Loading...
CEE01D Encinitas Blvd. Trunk Sewer Replacementtit The Coast News Decreed A Legal Newspaper by the Superior Court of San Diego County. Mail all correspondence regarding public notice advertising to The Coast News, P.O. Box 232 -550, Encinitas, CA 92023 (760) 436 -9737 Proof of Publication STATE OF CALIFORNIA, ss. COUNTY OF SAN DIEGO, I am a citizen of the United States and a resident of the county aforesaid; I am over the age of eighteen years, and not a party to or interested in the above entitled matter. I am principal clerk of the printer of The Coast News, a newspaper printed and published weekly and which news- paper has been adjudged a newspaper of general circulation for the cities of Del Mar, Solana Beach, Encinitas /Cardiff, Carlsbad, Oceanside, San MarcosNista and the County Judicial District by the Superior Court of the State of California, County of San Diego (8/4/94, #677114, B2393, P396); and that the notice, of which the annexed is a print- ed copy, has been published in, each regular and entire issue of said newspaper and not in any supplement thereof on the following dates, to -wit: May 20, 2004 May 27, 2004 I certify under penalty of perjury that the foregoing is true and correct. Executed at Encinitas, County of San Diego, State of California on the 20th day of May, 2004. Clerk of the Printer Space above for County Clerk's Filing Stamp CITY of ENCNNTAS PUBLIC NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the City of Encinitas, California, is inviting sealed bids for construction of a Project tilled Encinitas Boulevard Trunk Sewer Replacement. Bids will be received at the office of the City Clerk until 2:00 P.M., June 3, 2004 at which time they will be opened and read aloud by the City Clerk. They shall be submitted in a sealed envelope addressed to: Deborah Cervone. City Clerk, City of Encintas, 505 S. Vulcan Avenue, Encinitas, CA 92024. The outside of the envelope shall be stated: "Bib, DO NOT OPEN UNTIL 2:00 P.M., June 3, 2004 °. Project Description: Work includes 2,807 feet of sewer main installed using the pipe bursting method, and 469 feet of sewer main ineWW using the open trench method; in Encinitas Boulevard from about 800 feet west of Interstate 5 to Westlake Drive in the City of Encinitas. The work includes pavement removal, installation of 12 -Inch HDPE and PVC sewer, replacement of manholes, recon- nection and remodeling of exsting public and private improvements, and related appurtenant work rat mentioned above but required in accordance with the Contract Documents. Copies of the bid package will be available at the Engineering Services counter, City Hall, 505 S. Vulcan Avenue, Encinitas, CA 92024 for $40.00 each. AddR anal bid packages wiN coa $40.00 each. For further information , con- tact the Engineering Services Department at (780) 833 -2770. The City reserves the right, after opening bids, to reject any or all bids, or to make- bidder and reject all other bids, to "waive any informality in the bidding and to accept any bid or portion thereof. Peter Cota- Robles, P.E. Director of Engineering Services CN 8118 May 20, 27, 2004. DEC -16 -04 THU 07:46 PM MOCON OHP FAX:760 564 3646 PAGE 1 12/16/04 THi; 15:36 FA% 630 961 t299 TT TECUOLOGIES K.- MTECHI Ina Rhool . =%vfiL ors paru*ftmd A01�6�,�M�irr i� M gI.ROM FM �02M. mss. 30 IL 5. 1 JMar .gn^ V ,``,..� Jam��J__ • � , � YT T, JOg . f cap flit .. 7 lft''1!b'_ . LT1 DpYll I F, �►� ;` ��'! -. IM•... -___ �Y.� _— __ .tea.. -��i. W�.���.q �� w.�IM��ti LT1 DpYll I F, �►� ;` ��'! -. CITY OF ENCINITAS ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT PROJECT WEEKLY PROGRESS MEETING AGENDA November 3, 2004 City of Encinitas City Hall Attendees: Richard Brady & Associates Metropolitan Constr. Doug Morales Alberto Larios Bernard Cook Jose Ortiz Sean Manning San Dieguito Water Mark Robinson Bill O'Donnell Contract Time MoCon Corp. Bob Morrow Devere Clarneau City of Encinitas Kipp Hefner Ron Brady Greg Shields Ben Taylor Paul Hartman CONTRACT SUMMARY NTP Date: ............................................................ ...... August 2, 2004 Commencement Date: ...................................................... August 2, 2004 Original Allowed Work Days: ............................................. 90 Original Contract Completion Date: ..................................... December 4, 2004 Days completed: ............................................................ 55 Elapsed Contract Time: .................................................... 61.1% Contract Price Original Contract Amount: ............................................... $800,000.00 Approved Change Order(s): .............................................. $0.00 Page 2 Revised Contract Amount: ............................................... $800,000.00 Amount Payable to Date: ..................................... .......... $0.00 Retention to Date: ......................................................... $0.00 Total Invoiced to Date: ................................................... $0.00 Percent Invoiced to Date: ................................................ 0% Discussion: Old business • New Baseline schedule to be provided. To be reviewed by RBA. • RBA to prepare a design clarification identifying potholing for congested utilities near pipe bursting work. (Action: RBA, Doug Morales) Progress of the work • Additional potholing. • Bypass piping being removed from Cotton Wood Creek Park area. • Expansion head fractured during pipe bursting operation due to dense soil. Contractor requested open trenching in areas where soil is dense. Contractor to provide RFD. (Action: Jose Ortiz) • Bypass piping to be revised by contractor. Operation will be from manhole to manhole. Submittals /RFI's /RFP's • RFP #1 provided by City of Encinitas regarding the drop inlet structure for Manhole #8. Discussion about this drop inlet took place on 9/14/04. Contractor found another drop inlet at MH #15. City advised to use the same procedure as requested for MH #8 • Lining in MH #1 & 8 requested by City. RBA to provide RFP #2. The City wants to use Sand -Con for lining application work. (Action: RBA, Doug Morales) • RBA to provide RFP #3 for the 8 -inch diameter stub outs in MH #14 and 15. To be a per unit cost. (Action: RBA, Doug Morales) Pending Change Orders • Metropolitan reported that the COR in response to RFP #1 is in progress. Future Areas of Concern • Additional MH's may be required in the Caltrans Right of Way. Depends on the density of the soil. Future schedule • Finish potholing. • Pipe bursting. • Open trench approx. 300 ft to pass area of dense soil. • Area between MH #1 and STA. 7 +00 is shallow non - compressible soil, which could cause upheaval. Contractor will monitor and make repairs as necessary. ., /;. /. �,.�� /,;.- /; • er r. / /. /%y '("11'rl ' %4' .fr .. ` ,. Page 3 Other Issues Potential Changes: • Addressed by RFP's. Other concerns: • Contractor needs to contact San Dieguito Water 48 hours before performing work near water pipelines. RBA will send a field memo to remind the contractor to contact San Dieguito accordingly. (Action: RBA, Doug Morales) • Emergency Response Time. City of Encinitas requests that the Contractor respond faster in an emergency situation. Sandbags are required on site for containment purposes. The two areas where sand bags are needed are Cotton Wood Creek Park and 3rd and B. • Contractor to sweep up bike lanes and cover stockpiles. • 1945 gal. of sewage assumed to have spilled. Contractor needs to provide a closer estimate to City of Encinitas ASAP. New Business • The next meeting will be held on Wednesday, November 10, 2004 @ 2:00pm. • Greg Shields - zrl-send- bid -scope Qf-values to contractor and CM. s • Trigger value of a few inches per minute will require additional MH's and open trenching. Requests for Proposals (RFP) (submitted to Contractor by CM) RFP DESCRIPTION STATUS 1 Drop inlet structure at Manholes #1 & 8 Metro. 2 Lining in Manholes #1 & 8 RBA 3 8 -inch diameter stub outs in Manholes #14 & 15 RBA Change Order Requests (COR) (submitted to CM by Contractor) RFP COR STATUS DESCRIPTION Avvr oved Chan e Orders CO (Submitted to Owner by CM) RFP COR CO DESCRIPTION TIME AMOUNT STATUS firfir>r /. %jirrr� <G ,_��.:niio /1 • / % %G -%. �li� /i� %iiii�iri ..frill/ ._�i� - ? /// • . �ri /iN��; �iifi riirir % ? /, ?� / \ § £ ƒ § / \ \ - G 3 \ E z ƒ j ± k/ \� m J� �E 0 W kW 3 \§ / E w§ §§ z 0 § x \ § § @ CO z u /\ W bo o / /Lƒ\/ -i -j®U %0} 0200 -0� I - < <4a- z oW=Wy W T -j — ) 33� -E \j / ij ° »I \jwo -w< } /YZ\ \ ^§ < �~�W� 5\ }j \�§ ree_4t 2E Gou4=)� ¥% ®=�of u ±- \2E 5ezz I /m =o §z/ /24444/\ 7<0F -< 0§ \%Fare °o =eo° /MEa $ <z «me=n aO<DO\/ 0 ® O J \ § CL k Q � § / 3 Z U b Z W z 3 m k § < /§\ Ek \ >< ��\)} \f /2 /02 <W :Eoz- <aWM £3 -§0:zW 2§ G §5Io ems / 0j \\ \\w\ 000zuu «4. <n.3Gee -$2 �= <@45�n / /3* /u<oz ze= �j ° ° °$z /) /# / ®o -z \ /k\§�j \j <a= -om >mm /WF -<< W00 \\ \ \U)0 —( 7L§ \f\\§ 3 J` <0Wozo0@± erome <oe�e LO \ \ B \ _. \ z e - w\ 0 j\i2E a— W < LL \ {2i\\ co§2E s ~ -w Xi/ CL WW W E25o< ƒk§ƒM =xor-== =ore@ /ƒ //\ a <oo\ azeo_ = <mme W 00 }%W << ..uoou ) % <z> a_ ~ »/ > \ /\ \z / / \W 0 } >©2i 4W /i10 §K0W 4/§\ ) /// ±ƒ22 W- -W \A§} ±)§® /Ejj e <Wz \ /d\ \$\$ zZco = 0ww4 1: U) cC) J=44m $ / & \ 0 \ / ƒ \ / \ cc \ui G 3 \ \ / } k/ kf J� /E E E �w E > wu �§ LU z 0 § w j \ / o0LL k /£x e ƒ /gEiw / ?L ® ƒ* &=W \ /\ o E� o< we ƒ- T- Zoowxz »� °° eXo -o< §�\ §\f /j�\\ « �um�ul 2i o§ a_ a <Xaw eo=e Eo»o m /zzm< S}- iy§§u) \©§ � /} < \ <Zo-x- zLL < 0 T C) g =ee j=jkj ± / /�\§ °< b- U)§§ ®® »� \2 /o0( —) �=Zzozpz -iD /ez <z_Eƒ /zz X \2& § /zumƒ< /@3 < ®-Xo< E* =zo uo /§ /$XƒWWU) � § \LL\U) \ /ƒ\) j=moueemeac / } C) fw < 2±p j \m0 wag ��_z E}R jj§(/ \oo �a_Dz< ®E 2EL �0w �}ƒ ?E \ §/ r-- LL Z*0�om \kj ±± /§% aoC) oLU oua zmu z= <z< ozm PaOf R0� p §= mzezo _� o< \�� j - / °2 \\� a_ / ± E %Ir§LU =00 e m O \ 2 §3¢/ W u g LLJ IL %/ $ /oag/ C) 4o0�e< \Cj ` / /U) \\ (D /zuoo0� oz >�o 0Eo ko <=aLL / \ / E m ■ \ 7 \ § LU _ u O J / » � k \ a ± c F- § § { z U b Z W z G / } C) fw < 2±p j \m0 wag ��_z E}R jj§(/ \oo �a_Dz< ®E 2EL �0w �}ƒ ?E \ §/ r-- LL Z*0�om \kj ±± /§% aoC) oLU oua zmu z= <z< ozm PaOf R0� p §= mzezo _� o< \�� j - / °2 \\� a_ / ± E %Ir§LU =00 e m O \ 2 §3¢/ W u g LLJ IL %/ $ /oag/ C) 4o0�e< \Cj ` / /U) \\ (D /zuoo0� oz >�o 0Eo ko <=aLL / \ / E m ■ \ 7 \ U N O CL m C U W O U E5 U Z N Q � Z W F ~ ❑ W Z W Q W a C ❑ o w U > c Lu M F U o p Lr 0 a� 0 U C O U M O O N c6 C �U Lil � I 9 E 7 Z W U U) N Z o O a a Q N m w Q� w V 0 J Z (L O � a QEE F LU — ❑ Z w U m Z 2 W z N A A a N F a c 3 O f0 c 3 F ar m m CD Q v N w O d a E n z 0 F M w 0 M y ao G. v 0 0 F O z b 3 c c g 0 ts 13 0 0. U N z c c � U W C AR .B E 3 z d a z� } 2 W 1m r- N a W Z <W d O OC a wv UJ < W 0 0: W Z a ca QQ 0 N N � H Z W = W + O U ~ W W ° = � U owyLUL ~tea CL p w Z 2 m aria~§ F-xF- -Q'VJW <gOW051 UOZ� <aP (0Oc�U�WV) zW ~N��a amQ < "ao Z ULOW3x�� WMDg2Pzz XaZ 2 u" JoN=O a0 — OW oao °goz0IL t- ZQ�wwU a`- <°°aDoAa C) o Ot J ti o g � Q a U o ° c xx w Z � V m W z o W NZ rd < < cu- Ci } Gram °o <�a =UZ °mQ-Jwnw. =i�paw IW a O �� =m OW 1-2W W m m�Zw3:w w °W- ZJ-WN - m°�xw<oz o 'OZw 1-w� < H�aZx =aJjw Q cx0:� jw )—oa. cj 00083w 02° W ° Ow � < q O �a� <o m ^ uo�-d ccoW-OWU mwza U a 0 0 W W J CO _ ?�U CO � W Qg>> W�aW a 0: 00 >O W > u� to w CO 0 S � a. W �y W w §a(6 CO pXWU)0- oaooc~i zazz< to <ooa ozoom LL- < cn co F- Z =WzU) LU g 0 x -W�U oaa�> p0_wv� ow2w0 a n "a w a p x M 0 n_ � a N °w 10 noon 0- to �in0:p �NLLz �to QZ W 65 wa?Ca >O ww M0P= ixw2 wow W z zp ~w I- � ° � - zzco $ x Ui o~ <x w CL =3 co M W O d) a P 0 N �o 0 O u 3 V 2 / G c / 5 r e U) c � k k Q # c � E z nL) nL m � 0 0 J � � Q � Z_ U Z W §>. k° /k w z k !�© ov LU z 0 CL � ■ 0 P ■ UA 0 ■ LU � z � k § 7 N 2 20 -J■Z Oki k � �Oob s z }2§§ §2Ok< e =- Zo8w�zu w \\ \wRkwk$2 a $Ra3�a92® ado W@Joc2} mI -w25=e WZkirro2�m�■ k(L< §0ZUJ0 ro � %0k6wppP0 *LOL �§§ -1� 3w22mM °��NW ° ®==<am2mX® �:9�-2±wzooPW n UJ 00000 -J,- a �Izzozp -joo 5L-W -cow xwk kLOW9� k5w \k �zd -o ZWaMWO.Lubw�k =CD2LL �Ez)9 omto o5 §�meoo ui � \ 5 � � \ � $ CO) @ � 5 \ F $ z >§ ®f j�® §z 8 ��2 co d�M §&j0IX \ \j M60 � §� P4. � 2 0LLI W §2q p6t-- bmw 2±�§"i U)W Co 2 -S °� §�® ate§§© �Rw tjLU§� 8 LuIP N am= 50 w2�ak 0- IL) ?00 wLU / 6LL % -,2 ■wq I\ H ow aCQ 4Qaa7L / § § a � a E; % n � « \ \ / a a J tf m 'o a` c 0 U O z� OQ � z W c Fu- H 2 a E U j 3 c W W O ig 0 F- N m 0 2i c 0 L) co a r c c W m .o E z W N z 0 a` n m W fn v V 0 J Z C ♦Z Z V m Z W z In w 0 c+t u ao a 8 0 N O a y0 O m N d 3 EMERGENCY ACTION PLAN SEWAGE SPILL ENCINITAS TRUNK SEWER PROJECT I. Notify Appropriate City personnel. A. Stormwater Supervisor: Kathy Weldon (760)685- 5553Cell, (760)633 - 26320ffice, (760)632-256 1 Home; Paul Hartman (760)633 - 27870ffice, (760)685- 5554Cell, (858)753 -3606, #2309 After Hours Pager. If not on site, contact Ron Brady (760)685 -5551 B. Public Works: Shawn Atherton (760)685- 5540Cell, (760)753 - 50180ffice; Ben Taylor (760)685- 5539Cell, (760)753- 50180ffice C. Fire Department (FD will alert appropriate City officials): (858)756- 3006 to Duty Chief. II. Proceed to scene. This effort must be coordinated with Public Works crews. Public Works crews will often be the first responders. Contractor shall be in charge of the following: A. First point of containment is the pond at Cottonwood Creek Park. i. Stage 5500 gal Atlas Tanker Trucks next to pond ii. Deploy sand bags at weir downstream of pond. Stack sand bags 5 bags high across weir. B. Second point of containment is at existing box culvert at Third Street and B Street. i. Deploy Sandbags across both barrels of box culvert. In barrel, with wooden wier, place sandbags up against wier. Stack sandbags to near ceiling of barrel and across entire width of each barrel to assure cutoff of flow to Moonlight Beach. ii. City Inspector will implement sewer diversion at Moonlight Beach UV Facility. III. Assess public health threat and notify proper agencies (To be done by City Staff) A. Have sewer outflows reach the waterways (i.e.- Cottonwood Creek)? Contact San Diego County Department of Environmental Health, Clay Clifton (619)338 -2386. B. Contact San Diego Regional Water Quality Control Board, Bryan Ott, (858)637 -5589. CITY OF ENCINITAS ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT PROJECT WEEKLY PROGRESS MEETING AGENDA September 28, 2004 City of Encinitas City Hall CONTRACT SUMMARY Contract Time NTPDate: ............................................................ ...... August 2, 2004 Commencement Date: ...................................................... August 2, 2004 Original Allowed Work Days: ............................................ 90 Original Contract Completion Date :...... ............................... December 4, 2004 Days completed: ............................................................ 41 Elapsed Contract Time :..................... ............................... 46% Contract Price Original Contract Amount: ............................................... $800,000.00 Approved Change Order(s): .............................................. $0.00 Revised Contract Amount: ............................................... $800,0 00.00 Amount Payable to Date: ................................................ $0.00 Retention to Date: ......................................................... $0.00 Total Invoiced to Date: ................................................... $0.00 Percent Invoiced to Date:., ............................................... 0% Discussion: Old business • Skids will be provided to transport the fused pipe to the areas required. • New Baseline schedule provided Progress of the work • Mobilizing. • Welded Pipe Section (length varies per reach). 4909 � �"`�� �n�ar ..card .�uri6 ,e3P0 • .�oic �r�a�ira - 9,k'1,�5' (Xfx) 4.960500 • , ��S�J 4R60505 Page 2 • Potholing. Only one area left to pothole. Waiting on bypass submittal approval. • 8 -10 Days to install bypass piping once the bypass submittal is accepted. • Contacted the survey crew to start staking, but will wait for the bypass plan. Submittals/RFI's • Bypass Plan is top priority. • RFI #2 will be answered by City of Encinitas. It looks like the solution will be to put in the 8" drop structure with an open end that will allow for cleanout. Pending Change Orders • No pending change orders. Future Areas of Concern 1. 16 -inch waterline on Saxony Rd. too close to sewer. Contractor believes the waterline will be close to the area used for launching/receiving pit and can be dealt with during this operation. 2. STA. 3 +50 10" ACP is close (3U Top) contractor will dig up before bursting. 3. Work in Cal -Trans Right of Way are long reaches. Additional MH's may be required to avoid going past hours of operation. Going outside hours of operation is out of the question. 4. There is a 30" storm drain coming from the apartment complex and it runs very close to the sewer line. Solution to Issues 3. For the work in Cal -Trans ROW, an extra MH could be added to reduce the length of each reach. Another solution is to move the existing MH's to reduce each length. Contractor needs to provide a plan for this area. Future schedule • Contact San Dieguito before coming near the water pipes. • Finish potholing. • Bypass piping. Other Issues Potential Changes: • 8" Stub out in MH #14 & 15 Drop in MH #8 — 8" drop structure will be used. Potential MH #1 — Lining will be required, to be determined. New Business • The next meeting will be held on Tuesday, September 28, 2004 44") Ow P;w* • . 4'em) 4yol asas Page 3 Chance Order Requests (COR) (submitted to CM by Contractor) RFP COR Status Description Annraved C"hanve Orders (CO) (Submitted to Owner by CM) RFP COR CO DESCRIPTION TIME I AMOUNT STATUS IT 6k4wM d eke • 4yay A�0+ ` ,� � <5�.� Sao • .Sam �� ` >� y��� /BS�J 49�osao • � /�s�J �r� =asof tS m 'o I c U Q Q Q z W f' ~ Q W W a o� Q Q o W > c m F U o � � 0 a� `o c 0 V M O O tll •C C W N E 3 z W z O CL n A M of V O J Z LL. O CL LU a a Q Z Ix V m Z W z E c Q �o E t- Q LL Ix 0 �C G 3 z a M w 0 M 0 0 N N d 0 N C O U C W O C N V o � o c 0. U N M •C c U W U E z •s a m t� O J M w N a z U Z W c z to r a° v W z Ix Q W O� 0 W W U) 9 T z 0 P Ix U U) W w m z N W COLL _ } Uj Oln zlWwo120�4 <¢ �*F-OzF -MCL 06 _ W aW a�axn.w 0LL a0 -0 rn(D O :coQ wz`- CLRa2NCl)ito2 X IL wz=w m to cop— 3wWppP0 0LL.X:a� P�o5¢ Lu D¢wWatmtF-CoWmW tM-a , WzOaF -w W z z-J 0. .z o z D O oPE<z:-bgRwz o¢Zmw�Z�- tn wgW5aEw(oD otto otoWW�Uw�ZZ 0l ra-L►-` *m3:Wwg a aWi o5 (AHJa ¢ H z W w U 5 a J g w W to S N ti W Z an-� •a'rNmO LpoiU w �WEZ 00 uJ 0 WaJO¢ vow 0wig �U.z - mdvi 0¢0 Om00 zoo zIL Z Ozm p6 1--� P5 =) m_ZZC9 toW0° m -U�to Did am�,tn a =Z� V�z wJwmW ti O HZT5 CLUE wOOWW = � z �0 DULL °'ZmmWU UOIX LLJ aELL) ¢`0¢aaLL J g w w LL a U d w 0 N en ca 0. 0 N c 0 2 N C O O O Lo `0 (D c 0 a` U w r c 0 °o W O �C U w c .? U a E z d) •O EL` m 0 za �a Z W M F F p W Z Q W O� rn p W H V 9Ix W to O a W 0 1 1 pV O N 01 U) _ Z W F :i = W cc t ao . 0 to FZVU W p W= n U OW(nLL ~ma mt<�§a? z U SW Im FSF�°a'Cl) UgZwpppS LLI CL <QP wayV�Wo ZQN��t7 a..m ¢ (Dao = Z Lu�g� WM 0 22 F- Z IZza Jov�?O 01-- 0LL0Za 0. oU) =pIrWp0 5to0zdO¢Z a - U¢Z)OmQ O S W CO z Q 0'm> wJpp Z Q� pO�a 3 =QLFQ-O =aO O_UZOtnp J W a SUp¢wlwa moo¢MV)od� pW O30zw_j <3-- co JWp ,nZ= p'�SiswQO� �lL + p F J S f¢ Z 1 S z J W (000020 Z n W p *WFQQp�pO co L:0�O �00�UwU cQOwOZOw Ir < Q W 0¢ U F m F rm C) _ as O N M W J p tn• Z �rVJ W0�>0 O d � d W r- C: U- J J W°¢ °p >ui Qto QW w SSS¢ aWWWLW tLF =vtn cyw-1 oQac� a i� <OZa nzp�a ? Z Q W CO Z W L 0 0 S 3 w U W Q ¢ dM w ow2 V J w°> �I- c°nW a .a w a p S Cl) O n LL Z CM > S W cn0poc �LL O ��OCO Cl LU OLL W Z Otnp0 WFo z mazaO aocW 20E-MW ww w Q F p 020W W�2z wpF3Z W O��F zZm1 8= ;�, NF¢= W 1 mQF= ¢S��m i4 ,o eP °o N CIO N o Q L V.. Z O o CL � a ° U cm c Q U) LU w Z U Lu Z g W z O S W CO z Q 0'm> wJpp Z Q� pO�a 3 =QLFQ-O =aO O_UZOtnp J W a SUp¢wlwa moo¢MV)od� pW O30zw_j <3-- co JWp ,nZ= p'�SiswQO� �lL + p F J S f¢ Z 1 S z J W (000020 Z n W p *WFQQp�pO co L:0�O �00�UwU cQOwOZOw Ir < Q W 0¢ U F m F rm C) _ as O N M W J p tn• Z �rVJ W0�>0 O d � d W r- C: U- J J W°¢ °p >ui Qto QW w SSS¢ aWWWLW tLF =vtn cyw-1 oQac� a i� <OZa nzp�a ? Z Q W CO Z W L 0 0 S 3 w U W Q ¢ dM w ow2 V J w°> �I- c°nW a .a w a p S Cl) O n LL Z CM > S W cn0poc �LL O ��OCO Cl LU OLL W Z Otnp0 WFo z mazaO aocW 20E-MW ww w Q F p 020W W�2z wpF3Z W O��F zZm1 8= ;�, NF¢= W 1 mQF= ¢S��m i4 ,o eP °o N CIO N city of Encinitas September 28, 2004 Metropolitan Construction Attn: Jose Ortiz 8614 Troy Street Spring Valley, CA 91977 RE: ENCINITAS BLVD TRUNK SEWER REPLACEMENT(CEE01D) RFP #1 Gentlemen: Pursuant to paragraph 3 — CHANGES IN WORK, of the Special Provisions, it is requested that you submit to this office your detailed cost proposal for all labor, material and equipment necessary to accomplish the following change. All further correspondence regarding this work shall be identified as Proposed Change RFP #1 until incorporated into this contract by written modification. Pursuant to paragraph 7 -32, SEWER MANHOLES„ of section IV.- General Specifications of the Special Provisions,' drop manholes shall be constructed as shown on the drawings. This fact is to be taken into account when providing this' proposal. Your proposal should be submitted for the following work: FURNISH AND INSTALL DROP INLET PER THE ATTACHED PLAN. In addition to your cost proposal, you are requested to indicate any changes to the construction schedule as a result of this proposed change. This letter is a request for a price proposal only and is not to be construed as an authority to proceed, such authority being withheld pending receipt and review of your detailed cost proposal. It is requested that your cost proposal be submitted no later than October 4, 2004. If you have any questions, please call me at 633 -2778. Sincerely, reg hilds, P.E. Field l erations P cc: Ron Brady, Inspector Richard Brady and Assoc., Consultant Utilities, Sewer TEL. 760 -633 -2600 / FAX ?60-633 -2027 �,I15 S. Vulcan AVrnuc, I.ncinitas, l'alilurnia 9201A 3031 lUl) 760-633 -2?UO Z recycled paper EX. MH SPRINGLINE OF THE EXIT 1 DETAIL PIPE, CHIP OUT INVERT AND NOT TO SCALE REPAIR W/ EPDXY GROUT TO SUIT, EWER CITY OF ENCINITAS ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT PROJECT WEEKLY PROGRESS MEETING AGENDA Discussion - Progress of the work - Submittals/RFI's - Pending Change Orders • Future Areas of Concern - Solution to Issues - Previous Issues • Future schedule Other Issues September 14, 2004 City of Encinitas City Hall 4909 Murphy Canyon Road, Suite 220 - San Diego, California 92123 Tel (858) 496 -0500 - Fax (858) 496 -0505 SEP.13.2004 8 :53RM METROPOLITAN CONST Date: To: Attn: METROPOLITAN CONSTRUCTION 8614 Troy St. Phone (619) 741 5643 Fax (619) 741 -5656 NO. 411 P.2/2 4 REQUEST FOR INFORMATION # September 3, 2004 Project Name: Encinitas Boulevard Trunk Sewer Replacement CITY OF ENCINITAS ENGINEERING DEPARTMENT C.I.P. No.: CEE01D WIP No.: KIPP HEFNER Contractor: Metropolitan Construction Contract No.: From: ALBERTO LARIOS Drawing Ref: SEINER LATERALS NOT SHOWN Spec. Ref: Subject: CONNECTED TO EXISTING UPPER MH SHAFTING Needed Response By: ASAP SDRSD S -17 demonstrates pipe entrance, and egress is at the base of the manhole. Manhole No. 1 has two six inch pipes entering the manhole approximately 18" above the shelf of the base, and Manhole No. 8 has an approximate 8" sewer lateral entering 3' +/_ below the rim. Please note Manhole No. 8 is approximately 15' in depth, Please advise how to make these connections to the new manholes. According to the sewer lateral constructions standards per SDRSD the slope should be continuous from the property line. Neither of these laterals is shown on the drawings, and present a cost impact. Please advise, By: Date: September 3. 