casing) lnstal ation of Pipe in Tunnel Pavement Concrete Curbs, Gutters and Sidewalks Manholes and Drainage Structures Video Traffic Signal Detector Systems DIVISION 3 - Concrete Concrete Formwork Concrete Reinforcement Concrete Joints Cast-In-Place Concrete Contact Grouting Annular Low Density Cellular Concrete Compaction Grouting DIVISION 5 - Metals 05540 Castings DIVISION 6 - Wood and Plastics 06651 06653 Polyvinyl Chloride Liner for Concrete Filter Fabric . DIVISION 15 - Mechanical 15051 15061 15064 E;~ 15075 EE Installation Buried Pipin Ductile-Iron ittings iJ Reinforced Concrete Pipe Concrete Pressure Pipe PVC Pipe - AWWA C900 and C905 PVC Pipe - SDR 35 Fiberglass Mortar Pipe Piping Specialties # 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 5 of 112 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids shall be deposited in the Bid Box located in the first floor lobby of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, until 4:00 P.M. on the 15”’ day of November, 2000, at which time they will be opened and read, for performing the work as follows: VISTAKARLSBAD INTERCEPTOR SEWER, REACHES VC5B TO VCllA, CMWD PROJECT NO. 91403 AND SOUTH CARLSBAD STORM DRAIN PROJECTS CONTRACT NOS. 3182,3528, & 3667 This bid and the terms of the Contract Documents and Supplemental 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. The work shall be performed in strict conformity with the plans and specifications as approved by the City Council of the City of Carlsbad on file with the Engineering Department. The specifications for the work include the Standard Specifications for Public Works Construction, 2000 Edition, hereinafter designated “SSPWC” as issued by the Southern California Chapter of the American Public Works Association and as amended by the supplemental provisions sections of this contract. Reference is hereby made to the plans and specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owned businesses. r The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder’s security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263) appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. Contract Nos. 3182, 3528, 81 3667 Page 6 of 112 Pages /-- The documents which comprise the Bidder’s proposal and that must be completed and properly executed including notarization where indicated are: 1. Contractor’s Proposal 2. Bidder’s Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractors and Amount of Subcontractor Bid 5. Designation of Owner Operator/Lessors & Amount of Owner Operator/Lessor Work 6. Bidder’s Statement of Financial Responsibility 7. Bidder’s Statement of Technical Ability and Experience 8. Acknowledgement of Addendum(a) 9. 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. lO.Bidder’ s Statement Re Debarment 11 .Biddefs Disclosure Of Discipline Record 12.Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) All bids will be compared on the basis of the Engineer’s Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer’s Estimate is $18,400,000. 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: CLASS A, General Engineering. If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, supplemental provisions, and Contract documents may be obtained at the Cashier’s Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 920087314, for a non-refundable fee of $100 per set. If plans and specifications are to be mailed, the cost for postage should be added. 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 Carisbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carisbad except as hereinbefore specified. .r” The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. g 5/l o/o0 Contract Nos. 3182, 3528, 81 3667 Page 7 of 112 Pages 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 pre-bid meeting and tour of the project site will not be held. 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. 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. 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: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5000,000). 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($1 O,OOO,OOO). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($lO,OOO,OOO). 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 Supplemental 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. f- a 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 8 of 112 Pages ,- If the bid is accepted, the City may require copies of the insurer’s most recant annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer’s receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best’s Key Rating Guide of at least A-:V 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. The auto insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. Workers’ compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best’s rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers’ compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. r 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. 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 Cartsbad, California, by Resolution No. 2000-301, adopted on the 26 day of September, 2000. Date LORRAlf& M. WOOD, City Clerk a 5/10/00 Contract Nos. 3182, 3528, & 3667 Page 9 of 112 Pages CITY OF CARLSBAD VISTAKARLSBAD INTERCEPTOR SEWER, REACHES VC5B TO VC1 1 A, CMWD PROJECT NO. 91403 AND SOUTH CARLSBAD STORM DRAIN PROJECTS CONTRACT NOS. 3182,3528, & 3867 CONTRACTOR’S PROPOSAL OPENED, WITNESSED AND RECORDED: City Council City of Carl&ad 1200 Carlsbad Village Drive Car&bad. California 92008 &2.@ @@ DATE The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, Supplemental Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract Nos. 3182, 3528, & 3667 in accordance with the Plans, Specifications, Supplemental Provisions and addenda thereto and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: SCHEDULE A: VISTAKARLSBAD INTERCEPTOR SEWER Approximate Item Quantity No. Description Unit and A-l Mobilizatton: Perform the work to 1 LS mobilize and demobilize and provide all preparatory work for a stipulated lump sum price of Two Hundred Thousand Dollars w A-2 A-3 A-4 - Dollars (Lump Sum) Class “A” Field Offtce: Provide a Class 18 Mos. Dollars per Month Construction Schedule: Perform the work to provide and update the construction schedule for a stipulated lump sum price of Twenty Five 1 LS ant&Do!lan#LLmp 19 4 I Dollars (Lump Sum) Schedule A, Traffic Control: Perform the work to provide traffic control as 1 LS Dollars (Lump Sum) Unit price Total $200,000 $200.000 $ .g&la fi)O $ 10, /?aD I 00 $25.000 $25,000 Contract Nos. 3182, 3528, & 3667 Page 10 of 112 Pages item No. A-5 A-8 A-7 - A-8 A-9 A-IO A-11 Descriotion Traffic Signal Video Detection: Perform the work to provide traffic signal video detection systems as shown and specified, complete and o erabie at tmAuahd -!-J-J+, $ iv< QMo,d Dollars (Lump Sum) Construction Dewatering: Perform the work to provide dewatering for Schedule A excavations and shafts as specified, North County Transit District Deposit (NCTD): Place a cash deposit with NCTD for plan check and inspection fees and potential repair of damaged railroad facilities for the stipulated lump sum price of Thirty Thousand Dollars Dollars (Lump Sum) Re-Establish Survey Monuments: Perform the work to provide street survey monuments, as shown and c Dollars Each Temporary K-Rail Movable Barrier: Perform the work to provide and install temporary K-rail movable barrier within NCTD ’ ht-of- ay at dIY-p~cli2llau~4wJ Dollars (Lump Sum) Erosion Control: Perform the work to provide erosion control in street areas and on newly constructed slopes, as Dollars (Lump Sum) Hydroreeding: Perform the work to hydroseed disturbed areas within the railroad right-of-way, as shown and Dollars (Lump Sum) ~Quantity Unit Unit and pf@ GO 1 LS $ \aq s&-- 1 LS 1 LS sc271!pD427q,n~~.na $30,000 $30,000 Total 00 $ \2q700 l - 2 EA $ 5-m~ $ /mn, on 1 LS 1 LS 1 LS G 5/10/00 Contract Nos. 3182, 3528, 81 3667 Page 11 of 112 Pages 7 \ b item No. A-12 Approximate Quantity and Unit 1 LS Unit Price Total $ 5qJ,660 $ 50,800 I I Descriotion Trench Shoring: Perform the work to install shoring in pipeline and manhole excavations as specified, complete in place at F&4 tf\ousd Dollars (Lump Sum) 4 EA $34-DO@, a7 sgu; ml!? I a3 A-13 Jacking Shafts: Perform the work to construct jacking shafts, as shown on Pia Set 1 of 2 complete i place at 75!ir-& J~ht,Slrr&-F Dollars Each ,Liz&uLm $6’01; nnu~no A-14 4 EA 30 LF Receiving Shafte: Perform the work to provide receiving shafts, as shown on I Dollars Each A-15 54” Interceptor Sewer - Open Trench Sta 6+13 to Sta 6+48: Perform the work to install 54” Interceptor Sewer pipeline constructed by open trench method of installation including ail appurtenant work, as shown and specified, complete in 1 place at uH$L6! I‘Q ,Lt1? $ gqtQ30 Dollars per Linear Foot A-16 48” interceptor Sewer - Open Trench Sta 8+48 to Sta 21+17: Perform the work to install 48” interceptor Sewer pipeline constructed by open trench method of installation including all appurtenant work. 1,442 LF as shown and specified, complete i place at Dollars per Linear Foot 48” interceptor Sewer - Tamarack- Pipe Jacking or Tunnel Sta 21+17 to Sta 22+42: Perform the work to install 48” interceptor Sewer pipeline by Tunneiing or Pipe Jacking method of installation, including ail appurtenant work as shown and spectfied including shafts construction, complete in place at mettd o$junn h-.&d &&q $15&m $ /sz,ooo / A-17 1 LS Two -tFm -9xn-d Dollars (Lump Suz) 4 5/l o/o0 Contract Nos. 3182, 3528, & 3867 Page 12 of 112 Pages item No. A-18 A-19 Descrtotion Approximate Quantity and Unit 48” Interceptor Sewer - Open Trench Sta 22+42 to Sta 49+02: Perfon the work to install 48” interceptor Sewer pipeline constructed by open trench method of installation including ail appur- tenant work, as shown and specffled. 2,822 LF complete in lace at IL--- k4 WL- - Dollars per Linear Foot ‘42” Interceptor Sewer - Microtunnel or Open Trench Sta 49+02 to Ste 58+73: Perform the work to install 42” interceptor Sewer pipeline constructed by microtunneling or open trench method of installation including ail appurtenant work, as shown and specified, including shafts construction, complete in place at 1 LS Dollars (Lump Sum) A-20 42” interceptor Sewer - Microtunneiing Sta 144+24 to Ste 195+57: Perform the work to install 42” interceptor Sewer pipeline by microtunneling as shown and specified, Unit 5.133 LF A-21 36” interceptor Sewer - Open Trench 315 LF 8ta 195+57 to Sta 198+72: Perform the work to install 38” Interceptor Sewer pipeline constructed by open trench method of installation including ail appurtenant work, as shown and Dollars per Linear Foot A-22 Typical interceptor Sewer Manhole - 10 EA 8 Ft. Die: Perform the work to construct typical 8 ft. dia. interceptor sewer manhole including ail appurtenant work as shown and specified, complete in ShWS&l4 I Dollars Each e 5110/00 Contract Nos. 3182, 3528, & 3667 Page 13 of 112 Pages . ‘- item No. A-23 A-24 A-25 A-26 A-27 A-28 Typical Interceptor Sewer Manhole - 7 Ft. Dir: Perform the work to construct typical 7 ft. dia. interceptor Sewer manhole including all appurtenant work as shown and specified, compOiete in 74 -Y,r’mo %Jd?OUS&d I Dollars Each Sewer Manhole l-Cast-in-Place Structure: Perform the work to construct Sewer Manhole #I including ail appurtenant work as shown and specified, complete and in pi ce at 7-iiQ- ~-Ldr+d 75Lsa/\d Dollars (Lump Sum) Asphalt Concrete Pavement - 2-W’ Base Course, Trench and Excavation Repair: Perform the work to place asphalt concrete pavement (Type iii-82- AR 4000) including ail appurtenant work, as shown and specified, complete in Dollars per Ton Asphalt Concrete Pavement - l-l/Z” Surface Course, Trench and Excavation Repair: Perform the work to place asphalt concrete pavement (Type iii-C2-AR 4000) including ail appurtenant work as shown and specified, complete in place at 5 l%$%I 71y I Dollars per Ton Aggregate Base - 8”, Trench and Excavation Repair: Perform the work to provide aggregate base for pavement as shown and specified, complete in Dollars per Cubic Yard Sawcut Pavement: Perform the work to provide sawcutting of asphalt and portland cement concrete pavement as shown and specified, complete in place at Dollars per Linear Foot Approximate Quantity and Unlt 8 EA 1 LS 245 TON 93 TON 255 CY 1,870 LF Unit price $ as. m!l~ 00 $ d00,800 I $ km a 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 14 of 112 Pages $ aoo,ooo I . r” item !!&!A A-29 A-30 A-31 A-32 - Remove Asphalt Concrete Pavement: Perform the work to provide removal and disposal of asphalt concrete pavement including ail appurtenant work, as shown and specified, complete in place at Dollars per Square Yard Remove and Replace Concrete Curb: Perform the work to provide removal and replacement of concrete curb as shown I Dollars per Linear Foot Remove and Replace Concrete Curb and Gutter: Perform the work to provide removal and replacement of concrete curb and gutter as shown and specified, Dollars per Linear Foot Remove and Replace Concrete Cross Gutter: Perform the work to provide removal and replacement of concrete cross gutter as shown and specified, complete iq place at Approximate Quantity and Unit 1,135 SY 100 LF $3.500 385 LF 90 SF Unit price s ’ 60 $ 3YfdU $ Iun.ntl A-33 Dollars per Square Foot Remove and Replace Concrete Sidewalk: Perform the work to provide removal and replacement of concrete sidewalk as shown and specified, complete in place at A #!I54 1,825 SF $ 7, 300 ’ &I I A-34 Dollars per Square Foot Remove and Replace Landscape irrigation: Perform the work to remove and replace existing landscape and irrigation as shown on Sheet 12 (Plan Set 1) for incidental construction and at Station 177+29, complete /=;v<- I-J nd in place at 1 LS OL) $ 5,Qlw * Dollars (Lump Sum) Contract Nos. 3182, 3528, & 3667 Page 15 of 112 Pages , . Approximate Quantity and Unit 24 EA 9,790 LF 1 LS 1 LS 1 LS 1 LS item !!!!L D9SCtiDtiOf’I A-35 A-36 A-37 - A-36 A-39 A-40 Abandon Manhole: Perform the work to provide for the abandonment of manholes as shown and specified, Dollars Each Abandon Interceptor Sewer: Provide cleaning and video inspection of the existing interceptor prior to Dollars per Linear Foot Sewage Flow Transfer at Manhole 1: Perform the work to temporarily divert and permanently transfer flow from existing collector/interceptor sewers to new interceptor sewer at Manhole 1, Dollars (Lump Sum) Sewage Flow Transfer at Manhole 2: Perform the work to temporarily divert and permanently transfer flow from existing collector/interceptor sewers to new interceptor sewer at Manhole 2, Dollars (Lump Sum) Sewage Flow Transfer at Manhole 3: Perform the work to temporarily divert and permanently transfer flow from existing collector/interceptor sewers to new interceptor sewer at Manhole 3. Dollars (Lump Sum) Sewage Flow Transfer at Manhole 4: Perform the work to temporarily divert and permanently transfer flow from existing collector/interceptor sewers to new interceptor sewer at Manhole 4, Dollars (Lump Sum) Unit &&g Kc&@W s/3*50 $ ymocw , Contract Nos. 3182, 3528, & 3867 Total $ q n.40 40 $ /a?. 27L3*dO Page 16 of 112 Pages Item !!!a DeSCriDtiOn A-41 Sewage Flow Transfer at Manhole 0: Perform the work to temporarily divert and permanently transfer flow from existing collector/interceptor sewers to new interceptor sewer at Manhole 6, ete and operable at &x4 +-&.454Ird Dollars (Lump Sum) A-42 Sewage Flow Transfer at Manhole 8: Perform the work to temporarily divert and permanently transfer flow from existing collector/interceptor sewers to new interceptor sewer at Manhole 6, Dollars (Lump Sum) A-43 Sewage Flow Transfer at Manhole 10: Perform the work to temporarily divert and permanently transfer flow from existing collector/Interceptor sewers to new interceptor sewer at Manhole 10, Dollars (Lump Sum) A-44 Sewage Flow Transfer at Manhole 11: Perform the work to temporarily divert and permanently transfer flow from existing collector/interceptor sewers to new interceptor sewer at Manhole 11, Dollars (Lump Sum) A-45 Sewage Flow Transfer at Manhole 15: Perform the work to temporarily divert and permanently transfer flow from existing collector/interceptor sewers to new interceptor sewer at Manhole 15, complete nd op g,z ble at rf d1(Srld Dollars (Lump Sum) Approximate Quantity Unit Unit and price Total 1 LS $ s?‘DfOO $ fpm~U 1 LS $1/1/mfQO $ L< cm? * 4?J 1 LS q&m od $-p-B 1 LS sLI’,nvn4 $ $ diw * A? Contract Nos. 3182, 3528, & 3667 Page 17 of 112 Pages r- Item No. A-46 A-47 .- A-46 A-49 DeSCriDtiOn Sewage Flow Transfer at Manhole 17: Perform the work to temporarily divert and permanently transfer flow from existing collector/interceptor sewers to new interceptor sewer at Manhole 17, Approximate Quantity Unit Unit and price Total 1 LS $W $ y Fw*f9L? Dollars (Lump Sum) Sewage Flow Transfer at Exist. Accesshole 53: Perform the work specified to divert flow from the existing interceptor to the new interceptor within Access Hole 53, complete and Dollars (Lump Sum) Sewage Flow Transfer - 2 Manholes at Grand Ave and Roosevelt St: Perform the work specified and shown on Sheet 12 to divert sewage flow, complete and in place at eis1,t v%uSdn / Dollars (Lump Sum) Televising New Sewer Pipelines: Perform the work specified to televise and provide video tape copies of completed interceptor and collector sewer pipelines upon final acceptance Dollars (Lump Sum) 1 LS L$&Lumo s y. OuO~ C2f7 ILS $ qYW0 $ ?,WOD I Total amount of edule ‘A”: “\I /[i&n &Jf) _k& &d. hdp.~.& ~GQ& +-kdo//~ / r ’ Total amount of bid in numbers for Schedule “A”, Bid Item Nos. A-l to A-49: $ Price(s) given above are firm for 90 days after date of bid opening. G 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 18of 112Pages . SCHEDULE B: COLLECTOR SEWER CONSTRUCTION Item No. 8-l B-2 DescriDtion Schedule B Traffic Control: Perform the work to Drovide trafk control as Dollars (Lump Sum) Schedule B Construction Dewaterlng: Perform the work to provide dewatering for excavations and shafts as specified, B-3 Dollars (Lump Sum) 6” PVC Sewer Lateral and Cleanout: Perform the work to install 6” PVC sewer lateral and cleanout piping including all appurtenant work, as shown and P B-4 B-5 B-6 Dollars Each 8” PVC Sewer: Perform the work to install 6” PVC sewer pipeline including all appurtenant work, as shown and spe ‘fi , fv4t complete in place at ; I I Dollars per Linear Foot 10” PVC Sewer: Perform the work to install 10” PVC sewer pipeline including all appurtenant work, as shown and Dollars per Linear Foot 12” PVC Sewer: Perform the work to install 12” PVC sewer pipeline including all appurtenant work, as shown and specified, co plete in place at Sf&‘r,l % Dollars per Linear Foot Approximate Quantity and Unit 1 LS 1 LS 2 EA 262 LF 15 LF 1,653 LF Contract Nos. 3182, 3528, & 3667 $13; m&b0 $ uy; 7A-T tQj Page 19 of 112 Pages . r Item !a!2 B-7 B-6 B-Q DescriDtion IS” PVC Sewer - Boring and Jacking: Perform the work to install 15” PVC sewer pipeline by pipe jacking method of installation, including shaft construction and all appurtenant work, as shown and specif d, co Q& 1 pie Dollars (Lump Sum) Modify Existing Manhole: Perform the work to modify the channels of existing manholes as shown and specified, Dollars Each Remove Exlst VCP Sewer (6” to 12”): Perform the work to provide removal and disposal of VCP sewer (6” to 12”) including all appurtenant work, as shown and L. pecified, complete in place at Approximate Quantity and Unit &g ga, Total 00 1 LS &,mm :’ $ f&, om- I 6 EA $ =; diw ’ DC) 1,015 LF $ /L%TJ $ /L?;kmOD F B-IO Dollars per Linear Foot Reconstruct Sewer Lateral: Perform the work to reconstruct sewer lateral including all appurtenant work, as shown B-l 1 B-12 Dollars Each Reconstruct Water Service: Perform the work to reconstruct water service including all appurtenant work, as shown Dollars Each Remove Exist Sewer Manhole: Perform the work to provide removal and disposal of sewer manhole structure including all appurtenant work, as shown and specified complete i place at fl23 P +bu5dlndl Dollars Each e 5/10/00 6EA $ (5LmL98 $5,Ut9OdC3 I 6EA SW Contract Nos. 3182, 3528, & 3667 Page 20 of 112 Pages Approximate . /h Item NSL B-13 B-14 B-15 B-16 B-l 7 B-18 DescriDtion Standard CMWD Manhole (Accesshole): Perform the work to construct collector sewer manholes per CMWD Standard Drawing Sl, complete Dollars Each Remove Exist. 18” DI Sewer: Perform the work to provide for the removal and disposal of ductile iron sewer pipe, as shown and specified, complete in place at mt hwdwt Dollars per Linear Foot Ro-Establish Survey Monuments: Perform the work to provide street survey monuments, as shown and Dollars Each Asphalt Concrete Pavement - 2412” Base Course, Trench and Excavation Repair: Perform the work to place asphalt concrete pavement (Type Ill-B2- AR 4000) including all appurtenant work, as shown and specified, complete in place at , 42h Dollars per Ton Asphalt Concrete Pavement - l-112” Surface Course, Trench and Excavation Repair: Perform the work to place asphalt concrete pavement (Type III-CP-AR 4000) including all appurtenant work as shown and specified, complete in place at SeL”LMA I Dollars per Ton Aggregate Base - 8”, Trench and Excavation Repalr: Perform the work to provide aggregate base for pavement as shown and specified, complete in place at -jzof*f\l. --S/k Dollars per Cubic Yard Unit and 11 EA 8 LF 2 EA 198 TON 119TON 134 CY Unit p&g S/~;l?VD *oo $ 4zwa $ 500’00 $ 7+m Q 5/-l o/o0 Contract Nos. 3182, 3528, & 3667 Page 21 of 112 Pages F. Item !u B-19 B-20 B-21 Ic B-22 B-23 B-24 ,r- . c DescriDtion Sawcut Pavement: Perform the work to provide sawcutting of asphalt and portland cement concrete pavement as shown and specified, complete in place at Dollars per Linear Foot Remove Asphalt Concrete Pavement: Perform the work to provide removal and disposal of asphalt concrete pavement including all appurtenant work, as shown and I Dollars per Square Yard Remove and Replace Concrete Cross Gutter: Perform the work to provide removal and replacement of concrete cross gutter as shown and specified, complete in place at hine-41J Dollars per Square Yard Sewage Flow Transfer at Manhole IOB: Perform the work to temporarily divert and permanently transfer flow from existing collector/interceptor sewers to new interceptor sewer at Manhole 108, Dollars (Lump Sum) Sewage Flow Transfer at Manhole 1OC: Perform the work to temporarily divert and permanently transfer flow from existing collectorlinterceptor sewers to new interceptor sewer at Manhole 1OC. Dollars (Lump Sum) Sewage Flow Transfer at Manhole IOE: Perform the work to temporarily divert and permanently transfer flow from existing collector/interceptor sewers to new interceptor sewer at Manhole IOE, Dollars (Lump Sum) Q 5/10/00 Approximate Quantity Unit and 3,634 LF 1,408 SY 54SY 1 LS 1 LS 1 LS Unit price $1 $ l ,a7 $ 4 mo*-nb Contract Nos. 3182, 3528, & 3667 Page 22 of 112 Pages 7 Item !!h DeSCriDtiOn B-25 B-26 Sewage Flow Transfer at Manhole 1 OG: Perform the work to temporarily divert and permanently transfer flow from existing collector/interceptor sewers to new interceptor sewer at Manhole 1 OG, comphte and,operable at d Approximate Quantity Unit and 1 LS -1dLd V%,oU54AU Dollars (Lump Sum) Connect from Exist. Manhole to New Manhole: Perform the work to provide new collector sewer piping to connect from existing manholes to new manholes including all appurtenant work, as shown and pecified -IL d omplete in 26da*i 1 LS $3 &-?I10 ’ (I(7 $ $p~O*Ob Dollars (Lump Sum) bid in word for chedule “B”: a Ld t r.J~A.%&Qc! iG&fJxMQ One- ch sQv%ty- AJO dolL5 4 f 00 /hw-- Total amount of bid in numbers for Schedule ‘B”, Bid Item Nos. B-l to B-26: $ 4iLf 3 . f 7 z l _so ,- Price(s) given above are firm for 90 days after date of bid opening. Unit price c a 5/10/00 Contract Nos. 3182, 3528, & 3667 Page 23 of 112 Pages SCHEDULE C: STORM DRAIN IMPROVEMENTS Item m C-l c-2 c-3 Approximate Quantity and Unit Unit Price 1 LS $200,000 Descriotion Mobilltation: Perform the work to mobilize and demobilize and provide all preparatory work for a stipulated lump sum price of Two Hundred Thousand Dollars (Lump Sum) Consttuctlon Schedule: Perform the work to provide and update the construction schedule for a stipulated lump sum price of Twenty Five 1 LS $25,000 Dollars (Lump Sum) Schedule C, Traffic Control: Perform the work to provide traffic control as co lete in pla 8 at ?Lm B Dollars (Lump Sum) Schedule C, Construction Dewatering: 1 LS , Perform the work to provide dewatering for excavations and shafts as specified, . . . . c-5 Re-Establish Survey Monuments: 2 EA Perform the work to provide and install street survey monuments, as shown and $ ..5Df% on Dollars Each C-6 Temporary K-Rail Movable Barrier: 1 LS Perform the work to provide and install 9qnoe I d&J temporary K-rail movable barrier within Dollars (Lump Sum) c-7 Eroslon Control: Perform the work to 1 LS provide erosion control in street areas s pm7 .au and on newly constructed slopes, as Dollars (Lump Sum) G 5/10/00 Contract Nos. 3182, 3528, 81 3667 Page 24 of 112 Pages Total $200,000 $25,000 \ $ i/pnCl;on Approximate Quantity Unit and 1 LS Unit price $5s;000~d0 1 LS $ bQp0 $ loo,ooo 884 LF ,a.? $ 1,152 LF $ I29 $ w-t;000 1,905 LF $ am? $361.00 0 520 LF 1,302 LF $ a9 ? $ 337218 P Item No. C-8 c-9 c-10 C-l 1 c-12 Description Slope Grading: Perform the work to reconstruct slope areas as shown and Dollars (Lump Sum) Trench Shorlng: Perform the work to install shoring in pipeline excavations as Dollars (Lump Sum) 18” Storm Drain: Perform work to install 18” storm drain pipeline, including all appurtenant work, as shown and . Dollars per Linear Foot 24” Storm Drain: Perform the work to install 24” RCP, including al appurtenant work, as shown and specified, complete d-Q Dollars per Linear Foot 30” Storm Drain: Perform the work to install 30” RCP, including all appurtenant work, as shown and specified, complete c-13 c-14 Dollars per Linear Foot 36” Storm Drain: Perform the work to install 38” RCP, including all appurtenant work, as shown and specified, complete Ddllars p8r Linear Foot 42” Storm Drain: Perform the work to install 42” RCP, including all appurtenant work, as shown and specified, complete c Lb%* Dollars per Linear Foot a 5/10/00 Contract Nos. 3182, 3528, & 3667 Page 25 of 112 Pages -P Item !h C-l 5 C-18 c-17 C-18 -- c-19 c-20 Descriotion 48” Storm Draln: Perform the work to install 48” RCP. including all appurtenant work, as shown and specified, complete in place at yw o- hd.acf s,.& Sk * Dollars per Linear Foot 54” Storm Draln: Perform the work to install 54” RCP, including all appurtenant work, as shown and specified, complete . Approximate Quantity and Unit 929 LF 1,382 LF 60” Storm Drain: Perform the work to install 54” RCP, including all appurtenant work, as shown and specified, complete in place at 1.073 LF . f=ih--~d -4,~Jy rs perzr Foot 72” Storm Drain: Perform the work to install 72” RCP, including all appurtenant work, as shown and specified, complete in place at F, ~- hAd -r T Dollars per Linear Foot 585 LF QC! $ 5m $ aQz, 5007 I 84” Storm Drain-Open Trench Sta 4+44 to Sta 4+70: Perform the work to install 84” RCP constructed by open trench method of installation, including al appurtenant work, as shown and specifie~m$le sh J $0 2 Q.0 24 LF $ OS $ Dollars per Linear Foot Unit price gc Total $ %4?r-- $ 2% Irq ?< F; 3G I / $4%” $ %7/ 4b6 84” Storm Drain-Open Trench - Sta 22+16 to Sta 44+13: Perform the work to install 84” RCP by the open trench method of installation, including all aoourtenant work. as shown and 2,189 LF Dollars per Linear Foot $ &23? $ !/35/,287 a 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 26 of 112 Pages -P Item c-22 C-23 C-24 Approximate Quantity DescriDtion and Unit 24” Storm Drain - Boring and Jacking 1 LS with Steel Casing: Perform the work to install 24” RCP by the pipe jacking method of installation. including shaft construction and all appurtenant work, as shown and specified, complete in place at #!zhe- (LwLiwi sb+4 +#q L&& Dollars (Lump Sum) 84” Storm Drain - Plpe Jacking or Open Trench Sta 4+70 to Sta 20+74: Perform the work to install 84’ RCP by pipe jacking or open trench method of installation including all appurtenant work, as shown and specified, including shafts construction, complete in place at 84” Storm Drain - Pipe Jacking or Tunnel Sta 20+74 to Sta 22+16: Perform the work to install 84” RCP by pipe jacking or tunneling method of installation, including all appurtenant work as shown and specified, including shaft construction, complete in place at 1 LS Dollars (Lump Sum) 8’ x 3’ Reinforced Concrete Box Culvert: Perform the work to construct 8’ x 3’ RCB, including all appurtenant work as shown and specified, complete 32 LF Dollars per Linear Foot C-25 5’ x 3’ Relnforced Concrete Box 20 LF Culvert: Perform the work to construct 5’ x 3’ RCB, including all appurtenant work as shown and specified, complete in plac &d SP t 20u Sun $2, h tmd rcc( Dollars per Linear Foot Unit price Total $ !qo;ooo $ lLt.O!O(IY) $ ~3~,QSO $ z3ym / Q 5/10/00 Contract Nos. 3182, 3528, & 3667 Page 27 of 112 Pages -rc- item No. C-26 C-27 C-28 -F c-29 c-30 Description Curb Inlet, Type B (L = 5’ to lo’): Perform the work to construct curb inlet, Type B (L = 5’ to 10’) including ail appurtenant work as shown and Dollars Each Curb Inlet, Type B - 1 (L = 11’ to 15’): Perform the work to construct curb inlet, Type B - 1 (L = 11’ to 15’) including all appurtenant work as shown and Dollars Each Curb Inlet, Type B - 1 (L = 16’ to 20’): Perform the work to construct curb inlet, Type B - 1 (L = 18’ to 20’) including all appurtenant work as shown and specified, comple SItiW 1 l?&5n &I!%( Dollars Each Curb Inlet, Type B - 1 (L = 21’ to 25’): Perform the work to construct curb inlet, Type B - 1 (L = 21’ to 25’) including ail appurtenant work as shown and speci- fied, compie e in place t 504vl 44LdJJ nitit XUbfdfld Dollars Each Storm Drain Cleanout Type B-5: Perform the work to construct storm drain cieanout Type B-5 including all , L Approximate Dollars Each Quantity and Unit 9EA 2EA 12 EA 8EA 30 EA C-31 Storm Drain Cleanout Type B-6: 3 EA Perform the work to construct storm drain cieanout Type B-6 including all appurtenant work as shown and , complete in place MSdvrA 9x Dollars Each a 5/10/00 Unit price $ +m *a0 Contract Nos. 3182, 3528, & 3667 Page 28 of 112 Pages -- item No. C-32 c-33 c-34 -- c-35 C-38 c-37 DeSCriDtiOn Storm Drain Cleanout Type B-9: Perform the work tc construct storm drain cleanout Type B-8 including ail appurtenant work as shown and cified, complete in d rCh5ad Dollars Each Approximate Quantity Unit and Unit price u Storm Drain Cleanout Type B-9: Perform the work to construct storm drain cieanout Type B-9 including ail appurtenant work as shown and 9EA $ 5bi 7LmuD Dollars Each Storm Drain Cleanout Modlfled Type B-9: Perform the work to construct storm drain cleanout modiied Type B-8 including all appurtenant work as shown 4 EA $5 m, o/J $27. CG-mm~ Dollars Each Storm Drain Cleanout Modlfled Type B-9 (X = 9’, Y = 14’): Perform the work to construct storm drain cieanout modified Type B-9 (X = 9’ Y = 14’) including all appurtenant work as shown and specified, complete , I n P 4 dll SllH UYt dd 1 EA Dollars Each Storm Drain Cleanout Modlfled Type B-9 (X = 4’, Y = 11’): Perform the work to construct storm drain cieanout modified Type B-9 (X = 4’, Y = 11’) including all appurtenant work as shown and specified ompiete in hS- 4 wad! J 1 EA Dollars Each Storm Drain Cleanout Modffled Type B-9: Perform the work to construct storm drain cleanout modified type B-9 including all appurtenant work as shown 3 EA SC% AdJo *a0 Dollars Each G 511 o/o0 Contract Nos. 3182, 3528, & 3667 Page 29 of 112 Pages Item No. C-38 c-39 c-40 c-41 c-42 c-43 DeSCtiDtiOn Storm Drain Cleanout Modified Type B-5: Perform the work to construct storm drain cleanout modified Type B-5 including all appurtenant work as shown Dollars Each Storm Drain Catch Basin Modified Type F: Perform the work to construct storm drain catch basin modified Type F including all appurtenant work as shown Dollars Each l/2-Ton Riprap, Energy Dissipater: Perform all work required for placement of l/2-Ton Riprap, Type 2 including all appurtenant work, as shown and spec’ t!.f ed, complet in place at \Qh-k + .8ti - Dollars per Ton Headwall Modified Wing Type C-35: Perform all work necessary to construct Headwall, Modified Wing Type C-35, including all appurtenant work, as shown and specific ei4hS 4% complet Dollars Each Concrete Pipe Lug: Perform all work necessary to construct Concrete Pipe Lug, including all appurtenant work, as shown and specified, complete in place at OLIP. 4OlAssMd Dollars Each Abandon Reinforced Concrete Pipe: Perform the work to provide for the abandonment of reinforced concrete pipe as shown and specified, complete in pla e at & FL Dollars per Linear foot Quantity Unit and 7EA 7EA 600 TON 1EA 6EA 30 LF Unit m $ fq ?!$xLgo e 11/09/00 Contract Nos. 3182, 3528, & 3667 Page 30 of 112 Pages Approximate Quantity and Unit 2,587 LF 2,650 LF 1EA 770 LF 1 EA 13EA 42 EA P a . Item No. - C-44 Unit pr& Description Remove Reinforced Concrete Pipe (63” to 72”): Perform the work to provide for the removal and disposal of reinforced concrete pipe, as shown and Dollars per Linear Foot $22; 500 l do $ /sm C-45 Remove Storm Drain Pipe (12” to 30”): Perform the work to provide for the removal and dtsposal of storm drain pipe, as shown and specified, complete in plqce at Dollars per Linear foot C-46 Plug 4’ x 8’ Reinforced Concrete Box (RCB): Perform the work to provide for the plugging of the existing 4’ x 6’ RCB, as shown and specified, complete in Dollars Each $ $!w? c-47 Relocate 3” PVC Water Main: Perform the work to remove and replace 3” PVC water main including all appurtenant work, as shown and specified, complete Dollars per Linear Foot Gate Valve - 3”: Perform the work to provide 3” Gate Valve, including all appurtenant work, as shown and c plete ‘n pla e at TL,,dti~ Dollars Each - C-48 c-49 Reconstruct Sewer Lateral: Perform the work to reconstruct sewer lateral including all appurtenant work, as shown Dollars Each c-50 Reconstruct Water Service: Perform the work to reconstruct water service including all appurtenant work, as shown and Dollars Each a 11/09/00 Contract Nos. 3182, 3528, & 3667 Page 31 of 112 Pages Approximate Quantity and Unit 4EA 8,353 CY 6 EA 2 EA 4 EA 11 EA , -- Item No. c-51 C-52 c-53 -/-- C-54 c-55 C-56 Connect Exlst. Storm Drain Pipe to Storm Drain Cleanout: Perform the work to connect existing storm drain pipe to storm drain cleanout. including all appurtenant work, as shown and specified, Dollars Each Low Flow Earthen Swab Perform the work to construct low flow earthen swale, including all appurtenant work, as shown and specified. complete in place at Dollars per Cubic Yard Connect Exlst. Storm Drain Pipe to New Channel: Perform the work to connect existing storm drain pipe to new channel, including all appurtenant work, as shown and specified, complete in placeyh7r(C L‘/dtid Dollars Each Concrete Plpe Collar: Perform the work to construct concrete pipe collar, including all appurtenant work, as shown Dollars Each Remove Curb Inlet: Perform the work to remove and dispose of existing curb inlet, including all appurtenant work, as shown and specified, complete in place at . MQ 4wu sdnd Dollars Each Remove Storm Drain Cleanout: Perform the work to remove and dispose of existing storm drain cleanout, including all appurtenant work, as shown complete in place at LtQnd Dollars Each Unit price $ hnb?on s&J6m $ !,mo. Pil e 5/10/00 Contract Nos. 3182, 3528, & 3667 Page 32 of 112 Pages -F Item No. c-57 C-58 c-59 C-60 C-61 C-62 Asphalt Concrete Pavement - 2-l/2” Base Course, Trench and Excavation Repalr: Perform the work to place asphatt concrete pavement (Type Ill-B2- AR 4000) including all appurtenant work, as shown and specified, complete in I Dollars per Ton Asphalt Concrete Pavement - l-112” Surface Course, Trench and Excavation Repair: Perform the work to place asphalt concrete pavement (Type III-CP-AR 4000) including all appurtenant work as shown and specified, complete In place at si?u4,u)A/ Dollars per Ton Aggregate Base - 8”, Trench and Excavation Repair: Perform the work to provide aggregate base for pavement as shown and specified, complete in Dollars per Cubic Yard Concrete Cross Gutter: Perform the work to provide removal and replacement of concrete cross gutter as shown and specified, complete in place at , Dollars per Square Foot Sawcut Pavement: Perform the work to provide sawcutting of asphatt and porttand cement concrete pavement as shown and specified, complete in olace at Dollars per Linear foot Remove Asphalt Concrete Pavement: Perform the work to provide removal and disposal of asphalt concrete pavement including all appurtenant work, as shown Dollars per Square Yard Approximate Quantlty and Unit 1,327 TON 796 TON 1,385 CY 1,870 SF 16.500 LF 9,490 SY Unit price Total $ .52wo s&b; 35&90 $ 7oQn $ 5<, 7a..L9~ $ 9lcv Sl(e; K3n $ h7n $14; 5-&J f& a 5/l 0100 Contract Nos. 3182, 3528, & 3667 Page 33 of 112 Pages Approximate Quantity Unit Unit and price 1,019 LF $ c3ym Item No. C-63 C-64 . C-65 -c4 .- C-66 DescdDtion Remove and Replace Concrete Curb and Gutter: Perform the work to provide removal and replacement of concrete curb and gutter as shown and specified. Dollars per Linear foot Remove and Replace Concrete Sidewalk: Perform the work to provide removal and replacement of concrete sidewalk as shown and specified, Dollars per Square Foot Replace Existing chain Link Fence: Perform the work to replace chain link fence and non-motor operated slide gate including all appurtenant work as shown, Dollars per Linear foot 10” Water Line PVC CSOO: Perform the work to install 10” PVC C900 water line including all appurtenant work as shown, complete in lace at w- ?P+- - C-67 C-68 ‘Z Dollars per Linear Foot Remove and Replace Concrete Wall-2’ High: Perform the work to provide removal and replacement of concrete wall as shown and specified. complete in place at ti+4 Dollars per Linear Foot Storm Drain Cleanout Type A4: Perform the work to construct storm drain cleanout Type A-4, including all appurtenant work as shown and Dollars Each 4,955 SF $ 4013 420 LF 8 Ken 100 LF $_ a%&J 72 LF sG&wn 1 EA $ LpJoo # 5/l o/o0 Contract Nos. 3182, 3528, & 3667 $ jp, KA!Lo~ $ dj ‘3JO4l $ Lpo ‘00 Page 34 of 112 Pages < -F- Approximate Item Quantity Unit m DesCriDtiOn Unit and price 00 j)&&l C-69 Drain Inlet Oil-Water Separator 15 EA $ ~osO*-- 00 .$ 3qcroo .- Inserts: Perform the work to install filter I inserts, including all appurtenant work, complete in place at Total amount of bid i Price(s) given above are firm for 90 days after date of bid opening. Contract Nos. 3182, 3528, & 3667 Page 35 of 112 Pages . c- ,P-. Item !!!a D-l D-2 D-3 SCHEDULE D: PAVEMENT RESURFACING Descriotion Cold Mllllng Asphalt Concrete Pavement: Perform the work to provide cold milling of asphalt concrete pavement as shown and specified LOA5 -4 Approximate Quantity and Unit 122,500 SF M per Square Foot Asphalt Concrete Pavement - Levellng Course: Perform the work to place AC Leveling Course as specified, 200 TON J Dollars per Ton Asphalt Concrete Pavement - I -l/2” Overlay: Perform the work to place AC overlay (Asphalt-Rubber Hot Mix - Gap Graded) as specified and shown, co lete an . in plac at L!.YkeLb Q A 4,263 TON Unit price $OJ-0 $ lo07 Total $ zLf:soo 00 $ qw $ ‘tzd,sso. FF D-4 Dollars per Ton Adjust Manhole Covers and Valve Boxes to Grade: Perform the work to adjust manhole covers and valve boxes to grade as specified, complete and in 1 LS fGx@md0 $25; ono47(j D-5 - D-6 Dollars (Lump Sum) Pavement Strlping and Marklngs: Perform the work to provide final pavement striping and marking as shown Dollars (Lump Sum) Traffic Signal Loop Detectors: Perform the work to install traffic signal loop detectors as shown and specified, 2 EA Dollars Each 1 LS $ ;3e?; Ol!X~, CD $.wQll Contract Nos. 3182, 3528, & 3867 Page 36 of 112 Pages r Item No. D-7 DescriDtion Schedule D, Tmfftc Control: Perform the work to provide traffic control as Approximate Quantity and Unit 1 LS Unit price Total $W q-2; &UC? p @a Dollars (Lump Sum) Total amount of bid in numbers for Schedule “D”, Bid Item Nos. D-l to D-7: $ 5 1 e , 8 0 0 I Price(s) given above are firm for 90 days after date of bid opening. The basis of award will be the sum of Schedule “A”, Schedule “B”, Schedule “C” and Sched- ule “D”, unless bids for Schedule ‘9” are rejected, in which case the basis of award will be Schedule “A”, Schedule “B” and Schedule “C” only. Addendum(a) No(s). 1 c 2 proposal. has/have been received and is/are included in this The Undersigned has carefully checked all of the above figures and understands that the Cii 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 ca city of a ytractor within the State of Cal’fop, validly licensed under L /6(? , classification d which expires on statement is true and correct and has the legal effect of A bid submitted licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City 9 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code Q 20104. 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 /c- 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects ir an without collusion or fraud. Accompanying this proposal is B i&J 0 (Cash, Certified Check, Bond # 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 37 of 112 Pages - 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. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. IF A PARTNERSHIP, SIGN HERE: - (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business (Street and Number) Cii and State (4) Zip Code Telephone No. ,- e 5/l o/o0 Contract Nos. 3182, 3528,-h 3667 Page 38 of 112 Pages P IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted (2) STEVE BUBALO CONSTRUCTION COMPANY tQ#& (-- ;..u Vice President and General Manager (Title) Impress Corporate (3)lncorporated under the laws of the State of Ca1ifornia (4) Place of Business P.O. Box 1048 (128 E. Live Oak Avenue) (Street and Number) City and State Monrovia, CA (5) Zip Code 91017 (91016) Telephone No. (626) 574-7570 NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED ,/” List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: President - Steve Bubalo Vice Pres. & Gen. Mgr. - John C. Schiller Louise Bubalo - Secretary/Treasurer G 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 39 of 112 Pages @001/001 11/20/2000 15:53 FAX 16285740509 . -a a . IF A CORPORATION. SIGN HERE: SBCC (1) Name under which business is conducted STEVE BUBAL0 CONSTRUCTION Cm-m \ n - A n nn - T I - A 1 An tmpfess cMpor;rte *Ai he’ll, ; ’ ~3)lncorporated under the laws of the State of Ca1if Ornia (4) Place of Business P.0. Box 1048 (128 E. Live Oak Avenue) (Street and Number) City and State Monrovia, CA (5) Zip Code 91017 (91016) Telephone No. (626) 574-7570 NO7ARlAL ACKNOWLEDGMENT OF D(K;lJTlON BY ALL SIGNATORIES MUST BE AmACHED List betow names of president, vice president. secretary and assistant secretary, if a txwporation; if a partnership, list names of dl general partners, and managlng partners: President - Steve Bubalo Vice Pres. i Gen. Hgr. - John C. Schiller Louise Bubalo - Secretary/Treasurer _ a wwoo Contfsct Nos. 3182, 3528, & 3667 Pege 390f 112Pe9es .F-- CALIFORNIA ALLPURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On 11/20/00 , before me, Rosemary Tomljenovic - Notary Public, Date Name and Title of Officer (e.g., ‘Jane Doe. Notary Public“) personally appeared John C. Schiller Name(s) of Signer(s) apersonally known to me 0 proved to me on the basis of satisfactory evidence acted, executed the instrument. Place Notary Seal Above Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: John C. Schiller q Individual mcorporate Officer - Title(s): Vice President and General Manager 0 Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee q Guardian or Conservator E Other: Signer Is Representing: Steve Bubalo Construction Company Too of thumb here 0 1997 National Notary Association * 93.50 De Solo Ave., P.O. Box 2402 * Chatsworth, CA 91313-2402 Prod No. 5907 Reorder: Call Toll-Free 1-600-876-6627 EQUIPMENT/MATERIAL SOURCE INFORMATION TO ACCOMPANY PROPOSAL VISTAKARLSBAD INTERCEPTOR SEWER, REACHES VCSB TO VCllA, CMWD PROJECT NO. 91903 AND SOUTH CARLSBAD STORM DRAIN PROJECTS CONTRACT NOS. 3182,3528,& 3887 The bidder shall indicate opposite each item of equipment or material listed below, the name of the one supplier and manufacturer of each item or equipment or material proposed to be furnished under the bid. Awarding of a contract under this bid will not imply approval by City or the manufacturers listed by the Bidder. Equipment/Material 1. Interceptor Sewer Microtunneling Pipe Manufacturer w-ers I Manufacturer 2. Interceptor Sewer Pipe 3. Storm Drain Pipe 4. Precast Concrete Sewer Manhole Manufacturer Manufacturer Q 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 40 of i 12 Pages BID SECURITY FORM (Check to Accompany Bid) VISTAKARLSBAD INTERCEPTOR SEWER, REAC CMWD PROJECT NO. 91403 AND SOUTH CARLSBAD S CONTRACT NOS. 3182,3528, & 3667 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a ‘Certified *Cashiers check p CARLSBAD, in the sum of / dollars ($ ), this amount being ten percent (10%) of t e bid. The proceeds of this check shall become the property of the City provide accepted by the City through action of its legally constituted contracting aut gned shall fail to execute a contract and furnish the required Performan nt Bonds and proof of insurance coverage within the stipulated time; otherwise, the returned to the undersigned. The proceeds of this check shall also be if the undersigned shall withdraw his or her bid within the period of fift et for the opening thereof, unless otherwise required by law, and notwi ntract to another bidder. BIDDER (Note: If th Bidder desires to use a bond instead of check, the Bid Bond form on the followlng pages sh P be executed-the sum of this bond shall be not less than ten percent (10%) of the total amount the bid.) Contract Nos. 3182, 3528, & 3667 Page 41 of 112 Pages . ‘k . .I -_ BIDDER’S BOND TO ACCOMPANY PROPOSAL VlSTAICARLSBAD INTERCEPTOR SEWER, REACHES VCSB TO VCllA, CMWD PROJECT NO. 91403 AND SOUTH CARLSBAD STORM DRAIN PROJECT’S CONTRACT NOS. 3182,3528, CL 3667 That we, w. a8 Prin as Surety are e and trrmly ba und (must be at least ten percent “cII,I”~ I Ma, I, I 511 payment, well and truly d Unto the dty of Ca..,,,,, 10%) of the bid amount) ~--t ,.c thm ma e, we bind ourselves, our c,. “, “88YVI.