2Q0 A Originator's Signature Reply /Solution By: Date: Design Consultant's Signature This document is informational only. The above reply is intended as a clarification only and does not constitute a basis for change in contract price or time. If you do not concur do not proceed and notify the Construction Manager immediately. Forwarded By: Date: Contracts h 0*MN1bW3AroM%\Q0Z7,wp6 TRANSMITTAL FORM City of Encinitas FAX 760/633 -2818 505 S. Vulcan Avenue Engineering Encinitas, CA 92024 -3633 760/633 -2770 DATE 7 SENDTO FAX #: �� /�� 241`5658 NO. OF PAGES: AuUKLSS: FROM: t Pr q PHONE: (760) 633- ❑ Call ASAP ❑ Review & Call ❑ Please Handle ❑ Per Our Conversation ❑ Review& Return LAF•Y•I• ❑ Please Reply by ._ :,.,vIENTS: 9 C—.5 duo �\j 5.E I-c;, 0—F-K-- '* U SEP. 3.2004 10 :31AM METROPOLITAN CONST NO.345 P.2i2 Date: To: Attn: Prom: METROPOLITAN CONSTRUCTION 8614 Troy St. Phone (619) 141 5643 Sax (619) 741 -5656 REQUEST FOR INFORMATION # 03 September 3, 2004 Project Name: Encinitas Boulevard Trunk Sewer Re iecement city ot rneinitas C,I.P. NW CEE01D wIP No.: griginearing Department Contractor Kipp Hefner Contract No.: Alberto Larios Drawing Ref: Spec, Refi Metropolitan Construction Subject: Needed High Denslty Polyurethane (HDPE) Pipe Response By: ASAP When fusing HDPE pipe a bead e removal, Project specifications catltons dopnot specify removal; rem'ovall /will Some agencies do not requ r 1 involve a cost impact. Please advise, By: Alberto Larios, Project Manager Date: Sept m er 3,200 4 Reply /Solution Date; 1 Design Consultant's Signature , A IINio t\J E-�—v 3 This document is Informational only. The above reply is intended as a clarification only and does not constitute a basis for change in contract price or time. If you do not concur do not proceed and notify the Construction Manager immediately. Forwa ate, TRANSMITTAL FORM City of Encinitas FAX 760/633 -2818 505 S. Vulcan Avenue Engineering Encinitas, CA 92024 -3633 760/633 -2770 l �' DATE 1 T �, l SENDTO FAX #: (C 1 ) ? � NO. OF PAGES:_ TO: T L, AUut\cSS: FROM: �� J PHONE: (760) 633 - ❑ Call ASAP ❑ Review & Call ❑ Please Handle ❑ Per Our Conversation .TENTS: L ; ; C- � ❑ Review & Return M F.Y.I. ❑ Please Reply by SEP. 9.2004 1 :54PM METROPOLITAN CONST METROPOLITAN CONSTRUCTION 8614 Troy St. Phone (619) 741 5643 Fax (619) 741 -5658 REQUEST FOR INFORMATION # NO. 390 P.2 /2 Project Name: Encinitas Boulevard Trunk Sewer Replacement C.I,P, No.: CEE01D WIP No.: Contractor: Metropolitan Construction Contract No.: Drawing Ref: C•3 Spec, Ref: Needed ASAP Response By: Question:? On sheet C -3, plans indicate manhole no, 16 at station 31 +75 to be a drop manhole, and field conditions indicate that is not the case. There is an additional manhole with a 24" cover 15 linear feet +/- up stream from Manhole No. 16 that is a drop manhole with an 8" outlet downstream, Please advise the project limits based on our new findings as they may impact cost, and completion, By: Date: September 9, 10 Originator =s Signature 4-r (_ � �/' i O /\� f >} �� NU t Reply /Solution a5 r��' < <..,: i 1 -�t Cam. �►� C�,�,2t�; =NS Date: v ;; �t �� L_r-A u.; V�� `I� ac I � � C c' C7 V'L C_ 1 Y7 v l� t tot. �,tiLi ►ti t r P' �v'�� >r,2 r�f�il.'T1 cr�i�L l_LI =1� I �i y Nl'�J4 -✓L 1a C_; r i"\ rte% \AG n t„\ fu t-lCi � F_ , � H V-- 0- � , �� i r1Z''�i %�iv5� NCiT D (2v� 1 t lei 5 i V` l YN-T) �CtiA L Ht) I% fiC'c. i� �- / �c i -V6i i�G�c t4Y.%i �.� �,��� i L t_f Design Consultant =s Signature' 1 t ;�, w S �.�% vL , �L " t 1 ( r f) r"_ .. -� r- . - i_.!1 -_(_ ` .. j.. i�� ✓-� 1'�� �.,� {= �� 17 77 iVY Jv ` t-& This document is informational only, The above reply is intended as a clarification only and does not constitute a basis for change in contract price or time. If you do not concur do not proceed and notify the Construction Manager immediately. vded Bv; Date: September 9, 2004 Date: To: City of Encinitas _ Attn: Kipp Hefner From: Alberto tarios Subject: Existing Drop Manhole NO. 390 P.2 /2 Project Name: Encinitas Boulevard Trunk Sewer Replacement C.I,P, No.: CEE01D WIP No.: Contractor: Metropolitan Construction Contract No.: Drawing Ref: C•3 Spec, Ref: Needed ASAP Response By: Question:? On sheet C -3, plans indicate manhole no, 16 at station 31 +75 to be a drop manhole, and field conditions indicate that is not the case. There is an additional manhole with a 24" cover 15 linear feet +/- up stream from Manhole No. 16 that is a drop manhole with an 8" outlet downstream, Please advise the project limits based on our new findings as they may impact cost, and completion, By: Date: September 9, 10 Originator =s Signature 4-r (_ � �/' i O /\� f >} �� NU t Reply /Solution a5 r��' < <..,: i 1 -�t Cam. �►� C�,�,2t�; =NS Date: v ;; �t �� L_r-A u.; V�� `I� ac I � � C c' C7 V'L C_ 1 Y7 v l� t tot. �,tiLi ►ti t r P' �v'�� >r,2 r�f�il.'T1 cr�i�L l_LI =1� I �i y Nl'�J4 -✓L 1a C_; r i"\ rte% \AG n t„\ fu t-lCi � F_ , � H V-- 0- � , �� i r1Z''�i %�iv5� NCiT D (2v� 1 t lei 5 i V` l YN-T) �CtiA L Ht) I% fiC'c. i� �- / �c i -V6i i�G�c t4Y.%i �.� �,��� i L t_f Design Consultant =s Signature' 1 t ;�, w S �.�% vL , �L " t 1 ( r f) r"_ .. -� r- . - i_.!1 -_(_ ` .. j.. i�� ✓-� 1'�� �.,� {= �� 17 77 iVY Jv ` t-& This document is informational only, The above reply is intended as a clarification only and does not constitute a basis for change in contract price or time. If you do not concur do not proceed and notify the Construction Manager immediately. vded Bv; Date: Kipp Hefner - Shoring and Bracing Clacs for launching /receiving pits „Page 1 From: Kipp Hefner To: metroconstructs@cox.net Date: 8/20/2004 11:27:19 AM Subject: Shoring and Bracing Clacs for launching /receiving pits Jose and Alberto- Ron has told me that you intend to start work on Sunday, August 29. 1 still need to get the following items from you: 1. Shoring and Bracing calcs and details for your launching and receiving pits for the pipe bursting operations. So far we have not received them. Pipe bursting operations cannot start until the shoring and bracing plans are approved. ( See Section 306 - 1.4.8, Page B -52 and Section 7 -31, page B -25 of project specifications. See Items #8 and #11 under "Contractor's Responsibilities" on Sheet 2 of the project plans. Also discussed during the preconstruction meeting) 2. Advance notice signs installed, per the project specifications, at the west and east end of the project 7 days before start of construction. (See Section7 -35, Page B -27) 3. Revised bypass plans which include number and pumping capabilities of Septic Tanker Trucks (See Section 7 -34, Page B -26 of project specifications) and incorporation of comments made by the City on the first bypass plan submittal. 4. Material submittal for filter fabric to be used on the project (See Section 213, Page B -37, and Section 7 -24, Page B -23 of the project specifications). This must be approved prior to any pipe installation. 5. Material submittal for traffic loops. 6. Material submittal for Asphalt Concrete, Concrete, and Class II Aggregate Base. (See Section 7 -31, page B -25 of project specifications) 7. Material submittal for manhole lids. Verification manufactured in the United States (See Section 7 -32, page B -26 of project specifications) 8. Material submittal for reinforcing steel to verify they are Grade 60 billet steel. 9. Potholing in accordance to the project specifications and plans must be done prior to start of construction. Contractor shall submit copies of the horizontal location and depth of each utility potholed to the City at least 3 days ahead of. construction. (See Section 306 - 1.1.1, Page B -49, Item # 4 of General Notes on Sheet 2 of the project plans, and Item # 5 of "Contractor's Responsibilities" on Sheet 2 of the project plans.) 10. Since launching pits, receiving pits and open trenches are greater than 5 feet contractor needs an OSHA permit. City needs to get written verification (copy of the permit) that contractor has this permit before any excavation work begins. (See Item #16 of General Notes on Sheet 2 of the project plans) 11. Material submittal for pipe bedding. 12. All the submittals as called out in Section 306- 9.1.3, Page B -54, of the project specifications inclduing, but not limited to, pipe certification submittals, fittings submittals, verification of training by the pipe bursting systems manufacturer, verifications of training by the pipe fusion equipment manufacturer, layout plans for sequencing of construction, etc.. All these submittals need to be given to the City well in advance of when you intend to start each specific item of work so the City has adequate time to review the submittals and you can make any revisions if necessary. Each specific item of work cannot start until the City approves the respective submittals for that item of work. I think it would be a very good idea if we have a meeting sometime next week to go over what still needs to be done prior to start of work including discussions with the inspector regarding the pipe bursting operations and sewer lateral reconnections as required by the project specifications. Tuesday, August 24, of next week appears to be open for Ron, Greg, and myself. I have tentatively set up a meeting in the Lilac Room, at City Hall, for Tuesday, August 24, at 2:OOpm. Please call me at let me know if either or both of you can make that meeting. Thanks. CC: Greg Shields; Ron Brady; smanning @rbrady.net �g . Hefner Clad for and Bracing Cla for launching /receiving pits _ _ - Page 1 From: Kipp Hefner To: metroconstructs@cox.net Date: 8/20/2004 11:27:19 AM Subject: Shoring and Bracing Clacs for launching /receiving pits Jose and Alberto- Ron has told me that you intend to start work on Sunday, August 29. 1 still need to get the following items from you: 1. Shoring and Bracing calcs and details for your launching and receiving pits for the pipe bursting operations. So far we have not received them. Pipe bursting operations cannot start until the shoring and bracing plans are approved. ( See Section 306 - 1.4.8, Page B -52 and Section 7 -31, page B -25 of project specifications. See Items #8 and #11 under "Contractor's Responsibilities" on Sheet 2 of the project plans. Also discussed during the preconstruction meeting) 2. Advance notice signs installed, per the project specifications, at the west and east end of the project 7 days before start of construction. (See Section7 -35, Page B -27) 3. Revised bypass plans which include number and pumping capabilities of Septic Tanker Trucks (See Section 7 -34, Page B -26 of project specifications) and incorporation of comments made by the City on the first bypass plan submittal. 4. Material submittal for filter fabric to be used on the project (See Section 213, Page B -37, and Section 7 -24, Page B -23 of the project specifications). This must be approved prior to any pipe installation. 5. Material submittal for traffic loops. 6. Material submittal for Asphalt Concrete, Concrete, and Class II Aggregate Base. (See Section 7 -31, page B -25 of project specifications) 7. Material submittal for manhole lids. Verifigation manufactured in the United States (See Section 7 -32, page B -26 of project specifications) 8. Material submittal for reinforcing steel to verify they are Grade 60 billet steel. 9. Potholing in accordance to the project specifications and plans must be done prior to start of construction. Contractor shall submit copies of the horizontal location and depth of each utility potholed to the City at least 3 days ahead of construction. (See Section 306 - 1.1.1, Page B-49, Item # 4 of General Notes on Sheet 2 of the project plans, and Item # 5 of "Contractor's Responsibilities" on Sheet 2 of the project plans.) 10. Since launching pits, receiving pits and open trenches are greater than 5 feet contractor needs an OSHA permit. City needs to get written verification (copy of the permit) that contractor has this permit before any excavation work begins. (See Item #16 of General Notes on Sheet 2 of the project plans) 11. Material submittal for pipe bedding. 12. All the submittals as called out in Section 306 - 9.1.3, Page B -54, of the project specifications inclduing, but not limited to, pipe certification submittals, fittings submittals, verification of training by the pipe bursting systems manufacturer, verifications of training by the pipe fusion equipment manufacturer, layout plans for sequencing of construction, etc.. All these submittals need to be given to the City well in advance of when you intend to start each specific item of work so the City has adequate time to review the submittals and you can make any revisions if necessary. Each specific item of work cannot start until the City approves the respective submittals for that item of work. I think it would be a very good idea if we have a meeting sometime next week to go over what still needs to be done prior to start of work including discussions with the inspector regarding the pipe bursting operations and sewer lateral reconnections as required by the project specifications. Tuesday, August 24, of next week appears to be open for Ron, Greg, and myself. I have tentatively set up a meeting in the Lilac Room, at City Hall, for Tuesday, August 24, at 2:OOpm. Please call me at let me know if either or both of you can make that meeting. Thanks. CC: Greg Shields; Ron Brady; smanning @rbrady.net TRANSMITTAL FORM City of Encinitas FAX 760/633-2818 505 S. Vulcan Avenue Engineering Encinitas, CA 92024-3633 760/633-277/0 6 SENDTO FAX#: NO. OF PAGES:— DATE F? TO: OF: ADDRESS: PHONE: (7601633 FROM: ❑ Call ASAP ❑ Review& Call ❑ Please Handle ❑ Per Our Conversation COMMENTS: L (j � TU G - k-�-44 K C' ❑ Review& Return F.Y.I. ❑ Please Reply by v r, m \ T- —uA �C--S`o \A 7, R> Lo LCS� C/ nWa' 17—u4 61 . 1 YNIII f I Ulm AUG:19.2004 2:51PM 01 Mr N August 19, 2004 Kipp Heiner Engineering Services SOB S Vulcan Ave. Encinitas. CA 92024 Mt1tit '-11KI V-AW, In Rep►Y, PISM Helot to 516 -12 Ike: Ertcinitss Boulevard Trunk Sewer Replacement rC r 1jcWA& M7W532 Dear Mr. Hefner: C d submittal 01 back with the recommC sd6 Ibmit��' i o�P 9e 5 � M of p model 18D60 M. If you n:v�eW M e MC selecW that P P and Model to be used in this MOO- bO you went MC to � � I again?. Please advise, SiIM06relyr 1 Albe nos Project Manager 4 ,q ;3Ofrn e MAR Q r W 1 O -r N e� 0(2--I,Gr- INPA o, S Mp s r�,Earto tQcr -L PC .- , t A'L . %iC. old ALL ► !'t L j V P. � 19OM477 Phone (619)74 ( -360 G p�(619)7�1�l664 2 /2'd ZT2'0N 1S 00 WUi I 10d0813W Wd9E : tp b062 ' G T ' o u oo Hefner - Response to letter on ugulzt 19 From: Kipp Hefner To: metroconstructs@cox.net Date: 8/19/2004 3:41:40 PM Subject: Response to letter on August 19. Alberto- I just faxed you a response regarding the pump selection and your letter pertaining to it dated August 19. In addition to the reason for verifying that you will use Pump Model No. 16D60 -F3L, you need to resubmit revisions because there were comments that we made on your first bypass plan submittal(Which did not show any bypass sewer going down Calle Magdelena or between Del Taco and Oggis as you are now proposing). The comments included the following: 1. Include pumping specs for stand by septic trucks per the requirements in section 7 -34 of the project specifications. 2. Move plug to upstream side of next manhole. Leave pump in location shown. (Comment per Shawn Atherton 7/19/04) These also need to be addressed on your resubmittal. Thanks. CC: Greg Shields; Ron Brady; smanning @rbrady.net TRANSMITTAL FORM City of Encinitas FAX 760/633-2818 505 S. Vulcan Avenue Engineering Encinitas, CA 92024-3633 760/633-2770 DATE 04 SENDTO FAX#: NO. OF PAGES:--� TO: OF: ADDRESS: FROM: X16) 5 PHONE: [:1 Call ASAP ❑ Review& Call 1-3 Please Handle ❑ Per Our conversation ❑ Review& Return U F.Y.I. ❑ Please Reply by COMMENTS: D E 17 /-� T- T- 1-tl+ T /4 t.4,,1' f Al L) o tA - �Ao ' U fV T T- �C' �TT4(- 04, 0 C-- AUG:19.2004 2 :51PM METROPOLITAN CONST NO.208 P.2/3 S August 19, 2004 Kipp Hefner Engineering Services 505 S Vulcan Ave. Encinitas, CA 92024 General & Engineering Contractors license No. 790332 In Reply, please refer to 515 -12 Re: Encinitas Boulevard Trunk Sewer Replacement Dear Mr. Hefner: MC TeceWed submittal 01 back with the recommendation to resubmit it, indicating t e usq—o—fpWp model 16D60 F3L. If you review MC's submittal on page 5 of K8 MC selected that Pump and Model to be used in this project. Do you want MC to `rgsgbmitt os sub1n,"i again ?. Please advise. Sincerely, CDC I, L- i Project Manager E �A04QO V," k ►�I� 01 f\J AL 1 � p Y(; � 2 -1 U i P.O. Box 177, Son Its, CA, 919084477 Phone (619)741 -S643 Fax(619)741-5658 AUG,19.2OO4 2 :51PM METROPOLITAN CONST Aufr-1844 12s26pm From- IJ J `k ) 1 2 Y� ) i 1 f �I I'`c IIO. • I 1aa1� ell and 61e Engine Driven Trash Pumps ,�,.o,.a%71e e�oe�t� u,rtN orDOMM.wneFr p,'. a out* euC*' � r-- irvDl� g e i ,0, T -28ti N0. "2OgB08 P.31'3 DIC•R mw'0 %1wmFd%= inn �® MA A aaleaaa�x 1 wr om naF�CDs 'I 4� A4 it Jf i i S , i� 4 1� Eww7i—Lll" wwm 1166 W)1cmem 30 an = 6' Orly -11 .. 61 gal, al Ins. 1N�1ee e E!► x bfteltmo PWaps On Dcutt 6' • 6" 6 ,loon Vllon , mom Orivef! 11aeh Plenps �•^�* «°�°� Standard Features "12 vaa elaalic:arL fawn► not vmWftd P tul�cimum tam erature to 1 GOT > Won strainer and 90' dMaWge elbow > Maxlmum operaling Pressum to ion Psi > 6ett -prim to 26' with butit4n ftP valve . 2nglne options Honda, Kohler or VAscotlsin replaceable duc& iron impeltet and oast iron or steel gasorme anginal Hatt or Oeutz diesel engine �o ow ts wearpia8e loalm atmosphere or for pumping voletb flammable Pquids. WARNING. Do not use � Mp�eanmwdwcow Aea°°°e!r„"RV��san oMd AfftL' TM Oaeoo-RWV���'�Oklq� 1 22 tpdm am:db ran: - /fecal U&M lw� �r9 a op F� 13 4" it aw son Wum Vaorl� 6j pal. 10 �I- 1.2 to. 5 Ma. RSA C 4• pglne D&M Veeh Pumps ZIti2 Iml+ler 23 4- x 4" Gmr lroa ww Icon -fie de 9.17 gel, 9.1 hls. 1NfTe�g a' 6iglrle Llrilmn � 71 LWIf p� 4" x a" Gray Iron Vlton' 1199 9.9 los. W18e e Eww7i—Lll" wwm 1166 W)1cmem 30 an = 6' Orly -11 .. 61 gal, al Ins. 1N�1ee e E!► x bfteltmo PWaps On Dcutt 6' • 6" 6 ,loon Vllon , mom Orivef! 11aeh Plenps �•^�* «°�°� Standard Features "12 vaa elaalic:arL fawn► not vmWftd P tul�cimum tam erature to 1 GOT > Won strainer and 90' dMaWge elbow > Maxlmum operaling Pressum to ion Psi > 6ett -prim to 26' with butit4n ftP valve . 2nglne options Honda, Kohler or VAscotlsin replaceable duc& iron impeltet and oast iron or steel gasorme anginal Hatt or Oeutz diesel engine �o ow ts wearpia8e loalm atmosphere or for pumping voletb flammable Pquids. WARNING. Do not use � Mp�eanmwdwcow Aea°°°e!r„"RV��san oMd AfftL' TM Oaeoo-RWV���'�Oklq� 1 22 TRANSMITTAL FORM City of Encinitas FAX 760/633 -2818 505 S. Vulcan Avenue Engineering Encinitas, CA 92024 -3633 760/633 -2770 DATE ` / .'`% SENDTO FAX #: (6l NO. OF PAGES: E TO: OF: (- 0 A✓ /-rLD C ADDRESS: FROM: �,✓� 1 PHONE: (760) 633- z77 ❑ Call ASAP ❑ Review & Call ❑ Please Handle `f'r Per Our Conversation ❑ Review & Return 1�1 F.Y.I. ❑ Please Reply by COMMENTS: �– ( 4- C -C .1 U S T tZ C 1 �l C/✓ o[ E V ?r August 17, 2004 Metropolitan Construction Attn: Jose Ortiz 8614 Troy Street Spring Valley, Calif. 91977 RE: ENCINITAS BLVD TRUNK SEWER REPLACEMENT(CEEOID) RESPONSE TO FAX DATED AUGUST 17, 2004 Gentlemen: The City is in receipt of your faxed letter dated July 6, 2004. Be advised the letter's date is in error. The fax is dated correctly with today's date. Metropolitan is to submit a written plan of his means and methods of bypassing four (4) weeks prior to any planned bypassing work. This according to the specifications of the contract as shown below. 7 -34 SEWER BYPASS The contractor shall submit the Engineer for approval, a written plan of his means and methods of bypassing four (4) weeks prior to any planned bypassing work. The plan shall be reviewed and approved prior to commencing bypass work. The submittal shall include a plan to bypass existing sewer, equipment catalog cuts, number and pumping capabilities of tanker Trucks slated to be available, and performance curves for the pumps. The bypassing plan and any request for deviations shall be submitted for approval to the Engineer in the same manner as a shop drawing. The project falls under CAL -OSHA jurisdiction and the Contractor shall make his personnel aware that they will be exposed to raw wastewater during this construction project. The Contractor shall take the necessary health precautions to guard against contact with the raw wastewater. It is the responsibility of the contractor to prevent any spill of raw wastewater because of his operations. During bypass operations, the Contractor shall have a minimum of three backup tanker trucks standing by at the site. The Contractor shall make every effort to eliminate spill risk by providing containment in the location that the existing sewer line will be opened up. Before beginning any bypass operations, the Contractor shall contact Shawn Atherton and Ben Taylor of the City's Sewer Department at (760) 753 -5018 or (760) 633 -2871 a week prior to any bypass operations. TEL 760 - 633 -2600 / FAX 760 -633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760 -633 -2700 � recycled paper Payment for all bypass operations including spill containment and including all labor, equipment, and material shall be included in the bid item for construction bypass and no additional compensation will be made therefor. The method discussed in your letter is one of many solutions possible. The solution needs to be proposed to the City for approval and this proposal should include any letters of permission and indemnification as necessary. Metropolitan Construction currently does not have an approved bypass plan. Your attention is also hereby directed to the requirement of the specifications for the installation of advance notice signs. This specification is shown below. 7 -35 ADVANCE NOTICE SIGNS The Contractor shall provide two 4 foot high by 8 foot long metal advance notice signs. One sign shall be placed on the north side of Encinitas Blvd., west of Quail Gardens Drive. The other sign shall be placed on the south side of Encinitas Blvd, across from the entrance to the Shell gas station. The signs shall have 6 inch black lettering and the background shall be orange. The signs shall be bolted into wood posts which shall be placed into the ground. The signs shall be installed 7 calendar days in advance of the start of construction. The signs shall include the following information: A. New sewerline construction to occur on Encinitas Blvd. from west of Interstate 5 to Quail Gardens Drive. B. Start and completion date. C. Lane closures and work will occur from 8:00 pm to 5:00 am. D. Contractor's phone number. Payment for the signs including all labor, equipment, and materials shall be included in the various bid items and no additional compensation will be made therefor. The City is not going to allow Metropolitan Construction to begin work until the criteria in the specifications has been met. Time is of the essence and Metropolitan Construction needs to understand the Liquidated Damages for this project is established in Section 6.9 as $600.00 per calendar day. Please coordinate your efforts with the inspector, Ron Brady. Sincerely, /Z�iZe�lds, breg S P.E. Field Operations Cc: Kip Heffner, Design Engineer Ron Brady, Inspector 117.2004 4 :07PM MET-' )LITAN CONST NO.173 P.22 General Building & T July 6, 2004 Kipp Hefner Engineering Services 505 S Vulcan Ave. Encinitas, CA 92024 Re; Encinitas Boulevard Trunk Sewer Replacement Dear Mr. Hefner. In Reply, please refer to 515 -06 ing Contractors Ucense No.790532 Per the construction meeting, Metropolitan Construction has investigated the method to By -pass the Encinitas Boulevard Sewer Main, via using an existing storm drain that runs parallel with Encinitas Boulevard, starting at Calls Magdalena to the new Park on Vulcan. In order to do this, MC needs to run the pipe on the property line between Del Taco Restaurant and Oggi's Pizza, pursuant to a meeting with representatives of both businesses affected. From MC conversation with city inspector Ron Brady, it has been brought to my attention that the property owners have requested the by -pass piping be installed below grade. Please note that MC Is willing to make this accommodation 9 the City of Encinitas is willing to absorb the cost of the asphalt removal and replacement using bid Item No. 17 and No. 21. The reason for the relocation was to construction zone and Cal -Trans Right of Way soon as possible. ' Sincerely, 6', 6J Alberto ra Project Manager open access for the traffic within the , MC will appreciate your response as P.O. Box 477, Bonita, CA, 91908.0477 Phone (619)741.5643 Fax(619)741 4658 TRANSMITTAL FORM City of Encinitas FAX 760/633 -2818 505 S. Vulcan Avenue Engineering Encinitas, CA 92024 -3633 760/633-2770 I C;c SENDTO FAX #: ` <r' 1 1 7 l / -� �.5 NO. OF PAGES:_ DATE �_ 7 TO: OF: T -I"- -U , -CI !�-r j ,4 A) i lLu C- O ADDRESS: FROM: C - S/-� PHONE: (7601633- 2.7 ❑ Call ASAP ❑ Review & Call ❑ Please Handle ❑ Per Our Conversation COMMENTS: ❑ Review& Return �F.Y-l- 1:1 Please Reply by City Of Encinitas August 17, 2004 Metropolitan Construction Attn: Jose Ortiz 8614 Troy Street Spring Valley, Calif. 91977 RE: ENCINITAS BLVD TRUNK SEWER REPLACEMENT(CEE01D) RESPONSE TO FAX DATED AUGUST 17, 2004 Gentlemen: The City is in receipt of your faxed letter dated July 6, 2004. Be advised the letter's date is in error. The fax is dated correctly with today's date. Metropolitan is to submit a written plan of his means and methods of bypassing four (4) weeks prior to any planned bypassing work. This according to the specifications of the contract as shown below. 7 -34 SEWER BYPASS The contractor shall submit the Engineer for approval, a written plan of his means and methods of bypassing four (4) weeks prior to any planned bypassing work. The plan shall be reviewed and approved prior to commencing bypass work. The submittal shall include a plan to bypass existing sewer, equipment catalog cuts, number and pumping capabilities of tanker Trucks slated to be available, and performance curves for the pumps. The bypassing plan and any request for deviations shall be submitted for approval to the Engineer in the same manner as a shop drawing. The project falls under CAL -OSHA jurisdiction and the Contractor shall make his personnel aware that they will be exposed to raw wastewater during this construction project. The Contractor shall take the necessary health precautions to guard against contact with the raw wastewater. It is the responsibility of the contractor to prevent any spill of raw wastewater because of his operations. During bypass operations, the Contractor shall have a minimum of three backup tanker trucks standing by at the site. The Contractor shall make every effort to eliminate spill risk by providing containment in the location that the existing sewer line will be opened up. Before beginning any bypass operations, the Contractor shall contact Shawn Atherton and Ben Taylor of the City's Sewer Department at (760) 753 -5018 or (760) 633 -2871 a week prior to any bypass operations. TEL 760 - 633 -2600 / FAX 760 -633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760- 633 -2700 � recycled paper Payment for all bypass operations including spill containment and including all labor, equipment, and material shall be included in the bid item for construction bypass and no additional compensation will be made therefor. The method discussed in your letter is one of many solutions possible. The solution needs to be proposed to the City for approval and this proposal should include any letters of permission and indemnification as necessary. Metropolitan Construction currently does not have an approved bypass plan. Your attention is also hereby directed to the requirement of the specifications for the installation of advance notice signs. This specification is shown below. 7 -35 ADVANCE NOTICE SIGNS The Contractor shall provide two 4 foot high by 8 foot long metal advance notice signs. One sign shall be placed on the north side of Encinitas Blvd., west of Quail Gardens Drive. The other sign shall be placed on the south side of Encinitas Blvd, across from the entrance to the Shell gas station. The signs shall have 6 inch black lettering and the background shall be orange. The signs shall be bolted into wood posts which shall be placed into the ground. The signs shall be installed 7 calendar days in advance of the start of construction. The signs shall include the following information: A. New sewerline construction to occur on Encinitas Blvd. from west of Interstate 5 to Quail Gardens Drive. B. Start and completion date. C. Lane closures and work will occur from 8:00 pm to 5:00 am. D. Contractor's phone number. Payment for the signs including all labor, equipment, and materials shall be included in the various bid items and no additional compensation will be made therefor. The City is not going to allow Metropolitan Construction to begin work until the criteria in the specifications has been met. Time is of the essence and Metropolitan Construction needs to understand the Liquidated Damages for this project is established in Section 6.9 as $600.00 per calendar day. Please coordinate your efforts with the inspector, Ron Brady. Sincerely, Greg Slfields, P.E. Field Operations Cc: Kip Heffner, Design Engineer Ron Brady, Inspector AUG.17.2004 4 :06PM METROPOLITAN CONST NO. 173 P. 1/2 R i METROPOLITAN CONSTRUCTION GENERAL BUILDING & ENGINEERING CONTRACTORS PHONE: (619) 741 -5643 FAX: (619) 741 -5658 Lic. No. 790532 FACSIMILE TRANSMITTAL FORM DATE: August 17, 2004 PROJECT No: BID PCK 2 TO: Engineering Department FAX NUMBER (760) 633 - 2818 ATTN: Kipp Hefner PHONE (760) 633 - 2797 FROM: Alberto Larios SUBJECT: ENCINITAS BLVD. TRUNK SEWER REPLACEMENT NUMBER OF PAGES (including this transmittal form): 2 ADDITIONAL COMMENTS /INSTRUCTIONS: R IF YOU DO NOT RECEIVE ALL OF THE PAGES LISTED ABOVE, PLEASE CALL AS SOON AS POSSIBLE FOR RETRANSMISSION: THANK YOU. 5 SENT:Date: Time: Initials: AW- .17.2004 4 :07PM METPOPOLITAN CONST Gmeml N S T R U C T I O N July 6, 2004 Kipp Hefner Engineering Services 505 S Vulcan Ave. Encinitas, CA 92024 Re; Encinitas Boulevard Trunk Sewer Replacement Dear Mr. Hefner. NO. 173 P.2/2 & Engineering Contractors U=se No. 790532 In Reply, please refer to 515 -06 Per the construction meeting, Metropolitan Construction has investigated the method to By -pass the Encinitas Boulevard Sewer Main, via using an existing storm drain that runs parallel with Encinitas Boulevard, starting at Calla Magdalena to the new Park on Vulcan. In order to do this, MC needs to run the pipe on the property line between Del Taco Restaurant and Oggi's Pizza, pursuant to a meeting with representatives of both businesses affected. From MC conversation with city inspector Ron Brady, it has been brought to my attention that the property owners have requested the by -pass piping be installed below grade, please note that MC is willing to make this accommodation If the City of Encinitas is willing to absorb the cost of the asphalt removal and replacement using bid item No. 17 and No. 21. The reason for the relocation was to open access for the traffic within the construction zone and Cal -Trans Right of Way. MC will appreciate your response as soon as possible. ' Sincerely, 61. Alberto L Project Manager P.O. Box 477, Bonita, CA, 91908 -0477 Phone (619)741.5643 Fax (619)741 -5658 City Of Encinitas July 12, 2004 Metropolitan Construction Attn: Jose Ortiz 8614 Troy Street Spring Valley, Calif. 91977 RE: ENCINITAS BLVD TRUNK SEWER REPLACEMENT(CEE01D) NOTICE TO PROCEED This letter is your NOTICE TO PROCEED for the subject contract and August 2, 2004 shall be considered the first day of the contract. The City of Encinitas' Council authorized award of a construction contract titled, Encinitas Blvd. Trunk Sewer Replacement to Metropolitan Construction in the amount of $860,117.25 at their regular meeting on June 16, 2004. The work is to be completed within 90 working days. Four attention is also directed to Section 6 -9, page B -5, where a rate of $600.00 a day is established as 11-:luidated damages. Please signify your acceptance of the above by signing and returning both originals. These shall then be signed and one will be forwarded to you. j ACCEPTED BY: l Ki % 'efiier Associate Civil Engineer Metropolitan Construction Contractors License No. 790532 (A) cc: Greg Shields TEL 760- 633 -2600 / FAX 760 -633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760- 633 -2700 � recycled paper Cit y of Encinitas July 12, 2004 Re: Encinitas Blvd. Trunk Sewer Replacement (CEE01 D) Dear Encinitas Resident/Business : This letter is being written to inform you of an important City project, which is about to start construction along Encinitas Blvd. from 500 feet west of the Encinitas Blvd. /Interstate 5 Interchange to Quail Gardens Drive. The project will be replacing the existing 8 inch sewer, which is presently flowing at capacity, with a new 12 inch sewer. The reason for the upsizing of the pipe size is to handle additional flows from new developments being built now that this sewerline will service. The City will be using an innovative trenchless technology known as "pipe bursting" to install the new sewerline. By using pipe bursting to install the pipe the City will minimize impacts to traffic on Encinitas Blvd., which is heavy during peak hours. Furthermore, this type of trenchless technology will minimize impacts to businesses in the area. To further reduce the possibility of any impacts to traffic or to the businesses along Encinitas Blvd. the work will be done at night between 9:00pm to 6:00am. Pipe bursting involves jacking and receiving pits where a boring mechanism first pulverizes the existing pipe, pushes it off to the sides, and slides the new pipe in behind it. By using this technique there is no need to do open trenching, which would require lane closures, and prevent people from making left turns into business driveways. Unfortunately, this technique will create some hammering /pounding noise. Since pipe bursting is done in segments the noise will not occur at all times, but only once every 3 to 4 days. The City wants to make you aware of this so you won't be caught by surprise. Construction is scheduled to start on August 2, and the pipe bursting operations will take 3 months to complete. We sincerely apologize for any inconvenience this may cause, but the City believes this technique will minimize any inconvenience including impacts to traffic and businesses. If you have any questions concerning this project please feel free to contact me at (760)633 -2775. Thank you in advance for your patience during construction. Sincerely, Kipp Ht fivil Engineer gc6554 TEL 760 - 633 -2600 / FAX 760 - 633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760 - 633 -2700 � recycled paper M-Ogr% ryinrrm ... General Building & Engineering Contractors C O N S T R U C T 1 ,O N License No. 790532 July 6, 2004 In Reply, please refer to 515 -06 Kipp Hefner Engineering Services 505 S Vulcan Ave. Encinitas, CA 92024 Re: Encinitas Boulevard Trunk Sewer Replacement Subcontractors Dear Mr. Hefner: Following Part 2 Section 2 -12 of the Special Provisions Metropolitan Construction, respectfully request the construction staking for the above mentioned job. Metropolitan Construction is planning to start the job at Station 1 +00. If you have any further questions, please feel free to contact me 619 -741 -5643 Respectfully Submitted, v a'� Alberto L rlos Project Manager \ \Mcserver\ users \FILMEX\ Projects \ENCINITAS \Correspondence \06 Requesting Survey.doc P.O. Box 477, Bonita, CA, 91908 -0477 Phone (619)741 -5643 Fax (619)741 -5658 Confirmation Report— Memory Send Page : 001 Date & Time: Jul -14 -04 04:04pm Line 1 Machine ID Job number 815 Date Jul -14 04:03pm To $97321367 Number of pages 002 Start time Jul -14 04:03pm End time Jul -14 04:04pm Pages sent 002 Status OK Job number 815 * ** SEND SUCCESSFUL * ** . TgA1aTSN[TrT�A.i, FOR�V.i . City of Encinitas FAX 760/633 -2818 505 S. vslcsa Aveaue Enginccrin8 3Mncinitss, CA 92024 -3633 760/633 -2770 DATE SENOTO F=^"- (3�i% NO. OF PAGES_�— �i 7a TO: <-z- ©�� M Pti N 9V o N E.�iL( Imo(_ --� OF: ApDRES8: _ FROM' , Q • •Call ASAP . Review ® 8can Ca Review 8c Return F.YS_ L.L�J Please Flaaadle � Per Our Conversarioa � Plea_ve iZ:aply by CON11V1�N1.�= Jul -14 -04 10 :42am Prom- s n r a m K I �I Z r a �/1 r 5 e E M IN a � o' i ao i DO H S � w J Q a i n, Z a m �I Z r a �/1 r 5 11'1 N eZs �i T -094 P.002/002 P -764 e M IN a s o' i ao i DO S � w J Q a n, Z 11'1 N eZs �i T -094 P.002/002 P -764 1�+ m s -w C7 rn D `O ODOM z < In IH n r � � O � a ^ • ^ e e = A n� Z/Z ' d ZZS ' ON iSNOO WUI I IOdONi3W WdB T : E bOOZ ' b T ' -inr a s o' w J Q a m d � � a re x � mom Y N ab s� v ill r IAS,H P-5 a „1 13 ON= Ca y�o a � 1 PL ckwil or I 1 I I I % a *i 2 2, Ll 1�+ m s -w C7 rn D `O ODOM z < In IH n r � � O � a ^ • ^ e e = A n� Z/Z ' d ZZS ' ON iSNOO WUI I IOdONi3W WdB T : E bOOZ ' b T ' -inr TRANSMITTAL FORM City of Encinitas FAX 760/633 -2818 505 S. Vulcan Avenue Engineering Encinitas, CA 92024 -3633 760/633 -2770 DATE 7 UL SENDTO FAX #: NO. OF PAGES:_ Z TO: OF: C- V (Z_C CG t�� ADDRESS: FROM: 7 1 �I PHONE: (760) 633 - 2-7 75 ❑ Call ASAP ❑ Review & Call Please Handle ❑ Per Our Conversation COMMENTS: ❑ Review & Return aF.Y.I. ❑ Please Reply by TRANSMITTAL FORM City of Encinitas FAX 760/633 -2818 505 S. Vulcan Avenue Engineering Encinitas, CA 92024 -3633 760/633 -2770 DATE SENDTO FAX #: �� i �� — . NO. OF PAGES :_Z - TO: OF: k k "Z__- �_ C-i lC= f-% ADDRESS: FROM: \(�� PHONE: (760)633- 277_1-- —A� ❑ Call ASAP ❑ Review & Call 91 Please Handle ❑ Per Our Conversation COMMENTS: �l LLI. C)U T .� � .0 i- pPrT `( ❑ Review & Return F.Y.I. ❑ Please Reply by A ► i A C, ti (LO �' L-') C-- TRANSMITTAL FORM City of Encinitas FAX 760/633 -2818 505 S. Vulcan Avenue Engineering Encinitas, CA 92024 -3633 760/633 -2770 j� p SENDTO FAX #: ���� �j� ��'S' NO. OF PAGES:_�- DATE � OF: l'�lT�2u ,�JO i o/"-) ADDRESS: FROM: f1� PHONE: (7 Q) 633- Z7 7 ❑ Call ASAP ❑ Review & Call ❑ Please Handle ❑ Per Our Conversation COMMENTS: ❑ Review & Return F.Y.I. ❑ Please Reply by PE JUL.13.2004 7 :51RM METROPOLITAN CONST Metropolitan Construction GENERAL BUILDING & ENGINEERING CONTRACTORS Lie. No. 790532 DATE; 7/18M/ TO; G67 r o r tNuWO -AT ATTN: k t P P t: IEFFN - R NO. 853 P. 1/2 FACSIMILE TRANSMITTAL FORM PROJECT NUMBER: FAX NUMBER (16a) (133 2%t5 FROM; At-b$50:1-0 SUBJECT: F-MuN MAS %4i-vb. ^Mum t 3ax4fZ NUMBER OF PAGES (Including this transmittal form): ADDITIONAL COMM)ENTS/INSTRUCTIONS: Cf 1 -#- o 1 IF YOU DO NOT RECEIVE ALL OF THE PAGES LISTED ABOVE, PLEASE CALL AS SOON AS POSSIBLE FOR RETRANSMISSION: PHONE: (619) 741 -5643 FAX: (619) 741 -5658 THANK YOU. SENT; Date: Time: Initials: JUL.13.2004 7:51AM METROPOLITAN CONST NO.853 P.2i2 METROPOLITAN CONSTRUCTION 8614 Troy St. Phone (619) 741 5643 Fax (619) 141 -5658 REQUEST FOR INFORMATION # 01 July 12, 2004: Date: CITY or ENCINITAS BNGINSERING Tot OBPARTHENT Attn: XIPB td8MR From? ALBERTO LARIOS Subjeoty PVC PIPE MATERIAL Project Name: Encinitas Boulevard Trunk Sewer Replacement C.T.P. No.: C8801D WIP NO.: Contractor: Metropolitan Construction Contract No.: Drawing Ref- Spec - Reis Needed ASAP Response By: Question: SPECIFICATION SECTION 207 -17 CALLS FOR PVC PIPE C-900 CLASS 150. THE PLANS CALLS FOR SDR -35, PLEASE CLARIFY WHICH ONE WILL BE USE ON THE PROJECT? By: Ak-e &Rio l.Au21oS ' pate: July 12, 2004 Origin r s Signature Reply /Solution Date: ,r f 13 ��' -`' ,(l {�, Ly-' rtiE(LE1.' Y 1 e �4j 51 ► tS 1 NVCJt.1% C�ar� fZ i�t- lCsi`Z r ,PC �n►� - +7 PE _ ,� . N E E D C_ - G �►CzJC� cT r ; S �ri � S, . � 4 i ?C, iv Nc► A � sa) S A CU sy t s�gnatuze Pvt Design This document is informational only. The above reply is intended as a clarification only and does not constitute a basis for change in contract price or time. if you do not concur do not proceed and notify the Construction Manager immediately. Forwarded 8y: Date: Contracts Manager's Signature Y�1.rw�m11111wMf NM77 ...R City of Encinitas July 12, 2004 Metropolitan Construction Attn: Jose Ortiz 8614 Troy Street Spring Valley, Calif. 91977 RE: ENCINITAS BLVD TRUNK SEWER REPLACEMENT(CEE01D) NOTICE TO PROCEED This letter is your NOTICE TO PROCEED for the subject contract and August 2, 2004 shall be considered the first day of the contract. The City of Encinitas' Council authorized award of a construction contract titled, Encinitas Blvd. Trunk Sewer Replacement to Metropolitan Construction in the amount of $860,117.25 at their regular meeting on June 16, 2004. The work is to be completed within 90 working days. Your attention is also directed to Section 6 -9, page B -5, where a rate of $600.00 a day is established as liquidated damages. Please signify your acceptance of the above by signing and returning both originals. These shall then be signed and one will be forwarded to you. I � ACCEPTED BY: Kipp Hefner Associate Civil Engineer Metropolitan Construction Contractors License No. 790532 (A) cc: Greg Shields l.l- 'r,00 1 ;1X - au -o h �n� � ul,.u� A�rnur i nunn,i. .�I�i�nnin �'u'. ;���; ul� - o(i -r,3_; , -uu recycled paper CONTRACT FOR THE CONSTRUCTION OF AN ENGINEERING SERVICES PROJECT THIS CONTRACT is made and entered into by and between the CITY of Encinitas, a municipal corporation, hereinafter referred to as "CITY ", and Filmex Inc. dba Metropolitan Construction, hereinafter referred to as "CONTRACTOR ". as RECITALS CITY requires a general contractor to construct a public works project generally described ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT CONTRACTOR represents itself as possessing the necessary skills and qualifications to construct the public works project required by the CITY and possesses the required contractors license; NOW THEREFORE, in consideration of these recitals and the mutual covenants contained herein, CITY and CONTRACTOR agree as follows: 1.0 CONTRACTOR'S OBLIGATIONS 1.1 CONTRACTOR shall construct the public work that is described in Attachment A, which is attached hereto and incorporated herein as though fully set forth at length; and which will hereinafter be referred to as "PROJECT ". 1.2 CONTRACTOR shall, it its own cost and expense, in a professional manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, tools, printing, vehicles, transportation, office space and facilities, an all tests, testing and analyses, calculations, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by CITY, necessary or proper to perform and complete the work and provide the services required of CONTRACTOR by this CONTRACT. 1.3 The CONTRACTOR is hired to render those services necessary for the complete construction of the PROJECT in a professional manner, and any payments made to CONTRACTOR are compensation fully for those services. 1.4 CONTRACTOR shall maintain throughout the full term of this CONTRACT all professional certifications and licenses required in order to comply with all City, State, and Federal laws in the performance of this CONTRACT. 1.5 The CONTRACTOR shall pay wages to CONTRACTOR's employees not less than the current "General Prevailing Wage Rates" issued by the Director of the Department of Industrial Relations of the State of California. 2.0 EXTRA WORK E -1 05K10 Page 1 March 04 2.1 The CONTRACTOR, in providing the services as set forth herein, shall not perform work in excess of the PROJECT without the written permission of the CITY or its designated representative. All requests for extra work shall be by written Change Order submitted to CITY prior to the commencement of such extra work. The cost or credit to CITY resulting from changes in the services shall be determined in accordance with the procedure described in paragraph 2.2, below. 2.2 CONTRACTOR shall seek compensation, or CITY shall be allowed any credit, for any change made by CITY pursuant to paragraph 2. 1, in the following manner: A. CONTRACTOR shall submit a written claim for compensation in the form of a Jump sum proposal (unless otherwise requested) with an itemized breakdown of all increases or decreases in the cost of CONTRACTOR's and subcontractors' work. Any or all of the following detail may be required by CITY: 1. Material quantities and unit costs; 2. Labor costs (identified with specific item of material to be placed or operation to be performed); 3. Construction equipment; 4. Worker's Compensation and Public Liability Insurance; 5. General and field overhead; 6. Profit; and 7. Employment taxes. B. The overhead and profit percentages included in the proposal shall not exceed the maximums given in subparagraph C, and shall be considered to include, without limitation, insurance other than that mentioned in the is Section, bond or bonds, use of small tools, incidental job burdens, and general job expense. No percentages for overhead or profit will be allowed on employment taxes. The percentages for overhead and profit shall be negotiated and may vary according to the nature, extent, and complexity of the work involved. Not more than three percentages, not to exceed the maximum in subparagraph C, will be allowed regardless of the number of subcontractors; that is, any markup of subcontractor's work is limited to one overhead percentage and one profit will be added to the direct cost decrease for proposals that decrease the CONTRACT amount. C. Overhead and profit will each be limited to ten percent (10 %) of the total sum of proposed changes for work performed by CONTRACTOR and its subcontractors. D. Any request for a time extension will be included with CONTRACTOR's proposal. 05K10 Page 2 March 04 E -2 E. CITY shall consider CONTRACTOR's proposal in detail, utilizing unit prices where specified or agreed upon for caicuiating CONTRACTOR's estimates, to determine compensation. F. After receiving CONTRACTOR's detailed proposal, the CITY's designated representative for the PROJECT shall promptly review and take action on it. When the immediate need to proceed with a change is indicated through written communication by the City, the CONTRACTOR shall proceed on the basis of a price determined at the earliest practicable date but not more than the increase or less than the decrease proposed by CONTRACTOR. G. Any claim for compensation due to Differing Site Conditions, as defined by the Standard Specifications for Public Works Construction, 1997 edition (the "Green Book ") is subject to and shall be in accordance with the requirements and limitations set forth I subparagraphs A through G of this paragraph 2.2. All other claims for compensation submitted by CONTRACTOR under this CONTRACT shall be subject to the requirements and limitations of subparagraphs A through E of this paragraph 2.2. H. Upon written request by the CITY's designated representative for the PROJECT, CONTRACTOR shall submit a proposal, in accordance with the requirements and limitations set out in subparagraphs A through G of this paragraph 2.2, for work involving contemplated changes covered by the request, within the time limit indicated in the request or any extension of such time limit that may be subsequently granted. If, within a reasonable time after receiving CONTRACTOR's proposal, the CITY's designated representative for the PROJECT directs CONTRACTOR to proceed with performing the proposed work, the proposal shall constitute CONTRACTOR's claim for compensation. I. CONTRACTOR understands that project changes in excess of $25,000 may require approval by the CITY's City Council. Such approval may occur only during regularly scheduled City Council meetings that occur three times each month. 