“, Y UI IU -+.YI I VII Il..?.. w.... +d * successors or assigns, jointly and severally, firmly by these presents, KNOW AU PERSONS BY THESE PRESENTS: Steve Bubalo Construction Travelers Casualty and c$tadan$ ptv camp Y of America * nmis In =? Gaunt as fom$ we -buL v* .A& total* RP nw+m ltnrc snft ,m~e~fo~i THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that If the proposai of the above-bounden Principal for: VISTAICARLQBAD INTERCEPTOR SEWER, REACHES VCSB TO VC1 1A CMWD PROJECT NO. 811403 AND SOUTH CARLSBAD STORM DRAlN PROJkCT% CONTRACT NOS. 3182,3626, a 3667 in the City of Car&bad is accepted b execute a Contract In&din % ‘requi Id date of award of Contract bonds and insurance policies wlthrn twenty (2C$ da the Clty Council,.and ff the Prlnc4pal shall dul enter into and y the City Coundl of the City of Cartsbad, being duly notl ted of said Y s from the award then this obligation shall become null and void; otherwise, it shall be and remain In ful .forc~~ and efiect, and the amount specified hersln shall be forfeited to the sald City. Bn the event Principal executed thls bond as an individual, It Is agreed that the death of Pkcipa! shell not exonerate the Suretv from Its obliaatlons under this bond. *amount of the bid m Executed by PRINCIPAL this 20th day of _ November - PRINCIPAL: STEVE BUBALO CONSTRUCTION COMPANY Y.P. & Gen. Mgr. - Executed by SURETY this 1st day of Pr z!om,- --- SURETY Travelera Casualty and Surety Company of America tiame ol SuMy) --r-w 21688 Gateway Center Drive <-- . ..I Lourdes Landa ‘(pnnted name ot AttO mey-in-Fact) -“,,... (Attach corporate resolution showing current power of rttomey.) (Proper notarial acknowledgment of execution by PRlNCtPAL and SURETY must be attache&j (President or vice-president and secretary or asslstant secretary must sl one officer signs, the corporation must attach a resolution certlfled by for corporations. If only he secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On November 20, 200CIbefore me, Rosemary Tomljenovic - Notary Public , Date Name and Title of Officer (e.g.. “Jane Doe, Notary Public”) personally appeared Louise Bubalo Name(s) of Signer(s) @personally known to me 0 proved to me on the basis of satisfactory evidence the entity upon behalf of which the person acted, executed the instrument. Place Notary Seal Above OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: Louise Bubalo q Individual @Xorporate Officer - Title(s): Secretary/Treasurer 0 Partner - 0 Limited 0 General 0 Attorney in Fact q Trustee 0 Guardian or Conservator 0 Other: Signer~sRepresenting: Steve Bubalo Construction Company 0 1997 National Notary Association - 9350 De Soto Ave., P.O. Box 2402 * Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free 1-600-676-6627 - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles 1 ss. On November 20, 2OO?befors me, Rosemary Tomljenovic - Notary Public , Date Name and Title of Officer (e g., “Jane Doe, Notary Public”) personally appeared John C. Schiller Name(s) of Signer(s) &ersonally known to me 0 proved to me on the basis of satisfactory evidence Y TOMUENOVIC Commission # 1182a Notary Pu’zlic - cotif to be the person d whose name,@ @&e subscribed to the within instrument and acknowledged to me thahelthey executed the same in aerltheir authorized capacity(im and that by &&er/their signature d on the instrument the persow or the entity upon behalf of which the person(s3( acted, executed the instrument. Place Notary Seal Above OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Number of Pages: Capacity(ies) Claimed by Signer Signer’s Name: John C. Schiller 0 Individual XX Corporate Officer-Title(s): Vice Pres. & Gen. Mnr. 0 Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Steve Bubalo Construction Comnanv 0 1997 National Notary Association - 9350 De Soto Am, P.O. Box 2402 *Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder. Call Toll-Free 1-800-876-6827 CAUFONNIA ALbPUNPCU ACKNCWUDOMINT State of Califarni a County of oran- On November 01, 2000 before me, DATE personally appeared +++Lourdea Landa- Edith Garibay, Notary Public , NAME. TITLE OF OFFICER. EC ‘JANE WE. NOTIAY PuSM- UAMEISI OF SICNERtSb @ PersonallY known to me - OR - c 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 ac- knowledged 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. ‘. COMM. EXP. AUG. 8.2003 OPTIONAL Though the data Wow is not requirad by law. it may prove valuabb to parsons retying on the document and could prevent fraudulent reattachment of this form. CAPACIlYCIAlMCOBYSlGNER OESCRlPTlONOFAllACHEO DOCUMENT 0 INDIVIDUAL 0 CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT 0 PARTNER(S) cl LlMlTED 0 GENERAL a ATTORNEY-IN-FACT c] TRUSTEE(S) [ ~~UtANCONSERVATOR . NUM8ER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE TRAVJ~LERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURF,TY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 - TRAVJZLERS CASUALTY AND SURETY COMPANY OF ILLINOIS Naperville, Illinois 60563-8458 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAWLERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of liartford, State of Connecticut, and TRAWLERS CASUALTY AND SURETY COMPANY OF ILLINOIS, a corporation duiy organized under the laws of the State of Illinois, and having its principal office in the City of Naperville, County of DluPage, State of Illinois, (hereinafter the “Companies”) hath made, constituted and appointed, and do by these presents make, constitute and appoint: John Forest Monroe, William R Curtis, Philip E. Vega, Mary Jo Stelzer, Lourdes Landa or Sheila K McDonald * * of Irvine, CA, their true and lawfkl Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any -.. Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company’s name and seal with the Company’s seal bon&, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more offkers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the oflice of the Secretary, VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer. the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company’s seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMJNGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to MY power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attomeY or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power SO executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to my bond or - undertaking to which it is attached. (8-97) . IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS - XIALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND s,&TY COMPANY OF ILLINOIS have caused this instrument to be signed by their Senior Vice President, and their corporate seals lo be hereto affixed this 10th day of November, 1999. STATE OF CONNECTKXJT ) SS Hartford COUNTY OF HARTFORD TRAVELERS CASUALTY AND SURETY COMPANY OF AMJIRICA TR4VELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS On this 10th day of November, 1999 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAWLERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. My commission expires June 30, 2001 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, stock corporation of the State of Illinois, DO HEREBY CERTlFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force, Signed and Sealed at the Home Oflice of the Company, in the City of Hartford, State of Connecticut. Dated this 1st day of November ,200o . GUIDE FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID ITEMS” AND “DESIGNATION OF OWNER OPERATOR/LESSOR AND AMOUNT OF OWNER OPERATOR/LESSOR WORK” FORMS REFERENCES Prior to preparation of the following Subcontractor and Owner Operator/Lessor disclosure forms Bidders are urged to review the definitions in section 1-2 of the SSPWC and of the Supplemental Provisions to this Contract especially, “Bid”, “Bidder”, “Contract”, “Contractor”, “Contract Price”, “Contract Unit Price”, “Engineer”, “Subcontractor” and “Work” and the definitions in section l-2 of the Supplemental Provisions especially “Own Organization” and “Owner Operator/Lessor.” Bidders are further urged to review sections 2-3 SUBCONTRACTS of the SSPWC and section 2-3.1 of these Supplemental Provisions. CAUTIONS These forms 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 owner operator!lessors 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 or Owner Operator/Lessor who the Bidder proposes .to perform work or labor or - render service in or about the work or improvement, and every subcontractor or Owner Operator/Lessor licensed as a contractor by the State of California who 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 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. Bidder shall use separate disclosure forms for each Subcontractor or Owner Operator/Lessor of manpower and equipment that it proposes to use to complete the Work. Additional copies of the forms must be attached if required to accommodate the Contractor’s decision to use more than one Subcontractor or Owner Operator/Lessor. All items of information must be completely filled out. These forms 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. Neither the amount, in dollars, of work performed by the Bidder‘s own forces (as Contractor) nor the Bidder’s overhead and profit for subcontracted items of the work is included to compute the percentage of the work performed by Subcontractors or Owner Operators/Lessors. When the Bidder proposes that any bid item will installed by a Subcontractor or Owner Operator/Lessor the amount, in dollars, of the bid item installed by each Subcontractor or Owner Operator/ Lessor must be entered under the columns “Amount of Subcontracted Bid Item Including Subcontractor’s Overhead & Profit” or ” Amount of Owner Operator/Lessor Bid Item Including Owner Operator/Lessor’s Overhead 8 Profit ” unless the dollar amount of all work performed by any Subcontractor or Owner Operator/Lessor is less than one-half of one percent (0.5%) of the Bidder’s total bid or ten thousand dollars ($10,000) whichever is greater. If a Subcontractor or Owner rc Operator/Lessor installs or constructs any portion of a bid item the entire amount of the Contract Unit Price, less the Bidder’s overhead and profit, shall be multiplied by the Quantity of the bid item that the Subcontractor or Owner Operator/Lessor installs to compute the amount of work so installed. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of 5/l o/00 Contract Nos. 3182, 3528, & 3667 Page 43 of 112 Pages materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor, the Subcontractor, or the Owner Operator/Lessor, as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor or Owner Operator/Lessor 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 or Owner Operator/Lessor installing said item. The item number from the “CONTRACTORS PROPOSAL” (Bid Sheets) shall be entered in the “Bid Item No.” column. When a Subcontractor or Owner Operator/Lessor has a Carlsbad business license the number must be entered on the form. If the Subcontractor does not have a valid business license enter “NONE” in the appropriate space. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the 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. When the Bidder proposes using a subcontractor or owner operator/Lessor to construct or install less than 100 percent of a bid item the Bidder shall attach an explanation sheet to the designation of subcontractor or designation of Owner Operator/Lessor forms as applicable. The explanation sheet shall be provided by the Contractor to clearly apprise the Agency 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 and Owner Operator/Lessor amounts for purposes of award of the contract shall determined by the City Council in conformance with the provisions of the contract documents and the Supplemental Provisions. The decision of the City Council shall be final. a 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 44 of 112 Pages Full Company Name of Subcontractor: SdcJ EkeA,ZMC. Subcontractor’s Location of Business IV25 Street Address SPria4fa tTltdh cle wn ‘city State Zip *Subcontractor’s Telephone Number including Area Code: ( 6 14 1 clkd - &OW *Subcontractor’s California State Contractors License No. and Classification: 3m 3 q c-1 * *Subcontractor’s Carlsbad Business License No.: JZI a3 ll9 SUBCONTRACTOR’S BID lTEMS I Amount of Subcontracted Amount of Work In Bid Bid Bid Item Including Item Performed by Amount of Contractor’s Item Subcontractor’s Overhead Contractor Excluding Overhead 4% Profit In No. & Profit Overhead & Profit - Bid Item 5 f 123,757 x -e- f lr2Woa s f $ $ $ f $ DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID ITEMS The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifi@iOns and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder’s total bid 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. x $ $ colanation: L Ilumn 1 - Bid Item No. from the bid proposal, pages10 through 37, inclusive. Aumn 2 - The dollar amount of the item to be performed by the Subcontractor. )iumn 3 - The dollar amount of the item to be performed by Contractor’s own forces. 1. MlUmn 4 - The dollar amount of the Contractor’s overhead and profit for work done by both the Contractor’s and the Sub. ~Wactor’s forces on the item. Total dollar amount of Columns 2, 3. and 4 must be equal to the dollar amount in the bid price of the item on bid proposal Pages 10 through 37, inclusive. Page - of pages of this Subcontractor Designation form l Pursuant tc secticn 4104 (a)(2)(A) Califcmia Public Contract Code, receipt of tha putions of the information preceded by an asterisk Wulred on this document may ba submitted by tha Bidder up to 24 hours after the deadline for submitting bids coMainad in UIEI Wo- lb Inviting Bids. 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 45 of 112 Pages 11/21/2866 lil9:50 SELECT ELECTRIC + 16265747642 No.477 ml2 BIDDER’S STATEMENT RF DEBARMENT . . ..; .1’ -’ ) -: . * *; I .$ jr. l .;5 ‘+ ‘.I r : .;: .I (To Accompany Pmposal) ViSl”NCAftl.sBAD INl’ERCEPT’OR SEWER, REACHES VC58 TO Vclfr, CMWD PROJECT NO, 01403 AND SOUTH CARLSBAD STORM DRAIN PROJECTS CONTRACT NOS. 3182, s28, & 3887 1) Hm you w any of yaw subaWactws ever been debarred as an Wponsih bkk by enottmtjurlsdkthn In te of Calhmia? . . 2) If yes, what washmn ihe name(s) of the egent$(les) and what washvsn the p0JW0) of deWrnent(s)? Attach addItIonal copies of thk page to accommodata mor# than twP ,debatments. party debhad party debarred OItfod of debarment period of debarment page / of 3 pegw of this Re Debamrent ftnm Contract Nos. 3182, 3528, & 3887 ‘Pago 8Dd fl2Page9 11/21/2868 09:58 SELECT ELECTRIC + 16265747642 No.477 083 . ‘Y . . ;. :: ‘.. ..i *^- I 1 t I ( ! *- 1 1; I BIDDER’S OISCLOSURE OF DISCIPLINE RECORD (To Accompany ~mposal) VlSWCARLSBAb lNTBRCEPTOR SEWER, REACHES VCSS TO VcttA, ’ CMWD PROJECT NO, 81903 AND SOUTH CARLSBAD STORM DRAIN PROJECTS CONTRACT NOS. 8¶82,3828,8 3687 canbreton 8m raqulmd by law tp be licensrrd and ~ulated by the Contract& StaQ us)“se Bolurl which has jurMeUon to investigate complaints against corMctol) H a atmplaint fe@mg 1 p8Mt ad or omitWon k filed within fw years of the date of the alleged violation. A cx>mplaiti ragardfng a btent act or wnissien pertahing 16 structural defects must be filed wlthbr 10 years of the dab of the ollleged violation. Any questions concerning a cbntmdof may be Mrred ta the Re@tmt, Codmotors State Llome board, P.0. Box 26000, Sacramento, California 95826. Hmm you over had your umtrackw’a 8cense suspended or revolted by ths bfifofnh Contmctors’ State llomse Board two or more times wlthii an eight yeti psrtod? Has the 8uspenslon or wocaUon of your cantractors limnse wet been ctayed3 -i= Have any subcontractors that you propose fo pwform any portion of ti Work ever had the& CtWmAofs Iioense suspended or revoked by the Caliiomla Contractors’ State Ueenw br’cf two W mom times wlthln an eight year period? -i= If lha Qnswer to dthet of 1. or 3. above Is yes fully identify, In ooch and avwy case, the par@ dlsdpb& the data of and vlolatlon that the dlsdpllnaty action pw!M to, &&be the natw of the violation and the disdpllrwry action taken therefor. (If needed attach additional sheets to ptwlde full. disdosut’e.) Pege s of 3 pages of this Disclosure of Dlsdplina form a 1. -..-.-a . . *-a- ---- L LILI m--e rr -, .rr----- 11/21/2888 09:50 SELECT ELECTRIC +X265747642 No.477 Pa4 8 ’ P .:: . *.. . , .* . .: *! s... . . . BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) VlS’WCAlUSBADlNTERCE~OR SEWER, REACHES VCSB TO VCIIA, CMWD PROJECT NO, 81403 AND SOUTH CARLSBAD STORM DRAIN PRQJECTS CONTRACT NOS. 3182,3628,6 3667 6) K8lomswef toelVlerol2.4(4.abOW~yeslullyidenbify,ineachend~~eou,the~ who’8 dkdplim was stayed, the date of the vIolaWn that the dlsdp!kwy r&n pertaIm ta, dewib the nature of the vlobtlon and the cw@tlon (If any) upon which the disciplinary action was stayed. I (K needed attach additlonal sheets p pmvida full disctosun.) BY coNTRAm0R . Page. 5 of 3 pages of 6-h DlscIosure of Dkclptlne form . . A . . . -*-- ---- - ---- DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID ITEMS The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder’s total bid 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. Full Company Name of Subcontracton f&r kc 80-q. zijc I’ Subcontractor’s Location of Business 14 85 street Address CtWU t&S City t3tUd&UU4& CA 731669 state Zip *Subcontractor’s Telephone Number including Area Code: ( 559 ) 86(!- 9Y VC/ *Subcontractor’s California State Contractors License No. and Classification: 55 3 794 *Subcontractor’s Carlsbad Business License No.: Nfwe SUBCONTRACTOR’S BID ITEMS Amount of Contractor% id Item No. from the bid proposal, pages10 through 37, inclusive. Column 2 - The dollar amount of the item to be performed by the Subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the Contractor’s overhead and profit for work done by both the Contractor’s and the Sub- contractor’s forces on the item. Total dollar amount of Columns 2. 3. and 4 must be equal to the dollar amount in the bid price of the item on bid proposal Pages 10 through 37, inclusive. Page - of pages of this Subcontractor Designation form l pursuant to section 4104 (a)(2)(A) California public Contract Code, receipt of the p&ions of the information preceded by an asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the W+ tb inviting Bids.’ S/l o/o0 Contract Nos. 3182. 3528, & 3667 Page 45 of 112 Pages 1) 2) BIDDER’S STATEMENT RE DE~ARiThT Cro Accqmpany Proposal) ’ . vlsr-eAom~PToR~~~vcsplTovcl~ . . . CM’WD IROJECTNO. OMO3 AND SOURH CARL88AD STORW DRAIN PROJECTS 3 COldpucT Nos. 3182,3sta, & 3867 0. .( . * . . . H8veyouoranyofyirutru bciik&m ever bean debarred me an hwon?b blddrr by i .-, I ’ 1 7s. da- w per. what WroA the name(s) of the agEuuy(ks) and debament(s)? Attach addItIonal copiar of thll page b d~bmmmta. ri . ’ a : whatnmrwem 8ccorwmdats perIodof-t party debamd . period of debarment . , ..- * I . ‘a : ‘6 * * .: m@-af- pages of ihii Fte Debarment form . 6 Contract Nor. 3182,3528, & 3687 Page 60d’lizPages . . . . . . . . # .: . . . * . 01/8W 20 : - .-.. ..- p ‘4 - I, ’ ‘! ‘. . . . . ‘- ; . . : / f I’ i, ‘a ’ . * . . . - . .*:. ’ 1.: . ! ’ * . . *. * . t ‘a;.. . :‘*‘*o . 1 ’ f .: . . .:. . : I +: . ‘6.: .!’ .- .’ 0-Z . 2. *: . <2 ’ , :% l ’ I .&‘>-z ,- ( .* I I ,:a :-* *. ‘,I i* . *- 7 i . . *.A :! ,. i’ . . 8’ 8. * , . .’ s) .’ ‘88 03:12PM WCIFit . BlbDER'S BORING INC VAs/VIDMnR - * -!lr?GlL . ..- DISCLOSURE OF DISCIPLINE RECQRD (COMINUED) m~Y-ww ’ ~NCARlBWiD UW!!RCEPTOR SEWER, REACHEB VC8Ei tO,VCMA, C- PROJECt NO. bW03 ANb SOUTH CARlABAD STORM DRAIN PROJECTS tiNTRACT NOS. 3182,3528, kSB87 #~uumr~~dZLY(.lbOY8kY81~Jd~~,h~~udrvny~,theparbr 8 ~‘rd~wrcr&yed,t)uda~dthevlo~tron~tthr,madaltrurvrctlon~t4 zmt$ n8tum ofthm viotation and the con&h (It any) upon which the dbcfplhmy atdon .* w . .- b .‘;’ i*’ -_ . . - -- ~ .--. - . . . . ’ . I (heeded atta& additional sheets to provide IU disclowe.) ‘4 ‘, 1 .- i’ I ’ : 1 fwe - of -page8 of this Disclaauw of Diiph form Contact Nas.. 3162.3526, & 3667 Page 62of 112Pa&m VAS/‘mwN Q&y ,‘: w J q,ash- 20 %cl-’ 03: i-sip bhtmt BORING INC y *y;: 3 i ‘::+ * $3& g ‘, * I *. J- . (. . ; BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (ro Acamlpany Proposal) ’ ’ . * . . . . * : ‘C. . ! , i * *: ’ .; ’ VBTNCARLSBAD INTERCEPTORSEWER, REACHESVCSB’TO VClIA, ’ CMWD PRCJECT NO. H403 AND SOVrH CARUBAD STORbl DRUM PROJECTS CONTRACT NOS. 3S82.3528, & 3667 Co-c-ur,taq~bytitoktidmdregrdatedby~ ctmt&&slateLlm~. ‘:: Bobd whirr has jrirldiclh b hmstfg& ampfahk egalnst am&tom if a amphI@ ngardfne a f ~~~OIQnlscbnk~f~~~yeroroCthe~d~dbpsdvklrlkn:,A~ht : mgardlngrhtaltactoroml6slonperhiilngto Wudwaldefeehmurtbomedwlthih1Oyeand~ datm of the alleged tichwn. Any quwtkxw concwnfng a confraw may k refbned b’,&e ’ ‘Rmglsbar, cone state ucensa board, P-0. 60x 26000, saaamenao, O!tlbnb OS826. ,‘E : ’ . . *’ ., . 4. .” :5 , , * a) mm you ever had your ct2nt&ds nmns5 suspended or nvoked bqbe celhb CcWacbm’ State kmfwe Boa A&? two or mars timas wIthIn an e!ght year perfod? , . 5=- no Haa @e wspenslon of n5vocation of your cantmtors Ucairse 8vmf twen shy&? , sj/4/ i m no Haw’any cubcontictorr that you propose ta peffonn any partion of the Wwk ww had th&t cmtractor’s~lke~ce suspended or rewked by the CalWomb Ccm!mc&n’ State Bcensa Baard twu or mom tlms wlthln an eight yew paHod vu Has.- suapansion or remon of tho4icMss of any Wbcbntactor’s that y0U. pnopase b ’ perform any portion of the Work ever been stayed? Y= blp 4 no n~Mnrwrtoelthuot:~,w3.sbwsLysStlrUy’~~~.tn~Md~~.thrpsrty . dbcipllned, the date of and vblatbn that the dkcipllnary action pertah to, d@crlba thq natun of the’ jolatlon rnd Wm disciplinary &ion taken hefor. 3 tydQd l ttr&add@mal Ihem td (rrovide fuu.dWre.) Page 2 of &ec of thb Disdosuro of bisdplii farm . : ’ .- _ e ,5hoo ’ Conu~ct No8.3182,3i528. & 3667 Psge 4rbr 112P+s ’ , .* . . . *.. . , * . . . . -. . . .*. . >a , , , . . .a . . . . DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID ITEMS The Bidder certiies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder’s total bid 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. Full Company Name of Subcontractor: EJmw. ‘ph Ss’aLkrwl , ZAC Subcontractor’s Location of Business jz lfS 0 g Street Address L&L uw 7iw City CA state 913vt Zip *Subcontractor’s Telephone Number including Area Code: I 8ffl 1 6q8 - lOd7 *Subcontractor’s California State Contractors License No. and Classification: Y 210061 6 *Subcontractor’s Carlsbad Business License No.: No h/c SUBCONTRACTOR’S BID ITEMS 1 Amount of Subcontracted 1 Amount of Work In Bid 1 Bid Bid Item Including Item Performed by Amount of Contractor’s Item Subcontractor’s Overhead Contractor Excluding Overhead CL Profit In No. & Profit Overhead 8 Profit Bid Item AgO $ r,7YS,22049o $ 6101002,i?2o $ 3~S,@(DQ*c30 S f $ f $ f $ $ $ s Ii I !Ti Ii s I% $ $ $ f $ $ s $ mlanation: olumn 1 - Bid Item No. from the bid proposal, pages10 through 37, inclusive. olumn 2 - The dollar amount of the item to be performed by the Subcontractor. olumn 3 - The dollar amount of the item to be performed by Contractor’s own forces. olumn 4 - The dollar amount of the Contractor’s overhead and profit for work done by both the Contractor’s and the Sub- contractors forces on the item. Total dollar amount of Columns 2.3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal Pages 10 through 37, inclusive. Paw - of pages of this Subcontractor Designation form l Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the ponions of the information preceded by sn asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bkls contained in the ?+I+ ks Invitina Bids.’ a --- w 5/l o/o0 Contract Nos. 3182. 3528, & 3667 Page 45 of 112 Pages 11-13-2000 08:26 FrodLbXE PIE JACKING [NC 3 fi##ux&E p,32 3arcJEJq. dVC- W8888141P I ,- , I 1 I I .,- I I 0 1 i :. 1 i ‘4 I I: ‘. *.a T-606 P. 002/004 F-l 35 BIDDER‘S DISCLOSURE OF DISCi~,PLINE RECORD (To Accompany Proposal): VISTAICARLSBAD INTERCEPTOR SEWER, Rt!A :HES VCSB ‘TO VCllA, CMWD PROJECT NO. Ql403 ANP SOUTH CARLSBAl ) STORM DRAlN PRLIJECTS CONTRACT NOS. 3482,3528,4 f 5667 Cuntracton are required by law 10 be licensti and reguiat&I by v\a Contmcto~’ State License Board which has jurisdiction to investigate complaints against I WracWs if 8 #wnplaiht regarding a patent act or omission is filed within four years d the date c: the alleged violation. A complaint regarding a latent act of OmiSsiofl pertaining ta strucRKa1 defect i must bs ftled within 10 years of the date of the alleged violation. Any questions canceming a conOgctor nuy be referred lo the Rlcgistrar, Conttactars’ State License baard. P.O. Box 26oo0, ,Q acramtnto, Califomie 95826. 1) 2) 3) 4) 6) Have you ever had your contractor’s ticens& suepen kd or revoked by the Cal;fomia Contfactofs* State liCtnSt Board two w more times w&in a I eight year period? x-- x no Has the suspension or revocation of yaw contractors ScerU 9 wei been stayed? -yzT no Have any subcontractors-jhat you pmpose to perfcrrm an I portion of the Work wur had their convactofs license suspended CM revokecl by the Cslifom$ . Contnxt~t% State license Bowl wo or more times within an eight year p&xl? no Ha9 the Suspension of revtaca?bn of h4 Iitzt%?s8 of any:@cwtractofs that y0u pIopose to perform any portion of rk ever been stayed? yes no If tne answer ta eiPler of 1. or 3. above Is yes fully idanti y, in eati and every case, the party disciplinad. cha Pats of and violation that the dirdplinaty a! aian psnain to, d&cfibe the MtUre of the violation ana tht CliSCipliM~ action taken therefor. : (If needed attach additional sheets ta pmVi4e till disc&sure.) Paw-, - af pages of this Disdost r% of Oisciplino fan8 afi 5ws . - -- .I-- J saobh **a3 ~7 3c3a & ':.R#q OTSS p8q4t 61 d 112 Paw 665 091 tLv:s1: 0009,0I'&3d 11-13-2000 03:23 Fron-ELL(ORE PIPE JACKING INC +3133331419 T-B06 P. 003/004 F-l 35 WDPER’S DISCLOSURE OF DlSC!PLlNE RECoRD (CONTINUED) (To Accompany Proposal), VISTAICARLSSAD INTERCEPTOR SEWER, RW :HES VC68 TO VCliA, CMWD PROJlfCT NO. 91403 AND SOUTH CARLSBAI ! STOW DRAIN PROJECT& CONTRACT hlOS. 3182,3528,1.3667 6) If the answer b either of 2. or 4. above is yes fully identify , in each and every cam, the party who’s discipline was stayed. VIP: date of the violation that Ihe dizbpfinary acrbn pemins u), describe the nature of the vrolation and tne condition (ii an) I upon which the disciplinary action was Stayed. c . . (If needed anach adaitional sneers ta provide full aisclcmm.) BY CONTRACTOR: -&Edb?$HgG-GMI (print namsltitit) Page of -- pages of tnis Disclaslrfc cI1 Phipfin8 form a YlOBO Lnr Iana l J OtoCI COntract Nos. 3182,3528,& 3667 - PtfJct 82 o( 112 Pap 9tiI suas r SU3CM X? GTCS 66s OQL LV:ST OOOZ.o~'~~fl T-805 P. 004/004 F-1 35 11-13-2000 08:26 FrowELMORE PIPE JACKING INC r 1 L BIDDER’S STATEMENT RE IW3ARMENT (To Accompany Pmposal) \ ~~~CARl.~BAD INTERCEPTOR SEWER, RE \CHES VCSB TO VCllA, UuWD PROJECT NO. W403 AND SOUTH CARLSBI 0 STORM DRAIN PROJ- CONTRACT NOS. 3182.3528, b 3667 I 1) H8v8 you Of any of your subuantfattws ever been det, arred as an”Wresponsibl8 biddw by another jurisdiction in the State ofCal~fam~7 i 1 7 no I 2) If yes, what w2shwe the name(s) uf the agency(ies) i na what w&were the pefi0ci(s) of debairmrrnt(s)? Attach additional copies of this page : W accommodat8 more than two debarmeWs. pariy dsbarred party deban d period of debarment d- BY CONTRACTOR: Er.r-G Pm ~ACwq,za . Q Y10100 Phh ,cnt ‘X QCLPbs period of det arment Page _ of pages af this Re pet arment form Contract NOS. 3182,3528,& S66: -Page 5ool112pages 5tiI pruQ * gc!.3aM XP; OTSs^ 66; OgL Lb:;1 COC2,C?‘~~~ JO0 OQ:38 FroeELMORE PIPE JACKING INC was P. 004/005 F-087 . b ELMORE PIPE JACKING, INC. I. Trenchless Construction and Rehabilitation SpeciaIist~ 12458 GUstone Avenue - Lake View Tcmace, Califoruh 91342 Post Office Box 923157 ” syknar caLforniag 91392 Phone (81%~1007 - Fax (818)898-1419 CITY OFCARI-SBAD VISTNCAMSBAD -OR SEWER CONTBACT NOS. 312I2.3528 A 3667 MICROI’ummmG CONTRACTOR PREQI~AIAFCATION PROPOSAL AMXOTUNNELEXPElUENCE Tbc~~~baaP~byEllnorePipc~Inc. htltcbstfiveycMsIlmtiu&orcr15,oootFoirPiaaarPaelworlc ?roject#1 - pd-&Npnw: . c)MVldgFlru: ?roject#2- RQpctlGmE - -w=w MoluccbriadcbegcMc~rGrptorscwer LSWVtgil&NCMUh WQf-VW 4OOEhSt!3EWuIAVCllIiC lasvtgac. l+kvMa Mr. kit cbnsrtatto - (702)22!w212 CrosscawnIntcrecpordRdicfW-sc~lf L=Vet;rsNevrbr clarkcoumy~Diroia 5857EastFIam4pRilad LUSVCgtUhkVU?lb89l22 Mr. Brcnr Moscr - (702))346601 CCSD- (702)43caaOl lrLLamaaWSyUUll 4PoDMicx~?BM-lackln&sRuiou~mt~ SihySlJUK~=kGdUG~ 1,684LF42”iiobas~-~~esWLF&686LF roe 09:38 Frow-ELUORE PIPE JACKING INC WstRussdlRdpd~Scwcr--223 Lacvelpr,Nmda CWCC0UUtY-M w7EmFliumgoRonQ Lasvcgu# bkvrd, 89122 Mr. Brr# Modtr - (702)434&01 CCSD - (702)a4dtso1 AkkClWWIbWOtUWlS~ 4~oOt&cr~~ll-~rruioni~icd~uscd =Y=&mk-o 1,7roLp4t”Mobarpipc-Thr#~-~~~~113uLp hOjCCtY5 z- - . obvw& Copnl4iUfip - acadh cild: Zc! Rojcct#L /---- PFQjOCtNibW: Lotada OWZWApiC): SiUtFUWiSC+SzoOJJ&SCWW~ SHbF~cmlihm; CiFydSurFRadsao DcpL Public wok (415)5sw580 Brown & (!aldwcll - Norm sculc (510)937-9010 Akktxmmm1 sysmn 46.r m WUDti - J~stptionIJscd 2.aooL.F36”RcPIklha4A - 4 drivn - Lctngu drive 1,020 LF IblayJRan#sjoipr--Elmr\rrm crodnowa~sew&r-segmabtI LUVmNcv;rrt9 CliUkCfNJJU)@-~ SW7 Ersr Flaminga Road Lisvejpq Nevada 89122 Mr. BtmuMoer - (702))3~1 CCSD - (702)a4&601 --Rmf= 4PoDMicr~TBM Thi&chyssihycnrvirgmv&ulkkO 3,205 LF 42” H&as pipe z=*p- - h4anraey-spakaryscmr . Z- sanJasc,- c4gdsamJonc lzql@aa; --syacnr 4!rmoDouJnnelT8Ad GmccAcoJJd. samdslbnc Psajcapcrcripfaa: 2,uoOw:42*Kobaspipc-2~~9u)LF&1,OuIu:Eacb T-TM P. OOS/OOS F-081 11/20/2000 15:32 FAX 16285740509 SBCC . la042 DEStGNATtON OF SUBCONTRACTOR AND AtMOUNT OF SUBCONTRACTOR’S BID tTEMS The Bier certifies; that it has used the sub-bid of the following kted subcontractor in preparing this bid for the Wodc and that the listed subcoMa ctorwillbe~~toperfofmthe~of~worl<~ designated in the list in accordance with applicable provwons of the specJfiitions and section 4100 et seq. of the Public Contracts Code ‘Subletting and Subcon- Fair Practices Act: The Bid&r further certities that no additional subcollb%tor Will be allowed t0 pe!rfon?l any portion of the Work in excess of than one-half of one percent (0.5%) of the 6iddefs total bid or ten thousand dollars ($10.000) whichever is greater and that no changes in the subcontractors listed work will be ma& except upon the prior approval of the Agency. FuH Company Namta of S&contra&X &r FEt Btvih(q, XAj(, I- Subcontractor’s Location of Business 14 $5 ou!hAidU~eiJ StreetAddrass *S&contra&or’s Telephone Number including Area Code: ( 5s9 1 8 6(1- 9Y Y4/ ‘Subcontractor’s California State Contractors License No. and Classification: 5s 3 79(/ *Subcontractor’s Carlsbad Business License No.: c Bid Item &- SUBCONTRACTOR’S BID flEMS Amount of subcontfacted Amount of Work In Bid BM Item including Item Performed by Amount of contractcw% Subcontractor’s Overhead Contractor Excluding Overhead & Profit In L Profit overhmd & Profit Bid Item : 4@,37S.oa S .f s /%clZ5=@0 x S : Y2924.~ f 3 L)-. s 3 : qt+rrvm+ s t f I, b - IS IS IS Itplanrti~: ~lurnn 1 - Bid Item IUo. fmm the bid proposal. pages10 through 37. indushre. dumnZ-fhedoWaramountdtheilemlb~~mredbythe~~~r. Djumn ? - Ihe doUar amount of the @VI to be performed by ContracWs v farce!. - - Dfumn4-medonaramountofthe ummto~s forcus on ttu3 Item. conaactor’sovemsadandprdttIwwork~bybolh~co~~sand~sub TOt;ll~amw~ofColurnnrr2,3,and4muetbe~~k~dallaramwntin~bidpricsof~ltemonbid~~ pages 10 through 37, lncWve. pages of this subcontractor Oesignation form CaWambPubk&nImdCaIs,mmWfJffbOarYarrrti~~- daarnwwtlfMybsSlltlMM lb hiwng fikk= byU1efMkWup~24l1o~I8~hodsldlns krsubmf(llngblds- S/l nH\n Cnntru-thlne .71A3 RR3A CL8867 Parrp AI;nf 117hwsM ___ 11/20/2000 15:54 FAX 18265740509 SBCC 21 , q@-'~:lgfy#&gq~ BORING I&--- UcIsJUIL*yIK . p;.zqool BIDDER’S STATEMENT RE DEBqCUkEhJT f-=pwm- yn- 74 no . VW%* wrrtlEww(*Ihs~*)d~rigmcy(kr)ad-rvrrlwrm debwmw&)‘) Amduddmonuloapirrof(hbpaClcr~- . . P--f- pwbdddebamant * . . j . - 3 . 1 . .: . . silocoo Cowran No@- 31112,3528,6 3667 ‘Pnga 5od112P8p . . . . . 8 . .: . - . . . . ;‘,$ :t . : * A* 51 3’ * r,* * .; i * . .- . . 3 . . . .: f i _. . ** : - i-g:: - :.: . . -r - *. *. . I ::v. . ::‘& i ’ : .: . * ‘... .: . .i.’ . ,q .!’ .- . . *! *.k ‘f. ’ l ,..*r *’ r&Y , id ;1 . .,;. ., g# . i . . :. -a :.. . *. 6 :: ,, (’ 2 . .’ .* . A! .’ a...*, . - FAX 16265740509 SBCC 03:12Rl Fvcmt BORING It-c Uffi/VIDMLIK - . LPA?:~ ..,- BtbDER’S DISCLOSURE OF DISCIPtJN E RECORD (--I (To~proporal). vl8Ts lNmwumR~~~t6.vcl1LL CWUD PRQJEtt No. @1+3 AWD ~N’IM CANUSAD&TORMWWNPROJ=78 COMTRUt~Os,al82,~~~ . - --- I . . 1 . -. . . t . smmo Wu ha.. 3162.3S26.6 3667 ho stat il2P& . . . *. . . . . 2 * . . -.. , . . . ._a. . --.w_ 11/20/2000 15:55 FAX 18265740509 SBCC ElpkJv,b-~~-'03:i~~mBaRING INC u#wYLm .: i : . * .‘r * : ‘.a - ’ (. .2 *: :? l . . .-, , . . * . . ’ h 7; I . ’ .: .’ .* 8.’ i+ . . . . .: I ** ‘. . ‘4 - *’ ‘. :: ’ 6 . ,i’ BIDDER'S DISCLOSURE Of DlSClP LINE RECORD CTovwRopossrd). ’ 3) PbWanycubPDntraaa Is th8t you pfDPo08 to pahm my partion oflhaa~~~~d~ cmbacWabnse suq8nUad wrwoked by the Canla - ormlN88meawrHhkren~~qarkd7 F 4) Has.tt# slqmbslon or fullmah ot8984km58 of any urbc0rrbacldr-m~~ -peftolm8nyportkndmwarkM?b58ndylcd~ . . . . . 6) l 8 . * .I ’ . . a,’ - :; .‘- :**: , ;, * 1.. *--.*T :~~~ . :- I . . . -1 . . . . .,‘.. * . . i-$ ’ b . . 1 . . . {U mi+~O m rddltiorul Web 6 Pravide fuU.dktb!Wre-) . . -. I -. . ‘;“y ml@LN i#lgl?sotlhb~obDMplina- . .I . . -* :’ * Q , kioo f * conimct Ncm. 214 3i28, c 3667 Peg8 slit trtPig& ’ .: : , . . . . . . . . . - .I. . ‘- *. 4 , . 11/20/2000 15:33 FAX 16265740509 SBCC w li?Joo3 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR’S BID ITEMS The Bid&r certii tbt it has used the sub-bii of the fdlowing Ifsted SubcOn~ in premfing this bid for the Work and that the listed subcontractor will be used to perform E f+fons of the-Work as cjesiinated in the list in acoordanc42 with applicable provisMs of p S et seq. of the Public Contracts Code Subletting and SubcantfacbIlg ~~nsandycbon4100 aa Pmctms Act. The 8idder further certifies that no additional suba~tractor wiU be elkwed to perform any portion of the Work In excess of than on&&f of one percent (0.5%) of the BiddeVs total bid 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. Full Company Name of Subcontractor _ E/mOs Pi@& r&kMn , -C If Subcontracttis location of Business SP, &id%w I 2 q SbeetAddWSS *Subcontractor’s Telephone Number including Area Code: I 818 1 m8 - (@dT gSubcontractof*s California State Contractors License No. and Classification: y 260 61 e *Subcontractor’s Carl&ad Business License No.: SUBCONTRACTOR’S BID ITEMS Item No. fmm the bid poposal. pages10 thmugh 37. bufusfve. CotumnZ-ThedoHaramountofIhb%mtobepeHwmedbythe~. Column 3 - The dollar amount of the item to be pwfwned by Conl18ct0~s own lames. Calumn4-Thodotisramountoflhe conbsetofs forces on the item. fiomacWs overhead and profit hr work done by both the Confractoh and the Sub T~ddlaramorrntofCoQlmns2,3,and4mwtbe~~oIheaamountin~bidpicea4Ihe#emonbid~ peoes10IiuQ~37,indusive. ^ Page 2 of 3 pagesofthii Su bcmtractor Designation form l Prawrurtb~ckn4101(a)(ZHA)~PublicConad~,~d~pa(bnsd(h8hknrr;)(kn rssuimdonlhkl 6oQ#mmlmaybesubmigcd m:* UQI hfiiim BId6.’ bymnbBldderupbZ4lloureansf6lsd8adlhekr~blds rrra~r~~hbne QlQ3 1E9R It fmC;t Dun AC nt 443 O- 11-10-2000 oa:3e FrowELMXE PIPE JACKING INC +3103331413 T-708 P.004/006 F-OS7 -.. ,. P ELMORE PIPE JACKING, INC. Trenchkss Co~~~truceion and Rehabilitation SpecMsts 12458 Gbddone Avenue - Lake View Temu+ California 91342 Post office Box 923157 - syluw californi& 91392 PbOBc (818)898dOQ7 - Fax (818)898-1419 VXSTMXRUBAD -OR SEWER CONTRACT NOS. 3182.3528 A 3667 lmjectY1 - ZNomt: . OVVIW-: - ?roju!t#2- ml&MC: IAKalioa -w MmteChrindChycMcrntc~scwa LBSVtgar,NWJUb WQfl=VeeaZ 4OOE8SfSUW8BAnnuC lasvcgas, Nevada Mr. Joe c3bmunm - (702$229-22x2 liamst- Ak3cmlmMkrotpnntl~ 4FODlUbU&UdTBM-NO~g~ mmvads~~cdiebc.J=em-- 5,8101p42”Hobsrpipt-~arDrives400~780u;- S10LfS4n!bClCiSSiUg-36@crnitrPip hosstownImm;cpordRdiCfW-SC-11 bVtX=b=VM cbxkcomlQsirnitadonDisu& s57EastFlamin~~ LasVegaqk4evada89l22 Mr. BrctuMora - (702)G4-6601 CCSD- (702JW-66O1 -MiaonmaJsysum 45”oDMiaonraotlTBM-3aclaagscauiou~aoluscd SilEy=dG~%calic&=f 1,6841542”HdwsF’ipe-lWofhivcs~U&486686 11-10-2000 03:30 Froa-ELWRE PIPE JACKING INC T-lee P.oos/oos F-087 ?r+st# 384 - - x-: . chvnu/w: hoject Y 5 -N”: -w COOSLIhh8gCC Jam@= - cod.: RQjuxmcxipifnr Prinwc-. Pnbjc!uri ,- zlt: . OWDU/m: Wcs%ltusdl~ReJiefScwer-Phsrc2&3 La6k~Ncvti CIWlCCOUll&~~ s8s7EauFlaInm@BoaQ bSVelprlWMb89l22 h4r.&c.abb6u - (702)4~1 CCSD -(702)434-&m Akkmlan-system 4~ODMacroIuuncITBM-~gsruioniasr3IIcd~uscd =Y==klP-k-0 1,740Lp42-HdmsFipc-l%leeDnvcs-L4m@!aDri~00LF sOnFIWiSCO2ooIdWIWWC~ SIIIFnneircqrplihmil CityOfSiUlFnadsa, Dep. Fait woks (415)55&4580 Brown 0 CaIdweII -Nonn ScBIe (510,sn-w10 Akjumim-1m 46.fm wcr.mla - J~slatioBUEed 2,aooLFwRc!PMicmtparvl - 4 drives - Lm@st dlive 1,020 LF: Iacy~jaiorvaulAre-~- cn#nown&~scam-~I bVQI?&#NWtidil ChkC~-DiSUiCt 5857 East Flimingo Raid LaVegas, N&ad 89122 Mr. Brc.aMorcr - (702))34+5601 CCSD - (702)%3&6Ol --m 4S- QDMiaMunnelTBM ThidcdassiI~sim&grcnnls.~~d~ 3,205 LF 42” I-lobs Pipe z=--“” Monterey-saaiauysew# . 2CZZi-w sanlase.caIifonua chyd!saaJosc Equiprrrar: AkkmnanMi-sysfan 45” OD Micronrnad T&l t3axeclL CoDd- sadsume Projea~ 2,ooOu:42~HDbespipc-2drivcs9u)LF&1,ouILFEach :ll-13-2!NNl Da:24 FrdL@RE PIPE JACKING INC . +8188961419 : . - AJ fiNcc)aE P,?ii;’ JL)c~ug. -“c- .- I I I - I . i - - I I 0 1 1 - :. 1 z t I * . t 0’. T-US P.002/004 F-1 3s BIDDER’S DISCLOSURE OF DISC$‘LINE RECORD flo Accampany Proposal): VtSWCARLSBAr, INTERCEPTOR SEWER, Rt% WES VCSB TO VCllA, CMWD PROJECT NO. 9143 AND SOUTH CARLSBAI 1 STORM DRAIN PROJECTS CONTRAET NOS- 3182,352&t ; 5667 Contractors are requir8d by law to be likunsed atId regulate I by the Contraaor# State License Board whiti has jurisdiction to investigate tbmplaints against ( bntract~n if a #rmplaint regarding a prent act or omission is fihd within four years of the date c : the alleged -@ion. A c;ompIainr regarding a latent act or omission pertaining t0 ftructURil defeU 3 must b8 filed within lb yews of the date of the alleged violation. Any questions anteming a contractor may be referred ta the Rrgistrar, Contractcvs’ Stgu License boWd. P.O. Box 26OOU. 9 acmmenta, Califomk 95826. 1) 2) 3) 4) 5) Have YOU ever had your C0ntrXtOfs liC8M45 susp@tl Wd or r8v0kA by the. Califomh C0ntmctoro' State iicense Board two 0r more tinws within a I eight year per&d? x yes t-IO Has the suspension or revocation of yaur contractors lice(ld 3 ever been stayed? ycr no IIave any subcontractors that you prqosr to pe&#m an I portion of the WfKk ev8r had their r=OnUactofS licemse suspended or revokeQ by the Califom$ .Contnxtofs* Stat8 kcns~ Board two ur more timss within an eight year mad? -yes CIO Has the SuSp8IlSion or revocation d the licens8 of any: s&c4xWactofs that you propose to perform any portian of the Work ever been stayed? yes no If mo rnswr to either of 1. or 3. above b yes fully identi k, in eadr and Hry cBsB, the parry disciplined, tire Pare of and violatisn that the disciplinary a; 4ion pertain to. d&&e the rl8tUre Of the violation and the disciplinary ation taken therefor. I VIA /l-l . (If needed attach additional sheezs ta provia& WI Qisdos~~re.) Page,- - of pages of this Disdo% re of Discipih f8m cnr #t%f 060b# a . --a .I-" 9909 *s:3* 1L '367 P8t~8 610f 112 Paoes 3& SNOS 9 suoon B’z 014s 66s 09L LliST 4002.OT’MnI 11-l?-2fOIl 08:26 FrarELUOR5 PIP5 JACKING INC +6166661416 T-605 P.O06/604 F-135 BIDDER’S DISCLOSURE OF DlSC!PLlNE RECORD (CONTINUED) Cro A-w=ny Pw-0. VISTNCARLSBAD INTERCEPTOR SEWER, REAXE3 VC58 TO VCli& CMVVO PROJECT No. 81403 AND SOUTH CAR&SW! S7ORlU DRAJN PROJECTS CONTRACT NOS. 3102,3528, II 4867 6) Iftnea~rtoeivlerofZ.or4.Pbovois~~~llyiden~~,intathandarwyr?lCP..fhepany who’s diipline was stayed, tte date of the violation thal the disciplinary action per&s m, describe the naQm of The walatim and tne condition (if an) I upon which The disciplinary action Was Stayed. . (If needed artat3 adaitional sheets to provide full &clasure.) BY CONTRACTOR: page - of- pages of tnis Diisurt rrl PiSCiplW f0ftJl e w SIlOJO *c)c #*Aa .J E&Otrll Contact Nos. 3182,3528. & 3667 - Page 62of 112Pnges 9rJI SNOS B So= xq GlSS 66s 09L i.t:Cf OOOf.o~'~- 11-13-2000 OS:26 Frar5LIIoRE PIP5 JACKIN INC +6166661416 T-605 P. 0041064 F-135 .: - I ‘ *- L- BIDDER’S STATEMENT RE I)EBARMENT CTO~~panY f+qosal) . f VIST~#U?I.SWLD IHTERCEFWIR SEWER, RE bCJiES VC58 TO VCllA, CMWD PROJLZCT NO. 91403 AND SOUTH CARLSBI D STORM OWN PROJECT’8 CONTRACT NOS. 3182,3!528, k 3667 I) Have p or any of your subcontittws ever been de! amd as an3mqmnsibb bidder by another jurfsdictiarr icr the S&t8 of Cahfama? yi- no F 2) If yes, what waswere the name(s) of thr agency(ies) i nd what washwe the period(f) of Attach additional cophits of this page : ta accmmodate more tnan two pany deban td - period of debarment period of det arment BY CONTRACTOR: EL?-RE PIPE Jkw~Lm~. (print namehitb) f4 a Y1 woo rnn Icnn’a 01;owa Page -of- pages of this Re Det armsnt form Contnn Nos. 3182,3528,& 368: ‘Page sod 112mQes 3NI SNOC 3 S@- % QTSf 66; OgL Lt:;l coc2,cT’A= @002/002 11/20/2000 15:35 FAX 16205740509 SBCC ; DESIGNATION bF SUBCONTRACTOR AND AMOUNT OF SUbCONTRACTOR’S BID ITEMS Full Company Name of Subcontractorz Suboontractofs location of Business fY2S stfsatA#ass- *Subcontractof’s T8l8phoneNumb8iir~i ing Area Code: _( 6fq 1 Y&L ~0~ *Subcontractor’s California State Contr License No. and Classification: 2$@ 3 d c-1 @ Amount of Contractofs Overhead & Profit In •~hdon41w(a)o~Ri#ic ~&~iiotmntntmaybW bac!cads.fsaiptdthsuwuomdha~ #s *- bYh+dH”pW24hour*Me-lor~~~~~~~ ts 5mmo Contract s. 3182,3520, & 3667 Page 45d 112Pages DESIGNATION OF OWNER OPERATOR/LESSOR - AMOUNT OF OWNER OPERATOR/LESSOR W VISTAKARLSBAD INTERCEPTOR SEWER, REACHES VC CMWD PROJECT NO. 91403 AND SOUTH CARLSBAD STORM CONTRACT NOS. 3182,3528, & 3887 er Operator/Lessor in or will be used to perform plicable provisions of the etting and Subcontracting r Operator/Lessor will be one percent (0.5%) of the greater and that no changes in the he prior approval of the Agency. Full Owner Operator/Lessor Name: Owner Operator/Lessor Location of Busines luding Area Code: ( ‘Owner Operator/Lessor Ci usiness License No.: Amount of Work In Bid item P8rfOrm8d by Contractor Excluding Amount of Contractor’s Overhead & Profit In Bid No. Overhead & PrOffi Overhead & Profit - Item f / $ $ / $ $ $ / $ $ / f $ $ / $ $ $ / $ $ $ $ xdanation: pages of this Owner Operator/Lessor form tion preceded by an asterisk 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 46 of 112 Pages - BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) VISTAKARLSBAD INTERCEPTOR SEWER, REACHES VC56 TO VCllA, CMWD PROJECT NO. 91403 AND SOUTH CARLSBAD STORM DRAIN PROJECTS CONTRACT NOS. 3182,3528, & 3667 Copies of the latest Annual Report, audited financial statements or submitted under separate cover marked CONFIDENTIAL. Contract Nos. 3182, 3528, & 3867 Page 47 of 112 Pages BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE P (To Accompany Proposal) VlSTAlCARLSBAD INTERCEPTOR SEWER, REACHES VCSB TO VC1 lA, CMWD PROJECT NO. 91403 AND SOUTH CARLSBAD STORM DRAIN PROJECTS CONTRACT NOS. 3182,3528,& 3667 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. Name and Address Name and Phone No. of Person Contract Nos. 3182, 3528, & 3667 Page 48 of 112 Pages BIDDER’S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS’ LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS’ COMPENSATION (To Accompany Proposal) VISTAKARLSBAD INTERCEPTOR SEWER, REACHES VC5B TO VCllA, CMWD PROJECT NO. 91403 AND SOUTH CARLSBAD STORM DRAIN PROJECTS CONTRACT NOS. 3182,3528, & 3667 As a required part of the Bidder’s proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: Comprehensive General Liability Automobile Liability Workers Compensation Employer’s Liability 2) Statement with an insurance carrier’s notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employers 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, the Standard Specifications for Public Works Construction and the Supplemental Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. Contract Nos. 3182, 3528, 81 3667 Page 49 of 112 Pages Sullivan & Curtis Insurance Brokers 626-683-6104 135 N. Los Robles Pasadena, CA 91101 NSURED Steve Bubalo Construction Co. P.O. Box 1048 Monrovia CA 91017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POimiClES BELOW. COMPANIES AFFORDING COVERAGE COMPANY % 9-X/ A GENERAL ACCIDENT INSURANCE C r4 r&‘c COMPANY 6 CGU INSURANCE COMPANY COMPANY C STATE COMPENSATION INS. FUND COMPANY D :.:.: .;:,::::: ,.,. :.:.. ..:,,, 2 :::: :+; .;. . . . . ‘..“.:.&. :::,‘j:.,::,$:; :::: ..: . . . . .x....:, .::.‘.‘.:..r.. .,.:. .,,,. (.‘.“;‘,,,: .i ,.,.,. . . ,. .y .‘. .‘“‘.:.:.:.: . . . . . ,/ “.,.i>. .,“,.:.::::::::::.;::l:i:::,:::::,:::,::::;::,::::;B:iai:~::~,: .,. ,...... . . . ..>...y ..I. . . . . . . ,. . :.:i:g~r-::i8iii:~~:~::~ I~:ti:i::::::.::“‘i:::.~:~:~:::~ ::; .:;,: :,:: ::>,:. ,::,.,,:, ;, ,,.,,(,,,\ ,,, ,.... .A.... ‘..‘.‘..‘:.:.:.:(.~ ,.,.: ,‘,.:,:,‘,.,.,.. ..,.,.,.,_,.,,,\,,.,, .., .,.,.,.,., “““i . . . . . . . . . . . . . . ..i...... . . . . . . . . . . . . . . . (, ::.:.: ‘::.:::i ,:::j.:.:.: :: ..:., . . . : .,., :: . . . . . ..x.....:.: . . . . . . :.:, ,,,A: ,..“,): > .:.., :, ,. .,., :.,.:.(:.j;;::::::::.:,.,:.~ .,.,‘,.,~,‘,l~,~,‘i( . . . .1..... ..I . . ...\ . . . ,..,: ._, _, . . .._ .:.:.::.:::.::::.:‘.:, ,,. ,:..,.,.: : >: :,..:.:. :::::::.::::~::‘~:..:.:.:::.::.::.:~:::::.:,:~;:.::::::::.::.:::.:.::.:;::~::: 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. “0 .TR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE IMMIDDIYY) DATE (MMIDDNY) LIMITS A GENERAL LIABILITY CPPI 219850-01 7/01/00 7/01/01 I ~~ GENERAL AGGREGATE s 2000000 x COMMERCIAL GENERAL LIABILITY PRODUCTS - COMP/OP AGG S 2000000 : CLAIMSMADE x OCCUR q PERSONAL & ADV INJURY $ 1000000 OWNER’S & CONTRACTOR’S PROS EACH OCCURRENCE s 1000000 FIRE DAMAGE IAny one fire1 9 300000 MED EXP IAnY one person) $ 10000 A AUTOMOBILE LIABILITY BAO264777-01 7/01/00 7/01/01 COMBINED SINGLE LIMIT S 1000000 x ANY AUTO ALL OWNED AUTOS - SCHEDULED AUTOS x HIRED AUTOS x NON-OWNED AUTOS BODILY INJURY IPer person) 8 BODILY INJURY (Per accident) s GARAGE LIABILITY b ANY AUTO ! , B EXCESS LIABILITY CUB01 99479-01 7101 IO0 OTHER THAN UMBRELLA FORM c WORKERS COMPENSATION AND EMPLOYERS’ LIABILITY 42911OB-00 7101 IO0 THE PROPRIETOW PARTNERS/EXECUTIVE R INCL OFFICERS ARE: EXCL ‘“-“; OTHER *EXCEPT 10 DAYS ‘*ISSUING CO. FOR NON PAY WILL MAIL BODAY WRITTEN NOTICE IESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS RE: CONSTRUCTION OF VISTAKARLSBAD INTERCEPTOR SEWER, REACHES VC5B TO VC1 IA AND SOUTH CARLSBAD STORM DRAIN PROJECTS, CONTRACT #CMWD 91-403 CONTRACT NOS. 3182,3528 AND 3667 PROPERTY DAMAGE s AUTO ONLY - EA ACCIDENT 9 : : : ‘: : .: ., OTHERTHANAUTOONLY: “:: I’::. ;.‘.‘.,” ‘. EACH ACCIDENT t AGGREGATE 9 7fOl IO1 EACH OCCURRENCE 9 10000000 AGGREGATE 8 ~10000000 EL DISEASE _ EA EMPLOYEE 1 $ 1000000 VIA CERTIFIED MAIL TO THE CERTIFICATE HOLDER NAMED AS ADDITIONAL INSURED. FOR ADDITIONAL INSURED INFORMATION SEE ATTACHED FORM . . . . . :. ..:.... ~~~~i‘~i:~~~~~~~~~~~~~~~~~,~‘~, ;z,i;:$;j, ~:‘:-iis:i?l’~~~~~~~~~~~ .i:i’:.:i’~i’~~~~~~~~~:~~~~~~~~~~~~~~~:~~~~~~~~~~Ti~~~~~~~~~,~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~:~~~~~~~~~~~~~~~~ ,...... .::.. . . . ,.:., ,...... ,.,.... : ..,.,.’ .,.. ,.,.. ,..., ,... . . . . . . . .,.,... . . . . . . . . . .../. . ..,. . . . . ., ,.,...,.....,.. ,.... .,..,.... . . . . . ,.,., . . . . . . . ,..., . . . . . . ., :,.,. .,.... ,.: ,.,.... . . . . ../, ,\.:,.. .,. . . . . . . . . . . . . . . . . . . ..,., . . . . . . . . . ,_..,. .,. ,..., ,...,.., ,, ,.. .,., ,.,..., ..,.. . . ., . . . . . . . . . . ,.,.. . .A d, ,. . . . . . . . .,.,.. ..~..,.A,~ . . . . . . ._,...... ,..., /c.. F CITY OF CARLSBAD This policy will not be cancelled,mterially PURCHASING DEPARTMENT changed nor the amount of coverage reduced L -until thirty(30) days after receipt of written, 1635 FARADAY AVE notice of cancellation of reduction in coverag CARLSBAD CA 92008-7314 Of Carlsbad. . COMMERCIAL GENERAL LIABILITY C#: STE82019 Name of Insured: Steve Bubalo Construction Co. Policy Number: CPP1219850 Policy Term: 7/01/00 - 7/01/01 Eff. Date: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED- DESIGNATED PERSON OR This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: THE CITY OF CARLSBADJTS OFFICIALS,EMPLOYEES AND VOLUNTEERS ARE NAMED AS ADDITONAL INSURED HEREUNDER AS RESPECTS LIABILITY ARISING OUT OF ACTIVITIES PERFORMED BY OR ON BEHALF OF THE NAMED INSURED (&no entry appears above, information required to complete I endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule as an insured but only with respect to liability arising out of your operations or premises owned by or rented to you. PRIMARY WORDING: THIS INSURANCE IS PRIMARY AND NON-CONTRIBUTING WITH ANY OTHER INSURANCE AS RESPECTS THE CITY, ITS OFFICIALS,EMPLOYEES AND VOLUNTEERS. Cc320261185 r- POLICY NO. BA0264777-01 EFFECTIVE DATE l/26/01 COMMERCIAL AUTO AUTOMOBILE LIABILITY ADDITIONAL INSURED ENDORSEMENT DESIGNATED PERSON OR ORGANIZATION THIS ENDORSEMENT MODIFIES INSURANCE UNDER THE: BUSINESS AUTO COVERAGE FORM ADDITIONAL INSURJZD: CITY OF CARLSBAD,ITS OFFICIALS, EMPLOYEES AND VOLUNTEERS ARE NAMED AS ADDITIONAL INSURED HEREUNDER AS RESPECTS LIABILITY ARISING OUT OF ACTIVITIES PERFORMED BY OR ON BEBALF OF THE NAMED INSURED. WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown above but only with respect to liability arising out of the ownership, maintenance, or use of a covered “auto.” N~ED~sUED$TRVE BUBALO CONSTRUCTION CO. INSURANCE COMPANY: GENERAL ACCIDENT INSURANCE CO. Company Represent&ive - BIDDER’S STATEMENT RE DEBARMENT (To Accompany Proposal) VISTAKARLSBAD INTERCEPTOR SEWER, REACHES VCSB TO VC1 1 A, CMWD PROJECT NO. 91-403 AND SOUTH CARLSBAD STORM DRAIN PROJECTS CONTRACT NOS. 3182,3528, & 3887 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? xx Yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred agency agency r period of debarment period of debarment BY CONTRACTOR: Steve Bubalo Construction ComDanv (name of Contractor) ice Pres. & Gen. Mgr. (print name/title) a 5/l o/o0 Page 1 -ofA pages of this Re Debarment form Contract Nos. 3182, 3528, 81 3667 ‘Page 50 of 112 Pages ,- - BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) VISTAKARLSBAD INTERCEPTOR SEWER, REACHES VCSB TO VCllA, CMWD PROJECT NO. 91403 AND SOUTH CARLSBAD STORM DRAIN PROJECTS CONTRACT NOS. 3182,3528, & 3887 Contractors are required by law to be licensed and regulated by the Contractors’ State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors’ State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period? Yes no 2) Has the suspension or revocation of your contractors license ever been stayed? 