3.0 PAYMENT FOR SERVICES Payment for CONTRACTOR's work to be rendered hereunder shall be in accordance with the provisions of the Bid Schedule in Section D, Bid Forms, which is attached hereto and incorporated herein as though fully set forth at length. 3.5 SECURITY FOR CONTRACTOR'S PROMISE TO PERFORM 3.5.1 CONTRACTOR shall post and maintain during the full term of this CONTRACT, the following security for CONTRACTOR's promise to perform this CONTRACT: 05K10 Page 3 March 04 E -3 A. The amount of the faithful performance security shall be: 100 %. B. The form of the security shall be: Cash; 2. Cashiers check made payable to the CITY; 3. A certified check made payable to the CITY; 4. A 100% faithful performance bond executed by an approved surety insurer, admitted in the State of California, made payable to the City; or The CONTRACTOR may elect to deposit securities of a value equivalent to the amount of the performance security in accordance with the provisions of § 22300 of the Public Contract Code. The City will make the final determination as to the value of the posted securities. 3.5.2 CITY shall retain 10% of each payment due CONTRACTOR under this contract until completion and acceptance of the PROJECT. In accordance with the provisions of § 22300 of the Public Contract Code, the CONTRACTOR may elect to deposit securities of a value equivalent to the retention and thereby become entitled to receive 100% of the payments, without retention. The City will make the final determination as to the value of the posted securities. 3.5.3 In accordance with Civil Code §3247, CONTRACTOR shall post and maintain during the full term of this CONTRACT, the following security for CONTRACTOR' promise to pay for all labor, materials and equipment in the performance of this CONTRACT. A. The amount of the payment (labor and materials) security shall be: 100 %. B. The form of the security shall be: Cash; 2. Cashiers check made payable to the CITY; 3. A certified check made payable to the CITY; 4. A 100% labor and materials bond executed by an approved surety insurer, admitted in the State of California, made payable to the City; or The CONTRACTOR may elect to deposit securities of a value equivalent to the amount of the performance security in accordance with the provisions of § 22300 of the Public Contract Code. The City will make the final determination as to the value of the posted securities. 4.0 TERM OF CONTRACT E -4 05K10 Page 4 March 04 4.1 This CONTRACT shall be effective on and from the day, month and year of its execution by CITY. 4.2 CONTRACTOR shall commence the construction of the PROJECT within 15 days from the date of a written notice to proceed and shall continue until all tasks to be performed hereunder are completed or this CONTRACT is otherwise terminated. 4.3 CONTRACTOR shall fully complete the performance of this contact within 90 working days from the date of a written notice to proceed. 5.0 TERMINATION OF CONTRACT 5.1 CITY may terminate this CONTRACT at any time. Notice will be in writing at least ten (10) days before the effective termination date. If CITY terminates the CONTRACT, it will pay CONTRACTOR for all effort and material expended under the terms of this CONTRACT, up to the date of notice. 5.2 Subject to paragraph 5.6, below, CONTRACTOR may terminate this CONTRACT at any time with CITY's mutual consent. Notice will be in writing at least fifteen (15) days before the effective termination date. 5.3 Subject to Paragraph 5.7, below, if CONTRACTOR fails to properly perform its obligations in a timely manner due to any cause, or if CONTRACTOR violates any part of this CONTRACT, CITY shall have the right to terminate this CONTRACT. Notice will be in writing at least fifteen (15) days before the effective termination date. Should this occur, all finished or unfinished documents, data, studies, surveys, drawings, maps, reports and other materials prepared by CONTRACTOR shall, at CITY's option, become CITY's property, and CONTRACTOR shall receive just and equitable compensation for any work satisfactorily completed up to the effective date of termination, not to exceed the total costs under Section 3.0. 5.4 Should the CONTRACT be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. 5.5 By executing this document, CONTRACTOR waives any and all claims for damages that might otherwise arise from CITY's termination under this Section. 5.6 Neither party shall be deemed to be in breach of this CONTRACT based on a breach, which is capable of being cured until after it has received written notice of the breach from the other party. The party charged with breach shall have ten (10) days from the date of receiving such notice in which to cure the breach or otherwise respond. If the circumstances leading to the charge that the CONTRACT was breached have not been cured or explained to the satisfaction of the other party within ten (10) days from the date on which the party received notice of breach, the non- breaching party may terminate this CONTRACT. 6.0 STATUS OF CONTRACTOR The CONTRACTOR shall perform the services provided for herein in a manner of CONTRACTOR's own choice, as an independent contractor and in pursuit of CONTRACTOR's independent calling, and not as an employee of the CITY. CONTRACTOR shall be under control 05K10 Page 5 March 04 E -5 of the CITY only as to the result to be accomplished and the personnel assigned to the project. However, CONTRACTOR shall confer with the CITY as required to perform this CONTRACT. 7.0 SUBCONTRACTING 7.1 As required by California Public Contract Code Section 4104, the CONTRACTOR has set forth in the List of Subcontractors and Suppliers in Section F, Bid Forms, which is attached hereto and incorporated herein as though fully set forth at length: A. The name and location of the place of business of each subcontractor who will perform work or labor or render service to the bidder in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the bidder, will specially fabricate and/or install a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of 1/2 of 1% of the CONTRACTORS total bid. B. The portion of work which will be done by each listed subcontractor; and C. Only one subcontractor for each portion of the work. 7.2 If the CONTRACTOR subcontracts any of the work to be performed under this CONTRACT, CONTRACTOR shall be as fully responsible to the CITY or the acts and omissions of the CONTRACTOR's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as CONTRACTOR is for the acts and omissions of persons directly employed by CONTRACTOR. Nothing contained in the CONTRACT shall create any contractual relationship between any subcontractor of CONTRACTOR and the CITY. The CONTRACTOR shall bind every subcontractor by the terms of the CONTRACT applicable to CONTRACTOR's work unless specifically noted to the contrary in the subcontract in question approved in writing by the CITY. 8.0 ASSIGNMENT OF CONTRACT The CONTRACTOR has no authority or right to assign this CONTRACT or any part thereof or any monies due thereunder without first obtaining the prior written consent of the CITY. 9.0 EQUALS The PROJECT description designates specific brands or trade names. In accordance with Public Contract Code § 3400, the CONTRACTOR proposes "an equal" item indicated in Attachment D that is attached hereto and incorporated herein as though fully set forth at length. 10.0 VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent or employee of the CITY, either before, during or after the execution of this CONTRACT, shall effect or modify any of the terms or obligations herein contained nor such verbal agreement or conversation entitle CONTRACTOR to any addition payment whatsoever under the terms of this CONTRACT. 05K10 Page 6 March 04 E -6 11.0 DISPUTES 11.1 If a dispute should arise regarding the performance of this CONTRACT, the following procedures shall be used to resolve any question of fact or interpretation of the terms of this CONTRACT, including any plans and specifications included in this CONTRACT, which are not otherwise settled by agreement between the parties. 11.1.1 Disputed facts or interpretations of the terms of this CONTRACT shall be clearly identified and reduced to writing by the party making the claim, with a copy delivered in person, mail, overnight delivery, or telecopier transmission, not later than fifteen (15) calendar days following the date of the event, change in circumstance, determination of dispute in interpretation, or the discovery of the event, change in circumstance, or dispute in interpretation. The documented dispute shall also include recommended methods of resolution, which would be of benefit to both parties. 11.1.2 Within ten (10) calendar days of receipt of the documented dispute the party receiving the correspondence shall deliver a reply, including with the reply the responding party's recommended methods of resolution, to the complaining party. Delivery of the reply shall be in person, by mail, overnight delivery, or telecopier transmission, so long as it is received by the complaining party within the time described in this subparagraph. 11.1.3 If the parties have not resolved the dispute within five (5) calendar days of the delivery of the responding party's reply to the dispute, the complaining party shall send a letter within five (5) calendar days, outlining the dispute, together with the documented dispute and reply, to CITY's Engineering Services Director for resolution. The Director shall have ten (10) calendar days within which to resolve the dispute and serve a notice of decision on each of the parties in the manner set forth in this Section for delivery of claims. Should the Director fail to resolve the dispute within this ten (10) calendar day period, the Director shall take no further action on the dispute except to notify the parties, in the manner set forth in this Section for delivery of claims, that the dispute shall be deemed unresolved and the complaining party may proceed with resolution of the dispute in accordance with paragraphs 11.2 and 11.3, below. 11.2 The parties mutually agree that any dispute arising out of or relating to this CONTRACT, or its breach, which cannot be settled by negotiation shall be first submitted to mediation under the Commercial Mediation Rules of the American Arbitration Association before resorting to arbitration, litigation, or other action. 11.3 CITY has elected to resolve any disputes under this CONTRACT pursuant to Article 7.1 (commending with section 10240) of Chapter 1 of Part 2 of the California Public Contract Code. Claims, disputes and other matters in question between the parties to this CONTRACT, arising out of or relating to this CONTRACT or the breach thereof, shall be decided by arbitration in accordance with the current rules of the American Arbitration Association unless the parties mutually agree otherwise. 11.3.1 No demand for arbitration may be made until the party making demand for arbitration has first complied with the procedures set forth in paragraphs 11.1 and 11.2 of this Section 11. 05K10 Page 7 March 04 E -7 11.3.2 The claimant shall initiate arbitration within ninety (90) calendar days after the date of service of the notice of decision or notice of non - decision of the Li i Y s Engineering Services Director in accordance with Public Contract Code section 10240.1. 11.3.2 No arbitration arising out of or relating to this CONTRACT, shall include, by consolidation, joinder or in any other manner, any additional person not a party to this CONTRACT except by written consent containing a specific reference to this CONTRACT and signed by CONTRACTOR, CITY, and any other person sought to be joined. 11.3.3 Any consent to arbitration involving an additional person or persons shall not constitute consent of any dispute not described therein or with any person not named or described therein. This CONTRACT to arbitrate and any CONTRACT to arbitrate with additional person or persons duly consented to by the parties to this CONTRACT shall be specifically enforceable under the prevailing arbitration law. 11.3.4 Notice of the demand for arbitration is to be filed in writing with the other party to this CONTRACT and with the American Arbitration Association. The demand is to be made within a reasonable time after the claim, dispute or other matter in question has arisen. In no event is the demand for arbitration to be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. The award rendered by the arbitrators shall be final and judgment may be entered upon it in accordance with applicable law in any court having jurisdiction thereof. 12.0 HOLD HARMLESS 12.1 CONTRACTOR agrees to indemnify and hold the CITY and CITY's officers, officials, employees and agents harmless from, and against any and all liabilities, claims, demands, causes of action, losses, damages and costs, including all costs of defense thereof, arising out of, or in any manner connected directly or indirectly with, any acts or omissions of CONTRACTOR or CONTRACTOR's agents, employees, subcontractors, officials, officers or representatives. Upon demand, CONTRACTOR shall, at its own expense, defend CITY and CITY's officers, officials, employees and agents, from and against any and all such liabilities, claims, demands, causes of action, losses, damages and costs. 12.2 CONTRACTOR's obligation herein includes, but is not limited to, alleged defects in the construction of the improvements; alleged defects in the materials furnished in the construction of the improvements; alleged injury to persons or property; alleged inverse condemnation of property as a consequence of the construction or maintenance of the work or the improvement; and any accident, loss or damage to the work or the improvements prior to the acceptance of same by CITY. 12.3 By inspecting, approving or accepting the improvements, CITY shall not have waived the protections afforded herein to CITY and CITY's officers, officials, employees and agents or diminished the obligation of CONTRACTOR who shall remain obligated in the same degree to indemnify and hold CITY and CITY's officers, officials, employees and agents, harmless as provided above. 05K10 Page 8 March 04 ME 12.4 CONTRACTOR's obligation herein does not extend to liabilities, claims, demands, causes of action, losses, damages or costs that arise out of the CITY's intentional wrongful acts, violations of law, or the Cfl'Y's sole active negligence. 13.0 INSURANCE 13.1 The CONTRACTOR shall obtain and for the full term of this CONTRACT maintain a policy of motor vehicle liability, general liability and property damage insurance from an insurance company approved by City and licensed and admitted to be transacting business in the State of California, in an insurable amount of not less than one million dollars ($1,000,000.00) for each occurrence and in the aggregate. The insurance policy shall provide that the policy shall remain in force during the life of this CONTRACT and shall not be canceled, terminated, or allowed to expire without thirty (30) days prior written notice to CITY from the insurance company. 13.2 The CITY shall be named as an additional insured on CONTRACTOR's policies. 13.3 Prior to commencement of work under this CONTRACT, CONTRACTOR shall furnish endorsements from each of the insurance companies. 14.0 NOTICES 14.1 Any notices to be given under this CONTRACT, or otherwise, shall be served by certified mail. 14.2 For the purposes hereof, unless otherwise provided in writing by the parties hereto, the address of CITY and the proper person to receive any such notice on its behalf is: Peter Cota - Robles, Director of Engineering Services City of Encinitas 505 S. Vulcan Avenue Encinitas, CA 92024 -3633 and the address of CONTRACTOR and the proper person to receive any such notice on its behalf is: Jose O. Ortiz, President Filmex Inc. dba Metropolitan Construction 8614 Troy St. Spring Valley, CA 91977 15.0 CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 "CONTRACTOR certifies that CONTRACTOR is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC Secs. 1101 -1525) 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." 05K10 Page 9 March 04 E -9 16.0 AFFIDAVIT OF NONCOLLUSION As required by California Public Contracts Cocte section 7106, the CONTRACTOR has submitted within Section F, Bid Forms, affidavit of noncollusion affidavit, which is attached hereto and incorporated herein as though fully set forth at length. CONTRACT R by ' Jose O. tz, esident Filmex Inc. dba Metropolitan Construction �.. W. r.V State of California License No. 7 9 0 5 3 2 E -10 CITY C by � t--D a, �: - OA Peter Cota- Robles City of Encinitas Dated: " 05K10 Page 10 March 04 EXECUTED IN DUPLICATE BOND NO. 08748857 PREMIUM: $11,365.00 FAITHFUL PERFORMANCE BOND Premium Is For Contract Term FOR And Is Subject To Adjustment Based On Final Contract Price ENCINUTAS BOULEVARD TRUNK SEVER REPLACEMENT KNOW ALL MEN BY THESE PRESENTS that FILMEX, INC. DBA: METROPOLITAN CONSTRUCTION a@ CONTRACTOR and FIDELITY AND DEPOSIT COMPANY OF MARYLAND e Md ly bo , t City of Encinitas, as the CrI'Y, in the penal sum of J�> ours ($ ° . Which is one-hundred percent of the total contract amount for the above - stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDI'T'IONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with the CITY for the above stated project, if CONTRACTOR faithfully performs and fulfills all obligations under the contract documents in the manner and time specified therein, then this obligation shall be null and void, otherwise it shall remain in foil force and effect in favor of the CITY. As part of the obligation secured hereby and in addition to the face amount specified therefore, including reasonable attorneys' fees incurred by the CITY in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered; provided that any alterations in the obligations or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY. IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals this 2ND day of JULY , 2004. CONTRACTOR FILMEX, INC. DBHMETROPOLITAN CONSTRUCTION BY: I I i SURETY BY: JOSE & -WRXZ, PRESIDENT JEAN HAk, ATTORNEY -IN -FACT AcKNOwLEDGMENT of Execution by CONTRACTOR and SURE -rY in the proper format, shall be attached to this bond. 05K10 Page 11 March 04 E -11 m N O z z cW i W� JI iI Z' j �I I QI W NI LI L!� J a A P4 H q z 7 cc ; � �• C .- tin N ul N L O L L V cr z O_ C U Q N X_ C .% m O C L ' W 0 c Z g n a F- F- : N L i fp L O o cn L C L N �O L U N E +a 0) L L O Ca 0 Z. W U J Q Q t a H a: j z i57�S O �£o� w� FCC a I_ W t7 N y m cn d N N - L— O Q > A H_W z W � 0 i O C U O U t-LL d 0 w w v yP C0 p�� LL y W❑ ❑LL LL o z p oC CL °'_UV`t J g _ m C 3: ALL O LU ~ u) W ¢ O �¢ z Q `� o C O a J Q Q N } (n Z C z CL m1°$ o p w Z ¢ w o yQ O v o Q > Z (L ¢ O H ¢ Q O ° ¢ ¢ Q ° W = F- a CC Lz Q W Q zo cm W _ a ¢¢�G'c_ ❑ ® ❑ ® ❑ ❑❑ O Z ^ C� Ff. c U) o N C O n. Viz P4 H q z 7 cc ; � �• C .- tin N ul N L O L L V cr z O_ C U Q N X_ C .% m O C L 0 a F- F- : N L i fp L O o cn L C L N �O L U N E +a 0) L L O F U J C t a H FA j N C >, 3 �c$ FCC a a t7 N y m cn d N N - L— C A a U m C 0 i O C Z L O E _ "' O .0 0 y O C C N O P4 H q z 7 cc ; � �• C .- tin N ul N L O L L V cr z O_ W Cx m O C L 0 a F- F- o cn L C L N �O L d z W w F Z 3 L_ L cn O C 0 H za W Co �n 3 r in c¢ co FCC U t7 ¢ cu C N O L c6 t Q. N C ~ z° O w F-I W z ¢ W Z L O E _ "' O .0 0 y O C C N O L z t? t-LL d 0 ,'� Qi w v in L O O to O r W. Cl. " O y 5 >, E O W A LL o C m 0 :� N C m O in d N O E >, (D (D p oC CL °'_UV`t } ALL 4 w w 'p co •� N i N C O U M N C az E `� u) W ¢ O N a) 3 ca ca o zz O ul Y - U C O }zE H ul O O O (n 0 Q > 3 m0 a: E wU9N a O F- ° F- w= F- Q Q W ° mw cn ¢ 0 LU w° QF- U z LL w F- j ¢ ., F- z W O Q LL O w a ° V) W 0 Q CL LL O ¢ w m D z W > O m a ° W Q z z Q F- ¢ W 0 s cc w z 9 3 m �E M o m� `c B m c � U N p N �p L N ai (D � D 0 a d W a ac Z W p A O Q IMS2 ❑ uW] a o O ti (��Q }N >�0 E p Q f� =-L ° N ¢ m m p oC CL °'_UV`t O O v C O }zE H a) 3 m0 a: E wU9N a -t O Ln z U O a Q W Q 1�,iE oI O cV p ° O Z ^ c U) o N C O n. O F- ° F- w= F- Q Q W ° mw cn ¢ 0 LU w° QF- U z LL w F- j ¢ ., F- z W O Q LL O w a ° V) W 0 Q CL LL O ¢ w m D z W > O m a ° W Q z z Q F- ¢ W 0 s cc w z 9 3 m �E M o m� `c B m c � U N p N �p L N ai (D � D 0 a d W a ac Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: 3910 KESWICK ROAD, BALTIMORE, MD 21211 KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a_ corporation of the State of Maryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute and appoint John G. Maloney, Helen Maloney, Mark D. lit rola and Kskrfn Jean Hall, all of Escondido, California, EACH its true and lawful agent and Attorney -in -Fact, to in ecute, s deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakin the exec f such bonds or undertakings in pursuance of these presents, shall be as binding upon said Compan . lly and , to all intents and purposes, as if they had been duly executed and acknowledged by the regularly a officers Company at its office in Baltimore, Md., in their own proper persons. This power of attorney rev t issue alf of John G. Maloney, dated December 28, 1999 and on behalf of Helen Maloney, dated July 24,E The said Assistant Secretary does hereby Section 2, of the By -Laws of said Company, IN WITNESS WHEREOF, the said I affixed the Corporate Seal of the said F A.D. 2002. ATTEST: 'mac ocvos�i !iN 4,wn� State of Maryland County of Baltimore ss: the extra forth on the reverse side hereof is a true copy of Article VI, in for tant Secretary have hereunto subscribed their names and COMPANY OF MARYLAND, this 3rd day of December, FIDELITY AND DEPOSIT COMPANY OF MARYLAND �O U� J A. By: T. E. Smith Assistant Secretary Paul C. Rogers Vice President On this 3rd day of December, A.D. 2002, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, written. POA -F 012 -5012 I have hereunto set my hand and affixed my Official Seal the day and year first above G—iaf)4s Carol J. Fader Notary Public My Commission Expires: August 1, 2004 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice- Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice- President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 2ND day of JULY 2004 ou. Assistant Secretary ZURICH THIS IMPORTANT ]DISCLOSURE NOTICE IS PAIN OF YOUR FOND We are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The premium charge for risk of loss resulting from acts of terrorism (as defined in the Act) under this bond is $ waived . This amount is reflected in the total premium for this bond. Disclosure of Availability of Coverage for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism (as defined in the Act) with terms, amounts, and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism (as defined in the Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is 1% of direct earned premium in the prior year; for 2003; 7% of direct eamed premium in the prior year, for 2004, 10% of direct earned premium in the prior year; and for 2005, 15% of direct earned premium in the prior year. The federal share of an insurance company's losses above its deductible is 90 %. In the event the United States government participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed $100 billion in any one calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attomey General of the United States: 1. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life, property or infrastructure; 3. to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defined in section 40102 of title 49, United 17 States Code) or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But. no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war declared by Congress (except for workers' compensation) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000. These disclosures are informational only and do not modify your bond or affect your rights under the bond. Copyright Zu:,ch American lnsurwce Company 2003 - 0050749.aoc EXECUTED �N DUPLICATE BOND NO. 08748857 PRXNt7UM INCLUDED IN PL"P.POIiM&nCE ROND LABOR AND MATERIALS BOND FOR ENCIRMAS BOULEVARD TRUNK SEWER REPLACEWNT KNOW ALL NON 13Y THESE PRESENTS that FILMEX, INC. DBA: METROPOLITAN CONSTRUCTION a$ CONTRACTOR,and FIDELITY AND DEPOSIT COMPANY OF MARYLAND as SURETY are held and firmly bound unto the City of EncinitAs, as the CITY, in the penal sum off'_ fij�flgMRH D�V4�W�FAOUS ($859, 982.2) Which is one hundred percent of the total contract aaouzztoz tfiemove stated project, for payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with the CITY for the above stated project, if CONTRACTOR or any subcontractor fails to pay for any labor or material of any kind used in the performance of the work to be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY will pay for the same in an amount not exceeding the sum set forth above, and also in case suit is brought upon this bond, will pay in addition to the face amount thereof costs and reasonable expenses and fees, including reasonable attorneys fees incurred by the CITY in successfully enforcing such obligation, to be awarded and fixed by the court, and to be taxed as costs to be included in the judgment therein rendered, which amount shall inure to the benefit of all person entitled to file claims under the State Code of Civil Procedures, provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of the contract documents shall not in any Way release either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY. IN wrrNE5s wiMpFoF the parties hereto have set their names, titles, hands, and seals this 2ND day of JULY , 2004. CONTRACTOR FILMEX, BY: SURETY FIDELITY BY: d ITAN CONSTRUCTION JOSE a":' ORTIZ, PRESIDENT ACKNOwLEDGMLNT of Execution by CONTRACTOR and SURETY in the proper format, shall be . attached to this bond. 05K10 Page 12 March 04 E -12 0) m O 2 J Wcc W > c C; ' zp m E Z_ cT z Z OE H a C N p U £ E m in v _5 ao u U W Q c H��� t Ot :3 ° a g;� OH Z g Noma J O � n F-W A C, '< a 5 a 0 Q OVA d. O _ a j c��mm ° W ¢w 0 c :3 v�aD N� n�Ca =Y O 4F ❑® V HS J Wcc C; � O Z_ a C N p U a U-+ H- W z W ❑ t Ot :3 ° > Q a Z W P4 H � ��� L-0C z z a 0 c :3 v�aD N� n�Ca D0a O EL ° HS cc¢ � L C � (ti L LL L Z ° m U) z N O H a o .L. cu m CO .LO. E N N"° O C O �' N �+ A cn Z = z a c) in co A wUFaNv w° t 0 E d N y N— 0 O •U O z F- Q O H U X C w ycc cc C a a 0 ¢ D F W LL ❑ ® ❑ 0 ❑❑ O �LU i Vii zHz PC O W aH U O u W H A O 0 >> N j O C; L a a C N p U IMS2 U-+ v°j O 4v- yL E H a ❑ t Ot :3 ° P4 a C �, 3 ca E N N c0 N O N N P4 } � ��� L-0C p z a 0 c :3 v�aD N� n�Ca O EL ° HS � L C � (ti L za L _ ° 3 cdt c� v ° m N cap ca N L N w H w W w W .L. cu m CO .LO. E N N"° O C O �' N �+ A CO LL — a w '= E a� a c) in co A wUFaNv w° t 0 E d N y N— 0 O •U O i .0 .�, O C W z E O y 3 N c0 cO L 0 Z z F' N H 0 Z� O a� a- c H W� LLi O Z Y r 0 .N O d > _ z O A O zHz PC O W aH U O u W H A O 0 >> N j O 4 H z W m M U O 0 LL O w a W 0 > m z a LLJ �o o C.3 z LL O CO) z UJ a U Q a O 0 H z LL W S2 a O 0 w o a a LL O O Q O W W [fl z C7 H z to O H 0 W = F Q Q Q 0 W W 0] Q 0 U) LU LU H 0 Q F- U z LL w Q w U UO U) W 1-1. vv- •-, m _o m N � O `c o m c E N U m � m m t m v m N _m v �O m � m^ a aci m «m a L 01 O C; L a IMS2 CW!] ❑ a o E p �' N (A ¢ r—LLz p a � NQ7CL O O 0`f VVa _ a� E _ "no a L ° m N t' C cc�ao"' m0Q4 E tC O wUFaNv O 0 c z F OL as s _ C N c6 O ° = i (n d f�b93N> 4 H z W m M U O 0 LL O w a W 0 > m z a LLJ �o o C.3 z LL O CO) z UJ a U Q a O 0 H z LL W S2 a O 0 w o a a LL O O Q O W W [fl z C7 H z to O H 0 W = F Q Q Q 0 W W 0] Q 0 U) LU LU H 0 Q F- U z LL w Q w U UO U) W 1-1. vv- •-, m _o m N � O `c o m c E N U m � m m t m v m N _m v �O m � m^ a aci m «m a L 01 O Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: 3910 KESWICK ROAD, BALTIMORE, MD 21211 KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute and appoint John G. Maloney, Helen Maloney, Mark D. lat role and Ka n Jean Hall, all of Escondido, California, EACH its true and lawful agent and Attorney -in -Fact, to in ecute, s deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertaken the exec of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Compan lly and , to all intents and purposes, as if they had been duly executed and acknowledged by the regularly a officers Company at its office in Baltimore, Md., in their own proper persons. This power of attorney rev t issue alf of John G. Maloney, dated December 28, 1999 and on behalf of Helen Maloney, dated July 24, The said Assistant Secretary does hereby ce ° the extra forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Company, ow in fore IN WITNESS WHEREOF, the said esident( =Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said ITY Al POSIT COMPANY OF MARYLAND, this 3rd day of December, A.D. 2002. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND 'gyp DEio'f °�,... By: T. E. Smith Assistant Secretary Paul C. Rogers Vice President State of Maryland County of Baltimore ss: On this 3rd day of December, A.D. 2002, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. J. f� HOT POA -F 012 -5012 Carol J. Fader Notary Public My Commission Expires: August 1, 2004 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice- Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 2NDday of JULY , 2004 Assistant Secretary ATTACHMENT A ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT WORK TO BE DONE All work shall be done in accordance with the Special Provisions, the "Greenbook" Standard Specifications for Public Works Construction (2003 edition) and the San Diego Area Regional Standard Drawings (March, 1997 edition), Caltrans Standard Specifications (July, 2002 edition), APWA Standard Plan (latest edition) and the plans, drawing number ES -441 unless otherwise indicated on the plans. DESCRIPTION OF WORK FOR ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT The work consists of 2,607 feet of sewer main installed using the pipe bursting method, and 469 feet of sewer main using the open trench method, in Encinitas Boulevard from about 800 feet west of Interstate 5 to Westlake Drive in the City of Encinitas. The work includes pavement removal, installation of 12 -inch HDPE and PVC sewer using the pipe bursting and open trench methods, installation of manholes, reconnection and remodeling of existing service laterals, concrete sewer encasements, asphalt paving replacement, restoration of existing public and private improvements, and other related appurtenant work complete and as required in accordance with the Contract Documents, Work Project No. CEEOID including Drawings No. ES -441 entitled "Encinitas Trunk Sewer Replacement." 05K10 Page 13 March 04 E -13 NER BID SCHEDULE =`J No. 51+ NER cry to grove nent. IITRACT A OV UNT `� 1�� %' IQ� A - ''�'�.�— dollars and cents. :� IORDS) �u,;,N car £�£ t " Z5 //cam D -15 PPx�mate Qtiantit3+ -item Write unit Price (in words) Unit Price . 'vtai t�. um Clearing and Grubbing $ (p gV01 pa $ �, q DD- OD 1. Lump Sum 2. Lump Sum !LZUMP um Replacement o f Median, Curb, $ 3�i 5�0 d $ 34 O0.OD Landscape 3. Lump Sum . um Shoring and Bracing $ 75, o $ . 00 4. Lump Sum Lump Sum Excavation, Backfill, and Recompaction $ $ of Launching and Receiving Pits (p9 NO . D 0 bq. 000. co 5. Lump Sum Lump Sum Traffic Control $ OD $ 41. 4 oo. DO 6 2,607 L.F. 12" HDPE Sewer Pipe (Pipe Burst) $ (o (-w $ 4 q �] 2 pQ 7. 469 L.F. 12" PVC Sewer Pipe (Open Trench) $ rj- 5 , 29 $ � 2 12c 25- 8. 8 Each. Manholes 0 — 10 Feet depth $ U jq o• DD $ 33 l2 ©. c µ;..9. 6 Each Manholes 10 — 16 feet depth $ r-1, 999, 00 $ D7 0. 2 Each Manholes, Drop Inlet $ $ 0t). O 1 • 1 Each 4 -inch Service Lateral Reconnections $ 1.9 26 . fl $ OZ5.06. M`'12• 5 Each 6 -inch Service Lateral Reconnection $ 1,125. 00 $ D0 13. 1 Each .8-inch Service Lateral Reconnection $ [. co_ Q0 $ Do. DD a14. 1 Each Connection to Existing 12 -inch VC $ $ $ !� Sewer U �O O 15. 1 Each Connection to existing 12 -inch PE $ $ 3 �� �� Sewer • 6. 1 Each Relocate Existing 8 -inch Sewer Lateral $ $ (contingency item) Z. 20• Q 3.22D. Qb 7. 6,000 S.F. 6 -inch Thick Asphalt Concrete (Digouts) $ $ (Contingency item) 18. 6,000 S.F. Aggregate Base (Contingency item) $ + , t-( $ rp g��, Qt l9. 1,000 S.F. Biaxial Geogrid, Tensar BX -100 or item) $ I 4 0 $ i ��. Ob equivalent (Contingency r 0. 50 C.Y. Excavation and Removal of Unsuitable item $ �� $P Material (Contingency .S 4,000 S.F. Remove Existing 12 -inch Asphalt $ $ Concrete Pavement {Digouts) (Contingency item) - 03 / 2. Lump Sum Lump Sum Replace Traffic Loops Damaged by $ 1{ DDO —00 $ Construction Operations 1. Lump Sum Lump Sum Construction Bypass $ z Uc�� 4; 1 Each Water Service Relocation (Contingency $ $ item) TOTAL: $ $ �082- =`J No. 51+ NER cry to grove nent. IITRACT A OV UNT `� 1�� %' IQ� A - ''�'�.�— dollars and cents. :� IORDS) �u,;,N car £�£ t " Z5 //cam D -15 TRANSMITTAL FORM City of Encinitas FAX 760/633 -2818 505 S. Vulcan Avenue Engineering Encinitas, CA 92024 -3633 760/633 -2770 DATE � G' SENDTO FAX #: NO.OF PAGES:_ OF: �-� e -� f ADDRESS: FROM: l t y' -�!'� PHONE: (760) 633- 2 2 7�) ❑ Call ASAP ❑ Review & Call ❑ Please Handle ❑ Per Our Conversation ❑ Review & Return lu F.Y.I. ❑ Please Reply by ON Subsurface Utility Report UNDERGROUND SOLUTIONS Address Project Location / Sta. Calle Magdelena / Encinitas Blvd./ Sta.16 +10 +/- USA Ticket # A751343 — Ex iration Date: 4 -10 -04 Thomas Bros. Page 1147 C6 Paved (Circle): Yes / No T e: Concrete / Asphalt Depth: Concrete in. Concrete in. Depth: Asphalt in. 10 "Asphalt in. 10" Pothole # Cut Size Depth (ft - in) Surface Elevation Utility Elevation Material Type Utility Type Size Comments 1 4'X 2' 5'X 7" Not Available Not Available Sand / Clay Water ACP 10" Found utility @ t.o.p. elevation only Backfill with native Traffic Control FAB : Yes X No QtV. 1 T/C Provider: TICS Invoice #: 133063 Area Photo Operator: Tyler Munson Munson Signature : USI Vac Rig # 1 1 Ton: Yes X No Job No. Date : 3 -31 -04 95% r:;n Tvne• AR4000 3/8 mix nPnth- 10" Subsurface Photo ti .r Subsurface Utili tY Re p port Cont.` Depth Photo AMN UNDERGROUND SOLUTIONS Finish Photo Additional Photo Additional Photo Subsurface Utility Report t AMIN UNDERGROUND SOLUTIONS N4t- low Address Project Location / Sta. Saxony / Encinitas Blvd. Sta.13 +10 +/- USA Ticket # A751343 _ Expiration Date: 4 -10 -04 Thomas Bros. Page 1147 C6 Paved (Circle): Yes / No Type: Concrete / Asphalt Depth: Concrete in. Depth: Asphalt in. 10" Pothole # Cut Size Depth (ft - in) Surface Elevation Utility Elevation Material Type Utility Type Size Comments 2 4'X 4' 6' 1" Not Available Not Available Sand / Clay Encountered concrete kicker @ 6' 1" Same hole 6'91' Not Available Not Available Sand / Clay Water Steel 18" Found utility @ t.o.p. elevation only Replacement Method, Backfill with native Compaction Level: 95% Cap Type: AR4000 3/8 mix Depth: 10" Traffic Control FAB : Yes X No Qtv. 1 T/C Provider: TCS Invoice #: 133063 Area Photo Operator: Mark Daniels Signature : USI Vac Rig # 1147 C6 1 Ton: Yes X No Job No. Date : 3 -31 -04 Subsurface Photo k Subsurface Utility Report Cont. Depth Photo AMN UNDERGROUND SOLUTIONS Finish Photo Additional Photo Additional Photo Subsurface Utility Report t AfrN UNDERGROUND SOLUTIONS Address Proiect Location / Sta. Encinitas Blvd. / Sta.19 +90 +/- USA Ticket # A751343 Expiration Date: 4 -10 -04 Thomas Bros. Page 1147 C6 Paved (Circle): Yes / No T e: Concrete / Asphalt Depth: Concrete in. Depth: Asphalt in. 12" Pothole # Cut Size Depth (ft - in) Surface Elevation Utility Elevation Material Type Utility Type Size Comments 3 4'X 2' 9' 4" Not Available Not Available Sand / Clay Water ACP 8" Found utility @ t.o.p. elevation only Replacement Method, Backfill with native Compaction Level: 95% Cap Type: AR4000 3/8 mix Depth: 12" Traffic Control FAB : Yes X No Qty. 1 T/C Provider: TICS Invoice # : 133063 Other: Area Photo Operator: Tyler Munson Signature : USI Vac Rig # 1 1 Ton: Yes X No Job No. Date : 3 -31 -04 Subsurface Utility Subsu y Cont. p Depth Photo AITN UNDERGROUND SOLUTIONS Finish Photo Additional Photo Additional Photo `' Subsurface Utility Report C AMN UNDERGROUND SOLUTIONS Address Project Location / Sta. Encinitas Blvd. / Sta.21 +00 +/- USA Ticket # A751343 Expiration Date: 4 -10 -04 Thomas Bros. Pa e 1147 C6 Paved (Circle): Yes / No Type: Concrete / Asphalt Depth: Concrete in. Depth: Asphalt in. 10" Pothole # Cut Size Depth (ft - in) Surface Elevation Utility Elevation Material Type Utility Type Size Comments 4 Y X 3' TO" Not Available Not Available Sand / Clay Encountered road base @ 8' 0" Same hole 13' 0" Not Available Not Available Sand / Clay Water Steel 18" Found utility @ t.o.p. elevation only Replacement Method, Backfill with native Compaction Level 95% Cap Type:_AR4000 3/8 mix Depth: 10" FAB : Yes X No Qty. 1 T/C Provider: TCS Invoice #: 133063 Area Photo Operator: Mark Daniels Signature : USI Vac Rig # 1 1 Ton: Yes X No Job No. Date : 3 -31 -04 A v IL surface Utili tY Re p ort Cont Depth Photo AMN UNDEPGROUND SOLUTIONS Finish Photo Additional Photo Additional Photo Subsurface Utility Report UNDERGROUND SOLUTIONS v Address Protect Location / Sta. Calle Magdelena / Encinitas Blvd. / Sta.16 +10 +/- USA Ticket # A751343 _ Expiration Date: 4 -10 -04 Thomas Bros. Page 1147 C6 Paved (Circle): Qes / No Type: Concrete / Asphalt Depth: Concrete in. Depth: Asphalt in. 10" Pothole # Cut Size Depth (ft - in) Surface Elevation Utility Elevation Material Type Utility Type Size Comments 1 TX 2' Y X 7" Not Available Not Available Sand / Clay Water ACP 10" Found utility @ t.o.p. elevation only Backfill with native Traffic Control FAB : Yes X No Qty. 1 T/C Provider: TCS Invoice #: 133063 Area Photo Operator: Tyler Munson Signature : USI Vac Rig # 1 1 Ton: Yes X No Job No. Date : 3 -31 -04 95% Can Tvne' AR4000 3/8 mix Depth- 10" Lg°' Subsurface Utility Report Cont. Depth Photo UNDERGROUND SOLUTIONS v Finish Photo Additional Photo Additional Photo Subsurface Utility Report UNDERGROUND SOLUTIONS Address Project Location / Sta. Saxony / Encinitas Blvd. Sta. 13 +10 +/- USA Ticket # A751343 _ Ex iration Date: 4 -10 -04 Thomas Bros. Page 1147 C6 Paved (Circle): Yes / No T e: Concrete / Asphalt Depth: Concrete in. Depth: Asphalt in. 10" Pothole # Cut Size Depth (ft - in) Surface Elevation Utility Elevation Material Type Utility Type Size Comments 2 4'X 4' 6' 1" Not Available Not Available Sand / Clay Encountered concrete kicker @ 6' 1" Same hole 6' 9" Not Available Not Available Sand / Clay Water Steel 18" Found utility @ t.o.p. elevation only Replacement Method- Backfill with native Compaction Level: 95% Cap Type: AR4000 3/8 mix Depth: 10" Traffic Control FAB : Yes X No Qty. I T/C Provider: TICS Invoice # : 133063 Area Photo r: Mark Daniels Signature : USI Vac Rig # 1147 C6 1 Ton: Yes X No Job No. Date : 3 -31 -04 r Subsurface Utility Report Cont. Depth Photo AIN UNDERGROUND SOLUTIONS V Finish Photo Additional Photo Additional Photo t Subsurface Utility Report UNDERGROUND SOLUTIONS v Address Project Location / Sta. Encinitas Blvd. / Sta.19 +90 +/- USA Ticket # A751343 _ Expiration Date: 4 -10 -04 Thomas Bros. Page 1147 C6 Paved (Circle): N Concrete AT e: sphalt Depth: Concrete in. Depth: Asphalt in. 12" Pothole # Cut Size Depth (ft - in) Surface Elevation Utility Elevation Material Type Utility Type Size Comments 3 4'X 2' 91411 Not Available Not Available Sand / Clay Water ACP 8" Found utility @ t.o.p. elevation only Replacement Method- Backfll with native Compaction Level: 95% Cap Type: AR4000 3/8 mix Depth: 12" Traffic Control FAB : Yes X No Qty. 1 T/C Provider: TICS Invoice # : 133063 Other: Area Photo Operator: Tyler Munson Signature : USI Vac Rig # 1 1 Ton: Yes X No Job No. Date : 3 -31 -04 t Subsurface Utility Report Cont. Depth Photo AIMN UNDERGROUND SOLUTIONS Finish Photo Additional Photo Additional Photo Subsurface Utility Report UNDERGROUND SOLUTIONS v Address Project Location / Sta. Encinitas Blvd. / Sta.21 +00 +/- USA Ticket # A751343 _ Ex iration Date: 4 -10 -04 Thomas Bros. Page 1147 C6 Paved (Circle): Yes/ No Type: Concrete / Asphalt Depth: Concrete in. Depth: Asphalt in. 10" Pothole # Cut Size Depth (ft - in) Surface Elevation Utility Elevation Material Type Utility Type Size Comments 4 Y X 3' 8'0" Not Available Not Available Sand / Clay Encountered road base A 8' 0" Same hole Of 0" Not Available Not Available Sand / Clay Water Steel 18" Found utility @ t.o.p. elevation only Replacement Method- Backfill with native Compaction Level: 95% Cap Type: AR4000 3/8 mix Depth- 10" Traffic Control FAB : Yes X No Qty. 1 T/C Provider: TCS Invoice #: 133063 Other: Area Photo Operator: Mark Daniels Signature : USI Vac Rig # 1 1 Ton: Yes X No Job No. Date : 3 -31 -04 Sunsurface Utility Report Cont. Depth Photo AMN UNDERGROUND SOLUTIONS Finish Photo Additional Photo Additional Photo City Of Encinitas June 21, 2004 Metropolitan Construction Attention: Jose O. Ortiz, President 8614 Troy St. Spring Valley, CA 91977 Re: Encinitas Blvd. Trunk Sewer Replacement (CMD00B) Dear Mr. Ortiz: On Wednesday, June 16, 2004 City Council awarded the Encinitas Blvd. Trunk Sewer Replacement project to Metropolitan Construction. Please have both enclosed copies of the contract and bonds fully executed, and return them to the City in time for the pre - construction meeting. A pre- construction meeting has been scheduled for Wednesday, July 7, 2004 at 2:30 p.m. in the Lilac room in City Hall, located at 505 S. Vulcan Avenue. You or a representative from your company needs to attend this meeting. Please make sure to bring the following items to the pre- construction meeting: 1. Construction Schedule 2. All required Shop Drawings and Mix Designs for the project. 3. Certificate of Liability Insurance naming City of Encinitas as additionally insured. 4. Fully executed Contracts and Bonds (2 copies) 5. Traffic Control Plans 6. Copies of Encroachment Permits from Encinitas Should you have any questions, please feel free to call me at (760) 633 -2775. We look forward to working with you on this important City project. Sincerey�', Kipp H, f; er Asso � a Civil Engine cc: Leroy Bodas Ron Brady Greg Shields Rob Blough TEL 760 -633 -2600 / FAX 760- 633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760- 633 -2700 � recycled paper Steve Campbell, S.D.G. & E. Bill O'Donnell Keith McKay, S.D.G. & E. Tawnya Rhoades, SBC Communications De Marshall, Cox Communications Shawn Atherton Sean Manning, Richard Brady & Assoc. Ben Taylor May 13, 2004 ADDENDUM NO. 1 ENCINITAS TRUNK SEWER REPLACEMENT CEE01 D TO ALL PROSPECTIVE BIDDERS: A. The following changes are hereby made to the Specifications: 1. Page A -1, first paragraph, change the bid date from May 11, 2004 to June 3, 2004. The bid opening will still be at 2:OOpm. B. The following changes are hereby made to the Plans: 1. Replace sheets 7,8,9, and 10 with the revised sheets attached to this addendum. All bidders shall acknowledge receipt and acceptance of Addendum No. 1 by signing in the space provided and submitting the signed Addendum with the Bid. Authorized signature Date May 25, 2004 ADDENDUM NO. 2 ENCINITAS TRUNK SEWER REPLACEMENT CEE01 D TO ALL PROSPECTIVE BIDDERS: A. The following changes are hereby made to the Specifications: 1. Page B -55, Article 306 - 9.2.1, change the last sentence to read: "The color of the inside of the new pipe shall be white or light grey. B. The following clarifications are hereby made to the Contract Documents: 1. As shown on the drawings, the minimum I.D. (inside diameter) of the HDPE sewer pipe used in the pipe bursting operation is 12 inches. All references in the Specifications that call for 12 -inch HDPE shall be understood to mean HDPE pipe with a minimum 12 -inch I.D. All bidders shall acknowledge receipt and acceptance of Addendum No. 1 by signing in the space provided and submitting the signed Addendum with the Bid. Authorized signature Date May 27, 2004 ADDENDUM NO. 3 ENCINITAS TRUNK SEWER REPLACEMENT CEE01 D TO ALL PROSPECTIVE BIDDERS: A. The following changes are hereby made to the Specifications: 1. Page B -59, Article 306 - 9.3.9, delete the first two paragraphs and replace with the following paragraph: Immediately after installing the new HDPE pipe, the Contractor shall install temporary reconnections of all service laterals. The installed pipe shall be allowed to set for the amount of time recommended by the pipe manufacturer for cooling and relaxation of the tensile stresses induced during installation. After the cooling and relaxation period, the Contractor shall reconnect the service laterals to the new pipe with connectors approved by the pipe manufacturer and in conformance with the specified installation procedures. Service connections shall be T Connection (Inserta -T) or approved equal. Costs for both temporary and permanent sewer lateral connections including all labor, equipment, and materials shall be paid for under the appropriate bid items for sewer lateral reconnections. B. The following changes are hereby made to the Plans: 1. On Drawing T -1, at the southbound offramp from Interstate 1 -5, Add two C -30 "Lane Closed" construction signs to the coned -off left turn lane. All bidders shall acknowledge receipt and acceptance of Addendum No. 3 by signing in the space provided and submitting the signed Addendum with the Bid. Authorized signature Date TRANSMITTAL FORM City of Encinitas FAX 760/943-2226 505 S. Vulcan Avenue Engineering Encinitas, CA 92024-3633 760/633-2770 DATE --l-.�/:-31 - SENDTOFAX#: M5t)')ZACIL' - NO. OF PAGES: 'q TO: . t-A N X4-F- � NN Iv ADDRESS: FROM: PHONE: (760) 633- -2-77S- El Ca 11 ASAP DReview & Call ❑ Review& Return Please Handle � Per Our Conversation ❑ Please Reply by --------------- CON04ENTS: C" T�AF\T Ci tk 5 T F--' cl% T c" I 1,A- A-T 5 °z ti w �4 0 J � A � v � v � �0 N o , °q y. U1 O a p r n 671 r S � � G f3 n �I a w Gv 0 � �O 6 1� x T w -11 :- t - � - liv- -A 7 _ c Q R7A*- IT ti JJK L E-7 Install 10"X I0r'X6'-'T,, RT XRTXFL W16" Dresser C, P r 1 .4 8� F V. R T X F ?00 D, f RIC T to ,is tall x 1, tee ,RT x R 9 and tEll"0119 valve. CD,i#ractor to -onnect, set gate well and cover, CL *reqrn and Poke necessary 2-ser. c, ��e t 8180 15 1 ncrooc�njent AJvl�ment repairs- 6 F H. 3 Wt to S� D. W. D 0" H. R'(4000,1 R Gas Mair, I ,Do tall 10"xI0 "It8" Tee -xRTxFL W/8"Dresser I I I I --j C ENCINITAS BOULEVARD i - Instafi 10"x 10"x 6" Tee TF— - A�Tx RT x FL w/6" S-/`1 I , T5 Dresser B.F.V. uJ ,k bccak Bement I E R T FL ewer Avloin VL V. - WVx -F L- -7 .-RTxFL c' e,-3- 6 1 'F H J' Fosement-, Z". P- SE WE R I R -0- IN -M. 11 I. E. 4" Lot .W, �, 0, A. r /YaTE: 2 +-65-,Z-, 8" All c/ District, to instaii ;6"x t6% to" tee -4 15— ' D - T3 1�1— and 'Q topping valve. Contractor to connect set gate T well and cover, -96 I compact trench a make necessary I X.3 Manhole Pavement repairs, Ot — 1. E. 5 76 1-4 O Asphalt-M0stfc Canted Ste" 'Note, Main L Er,,,itos 0 00 F 54 00 APPROVED --HANc-F B E N C- H IL 'Wp,, A.% 'Ns"Y' ok cn L I b*--j A.