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period? yes no 4) Has the suspension or revocation of the license of any subcontractor’s that you propose to perform any portion ork ever been stayed? yes 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefor. (If needed attach additional sheets to provide full disclosure.) Page 1 of pages of this Disclosure of Discipline form 1 Contract Nos. 3182, 3528, 81 3667 Page 51 of 112 Pages BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) VISTAKARLSBAD INTERCEPTOR SEWER, REACHES VCSB TO VCIIA, CMWD PROJECT NO. 91403 AND SOUTH CARLSBAD STORM DRAIN PROJECTS CONTRACT NOS. 3182,3528, & 3887 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who’s discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Steve Bubalo Construction Company (name of Contractor) By: John C. Schiller, Vice President and General Manager -- (print name/title) Page - 2 of 2 pages of this Disclosure of Discipline form e 5/10/00 Contract Nos. 3182, 3528, & 3667 Page 52 of 112 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 VISTAKARLSBAD INTERCEPTOR SEWER, REACHES VCSB TO VC1 IA, CMWD PROJECT NO. 91403 AND SOUTH CARLSBAD STORM DRAIN PROJECTS CONTRACT NOS. 3182,3528, & 3867 State of California County Of LOS Angeles 1 ) ss. ) John C. Schiller (Name of Bidder) 3 being first duly sworn, deposes and says that he or she is Vice President and General Manager (Title) of Steve Bubalo Construction Company (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain - from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoin is true and correct and that this affidavit was executed on the 20th day of % Novem er ,2cW . A vice Yresldent and General Manager Subscribed and sworn to before me on the 20th day of November ,20°0 . (NOTARY SEAL) RY TOMUENOVlC CornmissIon :: 1182603 Notary Publ!c - Cailfomia Contract Nos. 3182, 3528, & 3667 Page 53 of 112 Pages City of Carlsbad"^ •^••••^^^•^•••••^^^^^^•^^•^^•^^^••••••^^^MIPurchasing Department October 31, 2000 ADDENDUM NO. 1 RE: CONSTRUCTION OF VISTA/CARLSBAD INTERCEPTOR SEWER, REACHES VC5B TO VC11A AND SOUTH CARLSBAD STORM DRAIN PROJECTS, Contract No. CMWD 91-403, CONTRACT NOS. 3182, 3528 AND 3667 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum-receipt acknowledged-must be attached to your Proposal Form/Bid when your bid is submitted. RUTH FLETCHER Purchasing Officer RF:jlk Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 b axi C0 y i Bl S4xtl/«r 1635 Faraday Avenue • Carlsbad, CA 92OO8-7314 • (76O) 6O2-246O • FAX (760) 602.-8556 CITY OF CARLSBAD Vista/Carlsbad Interceptor Sewer and South Carlsbad Storm Drain Projects - Contract Nos. 3182, 3528 and 3667 Addendum No. 1 From: Terry L. Smith, Project Manager Phone: (760)602-2765 Fax: (760)602-8562 No. of Pages: 9 Date: November 2, 2000 Bid Opening Date: November 15, 2000 at 4:00 pm (Unchanged) REVISIONS TO BID DOCUMENTS: SPECIFICATIONS: A. DELETE paragraph 3.12.B of Section 02220. B. ADD the following paragraph to Section 02306, Paragraph 1.2.B.1.a: Flagmen, as required, will be provided by NCTD at the expense of the Contractor. Flagging costs will be charged against the $30,000 deposit. The Contractor shall be responsible for providing an increased deposit if required. C. REVISE Bid Item C-41 to a Type D-35 Headwall, from a Type C-35 Headwall. D. DELETE Paragraph 1.2A2.b of Section 02306: "The projects constructed shall be of the same type of piping materials used in this Project." E. ADD the following to 7-10.1, Traffic and Access, of the Supplemental Provisions: Construction activity in Harding Avenue and Jefferson Street may not be performed concurrently. F. ADD the following to Section 7-7.2 of the Supplemental Provisions: Flagmen will not normally be required when work is parallel to the tracks and the Contractor's work area conforms with the requirements of the typical detail shown on Drawing 3 of Plan Set 2 which requires a k-rail barrier with chain link fence. All trenchless crossings of the tracks, work in the vicinity of Tamarack Avenue and when work is being performed within 25' of the tracks shall comply with the specific requirements identified in Sections 02340 and 02306. Work being performed within these conditions will be impacted by frequent work stoppages during the daytime to allow trains to pass by. These time impacts shall be incorporated into the Contractor's baseline schedule for the related activities. The contact person for the NCTD is Chip Willett. He can be reached at (760) 966- 6504. DRAWINGS: G. REVISE Sheet 26 of Plan Set 1 to read: "Schedule A Open Trench, Daytime and Afterhours, Phase 8", from "Schedule A Microtunnel, Daytime and Afterhours, Phase 8". H. REVISE Sheets 27 through 31 of Plan Set 1 to read: "Schedule A Open Trench" from "Schedule B Open Trench". I. REVISE Note 3 of Detail 15, Sheet 25 of Plan Set 2, as follows: Filter fabric shall be installed around perimeter of %" crushed rock pipe bedding. Filter fabric shall conform to Spec. Section 06653. J. REVISE Sheet 5 of Plan Set 2 to read: "D-3600"for the 84" storm drain between station 11+00 and 13+51.55 instead of D-3400. CLARIFICATIONS AND RESPONSE TO QUESTIONS: (The following clarifications do not change the requirements of the contract documents) 1. What are the railroads restrictions as administered by this contract for the contractor while working in the RR right-of-way? RESPONSE: The following listed plans and specifications identify requirements for working in the R/R right-of-way but are not necessarily all inclusive. The limits of work is as shown on Drawings 4 through 8 of Plan Set 2 and as detailed on Drawing 3 of Plan Set 2. Specification requirements are identified in Sections 7-3 and 7-7.2 of the Supplemental Provisions and Sections 02140, 02220, 02300, 02306, 02310, 02320, 02330 and 02340 of the Technical Specifications. See Revision "F" to Bid Documents. 2. Are flagmen required while working in the RR right-of-way? RESPONSE: Flagmen will not normally be required when work is parallel to the tracks and the Contractor's work area conforms with the requirements of the typical detail shown on Drawing 3 of Plan Set 2 which requires a k-rail barrier with chain link fence. Specific questions will be answered at the pre-construction meeting after award of the contract. The cost for flagging operations is included in the deposit required in Bid Item A-7. 3. Are there any MBE/WBE/DEB requirements for this contract? RESPONSE: The City does not have any specific percentage requirements for minority participation. 4. Why is there no mobilization pay item for Schedule B? RESPONSE: As stated in paragraph 9-3.4.1 of the Supplemental Provisions, the Contractor agrees that the stipulated lump sum amount is sufficient for mobilization and preparatory work for all phases of the work shown and specified in Bid Schedules A, B, C & D. 5. Why is there no scheduling pay item for Schedule B? RESPONSE: As stated in paragraph 6-1.8 of the Supplemental Provisions, construction schedule preparation and updates for all phases of work shown and specified in Bid Schedules A, B, C & D will be paid for at the stipulated lump sum price shown in Bid Schedules A & C. 6. May we dump excess materials from excavations in the ocean? And, if so, exactly where? RESPONSE: Excess material from excavations may not be disposed of into the ocean. See Revision "A" to Bid Documents. 7. May we microtunnel the 84" from Station 22+16 to 44+13? RESPONSE: Install the pipe as currently shown and specified in the Bidding Documents. 8. May we discharge our dewatering into the adjacent storm drain, including the newly constructed system? RESPONSE: The discharge location for groundwater is addressed in Paragraph 3.1.C of Section 02140. Construction dewatering may be discharged into the newly constructed storm drain system if the pipe has been accepted by the Engineer and the water quality meets or exceeds RWQCB permit requirements. 9. Specification Section 02140-3, Paragraph 3.1.C. 1, states that, "The discharge location for the groundwater dewatering system shall be either to the sanitary sewer system or storm drain system". No discharge points were specified in any of the permits. Does this mean we can discharge into either system at any point we choose? RESPONSE: The Contractor may discharge groundwater into either the sanitary sewer or storm drain system at a location convenient to his operation if the requirements of Section 02140 and the related discharge permits have been met. 10. For Item A-17, what type of pipe can be used for sewer interceptor installed with jacking method? RESPONSE: As specified in Section 02330, the pipe shall be Concrete Pressure Pipe (CPP) provided in accordance with the requirements of Section 15073. 11. Are there any particular restrictions to the length of time we can close Chestnut except to local traffic? RESPONSE: The Contractor is requested to schedule his work such that the impacts to the residents along Chestnut will be minimized. As specified in paragraph 7-10 of the Supplemental Provisions, the Contractor's work zone shall not exceed 400 feet in length. 12. The Schedule of Values Article A-7 stipulates that a cash deposit is to be provided to the North County Transit District (NCTD) for plancheck, inspection fees and potential damage to railroad facility. This is supposed to be a lump sum amount of $30,000. Article 1.2.B.1.a, of specification 02306, states that the unused portion of the $30,000 deposit amount will be returned to the Contractor. What happens if the costs incurred by the NCTD exceed the LS amount of $30,000? Will the Contractor be required to pay the extra costs, or will this be an item that would be paid by the City of Carlsbad under a change order? RESPONSE: See Revision "B" to Bid Documents. 13. Can we store our pipe within our project right-of-way in proximity of SDNR R/W? RESPONSE: Materials may be stored within the limits of work shown on Drawings 4 through 8 of Plan Set 2 except where such storage conflicts with the requirements of the Contract Documents. Access to existing utilities must be maintained at all times. 14. Can we abandon rather than remove the 24" storm drain (part of Bid Item C45) on Harding Street? RESPONSE: The work shall be performed as shown and specified. 15. May we keep the k-rail shown on Sheet 28 of Set 2 of 2? RESPONSE: The Contractor shall stockpile the k-rail near Tamarack Avenue at the completion of the project. The Contractor may use the k-rail prior to this. 16. Bid Item C-41 shows a Type C-35 headwall wing, should that be a D-35 instead? (see Sheet 19 of Set 2 of 2) RESPONSE: See Revision "C" to Bid Documents. 17. Please provide flow rates and design criteria for the oil water separators. RESPONSE: Oil/water separator inserts shall be provided as specified in Section 02606, Paragraph 2.3.G. 18. Where does flow from existing 63" storm drain go while the Contractor installs the new 48" sewer? RESPONSE: As specified in Paragraph 7-8.7 of the Standard Specifications for Public Works Construction, "Drainage Control within and through the work area is the responsibility of the Contractor". The Contractor may want to schedule this work in the "Dry Season". 19. Please provide diurnal flows at Manhole C Station 167+40 +/-, and at Manhole B and D at Laguna Drive, and Manholes J, K, and H. RESPONSE: Approximate flow rates into Interceptor Sewer Manhole B are identified in 6-21 of the Supplemental Provisions and Paragraph 3.8.O of Section 15051. Sewage flow into Manhole C is estimated to be 0.40 MGD average daily flow and flow at Manholes D, J & K is estimated to be 0.25 MGD average daily flow. The daily dry weather peaking factor is approximately 2.5. Interceptor Sewer Manhole H will be dry at the time this manhole is demolished with the exception of the 8" sewer lateral which serves several restaurants. Collector sewer flow rates are based on the City of Carlsbad Sewer Masterplan and not on actual measurements. 20. As you are aware, this is a complex project with a very complex Bid Schedule. Subcontractors and Suppliers will be providing, and revising, prices until literally seconds before the 4:00 PM bid time. The Subcontractors and Suppliers used in our proposal could change dozens of times in the final minutes leading up to the bid. In order to provide the opportunity for the City to take advantage of the best possible pricing and, at the same time, help reduce the possibility of error resulting from last minute changes, we respectfully request the following revisions to the bid documents: a. Please provide a "Bid Schedule Summary" where the totals of the four Bid Schedules can be shown, along with an "Add/Deduct" line for the Contractor to take advantage of last minute changes in pricing. (We have included an example of a form from a local water district for your review and consideration.) b. Please provide a simplified form to list Subcontractors and Owner Operators/Lessors at bid time and allow the Contractor to provide the following information within 24 hours of bid opening: 1) "Designation Of Subcontractor And Amount Of Subcontractor's Bid Items". 2) "Designation Of Owner Operator/Lessor And Amount Of Owner Operator/Lessor Work". RESPONSE: No changes will be made to the Bid Documents as a result of this question. 21. In an effort to protect confidential information we request that the following item be provided within 24 hours of the bid opening, rather than with the bid: a. "Bidder's Statement of Financial Responsibility". RESPONSE: As indicated on page 45 of the Bid Documents, the required information may be submitted in a sealed envelope labeled as Confidential. The envelope will be returned to the Contractor, unopened, in the event the Contractor is not the successful low bidder. 22. It is anticipated that some of the material, primarily pipe, will be manufactured more than 50 miles from the City of Carlsbad. SSPWC Section 4-1.3.2 requires the Contractor to provide "...an inspector or accredited testing laboratory..." at his expense for inspection of this material Is this the intent of the City? RESPONSE: No changes will be made to the Bid Documents as a result of this question. 23. Section 4-1.6 states that "...the Contractor shall have five (5) days from the date of bid opening to provide the submission of data substantiating the Contractor's request for a substitution of "an equal" item". Please change this requirement to "five (5) days from the date of Notice to Proceed". RESPONSE: No changes will be made to the Bid Documents as a result of this question. 24. Section 7-5 indicates the Contractor will pay the cost of the State highway right-of-way permit Please provide the cost of this permit. RESPONSE: The Caltrans Encroachment Permit requirements, including fees to be paid, are included in Appendix D of the Bid Documents. 25. SSPWC Section 8-4 requires the Contractor to provide a "Bathhouse Facility" which includes a shower Is this the intent of the City? RESPONSE: Separate bathhouse facilities for Agency personnel as specified in 8-4 are not required since integral facilities are required as specified in Paragraph 8-2.1 of the SSPWC and Supplemental Provisions. 26. Section 6-2.2.2 describes the construction of the Interceptor Sewer and the Storm Drain from the north shore of the Agua Hedionda Lagoon to Chestnut Avenue as the first phase of work to be completed on the project. This work is then listed as prerequisite to nearly all other work on the project. The "DEPARTMENT OF THE ARMY NATIONWIDE PERMIT AUTHORIZATION", states in Item 9. that "The permittee shall not remove/impact vegetation from March 15 to September 30 to avoid impacts to nesting birds...". Will work be allowed in this area, and along the entire NCTD right-of-way, during the restricted time frame if the Contractor removes all vegetation from the right-of-way prior to the March 15 date? RESPONSE: Work will be allowed after March 15 if the Contractor has performed the necessary clearing prior to this date. 27. Section 6-2.2.13 Describes the construction of the sewer in Jefferson Street and states that this work may not be performed concurrently with construction activity in Harding Avenue. We assume from this description that the installation of this sewer line is not dependent on the completion of any downstream sewer lines or any other work on the project. In other words, may work be performed at any time on Jefferson Street provided that there is no work being performed in Harding Avenue at the same time? RESPONSE: The Contractor's phasing of his work is ultimately dictated by the requirement to maintain operation of existing facilities as required by Paragraph 3.8 of Section 15051 and various other sections in the Bid Documents. The phasing outlined in Paragraph 6-2.2 of the Supplemental Provisions is intended to be a guideline (as indicated by For Information Only) and not to dictate the Contractor's "Means and Methods". The Contractor's detailed plan for phasing his work activities shall be presented in the submittal of his baseline schedule. 28. Along the NCTD right-of-way, would the Contractor be allowed to complete one line, sewer or storm drain, complete from Aqua Hedionda Lagoon to Oak Avenue before starting the other? In other words, could Phase 1 (not including Phase 1A) and Phase 2 be combined to include the entire NCTD right-of-way? This work would be completed before starting Phase 1A and/or Phase 3. RESPONSE: The Contractor's phasing of his work is ultimately dictated by the requirement to maintain operation of existing facilities as required by Paragraph 3.8 of Section 15051 and various other sections in the Bid Documents. The phasing outlined in Paragraph 6-2.2 of the Supplemental Provisions is intended to be a guideline (as indicated by For Information Only) and not to dictate the Contractor's "Means and Methods". The Contractor's detailed plan for phasing his work activities shall be presented in the submittal of his baseline schedule. 29. Tfte bid documents indicate that the Owner may reject Schedule "D". If this should happen, there are no longer bid items for final striping and marking (D-5) or traffic loop detectors (D-6) Please advise how to bid these items. If schedule "D" is rejected, the trench and excavation repair will remain to the "limit of pavement removal and replacement" (Detail 16/Sheet 25) There will be no cold milling to tie into existing pavement Is this the intent of the City? RESPONSE: No changes to the bid schedules are required as a result of this inquiry. 30. Section 7-10.1 States that "The work zone during working hours shall not exceed 400 feet in length and shall not be wider than as shown on the Traffic Control Plans". a. The Traffic Control Plans show "Work Area" which in some cases is more than 400 feet in length (i.e.: Sheet 35, Harding Avenue shows an area approximately 600 feet in length) 1) Where there is a conflict, which will control the Traffic Control Plans which appear to break up the work into the areas between significant intersections or the 400 feet requirement in the Specifications? 2) Must the work be completed in accordance with the "Phases" outlined on the Traffic Control Plans? 3) Must the work be complete within one "Traffic Control Phase" before we can move to the next? 4) Assuming we are in compliance with Section 6-2.2, may we work in more than one Traffic Control Phase or "Work Area"at one time? b. If the "400 feet" rule is the controlling requirement 1) Does the 400 feet travel with you? In other words, as you close up the back end and open it to traffic, does the work zone move forward by the same amount or are we required to complete all of the. work with the 400 feet zone before we can move the entire area forward another 400 feet? RESPONSE: The 400' work zone moves forward as work at the back end is completed. 31. The pits for micro tunneling and some structures will be quite large and will need to remain open for extended periods of time. a. We find no requirement for K-Rail around these pits on the Traffic Control Plans or in the Specifications ..Please clarify. b. The Traffic Control Plans seems to have different "working hours" and "after hours" requirements for the traffic control at the pits and structure excavations. Once the individual excavations are complete and the shoring is installed, the traffic control will need to remain unchanged until the work is done and backfill is complete. Installing a fence around the work is no problem, however, these excavations will be too wide to plate Please clarify. RESPONSE: Refer to Paragraph 3.8 of Section 02310 for K-rail and fencing requirements at shaft locations. 32. Section 6-7.2.3 requires the Contractor to have "...completed backfilling all trenches and placing temporary asphalt pavement All equipment and materials shall be removed from the work area..." for special civic events which occur six (6) times per year. a. This Section goes on to require that "Temporary traffic control shall be set up for non- working conditions". If everything is backfilled, all material and equipment are removed and temporary pavement is installed what is the traffic control for? b. It will cost a tremendous amount of money to temporarily remove shoring and backfill the jacking and receiving pits, as well as some of the pipeline and structure excavations, for each special event. Obviously the Contractor will attempt to schedule the work around theses activities, however, with one special event every two months the result will be added cost and significant delays to the project. Would it be possible for the pits to remain open with proper traffic control and for the large tracked excavators to remain on the street behind screened fencing? RESPONSE: Paragraph 6-7.2.3 states the following: "Jacking and receiving shafts for the Interceptor Sewer may remain open during these civic events but shall be securely fenced and barricaded for public safety. The fence shall include screening material as a visual barrier. The Contractor shall make every reasonable attempt to schedule its activities around these dates". 33. Note 32 on Sheet 5 states that "tunnel lengths may be increased at contractor's option". If a tunnel length is increased and the added jacked pipe or tunnel passes below a pipe that was identified for removal, does this pipe still need to be removed or may it be abandoned in place per City Standards? RESPONSE: This note is specific to the Tamarack crossing. Abandonment or removal of pipelines will be addressed on a case-by-case basis when options are available to the Contractor. City of Carlsbad Purchasing Department November 9, 2000 ADDENDUM NO. 2 RE: CONSTRUCTION OF VISTA/CARLSBAD INTERCEPTOR SEWER, REACHES VC5B TO VC11A AND SOUTH CARLSBAD STORM DRAIN PROJECTS, Contract No. CMWD 91-403, CONTRACT NOS. 3182, 3528 AND 3667 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. PLEASE NOTE THE FOLLOWING: BID OPENING DATE HAS BEEN CHANGED TO— NOVEMBER 20, 2000 AT 4:00 PM. This addendum-receipt acknowledged-must be attached to your Proposal Form/Bid when your bid is submitted. RUTH FLETCHER Purchasing Officer RF:jlk Attachment ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 1635 Faraday Avenue • Carlsbad, CA 92OO8-7314 • (76O) 602-2460 • FAX (760) 6O2-8556 CITY OF CARLSBAD Vista/Carlsbad Interceptor Sewer and South Carlsbad Storm Drain Projects - Contract Nos. 3182, 3528 and 3667 Addendum No. 2 From: Terry L. Smith, Project Manager Phone: (760)602-2765 Fax: (760)602-8562 No. of Pages: 3 Date: November 9, 2000 Bid Opening Date: November 20, 2000 at 4:00 pm REVISIONS TO BID DOCUMENTS: SPECIFICATIONS: A. ADD the following paragraph to Section 7-7.2 of the Supplemental Provisions: The contractor shall obtain a permit from the North County Transit District (NCTD) and pay the $500 permit fee prior to performing any work within the railroad right-of- way. The NCTD's permit requirements have been incorporated into the plans & specifications for this project. B. DELETE Paragraph 2.1 .A of Section 02306 and REPLACE with the following: Jacking Pipe: Pipe shall be specifically designed for microtunneling and shall be either Concrete Pressure Pipe (CPP), Fiberglass Mortar Pipe (FMP), or Equal, as specified in Sections 15073 and 15075 respectively. 1. Refer to Section 15051. C. On page 45 of 112, Designation of Subcontractor and Amount of subcontractor's Bid Items, REVISE the title of the table "SUBCONTRACTOR'S BID ITEMS" to read '^SUBCONTRACTOR'S BID ITEMS". Note that the inserted asterisk refers to the note at the bottom of page 45 which identifies information that may be submitted after the deadline for submitting bids. D. REPLACE pages 30 and 31 with attached pages 30 and 31 dated 11/9/00. The replacement pages reflect revised quantities for Bid Items C-43 and C-45. E. DELETE Item 2.3.B.4 of Section 15073 and REPLACE with the following: 4. Joint ring surfaces of jacked or microtunneled pipe which are exposed after manufacture shall be coated with 3 mils of zinc rich epoxy primer, Amercoat 68 or approved equal, and an 8 mil topcoat of Amercoat 400 or approved equal. Joint ring surfaces of pipe to be installed by the open trench method shall require an Alkaid 5105 primer only. 1 . I •, - P.O. 'Go* tO4X Wan***,, &s4 91OJ7 (626)574-7570 '?** (686) 574- 7642 JOBS IN PROGRESS AS OF 8/2000 00-1 JOINT OUTFALL "H" UNIT 1A SECTION 2 Contract #3720 County Sanitation Districts of Los Angeles County P.O. Box 4998 Whittier, California 90607-4998 (310) 699-7411 Contact: John Ganz @ (310) 830-8050 Contract Amount: $5,990,348.00 Description: Install new reinforced concrete pipe sewer, "T-Lock" lined, 796 feet of 114" diameter and 2,154 feet of 96" diameter. Includes crossing of the Los Angeles River. Date Completed: Final Contract Amount: 00-2 LIVE OAK SPRINGS CANYON DRAIN, UNIT 1 Contract # County of Los Angeles Department of Public Works P.O. Box 1460 Alhambra, CA 91802-1460 (626) 458-5100 Contact: Hector Hernandez @ (626) 458-3144 Contract Amount: $3,421,000.00 Description: Construct approximately 2,812 feet of reinforced concrete box storm drain ranging in size from a single 12' W X 7' H to a double box, 17'-6" W X 5'-0" H. Date Completed: Final Contract Amount: Steve Bubalo Construction Company 1999 (Jobs Completed) - Continued 99-5 EAST VALLEY MWD FEEDER P.O. fJACOOO-2341 Vulcan Materials Co. (CalMat Div.) 3200 San Fernando Road Los Angeles, California 90065 (323) 258-2777 Contact: Robert Kuhn @ (323) 474-3383 Contract Amount: $2,566,000.00 Description: Install approximately 5,400 feet of high pressure 55" diameter welded steel waterline. Included installation of air vacs and blowoffs Date Completed: 8/2/00 Final Contract Amount: $2,590,537.00 JjOBS_ IN PROGRESS AS OF 8/2000 99-1 PRIVATE DRAIN 553 - HARBOR CITY, CA Contract # County of Los Angeles Department of Public Works P.O. Box 1460 Alhambra, California 91802-1460 (626) 485-5100 Contact: Jolene Guerrero Contract Amount: $3,721,334.00 Description: Remove and replace existing trapezoidal concrete channel with new, reinforced concrete vertical wall channel. 35'-o1111 W X 12'-0" H, approximately 3,106 feet Date Completed: Final Contract Amount: 99-2 LAMANDA PARK & LAMANDA PARK EXTENSION REPLACEMENT TRUNK Contract #3691 SEWER County Sanitation Districts of Los Angeles County P.O. Box 4998 Whittier, California 90607-4998 (562) 699-7411 Contact: Rene Provoost @ (626) 962-8605 Contract Amount: $3,961,440.00 Description: Install approximately 11,688 feet of 24" and 27" diameter vitrified clay pipe sanitary sewer. Both "open-cut" and "tunneling" methods were used. Date Completed: Final Contract Amount: Steve Bubalo Construction Company 1998 (Continued) 98-4 42" RECYCLED WATER TRANSMISSION MAIN, NORTH SEGMENT Contract #W 859 West Basin Municipal Water District 17140 South Avalon Boulevard, #210 Carson, California 90746-1296 (310) 217-2411 Contact: Paul Cook @ (310) 660-6241 Contract Amount: $8,438,500.00 Description: 19,200 feet of 42" diameter welded steel pipe Date Completed: 12/99 Final Contract Amount: $9,439,117.00 1999 99-3 VENICE BLVD. & GRAND AVE. RELIEF SEWER Contract IC-99337, W.O. #2000474 City of Los Angeles Board of Public Works 433 So. Spring Street, Suite 600 Los Angeles, California 90013 (213) 847-8907 Contact: Samara Ali-Ahmad § (213) 847-9565 Contract Amount: $5,964,900.00 Description: Install new 66" diameter reinforced concrete pipe sewer with "T-Lock" lining. Approximately 1,211 feet installed in tunnels, and 2,107 feet with "open-cut" method. Date Completed: 7/29/00 Final Contract Amount: 99-4 SEAL BEACH BOULEVARD SEWER MANHOLE RECONSTRUCTION Contract #814 City of Seal Beach, City Hall 211 Eighth Street, 2nd Floor Seal Beach, California 90740-6379 (562) 430-8533 Contact: Doug Danes @ (562) 430-8763 Contract Amount: $293,400.00 Description: Remove and replace four existing sanitary sewer manholes. Clean existing lines and rehabilitation of existing concrete sewer structures. Date Completed: 3/00 Final Contract Amount: $301,378.70 Steve Bubalo Construction Company 1998 98-1 DISTRICT 5 PHASE 1 TRUNK SEWER REHABILITATION Contract #3566 County Sanitation Districts of Los Angeles County P.O. Box 4998 Whittier, California 90607-4998 (562) 699-7411 Contact: John Joyce § (310) 830-8050 Contract Amount: $3,949,424.00 Description: Trunk Sewer Rehabilitation - 9,200 feet of CCFRPM lined 48" diameter RCP and 1,200 feet of CCFRPM lined 42" diameter RCP Date Completed: 10/99 Final Contract Amount: 98-2 UNIT W AND UNIT F WASTEWATER INTERCEPTOR RECONSTRUCTION Contract # City of Thousand Oaks 2100 Thousand Oaks Boulevard Thousand Oaks, California 91362-2903 (805) 449-2452 Contact: Shamir Shahamiri @ (805) 449-2452 Contract Amount: $10,411,700.00 Description: Trunk Sewer Rehabilitation and replacement, 6,000 feet of 42" diameter ductile iron pipe and 2,900 feet of CIPP lined 30" diameter RCP Date Completed: 2/99 Final Contract Amount: $11,715,000.00 98-3 HOLLYHILLS UNIT 6A STORM DRAIN Contract #CD 17116 County of Los Angeles Department of Public Works P.O. Box 1460 Alhambra, CA 91802-1460 (626) 458-5100 Contact: Angela George @ (626) 458-4975 Contract Amount: $6,421,758.00 Description: 3,200 feet of RGB Storm Drain Date Completed: 6/99 Final Contract Amount: $8,499,362.63 Steve Bubalo Construction Company 1997 (Continued) 97-4 1-5 FREEWAY SEGMENT C SEWER REPLACEMENT Contract #275-412-1705-7851-1705LOCl,2,3,5 & 6 City of Anaheim, Public Works Department P.O. Box 3222 Anaheim, California 92803 (714) 254-5176 Contract Amount: $333,350.00 Description: Sewer Main - 3,700 feet of VCP 6" to 15" in diameter Date Completed: 4/98 Final Contract Amount: $413,286.50 97-5 JOINT OUTFALL "H" UNIT 3 SECTION 1 REPLACEMENT TRUNK Contract #3533 SEWER County Sanitation Districts of Los Angeles County P.O. Box 4998 Whittier, California 90607-4998 (562) 699-7411 Contract Amount: $4,290,303.00 Description: 7,500 feet PVC lined 84" diameter RCP Date Completed: 2/99 Final Contract Amount: $4,418,420.00 97-6 DISTRICT 5 SECTION 2C TRUNK SEWER REHABILITATION Contract #3537 County Sanitation Districts of Los Angeles County P.O. Box 4998 Whittier, California 90607-4998 (562) 699-7411 Contract Amount: $2,360,889.00 Description: Trunk Sewer Rehabilitation - 1,200 feet of CCFRPM lined 63" diameter RCP, 900 feet of CCFRPM lined 57" diameter RCP, 1,200 feet of CCFRPM lined 51" diameter RCP Date Completed: 11/98 Final Contract Amount: $2,314,769.85 97-7 ALAMEDA STREET PHASE 2 Contract #6276-Part 1 County of Los Angeles Department of Public Works P.O. Box 1460 Alhambra, California 91802-1460 (626) 458-5100 Contact: Brian Rickey § (310) 830-3654 Contract Amount: 11,970,000.00 Description: 9,200 feet of R.C. box storm drain and street reconstruction of the Alameda Corridor Date Completed: 12/99 Final Contract Amount: $12,315,203.33 Steve Bubalo Construction Company 1997 97-1 OLIVE STREET STORM DRAIN PHASE I Contract #CIP 616 City of Baldwin Park 14403 E. Pacific Avenue Baldwin Park, California 91706 (626) 960-4011 Contract Amount: $2,149,585.00 Description: Storm Drain - 7,400 feet of RCP 18" to 84" in diameter Date Completed: 9/97 Final Contract Amount: $2,361,884.64 97-2 SOUTH UPLAND STORM DRAIN SEGMENT 2 Contract #F01472 San Bernardino County Department of Public Works Flood Control District 825 E. Third Street San Bernardino, California 92415-0835 (909) 387-2600 Contact: Mr. John Burrows Contract Amount: $6,220,999.00 Description: 8,650 feet of RCP 18" to 144" in diameter Date Completed: 11/97 Final Contract Amount: $6,531,436.81 97-3 PALOS VERDES ESTATES STORM DRAINS MTD 1503,1505,2457-4 AND 1494 LINE A-6 Contract #PW-338-96 City of Palos Verdes Estates P.O. Box 1086 Palos Verdes, CA 90274-0283 (310) 378-0383 Contract Amount: $699,650.00 Description: Storm Drain - 4,255 feet of RCP 18" to 42" in diameter Date Completed: 6/98 Final Contract Amount: $700,110.03 Steve Bubalo Construction Company 1996 (Continued) 96-3 ANGELENO FOOTELENO DRAIN Contract #CB 13503 County of Los Angeles Department of Public Works P.O. Box 1460 Alhambra, CA 91802-1460 , (626) 485-5100 Contract Amount: $978,000.00 Description: Storm Drain - 4,900 feet of RCP 18" to 48" in diameter Date Completed: 2/97 Final Contract Amount: $967,777.75 96-4 JOINT OUTFALL "A" UNIT 7 TRUNK SEWER REHABILITATION Contract #3462 County Sanitation Districts of Los Angeles County P.O. Box 4998 Whittier, California 90607-4998 (562) 699-7411 Contract Amount: $2,107,425.00 Description: Trunk Sewer Rehabilitation - 3,285 feet of 42" diameter centrifugally cast fiberglass reinforced plastic mortar Date Completed: 5/97 Final Contract Amount: $2,101,050.00 96-5 HOLT BOULEVARD STORM DRAIN PHASE III Contract #9495-25 City of Ontario, Engineering Department 303 E. "B" Street Ontario, California 91764 (909) 391-2528 Contract Amount: $527,816.00 Description: Storm Drain - 2,400 feet of RCP 18" to 81" in diameter Date Completed: 6/97 Final Contract Amount: $559,667.24 96-6 JOINT OUTFALL "D" UNIT 3 TRUNK SEWER REHABILITATION Contract #3486 County Sanitation Districts of Los Angeles County P.O. Box 4998 Whittier, California 90607-4998 (562) 699-7411 Contract Amount: $1,680,516.00 Description: Trunk Sewer Rehabilitation - 3,800 feet of 45" diameter centrifugally cast fiberglass reinforced plastic mortar Date Completed: 8/98 Final Contract Amount: $1,688,916.00 Steve Bubalo Construction Company 1995 (Continued) 95-5 JOINT OUTFALL "H" UNIT 3 SECTION 3 REPLACEMENT TRUNK SEWER - Contract #3420 County Sanitation Districts of Los Angeles County P.O. Box 4998 Whittier, California 90607-4998 (562) 699-7411 Description: Trunk Sewer - 7,500 feet PVC lined 66" diameter RCP Contract Amount: $4,290,303.00 Date Completed: 2/97 Final Contract Amount: $4,314,273.10 1996 ; 96-1 JOINT OUTFALL "C" UNIT 7A REPLACEMENT TRUNK SEWER Contract #3440 County Sanitation Districts of Los Angeles County P.O. Box 4998 Whittier, California 90607-4998 (562) 699-7411 Description: Trunk Sewer - 4,200 feet PVC lined 54" diameter RCP Contract Amount: $2,021,670.00 Date Completed: 5/97 Final Contract Amount: $2,036,453.78 96-2 JOINT OUTFALL "A" UNIT 8 TRUNK SEWER REHABILITATION Contract #3452 County Sanitation Districts of Los Angeles County P.O. Box 4998 Whittier, California 90607-4998 (562) 699-7411 Description: Trunk Sewer Rehabilitation - 2,400 feet of 30" diameter centrifugally cast fiberglass reinforced plastic mortar pipe and 200 feet of 42" vitrified clay pipe Contract Amount: $1,085,000.00 Date Completed: 5/97 Final Contract Amount: $1,109,876.49 Steve Bubalo Construction Company 1995 . 95-1 JOINT OUTFALL "D" UNIT ID, Contract #3349 Co. Sanitation Districts of L.A. Co. P.O. Box 4998 Whittier, California 90607-4998 (562) 699-7411 Contract Amount: $4,747,425.00 Description: 5,250 feet PVC lined 78" diameter RCP Date Completed: 11/96 Final Contract Amount: $4,808,455.97 95-2 EMERGENCY SEWER REPAIR, JEFFERSON BOULEVARD WEST OF MAPLE AVENUE, W.O. #E 2001322 City of Los Angeles Board of Public Works 433 So. Spring St. Room 600 Los Angeles, California 90013 (213) 485-3381 Contract Amount: $16,000.00 Description: Install 50 feet of 24" VCP and 24" DIP Date Completed: 5/95 Final Contract Amount: $76,000.00 95-3 PIERCE COLLEGE DRAIN, Contract #CM 30395 County of Los Angeles Dept. of Public Works P.O. Box 1460 Alhambra, California 91802-1460 (626) 458-3104 Contract Amount: $3,360,000.00 Description: Storm Drain - 8,900 feet of RCP 18" to 114" in diameter Date Completed: 3/96 Final Contract Amount: $3,483,752.54 95-4 SOUTH UPLAND STORM DRAIN SEGMENT 1, Contract #F01093 San Bernardino Co. pept. of Public Works Flood Control District 825 E. Third Street San Bernardino, California 92415-0835 (909) 387-2600 Contact: Mr. John Burrows Contract Amount: $14,470,000.00 Description: Storm Drain - 15,046 feet of RCP 18" to 144" in diameter Date Completed: 1/97 Final Contract Amount: $15,493,489.17 CONTRACT PUBLIC WORKS This agreement is made this 8th day of February 0 2001 , by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called “City”), and STEVE BUBALO CONSTRUCTION COMPANYwhose principal place of business is PO BOX 1048 (128 EAST LIVE OAK AVENUE), MOROVIA, CA 91017 (hereinafter called “Contractor). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: VISTAKARLSBAD INTERCEPTOR SEWER, REACHES VC5B TO VCllA, CMWD PROJECT NO. 91-403 AND SOUTH CARLSBAD STORM DRAIN PROJECTS CONTRACT NOS. 3182,3528,& 3667 (hereinafter called “project”) 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor’s Proposal, Bidder’s Bond, Designation of Subcontractors, Designation of Owner Operator/Lessors, Bidder’s Statements of Financial Responsibility, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Supplemental Provisions, addendum(s) to said Plans and Specifications and Supplemental Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor’s expense to fulfil1 the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City’s decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor‘s performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for Public Works Construction (SSPWC) 2000 Edition, hereinafter designated “SSPWC”, as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Supplemental 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. m w 5/l o/o0 Contract Nos. 3182. 3528. & 3667 Pane 54 nf 117 Panes - 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 overwme underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor’s convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. /r‘- 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. Contract Nos. 3182, 3528, & 3667 Page 55 of 112 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 Resolution No. 91403. (A) Coverages And Limits Contractor shall maintain the types of wverages and minimum limits indicted herein: a. Comprehensive General Liability Insurance: $l,OOO,OOO combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1 ,OOO,OOO combined single limit per accident for bodily injury and property damage. In addition, the auto policy must wver any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. c. Workers’ Compensation and Employers’ Liability Insurance: Workers’ compensation limits as required by the Labor Code of the State of California and Employers’ Liability limits of $1 ,OOO,OOO 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. G 5/l 0100 Contract Nos. 3182, 3528, 81 3667 Page 56 of 112 Pages P.1. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers’ liability coverage. b. The Contractor’s insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor’s insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer’s 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 thirty (30) days’ prior written notice has been given 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-:V. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by the City Council in Resolution No. 91-403. (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. r (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor’s bid. 511 o/oo Contract Nos. 3182, 3528, & 3887 Page 57 of 112 Pages - II. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in the Supplemental Provisions I section. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to rewver penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney’s fees. P- (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 3.32.026 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 Cansbad 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 ail provisions of Section 11 above. (In* %3+ 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 1612 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. a 5/l o/o0 Contract Nos. 3182, 3528, 81 3667 Page 58 of 112 Pages 14. Security. Securities in the form of cash, cashier’s check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 16. 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 AlTACHED (CORPORATE SEAL) CONTRACTOR: Steve Bubalo Construction Company C th (name of Contractor) BJI: Xl.i!/l/lL (sign here) John C.Schiller, Vice President and ,,(print name andjtle) C;enera1 Manage V By: Louise Bubalo, Secretary/Treasurer (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: Contract Nos. 3182, 3528, & 3667 Page 59 of 112 Pages State of California County of Los Angeles On January 29, 2001 , before me, Rosemary Tomljenovic - Notary Public , Date Name and Title of Officer (e.g , “Jane Doe, Notary Pubk”) personally appeared John C. Schiller Name(s) of Signer(s) KI@ersonally known to me 0 proved to me on the basis of satisfactory evidence Commission # 118353 to be the person@$ whose name@@re subscribed to the within instrument and acknowledged to me thehe/they executed the same in @er/their authorized capacity(iesl( and that by @erAheir signaturewn the instrument the person&$ or the entity upon behalf of which the persond acted executed the instrument. Place Notary Seal Above OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: John C. Schille r 0 Individual % Corporate Officer - Title(s): Vice President and General Manager Cl Partner -Cl Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: SignerIsRepresenting: Steve Bubalo Construction Company 0 1997 National Notary Association * 9350 De Soto Ave. P.0 Box 2402 * Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free l-800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ss. County of Los Angeles 1 On January 29, 2001 ,beforeme, Rosemary Tomljenovic - Notary Public , Date Name and Title of Officer (e.g., “Jane Doe, Notary Public”) personally appeared Louise Bubalo Name(s) of Signer(s) ELKpersonally known to me G proved to me on the basis of satisfactory evidence Place Notary Seal Above to be the personlpr/whose nameM@re subscribed to the within instrument and acknowledged to me that h she ey executed i;rdhiehm;;; the instrument the personti or the entity upon behalf of which the person d acted, executed the instrument. OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Number of Pages: Capacity(ies) Claimed by Signer Signer’s Name: Louise Bubalo 0 Individual morporate Officer - Title(s): Secretary/Treasurer 0 Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Steve Bubalo Construction Company Too of thumb here D 1997 Nabonal Notary Association * 9350 De Soto Ave., P.O. Box 2402 * Chatsworth, CA 91313.2402 Prod NO 5907 Reorder: Call Toll-Free 1-600-876-6627 Premium: Included in Performance Bond LABOR AND MATERlALS%~- 86SB10355117gBCM WHEREAS, the City Council of the City of Carisbad, State of California, by Resolution No, 2001-2s I adopted JANUARY 23, 2001 , has awarded to STEVE BUBALO CONSTRUCTlON COMPANY (hereinafter designated as the “Principal”). a Contract for: VISTAKARLSBAD INTERCEPTOR SEWER, REACHES VCSB TO VCllA, CMWD PROJECT NO. 91-403 AND SOUTH CARLSBAD STORM DRAIN PROJECTS CONTRACT NOS. 3182,3528, & 3667 in the City of Carl&ad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Offi- of the Cii Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has exeatted 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, E as Principal, (hereinafter designated as the “Contractor”), an-a el ers Casualtv and Suret: ‘Ompany. as Surety, are held firmly bound unto the City of Carlsbad in the slm of Fl FTE N ‘MILLION Of Amerlc%~X.~~~DR~~ TWENTY NINE THOUSAND FIVE HUNDRED ELEVEEN--------Dollars - ($ . 15 .629,511.00 ), said sum being an amount equal to: One hundred percent (100%) of the total estimated amount payable under said contract by the City of Carlsbad under the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000) or, Fii-bercent (50%) of the total estimated amount payable under said contract by the City of Carlsbad under the terms of the contract when the total amount payable is not less than five million dollars ($5.000,000) and does not exceed ten million dollars ($70,000,000) or, Twenty-five percent (25%) of the total estimated amount payable under said contract by the City of Carlsbad under the terms of the contract if the contract exceeds ten million dollars ($lO,OOO,OOO) and for which payment well and truly to be made we bind ourselves, our heirs, exeartors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to such work and labor that the Surety will pay for the same, not to exceed the sum specified in the bond, and, also, in case suit is brought upon the bond, costs and reasonable expenses and fees, including reasonable attorney’s fees, to be fixed by the court, as required by the provisions of section 3248 of the California Civil Code. ,?- q b 5/10/00 Contract Nos. 3182, 3528, & 3667 Page 60 of 112 Pages This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file daims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with section 3082). Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications actzmpanying 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 29th Executed by SURETY this A+h day day of January >2001 . Of J-v CONTRACTOR: SURETY: Steve Bubalo Construction Company Travelers Casualty and Surety Compaq [name of Contractor) of America (name of Surety) 21688 Gateway Center Drive Diamond Bar, CA 91765 (address of Surety) John &Ek?kller (print name here) Vice President.and General Manager (909) 612-3647 Louise Bubalo (print name here) (attach corporate resolution showing current Secretary/Treasurer - Steve Bubalo ~~~~~~~~~~~~~~~~~~ (title and organ&ion of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: a RONALD R. 6 L City Attorney By: Deputy City /Vtorney +s 5/l o/o0 Contract Nos. 3182. 