% 'Ns"Y' ok Nar -30 -2004 15:39 From- KLEINFELDER An employee owned Company September 3, 2003 Project No. 33658 Mr. Mike Herrmann Richard Brady & Associates 4909 Murphy Canon Road, Suite 200 San Diego, California 92123 Subject: Data Report of Existing Backfill Condition Project::' Encinitas Trunk Sewer Replacement Encinitas Boulevard West of Westlake Street Encinitas, California Dear Mr. Herrmann: T -964 P.002/000 F -125 KleinNaer is pleased to submit this data report of existing backfill conditions for the Encinitas Trunk Sewer Project located in Encinitas, California. This report contains information regarding field exploration and general description of site conditions. PROJECT DESCRIPTION We understand that Richard Brady and Associates will be overseeing the replacement of an 8- inch.sewer pipe with a 12 -inch sewer pipe along Encinitas Boulevard, extending from just west of the Interstate 5 interchange on Encinitas Boulevard to just west of the intersection of Encinitas Boulevard and Westlake Street. Pipe bursting is the proposed replacement method. Kleinfelder was requested by Richard Brady & Associates to subcontract with a utility potholing company to expose the existing trunk sewer at one location so that our field personnel could obtain the general geometry of the backfilled trench and observe the general soil type and condition of the native trench wall materials and the existing pipe zone and trench backfill material along the sidewalls of the exposed trench. FIELD ,IN'VESTIGATION Kleinfelder subcontracted with AirX Utility Surveyors of Encinitas, California for the placement of one pothole along the existing sewer alignment. The pothole was placed near the east end of the alignment (approximate Sta. 30+85), west of the intersection of Westlake Street, to a depth of 13.5 feet below the street surface. The approximate location of the pothole is shown on the attached Figure 1. The top of the 8 -inch clay sewer pipe is located 13 feet below ground surface. A copy of the pothole log is attached to this letter as Figure 2. Prior to our field investigation the site was cleared by Underground Service Alert (USA). Constriction permits were obtained from the City of Encinitas and traffic control was provided by Hudson- Safe- T -Lite. SUBSURFACE CONDITIONS Trench backfill material generally consisted of medium dense to dense, yellow brown, silty sand to a depth of 13 feet. Pipe zone material consisted of brown, coarse grained, silty to clayey sand. Approximate trench width was between 20 and 24 inches. Based on our visual estimate from the 336581SDi3LI75.doc Page 1 of 2 September 3, 2003 CopyhAt,2003 Kkinfelder, Inc. KLEINFELDER1 5015 Shoreham Place, San Diego, CA 92122 (858) 320 -2000 (858) 320.2001 fax Mar-30 -2004 15 :39 From- T -864 P•003/008 F -125 surface to ,the 13.5 foot depth, about 6 inches of clearance was observed between the pipe%aiid sidewall. Native material probed firm on the sidewalls by our field engineer. Trench baakfill materials appeared to be derived from the native material. LABORATORY TESTING One sieve. analysis was performed on a representative sample of the pipe zone material to evaluate gradation characteristics. The test was performed in general accordance with ASTM Test Method D 422. The results of the test are presented in Figure 3 and indicate the material classifies as a silty to clayey sand with 16 percent passing the #200 sieve. LEWTATIONS Kleinfelder offers various levels of investigative and engineering services to suit the varying needs of different clients. Although risk can never be eliminated, more detailed and extensive evaluations yield more information, which may help the client understand and manage the level of risk. Since detailed evaluation and analysis involve greater expense, our clients participate in determining levels of service that provide adequate information for their purposes as acceptable levels of risk. i, The services provided under this contract as described in this letter include professional opinions and judgments based on the data collected. These services have been performed according to our agreed scope of services at the time the memorandum was written. No warranty is expressed or implied. This letter is issued with the understanding the owner chooses the risk he wishes to bear by the expenditures involved with the construction alternatives and scheduling that are chosen. Regulations and professional standards applicable to Kleinfelder's services are continually evolving.' Techniques are, by necessity, often new and relatively untried. Different professionals may reasonably adopt different approaches to similar problems. CLOSING We appreciate the opportunity to of providing our services for this project. If you have any questions regarding this letter report, or if we may be of further assistance, please contact the undersigned at (858) 320 -2000. Sincerely, K LEINVELDER, INC. 7ennifer Knapp, EIT Staff Engineer JMK: KMC:mlm 4A,- /4 Kevin Crennan, GE Senior Engineer Attachtrients: Figure 1— Proposed Pothole Location Figure 2 — Pothole Log Figure 3 — Gradation Test Results Appendix A — Copy of Field Report j Appendix B — ASFE Insert 33658/ bL175.doc Page 2 of 2 Copyright 2003 Klein idar, Inc. K L E I N F E L D E R( $015 Shoreham Place, San Diego, CA 92122 (858) 320 -2000 (858) 320 -2001 fax No. 2511 ' September 3, 2003 Mar-30 -2004 15:39 From - i I . APPROXIlMA'T& POTHOLE LOCATION KgLEI N FELD ER 5015 SHORERAM DRIVE SAN DIEGO, CALIFORNIA 92122 PROJECT NO:: 33658. T -664 P.004 /006 F -125 ENCINITAS TRUNK SEWER Encinitas, CallfOmia i FIGURE 1 Mar -30 -2004 15:39 From- T -884 P- 006/008 F -125 Mar-3072004 15:39 1 From- T-664 P.006/008 F -125 U.S. STANDARD Sim NUMBERS ' 3' 1.1re 1. 314. 12' ale' 4 a 16 30 So 100 90 so GRAVEL 5: SAND I FINES Coarse Flna Coarse Medium Fine I Silt Clay U.S. STANDARD Sim NUMBERS ' 3' 1.1re 1. 314. 12' ale' 4 a 16 30 So 100 90 so 100 200 100 10 1 0.1 0.01 I GRAIN SIZE IN MILLIMETERS a HYDROMETER SYMBOL SAMPLE 5: 70 LOCATION t? • B1 13'- 13.51 16 00 m 50 20 10 I 0 100 200 100 10 1 0.1 0.01 I GRAIN SIZE IN MILLIMETERS a HYDROMETER SYMBOL SAMPLE PASSING NO. 200 U.S.C.S LOCATION PERCEN • B1 13'- 13.51 16 SM /SC PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 422 omqany CHECKED BY: DC FN: LAB JOB # 33858 8/29103 EnCinilas Trunk Sewer, 8.29.05 01 13 to 13.5 F-C Sieve VAth grapn xis GRADATION TEST RESULTS Encinitas Trunk Sewer Encinitas, California 0.001 0.0001 I FIGURE 3 Mar-30r2004 15:40 From- �� KLEINFELDER 5015 Shoreham Place San Diego, CA 92122 (858) 320 -2000 DAILY FIELD REPORT IThe following was noted: T -864 P.007 /008 F -125 royc W. DATG JOB 0. PROJE Y �Y1G1 I�G /'tia l 2 �GP LOCATION CONTRACTOR ' OWNER � r WEATHER TEMP at AM at PM PRESENT AT SITE O h Serunq t m-, 106^ -Adh% T � B rT F j' se-. ✓S L/O & 1• E'1C�t C r. y�s%�'1..� sic= id g yak • � I� �.. � _� IF (4 (tea ���w. kA- a%A E4p k." ow 6 4 SCr✓ -641 a "1 s WS-1 9& 44,11.I %V ,t 1124 .dhJ p 6 y� All-r /A4 /��A, fr..�neYa►.• s '_ — k, dIA WLA 14fe A-.1o_ d.. /ice '.01 444G _ d23E tom... hs Al _� ®.�y�i•�,�_ � 11.1�e,s rJ i� ff'�,�i`1/ i� � /��e.c P' s� 7'oC.� �,/,p.� !D fog /�1.,e4G1 r��F.i�a / a.,.��� �� �a �L. ✓�s�a�� I t,���) mo/ 6/0 6-p in .T- /�l�y 4 -y Fa 4-- +ti- I ,W� sue` ,bold � ,Sia r� _ i✓1 el� p�� se Jas e��s _(; lf r r S;_-�zs o4-w— e /( i7�••. �� i fJro w �.. � T � s �C � i' �c k- 7CI C/� ty/ S. i i 'sue �,�, �,� •� 4 � / Received & Acknowledged Dy: Signed: KLEINFELDER Representing. j Date; L it i F' Mar - 80:2004 15:40 From- T -864 P.008 /008 F -125 r—Geolechnical Engineering Report Geotechnical Services Are Performed for SpOCMc Pwpus, Persons, and Projects Geotechnical engineers structure their services to meet the spe- cific needs of their clients. A geotechnical engineering study con- ducted for a civil engineer may not fulfill the needs of a construc- tion contractor or even another civil engineer. Because each gent echnlcal engineering study is unique, each geotechnical engl- neering repprt Is unique, prepared solely for the client. No one except you should rely on your geotechnical engineering report without first conferring with the geotechnical engineer who pre- pared it. And no one —not even you—should apply the report for any purpose or project except the one originally contemplated. A 6eoteChnical Engineering Report Is Based on A Unique get of Project- Spednc Factors Geotechnical engineers consider a number of unique, project -spe - cific factors when establishing the scope of a study. Typical factors include: the client's goals, objectives, and risk management pref erenoes; the general nature of the structure involved, its size, and configuration; the location of the 'structure on the site; and other planned or existing site improvements, such as access roads, parking lots, and underground utilities. Unless the geotechnical engineer who conducted the study specifically indicates other- wise, do not rely on a geotechnical engineering report that was: • not prepared for you, • not prepared for your project, • not prepared for the specific site explored, or • completed before Important project changes were made. Typical changes that can erode the reliability of an existing geotechnical engineering report include those that affect_: • the function of the proposed structure, as when It's changed from a parking garage to an office building, or from a light industrial plant to a refrigerated warehouse, • elevation, configuration, location, orientation, or weight of the proposed structure, • composition of the design team, or • project ownership. As a general rule, always inform your geotechnical engineer of project changes —even minor ones —and request an assessment of their impact. Geotechnioal engineers cannot accept responsibility or liability for problems that occur because their reports do not consider developments of which they were not informed. Subsurface Connitions Can Change A geotechnical engineering report is based on conditions that existed at the time the study was performed. Do not rely on a geotechnical engineering report whose adequacy may have been affected by: the passage of time; by man -made events, such as construction on or adjacent to the site; or by natural events, such as floods, earthquakes, or groundwater fluctua- tions. Always contact the geotechnical engineer before apply- ing the report to determine if it is still reliable. A minor amount of additional testing or analysis could prevent major problems. Most Geotechnical F inftgs Are Professional Opinions Site exploration identifies subsurface conditions only at those points where subsurface tests are conducted or samples are taken. Geotechnical engineers review field and laboratory data and then apply their professional judgment to render an opinion about subsurface conditions throughout the site. Actual sub• surface conditions may differ — sometimes significantly —from those indicated in your report. Retaining the geotechnical engi- neer who developed your report to provide construction obser- vation Is the most effective method of managing the risks asso- ciated with unanticipated conditions, Mar-31-2004 07:52 From- T -865 P.001 /001 F -128 O 1. i March 31, 2004 Mr. Kipp Hefner City of Encinitas 505 South Vulcan Avenue Encinitas, California 92024-3633 Subject: Encinitas Trunk Sewer Replacement — Utility Potholes Dear Kipp: As we previously discussed, our pothole contractor will return to the site Wednesday, March 31, 2004, to re- excavate the four waterline locations we discussed at our field meeting. The contractor will perform the additional potholes at his own cost. The only costs that will be billed to the City are the contractor's direct costs for traffic control and hot asphalt pavement patch. The asphalt plant will already be open tonight, so there will be no premium to open the plant. Asphalt is estimated at about $500. Traffic control will be $2, 076. Please call me if you have any questions. Sincerely, r o-W Michael A. Herrmann, P.E., DEE Engineering Services Manager c: R. Brady D. Munson 0331nt%A I4P0 /A r, , 9101 ,U0 - S91d Lam; *AWAO RPr,01? J /�aJi 4 .94- O,sol) - . X Ifs,.f./ 41"f -Omj May-03-2004 13:20 From- KLEINFELDER An cmplorga owned company September 3, 2003 Project No. 33658 Mr. Mike Herrmann Richard Brady & Associates 4909 Murphy Canon Road, Suite 200 San Diego, California 92123 Subject: Data Report of Existing Backfill Condition Project: Encinitas Trunk Sewer Replacement Encinitas Boulevard West of Westlake Street Encinitas, California. Dear Mr. Herrmann: T -080 P.002/008 F -595 Kleinfelder is pleased to submit this data report of existing backfill conditions for the Encinitas Trunk Sewer Project located in Encinitas, California. This report contains information regarding field exploration and general description of site conditions. PROJECT DESCRIPTION We understand that Richard Brady and Associates will be overseeing the replacement of an 8- inch sewer pipe with a 12 -inch sewer pipe along Encinitas Boulevard, extenchng from just west of the Interstate 5 interchange on Encinitas Boulevard to just west of the intersection of Encinitas Boulevard and Westlake Street. Pipe bursting is the proposed replacement method. Kleinfelder was requested by Richard Brady & Associates to subcontract with a utility potholing company to expose the existing trunk sewer at one location so that our field personnel could obtain the general geometry of the backfilled trench and observe the general soil type and condition of the native trench wall materials and the existing pipe zone and trench backFill material along the sidewalls of the exposed trench. FIELD INVESTIGATION Kleinfelder subcontracted with AirX Utility Surveyors of Encinitas, California for the placement of one pothole along the existing sewer alignment. The pothole was placed near the east end of the alignment (approximate Sta. 30 +85), west of the intersection of Westlake Street, to a depth of 13.5 feet below the street surface. The approximate location of the pothole is shown on the attached Figure 1. The top of the 8 -inch clay sewer pipe is located 13 feet below ground surface. A copy of the pothole log is attached to this letter as Figure 2. Prior to our field investigation the site was cleared by Underground Service Alert (USA). Construction permits were obtained from the City of Encinitas and traffic control was provided by Hudson - Safe- T -Lite. SUBSURFACE CONDITIONS Trench;backfill material $enerally consisted of medium dense to dense, yellow brown, silly sand to a depth of 13 feet. Pipe zone material consisted of brown, coarse grained, silty to clayey sand. Approximate trench width was between 20 and 24 inches. Based on our visual estimate from the 33658/SDI3L175.doc Page 1 of 2 September 3, 2003 Copyrighi 2003 iGeinfelder, Inc. KLEINFELDER;• 5015 Shoreham Place, San Diego, G 92122 (858) 320 -2000 (858) 320.2001 fax May -03 -2004 13:20 From- T -080 P.003/008 F -595 surface to the 13.5 foot depth, about 6 inches of clearance was observed between the •pip'e' -d.`:, sidewall. Native material probed firm on the sidewalls by our field engineer. Trench backfill materials appeared to be derived from the native material. LABORATORY TESTING One sieve analysis was performed on a representative sample of the pipe zone material to ASTM evaluate gradation characteristics, htof the test azespresented in Figure 3 and accordance ndicate the�materi.al Test Method n 422 T classifies as a silty to clayey sand with 16 percent passing the #200 sieve. LIMITATIONS Klei,nfelder offers various levels of investigative and engineering services to suit the varying needs of different clients. Although risk can never be eliminated, more detailed and extensive evaluations yield more information, which may help the client understand and manage the level of risk. Since detailed evaluation and analysis involve greater expense, our clients participate in determining levels of service that provide adequate information for their purposes as acceptable levels of risk. The services provided under this contract as described in this letter include professional opinions and judgments based on the data collected. These services have been performed according to our agreed scope of services at the time the memorandum was written. , No warranty is expressed or implied. This letter is issued with the understanding the owner chooses the risk he wishes to bear by the expenditures involved with the construction alternatives and scheduling that are chosen. Regulations and professional standards applicable to Kleinfelder's services are continually evolving:' Techniques are, by necessity, often new and relatively untried. Different professionals may reasonably adopt different approaches to similar problems. CLOSING We appreciate the opportunity to of providing our services for this project. If you have any questions regarding this letter report, or if we may be of further assistance, please contact the undersigned at (858) 320 -2000. Sincerely, KLEINIiELDER, INC. G✓Gt,'t Jrennifer l<napp, PIT Staff Engineer JMK: XMC:mlm Kevin Crennan, GE Senior Engineer Attachments: Figure 1— Proposed Pothole Location Figure 2 — Pothole Log Figure 3 — Gradation Test Results Appendix A — Copy of Field 12eport ;i Appendix B — ASFE Insert 3365$/SD13L175.doc Page 2 of 2 Copyright2003 mainfelder, Inc. K L E ( N F E L D E R 5015 Shoreham Place, San Diego, CA 92122 (858) 320.2000 (858) 320 -2001 fax No. 2511 3 September 3, 2003 May-03-2004 13:21 From- .. , APPROXIMATE POTHOLE LOCATION K!LEI N FELD ER $015 SHOREHAMDRM SAN DMOO. CALIFORNIA 92122 PROJECT NO:: 33658. T -080 P.004 /008 F -595 ENCINITAS TRUNK SEWER Encinitas, California 9 FIGURE 1 May -03 -2004 13:21 From- T -000 P- 005/006 F -505 May -03 -2004 13:21 From- T -080 P.006 /008 F -5g5 GRAVEL SAND FINES Coarse Fine Coarse I Medium I Fine Sut Clay HYDROMETER �, IlNlll�li�u !111�IN�IIIIIII�It�IINI IIAl11�IMI�1Nlllill�h�1lII1�I��Allgl t; 70 m so W so 2 Fw 8 40 30 20 10 0 100 10 1 0.1 0.01 GRAIN SIZE IN MILLIMETERS SYMBOL SAMPLE PASSING NO. 200 U.S.C.S LOCATION (PE ENT) • B1 13'- 13.5' 16 SM /SC PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 422 �i IM An owbpoo owned cmgmy :HECKED BY: DC FN: LAB 108033658 I NS/03 EncinitaS Trunk Sewer. 8.29.03 15113 to 13.5 F-C Sleve YAM graph.Az GRADATION TEST RESULTS Encinitas Trunk Sewer Encinitas, California 0.001 0.0001 I FIGURE 13 Allay -03 -2004 13:21 From - `.� KLEINFELDER I. 5015 Shoreham Plape San Diego, CA 82122 (858) 320-2000 DAILY FIELD REPORT IThe following was noted: T -080 P.007 /008 F -696 reyc v DATE F 7 r 63� JOB O. PROJE T 6;14j-11+4S / r1c Q e LOCATION CONTRACTOR OwNER N WEATHER TEMP at AM at PM PRESENT AT SITE A.oB�o?r /.� tg �'IL�C.c.s O7aervA t / — /' OA 19 S / +UGC I 1 8 3 ke T 7/6 lGr V De... a c l" y,44-'- WT Aw gr ���Bw�w.�a f [S / �� YLV w FeF /e-_ �r s`k 16's o I,% e. U 4— Ote% w -1 fl�o(s�,.. - (�,i� G l,•o l dbsrrv�- �to�,s aGc i1��r a� a�ir� 16„ Al N -- A.oB�o?r /.� tg �'IL�C.c.s /� 7 r� 6, 11c�.c of coe_ c l ./rn-,► D /* r /L T' 1, ati b I wZ'�c e�l M UGC �1 t-� 'L, .A �i� A GI w/cfit, y / n �/ em l et-ex- �4 /_ •.� s1 y fb•.e . i w1-• . /�T 7r s let 1--c f 4c 7G`led wf 5eI - AV.5;",rQ3 a z, 7, /z- A Received 6 ACKno ' ledges Cy: Signed: Ar KLEINFELDER Representing. Date: L O March 24, 2004 Mr. Michael Herrmann, P.E., DEE Richard Brady & Associates 4909 Murphy Canyon Road, Suite 220 San Diego, CA 92123 Re: Encinitas Blvd. Potholing Dear Mike — The following log sheets relate to the six (6) pothole locations on Encinitas Blvd. that USI excavated last Thursday night and Friday morning in preparation for your Encinitas Blvd. pipe bursting project. As we discussed, the holes were marked -out, yet no utilities were found in those locations. Even though USA called for mark -out on ticket #A751343, the mark -outs were apparently not accurate. We would certainly suggest that prior to any pipe bursting work, a new mark -out be done and all crossing utilities exposed. Per the plan sheets, we noticed several utility crossings that would need to be exposed. We would suggest that the City of Encinitas state in their specification that any major or crossing utilities have their location determined prior to pipe bursting. USI appreciated the opportunity to work for R. Brady & Associates and we look forward to future opportunities. Sincerely, Dave Munson UNDERGROUND SOLUTIONS Underground Solutions, ]nc. Customer Name: Job M DAILY LOG RICHARD BRADY & ASSOCIATES ENCINITAS TRUNK SEWER PROJECT USA # A751343 Street: ENCINITAS BLVD City: ENCINITAS Diagram of utilities in pothole - - - - -> Line 1 Line 2 Line 3 Line 4 DATE: 3/19/2004 Station # 1 +10 POTHOLE #1 Plan Sheet # C -1 DRY HOLE 10" HIGH PRESURE GAS MAIN Notes: Asphalt Thickness 12" UTILITY NOT FOUND BE Digital Photo Taken? ❑ Yes 0 No How many? All Utilities Found Per Plans? El Yes 0 No If Not, explain: EXCAVATED 2' EACH SIDE OF MARKOUT TO A DEPTH OF 7'4" WHERE WE ENCOUNTERED WHAT APPEARS TO BE AN OLD ROAD SECTION Unknown Utilities Found? ❑ Yes r7l No Description: Reported by: Mark Daniels AWN 11N1)F W.RUUNI.) SOLUTIONS NRNL-AV Customer Signature: Customer Name: Job #: DAILY LOG RICHARD BRADY & ASSOCIATES ENCINITAS TRUNK SEWER PROJECT USA # A751343 Street: ENCINITAS BLVD City: ENCINITAS Diagram of utilities in pothole -- - - ---> Line 1 Line 2 Line 3 Line 4 18" WATER DATE: 3/19/2004 Station # 13 +07 POTHOLE # 2 Plan, Sheet # C -2 DRY HOLE Notes: Asphalt Thickness 12" UTILITY NOT FOUND Digital Photo Taken? ❑ Yes 21 No How many? All Utilities Found Per Plans? ❑ Yes 0 No If Not, explain: EXCAVATED Z EACH SIDE OF MARKOUT TO A DEPTH OF T WHERE WE ENCOUNTERED WHAT APPEARS TO BE AN OLD ROAD SECTION Unknown Utilities Found? ❑ Yes 2] No Description: Reported by: Mark Daniels Mph UNOF ItC➢ROUND SC)LMIC)NS Customer Signature: �#Z DAILY LOG Customer Name: RICHARD BRADY & ASSOCIATES Job #: ENCINITAS TRUNK SEWER PROJECT USA # A751343 Street: ENCINITAS BLVD City: ENCINITAS Diagram of utilities in pothole --- - - - - -> Line 1 Line 2 Line 3 Line 4 8" WATER DATE: 3/19/2004 Station # 16 +05 POTHOLE # 3 Plan Sheet # C -2 DRY HOLE Notes: Asphalt Thickness 12" UTILITY NOT FOUND Digital Photo Taken? ❑ Yes F71 No How many? All Utilities Found Per Plans? ❑ Yes D No If Not, explain: EXCAVATED 2' EACH SIDE OF MARKOUT TO A DEPTH OF 7'9" WHERE WE ENCOUNTERED WHAT APPEARS TO BE AN OLD ROAD SECTION Unknown Utilities Found? ❑ Yes 2 No Description: Reported by: Mark Daniels Mrs I JN017 RCNOUNO V k Ul ION, .q� `1.% Customer Signature: *3 DAILY LOG Customer Name: RICHARD BRADY & ASSOCIATES Job #: ENCINITAS TRUNK SEWER PROJECT USA # A751343 Street: ENCINITAS BLVD City: ENCINITAS Diagram of utilities in pothole ---- ---- -> Line 1 Line 2 Line 3 Line 4 8" WATER DATE: 3/19/2004 Station # 19 +92 POTHOLE # 4 Plan Sheet # C -2 DRY HOLE Notes: Asphalt Thickness 11" UTILITY NOT FOUND Digital Photo Taken? ❑ Yes 21 No How many? All Utilities Found Per Plans? ❑ Yes E No If Not, explain: EXCAVATED 2' EACH SIDE OF MARKOUT TO A DEPTH OF 87' WHERE WE ENCOUNTERED WHAT APPEARS TO BE AN OLD ROAD SECTION Unknown Utilities Found? ❑ Yes 0 No Description: Reported by: Mark Daniels AITIN UNOE R[ "i RO1JNr) S(A I I R ;NS Customer Signature: Customer Name: Job M DAILY LOG RICHARD BRADY & ASSOCIATES ENCINITAS TRUNK SEWER PROJECT USA # A751343 Street: ENCINITAS BLVD City: ENCINITAS Diagram of utilities in pothole --- -- - - -> Line 1 Line 2 Line 3 Line 4 18" WATER MAIN DATE: 3/19/2004 Station # 21 +05 POTHOLE # 5 Plan Sheet # C -2 DRY HOLE Notes: Asphalt Thickness 12" UTILITY NOT FOUND -4f5- Digital Photo Taken? ❑ Yes E No How many? All Utilities Found Per Plans? 