3528, & 3667 Page 61 of 112 Pages State of California County of Los Angeles On January 29 3 2001, before me, Rosemary Tomljenovic - Notary Public, Date Name and Title of Officer (e.g ‘Jane Doe, Notary Publtc”) personally appeared Louise Bubalo Name(s) of Signer(s) a personally known to me 0 proved to me on the basis of satisfactory evidence to be the personw whose nameflare subscribed to the within instrument and acknowledged to me the same in and the instrument the person& or the entity upon behalf of which the person&( acted, executed the instrument. Place Notary Seal Above OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: Louise Bubalo 0 Individual Ixnr Corporate Officer - Title(s): SecretaryiTreasurer 0 Partner-O Limited 0 General 0 Attorney in Fact 0 Trustee C Guardian or Conservator E Other: Signer Is Representing: Steve Bubalo Construction Company 0 1997 Nattonal Notary Association - 9350 De Soto Ave., P.O. Box 2402 - Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder. Call Toll-Free 1-800-676-6627 State of California County of Los Angeles On l/29/01 , before me, Rosemary Tomljenovic - Notary Public , Date Name and Title of Officer (e.g., “Jane Doe, Notary Public”) personally appeared John C. Schiller Name(s) of Signer(s) g personally known to me q proved to me on the basis of satisfactory evidence to be the persontiwhose name6df@are ecuted the instrument. Place Notary Seal Above Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: John C. Schiller 0 Individual jZ& Corporate Officer - Title(s): Vice President and General Manager 0 Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee q Guardian or Conservator 0 Other: Signer Is Representing: Steve Bubalo Construction Company Top of thumb here 0 1997 National Notary Associatnn - 9350 De Soto Ave P.O. Box 2402 * Chatsworth, CA 91313.2402 Prod. No 5907 Reorder, Call Toll-Free l-800-676-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of California County of Los Angeles On January 26,200l before me, Lisa M. Moss, Notary Public Name and Title of Officer (e.g., “Jane Doe, Notary Public”) personally appeared Frank Hertel , Name(s) of Signer(s) q personally known to me -OR- 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature of Nbtaty Public -m-s-s- mu-m--s---s-m- ----OPTIONAL--------- w-s- -~-s-s-m-s- Though the intixmation below is not required by law, it may prove valuable to persons mlying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer’s Name: Number of Pages: Signer’s Name: q Individual 0 Individual m- Corporate Officer 0 Corporate Officer q Titles(s): 0 Title(s): q Partner - 0 Limited 0 General 0 Partner - [7 Limited 0 General 0 Attorney-in-Fact 0 Attorney-in-Fact 0 Trustee 0 Trustee i Gg;;rrkan or Conservator 1 GgFh;kan or Conservator Signer Is Representing: I I Signer Is Representing: I t ; BD1133 09100 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TR4VELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the “Companies”) hath made, constituted and appointed, and do by these presents make, constitute and appoint: Frank Hertel, Alvin Rim, Dana S. Garcia, Lisa M. Clark, Chris M. Enriquez, Jill C. Pope, Gary Ditfurth, Noemi Quiroz, Sean Jackson, Mary Ann Magana, of Diamond Bar, California, their true and lawtkl Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company’s name and seal with the Company’s seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is - in writing and a copy thereof is tiled in the offke of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company’s seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company oficers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following offkers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (11-00 Standard) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be - signed by their Senior Vice President and their corporate seals to be hereto affixed this 19th day of December 2000. STATE OF CONNECTICUT }SS. Hartford COUNTY OF HARTFORD TRAWLERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMTNGTON CASUALTY COMPANY On this 19th day of December, 2000 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELEIW CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. , y commission expires June 30, 2001 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELEW CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 2 6 th day of January ,200o. Kori M. Johanson Assistant Secretary, Bond Premium: $62,298.00 Bond No. 86SB103551179BCM FAITHFUL PERFORMANCWARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California. by Resolution No. 2001-25 , adopted JANUARY 23, 2001 , has awarded to STEVE BUBALO CONSTRUCTION COMPANY , (hereinafter designated as the “Principal”), a Contract for: , VISTAICARLSBAD INTERCEPTOR SEWER, REACHES VCSB TO VC1 1A, CMWD PROJECT NO. 91-403 AND SOUTH CARLSBAD STORM DRAIN PROJECTS CONTRACT NOS. 3182.3528. & 3667 in the City of Carfsbad, 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 Cat-isbad, 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, STEVE BUBALO CONSTRUCTION COMPANY J as Principal, (hereinafter designated as the “Contractor), and Travelers Casualty and Surety Company of America of America , as Surety, are held and firmly bound unto the City of Carlsbad, in the SlJrII of FJFTEEN MILLION SIX HUNDRED TWENTY NINE THOUSAND FIVE .ELEVEN AND m/00----------------- Dollars ($15 62-9 511 00 . 1 said sum being equal to one hundred percent (100%) of the estimated amoun; of t;e Contract, io 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 0BL)GATION 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 Carisbad, its officers. employees and agents, as therein stipulated, then this obligation shall become null and void; otheMilse it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be induded 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 stiputates and agrees that no change, extension of time. alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Pa 5/10/00 Cmxract Nos. 3182, 3528, & 3667 Page 62 of 112 Pages ,- In ttie event that Contmctor is an individuat, 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 29th Executed by SUREW this 26th day of dayof January ,20%. January 8 24&L. CONTRACTOR: SURETY: Steve Bubalo Construction Company Travelers Casualty and Surety Company (name of Contractor) of America (name of Surety) 21688 Gateway Center Drive By: Diamond Bar, CA 91765 (address of Surety) (print name here) (909) 612-3647 (telephone nuTber of Surety) Vice president and General Manager (Title and Organitation of Signatory h Steve Bubalo Construction COmpa y (printed name of Attorney-in-Fact) Louise Bubalb (print name here) (Attach corporate resolution showing current power of attorney.) Secretary/Treasurer - Steve Bubalo Construction Company (Title and Organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must slgn for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attomb *k Es 5/I o/o0 Contract Nos. 3182. 3528, & 3667 Page 63 of 112 Pages CALIFORNIA ALLPURPOSE ACKNOWLEDGMENT State of California County of Los Angeles 1 ss. On January 29, 2001 &fore me, Rosemary Tomljenovic - Notary Public , Date Name and Title of Officer (e.g., “Jane Doe, Notary Public”) personally appeared John C. Schiller Name(s) of Signer(s) &ersonally known to me q proved to me on the basis of satisfactory evidence to be the person subscribed to the entity upon behalf of which the personlkJ acted. executed the instrument. Place Notary Seal Above OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer'sName: John C. Schiller C Individual WCorporate Officer - Title(s): Vice President & General Manager ci Partner - 0 Limited 0 General C Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer~sReprssenting: Steve Bubalo Construction Company 0 1997 NatIonal Notary Association + 9350 De Soto Ave., P.O. Box 2402 - Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free 1-600-676-6627 _--. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On January 29 Y 2001 , before me, Rosemary Tomljenovic - Notary Public, Date Name and Tttle of Officer (e.g “Jane Doe, Notary Publoc”) personally appeared Louise Bubalo Name(s) of Signer(s) Bpersonally known to me 0 proved to me on the basis of satisfactory evidence to be the person 6 whose nameMare subscribed to the within instrument and acknowledged to me that h she ey executed the same ~ in hi&q, capacity and that by s/her eir signature on the instrument the person , or the entity upon behalf of which the personM acted, executed the instrument. Place Notary Seal Above OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Number of Pages: Capacity(ies) Claimed by Signer Signer’s Name: Louise Bubalo 0 Individual m Corporate Officer - Title(s): Secretary/Treasurer 0 Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Steve Bubalo Construction Company TOD of thumb here 0 1997 National Notary Association * 9350 De Soto Ave., P.O. Box 2402 * Chatsworth, CA 91313.2402 Prod. No. 5907 Reorder Call Toll-Free 1-600-676-6627 ,_: - County of Los Angeles On January 26,200l before me, Lisa M. Moss, Notary Public Name and Title of Officer (e.g., “Jane Doe. Notary Public”) personally appeared Frank Hertel Name(s) of Signer(s) q personally known to me -OR- 0 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/thev executed the same ------------------Optional--------------------- Though the information below is not required by law, it may ptvva veluable to persons relying on the document and could prevent fraud&t removal and reattachment of this fom, to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer’s Name: 0 Individual 0 Corporate Officer q Titles(s): 0 Partner - 0 Limited 0 General i yrne;-in-Fact I-US q Guardian or Conservator q Other: Signer Is Representing: ,‘ CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of California his/her/the’; authorized capacity(ies), 1 and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature of Notary Public Number of Pages: Signer’s Name: 0 Individual 0 Corporate Officer 0 Title(s): 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: “k. I BP1 133 09too TRAVELERS CASUALTY AND SURETY COMi’ANY OF AMERICA TRAvELERscAsuALTYANDsuRETYcoMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF A’lTOilNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENB, TI&lT TRAVhLti@ CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY ANu SURETY COMPANY and FARMINGTQN CASUALTY COMPANY, corporations duly organ&d under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, Coqnty of Word, State of Connecticut, (hereinafter the “Companies”) hi-& made, constituted and appointed, and do by these presents make, constitute and appoint: Frank Hertel, Alvin Kim, Dana S. Garcia, Lisa M. Clark, Chris M. Enriquez, Jill C. Pope, Gary Ditfurth, Noemi Quiroz, Sean Jackson, Mary Ann Magana, of Diamond Bar, California, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the sets of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in Ml force and effect: VOTED: That the Chairmaq the president, any Vice Chairmaq any Executive Vice President, any Senior Vice President any Vice President, any Second Vice President, the Treasurer, any Assistaut Treaswer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the compmy and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company’s name and seal with the Company’s seal bonds, recognizances, contracts of indemnity, and other writings obligatory in thenatureofabondr ecognhmce, or conditional undcxtakmg, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman any Executive Vice President, any Senior Vice President or any Vice President Qy delegate all or any part of the foregoing authority to one or mom officers or employees of this Company, provided that each such delegation is A writing and a copy thereof is tiled in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recoguizanco, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and scaled with the Company’s seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuan t to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written d&zgation of authority. c This Power of Atiorney and Certificate of Atitfioiie ii sighed and sealed bj facsimile (mechanical’or printed) under and by authority of the fol!owitig Standing Resolution voted by the Boards of Ihre~tors of ‘h@Vi$.,&ti CASUALTY AND SURETY CO&JP&NY QF AMEFCA, mwL&RS CASUALTY AND SUR&TY CQM&$NY and FAI@IINGTbN CASUAL?Y COMPANY, which Resolution is now in f@l f@x!e and effect: VOTED That ihe &gnature ‘of each of the following dfkers: President, any Executive Vice president, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be afExed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for pqoses, only of execu$ng and attesting bonds and unc@tak@gs and other writmgs obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimije signature or facsimile seaj shaE be valid and binding upon the Company and any such power so executed and certifig by such facsimile signature and tbcsimile seal shall bc valid and binding upon the Company in the future with respect to any bond or undertaking to Which it is attached. - ., . . L ,.. . . ‘, (!’ I’, : : ‘ :i... i. .;. -2: ,< *- _ ” . . 1 j i [~LQ,. ,‘). ! w-c, .: ” . . : :-: p. ‘y’t..i$:a , I ) ,’ ,*. . IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto axed this 19th day of December 2000. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OFAMERlcA }SS. I-laltford TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD On this 19th day of December, 2000 before me perso&lly came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, ?RAVELERS CASUALTY AND SURETY COMPANY and’-FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrnmenc that he/she knows the seals of said corporations; that the seals aExed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. My commission expires June 30, 2001 Notary Public Marie C. Tetreault CERTIPICATE I, the undersigned, Assistant Secretag of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CX3UALTY COMPANY, stock corporations of the State of Com~&~t, DO HEREBY CERTlFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Ceticate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 2 6 th day of January 9 2000 Kori M. Johanson Assistant Secretary, Bond r . . . . - - OPTlONAL 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, Cartsbad, California, 92008, hereinafter called “City” and Steve Bubalo Construction Company whose address P.O. Box 1048, Monrovia, CA 91017 hereinafter called “Contractor and Far East National Bank whose address is 350 South Grand Avenue, Los Angeles, CA 90071 called “Escrow Agent.” hereinafter For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the contractor has the option to deposit securities with the Escrow Agent as a substitute for reten- tion earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for VISTAKARLSBAD INTERCEPTOR SEWER, REACHES VCSB TO VC1 1 A, CMWD PROJECT NO. 91403 AND SOUTH CARLSBAD STORM DRAIN PROJECTS CONTRACT NOS. 3182,3528, & 3667 in the amount of $15,629,511.00 dated JAN. 23,200l (hereinafter referred to as the “Contract”). Alternatively, on written request of the contractor, the City shall make payments of the retention earnings directly to the escrow agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the escrow agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the Far East National Bank * and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the escrow agent, the escrow agent shall hold them for the benefit of the contractor until such time as the escrow created under this contract is terminated. The contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the escrow agent directly. 4. The contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. - h ,- 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days’ written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by Ihe 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 dosed 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: /c For City: 92008 For Contractor: Title Vice President and General Manager For Escrow Agent: Name John C. Schiller . Signature LPLCAU 1048, Monrovia, CA 91017 Tith? Vice President - ODerations Manager - . h At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent - a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: For Contractor: For Escrow Agent: P /c‘ a 5/l o/o0 A&jr& 1200 Carlsbad Villaqe Dr. Carlsbad CA 92008 Title Vice President and General Mantiger Name John C. Schiller Signature Address ox 1048, Monrovia, CA 91017 Title Vice President - Operations Manager Name Yuncy Wong Signature L.A., CA 90071 / CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California I I SS. County of Los Angeles On Z/7/01 Date personally appeared , before me, Rosemary Tomljenovic - Notary Public , Name and Title of Officer (e g., “Jane Doe, Notary Public”) John C. Schiller Name(s) of Signer(s) F3gpersonally known to me 0 proved to me on the basis of satisfactory evidence Place Notary Seal Above to be the perso &whose nameH@re subscribed to the within instrument and acknowledged to the same capacityw signatur&n the entity upon behalf of which the person acted, executed the instrument. OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: John C. Schiller 0 individual @%orporate Officer - Title(s): Vice President and General Manager 1"IJ "I 0 Partner - 0 Limited 0 General 0 Attorney in Fact C Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Steve Bubalo Construciton Company 0 1997 NatIonal Notary Association * 9350 De Soto Ave., PO Box 2402 * Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free 1-600-676-6627 State of County of On .dfdf.%@ / ~ hMbyf~ , f Date ffker (e.g., “Jane Doe, otay Public”) personally appeared d I Name(s) of Stgner(s) personally known to me - OR - 0 proved to f satisfactory evidence to be the person@)’ whose name@ is/&subscribed to the within instrument and acknowledged to me that JaeBhe/tbq6xecuted the same in tMherlthe6uthorized capacity(iMand that by biSlher/tMsignaturewon the instrument the personw, or the entity upon behalf of which the person@$%cted, executed the instrument. WITNESS my hand and official seal. Notary Pubk - CQlifd Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: * Signer(s) Other Than Named Above: cl& c - &&.&& Capacity(ies) Claimed by Signer(s) Signer’s Name: &p&&f wq Signer’s Name: u (I 2 4 q I ividual Kl Individual Corporate Officer fL?LAJ KY Corporate Officer Title(s): L/&. Title(s): 0 Partner - ci Limited C General 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Attorney-in-Fact q Trustee 0 Guardian or Conservator 3 Guardian or Conservator 0 Other: Signer Is Representing: Signer Is Representing: 0 1995 National Notary Association l 8236 Remmet Ave., P.O. Box 7184 - Canoga Park, CA 91309-7164 Prod. No. 5907 Reorder: Call Toll-Free 1-600-676-6627 SUPPLEMENTAL PROVISIONS FOR VISTAKZARLSBAD INTERCEPTOR SEWER, REACHES VCSB TO VCllA, CMWD PROJECT NO. 91-403 AND SOUTH CARLSBAD STORM DRAIN CONTRACT NOS. 3182,3528, & 3667 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 1, GENERAL PROVISIONS SECTION 1 -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS l-l TERMS Add the following section: l-1 .I Reference to Drawings. Where words “shown “, “indicated”, “detailed”, “noted”, “scheduled”, or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. Add the following section: l-l.2 Directions. Where words “directed”, “designated”, ” selected”, or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word “required” and words of similar import shall be understood to mean “as required to properly complete the work as required and as approved by the Engineer,” unless stated othenrvise. Add the following section: l-l.3 Equals and Approvals. Where the words “equal”, “approved equal”, “equivalent”, and such words of similar import are used, it shall be understood such words are followed by the expression “in the opinion of the Engineer”, unless othewise stated. Where the words “approved”, “approval”, “acceptance”, or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. Add the following section: l-l.4 Perform. The word “perform” shall be understood to mean that the Contractor, at its expense, shall perfomt 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. r‘- l-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Agency - the City of Cartsbad, California. 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. Dispute Board - persons designated by the City Manager to hear and advise the City Manager on claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute resolution. District - the Carlsbad Municipal Water District and the City of Carlsbad, Carlsbad, CA. Engineer - the Public Works Director of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Furnish - Purchase, supply and deliver to Project site, ready for installation. Materials - Products manufactured, fabricated and produced, provided to be part of the completed Work. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. r- Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 “own organization” means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor’s Own Organization and will not be included for the purpose of compliance with section 2-3.1 of the Standard Specifications and these Supplemental Provisions. Owner Operator/Lessor - Any person who provides equipment or tools with an operator provided who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility. Principal Inspector - The Senior Inspector’s immediate supervisor and second level of appeal for informal dispute resolution. Project Inspector - the Engineer’s designated representative for inspection, contract administration and first level for informal dispute resolution. Provide - Furnish and install, complete, in place and ready for intended use. Senior Inspector - the Project Inspector’s immediate supervisor and first level of appeal for informal dispute resolution. r‘. Work - The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless othewise provided, the Contractor shall provide all materials, equipment, tools, labor, incidentals, and appurtenant work necessary to complete the Work. Q l-3 ABBREVIATIONS I” l-3.2 Common Usage, add the’following: Abbreviation Apts Mh Bldg CMWD CMWDSD CSSD CfS cu ft Comm DR DW E Exist G gal Gar GNV BEP” Int S LCWD MSL MTBM NCTD OHE OMWD Prof ROW S SDNR SDRSD SFM Specs SQ T UE VCP W VWD Word or Words Apartment and Apartments Asphalt Building Carlsbad Municipal Water District Carlsbad Municipal Water District Standard Drawings Carlsbad Supplemental Standard Drawings Cubic Feet per Second cubic feet Commercial Dimension Ratio Driveway Electric Exist Gas Gallon and Gallons Garage and Garages Ground Not Visible gallons per minute Invert Elevation interceptor Sewer Leucadia County Water District Mean Sea Level (see Regional Standard Drawing M-12) Microtunneling Boring Machine North County Transit District Overhead Electric Olivenhain Municipal Water District Professional Right-of-Way Sewer or Slope, as applicable San Diego Northern Railway San Diego Regional Standard Drawings Sewer Force Main Specifications Square Telephone Underground Electric Vitrified Clay Pipe Water, Wider or Width, as applicable Vallecitos Water District l-3.3 Institutions, add the following: ACI American Concrete Institute AISI American iron and Steel institute AWS American Welding Society Caltrans California Department of Transportation CRSI Concrete Reinforcing Steel Institute PCI Precast Concrete institute SDG&E San Diego Gas & Electric USA Underground Service Alert SECTION 2 -- SCOPE AND CONTROL OF THE WORK 2-l AWARD AND EXECUTION OF CONTRACT 21.1 Bid Schedules, add the following: Award and execution of Contract will be under four Bid Schedules. The four schedules are named as follows: Schedule A: Vista/Carlsbad Interceptor Sewer Schedule B: Collector Sewer improvements Schedule C: Storm Drain Improvements Schedule D: Street Pavement Resurfacing r- Refer to Section 6-2.1.1. 2-3 SUBCONTRACTS. 2-3.1 General, add the following: Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or to deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor’s own organization. The City Council shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the City Council and shall be notified ten (IO) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: Delete, “who is listed in the latest version of U.S. Department of Treasury Circular 570,“. Modify paragraphs three and four to read: The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in the amount of 100 percent of the contract price. The Contractor shall provide bonds to secure payment of laborers and material suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000). 2) Fifty percent (50%) of the total amount payable, by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($1 O,OOO,OOO). 3) Twenty-five percent (25%) of the total amount payable be the terms of the contract if the contract exceeds ten million dollars ($1 O,OOO,OOO). f- 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 rewrdation 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 material suppliers shall be released six months plus 30 days after rewrdation of the Notice of Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer’s certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. 2-5 PLANS AND SPECIFICATIONS. P 243.1 General, add the following: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 2000 Edition, hereinafter designated “SSPWC”, as written and promulgated by Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California, and as amended by the Supplemental Provisions section of this contract. The construction plans consist of two sets of drawings. The sets are designated as Carlsbad Municipal Water District, CMWD Project No. 91403 and City of Carlsbad, Project No. 3528; Plan Set 1 of 2 consists of thirtv nine (39) sheets and Plan Set 2 of 2 consists of fi& (50) sheets. 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 Supplemental Standard Drawings, hereinafter designated as CSSD, as issued by the City of Carlsbad and the Carlsbad Municipal Water District Standard Plans hereinafter designated as CMWDSD, as issued by the Carlsbad Municipal Water District. Copies of some of the pertinent standard drawings are enclosed as an appendix to these Supplemental Provisions. 2-5.2 Precedence of Contract Documents, modify as follows: If there is a conflict .between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Technical Specifications 3) Supplemental Provisions. 4) Plans. 5) Standard Plans: a) City of Carlsbad Supplemental Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) Modifications to San Diego Area Regional Standard Drawings. e) San Diego Area Regional Standard Drawings. 9 State of California Department of Transportation Standard Plans. 6) Standard Specifications for Public Works Construction. 7) Reference Specifications. 8) Manufacturers lnstallation Recommendations. Change Orders, Supplemental Agreements and approve revisions to Plans and Specifications will take precedence over items 2) through 8) above. Detailed plans and plan views shall have precedence over general plans. 2-5.2 Precedence of Contract Documents, add the following: Where CALTRANS specifications are used to modify the SSPWC or added to the SSPWC by any of the contract documents the CALTRANS specifications shall have precedence only to the materials and construction material referred to in the CALTRANS specifications. The lnvitation to Bid, Contract for Public Works, Part 1 of these Supplemental Provisions and Part 1 of the SSPWC in the order of precedence in Section 2- 5.2 of the SSPWC shall prevail over the CALTRANS specifications in other matters. 2-5.2.1 Reference Standards, add the following: Standards of any technical society, organization, or body are incorporated in the Contract Documents by specific reference to the applicable sections/portions of the standard. When a reference standard is specified, comply with applicable provisions and recommendations stated in that standard, unless shown or specified. The latest editions of applicable standards shall apply. Reference standards include, but are not limited to the following: 1. American Association of State Highway and Transportation Officials (AASHTO) 2. American Concrete lnstitute (ACI) 3. American Institute of Steel Construction (AISC) 4. American lron and Steel lnstitute (AISI) 5. American National Standards institute (ANSI) 6. American Public Works Association (APWA) 7. American Society for Testing and Materials (ASTM) 8. American Water Works Association (AWWA) 9. American Welding Society (AWS) 10. California Department of Transportation (Caltrans) 11. Code of Federal Regulations (CFR) 12. Concrete Reinforcing Steel Institute (CRSI) 13. Occupational Health and Safety Administration (OSHA) 14. San Diego Gas 8 Electric (SDG&E) 15. Uniform Building Code (UBC) 16. San Diego Regional Standard Drawings (SDRSD) r- 245.3 Shop Drawings and Submittals 2-5.3.1 General, replace the first sentence of the second paragraph with the following: Materials shall not be manufactured, fabricated or produced, and shall not be provided to the project site, nor any work done for which shop drawings and submittals are required, before those shop drawings and submittals have been reviewed and approved, as provided in this subsection. 2-5.3.2 Shop Drawings, add the following: Each drawing shall be labeled with the following: 1. Specification Section 2. Submittal Number 2-5.3.3 Submittals, add the following: Furnish ten (10) copies of each submittal. 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 resubmittal of the fourth submittal). 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: p 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) 6) Description of the contents of the submittals. 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: Contract Nos. 3182, 3528, & 3667 Page 73 of 112 Pages Add the following: The following list of required submittal is provided for convenience and is not necessarily all-inclusive. Provide all submittals required by the Contract Documents. TABLE 2-5.3.3 Submittal Table Section Title 5-2 Protection 7-l 0.1 Traffic Requirements 02050 Demolition 02140 Dewatering 02220 Excavation and Backfill 02230 Crushed Stone and Gravel 02235 Stone Riprap 02300 Tunneling Operations 02306 Microtunneling 02310 Jacking and Receiving Shafts 02320 Tunnel Support Systems 02330 Pipe Jacking 02340 Boring and Jacking (Steel Casing) 02350 Installation of Pipe in Tunnel 02500 Pavement 02529 Concrete Curbs, Gutters and Sidewalks 02606 Manholes and Drainage Structures 02843 Traffic Signal Detection 03100 Concrete Formwork 03200 Concrete Reinforcement 03251 Concrete Joints 03300 Cast-in-Place Concrete 03610 Contact Grouting 03620 Annular Low Density Cellular Concrete 03630 Compaction Grouting 05540 Castings 06651 Polyvinyl Chloride Liner for Concrete 06653 Filter Fabric 15051 Buried Piping Installation 15061 Ductile Iron Pipe Fittings 15064 Reinforced Concrete Pipe 15073 Concrete Pressure Pipe 15074 PVC Pipe - AWWA C900 and C905 15075 PVC Pipe - SDR 35 15083 Fiberglass Mortar Pipe 15122 Piping Specialties Description Emergency Response List of Utility Agencies Traffic Control Construction Schedule Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Refer to Part 1.3, Submittals Add the following: 2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete “as-built” record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact “as-built” locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer upon completion of the work. Payment for performing the work required by section 2-5.4 shall be included in various bid items and no additional payment will be made therefor. Contract Nos. 3182, 3528, & 3667 Page 74 of 112 Pages P 2-9 SURVEYING. 2-9.1 Permanent Survey Markers, Delete sections 2-9.1 and replace with the following: The Contractor shall not wver or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The surveyor shall file wmer record(s) as required by 9s 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and wver to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and wvers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. r 28.2 Survey Service, Delete sections 2-9.2 and replace with the following: The Contractor shall hire and pay for the services of a surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. Add the following section: 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of section 2-5.3.3, “Submittals”, herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (8’/,” by 11”) paper. The field notes, calculations and data shall be clear and complete with name of the Surveyor, the party chief, field crew members, preparer of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS ‘Surveys Manual”. The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with 35 8700 - 8805 of the State of California Business and Professions Code when the surveyor performs any surveying that such map is required under QQ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-IO type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property wrners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer’s review and approval before submittal to the County Surveyor and before submittal to the County Recorder. 5/l o/o0 Contract Nos. 3182, 3528, 81 3667 Page 75 of 112 Pages Add the following section: 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. Feature Staked Street Centerline Clearing Slope Fence Rough Grade Cuts RP + Marker or Fills r 10 m Stake (includes top of: Basement soil, subbase and RP + Marker Stake, Blue- :op in grading area StruZ!ZYg&s & simiiar Facilities(D), @ curb Traffic Signal @ I nal Poles & %I . ntroller d) Junction Box a Conduit 0 su Stake Desc~ption SDRS M-10 Monument Lath in soil, painted line )nspzt;4C R ’ &kikker RP + Marker Stake RP paint on pievious course P R &itker RP + Marker Stake kr + Marker Stake P Marker &ake RP + Marker Stake TABLE 2-9.2.2(A) fey Requirements for Construction Centerline or Parallel to Centerline Spacing@, @ s300m (IOOO’), Street Intersections, Begin and end of curves. onlv when shown on the plans lath - Intervisible, s 15m (50’) on tangents & < 7.5m (25’) on curves, Painted line - continuous Inter-visible and s 15m (50’) s 60 m (200’) on tangents, s 15m (50’) on :uIves when Rz 300m (1000’) 8 7.5m (25’) OI curves when W 300m (1000’) I 15m (50’) 5 15 m (50’) on tangents (L curves when Rz 300m (1000’) & < 7.5m (25’) on curves when R s 300m (1000’) S 7.5m (25’) or as per the intersection grid points shown on the plan whichever provides the denser information ntervisible 8 < 7.5m (25’) beginning and end BC & EC of facilrties, Grade breaks, Alignment breaks, Juncttons, Inlets 8 stmilar facilities, Risers 8 similar facilities (except plumbing), Skewed cut-off lines s 7.5m (25’). BC & EC. at ‘/I. XA 8 “A on curb returns ((I at beginning & end Vertical locations shall be based on the ultimate elevation of curb and sidewalk at each pole 8 controller location at each )unctron box locatron I 15 m (50’) on tangents & curves when Rr 300m (1000’) 8 s 7.5m (25’) on curves when R < 300m (1000’) or where grade < 0.30% a 5/10/00 Contract Nos. 3182, 3528, & 3667 itaking Lateral Spacing 0, Q on street centeriine at clearing lim Grade Breaks & ~7.6 m (25’; N/A ( ygey N/A ~6.7 m (22’) edge of pavement, paving pass width, crown lin;tikyde as appropriate ( constant offset) as appropnate as appropnate as appropnate 7 mm (0.02’) Horizontal, also see section 2-9.2.1 herein 0.3 m [I’) Horizontal 30 mm (0.1’) Vertical & Horizontal 30 mm (0.1’) Horizontal 30 mm (0.1’) Vertical & Horizontal 10 mm (“/ n Horizontal & 7 mm 0 I ;) Vertical & when depth cannot be measured from Page 76 of 112 Pages Minor Structure 0 RP + Marker for catch basins: at centerline of box, ends of box & wings 8 at each end of the~local as appropriate 10 mm (‘1” Horizontal Stapti;kie 8 7 mm e 1 ,“) Vertical depression 0 (when vertical data I. I. Abutment Fill RP + Marker Sli3~b~ifW s 15 m (50’) & along end slopes & conic as appropriate , I . transitions Major Structure 0 Fo$wKW~$~~ Wingwalls Horizontal IO I’H ’ & EE!i’f ,‘) tTiZ$ I- IO (OI’IH * & ?“,rn i(/,*) ~ZZZr r I. I. Wall (D RP + Marker 5 15 m 50’) and at beginning 8 end of: each CB as appropriate t 7 mm (‘/,n) Horizontal Stake + Line i Poi;;;mrc wall, C 8 EC, layout line an le points, & 7 mm (‘/,“) Vertical changes in footing dimensions ifi or elevation &wall height I. I. KP + Marker 0’ Stake + Line & ZC transition points & at 33’) as required by the as appropriate I I t Poi;;;y . Eleiation points on footing: at bottom of columns SuperstnJctures RP 7 ’ . 33’) uffrcient to use stnng I%, tratsition points & at as appropnate I t leginning & end. Elevation points on footing3 at bottom of columns I. I. Miscellaneous 0 co G d’ nYTl ra Ing RP + Marker Stake sl5m(50’) akyignbur ‘I 30 mm (0.1’) Vertical 8 . Utilities 0, 0 kP + Marker Stake s 15 m (50’) on tangents & curves when Rr 3s appropnate I ’ 300m (1000’) & 5 7.5m (25’) on curves when R Z$ 3OOm (4000’) or where grade 5 0.30% Channels, Dikes HP + Marker intervisible 8 5 30 m (loo’), BC 8 EC of 3s appropnate ‘I ! * & Ditches 0 Stake facilities, Grade breaks, Ali 7 nment breaks, Junctions, Inlets & simi ar facilities Signs 0 HP + Marker 7 i Stake + Line At sign location Line point b0 mm (0 I’) Verbcal 8 Horizontal I Poi:;;Frc Subsurface m + Marker intervisible & 5 15m (501, BC & EC of 3s appropnate ? I Drains 0 Stake facilities, Grade breaks, Alignment breaks, Junctions, Inlets 8 similar facilities, Risers & similar facilities Oversrde Urarns HP + Marker longrtudtnal location t beginning & 3 0 Stake end Markers 0 RP + Marker At marker Stake 1 location(s) 1 H ‘I’ & Bir!r!$! 0 RP + Marker Stake at railing & ti barrier IO mm (‘I”) Honzontal & Qertical location(s) Ames 0 RP + Marker Stake 3s appropnate 3 Box Culverts 0’ t 33’) as required by the 8 E”c transition points & at IS appropnate 1 ril /“H ’ 8 Kilz~ ,“) tYzEi7 I t . Eleiatlon points on footings & at invert Pavement RP 7 53 Markers0 (200’) on tangents, 15 (XY) on curves then R 2 300m (1000’) am7.5m (25’) on at r;;Ft ’ 7mmU, ‘) Honzontal cuwes when R 5 300m (1000’) For PCC location(s) I L littc 3VZ 0 Staking for feat! B may be om surfaced streets lane cold joints will suffice sd when adjacent marker stakes reference tl offset and elt ltion of those features and the accuracy requirements of the RP meet the requirements for the feature 0 Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table 0 Perpendicular to centerline. 0 0 Some features are not necessarily parallel to centerline but are referenced thereto Multi-plane surfaced features shall be staked so as to provide line 8 grade information for each plane of the feature 0 2 means greater than, or equal to, the number following the symbol. zz means less than, or equal to, the number following the symbol. 0 The cut datum for storm drainage & sanitary sewer pipes 8 similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. a 5/10/00 Contract Nos. 3182, 3528, & 3667 Page 77 of 112 Pages All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(B) TABLE 2-9.2.2(B) Type of Stake Horizontal Control Survey Stake Color Code for Chhtruction Staking 1 Description 1 Colof Coordinated control points, control lines, control reference points, centeriine, White/Red l Flagging and marking cards, if used. Add the following section: 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made therefor. Payment for the replacement of disturbed monuments and the filing of comer records shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made therefor. 240 AUTHORITY OF BOARD AND ENGINEER Add the following section: 240.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor’s or subcontractor’s possession pertaining to the work that the Engineer may request. Add the following section: 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and 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 Contractors 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. # 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 78 of 112 Pages SECTION 3 -- CHANGES IN WORK 3-2 CHANGES INITIATED BY THE AGENCY 3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrease in quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjustment of contract unit price for such items will be limited to that portion of the change in excess of 25 percent of the original quantity listed in the Contractor’s bid proposal for this contract. Adjustments in excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work. 3-3 EXTRA WORK. 3-3.2.2 ( c ) Tool and Equipment Rental, second paragraph, modify as follows: Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, ‘Labor Surcharge & Equipment Rental Rates” published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. 3-3.2.3 Markup, Delete sections 3-3.2.3 (a) and (b) and replace with the following: (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: r 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. W Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the 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, add the following after the second sentence: Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. r 3-4 CHANGED CONDlTIONS. delete the second sentence of paragraph three, delete paragraph five (5), and add the following: The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 79 of 112 Pages for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor’s failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. “The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City’s proposed final estimate in order for it to be further considered.” By: Title: Date: Company Name: r-- 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. Add the following: The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Senior Inspector 3. Principal Inspector 4. Public Works Director 5. City Manager r” 0 5/l o/o0 Contract Nos. 3182, 3528, 81 3667 Page 80 of 112 Pages The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractors 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)(l) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(l) “Public work” has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that “public work” does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) “Claim” means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not othewise 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)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. r‘ (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. a 5/l o/00 Contract Nos. 3182, 3528, & 3667 Page 81 of 112 Pages P F-- (c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency’s written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency’s written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency’s response or within 15 days of the local agency’s failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (9 This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15day period, any party may petition the court to appoint the mediator. (b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141 .lO) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141 .l 1 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) 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 a 5/l o/00 Contract Nos. 3182, 3528, 81 3667 Page 82 of 112 Pages 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. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.3.1 General, add the following: The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfil1 r- this Contract. 4-1.4 Test of Materials, delete the phrase, “and a reasonable amount of retesting”, from the third sentence of the first paragraph. add the following: Except as specified in these Supplemental Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor’s expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. Contract Nos. 3182, 3528, & 3667 Page 83 of 112 Pages 4-l .6 Trade names or Equals, Add the following: Unless otherwise authorized by the Engineer, the Contractor shall have five (5) days from the date of bid opening to provide the submission of data substantiating the Contractor’s request for a substitution of “an equal” item. 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 provide the specified item. The Engineer has twenty (20) days to review the Contractor’s request. Add the following section: 4-2 MATERIALS TRANSPORTATION, HANDLING & STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quality 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. Add the following: 4-2.1 General Materials shall not be transported and delivered to the Project site until related shop drawings and submittals have been approved. Add the following: 4-2.2 General Transportation and Handling Requirements A. Contractor shall make all arrangements for materials purchase, transportation, delivery and handling required for prosecution and completion of the Work. B. Shipments of materials shall be delivered to the site only during regular working hours. Shipments shall be addressed and consigned to the proper party giving name of Project, street number and city. Shipments shall not be delivered to the District unless directed by the Engineer. C. Stored materials which require moving during construction shall be moved at the Contractor’s expense. D. Hauling permits shall be the Contractor’s responsibility. E. Loss or damage to materials during transportation, delivery and handling of materials shall be the Contractor’s responsibility. G 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 84 of 112 Pages Add the following: 4-2.3 General Storage Requirements ,- A. Store and protect materials in accordance with manufacturer’s recommendations, requirements of this Contract, and all applicable laws and regulations. B. Make all arrangements and provisions necessary for the storage of materials. Materials shall be kept neatly and compactly stored in locations that will cause a minimum of inconvenience to other contractors, public travel, adjoining property and occupants. Arrange storage in a manner to provide easy access for inspection. Materials shall not be stored within the public right-of- way. C. Private property shall not be used for storage purposes without a prior lease agreement from the property owner. D. Loss or damage to stored materials shall be the wntractor’s responsibility. Add the following: 4-2.4 Delivery A. Materials shall not be delivered to the Project site until related submittals have been approved. B. Inform the Engineer upon delivery of materials to the site. C. Arrange deliveries of materials in accordance with construction schedules and in ample time to facilitate inspection prior to installation. D. Coordinate deliveries of materials to avoid conflict with Work and conditions at site, and to accommodate the following: 1. Work of other contractors. 2. Limitations of storage space. 3. Availability of equipment and personnel for handling materials. E. Materials shall not be delivered to site until required storage space facilities have been provided. F. Materials shall be delivered to site in manufacturers original, unopened, factory sealed, labeled containers. G. Immediately upon delivery, inspect shipment to assure: 1. Product complies with requirements of Contract Documents and reviewed submittals. 2. Quantities are correct. 3. Containers and packages are intact, labels are legible. 4. Products are properly protected and undamaged. Add the following: 4-2.5 Material Handling A. Provide equipment and personnel necessary to handle materials by methods to prevent damage and soiling to materials and packaging. B. Provide additional protection during handling as necessary to prevent scraping, marring or otherwise damage materials and surrounding surfaces. C. Materials shall be handled in a safe manner and as recommended by manufacturer or supplier to prevent damage. Materials shall not be dropped, rolled or skidded off delivery vehicles. D. Handle materials by methods to prevent bending and overstressing. E. Lift materials only at designated lifting points. Contract Nos. 3182, 3528, 81 3667 Page 85 of 112 Pages SECTION 5 - UTILITIES 5-I LOCATION. Add the following: The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and completeness of the size, location and condition of utilities indicated on the Plans is not guaranteed. Locations of existing underground utilities shall be considered approximate. Existing underground utilities may be in locations different from that which are shown on the plans, and unknown utilities may exist which are not shown on the Plans. Determine by potholing the location and depth of all utility crossings and connections S-inches and larger shown on the Plans and which may affect or be affected by construction activity. Complete field verification before ordering Interceptor Sewer or Storm Drain piping to allow the Engineer sufficient time to make revisions to pipeline alignment and grade. Before excavating, verify the location of underground utilities by contacting each of the listed utility companies as shown on the Plans. An existing 3-inch PVC water line shall be relocated along the interceptor sewer and storm drain pipe lines within the railroad right-of-way as shown on the Plans. CAUT/O/Vl An existing 1Zinch high pressure gas transmission line is in the railroad right-of-way as shown on the Plans. CAUTION! Overhead electric lines are located throughout the Project. Locate overhead electric lines and exercise caution when performing Work in their vicinity. The Contractor shall maintain a minimum vertical clearance of 10 feet between equipment and overhead electric lines. 5-2 PROTECTION. Add the following: The Contractor shall proceed cautiously during its work so as not to damage utilities and interfere with their service. Individual water, sewer and gas service laterals shall not be shut off to the residences and businesses and will therefore remain live during excavation, installation and backfill. Portions of the project are in the vicinity of overhead electric, telephone, and cable TV lines and will require caution during the Contractor’s work activities. Overhead telephone, cable TV or individual electric service lines that require temporary intermediate support or removal shall be coordinated by the Contractor with the appropriate utility company. Submit an emergency list of contacts and phone numbers for each utility agency in accordance with Section 2-5.3.3. No utilities shall be taken out of service without prior approval of the Engineer. Protect in place the existing exposed 12-inch high pressure gas transmission line in the railroad right-of-way. The earthwork for reconstructing the slope failure at the Agua Hedionda Lagoon will restore the exposed pipeline to a buried condition. The gas line is owned by Southern California Gas Company. To coordinate work around the pipeline, contact the Gas Company’s Field Operations Supervisor, Bob Cordova at (714) 634-3196 or (714) 634-3199. The Gas Company will have a representative on site during all phases of involvement to assist the Contractor concerning their gas line. The Gas Company will remove the sag from the pipeline and repair its coatings prior to the Contractor backfilling the pipeline. a 5/l 0100 Contract Nos. 3182, 3528, & 3667 Page 86 of 112 Pages 1. Refer to Section 02220, Excavation and Backfill, Part 1.4D. 5-4 RELOCATION. Delete the first paragraph and substitute the following: In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon request to the Engineer, may be permitted to temporarily omit the portion of work affected by the utility. Such omission shall be for the Contractor’s convenience and no additional compensation will be allowed therefor. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. An existing 2” gas line is located in Chestnut Avenue that will require relocation prior to construction of the storm drain. The relocation will be performed by SDG&E; however, the Contractor is solely responsible for coordinating this activity with his work. The Contractor shall include the coordination and relocation effort in the base line schedule. No additional payment will be allowed to the Contractor for delays which occur as a result of inadequate coordination. 56 COOPERATION. Add the following: An existing 1 l/r to 2-inch gas line is located in Jefferson Street on approximately the same alignment as the proposed interceptor sewer. SDG&E has relocated this line around the jacking/receiving pits shown. Contractor shall coordinate with and pay SDG&E for any additional relocation made necessary by any Contractor requested changes to this Contract. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete section 6-1 and substitute the following: Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within (10) calendar days after receipt of the “Notice to Proceed”. ten Add the following section: 6-1 .l 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 (including the Contractor’s major subcontractors) of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor’s responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per section 6-4. No separate payment will be made for the Contractor’s attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. Add the following section: 64.1 .I Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of section 2-5.3 within 30 days of receiving a Notice to Proceed. The submittal of the Baseline Construction Schedule shall include each item and element of sections 6-l .2 through 6-l .2.9 and shall be on hard (paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media. a 5/l 0100 Contract Nos. 3182, 3528, 81 3667 Page 87 of 112 Pages Add the following section: 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work 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. Add the following section: 6-l .2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. Add the following section: 6-l .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. r” Add the following section: 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. Add the following section: 6-l .2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 95 compatible “Suretrak” program by Primavera to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency a 89 mm (3.5”) data disk or CD Rom with all network information contained thereon, in a format readable by a Microsoft Windows 95 system. The Agency will use “Suretrak”, for review of the Contractor’s schedule. Should the Contractor elect to use a scheduling program other than the ‘Suretrak” program by Primavera the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:00 a.m. and 500 p.m. The location 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 training shall be completed prior to the submittal of the first Baseline Construction Schedule. Add the following section: 6-l .2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the 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 F- activity’s description shall accurately define the work planned for the activity and each activity shall have rewgnizable beginning and end points. For special civic events to be included as scheduled activities, refer to Section 6-7.2.3. 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 88 of 112 Pages Add the following section: 6-l .2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. Add the following section: 6-l .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. Add the following section: 6-l .2.6 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per section 6-4. Add the following section: 6-l .2.9 Early Completion. The Baseline Construction Schedule will show the Contractor’s plan to support and maintain the project for the entire contractual timespan of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of section 6-1. 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 shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. Add the following section: 6-l .2.10 Engineer’s Review. The Construction Schedule is subject to the review of the Engineer. The Engineer’s determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these special provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer’s determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these special provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. 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. Add the following section: 6-l .2.10.1 “Accepted.” The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with section 6-l .8.1. a 5/ 1 o/00 Contract Nos. 3182, 3528, 81 3667 Page 89 of 112 Pages Add the following section: 6-l .2.10.2 “Accepted with Comments.” The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per section 6-1.8.1. Add the following section: 6-l .2.10.3 “Not Accepted.” The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per section 6-l .8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked “Accepted” or “Accepted with Comments” by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of section 64 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked “Accepted” by the Engineer. Add the following section: 61.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity’s schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media per the submittal requirements of section 2-5.3 and will include each item and element of sections 6-1.2 through 6- 1.2.9 and 6-1.3.1 through 6-1.3.7. Add the following section: 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. Add the following section: 6-l .3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. Add the following section: 6-l .3.3 Electronic Media. The schedule data disk shall be a 89 mm (3’&“) high density diskette or CD Rom, labelled with the project name and number, the Contractor’s name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in section 6-l .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. Add the following section: 61.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. Add the following section: 6-l .3.5 Change Orders, Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor’s change orders. Add the following section: 6-1.3.6 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. a 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 90 of 112 Pages Add the following section: 6-l .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”. Add the following section: 6-l .4.1 “Accepted.” The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with section 6-1.8.2. Add the following section: 6-l .4.2 “Accepted with Comments.” The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineers comments prior to receipt of payment per section 6-1.8.2. Add the following section: 6-l .4.3 “Not Accepted.” The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked MAccepted” 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. Add the following section: 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent ‘Accepted” Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the “Accepted” schedule. Add the following section: 6-l .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 subsection “substantially different” means a time variance greater than 5 percent of the number of days of duration for the project. ?a 5/10/00 Contract Nos. 3182, 3528, & 3667 Page 91 of 112 Pages . /4- Add the following section: 6-l. 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. Add the following section: 64.6 Measurement and Payment. Construction Schedule preparation and updates for all phases of work shown and specified in Bid Schedules A, B, C, and D will be paid for at the stipulated lump sum price of twenty-five thousand dollars ($25,000.00) for Bid Schedule ‘A” and at the stipulated lump sum price of twenty-five thousand dollars ($25,000.00) for Bid Schedule ‘C” for a total stipulated lump sum price of fifty thousand dollars ($50,000). The stipulated lump sum price paid for Construction Schedule shall include full compensation for furnishing all labor, materials including, but not limited to, the computer hardware and software, tools, equipment, and incidentals; and for doing all the work involved in attending meetings, preparing, furnishing, updating, revising the tabular, bar and flow chart Construction Schedules and narrative reports required by these special provisions and as directed by the Engineer. The Engineer’s determination that each and any construction schedule proposed by the Contractor complies with the requirements of these special provisions shall be precedent to each and any payment for the Construction Schedule. Payments for Construction Schedule will be made as per sections 6-l .8.1 through 6-l .8.3. Add the following section: P 6-l .6.1 Initial Payment. Fifteen thousand dollars ($15,000.00) of the stipulated lump sum bid for the Construction Schedule will be made when the Engineer has accepted a Construction Schedule for this project. Add the following section: 6-l .6.2 Monthly Updated Construction Schedule Payments. Monthly Updated Construction Schedule Payments of one thousand dollars ($l,OOO.OO) will be made subsequent to the initial payment for the Construction Schedule for each monthly Construction Schedule, updated as required herein, that the Engineer has accepted as sufficient within the month that the monthly progress payment pertains. No payment shall be made, nor shall any payment accrue, for any monthly updated construction schedule that is not marked uAccepted” by the Engineer on or before the twentieth working day of the month such monthly updated construction schedule is due per section 6-1.3 Preparation of Schedule Updates and Revisions. The sum of the amounts paid for Construction Schedule during the initial and subsequent payment periods, or extensions to the contract, shall not exceed the stipulated lump sum price for Construction Schedule. Add the following section: 6-l .6.3 Concluding Payment. A Final payment of eighteen thousand dollars ($18,000.00) for the Construction Schedule will be made when both one hundred percent of the contract work is completed and the Engineer has accepted a final construction schedule update prepared and submitted by the Contractor as required herein that shows the actual beginning and ending dates and all other data that is required for baseline and update schedules for each activity shown on the baseline construction schedule and updates thereto that the Engineer accepted for this project. e 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 92 of 112 Pages 6-2 PROSECUTION OF WORK. f- 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. A brief summary of the work to be done is provided below. The VistaEarlsbad Interceptor Sewer Replacement Project will provide for construction of a new interceptor sewer system to expand and upgrade Reaches VC5B through VCllA in the City of Carlsbad. The new interceptor sewer will replace the City’s aging and undersized existing interceptor sewer. The interceptor sewer alignment is located in Jefferson Street from Las Flores Drive to Oak Avenue, and in Oak Avenue from Jefferson Street to the NCTD railroad right-of-way at Oak Avenue, and in the NCTD railroad right-of-way from Oak Avenue to the Agua Hedionda Lagoon. The interceptor sewer does not cross beneath the railroad tracks, however, sewer collectors do cross the railroad tracks. The South Carlsbad Village Storm Drain Project will provide for construction of a new storm drain system throughout the southern portion of the City of Carlsbad’s downtown area. The storm drain system will collect storm water flows at key points throughout the downtown area and transmit these flows for discharge at the Agua Hedionda Lagoon. I” Streets impacted by storm drain pipeline construction include Oak Avenue, Harding Street, Pine Avenue, Palm Avenue, Magnolia Avenue, Chestnut Avenue, and the NCTD railroad right-of-way. Storm drain collector pipelines will cross underneath the railroad tracks. Under Schedule A, the major elements of the interceptor sewer work to be performed include: construct an interceptor sewer pipeline ranging in size from 36- to 54-inch inside diameter, sewer manholes and structures, construct incidental small collector sewer piping, demolish and remove an existing interceptor sewer manhole, modify and rehabilitate two existing collector sewer manholes in Grand Avenue, provide temporary bypass pumping of sewage flow, and abandon existing interceptor sewer manholes. Under Schedule B, the major elements of the collector sewer work to be performed include: construct 12-inch collector pipeline, sewer manholes, sewer laterals and all appurtenant work. Under Schedule C, the major elements of the storm drain work to be performed include: construct storm drain pipelines ranging in size from 18- to 84-inch inside diameter, curb inlets, storm drain cleanouts, catch basins box culvert, headwalls and riprap placement. Under Schedule D, the major elements of the street pavement resurfacing work to be performed include: cold milling existing pavement, constructing asphalt pavement overlay to the limit shown on the Plans and restriping. The major elements of additional incidental work to be performed include: mobilization, pavement removal and replacement, curb and gutter removal and replacement, sidewalk removal and replacement, excavation, shoring, dewatering, backfill, confined space entry, permanent sewage flow diversion, temporary sewage flow bypasses, protection of existing utilities, traffic control, traffic signal detection, and project site maintenance. 5/l 0100 Contract Nos. 3182, 3528, & 3667 Page 93 of 112 Pages The new interceptor parallels the existing interceptor in Jefferson Street from Las Flores to Grand Avenue where the existing interceptor turns west towards the rail road right-of-way. The upstream limit of construction of the interceptor is a connection to a stubbed out dry pipe section that was constructed by others under a separate contract; the downstream limit of construction of the interceptor sewer is a connection to a new manhole structure constructed over the existing live interceptor sewer. After installation, testing and acceptance of the pipeline, the sewage flows shall be diverted to the new interceptor by removal of a temporary bulkhead located in a junction box in Jefferson Street approximately 300 feet to the north of Las Flores Drive. The sewage flow in the existing interceptor is pumped from the Buena Vista Pump Station into a gravity line located approximately 700 feet to the north of Las Flares Drive. Currently, additional sewage flow is contributed from the Home Plant Pump Station forcemain at Laguna Drive and from local collector sewers at various locations along the alignment. The daily peak dry weather flow in the existing interceptor sewer is approximately 10 MGD with peak wet weather flows nearing 24 MGD. The wet well volume of the Buena Vista Pump Station is not sufficient to store and equalize sewage flows for more than 2 hours during low flow periods. Plans for diverting sewage flows at each permanent diversion and bypassing sewage flows at each temporary bypass shall be submitted under and in accordance with Section 15051. The descriptions for Bid Schedules A through D are overviews only and shall not relieve the Contractor from its responsibilities to perform the coordination and work in accordance with the plans and specifications. Some phases or portions of phases may overlap each other and/or occur during the same time period. f-- Add the following section: 6-2.1.1 Bid Schedules The Work proposed under this Contract shall be performed under four Bid Schedules. The four Bid Schedules are named as follows: Schedule A: Vista/Carlsbad Interceptor Sewer Schedule B: Collector Sewer Improvements Schedule C: Storm Drain Improvements Schedule D: Street Pavement Resurfacing Under Schedule A, the interceptor sewer shall be constructed as shown on the Plans. Under Schedule B, the collector sewer shall be constructed as shown on the Plans. Under Schedule C, the storm drain improvements shall be constructed as shown on the Plans. Under Schedule D, the street pavement resurfacing shall be constructed as shown on the Plans. 6-2.2 Sequence of Construction Add the following section: 6-2.2.1 General. Schedule the Work appropriately for completion within the time specified herein, provided that such Work is performed and completed in accordance wjth the requirements of the Contract Documents. It is anticipated that the work will begin at the downstream end of the project and proceed upstream. The following is for information only. Issues that may affect the sequence of work are the following: 1. 2. Maintaining operation of the existing interceptor sewer and collector sewers. Connecting to existing sewer systems. 3. Coordination with other Ci 2 and District contracts. 4. Coordination with special 5. ity civic events. 6. Groundwater draw-down for construction dewatering. Scheduling pipe jacking or microtunneling operations. 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 94 of 112 Pages Refer to Section 7-l 5, Connection to Existing Sewer Systems for connection requirements. Add the following section: 6-2.2.2 Phase 1. Phase 1 consists of construction of the Interceptor Sewer and the Storm Drain from the north shore of the Agua Hedionda Lagoon to Chestnut Avenue. Add the following section: 6-2.2.3 Phase 1A. Phase 1A consists of construction of the portion of the Storm Drain within Chinquapin Avenue. This construction can wmmence at any point after which the Contractor completes and tests the section of storm drain up to Chinquapin Avenue under Phase 1 described above and may be completed concurrent with any other Phase of work. Add the following section: 6-2.2.4 Phase 2. Phase 2 consists of construction of the Interceptor Sewer and Storm Drain along the railroad right-of-way from Chestnut Avenue to Oak Avenue. This construction shall wmmence only after Phase 1 is completed and tested. Add the following section: 6-2.2.5 Phase 3. Phase 3 consists of construction of the collector sewer and the Storm Drain within Chestnut Avenue from the railroad right-of-way to Harding Street. This construction shall commence only after Phase 1 is completed and tested. The collector sewer shall be constructed and tested, and all sewer laterals reconnected p&r to storm drain construction. Add the following section: 6-2.2.6 Phase 4. Phase 4 consists of construction of the Storm Drain in Harding Street from Chestnut Avenue to Oak Avenue. This construction shall wmmence only after Phase 3 is completed and tested and shall not be constructed concurrent with Phase 4A. Add the following: 6-2.2.7 Phase 4A. Phase 4A consists of construction of the Storm Drain in Pine Avenue. This construction shall commence only after Phase 4 is completed and tested. Add the following: 6-2.2.6 Phase 48. Phase 4B consists of construction of the Storm Drain in Oak Avenue from Harding Street to Interstate 5. This construction shall wmmence only after Phase 4 is completed and tested. Add the following section: 6-2.2.9 Phase 5. Phase 5 consists of construction of the Storm Drain in Harding Street from Chestnut Avenue to Magnolia Avenue. This construction shall wmmence only after Phase 3 is completed and tested and shall not be constructed concurrent with Phase 4. Add the following: 6-2.2.10 Phase 5A. Phase 5A consists of construction of the Storm Drain in Palm Avenue. This construction shall wmmence only after Phase 5 is completed and tested. Add the following: 6-2.2.11 Phase 58. Phase 5B consists of construction of the Storm Drain in Magnolia Avenue. This construction shall wmmence only after Phase 5 is completed and tested. a 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 95 of 112 Pages Add the following: 6-2.2.12 Phase 6. Phase 6 consists of construction of the Interceptor Sewer and the Storm Drain in Oak Avenue from the railroad right-of-way to Jefferson Street. This construction shall wmmence only after Phase 2 is completed and tested, and may be constructed concurrent with Phases 3 through 5. Add the following: 6-2.2.13 Phase 7. Phase 7 wnsists of construction of the VistaKarlsbad Interceptor Sewer in Jefferson Street. This construction may not be performed concurrently with construction activity in Harding Avenue. Add the following section: 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. Each Project Meeting shall be attended by the Contractor’s Representative. The Project Representative shall be the .individual determined under section 7-6 of the SSPWC, “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. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Report. Modify as follows: The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefor. 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within four hundred twentv (420) working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. Add the following: The hours of work shall be as follows: Schedule A: 1, 7:00 am to 7:00 pm on Monday through Friday, and 7:00 am to 4:00 pm on Saturday for microtunneling operations only. However, generator operation and slurry separation shall be restricted to 8:00 am to 6:00 pm on Monday through Friday, and 8:00 am to 4:00 pm on Saturday. 2. 7:00 am to 4:00 pm on Monday through Friday for all other work, unless otherwise specified. a 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 96 of 112 Pages Schedule B: 1. 7:00 am to 4:00 pm on Monday through Friday, unless otherwise approved. Schedule C: 1. 7:00 am to 4:00 pm on Monday through Friday, unless otherwise approved. Schedule D: 1. 7:00 am to 4:00 pm on Monday through Friday, unless otherwise approved. Add the following: 6-7.2.1 Extended Work Hours Some work will be required to be performed beyond the normal working hours specified under Working Day in Section 6-7.7. Related costs of performing work during extended work hours shall be included in the Contractor’s bid. Extended work hours shall include periods after hours from the normal working day and periods during weekends. Work to be performed during extended work hours shall include but not be limited to: connections to and bypasses of the existing collector and interceptor sewers; transfer of sewage flows from the existing collector and interceptor sewers to new interceptor sewer; and other ancillary areas as required to bypass or transfer existing flows to new facilities. The diversion of flows from the existing interceptor sewer to the new interceptor sewer at MH#VC53 will require accomplishment of the flow transfer during low flow periods. The hours of work for the four (4) existing manholes in Grand Avenue at Roosevelt Street and for the storm drain in front of the City maintenance yard driveway on Oak Avenue shall be during the night time from 7:00 pm to 7:00 am. f- Add the following: 6-7.2.3 Special Civic Events The City of Carlsbad hosts several special civic events each year that are held on Saturdays and Sundays on the streets of Carlsbad which draw thousands of visitors. These events and their approximate dates are as follows: 1. San Diego Marathon January (Annual Event) 2. Carlsbad 5000 Meter Run March (Annual Event) 3. Carlsbad Street Fair 1” Weekend in May and November (Semi-Annual Event) 4. Carlsbad Triathlon July (Annual Event) 5. Barrio Festival September (Annual Event) All work activities in progress in Jefferson Street, Grand Avenue, Harding Street and Chestnut Avenue shall stop during the weekend of each of the five (5) civic events listed above. By the end of the work day prior to the event, the Contractor shall have completed backfilling all trenches and placing temporary asphalt pavement in accordance with the Contract Documents. All equipment and materials shall be removed from the work area and the site cleaned in accordance with Section 7-8.1, Cleanup and Dust Control. Temporary traffic control shall be set up for non-working conditions. Work may resume on the next working day following the event. Contractor will be responsible for coordinating the exact dates of events specified above with the Engineer. Q 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 97 of 112 Pages ,- Jacking and receiving shafts for the Interceptor Sewer may remain open during these civic events but shall be securely fenced and barricaded for public safety. The fence shall include screening material as a visual barrier. The Contractor shall make every reasonable attempt to schedule its activities around these dates. The Contractor’s activities for the preparation of these civic events shall be included in its baseline construction schedule as required in Section 6-1, Construction Schedule and Commencement of Work. Payment for the work required by this section shall be included in the bid and no additional payment will be made therefor. 643 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following: The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer’s judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board’s acceptance of the Work the Engineer will cause a “Notice of Completion” to be filed in the office of the San Diego County Recorder. The date of rewrdation shall be the date of completion of the Work. .-- Delete the first sentence of the third paragraph and substitute the following two sentences: All work shall be warranted for one (1) year after rewrdation 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. 6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentence of the second paragraph and add the following: For each consecutive working day in excess of the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of two thousand Dollars ($2000.00). Execution of the Contract shall constitute agreement by the Agency and Contractor that two thousand dollars ($2000.00) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTORS EQUIPMENT AND FACILITIES Add the following section: 71.1 Staging Area. The Contractor is responsible for locating and leasing all property necessary for the Engineer’s and Contractor’s trailers including, but not limited to, storage of materials and parking. The Engineer’s field office and parking area shall be provided as specified in Section 8-2.1. Employee parking is limited to street parking and shall not be allowed on Jefferson Street between r Oak Avenue and Las Flores Drive. Contract Nos. 3182, 3528, & 3667 Page 98 of 112 Pages Completely fence the sites for staging areas with chain link fence. Maintain all staging areas according to all applicable sanitation and safety regulations. Applicable requirements include the provisions contained in Section 7 - Responsibilities of the Contractor. Site security shall be the sole responsibility of the Contractor. Staging areas shall be returned to their original condition upon completion of the work. 71.2 Contractor’s Field Office Provide a Contractor’s field office with the following minimum facilities: I, Telephone service and electrical power 2. Sanitary facilities which comply with Section 7-8 3. Fax machine and copy machine 4. Project Sign 5. Contractor’s company sign no larger than 4’ x 8’ All permits required for implementation of the field office shall be obtained and paid for by the Contractor. The field office shall be removed from the site upon Final Acceptance. 7-3 LIABILITY INSURANCE. Modify as follows: All insurance is to be placed with insurers that have a rating in Best’s Key Rating Guide of at least A-:V and are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. All references to “Agency” in this section shall be replaced with the “City and NCTD.” Replace the second and third paragraphs with the following: A combined single limit policy with aggregate limits in the amount of $10,000,000 is required. 74 WORKERS’ COMPENSATION INSURANCE. Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers’ compensation insurance. 7-5 PERMITS. Delete the first sentence and add the following four sentences: Except as specified herein the agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, resource agency and building permits necessary to perform work for this contract on Agency property, in streets, highways (except State highway right-of-way), railways or other rights- of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefor. Add the following section: 7-5.1 Agency Permits, Agency permits for the Work are included in Appendix ‘D’ of these special provisions. Resource agency permits pertaining to this project include: 1) California Coastal Commission permit number 6-99-88 issued on December 8, 1999. 2) California Regional Water Quality Control Board 401 waiver issued on 1 O/8/99. 3) ;;iOt;d States Army Corps of Engineers permit number 982006900 issued on June 26, 4) California Regional Water Quality Control Board Permit for Groundwater Discharge issued on September 28,1999. 5) Encina Special Purpose Wastewater Discharge Permit No. 98-SPI issued on September 1, 1998 and amended May 18,200O. e 511 o/o0 Contract Nos. 3182, 3528, & 3667 Page 99 of 112 Pages 6) State Department .of Transportation Encroachment Permit No. 1 I-99-NDM0254 issued June 11, ‘1999. 7) State Water Resources Control Board, NPDES General Permit for Storm Water Discharges Associated with Construction Activity, Order No. 99-08-DWQ. The Contractor shall be responsible for complying with all requirements of the above referenced permits except where certain specific requirements will be performed by others and have been crossed-out; all as shown in Appendix D. The cost to comply with the permit requirements shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefor. 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. The Contractor shall provide access through the southerly portion of the project (south of Tamarack) at all times to the Contractor of the adjacent “Windsong Shores” subdivision project and to employees and visitors of the YMCA recreational facility. Add the following: 7-7.2 Work within the NCTD Right-of-Way Submit in writing to the Engineer at least 72 hours in advance of work to be performed within the railroad right-of-way. Refer to Section 02340, Boring and Jacking (Steel Casing), 02306, Microtunneling, and Section 7-3, Liability Insurance, for specific submittal requirements. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. Sweep paved street and driveway areas with a self loading motor sweeper at the end of each working week, and sweep sidewalk areas with hand brooms at the end of each working day for the purpose of keeping the work areas acceptably clean whenever construction is in progress. 7-8.5 Temporary Light, Power and Water. Add the following: The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, /” meter and any, and all, other charges, deposits and/or fees therefor. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. Q 5/10/00 Contract Nos. 3182, 3528, & 3667 Page 100 of 112 Pages /c 7-6.6 Water Pollution Control, Add the following: The Contractor shall comply with all requirements of the storm water pollution prevention and monitoring plan prepared for this project in accordance with the California State Water Resources Control Board order number 99-08DWQ, NPDES General Permit for Storm Water Discharges Associated with Construction Activity. Two storm water pollution prevention and monitoring plans have been prepared for this project: one for each of two plan sets. Add the following: 7-6.6.2 Groundwater Dewatering Discharge Requirements Groundwater from construction dewatering operations shall be discharged to the Agua Hedionda Lagoon in compliance with the Regional Water Quality Control Board Permit for Discharge of Groundwater. Refer to Section 02140, Dewatering, for specific Contract requirements. Add the following section: 74.6 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. Specific noise mitigation measures for microtunneling and construction dewatering are specified in Sections 02306 and 02140, respectively. 7-10 PUBLIC CONVENIENCE AND SAFETY. rc- 740.1 Traffic and Access. add the following: 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 all construction operations, the Contractors schedule of construction shall be designated to provide residents and business owners whose streets are to be affected sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor’s permanent office or field office and the other number shall be a 24 hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine . shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-l/2 inches by 8-I/2 inches and shall be P brightly wlored 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”. 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 101 of 112 Pages f- In addition to the notifications, the contractor shall post no parking signs 48 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 48 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 48 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. In order to minimize impacts to the business community and the residents of Carlsbad , the following work area restrictions shall be observed: 1. The work zone during working hours shall not exceed 400 feet in length and shall not be wider than as shown on the Traffic Control Plans. 2. Driveway access to all resident and businesses shall be maintained at all times. 3. Not more than 75 feet of trench shall remain open (not backfilled) at the end of each working day. 4. Excavation in the major intersections along Jefferson Street at Grand Avenue and at Laguna Drive and Harding Street at Oak Avenue & Chestnut Avenue and Chestnut Avenue at Roosevelt shall be completed in a single operation at each intersection in order to prevent disrupting traffic more than once at each intersection. A separate activity for diversion or bypass pumping will be allowed, as approved by the Engineer. 5. All lanes of traffic in Carlsbad Village Drive shall be maintained open at all times throughout the duration of the project, unless otherwise approved by the Engineer. The Contractor shall minimize the inconvenience and the time period that driveways will be inaccessible. Driveway access shall be returned at the end of each working day unless otherwise approved by the Engineer. The Contractor shall notify and coordinate with the owner or occupant (if not owner-occupied) of the closure of the driveways at least five (5) working days prior to the closure. During non-working hours, all excavations shall be fenced with screened chain link and barricaded at the end of each working day. Upon completion of trench backfill, the surface of the roadway shall be resurfaced with asphalt concrete pavement or temporary aggregate base in order to restore driveway access and on-street parking. Temporary aggregate base shall be replaced with asphalt concrete pavement at the end of each week. Excavation in street intersections must be paved with asphalt concrete pavement immediately after backfill. Provide for a safe four (4) foot wide pedestrian walkway along entire length of construction area where practical. Where it is not practical, appropriate signage shall be installed to detour pedestrians around the work area. Maintain pedestrian ingress/egress to all places of business and residences during construction. Pedestrian access to private property shall be maintained at all times, unless otherwise approved by the occupant and Engineer. Add the following: 740.1 .l Traffic Requirements Submit a Traffic Control Construction Schedule (TCCS) to the Engineer for approval by the City Traffic Control Engineer for all traffic control required under this contract. The TCCS shall be submitted at least five (5) working days prior to construction. Work shall not begin in the public roadway without the approved TCCS. a 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 102 of 112 Pages Signs, delineators and barricades may be used while working next to the curb. All travel lanes shall be a minimum of 10 feet wide unless approved by the Engineer. For lane closures on roadways with bike lanes, all travel lanes shall be a minimum of 14 feet wide unless otherwise noted on the Plans or approved by the Engineer. Maintain cross traffic and turning moves at the intersections unless otherwise permitted by the Engineer. The working hours shall be as specified in Section 6- 7.2. Maintain all traffic lanes and traffic controls during non-working hours on Saturdays, Sundays, designated holidays and when construction operations are not actively in progress on working days. Any deviations from the aforementioned traffic requirements shall be submitted to the Engineer for approval by the City Traffic Engineer. Notii all affected agencies at least ten (10) working days in advance of any street or alley closures or implementing any construction detour: A. Fire Department Dispatch 760-931-2197 B. Police Department Dispatch 760-931-2197 C. North County Transit District 760-743-9346 D. Coast Waste Management 760-929-9400 E. Traffic Signals 760-434-2980 ext 2937 F. Traffic Operations 760-602-2757 Notify North County Transit District at least five (5) working day prior to any construction or traffic control affecting bus stops. Maintain all existing traffic control signs and signals, whether shown on the Plans or not, in their proper location on temporary mounting supports until permanent signs and signals are restored. It is the responsibility of the Contractor performing work on a City street to supply, install and maintain the traffic control devices as shown on the approved traffic control plan, as well as such additional traffic control devices as may be required, to ensure the safe movement of traffic, pedestrians and safety to construction workers. All barricades used at night shall be equipped with properly operating flashing lights. All signs intended to be used during hours of darkness shall be reflectorized with a material that has a smooth, sealed outer surface, or illuminated to show approximately the same shape and color day and night. Where there is serious interference from extraneous light sources and reflectorized installation is not likely to give effective performance, illuminated signs shall be used. Sign illumination may be either internal or external. When the full face of the sign is outlined by internal illumination, thereby indicating the shape of the sign, background reflectorization is not required. Where external illumination is provided, the light source should be properly shielded to protect drivers from glare. Street or highway lighting is not regarded as meeting the requirements for sign illumination. 740.2 Storage of Equipment and Materials in Public Streets. Replace with the following: Construction materials shall not be stored within the public right-of-way except for those materials which can be kept within the limits of the work area and which will be installed by the end of the work day. Pipe storage within the work zone shall be as follows: Q 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 103 of 112 Pages 1. The quantity of pipe pieces stored within the work zone shall not be more than the anticipated number of pieces to be installed within the trench during each working day. 2. The quantity of pipe pieces stored within the work zone during non-working hours overnight shall be not more than two pieces. 3. Pipe pieces shall not be stored within the work zone for receiving shafts. All other material storage shall be at an off-site location provided by the Contractor at his own expense. Construction equipment shall not be stored at the work site before its actual use on the work. Equipment that is not needed to perform work within the following two (2) work days shall be removed from the public right-of-way. All street legal construction equipment and vehicles shall be removed from the public right-of-way at the end of each working day. Excavated materials and backfill material shall not be stored within the public right-of-way. Any off-site storage required shall be provided by the Contractor at his own expense. 740.3 Street Closures, Detours, Barricades. Modify the second paragraph as follows: At least 5 working days prior to 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 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (769) 931-2197 4) Carlsbad Traffic Signals Maintenance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (760) 438-2980 X-2937 5) Carlsbad Traffic Signals Operations .,............................................. (760) 602-2757 6) North County Transit District . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (760) 743-9346 7) Coast Waste Management . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (760) 929-9400 740.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in accordance with the plans, Chapter 5 of the California Department of Transportation “Manual of Traffic Controls,” 1996 edition and these Supplemental Provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($20.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. Add the following section: 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of section 214-5.l.et seq. All temporary reflective channelizers shall conform to the provisions of section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to section 210-l .6 for materials and section 31 O-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when 5/l o/o0 Contract Nos. 3182, 3528, & 3687 Page 104 of 112 Pages no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in section 206-7.2 et seq. If illuminated traffic wnes rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective wne sleeves as specified in CALTRANS “Standard Specifications”, except the sleeves shall be 180 mm (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 1.8 m (6’) of a traffic lane, the shoulder area shall be closed with fluorescent traffic wnes 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 7.6 m (25’) intervals to a point not less than 7.6 m (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 C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a sign post or telescoping flag tree with flags. The sign post or flag tree shall be placed where directed by the Engineer. Add the following section: 7-10.3.2 Maintaining Traffic. The Contractor’s personnel shall not work closer than 1.8 m (6’), nor operate equipment within 0.6 m (2’) from any traffic lane occupied by traffic. For equipment the 0.6 m (2’) shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of two paved traffic lanes, not less than 3.6m (12’) wide, shall be open for use by public traffic in each direction of travel. Add the following section: 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, CALTRANS “Manual of Traffic Control”, 1996 edition and provisions under “Maintaining Traffic” elsewhere in these Supplemental 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. 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 105 of 112 Pages Add the following section: 7-10.3.4 Traffic Control for Permanent and Temporary Traffk 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. Add the following section: 7-l 0.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in Chapter 5 of the “Traffic Manual”, 1996 edition published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. Add the following section: 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCSP) 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 travelled 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 travelled surface differs from the finished pavement elevation vertical curves must also be shown. The Contractor may choose to modify, add to or supplement the TCP shown on sheets 19 to 39 of Drawing 365-2 and sheets 32 to 50 of Drawing 360-5 of the contract documents or substitute TCP to further its own interests. Such substitution shall be prepared in type and kind as sheet(s) 19 to 39 of Drawing 3659 and sheets 32 to 50 of Drawing 360-5. The level of detail, format, and graphics shall be of quality and size no less than shown on sheets 19 to 39 of Drawing 365-2 and sheets 32 to 50 of Drawing 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 106 of 112 Pages ,- 360-5. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and of the “MANUAL OF TRAFFIC CONTROLS”, 1996 Edition as published by the State of California Department of Transportation. 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. Add the following section: ,- 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 special 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 therefor. 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 therefor. Progress payments for “Traffic Control” will be based on the percentage of the improvement work completed. Add the following section: f-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. Add the following section: 7-12.1 Project Signs. The Contractor shall provide two (2) project signs at locations determined by the Engineer. The project sign shall be 4’ x 6’ in size and supported by two (2) 6” x 6” pressure treated posts (Douglas Fir No. 1) at a height of 4’ above ground. The sign shall consist of 3/4” structural No. 1 Douglas Fir A-C plywood (touch sanded exterior glue) and painted front and back with one coat of primer and two coasts of gloss white enamel with border and lettering being gloss black enamel. The City of Carlsbad decal and sign information will be provided by the Engineer. Payment for the sign (including all labor, equipment and installation) shall be included in the bid item for mobilization. 