1-1 Yes 0 No If Not, explain: EXCAVATED 2' EACH SIDE OF MARKOUT TO A DEPTH OF7' 6" WHERE WE ENCOUNTERED WHAT APPEARS TO BE OLD ROAD SECTION Unknown Utilities Found? ❑ Yes ENO Description: Reported by: Mark Daniels 11NOf It(5ROUND S01 4 . JI IC)NS Customer Signature: Customer Name Job #: DAILY LOG RICHARD BRADY & ASSOCIATES ENCINITAS TRUNK SEWER PROJECT USA # A751343 Street: ENCINITAS BLVD City: ENCINITAS Diagram of utilities in pothole ----- --- - -> Line 1 Line 2 Line 3 Line 4 DATE: 3/19/2004 Station # 21 +65 POTHOLE # 6 Plan Sheet # C -2 5" PVC CONDUIT 4'2" TO TOP OF PIPE Notes: Asphalt Thickness 12" UTILITY MARKED NOT FOUND LOOKING FOR 2" GAS MAIN LOCATED PVC CONDUIT Digital Photo Taken? ❑ Yes 2 No How many? All Utilities Found Per Plans? ❑ Yes Ej No If Not, explain: DID NOT LOCATE 2" GAS MAIN EXCAVATED 2' ON EACH SIDE OF MARKOUT TO A DEPTH OF 5'5" Unknown Utilities Found? Yes ❑ No Descriptior LOCATED A 5" PVC GRAY CONDUIT @ 4' 2" DEPTH Reported by: Customer Signature: Mark Daniels 11N1>PRGROUN0 SQL I11 IONS "qkJpr Opt 09 03 12:30p Richard Brady (858)496 -0505 p.1 I&IV/ e;,,rAW nlrn' �� re►�rr �rz i asza�z� February 9, 2004 Mr. Kipp Hefner City of Encinitas 505 South Vulcan Avenue Encinitas, California 92024 -3633 Subject: Encinitas Trunk Sewer Replacement — Utility Potholes (Revised) Dear Kipp: As we previously discussed, our original budget for potholing included a $2,200 allowance to hire a potholing subcontractor. 1 received the attached quote of $8,500 to excavate the six potholes per your request. With our 10 percent subcontractor markup, this will total $9,350. Therefore, we are requesting that our potholing budget be increased by an additional $7,150 to cover the extra costs. All work will be performed at night, in accordance with the City Traffic Department's requirements. If the City will allow the contractor to cold -roll the pothole patches, the total amount can be reduced by $3,630, resulting in a pothole budget increase of $3,520. Please call me if you have any questions. Sincerely, Q Michael A. Herrmann, P.E., DEE Engineering Services Manager c: R. Brady 0209mhkh C�irirr nrr ... ivui . �liJs..Y,I0 ✓riie _1i. , �Jr��d'sP/ 49e �.:ro • .. �/ne �! i�'% /%915 05/,'✓ / r rr� February 9, 2004 Mr. Kipp Hefner City of Encinitas 505 South Vulcan Avenue Encinitas, California 92024 -3633 Subject: Encinitas Trunk Sewer Replacement — Utility Potholes (Revised) Dear Kipp: As we previously discussed, our original budget for potholing included a $2,200 allowance to hire a potholing subcontractor. I received the attached quote of $8,500 to excavate the six potholes per your request. With our 10 percent subcontractor markup, this will total $9,350. Therefore, we are requesting that our potholing budget be increased by an additional $7,150 to cover the extra costs. All work will be performed at night, in accordance with the City Traffic Department's requirements. If the City will allow the contractor to cold -roll the pothole patches, the total amount can be reduced by $3,630, resulting in a pothole budget increase of $3,520. Please call me if you have any questions. Sincerely, Q Michael A. Herrmann, P.E., DEE Engineering Services Manager c: R. Brady 0209mhkh 4J09, -A,/ r asi rl�a ..%p . f <tJ �'YO • .marl iP a/r�neru2 J '7Y� . `�������� �9�i' O.�%OD • . � ��5�� /r�rF' 050.5 February 5, 2004 Mr. Michael Hermann, P.E., DEE Richard Brady & Associates Civil Engineers and Construction Managers 4909 Murphy Canyon Road, Suite 220 San Diego, CA 92123 Re: Potholing Services for Encinitas Blvd. Revision #3 Quote to include "hot patch" asphalt & nighttime TC Dear Mike — Thank you for the opportunity to present this proposal regarding the potholing needs for Encinitas Blvd. Underground Solutions, Inc. will provide a turn-key service inclusive of traffic control, dig and locate utility, back -fill and finish with 8" hot patch asphalt (AR 4000). Standard traffic control will be provided and the work will be performed between 9 PM and 6 AM. Work sites will be determined by the plan sheets and mark -outs provided by USA. The following is a cost schedule for the project: Potholing via air excavation- 8" Hot patch (AR 4000) lump sum - $450 /each site $2,500.00 LS Nighttime Traffic Control set -up & take down w /plans - $3,300.00 LS Underground Solutions, Inc. would plan on completing the project in one night's time. We appreciate the opportunity to provide this quote. Please call if you have any questions. Sincerely, Dave Munson UNDERGROUND SOLUTIONS Underground Solutions, Inc. E.,Cj�l 'cG �'o�ared �9aC January 21, 2004 MGD Technologies Attn: Denis Pollak 9815 Carroll Canyon Road, Suite 200 San Diego, Calif. 92131 -1123 Re: Temporary Flow Metering for Encinitas Blvd. Sewer (CEE01 D) Dear Denis: Please consider this letter Notice to Proceed on the installation of 3 temporary flow meters within the existing sewerline on Encinitas Blvd. in accordance to your proposal dated January 12, 2004. It is the City's understanding that MGD Technologies will install three temporary flow meters for 7 days in the Encinitas Blvd. sewer line, including traffic control, for $10,700.00. MGD Technologies will remove the flow meters and give the City the flow data following the end of the 7 day period. Should you have any questions, please feel free to call me at (760) 633 -2775. Sincerely,> f r Kipr)Hef , Associ' ivil Engineer cc: Leroy Bodas gc6554 TEL 760 - 633 -2600 / FAX 760 - 633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760 - 633 -2700 � recycled paper MGD Technologies Inc. Request for Proposal City of Encinitas Project Name City of Encinitas Pipe Bursting Project Agency or Location of Project City of Encinitas MGD Client City of Encinitas Total Number of Sites to be Monitored 3 Sites Duration of Monitoring Period 7 Days Date Prepared January 12, 2004 Prepared by MGD Technologies Inc. Denis Pollak Option # of Flow Meters Required 7 -Day Metering Fee Weekly Extension Fee 1 3 Meters $8,400.00 2 3 Meters and Traffic Control $10,700.00 Notes Work to be Performed per MGD Standard Terms and 1 Conditions Fee Proposal contingent upon MGD's review of site information (line sizes, traffic conditions, 2 etc.) 3 All fees, including fees for Encroachment Permit, are to be paid by others 4 Traffic Control per MGD Standard Terms and Conditions 5 Additional Traffic Control can be estimated at the rate of $1,500 /day for high volume conditions 6 Work must be scheduled a minimum of 2 weeks in advance 7 This Fee Proposal valid for a period of 30 -days Exhibit "A" MGD Technologies Inc. Terms and Conditions for Temporary Flow Monitoring Services MGD Scope of Services: The services to be performed by MGD will include the following: ❑ provide a 2- person field crew for all MGD field work activities ❑ provide sewer flow monitoring equipment to measure sanitary sewer flows ❑ install and program flow monitoring equipment at CLIENT designated locations ❑ collect flow data and manually confirm depth and velocity measurements of monitors: • at monitor equipment installation • at each interim visit • immediately prior to monitoring equipment removal ❑ remove flow monitoring equipment at the end of the monitoring period ❑ perform data processing and analysis ❑ prepare and deliver a final report Flow Monitoring Equipment: The flow monitoring equipment provided by MGD shall be suitable for open channel sewer flow monitoring. MGD will use portable, battery- powered flow monitoring equipment at all flow monitor locations. Flow monitors will be programmed to record measured flow depth and velocity at no greater than 15- minute intervals. For large diameter pipes (>24" diameter), MGD typically uses the ADFM Velocity Profiler TM (ADFM) flow monitor in place of traditional, continuous -wave Doppler flow monitors. The ADFM uses a combination level /velocity transducer featuring an upward - looking ultrasonic level sensor and advanced pulse Doppler technology to accurately measure velocities at multiple points throughout the wetted cross - section. The ADFM's pulse Doppler technology allows much more accurate velocity measurement, and therefore a more accurate flow rate computation than typical continuous wave Doppler systems. The upward looking ultrasonic level sensor is less prone to fouling, can measure full pipe conditions and is less susceptible to failure from strikes by floating debris than other sensors. Additionally, the upward looking ultrasonic level sensor does not experience drift in measurements as do pressure and bubbler sensor systems. Revision January 2001 The ADFM is MGD's preferred flow monitoring technology. The ADFM typically measures flow rate with an accuracy of ± 2% of actual flow rate. For small diameter pipes ( <24" diameter), MGD will use American Sigma, or equal, area - velocity flow monitoring equipment. These flow monitors use bubbler or pressure sensor technology for level measurement, and traditional ultrasonic (i.e., continuous wave Doppler) technology for velocity measurement. Typical accuracy of traditional area - velocity flow equipment is +/- 5% to 30 %, due to the limitations of this technology. Safety: MGD has full responsibility for the safety of its employees and agents, including providing appropriate safety equipment for its field personnel. MGD shall assign personnel to the project who are trained in flow monitoring, familiar with working in the field and are trained in safe traffic control and permit- required confined space access procedures. A 2- person field crew is nominally required for safe confined space access (manhole entry) per OSHA regulation. MGD shall be fully responsible for its own safety while on the job. MGD personnel shall comply with City, County, State and Federal OSHA requirements. MGD will provide limited traffic control setup with cones and signs, as required. MGD assumes heavy traffic control, including all labor and equipment beyond cones and signs, will be provided by others, if required. Heavy traffic control would include, but not be limited to, traffic plan(s), flag person(s), arrow board(s), lighted sign board(s), etc. Specific Exclusions: MGD specifically excludes the following work tasks necessary to accomplish the base scope of work: ❑ field locating potential monitoring locations ❑ uncovering buried or paved over manholes ❑ accessing manholes on private property ❑ field visit(s) to the flow monitoring location(s) between scheduled visits ❑ submittal of data prior to final report submission ❑ moving flow monitors once installed MGD Technologies Inc. ❑ provision of more than a 2- person field crew ❑ data loss due to events beyond MGD's control ❑ heavy traffic control is NOT provided by MGD. Deliverables: MGD will deliver to the CLIENT two (2) copies of a flow monitoring data report that is to include: ❑ field investigation report(s) describing monitoring location information, access information, and area maps ❑ hydrograph(s) of depth, velocity, and flow using hourly averaging of 15- minute measurements ❑ tabular output(s) of the flow using hourly averaging of 15- minute measurements, including daily minimum, average, and peak flow rate ❑ Scatter graphs of depth vs. flow and depth vs. velocity for each site based on 15- minute data ❑ electronic version of depth, velocity, and flow rate data in 15- minute measurements provided in CSV format on a 3.5" diskette compatible with Microsoft Excel. Responsibilities of the CLIENT: MGD is proposing to provide a turnkey service that will minimally impact the CLIENT's resources. However, we will require certain items in advance of MGD field activities to accomplish the Base Scope of Services. The items are: ❑ provide engineering maps clearly identifying each of the flow monitoring location(s) ❑ provide an overall flow schematic diagram detailing each monitoring location's position relative to the other monitoring locations ❑ provide a list of proposed flow monitoring location(s) with pipe diameters identified at least 2 -weeks prior to MGD's mobilization to the project site (imperative for preparing sensor flow monitoring equipment) ❑ field confirm that manhole(s) are accessible, not buried, not paved over, not on private property, etc. ❑ field confirm that monitoring locations do not have accumulated debris precluding flow monitoring equipment installation or causing flow disturbance Payment Terms: MGD shall submit progress payment invoices at monthly intervals during the performance of services. The progress payment invoices will be based on MGD estimated completion percentages. Revision January 2001 Terms and Conditions Temporary Flow Monitoring Services At the completion of services, MGD will submit a final invoice for any remaining portion of the contract amount not previously invoiced. If MGD's CLIENT is not the Primary Contracting entity, CLIENT shall invoice the Primary Contracting entity for MGD work within 5 business days of receipt of MGD invoice. Payment Terms are Net 30 days. 1.5 % per month interest shall be added to all payments in excess of 30 days. ' Work Schedule: MGD will coordinate the start of the monitoring period with the CLIENT after MGD receives a written notice to proceed. Additional Work Items: MGD shall not perform work outside of the Scope of Services listed in these Terms and Conditions for Temporary Flow Monitoring Services unless changed by written amendment executed by both MGD and CLIENT. Insurance: MGD currently carries the following coverage: Chubb - Federal Insurance Co. General Liability: $1,000,000 Policy # 3525 -90 -64 Automobile Liability: $1,000,000 Policy # 7314 -96 -64 Workers Compensation & Employers Liability: $1,000,000 Policy # 7163 -69-55 Evanston Insurance Co. E &O Professional Liability: $1,000,000 Policy # E0811020 Philadelphia Indemnity Insurance Co. Director's & Officers Liability: $1,000,000 Policy # HFP0003422 Chubb Group of Insurance Co. Umbrella/Excess Liability: $10,000,000 Policy # 7964 -87 -32 j r January 15, 2004 Mr. Kipp Hefner City of Encinitas 505 South Vulcan Avenue Encinitas, California 92024 -3633 Subject: Encinitas Trunk Sewer Replacement — Utility Potholes Dear Kipp: As we previously discussed, our original budget for potholing included a $2,200 allowance to hire a potholing subcontractor. I received the attached quote of $4,200 to excavate the six potholes per your request. With our 10 percent subcontractor markup, this will total $4,620. Therefore, we are requesting that our potholing budget be increased by an additional $2,420 to cover the extra costs. Please call me if you have any questions. Sincerely, Q Michael A. Herrmann, P.E., DEE Engineering Services Manager c: R. Brady 0115mhkh �P���S�� ��� a5oa • .� /�5�/ ���o5a5 01115/2004 10:21 6192658629 BRH GARVER CA PAGE 02 January 15, 2004 Mr. Michacl Hermann., P.E., DEE Richard Brady & Associates Civil. Engineers and Construction Managers 4909 Murphy Canyon Road. Suite 220 San Diego, CA 92123 Re: Potholing Services for Encinitas Blvd. Revised Quote to include "hot patch" asphalt Dear Mike — Thank you for the opportunity to present this proposal regarding the potholing needs for Encinitas Blvd. Underground Solutions, Inc. will provide a turn-key service inclusive of traff c control, dig and locate utility, back -fi l.l. and finish with 8" hot patch asphalt (AR 4000). Standard traffic control will, be provided and the work will be performed in the day titne hours. Work sites will be determined by the plan sheets and mark -Outs provided by USA; density of traffic will determine what sites are performed first. The following is a cost schedule for the project: Potholing via air excavation- 8" Hot hatch (AR 4000) ver hole - 5450 /each site $250 /each site *Should arrow boards be necessary, they would be considered an Extra at $200 /ea Our trucks are equipped with flashing arrow boards, signage and cones. Underground Solutions, Inc. would plan on completing the project in one day's time. We appreciate the opportunity to provide this quote. Please call if you have any questions_ AMN UNDERGROUND SOLUTIONS NUF Iindcrgrouna Solutions. Inc, A549 Mi;,ip I .j 51239, /60-753 /�:'', . I•:rr. %! >U vn.A 1;{::? V.Wro V. ur i(I rI* rJirrunr9�r)lrau[insirrc:.r;7rn 7a, lY� Dave Munson Received Jan -15 -2004 10:20 From - 6192658629 To- Page 002 MGD Technologies Inc. Request for Proposal City of Encinitas Project Name City of Encinitas Pipe Bursting Project Agency or Location of Project City of Encinitas MGD Client City of Encinitas Total Number of Sites to be Monitored 3 Sites Duration of Monitoring Period 7 Days Date Prepared January 12, 2004 Prepared by MGD Technologies Inc. Denis Pollak Option # of Flow Meters Required 7 -Day Metering Fee Weekly Extension Fee 1 3 Meters $8,400.00 2 3 Meters and Traffic Control $10,700.00 Notes Work to be Performed per MGD Standard Terms and 1 Conditions Fee Proposal contingent upon MGD's review of site information (line sizes, traffic conditions, 2 etc.) 3 All fees, including fees for Encroachment Permit, are to be paid by others 4 Traffic Control per MGD Standard Terms and Conditions 5 Additional Traffic Control can be estimated at the rate of $1,500 /day for High volume conditions 6 Work must be scheduled a minimum of 2 weeks in advance 7 This Fee Proposal valid for a period of 30 -days Exhibit "A" MGD Technologies Inc. Terms and Conditions for Temporary Flow Monitoring Services MGD Scope of Services: The services to be performed by MGD will include the following: ❑ provide a 2- person field crew for all MGD field work activities ❑ provide sewer flow monitoring equipment to measure sanitary sewer flows ❑ install and program flow monitoring equipment at CLIENT designated locations ❑ collect flow data and manually confirm depth and velocity measurements of monitors: • at monitor equipment installation • at each interim visit • immediately prior to monitoring equipment removal ❑ remove flow monitoring equipment at the end of the monitoring period ❑ perform data processing and analysis ❑ prepare and deliver a final report Flow Monitoring Equipment: The flow monitoring equipment provided by MGD shall be suitable for open channel sewer flow monitoring. MGD will use portable, battery- powered flow monitoring equipment at all flow monitor locations. Flow monitors will be programmed to record measured flow depth and velocity at no greater than 15- minute intervals. For large diameter pipes ( >24" diameter), MGD typically uses the ADFM Velocity Profiler TM (ADFM) flow monitor in place of traditional, continuous -wave Doppler flow monitors. The ADFM uses a combination level /velocity transducer featuring an upward - looking ultrasonic level sensor and advanced pulse Doppler technology to accurately measure velocities at multiple points throughout the wetted cross - section. The ADFM's pulse Doppler technology allows much more accurate velocity measurement, and therefore a more accurate flow rate computation than typical continuous wave Doppler systems. The upward looking ultrasonic level sensor is less prone to fouling, can measure full pipe conditions and is less susceptible to failure from strikes by floating debris than other sensors. Additionally, the upward looking ultrasonic level sensor does not experience drift in measurements as do pressure and bubbler sensor systems. Revision January 2001 The ADFM is MGD's preferred flow monitoring technology. The ADFM typically measures flow rate with an accuracy of ± 2% of actual flow rate. For small diameter pipes ( <24" diameter), MGD will use American Sigma, or equal, area - velocity flow monitoring equipment. These flow monitors use bubbler or pressure sensor technology for level measurement, and traditional ultrasonic (i.e., continuous wave Doppler) technology for velocity measurement. Typical accuracy of traditional area - velocity flow equipment is +/- 5% to 30 %, due to the limitations of this technology. Safety: MGD has full responsibility for the safety of its employees and agents, including providing appropriate safety equipment for its field personnel. MGD shall assign personnel to the project who are trained in flow monitoring, familiar with working in the field and are trained in safe traffic control and permit- required confined space access procedures. A 2- person field crew is nominally required for safe confined space access (manhole entry) per OSHA regulation. MGD shall be fully responsible for its own safety while on the job. MGD personnel shall comply with City, County, State and Federal OSHA requirements. MGD will provide limited traffic control setup with cones and signs, as required. MGD assumes heavy traffic control, ' including all labor and equipment beyond cones and signs, will be provided by others, if required. Heavy traffic control would include, but not be limited to, traffic plan(s), flag person(s), arrow board(s), lighted sign board(s), etc. Specific Exclusions: MGD specifically excludes the following work tasks necessary to accomplish the base scope of work: ❑ field locating potential monitoring locations ❑ uncovering buried or paved over manholes ❑ accessing manholes on private property ❑ field visit(s) to the flow monitoring location(s) between scheduled visits ❑ submittal of data prior to final report submission ❑ moving flow monitors once installed 15 W I I l MGD Technologies Inc. ❑ provision of more than a 2- person field crew ❑ data loss due to events beyond MGD's control ❑ heavy traffic control is NOT provided by MGD. Deliverables: MGD will deliver to the CLIENT two (2) copies of a flow monitoring data report that is to include: ❑ field investigation report(s) describing monitoring location information, access information, and area maps ❑ hydrograph(s) of depth, velocity, and flow using hourly averaging of 15- minute measurements ❑ tabular output(s) of the flow using hourly averaging of 15- minute measurements, including daily minimum, average, and peak flow rate ❑ Scatter graphs of depth vs. flow and depth vs. velocity for each site based on 15- minute data ❑ electronic version of depth, velocity, and flow rate data in 15- minute measurements provided in CSV format on a 3.5" diskette compatible with Microsoft Excel. Responsibilities of the CLIENT: MGD is proposing to provide a tumkey service that will minimally impact the CLIENT's resources. However, we will require certain items in advance of MGD field activities to accomplish the Base Scope of Services. The items are: ❑ provide engineering maps clearly identifying each of the flow monitoring location(s) ❑ provide an overall flow schematic diagram detailing each monitoring location's position relative to the other monitoring locations ❑ provide a list of proposed flow monitoring location(s) with pipe diameters identified at least 2 -weeks prior to MGD's mobilization to the project site (imperative for preparing sensor flow monitoring equipment) ❑ field confirm that manhole(s) are accessible, not buried, not paved over, not on private property, etc. ❑ field confirm that monitoring locations do not have accumulated debris precluding flow monitoring equipment installation or causing flow disturbance Payment Terms: MGD shall submit progress payment invoices at monthly intervals during the performance of services. The progress payment invoices will be based on MGD estimated completion percentages. Revision January 2001 Terms and Conditions Temporary Flow Monitoring Services At the completion of services, MGD will submit a final invoice for any remaining portion of the contract amount not previously invoiced. If MGD's CLIENT is not the Primary Contracting entity, CLIENT shall invoice the Primary Contracting entity for MGD work within 5 business days of receipt of MGD invoice. Payment Terms are Net 30 days. 1.5 % per month interest shall be added to all payments in excess of 30 days. Work Schedule: MGD will coordinate the start of the monitoring period with the CLIENT after MGD receives a written notice to proceed. Additional Work Items: MGD shall not perform work outside of the Scope of Services listed in these Terms and Conditions for Temporary Flow Monitoring Services unless changed by written amendment executed by both MGD and CLIENT. Insurance: MGD currently carries the following coverage: Chubb - Federal Insurance Co. General Liability: $1,000,000 Policy # 3525 -90 -64 Automobile Liability: $1,000,000 Policy # 7314 -96-64 Workers Compensation & Employers Liability: $1,000,000 Policy # 7163 -69-55 Evanston Insurance Co. E &O Professional Liability: $1,000,000 Policy # E0811020 Philadelphia Indemnity Insurance Co. Director's & Officers Liability: $1,000,000 Policy # HFP0003422 Chubb Group of Insurance Co. Umbrella/Excess Liability: $10,000,000 Policy # 796487 -32 t TRANSMITTAL FORM City of Encinitas FAX 760/633 -2818 505 S. Vulcan Avenue Engineering Encinitas, CA 92024 -3633 760/633 -2770 DATE 17- Z C SENDTO FAX #: ��� J� 6�1� 6�lONO.OF PAGES: �. n • TO: OF: r— K) \ 5 (T C) (- LA I4- 0C\IC ADDRESS: FROM: 1 P 014 PHONE: ❑ Call ASAP ❑ Review & Call Please Handle ❑ Per Our Conversation COMMENTS: ❑ Review & Return 12-F.Y.I. ❑ Please Reply by oow�0,7 rli-o Mob 247' I I poz) cOA.9 0N 8*1 VP 01 Z�6 (JO67 AN QUAIL RD IM co x m m -4 E6,246 00 -015 0 AIL 0148 ZO 4a vFS� gib) 10 GARDENS D P47- ST DR WA 0 Ln 6<U .9 owl S E SHEET 15 0 Z I o z 01 G$ m mm F-4 m A i2 g � � s � �o � � z O OT z cn --i �L -Z'r ao 3 471 ?44,000 r obi P461 :m> Z, r4 UES41970H 6<U .9 owl S E SHEET 15 0 Z I o z 01 G$ m mm F-4 m A i2 g � � s � �o � � z O OT z cn --i �L -Z'r ao 3 471 ?44,000 r obi Do :m> Z, r4 m rn ;>o z w t 1 s � 92 � E.8 F93 O �F94 5.8 2 F76 o REVISIONS DATE REMARKS cli w 7/93 DUDEK ORIGINAL 12/97 DUDEK UPDATE i cr 4 UVA :m N 0 Z iZ } c� 1z �o U�s'96� TO 8 ~V� 944 T14 Elvc (9.3) 8'VCP ! (261) �SQ .' F79 0 2 � 0 i r z 0 X Q w SEWER LEGEND DfSIRICT BOUNDARY O1KA NTH MO. b7ZEIIWATER/AL LENGTH AR 8'V1^p ( ) FIELD VEMF7ED (306) F80 (10.1) FLOW DIREC770N 8"Vcp (40) F80A FORD MAIN (12.9) - -- -- pRIVA7E SENER oz UES1 56F F8019 x i M. REF. NO. SCALE: F8i =200 N N1,9 000 A3SflCIAT, 8Z A California Corporation Corporals Office: 760.942.5147 605 Third Sfreef Fax 760.632.0164 Endmillas, CA 9=4 A ,� k SHEET 10 ww�" ts \ 3J co c., UES797QH' ,.. ti° �s1►i k' ,u�iA SUNS ET 91 SUNSET �4 A W DR _.. /✓ c, S POQ3Ay +� o'V N 3A N-VO-IRA dOAw DOLLIM � tv O \? V 0o V IV - o► v Z \;m m W ti m v n $ N z` C- r Oak W 111 '40 4 < r ca 0 #� o C Z _ w�NiC--251�tE S RD v' i 0 V CPA 4 J VIA JULITA io'vlcP Ott (All ;o ,r- Notice of Exemption Appendix i To: ❑ Office of Planning and Research From: (Public Agency) G -1—f G f C •`JC- k N i i &S 1400 Tenth Street, Room 121 6 o !s— S V �j to V ` Sacramento, CA 95814 (Address) County Clerk County of 6 A tQ 7 i e&c Project Title: �NL�Nk-CA5 ``�i. -J� 2�N�` SE•,.