5/l o/o0 Contract Nos. 3182, 3528, 81 3667 Page 107 of 112 Pages .- 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. Add the following: 745 CONNECTION TO EXISTING SEWER SYSTEMS No portion of the interceptor sewer and collector sewer shall be placed into service without that portion of the pipeline and its manholes being completed, tested and final acceptance obtained from the City. New sewers shall remain temporarily plugged until the City authorizes its use. The Contractor shall be responsible for the following work: 1. Connect to the existing sewer systems. 2. Perform the sewer transfer sequences from the existing sewers to the new interceptor. 3. Clean and abandon the existing interceptor sewer. Refer to section 6-2.2, Sequence of Construction and Section 15051, Part 3.6 for sewer transfer sequence. 7-16 GEOLOGIC CONDITIONS f-- 746.1 General A geotechnical investigation has been performed. The findings of the investigation are presented in the two following reports: 1. Geotechnical Investigation VistaKarlsbad Interceptor Sewer Replacement and South Carlsbad Village Storm Drain Projects, Carlsbad, California, dated l/30/98 by Woodward-Clyde 2. Geotechnical Evaluation of the Slope Failure along Right-of-Way Adjacent to Agua Hedionda Lagoon, Carlsbad, California, dated 3/4/99 by URS Greiner Woodward Clyde A copy of the report is available for viewing at the District’s office. Arrangements can be made to have the report reproduced at the Contractor’s expense by arranging payment with Palomar Reprographics located in Carlsbad. 746.2 Subsurface Soil Conditions The subsurface soil and groundwater conditions from the geotechnical report are represented on the Plans. The information on the Plans is interpolated from wne penetrometer tests (CPTs) and hollow stem auger borings conducted in the field along the proposed route of the interceptor sewer pipeline. The geotechnical information shown on the plans and data in the geotechnical report is not intended as a warranty of continuity of the conditions between soil borings. Groundwater levels shown are specific to the dates of the investigation. The contractor should anticipate that groundwater levels may be 2 to 3 feet higher during the wet season. f-- The Contractor shall be responsible for interpreting the data and developing conclusions. Refer to Sections 02140 and 02220, Paragraph 1.4.A. 5/l o/00 Contract Nos. 3182, 3528, & 3667 Page 108 of 112 Pages SECTION 8 - FACILITIES FOR AGENCY PERSONNEL 6-2 FIELD OFFICE FACILITIES. Add the following: Contractor shall furnish the Engineer a “Class A” Field Office. The field office shall be for the exclusive use of the Engineer and such other individuals that the Engineer may designate. The field office shall be a separate structure from any other office facility. The Contractor shall maintain the field office throughout the entire duration of the contract unless the Engineer shall otherwise direct. 6-2.1 Class “A” Field Office. Add the following: Additionally the “Class A” Field Office shall be provided with: one (1) additional standard 1.5 m (5’) double pedestal desk with two chairs, one (1) electrostatic copier and supplies, copier shall be Xerox Model 5018, or equal, one (1) FAX machine Panasonic Model Panafax UF-560 or Sharp model FO54OOT, or equal and one (1) additional plan rack shall be provided. Water cooler to have hot and chilled water. The integral sanitary facilities may be separate enclosed toilets per Section 7-8.4. Furnishings are subject to agency approval. The field office shall be located at a site satisfactory to the Engineer and within or immediately adjacent to the limits of work. Access and three parking spaces for the exclusive use of the Engineer and his/her designees that are convenient and satisfactory to the Engineer shall be provided by the Contractor. The field office shall have a 600 mm by 900 mm (24” by 36”) sign affixed near the entry door. The sign text shall be proportioned as shown below. The Contractor shall affix a City seal to the sign in a centered location. The City seal will be supplied by the Engineer. v CITY OF CARLSBAD ENGINEERING INSPECTION 6-6 BASIS OF PAYMENT. Add the following: Payment for field office will be made at the monthly price bid and will include full compensation for installing and removing the field office, relocating it as may be necessary to facilitate the project, obtaining all permits, property rental, providing utilities including, but not limited to, electrical, telephone, potable water and sanitary facilities, and maintenance. The monthly rate will be paid for each full calendar month throughout the duration of the contract that the field office, complete with all facilities and utilities, is available to the Engineer and on the project excepting when the Engineer has ordered that the field office be removed from the project. SECTION 9 - MEASUREMENT & PAYMENT 9-l MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1 .l .l Bid Schedules, add the following: Payment to the Contractor shall be made under the four Bid Schedules. The City reserves the right to exclude Bid Schedule D. Contract Nos. 3182, 3528, & 3667 Page 109 of 112 Pages ,- For measurement and payment of items, refer to Section 01025, Measurement and Payment. 9-1.4 Units of Measurement, modify as follows: The system of measure for this contract shall be the U.S. Standard Measures. 9-3 PAYMENT. 9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods shall not be affected by any payment but shall wmmence on the date of rewrdation of the ‘Notice of Completion” 99.2 Partial and Final Payment. Delete the second paragraph and substitute the following: Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of the Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor’s information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and property submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work. 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 110 of 112 Pages .- The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in the written statement required in subsection Q-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in subsection Q-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 subsection 3-5, Disputed Work, for those claims remaining in dispute. Add the following section: g-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the project will not be included in the progress estimate. Add the following section: 9-3.4.1 Mobiiization and Preparatory Work. Payment for mobilization and preparatory Work will be made at the stipulated lump-sum price bid therefor in the bid schedule. The Contract lump-sum price paid for mobilization shall not exceed two hundred thousand dollars ($200,000) for Bid Schedule @A”, and two hundred thousand dollars ($200,000) for Bid Schedule “c”, for a total lump sum price of four hundred thousand ($400,000) dollars and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work of all phases of work shown and specified in Bid Schedules A, B, C, and D, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Q 5/l o/o0 Contract Nos. 3182, 3528, & 3667 Page 111 of 112Pages ,F-- Progress payments for Mobilization and Preparatory Work will be made as follows: t For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefor. ‘e w 5/10/00 Contract Nos. 3182, 3528, & 3667 Page 1120f 112 Pages APPENDIX A RESIDENT NOTIFICATION EXAMPLE APPENDIX “A” RESIDENT NOTIFICATION EXAMPLE CITY OF CARLSBAD PIPELINE CONSTRUCTION WORK ABC CO/VTRACTORS OFFICE # (76O)XWMWX FIELD # (760)xXx-WOW Iear resident: 4s a part of the City of Carlsbad’s ongoing program to maintain ts sewers and storm drains, your street will be closed to allow for Gpeline construction. This construction will require the closing 01 ‘our street to through traffic for X days. Your street, from XM St. o XYZ Ave. will be closed to through traffic on: MON. TUE. WED. THU. FRI. DATE: rom 7:OOA.M. 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 ieighborhood that will not be resurfaced. Streets scheduled for pipeline construction can be determined by calling either the :ontractor or the City of Carlsbad Engineering Inspection Department. When walking to and from your car, remember to Ivoid newly laid pavement or you will have black residue on the kottom of your shoes. Please do not drive, walk on, walk pets, Ilay, or skate on the newly laid asphalt. Also, please refrain from vatering your lawns, washing cars, etc., approximately 6-8 hours lfter the asphalt is laid as running water will cause damage to the lew surface. ABC is the Contractor that will be performing the pipeline nnstruction work for the City and you may call them at 760)XXX-m if you have any questions regarding the project. Aail delivery may be delayed if the postman cannot reach the nailbox that day. If you have a moving company scheduled for hat day please call and inform the Contractor of the date. If you lave any wncems which cannot be addressed by the Contractor, ‘ou may call the City’s Engineering Inspection Department at 138-l 161x4323. Thank you for your cooperation as we work to make a better City of Carlsbad. APPENDIX B GEOTECHNICAL INVESTIGATION c 1 1, .i 1 i 1 1 . A % ; i BEPORT GEOTECHNICAL INVESTIGATION VISTAKARLSBAD INTERCEPTOR SEWER REPLACEMENT AND SOUTH CARLSBAD VILLAGE STORM DRAIN PROJECTS CARLSBAD, CALIFORNIA . Preparedfor Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, CA 92008 CMWD Project No. 91403 City of Carlsbad Project No. 3538 Woodward-Clyde Project No. 975 1028A-0007 January 30,1998 Pacific Center II, Suite 1000 1615 Murray Canyon Road San Diego, CA 92108-4314 619-294-9400 Fax: 619-293-7920 The full report is available for purchase or review at the following location: CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008 Phone (760) 602-2460 APPENDIX C MODIFICATIONS TO THE SAN DIEGO REGIONAL STANDARD DRAWINGS I ‘7 + ‘9 : 0 -8 1 T i ,!- i \ a .b 1 MODIFICATIONS TO SAN DIEGO REGIONAL STANDARD DRAWINGS ihe Standard Drawings for the City of Carlsbad shall be comprised of the current edition of the San Diego Area Regional Standard Drawings (SDRSD) .as published by the San Diego Department of Transportation and as modified by the additions and substitutions listed below and the City of Carlsbad Supplemental Standards attached hereto. Modifications to the San Dieoo Area Reaional Standard Drawinas Concrete requirement within public right-of-way shall be 560-C-3260 minimum for all improvements. D-2 D-20 D-27 D-40 D-70 D-71 D-75 E-1 G-3 G-5 G-6 G-l 1 G-12 G-l 3 Enlarge curb inlet top to width of sidewalk (not to exceed 5’6”) by length of inlet including wings. Existing reinforcing steel shall be extended across enlarged top to clear distances showri. Delete. Add: A maximum of three (3) combined outlets in lieu of Std. D-25. Add: ‘T’ dimension shall be a minimum of three (3) times size of rip rap. Minimum bottom width shall be 6’ to facilitate cleaning. . Minimum bottom width shall be 6’ to facilitate cleaning. Delete “Type-A’ . Add: 6” x 6” x #l 0 x #lO welded wire mesh, instead of stucco netting. Delete direct burial foundation. Add: The light standard shall be prestressed concrete round pole. Delete. Add: Note 4. Tack coat shall be applied bstween dike and existing asphalt concrete surface as specified in Section 302-5.4 SSPWC. Type B-1 and 8-2 curb heights shall be 8 inches with 2:l batter, Add: Remove curb/gutter and sidewalk from score-mark to score-mark or from joint-to-joint or approved combination. Add: smooth trowel flow line (typical) 7-l/2” thick. Add: smooth trowel flow line (typical). 29 \ j .- 1 G- -T I : 1 : F ! ;f-- j G-l 4 G-l 5 G-24 G-25 G-26 G-33 G-34 G-35 M M-2 L’ . Change: Residential Thickness = 51/T Commercial/Multi-Family Residential Thickness = 7-l /2” Delete requirement 3 “Type-A” only (delete TType Bl) “Type-c’ only (dele;e Type 0”) Change thickness from 6-1/T curb/gutter. Delete “Type-C” only (delete “Type D”) ‘?‘ype-F” only (delete “Type E”) to 7-l/2” and add minimum 4” Class II base under ’ General: Agency shall be “City of Carlsbad Add: To be used only with Specific approval of the Cl. Engineer. 30 ! 5’ -t2.$i- CURB INLET _( 5’ 1 5’ 1 I I I l- ------ -1 1 .I CONTINUOUS ~MEET EXISTING PAVEMENT GRADE PLAN OR STREET GRADE 2.5’ -TOP OF CURB - c - CURB FACE TRANSITIONS AND WARP .m-. .- FACE SECTION AREAS SHALL NOT EXTEND INTO CURB RETURNS, DRIVEWAYS, ALLEY ENTRANCES, OR ANY OTHER CURB OPENING. DEPRESSION SHALL BE 4’. . 5’ _/: 5.5@ji~~~~~~~: ill/ 5’ 1 ----a- I I 4 i . WQ PLAN 1 MEET EXISTING PAVEMENT OR STREET GRADE L 5.5’:iTOP OF CURB7 L 5.5’d ‘10” EE! (TW .L 1 -..y, .- cc. -,qf SECTION CONDITION I LOCAL DEPRESSION SUPPLEMENTAL STANOARO NO. DS-I . 41 M T-A,\ ‘=r THAN 24 INCHES. B SHALL NOT EXCEED 3/4 D . OR 39 II. JUNCTION STRUCTURE NO.1 IS TO BE USED WHEN 0.0. OF n B IS GREATER THAN l/2 THE I . D. OF D .Ofj 8 IS GREATEl INCHES . NOTE: NO MORE THAN ONE OPENING SHILL BE MADE IN ONE SECTION OF PIPE. 21. VALUES (I IF A ,a , c. AND. D , ARE SHOWN ON PROJECT DRAW INGS. ELEVATION R ANO ELEVATION s ARE SHM WHEN IEOUIRED PER NOTE 12. R 31. E 41. :LEVATION s APPLIES AT INSIDE WALL OF STRUCTURE. BREAKOUT LIMITS SHALL BE DETERMINED AS FOLLOWS- UPSTREAM LIMIT-AT THE INTERSECTION OF THE OUTSIDE OF THE SPUR WALL WITH THE MAIN LINE PIPE WALL. OOWSTREAM LIMIT-6 INCHES DOWNSTREAM OF THE INTERSECTION OF THE SPUR WALL WITH THE MAIN LINE PIPE WALL. C. .C. 6, II I # s-3’0.C. “I. WNLINESTCRM DRAQ( -R.C. PIPE OR 61, : REINFORCED MONO. I LITHIC ARCH l PLAN TIE 13 I I TT SECTION M-M JNDISTURBEDEARTH’ . SECTION z:z 71. 81. 91. IO1 III 121 131 141 THE OPENING SHALL BE RECTANGULAR, CUT NORMAl TO PIPE SURFACE AND WITHOUT DAMAGING REINFORCING STEEL. IF A JOINT IN THE MAIN LINE PIPE FALLS WITHIN THE LIMITS OF CONCRETE CRADLE, PROVIDE A CONCRETE ENCASEMENT ONE FOOT ABOVE THE TOP OF THE MAIN LINE PIPE TO THE LIMITS OF THE CRADLE. THE TRANSVERSE REINFORCEhtENT IN PIPE SHALL BE CUT AT CENTER OF OPENING AND BENT INTO TOP AND BOTTOM SLA8S OF SPUR. THE MAIN LINE PIPE SHALL BE CRAOLED AND ENCASED IN 560-C-3250 CONCRETE, EXTENDING LONGITUDINALLY I2 INCHES BEYOND THE LIMITS OF BREAKOUTISEE NOTE 41 AND TRANSVERSLY A DISTANCE OF H ON EACH SLOE OF THE CENTERLINE OF PIPE. H :I/2 O.D. OF PIPE*3 INCHES MINIMUM. CRADLE MAY BE CUITTED ON SIDE OPPOSITE LATERAL INLET HHEN CONSTRUCTED IN CONNECTION WITH EXISTING STORM DRAIN. REINFORCING STEEL SHALL BE PER s Pwcc, AND PLACED l 1/2 INCHES CLEAR FRw FACE OF CONCRETE, UNLESS OTHERWISE SHOWN. E AND F BARS SHALL BE CARRl ED TO A POINT NO LESS THAN J DISTANCE FROM CENTERLINE. J:7/120+ 6 INCHES. CONCRETE SHALL BE TYPE 560-C-3250 FLOOR OF STRUCTURE SHAlL BE STEEL-TROWELED TO SPRING LINE. .MiEN JUNCTION STRUCTURE NO.1 IS SPECIFIED WITH REINFORCED MONOLITHIC ARCH STORM DRAIN. VALUE D SHALL REFER TO THE CLEAR SPAN OF SHE A&. REINFORCING STEEL SHALL BE CUT AND BENT INTO JUNCTION STRUCTURE IN THE SAME MANNER AS FOR PIPE. CONCRETE CRADLE UNDER REINFORCED MONOLITHIC ARCH IS NOT REQUIRED. .WHEN ELEVATION R AND ELEVATION s ARE NOT SHOHM ON PROJECT DRAWINGS. INLET PIPE SHALL ENTER MAIN LtNE RADIALLY. ‘MEN INLET PlfE ENTERS t&IN LINE OTHER THAN RADIALLY, ELEVATION 8 SHALL BE SHOW ON PROJECT DRAWINGS, AND INLET PIPE SHALL BE LAID ON A STRAIGHT GRADE FROIl ELEVATION 8 TO CATCH BASIN OR GRAOE BREAK LINE. ELEVATION R SHALL BE SHOWN ON PROJECT DRAWINGS ONLY HMEN STUB IS TO BE PROVIDED IN WIN LINE FOR FUTURE CONSTRUCTION OF INLET PIPE. .STATIONS SPECIFIED ON DRAWINGS APPLY AT THE INTERSECTION OF CENTER LINES OF MAIN LINE AND LATERALS, EXCEPT THAT STATIONS FOR CATCH BASIN CONNECTOR PIPE APPLY AT INSIDE WALL OF STRUCTURE. .ALL tNSltJE SURFACE5 SHALL BE FORMED TO PROOUCE FINAL SHAPE. STRUCTURES POURED WITHOUT FORMS WILL BE REJECTED. A / I\iV. I APPROVED IDATE CITY OF CARLSBAD I JUNCTION STRUCTURE NO.1 %k;% &; STANDARD NO. \J , #3 BARS l8’O.C. 7. I . - if3 BAbs ‘DBARS PLAN ,,D BARS ,#3 BARS #4-18’O.C. BOTH WAYS TO BE USED hi+ENb21S 60’ OR MORE NOTES LONGITUDINAL SECTION ’ WAYS, TO BE USED WHEN B IS 60’ OR MORE SECTION IV-N”-N” TABLE PROJECTED ON M-M-N” FOR DIMENSIONS AND BAR SIZES L VALUES FOR A , B , Cm DI ,Dz , ELEV. RAND ELEV. s ARE SHOWN ON THE P?OJECT DRAWING. I]. THE HORIZONTAL ANGLE OF CONVERGENCE OR DIVERGENCE.+, SHALL NOT EXCEED 5’45’. 2). B SHALL NOT BE LESS THAN I2 INCHES NOR GREATER THAN 144 INCHES. THE O.D. OF THE INLET PIPE SHALL BE EQUAL TO OR GREATER THAN THREE-OUARTERS OF THE DOWNSTREAM MAIN LINE DIAMETER. 31. CONCRETE SHALL BE TYPE 560-C-3250. ij. FLOOR OF STRUCTURE SHALL BE STEEL-TROWELED UP TO SPRING LINE. 51. REINFORCING STEEL SHALL BE PLACED WITH THE MINIMUM OF I-112’ CLEAR FROM FACE OF CONCRETE UNLESS OTHERWISE SHOWN. LONGITUDINAL SHALL eE#3 SPACED 18’ OR LESS ON CENTER. 6). ELEVATII)N s APPLIES AT CENTER OF MAIN LINE ON PROLONGED INVERT OF SPUR. 7). TRANSITION STRUCTURE SHALL BE POURED IN ONE CONTINUOUS OPERATION, EXCEPT THAT THE CONTRACTOR SHALL HAVE THE OPTION OF PLACING AT THE STRING LINE A CONSTRUCTION JOINT WITH A LONGITUDINAL KEYWAY. J 81. THE LENGTH OF THE STRUCTURE MAY BE INCREASED AT THE OPTION OF THE CONTRACTOR TO MEET PIPE ENDS, USING D BARS IN EXTENDED PORTION OF SAME DIAMETER AND SPACING AS SPECIFIED IN THE TABLE, BUT ANY CHANGE IN THE LOCATION OF THE SPUR MUST BE APPROVED BY THE ENGINEER. 9). EMBEDMENT p SHALL BE AS SPECIFIED IN THE TABLE UNLESS OTHERWISE SHOWN IN THE PROJECT DRAWING. IOj.WHEN DIMENSION c IS NOT SPECIFIED THE SPUR SHALL NOT BE CONSTRUCTED AND A AND B BARS \ SHALL BE OMITTED. dEv. I APPROVED IDATE CITY OF CARLSBAD TRANSITION STRUCTURE NO.2 I SUPPLEMENTAL STANDARD NO. DS-8 R.O.W. MU?F?ST y#F?fST . . . . I i :. ., . . ) -+/REMOVE -& r/ : I I I \ I T I I 712” MIN. I I TACK COAT 8 A.C. PAVEMENT SAWCUT ONLY. 3/4’RAD I US I I , .+?Q.:. : + J :... I, A.B. AS REQUIRED BY PLAN (6” MINIMU! \---COLD JOINT AT EXTENSION OF ’ BACK OF ADJOINING CURB. NOTES: I . PROVIDE WEAKENED PLdNE AT 15’ MAXIMUM, OR AT TOP OF TRANSITION.. 2. REMOVE CURB, GUTTER 8 SIDEWALK AS SHOWN ABOVE TO NEAREST EXISTING JOINTS. FORM ON A.C. SIDE AND SLOT PAVE WITH D,-AR4000 A.C. i\tV. 1 APPROVED IDATE CITY ofi' CARLSBAD TYPICAL I nF?lVFM I I I I -6 II. L. /AY ADDITIONS . gANoAi?D CAST IRY’J AXE- ?mME 0 COVER -SEE OwG. NO. S4. SECTiON C-C WHEN~FWMSTHE JUNCIK)N F SEWERS -/DR AN ANGLE IN MAlN AlJGNMENT, sFECl&CCYiEsHAu6Eusa IN FORMNG THE CH4NNaS To FAaUmE THE Flm a= SEWAGE. Un’ERIS S-BLL 6E~ETOGRADEAND ALIGIWENT~ FNBlED WITH SMWIH SU?FLCE. . . HALF RAN COVER HALF SECTION FRAME 6r CWER 1 . WEIGHTS : INNER a3vER = 155 US. Kz- =mLes~ = 33OLBS. 2 .MATERIAL : CAST IRON. 3. MACHINE SEATS 70 PREVENT NOISE. 4fILLET RAIlI To BE 12: 5 .IMKlRlED COVERS AI’D FRAh4ES SHAlL HAVE COUNTRY Of ORIGIN MARKING IN COMPLIANCE WITH FEDERAL REGUUVlCM. BcrrTOM SlDE SECTION A-A e ACCESSHOLE FRAME & COVER . , I’. Eii= GLUm r TO;= CF FAVEMENT. SEWER MAIN CLEANOUT GATE CAP HEAVY DUTY) NOTES I. GmEcAPsHlsLLBE~ELEDsEwER. 2. CLEANOUTS MAY BE USED WITH, PK. SEWER MAIN. 3. RISER SHALL BE SAME DIAMETER As SEWER MAIN. . . CAREBAD MUNICIPAL WATER DISTRICT STMOARD DRAWINGS FOR SEWER kRevisian & 4xZWd h mG.NO. S6 SEWER MAIN CLEANOUT I . SUPPLEMENML TO REGIONAL STANDARD DFUWING ( “D” SERIES ) DRAWINGS D-I, D-2, D-3. AND D4 REQURES the use of SDG-nO NOTES DRAWING D-12 mendnae3toead:'WknaubhktopeningheigM~exceeds 8 inch, inSall 1 inch steel protection bar.’ Amend note 4 to read: ‘lnstalladditionaam at3-w inch clear spacing abave first bar when opening exceeds 16 inch.’ DlWVlNG D-19 NOTES Add: 3. %tteddrahinstal~shallbeencasedwith6~ PCC ~)allmund and shaMbe poured mmhf with the 0t.a and gut=. DRAWING D-40 SECTION 6-B /mend MD mhto read: LID min.” in addition,stmv riprap and concme channeldrawn even wilh top ofpipe. \IoTEs Amend note LB) to read: ‘Filter blanket material.’ Amend note 3 to read: ‘Riprap shallbe placed ama geaex!Ne fIkerfaMc. Fikrbtanketmamfaishallbe piaced mdertk fabdcwhenspeomd.’ DRAWING D40 AND Ml Add’tha fC4bMlg “eiz& C=bSW CbS 610 l&l2 12-14 ppp$m 14-16 1R Ton 16-18 1 Ton 2 Ton SECTION OF RIP RAP l c~verl8@sreq~~spcdelderign SHT. 1 OF 2 wision By ADDrOVed DOtc 1 4. v. Rdin9er si+q CflY # SAN DIEGO - STANDARD DRAWING -’ s;~$,~^c SUPPLEMENTAL TO REGIONAL STANDARD DRAVUNG ( “D” SERIES ) z: SDD-100 . T- 1 l/2 : 1 Slope Unlimited 70 DR / -sv- . . : 5 .f .‘f ;. Z .g LD* +J=J ! .*! = .- ?” Chamfer 1” Chamfer 1” Chamfer TYPE-A WALL (Applicable for all types of backfill loadings) I... k z -. r-. .; I *. : . 0 E .4 : .a- b I’ A-l : . , = ‘A -- -s . . 2+ b -* .: Ht2 + lo” TYPE-B WALL Then Shall be IIJ loadings extending above top of wall within J distence equal IO height of TYPE+ WALL . fxpmionjointQ3U'-O"~canws hex) sndlor Q each sm. TYPICAL ELEVATION Ground LiJIe NOTE See Standard Drawing C-10 for Section A-A, notes and details. wition By Apprond Datr I - SAN DIEGO REGIONAL STANPARD .DRAWING lccumumot0 n wr SAM 0I100 IECIOIAL mMoAnos CommmI 7 db@43LL/ &c&m Lrmr I.c.L IrsD) GRAVITY RETAINING WALLS %rRG c-9 I 4 n around opening Transition to normal curb height in 10 f~ on both tides unlm Galv. steel angle otherwise noted continuous and 7 nrotenion bar. -1 Curb Line 1 #4Q,2”/ lL--Ldjt -t, I I ,J I C- mm. tA LB PLAN L Lcngrh shown on plans ’ dr. Edge of Gunrr SECTION B-B curb Lii lo- lmkl olhemin Determined by pipe sixA’ min. 8’ max. SECTION C-C SECTION A-A NOTES: 1. See Sundrrd Drzwinpr D-l 1 & D.12 for additional nom and d&Is. 2. Types are designated as fOllOw fn0 mnOJ U. Me wing) 6-1, Innm wings) B-2 3. Exposed edp of concrete shatl be rounded with a radius of l/2”. 4. When V cxceeb 4’ steps shall be insulkd. See Standard Drawing D-1 1 for detaitt 5. Concnre gutter to match adiacent guttn. 6. An expansion joint shall be pkced at the ends of the inlet when the curb is to adjoin. 7. Provide l/4” tooled groove in top sbb in line witi back of adjacent curb. 8. Surface of top skb shall be sidrmlk finished 10 dnin toward MIMI at a slope of 114” per foot 9. Mainrain 1 112” ckar spacing bemn reinforcing and surfaa unlm othtwise noted. LEGEND ON PLANS 1s’ Type B-1 inlet ~fCD~W~OfD or r*t SAX OlfCO ~IGIOI4L nuo4nlr w”“lnlt SAN DIEGO REGIONAL STANDARD DRAWING wfi#&.iu &. H?S krrro “.Cf IYW Dnr DRAWING CUR6 INLET - TYPE B NUMBER D-2 SEE SDD-100 r Manhole frame and conr. See dnwirq M-2 around pipe -fib slope floor 12:li I;.:‘.‘: towards outlet I I ----ITI-- -iTi-- f SECTION A-A 4.14 around opening 7 +-I 4’ PLAN SECTION B-B NOTES 1. See Standard Dmwimg D-1 1 for additional notes and de&. 2 When V exceeds 4’ stem shall be insalk& Sts Standard Drawing D-l 1 for details. 3. Exposed edges of coneme @tall be rounded with a radius of 1R”. 4. Openings on both sides unless othrmisr shown on plans. 5. f&intain 1 112” clear spacing bemm ninforring and surfaq LEGEND DN PLANS =~~-~ d 4 baa plead diagonally PIPE DIA X Y 2 54” to 60” 4’ Manhole frame and cover ’ NOTES Drawing D-l 1 for rddiiiorul notes 2 AlljobrtsshallbeatinClassCmmar. 3. Ail pracast canpomnu shall be reinforczd with 119’ diameter steel wad spimfty on 4’ centera. 4. Maimth 1 IF dear spacing banHccn reinforcing andalrlaK. 5. Cmcralc base sital br 66UC326U. 6. Eqmszdedgsofamcmshallbemundcdwith Bend Down andiNof1r. 7. Manhole cover to be dbgnated Storm Drain’. lounded pipe ends Slope floor 121 towards outlet _ -I I- X T T -1 I-t SECTI ON A-A LEGEND ON PLANS --m-s ---VW %J::z nEcomMwnfa ,r 1Yf w oltto SAN DIEGO REGIONAL STANDARD DRAWING up ~ Revision By Approwd Data 1~c10*41 nuo4ms mmnrt au~.tLau uz. fin - Crrnr u.Lum? Dr STORM DRAIN CLEANOUT- TYPE B !~E~~G D-10 I i r . . c r ITi- -----I Venlwl reintorcing # 4 @ 18” max., for I . horironral reinforcing. se? tibie. z- i Ill 1 ll;r’ cleannce tvpiwl glk- - -4 f 2” Typiwl -o/ ‘7 TYPICAL BOX SECTION 10” I %-. STEP DETAIL 314” 6 SQCI bars. hot dipped gaivlnizrd - BOX SECTION REINFORCEMENT s * I 3’. 0” ;; ‘0, : ‘;** I b” 1 % 4 @ 6” 8’ - ,,, 6” 1 # 4 @ 15”. A’ . 1" tn v.0” to 8 . . I I 4 0 12” - , “,’ - 12’ - 0” ,8;; ! ,’ f 2 f:: . NOTES 1. Conemr shall be 56&C-3250 unIe~ otftemvise noad. 2. Reinforcing steel shall wmply with this dting unlm othcrwi~ specified. 3, Reinforcing steel shall be intermedbte gnde deformed ban conforming to lamt ASTM spetifiwtioos. 4. Bendr shall be in accordance with letes! AC1 code. 9. Minimum splice length for ninforting shall be 30 diametan. 6. Floor shall have a wood rrowel finish and, rxQDt where usd as junwion boxes, sbail have a minimum slope of 1” per toot KmuMd the outlet 7. Depth V is measund from the COP of the st~etllre to the flowline of the box. 8. Wall thicknes and &forcing SeeI required may be decreased in a~ordance with table abon 9. Wall thicknm shall be ~Ienped on the ouoidr of the box. 10. When the svucr~re depth V uwedr 4’. SQPS shall be pn into rhe wall at 15 inch innmls from 15” above floor to within 12 inches of top of structure. Where pooible place mps in mll without pipe opening, otherwise over opening of smallm diameter. 11. Alternate step mey be an approved mel reinforced polypropylene step. wirion IBy 1 Aporowd 1 Dare SAN DIEGO REGIONAL STANDARD DRAWING INLETS AND CLEANOUTS NOTES AND DETAILS -I nECoIY~*oto 1’1 TMI Y* mwo ntGIO*4L nuo4nos co~~mtt a&/d#hA#+ &i.ms -ml I.C.L. I¶IN - !%EG D-11 T . * i i i 1 if- i 1 > i 38’ V\ ,,n-; 1’: * .-. 1.: -. ;- :.- - l : \ /----------- . . - y/----a------,. 3. *... 11. 9. . .p4*,~E ’ . . . -II**. -’ IJ . -0 -/ -_ - y/~ . . . . . . 0’ - Pmuctionbar L l/r #Anchorbar @LYo.c.mu. 6- 3. Radii 4-x 3-x 3/r* c( F & r* ” l/4' \ F- ’ c’ E J c B V s 1 \ P " .. a 3 a] . . . . . 0 u .: - . . . - : 0 . - : 0 ; h L Y 1 - . \ : I : . lirRadius" * .. -+ f . l/2' 4. * . . 0 R:. **- . . 0.' :+ .O . . - .- . . . - - . s 1 NOTES: 1. F+r~rhrllbrtsrbnonruc~~t~mi~ourforthcfullEnprh'L'. 2 Allmpmedmmlpurrtokhotdippedg&miirfavhb~~ 3.Wha~b~~op~inp~~t~H~exacQ V insattl'd seelprmection bar. 4. lrsallrddki~b~~ 31~dar3p~ngrbonfimbrrrvhmo#ning~13~ 5. When curb idrt Oparing kngtb exceeds 8' itsmIll 1 SW suppon bolts, zpad at notmofcthm5’0.e RltOUmoEo a, 1Yf &l DIEGO SAN DIEGO REGIONAL STANDARD DRAWING Revision IByj Approved 1 Date IlGlONAl SrLlMRos co-wlwf Angle 14 RS I%77 &9-&.&d &i.&./P?s NOQ~ [=!'I $U.S. I#& Cum Yit 1WOI Orr CURB INLET OPENING Angle W M.6 /o-n EKiG D-12 b SEE SDD-100 r 5 . . . P ) PLAN SKEWED CONNECTION SECTION A-A SECTION B-B - NOTES PLAN 1. The end of connecting pipe shall not project into the F Of the fafger pipe. 2 The lwger pipe sbeli not be hr than 24” I.D. 3. The smaller pipe shall not be more th8n Z/3 the sin of the bwr pit=. 4. Concrete shall be 470 - C - 2000. LEGEND ON PLANS ‘#= evision By Apprond Date I - SAN DIEGO REGIONAL STANDARD DRAWING RrcDwERDtD n TYE w DHW REWDWL SMRDAROE eDrrmtE I uo* r 1 &zff?s I CONCRETE LU6 %TEwRG D-63 -p. ‘. *: I 7 ; ? ‘I J -‘i i i f- i i i i i ? I A l z ; I b 7 / a I/” 3 : 1 ; I SUPPLEMENTAL TO REGIONAL STANDARD DRAWING ('G" SERIES1 PRAWING S-2 NOTES Add: 4. On.the high side of superelevated curves the gutter shall be sloped to match cross-section grade of the roadway (see SOOS-105). Add: 5. Place expansion joints at curb returns, adjacent to structures and at no greater than forty-five foot (45') intervals. Add: 6. Place weakened plane joints at driveways and at fifteen (15') foot intervals from P.C.R.'s. PRAWING 6-4 .SOTES Add: 5. Sidewalk underdrains shall not be allowed. m VOTES Add: 3. Sidewalk shall have a minimum clear width of four feet (4') from any obstruction. PItAWING 6-U FECTION A-A Delete notation, "Base material as shown on the plans. Also, amend 5-l/2 inch cross gutter thickness to'7 inch." PRAWlN6 6-13 ROSS SECTION Delete notation, "Base material as shown on plans. 5-l/2 inch cross gutter,thickness to 7 inch.' Also, amend PRAWINGS 6-14A. 6-14B LAN Add notation at property line, "Place one-quarter inch (l/4") Expansion Joint Filler Material." UlYOFSAN DKEGO-STANDARDDRAWINGS UTYOF&NOEOO SUPPLEMEKTAL TO REGIONAL STANDARD DRAWING (“G” SERIES) -. -3 ; ; ‘1 z 3 i : L i t - .’ .’ :. I ; ; : I- . ry - 2” Weakened c’ CURB Area - 0.88 SD. Fr. Width Shown on ptrnr 18’ min. I - - -II-d/ - r Weakened 8” CURB Am = 1.09 sa. FT. i-p Existing Cud-A Ll 1R” -w e-m shownindiateothef&e GUTTER $q.+&l$q ,../ * :-.:.;: y: :* , I LW&ened Plane Joint I NOTES: LEGEND ON PLANS 1. Concrete shall be 520C-2500. 2 SW Standard Dmvfng C-10 for joint details 3. Slope top of curb 114” uor foot tmwd street 8- cure Revision 8~ Apprond Date BAN DIEGO REGIONAL STANDARD DRAWING RttOllERDlD OT TM1 W MM Cow. * 2M.H 5-S MGIDUL srAnDAncG cD=~ml Note 3 k:= [I ai I-s!+ - aL/uw uii” - R.K.t. laoI CURBS ANDGUTTER -SEPARATE KKYIG 6-l , CURBAND GUTTER -CDMBfNED SEESDG-loo ! 1:. : .-..: i:. ;:.. II k-“. .._. , I w .I- t/r TYPE G & H CURB TYPE w *s$y$ , G 24” 1.34 H l36” I.61 ‘with6”Cwbhoc NOTES: 1. Concnlc shell be 52SC2MD. 2 See Standard Dmvfng G-10 for joint detaik 3. Slope top of alrb VU” per foot tmard StmL LEGEHO ON PUNS 2” Wtekened Plane Joint l \ .-t&J = IS a.““,, t 1. ‘i.“. 7 . . . . ‘*.’ ‘*‘::.‘:,‘:‘;...‘- ‘. - . . ‘c;..:. ‘. 1R” u$ 1 1 . *. . . a L l .: -. . . . . . . :. . .P.‘, :. . . :&. . . f. . . . ;- . . . ..a. 4’. - . :’ . ‘. _ here elmtiofu r ll/r’exoprw *- ir*i-r m "l"lYU hernia. __ i ! i nriu Width I shown on plan I *--- -JJ ;~~~~ / I ----__ I I L I ----a_ --a-__ i -----a--,’ NON-CONTIGUOUS t WM as rhomr on plan -I CONTIGUOUS NOTES 1. concrete dIalI be 520c2500. 2 See Standard .Dnwing G-6 ad G-10 for joim dmik LEGEND Ok PLANS SIDEWALK - TYPICAL SECTIONS SEE SDG-I 00 , --. i , 1 i 1 \ j ! , 1 .I P , I 1 , 1 I I ,: I .' L , 1 t .e b I I , I i ; : : 3 . . :. . :. .*. . I! . . . . . - ::. . ‘- 0. .‘. “’ -, .& . . .*.:. . *:.* .- .’ . ...’ :: :.. . . :* . . . NOTES 1. Expakan Joints -a~ curb returns, ad&em IO. ~IIUCW~~ end at 45’ inmnk. (see Smnlard Drawing G-10). 2 Weakmod Phe Joints - a~ mid point of curb mtum, whm m&red, ml m 15’ interak from P.C.R.‘s 1% Standard Dtzaing G-10). 3. l/4” groOM -with 114” radirrr alges at 5’ illUMk . lkvision IBy Apprond Dan SAN DIEGO REGIONAL STANDARD DRAWING Now 4 kc m.s. s-is SIDEWALK JOINT LOCATlONS I /- ‘? , : . ‘r -N . . - -~ \,ansion Joint Filler L(ateriat I l/8’ A /-+/8’ R a , 4 . . . ‘.. Al t + .I 4 ; . . \ . . . ‘. . A I I l,*yPavement) I L I- 3/8’ (Sidewalk) l/2’ x 24' Smooth, Greas ed Oiled Bar, 30' cc EXPANSION JOINT b -i ,Prefcrmed Joint filler pq- y,;, $ . .. . . . . . CONTACT JOINT rl/8’ R WEAKENED PLANE JOINT WEAKENED PLANE JOINT GUTI’ER AND PAVEMENT CURB AND SIDEWALK k . \ c P -l/a’ R ! . b ~J&~ ..- .y a .7'Iy q ,. .s . -It- 1 5/a" KEYED JOINT SAN DfEGO REGIONAL STANDARD DRAWING Rkion (By/ Approvec fGote SwIGno Iott/ 6.&i< If-Y I I 1 G-10 CONCRETE JOINT DETAILS I DRAWlNG NUMBER I I * i -! f-- - ; i 1 ; : ‘7 . . 2 ! i ? i 1 r ,1 i i j 2. -... i i ! , \f 1 , . .- __ . c- . SIDEWALK PLAN Exiiing SCDR tik \a/- Arm to be removed - /-Existing Joint SIDEWALK SECTION 5’ Or ffa joint to joint inpanelwhiiitIcP. 3D” Mii from uisting joint at cdgc of wti CURB PLAN Joint or Ed* Joint or Edge PAVEMENT SECT ION Re&ng edg to be woth Fmknd mnenl lobenmowd NOTE When distance from, “Arw to be ftm~nd”. CO exiling joint, edge or- msrk it lcrr thm minimum sbmvn. “Area to be mmowd” shell be extended to that joiint, c6pc Or score mark. SECTION ’ SKwing cut SAN DIEGO REGIONAL STANDARD DRAWING Itco”“~“BfO ,* Tut w DICDO etctol*L nAuMIol coumTTtt ‘4’=J A I PORTLAND CEMENT CONCRETE CURB, fifk%%r* 7 GUTTER, SIDEWALK AND PAVEMENT I I - REMOVAL AND REPLACEMENT KEIG G-l 1 7 6 i .; 1 .: i \ CROSS GUTTER PLAN Joints per Standard Dmving G-10 wbm sapma ~000 are made SECTION A-A NOTES: . . -.. ,.- ‘- . . . 1. conaa thrn bt 56oc325a ; . . . . i: --------a*~ gb j&m : ; :’ - - -lypiwl flowiim 4. o-Ek&ommkshmmnonp~ 5.lktLmrcOmnamk7-P. .-.v 6. CU~~~P.&~ shall be cor&iderad m LEGEND DN PUNS j. hdwatsal&deataIbe~tis%~ nblivecempacho toldeptb8f Iz-. #-fiJ SEE SD&100 ‘? ‘I ? Tnnsitioml arm, depnrr me of gutter to math cm gutw slope. ! curb Curb / I \\ ..; ‘i::‘. . . . ** *. .* : l : :. ‘.F*. . . . . ..,.- . I 1 L . . --. P 5’ 10 5 . . . . : * .;.* I F :. :. . . -...- . _** ‘. -- . . 1 V ?/ 7” unlm otherwise shown on PLa l/Z” R Typirrl NOTES: l.crosgumrmbe -d when tin dninap b onied aeros sweet _ 2ldinimum8Uow8bbcroprlopcb05K 3.Gumlesluu&56D.G3250. 4. hdcmewbgd8dmlkol@actd!o 95%lliniwnrPirrrmrP~ePmprtrion8dedcpthOf lz=. LEGEND ON PLANS ‘. . . II : . .:. 2; SAN DIEGO REGIONAL STANDARD DRAWING RtCWmtlDtD )r %IC W DNCD “tma*.L SruMem CMl*mtt I' I MID-BLOCK CROSS GUTTER I E%lG G-13 SEE SDG-100 17 TOP -A 4’ Landing See Note 1 Wide Border- :. . ‘.;. ’ :. ._ :...-‘.,.. . . . . .:: : . . . ,, . 1, z ‘.,‘.... :..: :.;.,‘..:.-‘:.: ) :.] I t I 4’ I LA Lip of Cutter PLAN VW e New or Exist. c -3 -” sek%z 1. I5 52 max. apron slope SFCTION A-A See Detoil;B NOTES Std. Dwg. G-32 1. If inadequate R/W exists to provide 4’ landing, side slopes shall be increased to l2:l per side slope “Zl” in Table A Landing shall be 3’ minimum in all other cases. 2. See Standard Dmwing G-32 for general notes. 3. Type A-l is a designation for romp at curb return. 4. Type B-1 is a designation for romp at straight curb. RECOMMENDED BY THE SAN DECO SAN DIEGO F Revision 1 ByI Approved 1 Dote -QtAL smyagqlp--r !EGlONAL STANDARD DRAWlNG .-. - ~~- _ fi. A mJi I PEDESTRIAN RAMP WPES A+ AND B-l (For Existing Sidewalk) 12’ wide border with l/4* grooves cpprox. 3/c o.c.\ Meet existing Cur:, & Gut&r7 . . . . . . . . ~ .: . ., Meet existing- I sidewalk +---F-l f Meet existing ‘-A sidewalk PlAN viny 1~~ I I t ’ CT ‘Z’ ’ z ’ &sign Curb Height 4’ CT Fr WATED VIW Y r Meet Existing . x f-5X max. apron slope 2x 1 ‘. . :. . .* x” :’ *’ l * l .’ .* * .-.‘*. . . ., . . r . . . Design Curb Height c TABLE A XlYlZlcT MlilCN RAMP SFCTION A-A See Detail-8 Std. Dwg. G-32 NOES 1.. Se&Standard Drawing G-32 for general 2. X= Design Curb Height as shown on plans. 3. Curb transition each one inch 6 CT) shall be l’-0” for ifferqce between existing curb height and destgn curb height. : -7 + , , . Y ‘, ‘ T I 1 , ‘, 3 c . . ; /. 2 -jr‘ i .# ? : -t Slope - X:Y Where X is level plane 1. The removal of existing concrete curb, gutter, sidewalk and povemcnt for pedestrian ramp installation shall comply with Standard Drawing G-l 1. 2. Areas shown thus: shall have a heavy broom -ripple* ,tcxture finish, transverse to axis of ramp contrasting visually with adjoining surfaces. 3. Areas shown thus: m are the minimum required for a complete ramp installation and shall be concrete class 520-C-2500. 4. If obstructions such OS inlets. utility poles, fire hydrants. etc.. ore encountered, the ramp locations may be adjusted upon the approval of the Resident Engineer. 5. Romp slope shall be a minimum grode of 15:l. 6. The ramp slopes will be measured. relative to the sidewalk slope, see Detail A below. Adjoining slope beyond romp shall not exceed 2O:l (5%). Remove & reconstruct S pavement as shown $ -2 on plans to provide 5 2 5X mcx. slope within 4’ of sidewalk limit. DFTAll E :C~MMEN~ED sr niE SAN oiEt0 iigljgg&~ SAN DIEGO REGIONAL STANDARD DRAWlNG Revision 1 ByI Approved 1 Dote Nota IeN et RI PAS GENE;& NOTES Detail 1 1 DRAWING I NUMBER G-32 PEDESTRIAN RAMPS I I I I I I I I . I I I I I 1 I I I . 1 I I I . . . ‘T .._ -.-. 4 22” dia. -kJ.l/4” 23 3/o” dia. 3vly t 3 In” 2’ - 6 J/o” dia. MANHOLE COVER FRAME DETAIL Machined sudacc MANHOLE COVER NOTES: :. Frame and cover shall be CJSI iron. Cast won Sh~11 @ conform to ASTM 48. &St 356. 2. Weights: Frame 166 - 193 tbs. Cover 147 - 171 Ibs. 3. Llachine aI1 marching SurfJCa and seats of frame and cover ro prrvcnr rocking. 4. Imooned frames and covers shall have the country of origin mrrked in comolirnce with federal regulattons. FOR .%wcr Fro&s Storm Onin Proieets Water Froiccts MARK SCWCf Storm Drain Water ‘evision 1 By 1 Aoprond 1 Date p-8s SAN DIEGO REGIONAL STANDARD DRAWING ltCDvlllotO ,I WI WI OIICJ ICCIO~AL ~UOA(IM cornnct ata 22 bn g&2’ b-q5 I I 24"MANHOLE FRAME AND COVER * au9&%Ld 2.2. Mm L 1 CL. Iyol 0.w I HEAVY DUTY DRAWING NUMBER M-l 34” ndius lug Slot in both side: of rim 7 , 314” dia. pick halt 2”~ 1” diamond ma ddn Of rim and conr I 15” -. - L bttaf~ 1” high, no other -- ;----i I;;.~.“:’ . . - ; : J ( inrcriotion to aopcar on TOP OF FRAME & COVER 23 518” outside dia. of cover exmsd surfam. SECTtON THROUGH RIM SECTION THROUGH FRAME & COVER SECTION THROUGH LUG machined surface BOTTOM OF COVER Outline where rib joins rim Outh when ribs join SECTION THROUGH RIB AT MID RADIUS NOTES: 1. Frame and cover shall be cast iron. Cast iron shall conform to ASTM 48. Class 30. 2. Frame and cover for use in non-traffic area only. 3. Weights: Frame 29 - 33 Ibs. Cover 95 - 110 Ibs. 4. lmoonad frames and covers shall have the country of origin marked in complianca with federal regulauons. ucn~rt~ofo II TM1 LI” OlfCO WCIOUL s?lloAaos ca”“lnft SAN DIEGO REGIONAL STANDARD DRAWING Revision 1 ByI Aaarond Oatc wg&&# UTZU. tm Note 4 I&/ b ,C 7!8F GmmNu ICf I)(01 T 24"MANHOi.E FRAME AND COVER Noto 13 br 1 O.&&j r/a< : 1 LIGHTDUTY I I I ’ DRAWING NUMBER M-2 I 1 I I f 1 .3 z HALF PLAN FRAME & COVER see Standard Orawing M-1. d & r- 39 34” 0 3amro+ E bn 24 l/r’ 0 - lfa” A- k-53” $4 A- IF I ;$I; “,*?“o++~ r ‘i 1 I L FjTxQ- l/4” chtmfer HALF SECTION FRAME & COVER NO-: 1. Fremt and +gvtr shrll bt cast iron. Cast iron shtll conform to AS% 48. Ckss 3%. 2. Wtights: Frame 314 * 363 Ibs. outer Cover 283 - 330 Ibs. Inner cover 147 - 171 Ibs. 3. Mtchine aI1 mttching surf8caS l d ScttS of frame and cover to prevent rocking. 4. Imoontd PSmts l d covers shd htvt tht ~ountty d origin marked in compliance with ftdtrtf rtgultuonr. DETAIL ’ ‘ctirion 1 By 1 Aoprond 1 Date Non 5 pt i) 4, p-S8 SAN DIEGO REGIONAL STANDARD DRAWING l tCOurllorO o* InI lu MCCO nicm*41 rrr*OnnDs CDumncc Note slbd p.d, ‘r; 445 I I be I 36"MANHOLE FRAME AND Ga/9*p a'&. /m cuw.vm n:.r lswl De* I I TWO CONCENTRIC COVERS I I HEAVY DUTY ORAWtNG NUMBER M-3 I >. -f 4 2 z . L I 3 I J 7 : f-- .i ! > i ..j 2 t i > ? ‘f-- t J J HORIZONTAL OR WYE VERTICAL BEND CROSS BLOCKING ttl flaw Wdtd to pipt) . Lift hook when fwi=d by Agcw Gas Iron Ctp or plug STEEL PIPE PLAN DEAD END BLOCKING AC. PIPE ELEVATION NOTES 1. Concntr rhtll be 470 - C - 2000. 2 Sn Standard Drtwing W-18 for bttring arta. vision By Approlnd Date SAN DiEGo REGIONAL STANDARD DRAWING nfcaIr*ofo er 1Mf y1 Omo “tClOUL srul0Anos CoYmEt - adiAL &km W- I CONCRETETHRUST BLOCKS E-%lG w-17 SEE SDW-100 ! . - ,f-. -. .- 1 1 7 , /-- i 1 i . \ ; .m Y- 3 30 10 0 4 6 8 10 12 14 I6 Pi Diiter in Inches NOTES 1. Based on 225 ti ten presufe and buciq WEISS Of dry soik 2. V8lua from tunes are for tees and deadends, is.: Stnight iine thrus. For SCP bend: 1.4 value tmm WM. For 45: bend: 0.8 mlw tram WM. For 22 1nC bend: 0.4 nlua from curve. 3. For conditions not comd by curw~, tpecbf thruS bloclrr must be cornowed and rwovtd. IEeORl~OEO ,T TM’ S.. DIES0 SAN DIEGO REGIONAL STANDARD DRAWING Rrvkit~~ ) ByI Apprond 1 he nEcIm4L STAamnm cDmmmLE I I I mL.@&.LJ cik.m trrrv LLCE. ‘ID1 - I I E%F THRUST BLOCK BEARING AREAS I W-18 F I I APPENDIX D AGENCY PERMITS ElAlEoF~-wlpouQIAoLwcy GRAYDAWE.6OVNlW ~‘CAllFORi’+ilA COASTAL COMMISSION DIEGO AREA 11 CAMINODELIK)NORlH,~~ AN DIEGO, CA OllDE-1726 (619) 5216056 COASTAL DEVELOPMENT PERMIT NO. 6-99-88 Pagelof 4 On December 8.1999 , the California Coastal Commission granted to Citv of Carlsbad this permit for the development describedbelow, subject to the attached Standard and Special Conditions. Description: Construction of 900 foot long parallel and adjacent replacement pipelines: one a 84-inch (formerly 63-&h) storm drain pipeline and the other a M-inch (formerly 48-inch) sewer main pipeline; a 200-foot long storm drain outfall and 7-foot thick energy dissipater is also proposed on the north shore of Agua Hedionda Lagoon. Site: East side of San Diego Northern railroad right of way, between Tamarack Avenue and Agua Hedionda Lagoon, Carlsbad, San Diego County. APN 210-010-09,11 Issued on behalf of the California Coastal Commission by PETER DOUGLAS Executive Director and B;ep . . IMPORTANT: THIS PERMIT IS NOT VALID UNLESS AND UNTIL A COPY OF THE PERMIT WITH THE SIGNED ACKNOWLEDGMENI’ HAS BEEN RETURNED TO THE COMMISSION OFFICE. ACKNOWLEDGMENT The undersigned permittee acknowledges receipt of this permit and agrees to abide by all terms and conditions thereof. j- IO-oo Date --ttl Signature of Permittee COASTAL DEVELOPMENT PERMIT NO. 6-99-88 Page 2 of 4 STANDARD CONDlTIONS: + 1. 2. 3. 4. 5. 6. 7. Notice of Receint and Acknowledement. The permit is not valid and development shah not commence until a copy of the permit, signed by the permittee or authorized agent, acknowledging receipt of the permit and acceptance of the terms and conditions, is returned to the Commission office. Exniration. If development has not commenced, the permit will expire two years from the date on which the Commission voted on the application. Development shall be pursued in a diligent manner and completed in a reasonable period of time. Application for extension of the permit must be made prior to the expiration date. Comnliance. All development must occur in strict compliance with the proposal as set forth below. Any deviation from the approved plans must be reviewed and approved by the staff and may require Commission approval. Intermetation. Any questions of intent or interpretation of any condition will be resolved by the Executive Director or the Commission. Insnections. The Commission staff shall be allowed to inspect the site and the development during construction, subject to 24-hour advance notice. Assignment. The permit may be assigned to any qualified person, provided assignee files with the Commission an affidavit accepting all terms and conditions of the permit. Terms and Conditions Run with the Land. These terms and conditions shall be perpetual, and it is the intention of the Commission and the permittee to bind all future owners and possessors of the subject property to the terms and conditions. . SPECIAL CONDITIONS: The permit is subject to the following conditions: or to issuance of the cutive Director for ging/fencingplans for the conformance with the COASTAL DE-PMENT PERMlT NC. 6-99-88 Page 3 of 4 a Access corridors and staging areas shall be located in a manner that has the least impact on coastal resources. No staging of materials shall occur within sensitive habitat areas. If more than one staging site is utilized, the plans shall indicate which sites am co~ected with which portions of the overall development, and each individual site shall be removed and/or restored immediately following completion of its portion of the overall development. . . . . b.thv=s *I e . *’ . M a fencemust be installed between the proposed riprap and the salt marsh. No stagmg or storage of equipment shall occur within the fenced salt marsh. The fence shall be removed after completion of the project. c. The construction corridor shall be revegetated to the extent necessary to re- establish the area to its pm-construction condition&c f&&-q &zzo 3.4 - 2. Disnosal of Removed Ri~ran Prior to the issuance of the coastal development permit, the applicant shall identify the location for the disposal of any removed riprap. If the site is located within the coastal zone, a separate coastal development permit or permit amendment shall be obtained prior to such disposal. 3. Water Oualitv/ Best Management Practices CBMPs). PRIOR TO THE ISSUANCE OF THE COASTAL DEVELOPMENT PERMlT, the applicant shall submit for the review and written approval of the Executive Director, a BMP program for the proposed development. At a minimum, the program shall incorporate measures that shall reduce sediment and pollutants in runoff from the project site and shall include the following: a. Implementation of a routine sweeping program of the paved areas that drain into the subject storm drain system. The Street Sweeping Program shall include a plan for implementing solid waste (trash removal) and street sweeping and cleaning programs for the area which is served by the proposed storm drainimprovement project. The program shall include provisions for street sweeping to be conducted prior to the onset of storm season, no late than October 15th of each year. e/P /e/, ee f, / /%J~~“;o~ 7’0 f b. Installation of oil/grease separators and trash racks at all inlets Oak Avenue and Chestnut. & AG fi’, 4 02 6ob The permittee shall undertake the development in accordance with the approved plan. Any proposed changes to the approved plan shall be reported to the Executive Director. No change to the plan shall occur without a Commission-approved amendment to the permit unless the Executive Director determines that no such amendment is required. COASTAL DEVELOPMBJT PERMlT NO. 6-99-88 Page 4 of 4 4. Grading and Erosion Control. PRIOR TO THE ISSUANCE OF THE COASTAL DEVELOPMENT PERMIT, the applicant shall submit, for the review and written approval of the Executive Director, fmal grading plans that shall conform to the following feq&ments: @TI AC ACJ~ &Xi? 2 0 3 /LJ a-eJ +$qP. P-V. 7- 8-G) a) Grading activities shall not occur during the rainy season (the period from October 1st to March 31st of each year) unless temporary and permanent erosion control devices are installed as described below. Such devices shall be installed prior to or concurrent with on-site grading activities. b) All disturbed areas will be replanted immediately following grading. Prior to commencement of any grading activity, the permittee shall submit a grading schedule to the Executive Director. c) The use of temporary erosion control measures, such as berms, interceptor ditches, sandbagging, filtered inlets, debris basins, and silt traps shall be utilized in conjunction with plantings to minimize soil loss from the construction site and to facilitate incremental grading. The permittee shall undertake the development in accordance with the approved plans. Any proposed changes to the approved plans shall be reported to the Executive Director. No changes to the plans shall occur without a Coastal Commission approved amendment to this coastal development permit unless the Executive Director determines that no amendment is required. (6-!WSSp) AU/33 1u: 46 SIHIE LX= CH uJIx;B + 768 = 0614 t4o.533 mlxrfa02 l tia -w Wlater.wC-eatrei.aard pakfe !3anDiego~tm Winston H. Hkkox icbtuau~~fltnnw.swu&.~~W z- 9771~~~.~A.5~~~,Ciai~ii~lts-l~2~ Id Wo~1~(856)467-2952 l FAX(BfI) 571-6972 I.ktte lomw9 Tilnesenc 11:13 AM Tot #+rral- . OWGkAS HIZLMW, CtW OF CARLSBAD r .m -2 t7diri dbi-0614 -iMBM= -GLENN BUSKIRK . -C-~~~-c~IBoardRegion9 97X- Mesa Blvd., Suite A San Diego, CA. 92124 - 1324 Telcphont Number ( 858 ) 467=2705 F9)[ # (858) 571-6972 Number of Pages Transmitted Including Cover Sheet: 2 COMMENTS: COPY TO: PAWNS, 7m-w-0780, ?&9316?44 FAX ACOrjTUCKER FAX6 1916745388 , 10:46 SlFITEcFcAm +760 EcQe6i4 _.-__- .--. p El jg ziaB6iL ,90’$ ZL 5s f - g.. 4 -2 ‘- w- t a=-- d - .s -& -. Je I .i$-. 7 3s 4 s e’. ‘m -E. % 1 -:-. ___ % -- . ---_._ ..-.- e---m r---- .--- .--. . -. ,-- .-- -- --.-- - X ci --- - -. _ ._--. ? -0 -- 8 b DEPARTMENT OF THE ARMY REPLY TO LOS ANGELES DlSlMCT, CORPS OF ENGINEERS SAN MEG0 FIELD OFFICE 16885 WEST BERNAROO DRIVE, SUITE 3OOA SAN MEGO, CAUFORNIA 92127 June 26,200O Office of the Chief Regulatory Branch : ‘““‘n’>-(R,a$;:‘,!’ . DEPARTMENT OF THE ARMY NATIONWIDE PERMIT AUTHORIZATION City of Carlsbad Attention: Mr. Lloyd Hubbs 1635 Faraday Avenue Carlsbad, California 92008 Dear Mr. Hubbs: This is in reply to your letter (No. 982006900-SKB) dated May 18, 1999, concerning our permit authority under Section 404 of the Clean Water Act of 1972 (33 U.S.C. 1344) over your proposal to construct storm drain and sewer interceptor transmission pipelines including replacement of an existing, earthen drainage channel (Area 1) with a new, buried, concrete storm drain pipeline ranging in size from %-inches to &l-inches in diameter. Area 1 will extend from the west side of Interstate 5 right-of-way to the San Diego Northern Railway (SDNR) right-of-way and from Oak Avenue southerly (275Oft) to Chinquapin Avenue with all the storm drain lines within the public right- of-way. Area 2 will consist of replacing about 13Oft of a riprap energy dissipator, sloping downward from an elevation of 8ft to 1.7ft at the discharge point of the storm drain into Agua Hedionda Lagoon, in the City of Carlsbad, San Diego County, California (See Figure 1 and 2). The Corps of Engineers has determined that your proposed activity complies with the terms and conditions of nationwide permit NW03 [Federal Register, December 13,1996, pp. 65874659221 for the repair, rehabilitation, or replacement of any previously authorized, currently serviceable, structure or fill, or of any currently serviceable structure or fill authorized by 33 CFR 330.3, provided that the structure or fill is not to be put to uses differing from those uses specified or contemplated for it in the original permit or the most recently authorized modification. In addition, the Corps has determined that your proposed activity complies with the terms and conditions of nationwide permit NW33 for temporary structures, work and discharges, including cofferdams, necessary for construction activities or access fills or dewatering of construction sites; provided that the associated primary activity is authorized by the Corps of Engineers or the U.S. Coast Guard, or for other construction activities not subject to the Corps or U.S. Coast Guard regulations. P As long as you comply -with the attached nationwide permit terms and conditions, an individual permit is not required. This letter of verification is valid for a period not to exceed two years unless the nationwide permit is modified, reissued, revoked, or expires before that time. -2- Presently, all nationwide permits are scheduled to expire on February 11,2002 except nationwide permit NW 26 which is currently scheduled to expire on April 14,2000, or the effective date of the new and modified NWPs, whichever occurs first. It is incumbent upon you to remain informed of changes to the nationwide permits. We wiIl issue a public notice announcing the changes when they occur. Furthermore, if you commence or are under contract to commence this activity before the date the nationwide permit is modified or revoked, you will have twelve months from the date of the modification or revocation to complete the activity under the present terms and conditions of the nationwide permit. Furthermore, you must comply with the following Special Conditions: 1. Prior to the onset of construction, the permittee shall implement a contractor education program to ensure that all onsite contractor(s), subcontractor(s), and foreperson are informed of the biologically sensitive resources associated with the project site and compliance with all the terms and pennit conditions herein. The permittee shall provide ail onsite contractor(s), subcontractor(s), and foreperson a copy of this permit, require that all such contractor(s), subcontractor(s), and foreperson read, understand, and agree to this authorization in its entirety, and provide the Corps written confirmation of this condition prior to initiating project activities including name, signature, phone number and address of ail contractor(s), subcontractor(s), and foreperson( In addition, a copy of this authorization, with Special Conditions, shall be included in all bid packages for the project and shall be posted onsite at all times during construction. 2. The permittee shall provide written notification to the Corps of Engineers at least 7 days prior to the start date of activities authorized by this permit as to the beginning and ending dates of the authorized project. 3. The permittee shall allow representatives from this office to inspect the authorized activity at any time deemed necessary to ensure that it is being or has been accomplished within the terms and conditions of this permit. 4. The permittee shall ensure all materials and staging, storage, dispensing, fueling and maintenance of equipment shall be located in designated upland areas outside of Corps jurisdiction to prevent any runoff from entering waters of the U.S. 5. No debris, soil, sand, silt, rubbish, cement or concrete washings thereof, oil or petroleum products or washings thereof, shall be allowed to enter into or placed where it may be washed by rainfall or runoff into waters of the U.S. When project operations are completed, any and all excess construction materials, debris, and/or other associated excess project materials shall be removed to an appropriate offsite location outside of Corps jurisdiction. . . mh I . -3- rmittee shall submit final mitigation plans (based on the Carlsbad Village Storm Drain/Sewer Line dated May 26, minimum of 30 days from the date of perrru detail in accordance with the Los Angeles idehes (June 1,1993). The final mitigati phy-based layout of and irrigation (with 1.0 -built drawings of the , planting, and irrigation tation schedule that wetland impacts, as well and end; d) five years of success minimum of five years of maintenance and monitoring unless success criteria are met e minimum of two years; d temporary impact restoration areas, water supply has been stopped for a within one foot of the table, and shall be left in a topographic and micr relief (including channels) that mimic MtUd 11 be replaced unless their function has been replace orps. When success criteria are met, all artificial water supp f two years, and evidence of wetland hydrology and shallretainaC0 implement and monit rmittee shall submit the 9. The permittee shall not remove/impact vegetation from March 15 to September 30 to avoid impacts to nesting birds unless a qualified biologist surveys the proposed work area immediately prior to the vegetation removal/impacts to ensure impacts to nesting birds will not occur. . . . . 10. c Ilm -ho . . rp /n+ * These restricted areas shall be clearly marked and/or barricaded to restrict access and ensure all movement of construction contractor(s), subcontractor(s), and foreperson( including egress and ingress of equipment and personnel, be limited to the designated construction zone in areas of jurisdictional waters of the U.S. Any additional acreage impacted outside of the approved construction footprint shall be mitigated at 5:l or greater as determined by the Corps, may include enhancement, restoration, creation, and/or preservation, and shah be subject to all the Special Conditions herein. 11. The permittee shall install filter fences to trap eroded sediments onsite and to divert runoff around disturbed soils. Filter fences shah also be placed along the top and toe-of-slope of access roads to prevent silt from discharging into jurisdictional waters of the U.S. all cease, and the Corps sha d limits of impacts, and all g project activities authorized project 13. If a violation of any permit condition herein occurs, the violation shall be reported to the Corps within 24 hours at (858) 674-6784 followed by written notification within 5 days to the Corps San Diego Field Office at 16885 W. Bernard0 Dr. Ste 3OOA, San Diego, California 92127. e shah submit biweekly status repo dated photographs of all acts to waters of the ompliance summary of all on of impacts to waters of the construction drawings with an that were impacted re avoided and/or impacts to waters and 15. The permittee shall regularly apply water to construction areas to control dust in order to minimize impacts to jurisdictional waters adjacent to the construction. 16. The permittee shall ensure equipment to extinguish small brush fires (i.e., from sparking vehicles) be present onsite during all phases of project activities, along with personnel trained in the use of such equipment. t a performance bond (see attach -5- waters/wetlands impacts the amount approved by the draft bond. 19. The permittee shall ensure the construction authorized by this permit shall conform to the attached Figures 3 through 6 titled Plan View of Riprap Energy Dissipater, Section Riprap Energy Dissipater, Plan Riprap with Slop Repair, and Section Slope Repair respectively dated June 26, 2ooo. A nationwide permit does not grant any property rights or exclusive privileges. Also, it does not authorize any injury to the property or rights of others or authorize interference with any existing or proposed Federal project. Furthermore, it does not obviate the need to obtain other Federal, state, or local authorizations required by law. Thank you for participating in our regulatory program. If you have any questions, please contact Ms. Shannon K. Bryant of my staff at (858) 674-6784. -Mark Durham Chief, South Coast Section Regulatory Branch Enclosure LOS ANGELES DISTRlCT U.S. ARMY CORPS OF ENGINEERS CERTIFICATION OF COMPLIANCE WITH DEPARTMENT OF THE ARMY NATIONWIDE PERMIT Permit Number: 982006900-SKB Name of Permittee: Cily c.fCiz~Zsbad Date of Issuance: June 26,2000 Upon completion of the activity authorized by this permit and any mitigation required by the permit, sign this certification and return it to the following address: U.S Army Corps of Engineers Regulatory Branch A-PIN: CFSPL-CO-R-982006~SKI3 P.0 BOX 532711 Los Angeles, CA 900532325 Please note that your permitted activity is subject to a compliance inspection by an Army Corps of Engineers representative. If you fail to comply with this nationwide permit you may be subject to permit suspension, modification, or revocation procedures as contained in 33 CPR330.5 or enforcement procedures such as those contained in 33 CPR 326.4 and 326.5. . I hereby certify that the work author&d by the above referenced permit has been completed in accordance with the terms and conditions of the said permit, and required mitigation was completed in accordance with the permit condition(s). f- Signature of Permittee Date t A, I I I I I I I G I I I t I 1 7 0 0 m ‘p 2 L d I ---- _-- ah Q ru South Carkbad Village Storm Drain Project - Wetland Delineation Report Regional Map l- mGTE 20 ‘cl SS:P ocnz SC mc Aao1tm93tl 303 t I-- i I 1 I t I I 1 I I I I t I c I r- South Carl&ad Village Storm Orain Project - Wetland. Oelineation Report Vicinity Map L-l mGim SO’Cl SW 000Z St unc 88ESW98S8: =zl ManFlED O-35 MN0 ‘TYPE HPAOWALL PLAN - O-40 RIP-RAP ENERGY DISSIPATER NE NOTES: 1.!XESRSDO4OFORWREDETULs c m/w vIEM( OF RIP-RAP ENERGY DISSAPTOR L ;OUTH CAR!S~AO VILLAGE ST’ORM DRAIN. PROJECT NO. 3528 t?O’d 9E:t7 ooot St WC . f Jim 26,2ooo SECTION - RIPBAP ENERGY LXWTOR I S&l-H CARLSBAO VILWE STORM DRAIN, PROJECT NO. 3528 50 ‘d’ ‘9i:b alo2 5z mc ri! i illlI t; 111 I : i-, -r .- HAM - RIP R4P Wm SLOPE REPAIR 50UTf-i CARLSBAD VILLAGE STORM DRAIN, PROJECT NO. 3528 Figm 5 90-d 9!2b OOOC’X W 88!sbs858:“j A?loltrn9~ m IElr:QL 00/92/Q : DeATSDeM - -I- . ‘..^.,s ,P. K ,o~eTnbsJ 83esn c- SiCTlON c-c MmTouuE June 26,2ooO SECT/ON - SLOPE REPAIR Fifgure f-‘&H CARLSBAD VILLGE STORM DRAIN, PROJECT NO. 3528 6 . . . . . . . . . . ._ 20-d &:b OOOZ SZ W 882SbL98S8 : =A ArJOlt1m3 30X nn 107 10 :“a,Tn?at _ -me. ‘,I-,,P ,m ItJoleTnt3eJ a3esn c- :+?+.:- 1 NATIONWIDE PERMIT NUMBER NW12 and NW33 TERMS AND CONDfTIONS 1. Nationwide Permit WI2 and NW33 Terms: Your activity is authorized under NW12 and NW33 subject to the following termsz . . . . 7 Discharges of dredged or fill material associated with excavation, backfill or bedding for utility lines, including outfall and intake structures, provided there is no change in preconstruction contours. A “utility line” is defined as any pipe or pipeline for the transportation of any gaseous, liquid, liquefiable, or slurry substance, for any purpose, and any cable, line, or wire for the transmission for any purpose of electrical energy, telephone and telegraph messages, and radio and television communication. The term “utility line” does not include activities which drain a water of the United States, such as drainage tile; however, it does apply to pipes conveying drainage from another area. This NWP authorizes mechanized landclearing necessary for the installation of utility lines, including overhead utility lines, provided the cleared area is kept to the minimum necessary and preconstruction contours are maintained. However, access roads, temporary or permanent, or foundations associated with overhead utility lines are not authorized by this NWP. Material resulting from trench excavation may be temporarily sidecast (up to three months) into waters of the United States, provided that the material is not placed in such a manner that it is dispersed by currents or other forces. The DE may extend the period of temporary side-casting not to exceed a total of 180 days, where appropriate. The area of waters of the United States that is disturbed must be limited to the minimum necessary to construct the utility line. In wetlands, the top 6” to 12” of the trench should generally be backfilled with topsoil from the trench. Excess material must be removed to upland areas immediately upon completion of construction. Any exposed slopes and stream banks must be stabilized immediately upon completion of the utility line. (See 33 Cl% Part 322). Notification: The permittee must notify the district engineer in accordance with the “Notification” general condition, if any of the following criteria are met: a.Mechanized landclearing in a forested wetland; b.A Section 10 permit is required for the utility line; c-The utility line in waters of the United States exceeds 500 feet; or, d.The utility line is placed within a jurisdictional area (i.e., a water of the United States), and it runs parallel to a streambed that is within that jurisdictional area. (Sections 10 and 404) . NC , DPWI&JZ@ Temporary structures, work and discharges, including cofferdams, necessary for construction activities or access fills or dewatering of construction sites; provided that the associated primary activity is authorized by the Corps of Engineers or the U.S. Coast Guard, or for other construction activities not subject to the Corps or U.S. Coast Guard regulations. Appropriate measures must be taken to maintain near normal downstream flows and to minimize flooding. Fill must be of materials, and placed in a manner, that will not be eroded by expected high flows. The use of Y-‘ dredged material may be allowed if it is determined by the District Engineer that it will not cause more than minimal adverse effects on aquatic resources. Temporary fill must be entirely removed to upland areas, or dredged material returned to its original location, following completion of the construction activity, and the affected areas must be restored to the pre-project conditions. Cofferdams cannot be used to dewater wetlands or other aquatic areas so as to change their use. Structures left in place after cofferdams are removed require a Section 10 permit if located in navigable waters of the United States. (See 33 CJJR Part 322). The permittee must notify the District Engineer in accordance with the “Notification” general condition. The notification must also include a restoration plan of reasonable measures to avoid and minimize adverse effects to aquatic resources. The District Engineer will add special conditions, where necessary, to ensure that adverse environmental effects are minimal. Such conditions may include: limiting the temporary work to the minimum necessary; requiring seasonal restrictions; modifying the restoration plan; and requiring alternative construction methods (e.g., construction mats in wetlands where practicable.). (Sections 10 and 404) 2. Nationwide Permit General Conditions A. The following general conditions must be followed in order for any authorization by a NWP to be valid: 1. Navigation. No activity may cause more than a minimal adverse effect on navigation. 2. Proper maintenance. Any structure or fill authorized shall be properly maintained, including maintenance to ensure public safety. 3. Erosion and siltation controls. Appropriate erosion and siltation controls must be used and maintained in effective operating condition during construction, and all exposed soil and other fills, as well as any work below the ordinary high water mark or high tide line, must be permanently stabilized at the earliest practicable date. 4. Aquatic life movements. No activity may substantially disrupt the movement of those species of aquatic life indigenous to the waterbody, including those species which normally migrate through the area, unless the activity’s primary purpose is to impound water. 5. Equipment. Heavy equipment working in wetlands must be placed on mats, or other measures must be taken to minimize soil disturbance. 6. Regional and case-by-case conditions. The activity must comply with any regional conditions which may have been added by the Division Engineer (see 33 CFR 330.4(e)) and with any case specific conditions added by the Corps or by the state or tribe in its section 401 water quality certification. Regional Special Conditions are listed in Section 3 of this Permit. 7. Wild and Scenic Rivers. No activity may occur in a component of the National Wild and Scenic River System; or in a river officially designated by Congress as a “study river” for possible inclusion in the system, while the river is in an official study status, unless the appropriate Federal agency with direct management responsibility for such river has determined in writing that the proposed activity will not adversely effect the Wild and Scenic River designation, or study status. Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency in the area (e.g., National Park Service, U.S. Forest Service, Bureau of Land Management, U.S. Fish and Wildlife Service.) 8. Tribal rights. No activity or its operation may impair reserved tribal rights, including, but not limited to, reserved water rights and treaty fishing and hunting rights. 9. Water quality certification. In certain states, an individual Section 401 water quality certification must be obtained or waived (see 33 CFR 330.4(c)). 10. Coastal zone management. In certain states, an individual state coastal zone management consistency concurrence must be obtained or waived (see Section 330.4(d)). 11. Endangered Species: a. No activity is author&d under any NWP which is likely to jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act, or which is likely to destroy or adversely modify the critical habitat of such species. Non-federal permittees shall notify the District Engineer if any listed species or critical habitat might be affected or is in the vicinity of the project, and shall not begin work on the activity until notified by the District Engineer that the requirements of the Endangered Species Act have been satisfied and that the activity is authorized. b. Authorization of an activity by a nationwide permit does not authorize the take of a threatened or endangered species as defined under the Federal Endangered Species Act. In the absence of separate authorization (e.g., an ESA Section 10 Permit, a Biological Opinion with incidental take provisions, etc.) from the U.S. Fish and Wildlife Service or the National Marine Fisheries Service, both lethal and non-lethal takes of protected species are in violation of the Endangered Species Act. Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the U.S. Fish and Wildlife Service and National Marine Fisheries Service or their World Wide Web pages at: httpzJ/www.fws.govMendspp/endspp.html and httpz&ww.mnfs.gov/prot~re&sahome.html 12. Historic properties. No activity which may affect historic properties listed, or eligible for listing, in the National Register of Historic Places is authorized, until the DE has complied with the provisions of 33 CFR Part 325, Appendix C. The prospective permittee must notify the District Engineer if the author&d activity may affect any historic properties listed, determined to be eligible for listing, or which the prospective permittee has reason to believe may be eligible for listing on the National Register of Historic Places, and shall not begin the activity until notified by the District Engineer that the requirements of the National Historic Preservation Act have been satisfied and that the activity is authorized. Information on the location and existence of historic resources can be obtain4from the State Historic Preservation Office and the National Register of Historic Places (see 33 CFR 330.4(g)). 13. Notification. Not applicable. 14. Compliance certification. Every permittee who has received a nationwide permit verification from the Corps will submit a signed certification regarding the completed work and any required mitigation. The certification will be forwarded by the Corps with the authorization letter and will include: i. A statement that the authorized work was done in accordance with the Corps authorization, including any general or specific conditions; ii. A statement that any required mitigation was completed in accordance with the permit conditions; iii. The signature of the permittee certifying the completion of the work and mitigation. 15. Multiple use of Nationwide permits. In any case where any NWP number 12 through 40 is combined with any other NWP number 12 through 40, as part of a single and complete project, the permittee must notify the District Engineer in accordance with paragraphs a, b, and c on the Notification General Condition number 13. Any NWP number 1 through 11 may be combined with any other NWP without notification to the Corps, unless notification is otherwise required by the terms of the NWPs. As provided at 33 CFR 330.6, two or more different NWPs can be combined to authorize a single and complete project. However, the same NWP cannot be used more than once for a single and complete project, B. SECTION 404 ONLY CONDITIONS: In addition to the General Conditions, the following conditions apply only to activities that involve the discharge of dredged or fill material into waters of the U.S., and must be followed in order for r authorization by the NWPs to be valid: 1. Water supply intakes, No discharge of dredged or fill material may occur in the proximity of a public water supply intake except where the discharge is for repair of the public water supply intake structures or adjacent bank stabilization. 2. Shellfish production. No discharge of dredged or fill material may occur in areas of concentrated shellfish production, unless the discharge is directly related to a shellfish harvesting activity authorized by NWF 4. 3. Suitable material. No discharge of dredged or fill material may consist of unsuitable material (e.g., trash, debris, car bodies, asphalt, etc.,) and material discharged must be free from toxic pollutants in toxic amounts (see Section 307 of the Clean Water Act). 4. Mitigation. Discharges of dredged or fill material into waters of the United States must be minimized or avoided to the maximum extent practicable at the project site (i.e., on-site), unless the District Engineer approves a compensation plan that the District Engineer determines is more beneficial to the environment than on-site minimization or avoidance measures. 5. Spawning areas. Discharges in spawning areas during spawning seasons must be avoided to the maximum extent practicable. 6. Obstruction of high flows. To the maximum extent practicable, discharges must not permanently restrict or impede the passage of normal or expected high flows or cause the relocation of the water (unless the primary purpose of the fill is to impound waters). 7. Adverse effects from impoundments. If the discharge creates an impoundment of water, adverse effects on the aquatic system caused by the accelerated passage of water and/or the restriction of its flow shall be minim&d to the maximum extent practicable. 8. Waterfowl breeding areas. Discharges into breeding areas for migratory waterfowl must be avoided to the maximum extent practicable. 9. Removal of temporary fills. Any temporary fills must be removed in their entirety and the affected areas returned to their preexisting elevation. 3. Regional Conditions for Nationwide Permits: Regional General Condition #l requires notification to be provided to the District Engineer in accordance with the “Notification” general condition (30 day PreConstruction Notification) for any discharge of dredged or fill material, excavation, or mechanized landclearing in any vernal pool. This regional general condition applies to all nationwide permits and to all valid regional general permits in the portion of the Los Angeles District that is within the state of California. Figure 1 shows the distribution of many of the known vernal pool complexes in Southern California. This figure is not a complete or exhaustive map of every vernal pool, but is meant to provide guidance on areas where vernal pools are known to occur. According to the Los Angeles District of the Corps of Engineers, an area shall be considered a vernal pool if it meets the following definition: Vernal pools are wetlands that seasonally pond in small depressions as a result of a shallow, relatively impermeable layer (e.g. clay or other impervious soil or rock layer) that restricts downward percolation of water. The dominant water source for vernal pools is precipitation with pools typically filling after fall and winter rains and evaporating during spring and summer. These seasonal ponds are fragile, easily disturbed ecosystems that provide habitat for indigenous, specialized assemblages of flora and fauna (see attached species list), including several species which are either proposed or already Federally listed as threatened or endangered. Vernal pools are considered “problem areas” under the Corps of Engineers 1987 Wetland Delineation Manual because one or more of the wetland parameters (soils, hydrology, vegetation) may be periodically lacking due to normal seasonal or annual variations in environmental conditions. The delineation procedures for problem areas outlined in the 1987 Wetland Delineation Manual should be applied to vernal pools. In addition, an Individual Permit shall be required for any discharge of dredged of dredged or fill material, excavation, or mechanized landclearing associated with a single project which would: 1. 2. result in an aggregate loss or impact to 0.5 acre or greater of vernal pool basin (i.e the pool itself exclusive of the surrounding watershed), as defined above AND; where the vernal pool(s) impacted contain at least one vernal pool indicator species (list of species available upon request from the Los Angeles District Regulatory Branch). If the discharge of fill would affect less than 0.5 acre of vernal pool or the pool does not contain at least one vernal pool indicator species, only a PreConstruction Notification is required, and a nationwide permit verification may be considered. The District Engineer retains discretionary authority to require an individual permit for fills which would result in greater than minimal impacts or would be contrary to the public interest. The following features are generally NOT considered vernal pools and, therefore, would not be subject to this regional general condition: stockponds, road ruts, minor impoundments on drainages, man-made ponds, abandoned borrow sites, and seasonally flooded plains which do not exhibit basin topography. These areas may already be subject to Section 404 regulation and may support vernal pool species, such as fairy shrimp and other invertebrates, pond turtles, amphibians, and various types of waterfowl; however, they are not considered vernal pools. Regional General Condition #2 limits the use of NWP 32 to structures, work, or discharge of dredged or fill material remaining in place, or undertaken for mitigation, restoration, or environmental benefit in compliance with a completed enforcement action, provided the structure, work, or discharge of dredged or fill material does not cause the loss of greater than three (3) acres of non-tidal waters of the United States. This modification was proposed to make this NWP consistent with NWP 26 which has an upper threshold of three acres. 4. Further information: A. Congressional Authorities: You have been author&d to undertake the activity described above pursuant to: 0 Section 10 of the Rivers and Harbors Act of 1899 (33 U.S.C. 403). (X)Section 404 of the Clean Water Act (33 U.S.C. 1344). B. Limits of this authorization. 1. This permit does not obviate the need to obtain other Federal, state, or local authorizations required by law. 2. This permit does not grant any property rights or exclusive privileges. 3. This permit does not authorize any injury to the property or rights of others. 4. This permit does not authorize intprference with any existing or proposed Federal project. C. Limits of Federal Liability. In issuing this permit, the Federal Government does not assume any liability for the following: 1. Damages to the permitted project or uses thereof as a result of other permitted or unpermitted activities or from natural causes. 2. Damages to the permitted project or uses thereof as a result of current or future activities undertaken by or on behalf of the United States in the public interest. 3. Damages to persons, property, or to other permitted or unpermitted activities or structures caused by the activity authorized by this permit. 4. Design or construction deficiencies associated with the permitted work. 5. Damage claims associated with any future modification, suspension, or revocation of this permit. D. Reliance on Applicant’s Data: The determination of this office that issuance of this permit is not contrary to the public interest was made in reliance on the information you provided. E. Reevaluation of Permit Decision. This office may reevaluate its decision on this permit at any time the circumstances warrant. Circumstances that could require a reevaluation include, but are not limited to, the following: 1. You fail to comply with the terms and conditions of this permit. 2. ‘The information provided by you in support of your permit application proves to have been false, incomplete, or inaccurate (See 4 above). 3. Significant new information surfaces which this office did not consider in reaching the original public interest f- decision. Such a reevaluation may result in a determination that it is appropriate to use the suspension, modification, and revocation procedures contained in 33 CFR 330.5 or enforcement procedures such as those contained in 33 CFR 326.4 and 326.5. The referenced enforcement procedures provide for the issuance of an administrative order requiring you to comply with the terms and conditions of your permit and for the initiation of legal action where appropriate. You will be required to pay for any corrective measure ordered by this office, and if you fail to comply with such directive, this office may in certain situations (such as those specified in 33 CFR 209.170) accomplish the corrective measures by contract or otherwise and bill you for the cost. F. This letter of verification is valid for a period not to exceed two years unless the nationwide permit is modified, reissued, revoked, or expires before that time. G. You must maintain the activity author&d by this permit in good condition and in conformance with the terms and conditions of this permit. You are not relieved of this requirement if you abandon the permitted activity, although you may make a good faith transfer to a third party in compliance with General Condition H below. Should you wish to cease to maintain the authorized activity or should you desire to abandon it without a good faith transfer, you must obtain a modification of this permit from this office, which may require restoration of the area. H. If you sell the property associated with this permit, you must obtain the signature of the new owner in the space provided and forward a copy of the permit to this office to validate the transfer of this authorization. I. You must allow representatives from this office to inspect the author&d activity at any time deemed necessary to ensure that it is being or has been accomplished with the terms and conditions of your permit. : ’ <- -w California Regional Water Quality Cc-Fro1 Board ‘. \ San Diego Region Winston H. Hickox Inkmet Address: hqxJ/www.swrcb.cagov/-nuqeb9/ r‘ Secretary for 9771 Clairunont Mesa Boulevard, Suite & San Dicgo, Califomia92124-1324 tvuanmental Phone (619) 467.2952 9 FAX (619) 571.6972 Prorectlon September 28, 1999 Mr. WiIIiam Plummer, Deputy City Engineer Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, CA 92008-8893 WDID NO. 9 000 000 889 Dear Mr. Plummer: AUTHORIZATION TO DISCHARGE GROUNDWATER LAGOON AND AGUA HEDIONDA LAGOON FROM THE VISTAKARLSBAD INTERCEPTOR SEWER & SOUTH CARLSBAD STORM DRAIN DEWATERING PROJECT, CARLSBAD, CA This will acknowledge receipt of your July 23, 1999 application, attachments, and subsequent submittals in support of your request to discharge groundwater to Buena Vista Lagoon and Agua Hedionda Lagoon from the VistaKarlsbad Interceptor Sewer & South Carlsbad Storm Drain Dewatering Project, Carlsbad, California, subject to this Regional Board’s Order No: 96-41 (NPDES Permit No. CAG919002). -. , Based on your signed certification, I am authorizing the initiation of the subject discharge under the terms and conditions of the enclosed Regional Board Order No. 96-41. It is hereby ordered that discharges from the VistaKarlsbad Interceptor Sewer & South Carlsbad Storm Drain Dewatering Project, Carlsbad, California, shall not exceed 616,000 gallons per day. Enclosed is a copy of Order No. 96-41. Compliance with the requirements of this order will involve considerable effort on your part. Staff of this Regional Board willbe making inspections to ensure that compliance is achieved, and will be pleased to work with you and assist you. Please note the applicable monitoring program (C. 1, C.5, D., E., and F.) ) contained in the enclosed Order No. 96-41, Monitoring and Reporting Program 96-41. I request under the authority of Water Code Section 13267 that you submit the required monitoring reports in accordance with the reporting schedule specified in Order No. 96-41, Monitoring and Reporting Program (MRP). In addition to the constituents in C.4 and C.5, I hereby request that you conduct monthly discharge monitoring (sampling) of MTBE (Methyl Tertiary Butyl Ether), and dissolved oxygen. Submit the results monthly. Also, increase the frequency of discharge monitoring of the following C. 1 constituents to every two weeks: total petroleum hydrocarbons, chromium, copper, lead, nickel, zinc, mercury, selenium, and arsenic. Submit the results monthly. a California Environmental Protection Agency Reqcied Paper %“a Mr. William Plummer Carlsbad Municipal Water District -2- September 28, 1999 WDID:9 000 000 889 As a result of staffs review of your application, staff recommends the following corrective/preventative measures be taken: Aeration of the discharge to elevate dissolved oxygen concentrations. Settling prior to discharge to lower total suspended solids concentrations. Discharge control measures to prevent erosion, sedimentation, and turbidity in the receiving water. For inquires and correspondence regarding this facility, please refer to the Waste Discharger Identification Number (WDID) noted at the top right hand comer ofthis letter. If you have any questions, please contact Ms. Whitney Ghoram at (619) 467-2967. Sincerely, enclosure: Order No. 96-41 cc: Mr. Terry Smith, Project Engineer, Malcolm Pimie, Inc., 1902 Wright Place, Suite 180, Carlsbad, CA 92008 file:14-0889.01, .02 0 Buena Sanitation District q City of Encinitas h Vallecltos Water Distrjct 600 Eucalyptus Ave. 505 S. Vulcan 201 Vallecitos de Oro Vista, CA 92085 Encinitas, CA 92024 San Marcos, CA 92069 (760) 726-l 340 (760) 633-2600 (760) 7444550 I!# City of Carlsbad 0 Leucadia County Water District [23 city Of vkta 5950 El Camino Real 196OLaCostaAve. 600 Eucalyptus Ave. Cartsbad, CA 92008 Cartsbad, CA 92009 Vista, CA 92085 (760) 438-2722 (760) 753-0155 (760) 726-l 340 ENCINA WASTEWATER AUTHORITY A Public Agency Serving North San Diego County 6200 Avenida Encinas Cartsbad, CA 920041095 (760) 438-3941 WASTEWATER DISCHARGE/CHEMICAL STORAGE PERMIT AUTHORIZATION: The below named party is hereby authorized to discharge wastewater to the member agency community sewer subject to compliance with the Encina Pretreatment Ordinance and the conditions set forth in this permit and permit conditions. PERMITTEE CARLSBAD MUNICIPAL WATER DISTRICT ADDRESS 5950 EL CAMINO REAL CARLSBAD CA *,p 92008 PERMIT CLASS GROUNDWATER PERMIT NUMBER 98-SPl The permittee acknowledges that Encina Wastewater Authority, its employees and agents have the lawful authority to enter upon permittee’s premises at any time during permittee’s operating hours for the purpose of conducting random inspections, metering and sarhpiing of permittee’s effluent to determine permittee’s compli- ance with the terms and conditions of this permit, and, by accepting the benefits of this permit, consents to entries for such purposes during the life of this permit. The above named shall report to the member agency and Encina any change (permanent or temporary) to the premise or operation that significantly changes (+ or - 10%) the quality or volume of wastewater discharge or deviates from the terms and conditions under which this permit is granted. EFFECTIVE DATE: MAY 18, 2000 EXPIRATION DATE: SEPTEMBER 1, 2001 E.W.A. APPROVAL ,~ PPPROVED BY: L DA TED: MAY 18, 2000 v MEM6ER AGENCY APPROVAL DA TED: 5-33-d POST PERMIT IN PLAIN VIEW THIS PERMIT IS NON-TRANSFERABLE ENCINA WASTEWATER AUTHORBIYfl 7nnn A Public Agency 6200 Avenida Encinas - - (6i9) 431- 7493 (Admii) LElTEROFTRANSMITTAL To: city of cd&ad Public Works Dept. Attn: Mikhael Ogawa, P.E. 1635 Faraday Ave Carl&ad, CA 92008-73 14 May 18,2ooo Tbcftdlowingitullsut- &l-Iucwa _ undmtkpmatecova vii: usMail N~~mberofGmies - 1 Special Purpose Wastewaster Discharge Permit #98-SPl extension Thellbovcitem9arcsl~ x ~yourmacst Foryourrevitw ForplUfikS Faymd FOrpfXtkXb FOlpUildhdOO Fm-dated Per your request, enclosed is the Special Purpose Was&was& Discharge Permit #98-SPl extension. The Encina Wastewater Authority has extended this permit until September 1,200l. Please feel ke to umtact me at (760) 438-3941, ex. 3604 if you have any questions. Tmmittedby: LisaUrabe Environmental Compliance Technician Copies: Ind. Files / Pepper Go&key, City of Carl&ad Forward reply to Encina Water Pollution Control Facility ~THEcllyof~~~oFcARLsBAD,wMAsAN~A~~,v~ WAlTJl DISI’RUT, LEUCADlACQUNlY WAlERDlSlXlCTANDCTlYOFENClN~AS City of Carlsbad May 15,200O Ms. Nancy Anson Director of Environmental Compliance Encina Wastewater Authority 6200 Avenida Bncinas Carl&ad, California 92009 Subject: Special Purpose Wastewater Discharge Permit #9&sPl VistaKarlsbad Interceptor Sewer (Reach VCSB - VC11 A) and South Carlsbad Village Storm Drain Project Dear Ms. Anson: The above referenced permit was issued to the Carlsbad Municipal Water District for discharge of groundwater associated with construction dewatering of Reach VCSB - VC9 of the VistaKarlsbad Interceptor Sewer Project. This permit expires on September 1,200O. Subsequent to the issuance of this permit, the project has been postponed due to federal permit requirements. Construction is anticipated to begin in March of 200 1. The project remains the same and is expected to produce the same water quality and flow rates during dewatering as identified in the original application and the request for extension, July 26, 1999. We an therefore requesting that the permit expiration be extended to September 1,200 1. Should you have any questions, please do not hesitate to contact Marshall Plantz at (760) 602-2766. Mikhail Ogawa, P.E. Associate Engineer cc: Doug Helming (Helming Engineering) Terry Smith (Malcolm Pirnie, Incorporated) i WASTEWATER AUTHORITY A Public Agency 6200 Avenida Encinas Carlsbad, CA 92009-l 095 ;.... Telephone (760) 438-3941 FAX (760) 438-3861 (Plant) 0363(760) 431-7493 (Admit-d Carl&ad Municipal Water District 5950 El Camino Real Carl&ad California 92008-8893 r . : .‘I i ,, :. Attention: Kelly EtimoE Associate Enginea -. *. -.i Subject: Request for Estensioo Special Purpose Wastewater Discharge Permit No. 98-SPl Dear Ms. Efimoff, I am in receipt of your July 26 letter Re: Special Purpose Wastewater Discharge Permit No. 9%SPI. As per our telephone conversation, this letter constitutes fatal notice that the term of this permit has been extended for one additional year. The new expiration date will be September 1,200O. This extension applies only to the original conditions of Permit No. 9gSPI. AU original conditions remain as specified with the exception that a newly adopted set of local limits will now define discharge limitations for the City’s construction dew&ring wastewater. Please refer to the attached Table 1 for the newly adopted limits and incorporate it by reference into your existing permit. An amendment to this permit for the discharge of wastewater in excess of 36,000 gallons/day will not be considered until the City has provided EWA with Total Dissolved Solids (TDS) Pumping Test Data from monitoring wells MW - IgA, MW - 11A and MW - 27A. This additional monitoring data is necessary to determine if any future proposed increase in the volume of the discharge has the potential to impact reclamation activities downstream of the Encina facility. Please be advised that Encina’s local limit for TDS may be modified in May of the year 2000 subject to the term of a previously initiated Enforcement Compliance Agreement between the EWA and local industry and pending Hoard action. If you have any questions regarding this correspondence, please do not hesitate to call me at (760) 43& 3941 extension 3602. Nancy An&t Director of Environmental Compliance NMA:na Attachment cc: Pepper Godfrey, City of Carl&ad Michael T. Hogan, General Manager Richard Johnson Gperaticms Superintendent industrial Files SERVING THE CITY OF VISTA, CITY OF CARLSBAD. BUENA SANITATION DiSTRlfl, VALLEClTOS WATER DlSTRl0, LEUCADIA COUNTY WATER DISTRICT AND CITY OF ENCINITAS II... I TABLE 1 LOCAL DISCHARGE LIMITS CONSTITUENT: EXISTING AI’SdC Cadmium Chromium (Total) Copper Lead Mercury Nickel Silver ZiIlC Cyanide (Total) CBOD BOD TSS PCB’s Pesticides TTO’S Oil & Grease organic ._ inorganic PH Temperature TDS 0.05 mg/L 0.43 m#L 3.50 mg&* 4.40 mg/L 1.80 m@L 1.80 mg/L 4.20 m@L 6.20 mg& 231 mglL 5Ob Ibshay- 256 mg/L 500 Ibdday- 261 mg/L 500 1bdday*+ ‘2.00 mg/L 400 mg/L 5.5-l 1 .o units 140’ Fahrenheit 1200 wday *Subject to more stringen t s tandards iftributary to the Shadowridge Facility ** 12 Month Interim Mass Emissions Limit . ENCINA WASTEWATER AUTHORITY A Public Agency April 21,199s 6200 Avenida Encinas Carlsbad, CA 92009-l 095 Telephone (760) 438-3941 FAX (760) 438-3861 (Plant) (760) 43 l-7493 (Admin) Ref: 4015 Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, CA 92008-8893 Attention: Ms. Kelly Efimoff SUBJECT: Special Purpose Wastewater Discharge Permit - ViitaXarlsbad Interceptor Dear Kelly: Your permit application has been review and Permit #98-SPl is hereby issued subject to the specific conditions outlined therein. The following discussion of sampling points, monitoring requirements and preventative measures is intended to clarify the requirements of your project regardless of which constru~on alternative is used. P Specific Conditions * Sampling and analysis will be required initially for each discrete well, vacuum point, jacl&ceiving pit and/or sump within 48 hours of commencement of construction water discharge to the Encina plant. This sampling will include as a minimum: 1. Total Petroleum Hydrocarbons analysis by modified EPA Method 8015, and PCB’s by EPA Method 608. These analyses must be performed by a certified laboratory within the state of California and the results submitted to be within two weeks of receipt. Encina staff are available to assist with sample collection and chain of custody procedures to facilitate this process if so desired. 2. PH, conductivity, total suspended solids, totai dissokd solids, ammonia, nitrate, biochemical oxygen demand, turbidity, settleable solids and metals shall be performed initially on each discrete well vacuum point, ja&ingkeceiving pit, and/or sump within that same 48 hour period. Since Encina has a certified laboratory capable of performing these tests and has an interest in acquiring the data as soon as is reasonably possible, we suggest that these samples be collected and analyzed by Encina staff. Please notify me if this is amenable to you. l The sample point will be at the end of the discharge piping, prior to discharge into the sewer. * Flushing of the discharge equipment will be conducted for at least five minutes prior to taking a sample. SERVING THE cm OF vm~, cm OF CARLSBAD, BUENA SAN~ATION DI~RICI, VMLEC~TOS WATER DISTRICT, LEUCADIA COUNTY WATER Dl’3RlcT AND CIlY of ENClNrrAS @ Pmtrd on Ms. Kelly Efimoff Subject: -Special Purpose Wastewater Discharge Permit VistaKarlsbad Interceptor April 21, 1998 Page 2 Ref: 4015.2 l Should visual or olfactory observation indicate a significant change in a characteristic of the dewatering discharge, you are responsible for immediately stopping the discharge, and contacting Encina to inspect the situation. A sample will be taken, and depending upon the situation, operation may ensue again pending analysis. * Repeat testing of the same parameters will be required if pumping from the same discrete location continues for longer than three months. * If it is determined that the discharge Tom the site is found to have caused a violation of the Encina discharge permit, the dewatering activity must immediately cease. If any constituknt tested appears to be in quantitites capable of causing the plant to violate their discharge permit, an appropriate pretreatment plan will be instituted or that material will disposed of by an alternative method. * Each pump that is to be used for discharge of consuuction water during this process must be tested prior to startup for pump output and a log of run hours maintained to determine potential mass loading rates to the treatment plant. * Because surface runoff is absolutely prohibited into the sanitary sewer system, runoff containment, diversion and control must be practiced by the contractor. You are responsible for reporting the action taken to comply with this requirenient. * I will be the Encina contact for this permit; please provide the name of a contact person for the Carlsbad Municipal Water District. I would,be happy to meet with you and your contractor prior to commenoement of construction, or with potential contractors at a pre-bid meeting to answer questions regarding these requirements. We don’t intend that these should be difficult or complex to comply with, but rather are prudent measures for the protection of the plant Nancy Ansti Environmental Compliance Manager NA:am Attachment r” @“I.. *I.,,*.,,. u II. ml,* Q krrtn# Norfh San Dwfo counrr - ENCINA WASTEWATER AUTHORITY 6200 Avenidd Encinas l Carlsbad, CA 92009-l 095 l Telephone (760) 438-394 1 Plan: Fax (760) 438-3861 l Administrative Oifices Fax (760) 431-7493 Prinrcd on Rccycbd Paper TABLE OF CONTENTS .f- mCpA WASIEWATER DISCHARGE PERMIT CONDITIONS .............................................. 4 Severabi ............................................................................................................................... 4 Signatory RequiremerIts ........................................................................................................... 4 PermitTransfkr ......................................................................................................................... 4 Change of Ownership ............................................................................................................... 5 I)uty to Comply ........................................................................................................................ 5 Pexmit Action ............................................................................................................................. 5 Property Rights ........................................................................................................................ 6 Duty to Mitigate ....................................................................................................................... 6 Prohiiied Discharges ............................................................................................................... 6 Limitations on Wastewater Strength and Characteristics ......................................................... 6 LOCAL DISCHARGE LIMITS (Table I) ........................................................................................... 7 Federal, State, and Local Guidelines ........................................................................................ 7 Agency2 Rigllt to Revision, ...................................................................................................... IJlspedoq sampling Right Falsi@ng Infomutio n. OfEntly.. ......... . ............................................................................. .8” .............................................................................................................. 8 Limitations on Surface Fhmoff and Groundwater ..................................................................... 8 GENERAL CONDITIONS ................................................................................................................. 9 MaintainRecords ..................................................................................................................... 9 Segregation .............................................................................................................................. 9 PemJitDuration ........................................................................................................................ 9 Prohibition on Dilution ............................................................................................................. 9 Limitations on Point of Discharge ............................................................................................ 9 Mass Emission Rate Determination ................................................................. ..” .................... 10 Prohibition on Infklious Waste ............................................................................................. 10 Liions on Disposal of Spent Industrial Solutions/Sludges .......................................................................................... 10 Pretreatment Facilities ............................................................................................................ 10 Monitoring and Metering Facilities.. ........................................................................................ 10 Drawing Submittal Requirements ........................................................................................... 11 Monitoring for Compliance with Permit Conditions or Reporting Requirements ...................................... 11 Limitations on Radioactive Waste .......................................................................................... 11 Spill Containment Facilities .................................................................................................... 11 Waste Minim&ion Requirements ......................................................................................... 11 Notifkation of Spill or Slug Loading ...................................................................................... 12 Enforcement ........................................................................................................................... 12 1 NON-COMPLIANCE FEES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 TABLE II . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... FEES FOR NON-COMPLIANCE WITH PERMIT CONDITIONS AND MASS EMISSION RATE LIMITS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 FEES FORNON-COMPLIANCE WITH PERhJlT CONDITIONS AND MASS EMISSION RATE LIMITS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 PERMITUZ CATEGORY INFORMATION ................................................................................. 15 Permit Duration ...................................................................................................................... 15 Allowable Process Discharge Flow Rate ................................................................................ 15 EncinaPermitNumber ........................................................................................................... 15 SIC Number ........................................................................................................................... 15 SIC JLlstification ..................................................................................................................... 15 Date(s) Permittee Operations Commenced ............................................................................ 15 SPECIFIC CONDITIONS ................................................................................................................. 15 POINT SOURCE .................................................................................................................. 15 sAMPLEPoINT .............................................................................................................. 15 DESCRIPTION AND LOCATION OF SAMPLE POINT(s). ............................................. 15 EFFLUENT LIMITAmONS AND REQUIREMENTS ................................................................... 16 Process Wastewater Discharge: [ ] Continuous [ ] Batch.. ............... 16 DESCRIPTION OF Pm S PROCESS A CT’MTIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 DESCRIPTION OF WASTEWATER GENERATING OPERATIONS . . . . . . . . . . . . . . . . . . . ..;... . . . . . . . . . . . . . . . . 16 DESCRlPTION OF PRETREATMENT OPERATIONS/FACI . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 PFUZTREATMENTEQUIPMENT REQUREMENTS ................................................................... 17 Disclaimer.. ............................................................................................................................. 17 MAINTENANCESCHEDULE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 OPtiTION AND MAlNTENANCELOGS . . . . . . . . . . . . . . . . . . . . . . . . . ..*..................................................... 17 MSDS LOG . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... 17 ACCIDENTAL DISCHARGE LOG . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 OTHER (SPECIFY) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 2 . COMPLIANCE TIME SCHEDULE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 OTHER FEDERAL, STATE, AND/OR LOCAL REQUIREMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 . ENCINA WASTEWATER DISCHARGE PERMIT CONDITIONS The permittee shall abide by all applicable provisions of the Encina Pretreatment Ordinance, federal, state, and local regulations. Any violation of the regulations shall constitute a violation of the permittee’s Wastewater Discharge Permit and may be cause for enforcement action. SEVERABILITY If any provisions of this ordinance or the application to any or circumstances is held invalid, the remainder of the ordinance or the application of such provision to other persons or other circumstances shall not be a&c&d (Bncina Pretreatment Ordinance, Section 7.1). SIGNATORY REQUIREMENT All wastewater discharge permit applications and user reports must be signed by an author&d representative of the Industrial User and contain the following cer&ation statement: “I certify under penaQ of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluated the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsiile for gathering the information, the it&ormation submitted is, to the best of my knowledge and beli< true, accurate, and complete. I am aware that there are sign&ant penalties fbr submit@ false information, including the possiii of tie and imprisonment for knowing violations.” The certikation statement also must indicate the Cii in which the statement was signed (or County, ifsigned in uninmporated areas) (Encina Pretreatment Ordinance, Section 1.6). PERMITTRANSFER Permits issued under this ordinance are for a specific user, for a specific operation at a specific location, and may not be transferred, sold or hypothecated, and create no vested rights. Discharge permits or their mass emission rates shall not be transkred for an operation at a different location (Encina Pretreatment Ordinance, Section 1.7). PERMIT CHANGE OF OWNERSHIP Upon the sale or transfer of ownership of any business operating under a pennit issued by EWA the permit-tee shall notify EWA in writing prior to the transfer. The successor owner shall be required to apply for a new pennit within fifteen (15) days of the sale or transfer of ownership in accordance with provisions of this ordinance (Encina Pretreatment Ordinance, Section 1.8). 4 DUTY TO COMPLY The permittee shall comply with all conditions of this permit. Failure to comply with the Encina requirements may be grounds for enforcement action, including injunction relief civil penalties, or judicial review (Encina Pretreatment Ordinance, Sections 6.16,6.17, and 6.25). PERMITAC’llON The IUs permit may be modified, revoked and reissued, or terminated for causes including, but not limited to, the following: A To incorporate new or revised Federal, State, or local pretreatment standards. B. Material alterations or additions to the IUs operational processes or discharge flow which are not covered in the lU permit. C. A change in any condition that requires a temporary or permanent reduction or ebmination of industrial discharge. D. Information indicating that the permitted discharge poses a threat to Encina’s sewerage systexq POTW personnel or the receiving waters. E. The permittee violates any terms or conditions ofthis permit. F. Obtaining an lU pemit by misrepres~tation or failing to disclose all pertinent tiOfIMtiOIl. G. Revision or a grant ofvariance from categorical standards pursuant to 40 CFR 403.13. H (See Encina Pretreatment Ordinance Sections 6.6 and 6.7). PROPERTY RIGHTS The issuance ofthis permit does not convey any property rights or any exclusive privileges, nor does it authorize any injury to private property or any invasion of personal rights, nor any violation of Federal, State, or local laws or regulations. DUTY TO MlTIGATE The permittee shall take steps to minimize the impact to the sewerage system or to the environment resulting from noncompliance with the IU permit, including additional monitoring to determine the impact of the noncompliance discharge. PROHIBITED DISCHARGES “No person shall discharge a quantity or quality of astewater directly or indirectly to the Encina sewer system which causes, or is capable of causing, either alone or by interaction with other substances, pass through or interference. No person or user shall introduce or cause to be I 5 introduced into the Encina sewer system the pollutants, substances, or wastewater listed in Section 2.1 (Al-12)(B-D) of the Encina Pretreatment Ordinance, which is attached to this permit and incorporated hereto. Should such a discharge occur, permittee will immediately cease and desist from the discharge and not resume until such time as he has received permission from the Encina Environmental Compliance Manager. 1 LIMITATIONS ON WAS’IEWATER STRENGTH AND CHARACTERISTICS No person shall discharge wastewater in excess of the permitted mass emission rates or limits as determined in accordance with Section 2.9 [4 B(l-19), C and D] and/or Table I LOCAL DISCBARGE LMITS Table 1 LOCAL DISCHARGE LIMITS (m@) CONSTITUENTS MILLIGRAMS5lTER Arsenic 030 Cadmium 2.70 Chromium (Total) 10.00 Copper 4.40 Lead 3.40 Mercury 050 Nickel 4.70 Silver 4.20 zinc 6.20 Cyanide (Total) 3.00 Polychlorinated Biphenyls 0.01 Pesticides 0.01 Total Toxic Organics mo Oil and Grease organic 400 inorganic 200 PH 55-11.0 Units . Temperature 140°F TDS 1200 b/day 6 FEDERAL, STATE, AND LOCAL REGUIATIONS The permittee shall comply with ail applicable regulations whether Feda State, or local. (Encina Pretreatment Ordinance, SectiOns 2.1 O-I 1). AGENCY’S RIGHT TO REVISION EWA reserves the right to establish more stringent limitations or requirema on discharges to the Encina sewerage system if deemed necessary to comply with the objectives presented in Section 1.1 of the Ordinance @ncina Pretreatment Ordinance, Section 1.1). INSPECI’ION, SAMPLING, RIGHT OF ENTRY Persons or occupar& ofpremises where wastewater is created or discharged shall allow EWA, oritsrepresentatives,reasonableaccessduringoperatinghourstoanpartsofthewastewater generating and disposal ficilik as necessq for the purpose of iqxction and sampling to determine compliance with pexmit terms and conditions or the provisions of the ordinance, without prior notice ifthe user is kligiile or required to receive a permit as described herein in the ordinance (Encina Pretreatment Ordinance, Section 5.3 (A-E). Knowingly making f&e statements on any report or other document required by the IU’s permit, or knowingly rendering any monitoring device or method inauxate,-is a crime under 18U.S.C. 1001 r&tingtof+audandf&estatementsandtheprovisionsofsection309(c)(2)of the Act governing f&e stat- representations, or c43tihions in reports required under the Act and may result in civil or uiminal penalties. Falsiijkg information on any report or document required by the IU’s permit may result in enforcement action including permit suspension. (Encina Pretreatment Ordinance, Section 6.6). PROHIBITION ON SURFACE RUNOFF AND LIMITATIONS ON GROUNDWATER DISCHARGE Groundwater or subsurf& drainage shaIl be not be discharged directly or indirectly to the Encina sewer system except as provided herein. Surf&x runoff discharge to the Encina sewer system, either direct or indirect, is absolutely prohibited. EWA approves of the discharge defined in this permit subject to the permit requirements stated herein being met. 7 BYPASS PROHXBITION Bypass of industrial wastewater to the Encina sewerage system is prohibited. EWA may take enforcement action against the user [Encina Retreatment Ordinance, Section 5.7 (Al-3)(&E)] GENERAL CONDITIONS MArNTAINREcoRDs The permittee must retain all pertinent records, inch&g but not limited to hauling sheets, hazardous waste manifests, self-monitoring reports, notifications, logs, pH records and daily maintenance reports, for a minimum of three yesrs. SEGREGATION The permittee must segregate hazardous waste to prevent mixing of non-compatible hazardous wastes. Storage areas shall have @I containment that prevents spills f?om mixing or being released to the sanitaq or stormwater systems. PERMITDURATION This permit is issued effective September 1,1998 through August 31,1999 PROHIBITION ON DILUTION . No users shall increase the use ofwater or in any other manner attempt to dilute a discharge as a partial or complete substitute for treatment to achieve compliance with the ordinance and the usets permit or to establish an aMkiahy high flow rate for permit mass emission rates ( Encina Pretmtment Ordinance, Section 2.2). LIMITATIONS ON POINT OF DISCHARGE The ability to discharge groundwater directly into a manhole or other opening in a sewer is strictly limited to the conditions expressed in this permit. No other discharges, either expressed or implied in the application, are permitted. MASS EMISSION RA’IX DETERM3NATfON The permittee may be required by Encina to submit proper data, characterizing the users waste streams for compatiile and non-compatible wastewaters. The data allow En&a to determine Mass Emission Pates based on the users industrial wastewater characteristics mcina Pretreatment Ordinance, Section 2.13 (A-D)). PROHIBITION ON INFECTIOUS WASTE EWA requires that any discharge of an infkctious waste to the sewer be rendered non- ix-bctious prior to discharge if the infkctious waste is deemed to pose a threat to the public health and safety, or will result in any violation of applicable waste discharge requirement (Encina Pretreatment Ordinance, Section 2.14). LlMlTATIONS ON DISPOSAL OF SPENT INDUSTRIAL SOLUTIONS/SLUDGES Wastes such as spent solutions, sludges, etc. which can not be discharged to the En&a sewerage system under the provisions of permit issued pursuant to the ordinance shall be disposed of in a legal manner at a kgahy acceptable point of disposal as defined by EWA or the appropriate regulatory agency. All manifests shall be retained for a minimum ofthree years, and made available to the EWA upon request ~ncina Pretreatment Ordinance, Section 2.15 (A and B)]. PRETREATMENI’FACJLITIES Ah users shall provide acceptable wastewater to EWA under the limit&ions of the Encina Pretreatment Ordinance before discharging to the Encina sewerage system. Any kilities required to pretreat or transport wastewater shall be provided and mainmined by a qua&d operator and in proper operating condition at the user’s expense @r&a Pretreatment Ordinance, Section 4.1 (A-C)]. MONITORINGANDME‘l’lXlNGFACILITlES EWA may require the user to construct and maimain in proper operating condition at the u&s sole expense, flow monitoring constituent monitoring and/or sampling kilities ~ncina Pretreatment Ordiice, Section 4.3 (A-E)] DRAWINGSUBMlTI’ALREQUKREMENTS Detailed plans shall be submitted to EWA for review of existing or proposed construction of pretreatment facilities, spill containment facilities, monitoring facilities, metering facilities, and operating procedures. EWA approval shall be received prior to commencement of construction. The review of the plans and procedures shall in no way relieve the user of the responsibii of modifjhg the hilities or procedures in the future, as necessary, to meet the requirements of the ordinance or any requirements of other regulatory agencies ~ncina Pretreatment Ordinance, Section 4.4 (A-P)]. MONITORING FOR COMPLIANCE WITH PERMlT CONDITIONS OR REPORTING REQUIREMENTS Encina may require report for self-monitoring of wastewater constituents and characteristics of the discharger needed for detennirkg compliance with any limitation, or requirements as specSed in the u&s pennit, federal regulations, or the ordinance [Encina Pretreatment Ordinance, Section 5.1 (l-5)]. LIM3TATIONS ON RADIOACTIVE WASTES No person shall discharge, or cause to be discharged, any radioactive waste into the public sewer except which is listed in the ordinance ~ncina Pretreatment Ordinance, Section 2.5 (A- w SPILL CONTAINMENT FACUJTIES All users shalI provide spill containment for protection against discharge of prohibited materials or other wastes regulated by the ordinance. Such protection shall be designed to secure the discharges and to prevent them from entering into the system in accordance with reasonable engineering standards. Such fhdities shall be provided and maintamed at the user’s expense (Encina Pretreatment Ordinance, Section 4.2). WASTE -‘DON REQUIREMENTS Users shall provide waste minimMion plans to wnserve water, investigate product substitution, provide inventory wntrol, implement employee education, and take other steps as necessary to minimix waste produced (Encina pretreatment Ordinance, Section 4.7). NOTIFICATION OF SPILL OR SLUG LOADING The user shall verbally notify the EWA and the member agency immediately of a slug loading or an accidental spill, and within live working days shall submit in writing a description of the event and outline the wxrective steps taken to prevent future occurrences. The user is also required to noti& the EWA verbally within 24 hours after rekving notification that any self- monitoring event shows a limit violation(s). Failure to respond to this requirement may cause appropriate enforcement action to be initiated ~ncina Pretreatment Ordinance, Section 5.6 (A- WI* . ENFORCEMENT The EWA fkds that in order for EWA to comply with the laws, ordinances, and rules imposed upon it by regulatory agencies and to ensure that Encina sewerage system is protected and is able to operate with the highest degree of elkiency, and to protect the public health and environment, specific enforcement provisions have been adopted to govern the discharges to 10 Encina sewerage system by industrial discharge permittees wcina Pretreatment Ordinance, Section 6.1 (A-C)]. Encina’s enforcement procedures are stated in the Encina Pretreatment Ordinance Sections 6.3 thru 6.26 and all parts thereof. NON-COMPLIANCE FEES Routine sampling of all pehttees shall be conducted in the time, place, manner, and hquency determined at the sole discretion of EWA, provided that all SIUs shall be inspected, on a random basis, at least annually [Encina Pretreatment Ordinance, Section 6.2 (A-D)]. TABLE II FEES FOR NON-COMPLJANCE WITH PERMIT CONDITIONS AND MASS EMISSION RATE LIMITS DOLLARS PER POUND PER DAY IN EXCESS OF - B.O.D. SUSPENDED SOLIDS f- OILANDGREASE (ORGANIC) OIL AND GREASE (INORGANIC) TOTAL DISSOLVED SOLIDS SCHEDULE x s 15.00 15.00 $ 200.00 300.00 20.00 SCHEDU (LBII s 30.00 30.00 % 400.00 600.00 s 40.00 SCHEDULE zc % 45.00 45.00 s 600.00 900.00 * DOLLARS PER HOUR IN EXCESS OF LIMlT*- pH RANGE SCHEDULE ‘73” ANDY? < 1.5 % 125.00 s 165.00 1.6 -2.5 100.00 130.00 2.6 -3.5 75.00 100.00 3.6-4.5 50.00 65.00 4.6 - 5.4 25.00 35.00 S 60.00 - 9.6 - 10.5 % 25.00 % 35.00 10.6 - 11.5 50.00 65.00 ’ 11.6- 12.5 75.00 100.00 > 12.6 100.00 130.00 11 HOURLY pH NON-COMPLIANCE WILL BE DETERMINED BY pH RECORDING DATA OR GRAB SAMPLE(S) OR HOURLY COMPOSrIE SAMPLE(S). * THERE MAY BE AN ADDmONAL ADMJNISTRATIONFEE, ADOPTED BY THE BOARD OF DIRECTORS, TO PROCESS EACHNON-COMPLIANCE INVOICE. TABLE III FEES FOR NON-COMPLIANCE WITH PERMIT CONDITIONS AND MASS EMISSION RATE LMlTS DOLLARS PERPOUND PERDAY IN EXCESS OFIJMITS* SCHEDULE SCHED~ SCHEDULE “ n A x zc ARSENIC CADMIUM CHROMCUMT. COPPER MERCURY NICKEL SILVER CYANIDE,T. PCB’S PES’IICIDES TrO’S PHENOLS % 150.00 1,500.00 150.00 150.00 120.00 150.00 75.00 150.00 . 75.00 10,ooo.00 10,ooo.00 150.00 75.00 s 300.00 s 450.00 3,oocmo 4,500.oo 300.00 450.00 300.00 450.00 240.00 360.00 300.00 450.00 150.00 225.00 300.00 450.00 150.00 -225.00 20$00.00 30,ooo.00 20$00.00 30,ooo.00 300.00 450.00 150.00 225.00 * THERE MAY BE AN ADDITIONAL ADMINISTRATION FEE, ADOPTED BY THE iiOARD OF DIRECTORS, TO PROCESS EACH NON-COMPLIANCE INVOICE. The Ordinance Conditions and General Conditions in no way supersede the Encina Pretreatment Ordinance. The permittee is required to read all parts of the Encina Pretreatment Ordinance and understand those parts which pertain to specific IUs. 12 . r‘ c- , PERMITTEE CATEGORY INFORMATION Permit Duration: speciatAnpo* September I,1998 to Septenk I,1999 Allowable Process Discharge Flow Rate: . 36,000 gallons + 20% peak daily flow * Maximun Total Flow ( 4 locations) 180,000 gakms Edna Permit Numb CMWD #98-SP 1 The specific conditions listed below are based upon wmpletion of an Must&l waste survey, inspection, and based on the permittee’s wastewater discharge pennit application SPECIFIC CONDITIONS Sample Frequency: Sampling and analysis is required initially for each discrete well, vacuum point, jacking/receiving pit, and/or sump within 48 hours of wmmencement of construction water discharge to the Encina sewer system. Additional sampling will be required if pumping from the same discrete location continues for longer than three months. Sample Point: End of dewatering pipe, prior to discharge into manhole. Sample Collection: Prior to collection of a representative sample from a dewatering site, dewatering equipment, including discharge piping, shah be operated for at least five minutes and the discharge shall proceed at a rate intended to flush residual material in the system out and to avoid sample contamination. Discharge Volume: Each pump that is to be used for discharge of construction water during this process must be tested prior to startup for pump output and a log of run hours maintained to determine the potential mass loading rates to the treatment plant. 13 Observation of Discharge: Should visual or olfactory observation indicate a significant change in a characteristic of the dewatering discharge, the operation shall be shutdown. EWA Industrial Waste Staff shall be immediately notified and a sample taken. Upon their approval, operations may be resumed. Surface Runoff Containment, Diversion and Control: Permittee will take reasonable and necessary precautions to prevent the introduction of surface runoff into the sanitary sewer system at the project site. Such precautions include but are not limited to: berming and diverting flow to storm sewers, containment and pumping of flows to storm sewers, and otherwise instituting measures to control the flows of surface runoff away ftom the sanitary sewer. Permittee will submit a written report to Encina by October 1, 1998 on the measures taken to comply with these requirements. IU efluent monitoring is required to verify compliance with federal, state, and local regulations and limitations. The permittee will be sampled as shown below in Table 1. The permittee during the duration of this permit shall not discharge process efIluent to the Encina Wastewater sanitary sewer in excess of the limitations and requirements shown on page 16. EFFLUENT LIMITATIONS AND REQUIREMENTS Sampling will be performed at each discrete location. Process Wastewater Dischaqez continuous CONS’ITI’UENT Nickel SilVU zinc Mercury -IDS Nrtraes TSS BOD UNITOF MEASURE units mg/l m mg/l. ‘$ mg/l mgfl IbS ENCINA LIMIITATION 5YYFP s - 2.70 * 10.00 4.40 3.40 4.70 4.20 6.20 0.50 1200 10,000 SAMPLE SAMPLE FREOUENCY TYPE 1* G 1* G I* G I* G 1* G 1* G . 1* G 1* G 1* G 1* G I* G 1* G 1* G I: Initial sampling within 48 hours of begining discharge *. . Sampling repeated every three months if location still active 14 Oreanic solvents and other hazardous material and/or waste is strictlv wohibited from being dischrreed to the sanitarv sewer. DESCRIPTION OF WASTEWATER GENERATING OPERATIONS Wastewater generated by the construction ofthe ViCarlsbad Interceptor Sewer Replacement Project. PRETREATMENT OPERATIONS REQUIRED IN TElE EVENT OF A VIOLATION If a sampling event shows a violation of any the Encina discharge limits Car&ad Municipal Water Diict (CMWD) would be required to install a settIing basin to pretreat and collect the generated wastewater before being discharged to the sanhy sewer ( in the event the waste is non hazardous), or if determined to be hazardous, disposed of as a hazardous waste. * RESPONSIBLE PARTIES FOR CONTACT Nancy Anson Environmental Compliance officer r Encina Wastewater Authority (760) 438-3941 ext: 3602 . - . 15 ‘& t-ATE ii: CALIFORNIA. DEPARTMENf OF TRANSPORTATION ENCROACHMENT PERMIT 1’ TR-Dl2D (REV. 7/98) ,/” compliance with (Check one): El Your application of March 29,1999 ’ Pefmi! No. ll-99-NDMO254 DicUCdRWPM 1 l-SD-SIR49.48-R60.00 me June 11,1999 FOOP8id I- 0 Utility Notice No. cl Agreement No. of Cl W Contract No. TO: I CITY OF CARLSBAD 2075 LAS PALMAS DRIVE CARLSBAD, CA 92009 of $ EXEMPT t Poti-0 eorld Amount (1) PIymnl hid AAllaunt (2) S S of Bond Numbar (1) Bond Number (2) ‘ PERMIT EXPIRES 1 DECEMBER 3 1.2000 Al-TN: MR. WALTER BROWN PHONE: (760) 436-l 161 , PERMIlTEE and subject to the following, PERMISSION IS HEREBY GRANTED to: enter upon State highway right of way in San Diego County , City of Car&ad, on Route 5, post miles R49.48~R50.00, to proceed with storm drain improvements, as shown on the attached plans, in accordance with the requirements and conditions contained herein r and as further directed or approved by the State’s Inspector, Mr. John Lyons, telephone number (619) 6886844. The State’s Inspector &all be notified two working days prior to starting work. Worldng hours shall be as directed or approved by the State’s hpector. No vehicles or quipment shall be parked within the highway right of way at any time, except for those vehicles or that quipment actually engaged in the work. during the working hours specikd herein . (Continued) The following attachments are also included as part of this permit In addition to fee, the permittee till (Check applicable): be billed actual costs for: lzl Yes General Provisions o.Yes q No Review 0 Yes El No Utilii Maintenance Provisions 0 Yes q No Inspection 0 Yes El No Special Provisions . Ix1 Yes Field Work 0 Yes Ix1 No A Cal-OSHA permit required prior to beginning work; . (If any Caltrans effort expended) Cl Yes (XI No ihe information in the environmental documentation has been reviewed and considered prior to approwl of this permit. This permit is void unless the work is complete before DECEMBER 3 1,200O. This pemrit is to be strictly construed and no other work other than specifically mentioned is hereby authotized. /I- No project work shall be commenced until all other necessary permits and environmental clearances have been obtained. SP:sp APPROVED: cc Pemllts MLNusz. Reg. I!@. JLyans, Inspector Permittee Contractor FM 91 1438 1 Chris&&utler, District Permit Engineer . , CITY OF CARLSBAD 1 l-PP-NDM0254 6/l l/99 The State of California. Dep‘artment ofTransportation makes no assurance or expressed wananty that the plans are complete or that the planned construction fits field conditions Should additional work or modifications of the work be required in order to meet established Department Standards or in order to fit field conditions, the work shall be performed by Permittee as directed by the Sme’s Inspector at no cost to the State. All work shall be performed in accordance with the current Department of Transportation Encroachment Permit Utility Provisions &ted May 1. 1994. Traffic control when permitted or required shall be as directed by the State’s Inspector. The Permittee shall maintain conformance to current Caltxms water conservation policies in effect during the life of the improvements author&i by this permit. The Permittee shall fully inform themselves and shall conform to the requirements of the San Diego Municipal Permit CAS029998 issued by the California Regional Water Quality Control Board (San Diego Region) for Water Pollution Control. This permit regulates storm water discharges associated with construction activities. The contractor shall develop, implement and maintain a Water Pollution Control Plan (WPCP) that conforms to the requirements of the “Calbans Storm Water Quality Handbooks, Construction Contractots Guide and Specifications,” dated May 10.1997. The Permittee shall be solely responsible to prepare, in accord with good management practices. a Storm Water Pollution Prevention Plan or Water Pollution Control Plan which will satisfy the jurisdictional Environmental Protection Agency. Notwithstanding General Provision No. 4, your contractor is required to apply for and obtain an encroachment permit prior to starting work. A fee deposit of $560.00 will be requ&d upon submittal of the application to perform the work. Also, your contractor must submit proof that they have obtained bonds in accordance with General Provisions No. 24. Permittee’s contractor is responsible for actual cost of inspection which may be more or less than the fee deposit. A bill or refund shall be sent upon satisfactory completion of the work. Payment of any bill is a condition of the petit Plants injured or damaged during construction shall be removed and replaced by Permittee’s contractor at no cost & the State. Replacement of planting shall be a miminum of 3:l for b-ees and 1:l for shrubs or as directed or approved by the State’s Inspector. Permittee’s contractor shall also provide for a PO-day plant establishment period on all new ground surfaces and any disturbed existinglxuhces. Upon completion of the work, the attached card shall be completed and returned. 7lle following District Standard Special Provisions are generalintions of the Department Standard Specifications and are included only as a Permittee convenience. Permittee’s attention is directed to the current DepaNnent Standard Specifications for complete, unabridged, specification requirements. Once begun, that portion of the work within the State highway right of way shall be prosecuted to completion as rapidly as pc&ible. All personnel on foot within the State highway right of way shall wear orange vests or jackets and hzti hats. The Pennittee is responsible for locating and protecting all utilities both underground and aerial. Any costs incurred for locating and protecting #and/or relocating any utilties shall be borne by the Permittee. . r. STATE OF CALIFOR.Ul.\. DEf’.\Rf~lE.uf OFlR~SSPORTAT10S ESCROACKUEST PERVff CESEK4L PRO\‘IStO.US ‘i-R -004: (REV. lW541 1. F---- 2. 3. 4. 5. 6. 7. r- s. 9. 10. II. IZ 13. F- 14. ALIIfORfTY: The Dcpanment’s authanty to issue encroachment omcn~ts IS omvtded under. DIV. 1. Chpt. 3. An. I. Sect. 660 to 73 of the StK~ts’and Highways Code. REVOCATION: Encroachment permits arc nvocabk on five days nottcc unkss otherwise stated on the permtt and cxcrpt as provided by law for public cotporations. frattchi holdcts. and utilities. These General Provisions and the Encroachment Perttut Utility Ruvismtts rue subject to modification or abbmyuion af any time. Pcnnitlcu’ joint use ngmcmmts. franchise rights. rcscrwd rights or any other ~grcemma for operating purposes in Smtc highway right of way are exceptions to this revocation. DENIAL FOR NONPAYhIEKT OF FEE% Failure to pay pennit fas when due WII result in njectko of ftttum applications and dcniaJ of permits. ASSIGNMDfE No patsy other dun the penni= or pcnnincr’s outhotizcd agcttt is allowed to work under this penr6L ACCEITANCE OF PROVISIONS: Pamince undascaods and ngmcs 10 ~ccep; these Cketol Pmvisiotts and al) attachments to this pantir for any work IO be pcrfotmcd ttodcr this permit. BEC2NNfNC OF WORK: Wbctt aofBc is not impacted (see Number 351. rtr ttertnitta slull notily the Departmalt’s nmmsentativ~. two (2) dan kfote the in&u to SUR pnnined WorL Pet&& tii notify the Dqartmcttt’s Rcpmsenta&e if the work is to be intcrmptcd for a pariod of five (5) days or mote. uttkss ocherwisc ttgmxd upon. All work shaU be performed ott weekdays during mgular work hours. ex&diig holiday% tmkss OthcnWicc spcciftcd io this permit. !fXA.fWARxxj OF CoNsYBUCTION: All work performed withk highway right of way shall conform to rccogttkrd cOllSmKtim atnttdards and current Dqlammr stattdanl spaifturiolts. Department Standatd Plans High aad Low Risk PxZD Speciftcations. and Utffii Special Prwisiotts. Wbwc reference is rude to “Contractor and Ettginccr.’ these am amended to be mad as “Pemtitta nud Dcpnltrnml Ppmsatutivc.” PLAN CRmcEs: chaogcs to pIat% qkcifKuiol& attd pennit pmisiitu UC ou &wed without prior approval from- he SPP tepmstmtativc. IblSPECHON AND APPROVAL: Al! wotk is aubjea m monitoring and inspcaion. Upoo compkcion of work. pennina shall mquest P fiitd inspucioo for acceptance and approval by the Dcpammt. The kd ngcncy pmniua shall oat gin fwl an&tctioo approval P id contra&or until BoaI acccp&tce and appmvd by the f2pttmmt is obtained. PEBMJ7 AT WORKSI??? Permittee shall keep IIK pemlir pnckagc or s copy themof. at the work site and show it upon tcqucst to nay Dcpnltmmr fcpmmwivc or h mforccmm I officer. If the pennitpJclwgcisaoc)rcpyldnudcaMillk011&w~k~I& work Stan be suspeoded. CONNclMc ENcB0AaMENm kKttirta ShaJl ykld LWR of work IO onnoinn. orior authori&. work ndiaant to or within the limits of the p$e;j~htc. When existing cncro~hmcncs conflict with new work. the petmittn shall bear JI cost for tc~gemcats. (e.g.. relocation. dtmtion. removal. etc.). PERMm FROM OTHER AGENCIES: This pctmit is invalidated if the permit- hy not obtained all pamits rtw and required from tlw Public Utilii Commission of the State of %%a (PVC) California Occupational Safety and Health Administmtiott (&l-OSHA). or atty other public agency having jurisbiction. PEDESTRIAN AND DICYCLIEf SAm: A safe minimum passagewov of 1.2) meter (4) shall ht maintained through the work area JI l xistinp oedcxttian or bicyck facilities , At no time shall pedestrians be %&ted onto a put&n of the .stmx~ used for vehicular mffic. At locations where saic ahcnutc p~ugcways cannot be provided. approprtatc signs and batrkadcs sMI be tnctafkd at the limits of cottsttlktton and tn advance of the limits of construction al the nearest crosswall; or tntcmccttott to detour pcdcstnans IO faciiittes across the street. PUBLIC TRAFFIC COh7ROL: Al mquimd by law. the permittn shall provtde tnfftc control protectton wamtng signs, lights. safety dcvtc&. etc.. and take all o~hcr measums necessary for travcling public’s xakty. Day and night time lane closures shall comply with the Manuals of Traffic Cmtmk Standard Plans. and Standard IS. 16. 17. 1s. 19. 20. 21. 22 23. 24. 25. S~~:~~~CJIIOIIS for trat?k m~rol -?emr Tkc tcnc::l Pm\ lrt3nr arc not mtcndcd to ampme upn Ihc pcmWlc*. b: IhrJ pamr\. ani Jutv or s:anJyd 0( <arc. grcaier man or Jtifcrcnt tram. aq rcqutr<J bv law. JIISI.\lOSI ~7ERFEREXE WTTH TRAFFIC: Penntt~cc shall plan and conduct work .M as IO CKJIC the karl pulbic mconvenmtcc to the ttavchng public: ttaftk shah ruu be unreasonably delayed. On conventtonal highways. pnntttee shall place pmperty attired flaggcns) to stop or wJrn the tmvcling publtc m compliance with the Manual of Traffic Contmls and lnstntclions to Flaggers Pamphlet. STORAGE OF EQfJfPMENY AND MATERIALS: Equipment and mamial SIOCKC in State tight of way shall comolv rnth Srandard Spccifiutio&Sta&td P&IS. and Spkid Pm&~. Whmcm the pmiftee plyts an obstack within 3.63 m (II’) feet of the mvelcd bay. the pcnni~tcc shall place ternpony tailing (Type K). CARE OF DRAMAGEt Permittee shaJl provide altetnatt d&age for any work isttcrfakg with YI aktittg dmittage facility in comphattcc with tk Statuktd SpCCifiUtiOnr Standard Plans an&or Y diKeted by the Dcpmlmt’s tcprcscotativc. RESTORATION AND REPAIRS M RIGKT OF WAY: Permitta is tcspottsibk for tcstomtion and t@r of State highway tight of way nsulting fmm permitted work (State Stscas and Highways Code. Satious 670 CL uq.1. RIGRT OF WAY CLEAN up: Upw compktiw of work. pctmiaa shall KIOOVC and dispose of aR scmps. brush. timber. ma&&. etc. off the right of way. The aesthetics of the highway sluUbc~ilwasbcfomwotkwled COS2’OFWOBEtUttksstPlcditttkpmnit.orascpamtc written ng~~~~~t.IhcpmnittashaIlbcaf J)costsincurrcdforworh within dsc State righ of way and waives aff ckitns for indemnifiutioo orcottaibution horn the State; AfXf.XL W B-G: .Wltcn spec+fictl itt the pnnir the Di&am&t~~nl~tuai msa Y lk ctttmuJy set AS-BmTPLANSt When tquitcd. permittee shaff submit o~lc (I) set of as-built phat itt cot@mcc with apymuru’s squi~mcnts. Fsofky width thitcy 00) days afm compktioa and As-&s-*~” or ncwmpattyic?g’corKspotttluKe sld tlol iuchlde ~aof~kmd.SuchstzcmatusbaUconstimte non-coatpliicc with these provisions. FGhrc to ptwidc compkte md signed As-Built plans shall be cause for bond or dqosh matlion by tk Dcpymrnt - PERMITS FOR RECORD PURPOSES ONLY: Wbm work in the right of way is within an atu under a Joint Use Agmemmt WA) or a Coosem to Counnoa Use Agmuncnt (CCUA). a fee exempt permit is~tkdtotkPerm&eforthepurposcofprovidittgootnkcattd tccord of work 7be Pami~ec’s prior rights sttaJ1 be preserved wi&wtI&iumdal ofacatingnew or dIfferem figha or obligrulas. “N&e nnd Record Pwposca Only” shall be stamped -IhcirrofthcpwmiL BONDING: 7%~ pen&ta s&R ftk bond(s). in advance. in the mount SIX by the Dcpmmcnt. F~IIK co tiauin bond(s) in full force and effect will msult in the Department smppiog of all work and revoking permu( Bonds ate not rquimd of Public cofpomicms or privately owned utilhia. ttnkss pmnittec failed lo comply with the pmvistott and conditions under a prior permit. The swcty company is msponsibk for any btmt defects as provided in California Code of Gvil Procedures. Section 337.15. Local agency pctmittcc shall comply with mquitcments cstablii as follows: In recognition but project construction work done on State pmpetsy will not be dirmly funded and paid by State. for the purpose of pmtccting stop notice claimants and the interests of State relative IO successful project compktion; the local agency pemtitee agrees lo require the constntction contmctor fumtsh both a payment and performance bond in tbc local agmcy’s name with both bonds complying with tht fcqui~rncoa set forth in Section 3-1.02 of State’s CUKCOI Standard StICCiftUliOtU kfOK atfominz any oro~cct construction work. * The local agency permittee -shall &f&d. indemnify. xttd hotd harmkss the Smtc. its offtccrs and employees from JI project consttuctton related claitns by contmctotx -atuj all stop notice or mechanic’s lien claimants. The local agency ako agr~ to Kmcdy. in a limdy manner and to State’s satirfaCtion. my - hcni defects occurring Y a KSUh of the project constntctton work. NNRE MOVING OF (NSTALLATIONS: Permittttc undcntands and agrees IO matxangc a pcrmttted installation upon mques~ by the Department. for State Cons1ructton. reconstruction. or maintenance . 26. 27. 28. r- 29. 30. ‘,A-+ l . awl u,n Ihc hl;httJ\ The ~rnw~‘: al htr 4~ ;‘!p~nw. unlu~ unJcr a pnur a;rcemcn:. JL 4. or 2 CCC;. *hall ;omyi! ullh \a14 n’guc~ .4RCHACOLOI;lC.~L?lISfORICAL: II an: ar:haeolog~cal or ht.toncal re~~ur;:~ arc rcrcatcd III !hc WOW blc~n~ly. Ihr pcrmn~cc tlull Immed;at+ <top work. nortfy Ihc Dcpanmcnt’i reprcscnuttre. Klaln a qL!dicJ archaeoloysl who Shall eraluale the 1IIC. and make nxommcn&uons to rhc Ckpanmcnl r~prcscnu~~vc regarding the sontmuancc of work. PREVAILING WAGES: Work pcrfotmed by or under a pennil may require perm~~~ce’s conuacton and suko~mcton to pay appropriate pmvailing wages as set by tbc Dcp~lmn~ of lndustrtal Relations. lnquincs or mqucsts for interpretations show to enforcement of pmvailing wage mquimmnts am directed to Sta~c of California Depmmcnt of Industrial Relations. 522 Golden Gale Avenue. San Franctsco. California 94102. RESPONSZDILIIy FOR DAMAGE: The Sure of California and 011 ofkcrs and emplovees thcmof. in~hidhg but not timkd to the Director of Ttanspo&tion and rhe &puty Dimior. roll tmt be answerable or accountable in any IIUMC~ for ittjttry to Or datb Of any puson. inchdiinp bum na limited to dre pcrmin~e. pen~ns employed by rhc ~mmm~. penons acting in behalf of +c penrutta. or for damage to property from any cause. The pcnn!~c~shall be msponsiblc for any liability imposed by &v! and for lnJuneS ” or death of any person. including but t101 lllttd to, the p~rm11tCC. persons cmploved bv the pcrttuttce. pemom tiing q behalf of the ~~fmiinct. or ior dkanc IO DmDQIY arising out Of work. or other r~ ~~~ -- --~ - anivity permitted and done by *the -pcnnit~& under a prmit. or Yisinn out of the failure on tk pctmitta’s pa to PrfoITIt his ob&ions under anv ocmtic in I&C! to nuintcnancc or any other obiigations. or msul%g from defe.ks or obsttuctions. or from any cause whatxoever during the pro- of tk work. ot other JniviIy or at any subsequent link. work or other Jcdvify is being pcrfonncd under the obligations provided by and contemplated by the pamit. The paminer shall indemnify and mvc lumtlas tk StaIc of California all officers. employees. and SIaIc’s conImctors. thereof. including but not litnimd Id th; Diraaor of Tmhspo~tx~lon md the Deputy Dlrcctor . from all claims. StiIs or Xtions of Way ttamc. kind and description brought for or on aaoun~ of ittjtuks to or death of my person. including buI oat lltttkd 10 Ihc pemtkce. pemotts employed by the jwtnittc~ pmoar acting in behalf of tk petmince and tlm public. or damage IO propcny rrrultiag from the petformancc of work or other activity under the permit, or &sing out of the failum on rhc permittee’s patt I0 pcrfotm his obligmioos under any permit in mspcct to maintenance or any other obligmtonx or msulting from defects or obst~ctions. or from any cause whaxocvcr during the progmss of the wok or other actlvi~y or at any subsequent time. work or other activity is being pafomvd under the obli@ons provided by and contemplated by the pwmir except as o~henvixc provided by status. The duty of the pcrmittet to indemnify and save hamtkss includes rhc duties to defend as set fonh in Section 27% of Ihc civil Code. fhc pami~~cc waives any and all rights to any type of exposed or implied indemnity against the State. its offtars. CmplD)tecr. and SUU CoIItIJclDtS. It iS 1hC inlclll Of IhC pylia thjl tbC prrnineC will indemnify snd hold ktttkss ~hc State. io offlcms. employees. and Sta~c’s commctors. from any and all claims. suits or tions s set fonh above regardless of the existcncc Dr degree of fault or negligence. whether active or passive. priw or secondary. on the pars of the State. the perm~ncc. pawns employed by the permittee. or acting on behalf of the pcmtittcc. For Ihc purpose of this section. ‘Sw&s contmctors~ shall include contmctom and their su&ontractors under contrxt to the state of California performing work within the limits of this pcnnit. NO P~C~~\7 ~ADLWfEDt This permit is &cd with the undcrswnding that it does II~I atablish a prc~tdcmt. PERU. avn. rafts REQUIRE~IENTS FOR PUDLIC ACCOhlhlODAT’ION: A. The prrrwwx. for himmlf. his personal mprcsCntati*. succc..rs in interesr. and assIgns as pur Of ths connidcmtion hercOf. does krcby covenant and agm th% I. tie arson on the arounds oi race. color. or national origin shall be exclu&d from panhipuun In. k denied tk benefits of, or be oIhcrwisc subjected to dianminaIion in the USE oi .said facilities. 1. That in connectton with the constnution of any improvemenu on said lands and the furnishings of scnks themon. no discnmmauon shall be practiccd In ~tu selection and fwnlion of fiat-ocr subcontracton in the r&ctIon of second-her subcontractors. 3. Tha~ such discnmmation shall not be PMIL~J aplnsr the public in Ihcir access to and use of the factlitres and ll~Nlccs provided for 31. 32. 33. 34. 3s. 36. 37. puolls ~:ontfnoda~tuf~r twc?l as cam;. +xrlnf. +I. r:::;::~,+ and opcstlun on. otcr. or uds: the q-3~‘: CI IE: n;r.~ .I! -a> 4 Tbl thr ~,ml,,cc shall u-2 IhC ftrrfnb8~~ 8” ~on:pllJnC” un!l AI; other rcqurrcmcntr m?puxd Furruanl to TOI< If. C&Jr JI Feu;r~: Rcgulatrons. Commerce anJ FuroFn Trad:. Suhrtilr. 4 Diix: 01 rn: Sctre~a~ of Commerce. Pan a I I.< CFR Pan 5, and as catu Rcgulattonx may be amended. 8. lku in the event of breach of an! oi the abwe nonrjiscnmtuuon covenam. the State shall have the nphI IO tcrmiw the pcmur and to m-enter and ~posscu satd land and the land and the faciliIics themon. and bold rht ymc I if satd pcmut had never been made or issued. MAI.?JTENANCE OF HIGH\\‘AYS: The pcmu~tec ogmcr. by acccpuncc of a pctmct. to properly tnatnutn any cncnmctutunt. lhs UlUMCC aquims the pcmuttCC t0 provide inspectIon and mpair any damage. at pctmttta’s cxpcnsc. IO State faciliticr rcxulting from the eacruachtttcnt. SPECLU EVENTS: in JccofdtUW with subdivision (a) of St- and Highways Code Seaion 61125. the Dcpa~tttteo~ of Transportation shall wt k raponsiik for the conduct or opcmtioo of the pctittd tiviry. ad dtc applicant agrees to defend. indcmoify. and hold -- hxrmkss IJIC state alld the city or county against atty and all claims aking 0uI of any xtivity for which the pnnit is &cd. Pcmtias~ undcrstaads and sgtces that i will comply with the oblitiotts Of nllcr I1 and ID Of the Amct&ns wirh Disabilities Act of 1590 in the conduct of the ovcttt. and futxhcr ogres to ituktnnify xod save hamtks the Sure of Califomh all ofhcets and employees tkmf. induding but not limited to tk Dimctor of Tmttsponslion. fmm my claims or fkbility arising out of or by vttrue of raid Aa PRZVAT’E USE OF RIGHT OF WAY: Highway tigla of way shall notkuscdforprivscpurposewithoutcompcnWiotttotheSLlu. TIE gifting of public property use and thcrcfote pabiic funds k plDhibiall uDdcrflte Califotnia ColWiuuion. Article I& FlmD WORK RaMBuRsEMEM: Pamittee slUll mimbunc State~fortkldwo&pcrformedottpchtta’sbchdf~~ or a~~OC~bciIiriet.orc~dcbrit~oc;mmdtdoo by the pcmaiaec NO’ITFTCATTON OF DEPARTTHENT AND TMC: The penaiacc shdI notify the -t’s roprexott~tivc md the Tnfftc ~pmcot~~C)u~fdaylkfarr~gotjnt . elownaconduclinfM~vicyttrJlrruycJwo~~impvrA confunuioa notification should occur 3 days bcfom closure or aher paanid tdlic impnas. la emergency simadotu when the contain work or the emergency itself truy affat t&lie. TMC and the Dcpartrnatt’s rcptesmtatiw shall be nocifKd as sooo as possibk. _ SUSPENSION OF TRAFFIC CONTROL OPElUTTONt The $aminec. upon notlfKjlion by the Dcpattmm~‘s mpmsattaIive. shall immcdkly suspend all lane closure opcrvions and any opemtioo that itttpedu the flow of t&k. All costs axso&cd with his suspttsion shall be bodac by the pcmtiItcc. IJNDERCROUND SERVICE ALERT (USA) NOl?FlCATIoN: Any exuvaiDrl mqtlimx cDlnpiiia with tk plwkiou of Govcnmtmt Code Section 4216 ct. seq.. including. but tmt limited to notice to a tcgiottal notification cent0r. such as U&rgmttnd Scnicc Alcn (USA). The pctmittcc shall provide notifiutmn I last Jg houn before performing any excavation work within Ihc righI of way.