�i A C 1=Mt ti Project Location - Specific: Ll)L )Z . F(2-tat -� 3.$� FE 1 �F �N E/zS�r4 ±c is GK) (A G t�ta_g =mss awa - Project Location -City: Project Location - County: S PN Description of Project: i�F P t- �t =t�c�" ' �F'' Ems' S ►+� C� t r�'l -i-� L", Zvi f-: X41 �%( Is ��s ,��; �� J i�f ri s�.1 t ►'� �j �✓ G L (1..i i 1 f� �' /� � I,�( --1 � � � /� Gf� ��e� Name of Public Agency Approving Project: Name of Person or Agency Carrying Out Project: Exempt Status: (check one) ❑ Ministerial (Sec. 21080(b)(1); 15268); ❑ Declared Emergency (Sec. 21080(b)(3); 15269(a)); ❑ Emergency Project (Sec. 21080(b)(4); 15269(b)(c)); _ Categorical Exemption. State type and section number. l `2 Z 7 ❑ Statutory Exemptions. State code number. Reasons why project is exempt: 1 2 ✓�� /� '50 ���e nG���G�E M ��� w i 7" t4 >ti,% (0 v 6 i C ✓2/ l> M T- r-� f L L),4 U .A- /V -7_4 -_,1 1 N► I L-e G"-:�: A-)G T-1 Lead Agency 1 /� Contact Person: / ' ��1r '�� Area Codefrelephone/Extension: C T&�1 � � -� Z 7 ?S If riled by applicant: 1. Attach certified document of exemption finding. 2. Has a notice of exe tion been fil by the public agency approving the project? [Yes ❑ No Signature: �- Date: % / 03 Title: �SSc��i�`tI� Cl V1 I- v by Lea Agency Date received for filing at OPR: ❑ Signed by Applicant Revised October 1989 PIPE BURSTING PART 1 - GENERAL 1.1 DESCRIPTION A. This specification shall cover rehabilitation of existing sanitary sewers through the use of a Pipe Bursting System. Pipe bursting is a process by which a bursting unit splits and / or fractures the existing pipe while simultaneously installing new high density polyethylene pipe (HDPE) of the same or larger size into the annulus created by the bursting tool's forward movement of the bursting tool. 1.2 SCOPE OF THE WORK A. The CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install all 12 -inch sewer main. 1.3 QUALITY ASSURANCE A. Reference standards: American Society for Testing Materials (ASTM), West Conshohocken, PA 14428 1. ASTM D 1238 -99 2. ASTM D 1505 -98 3. ASTM D 790 -00 4. ASTM D 638 -99 5. ASTM D 1693 -00 6. ASTM D 3350 -99 7. ASTM D 618 -99 8. ASTM D 2837 -98a 9. ASTMD 575 B. The CONTRACTOR is solely responsible for quality assurance during the length of the project. The CONTRACTOR is be responsible for any costs associated with corrective measures required to replace or repair items not meeting the quality standards specified by the OWNER. 1.4 SUBMITTALS A. The CONTRACTOR shall submit the following items for review and approval by the OWNER in accordance with the Contract Documents. OWNER approval of the submittals shall be obtained prior to ordering pipe materials and/or commencing the pipe replacement process. 1. Verifications of training by the pipe bursting systems manufacturer stating that the operators have been fully trained in the use of the proposed pipe Encinitas Blvd Trunk Sewer 1 Pipe Bursting Replacement September 15, 2003 bursting equipment by an authorized representative of the equipment manufacturer. 2. Verifications from the pipe manufacturer of training in the proper method for handling and installing the new pipe. 3. Verifications of training by the pipe fusion equipment manufacturers that the operators have been fully trained in the use of the fusion equipment by an authorized representative of the equipment manufacturer. 4. Detailed construction procedures, and layout plans to include sequence of construction. 5. Locations, sizes and construction methods for the service reconnection pits. 6. Methods of construction, reconnection and restoration of existing service laterals. 7. The methods of modification, if required, for existing manholes. 8. Sewer bypass plans, including methods and list of equipment to be utilized. 9. Safety plan in conformance with the Contract Documents and OSHA regulations. 10. Detailed procedures for the installation and bedding of pipe in launching and receiving pits. 11. Traffic control plans. 12. Project schedule. 13. Contingency plans for the following potential conditions: a. Unforeseen obstruction(s) causing burst stoppage, such as unanticipated change(s) in host pipe material, repair section(s), concrete encasement(s) or cradle(s), buried or abandoned manhole(s) or changes in direction not depicted on maps provided by the OWNER. b. Substantial surface heave occurring due to depth of the existing pipe vs. the amount of upsizing c. Damage to existing service connections and replacement pipeline's structural integrity and methods of repair. d. Damage to other existing utilities. e. Loss of and return to line and grade. f. Soil heaving or settlement. Encinitas Blvd Trunk Sewer 2 Pipe Bursting Replacement September 15, 2003 1 5 QUALIFICATIONS OF THE CONTRACTOR A. The CONTRACTOR shall be verified by the pipe bursting system manufacturer as a fully trained user of the proposed pipe bursting system. The pipe bursting system shall be operated by personnel trained by a qualified representative of the pipe bursting system manufacturer. The OWNER may require the CONTRACTOR to provide certificates of training for any employee directly involved in the supervision or operation of the pipe bursting system. B. Polyethylene pipe jointing shall be performed by personnel trained in the use of butt - fusion equipment and recommended methods for new pipe connections. Personnel directly involved with new pipe installation shall receive training in the proper methods for handling and installing the polyethylene pipe. Such training shall be conducted by a qualified representative of the fusion equipment manufacturer. Installation of other materials shall also be performed by personnel qualified by the specific product manufacturer. C. The CONTRACTOR shall hold the OWNER and Engineering Firm whole harmless in any legal action resulting from patent infringements PART 2 — PRODUCTS 2.1 PIPE MATERIALS A. Polyethylene Plastic Pipe shall be high- density polyethylene pipe and meet the applicable requirements of ASTM F714 Polyethylene (PE) Plastic Pipe (SDR -PR), based on Outside Diameter, or AWWA C906, ASTM D1248 and ASTM D3350. B. The CONTRACTOR shall install pipe made of virgin materials. C. The new pipe shall be homogenous throughout and shall be free of visible cracks, holes, foreign material, blisters, or other deleterious faults. D. Dimension Ratios: The wall thickness (SDR) of the new HDPE pipe shall conform to the recommendations of the Pipe Manufacturer or as approved by the OWNER. E. The material color of the new pipe shall be as shall be white. Encinitas Blvd Trunk Sewer 3 Pipe Bursting Replacement September 15, 2003 PART 3 - EXECUTION 3.1 DELIVERY, STORAGE AND HANDLING OF PIPE AND MATERIALS A. The CONTRACTOR shall transport, handle, and store pipe and fittings as recommended by manufacturer. B. New pipe and fittings that are damaged before or during installation shall be repaired or replaced, as recommended by the manufacturer or required by the OWNER. The costs of such repair or replacement shall be borne by the CONTRACTOR and be accomplished prior to installation. Pipe and fittings damaged during or after installation will be repaired or replaced in accordance with instructions from the OWNER. C. The CONTRACTOR shall deliver, store and handle other materials as required to prevent damage. Materials that are damaged or lost shall be repaired or replaced by the CONTRACTOR at no additional expense to the OWNER. 3.2 METHOD OF PIPE BURSTING A. The method for pipe bursting shall utilize pneumatic impact force. The pipe bursting tool shall be designed and manufactured to force its way through existing pipe materials by fragmenting the pipe and compressing the old pipe sections into the surrounding soil as it progresses. The bursting unit shall generate sufficient force to burst and compact the existing pipeline. See manufacturer's specifications for tool sizes recommended for various pipe diameters as well as parameters associated with tool sizes for allowable upsize percentages. B. The pipe bursting tool shall be pulled through the sewer by a cable or rods located at the machine pit. The bursting unit shall pull the polyethylene (PE) pipe with it as it moves forward from the insertion pit. The bursting head shall incorporate a shield/expander to prevent collapse of the hole ahead of the new pipe insertion. The pipe bursting unit shall be remotely controlled. C. The bursting action of the tool shall increase the external dimensions sufficiently to break the existing pipe and simultaneously expand the surrounding ground sufficiently to permit pulling the new pipe through the annular space. 3.3 MATERIAL TESTING A. The CONTRACTOR shall notify the OWNER at the completion of each burst segment. The OWNER may, at its option, conduct an inspection of Encinitas Blvd Trunk Sewer 4 Pipe Bursting Replacement September 15, 2003 the new pipe to determine the condition of the pipe subsequent to the burst. B. Any defects which, in the opinion of the OWNER, affect the structural integrity of the pipe shall be repaired or replaced by the CONTRACTOR at no additional cost to the OWNER. 3.4 LOCATING UTILITIES A. The OWNER shall provide the CONTRACTOR with all available documents relating to the location of utilities adjacent to the pipe to be replaced. Prior to commencing work the CONTRACTOR shall verify the location of all adjacent utilities. The minimum clearance from other utilities shall be approximately two feet. The OWNER may at its discretion reduce the minimum clearance. B. The CONTRACTOR shall expose all interfering and crossing utilities by spot excavating at the planar intersection of the pipe and removing the soil from around the utility. The cost of exposing these utilities shall be paid in accordance with Contract bid items as defined elsewhere in the Contract. 3.5 SUB - SURFACE CONDITIONS A. The CONTRACTOR shall verify this information in the field. All additional subsurface investigations deemed necessary by the CONTRACTOR to complete the work shall be included in the Bid Proposal at no additional cost to the OWNER. Copies of all reports and information obtained by the CONTRACTOR shall be provided to the OWNER. B. The minimum depth of cover over the installed pipe shall be ten times the amount of displacement from the diameter of the existing pipe or 3 feet from the top of the existing pipe, whichever is greater. The CONTRACTOR may, with the prior approval of the OWNER reduce the minimum depth of cover. C. Unless otherwise noted in the Contract Documents, settlement or heaving of the ground surface during or after construction will not be allowed. The CONTRACTOR is solely responsible for the costs for repairing any surface heaving unless specified otherwise in the contract documents. 3.6 LOCATING SERVICE CONNECTIONS A. In order to expedite reconnection, the CONTRACTOR shall locate and expose all sewer service connections prior to pipe insertion. The CONTRACTOR shall exercise due diligence in excavating the existing pipe sufficiently to allow for uniform circumferential expansion of the Encinitas Blvd Trunk Sewer 5 Pipe Bursting Replacement September 15, 2003 existing pipe through the service connection pit. Upon commencement of the bursting process, pipe insertion shall be continuous and without interruption from one entry point to another, except as approved by the OWNER. Upon completion of insertion of the new pipe, the CONTRACTOR shall expedite the reconnection of services to minimize any inconvenience to the customers. 3.7 PIPE JOINING A. The polyethylene pipe (HDPE) shall be assembled and joined at the site using the butt - fusion method to provide a leak proof joint. Threaded or solvent- cement joints and connections are not permitted. All equipment and procedures shall be used in strict compliance with the manufacturer's recommendations. B. Fusion shall be performed by technicians certified by a manufacturer of pipe fusion equipment. C. The butt -fused joint shall be true alignment and shall have uniform rollback beads resulting from the use of proper temperature and pressure. The joint shall be allowed adequate cooling time before removal of pressure. The fused joint shall be watertight and shall have tensile strength equal to or greater than that of the pipe. All joints shall be subject to acceptance by the OWNER prior to insertion. D. The CONTRACTOR shall cut out and replace defective joints at no additional cost to the OWNER. Any section of the pipe with a gash, blister, abrasion, nick, scar, or other deleterious fault greater in depth than ten percent (10 %) of the wall thickness (ASTM 585), shall not be used and must be removed from the site. However, a defective area of the pipe may be cut out and the joint fused in accordance with the procedures stated above. In addition, any section of the pipe having other defects such as concentrated ridges, discoloration, excessive spot roughness, pitting, variable wall thickness or any other defect of manufacturing or handling as determined by the OWNER shall be discarded and not used. E. Terminal sections of pipe that are joined within the insertion pit shall be connected with a mechanical coupling (e.g. a full circle stainless repair clamp), Electro Fusion Couplings (e.g. Central Plastics or equivalent) or a non -shear restraint coupling. All connections shall be in conformance with the manufacturer's installation procedures. 3.8 BYPASSING OF FLOWS A. During execution of the work the CONTRACTOR shall be responsible for continuity of sanitary sewer service to each facility connected to the affected section(s) of sewer main, and shall also bypass the main sewer flow around the pipe to be replaced, or into adjacent sanitary sewers, if Encinitas Blvd Trunk Sewer 6 Pipe Bursting Replacement September 15, 2003 available. The pumps and the bypass lines shall be of adequate capacity and size to handle all flows without sewage backup to private property. The CONTRACTOR shall be solely responsible for clean -up, repair, property damage costs and claims resulting from failure of the diversion system. B. The CONTRACTOR shall submit a detailed bypass pumping plan to the OWNER for approval. At the sole discretion of the OWNER, the CONTRACTOR may plug the main line sewer at an existing upstream manhole or reduce flows by any other method specified in the contract documents and approved by the OWNER. C. The CONTRACTOR shall submit specifications for all pumping equipment to the OWNER for approval. A list of all backup pumping equipment to be held in reserve on the job site will also be submitted. The pumps and by -pass lines shall be of adequate capacity and size to handle all flows. The backup pump(s) and bypass line(s) shall be an integral part of the pumping system, tested and ready to be started immediately if the duty pump(s) should fail. D. All costs for by -pass pumping, required during installation of the pipe shall be included in the CONTRACTOR's bid. 3.9 LUBRICATION A. Lubrication shall be used if in the opinion of the CONTRACTOR such lubrication is necessary to ensure the successful completion of the job. The CONTRACTOR shall use a lubricant approved by the OWNER. 3.10 SERVICE RECONNECTION A. The CONTRACTOR shall reconnect all service connections, after a suitable relaxation period as approved by the OWNER. B. The installed pipe shall be allowed the manufacturer's recommended amount of time for cooling and relaxation due to tensile stressing prior to any reconnection of service lines. Service connections shall be reconnected to the pipe by using connectors approved by the pipe manufacturer and in conformance with the specified installation procedures. Service connections shall be T Connection (Inserta -T) or equivalent. C. Connections to the existing service pipe utilize flexible couplings. All flexible couplings shall conform to ASTM C425. Joint deflection limits and lateral connections shall meet the maximums indicated in ASTM C12 and C425. Encinitas Blvd Trunk Sewer 7 Pipe Bursting Replacement September 15, 2003 D. The slope of the existing laterals toward the newly installed sewer main shall be maintained at the existing percent of grade. For reconstructed laterals, a minimum slope of two percent (2 %). E. Connection of the new service lateral to the mainline shall be accomplished by means of a compression -fit service connection. The service connection shall be specifically designed for connection to the sewer main being installed, and shall be Inserta Tee as manufactured by Fowler Manufacturing Co or equivalent and installed using procedures and equipment referenced in manufacturer's written installation instructions. 3.11 RESTORATION A. Restoration of Manholes 1. The CONTRACTOR shall restore all manholes and associated surface areas to their original condition or as required by the OWNER and specified in the description of work 2. Prior to restoring manholes the installed pipe shall be allowed the manufacturer's recommended amount of time, but not less than four (4) hours, for cooling and relaxation due to tensile stressing prior to sealing the annulus or backfilling the insertion pit. Sufficient excess length of new pipe, but not less than two (2) to four (4) inches, shall be allowed to protrude into the manhole to provide for occurrence. Restraint of pipe ends shall be achieved by means of Central Plastics Electro Fusion coupling or other method(s) approved by the OWNER. The electro fusion couplings shall be slipped over pipe ends against manhole wall and fused in place. Installation of electro fusion couplings shall be done in accordance with the Manufacturer's recommended procedures. 3. Following the relaxation period, the newly installed pipe shall be restrained and sealed at the Manhole in accordance with the manufacturers recommended procedures and with a material approved by the OWNER. 4. Restoration of the bottom of the Manhole shall be done as follows: a. For restorations, up to three inches, grout shall be used. The grout design mix shall meet or exceed 4,000 psi compressive strength at 28 days. b. For restorations greater than three inches concrete shall be used. Concrete shall have a 28 -day compressive strength of 4,000 psi. B. Restoration of Pits 1. The CONTRACTOR shall restore all lateral pits, launching pits and associated surface areas to their original condition or as required by the OWNER and specified in the description of work 2. Prior to backfilling lateral and launching pits the CONTRACTOR shall ensure that the new pipe is properly supported and on the Encinitas Blvd Trunk Sewer 8 Pipe Bursting Replacement September 15, 2003 required grade. Stone or other suitable material, approved by the OWNER, shall be used immediately under the new pipe as support in order to avoid sagging after backfill and compaction. 3.12 FIELD TESTING A. After the existing sewer is completely replaced the CONTRACTOR shall perform an internal inspection with a television camera and videotape. The finished tape shall be continuous over the entire length of the sewer between two manholes or as specified by the OWNER. B. The newly installed pipe shall be visibly free of defects, which may affect the integrity or strength of the pipe. If in the opinion of the OWNER such defects exist the pipe shall be repaired or replaced at the CONTRACTOR's expense. C. Any section of the pipe with a gash, blister, abrasion, nick, scar, or other deleterious fault greater in depth than ten percent (10 %) of the wall thickness shall not be used and must be removed from the site. 3.13 CCTV INSPECTIONS A. The CONTRACTOR shall perform post - installation internal television inspections as required by the OWNER. The video tape of each sewer line reach shall include audio description and printed stationing of service lateral locations. All such inspections shall be performed by personnel trained to locate and identify breaks, obstacles and service connections by closed circuit color television. B. Post - construction video tapes will be submitted to the OWNER for review prior to final payment. Should any portion of the inspection tapes be of inadequate quality or coverage, as determined by the OWNER, the CONTRACTOR will re- inspect the unacceptable portion at no additional expense to the OWNER. All original video tapes remain property of the OWNER. ++ END OF SECTION ++ Encinitas Blvd Trunk Sewer 9 Pipe Bursting Replacement September 15, 2003 City of Finci. irg' Chadwick K. Lau, P.E. August 14, 2003 Assistant District Permit Engineer State of California Department of Transportation District 11, MS 23 2829 Juan Street San Diego, CA 92110 Subject: Encinitas Blvd. Trunk Sewer Replacement (City Project # CEEOID) Dear Mr. Lau- The City of Encinitas has started developing plans to replace the existing 8 -inch VCP Trunk Sewer pipe with 12 -inch Trunk Sewer Pipe on Encinitas Blvd. from 350 feet west of Interstate 5 to Quail Gardens Drive. Currently, the existing 8 -inch VCP Trunk Sewer Pipe is flowing at capacity and additional flows from a new subdivision being presently built will exceed the capacity of the pipe. Consequently, there is a need to replace the existing 8 -inch seeder line with a 12 -inch sewer line. The City is proposing to do trenchless technology called "pipe bursting" to minimize impacts to the traffic on Encinitas Blvd. including the Encinitas Blvd. /Interstate 5 Interchange. Pipe bursting involves jacking and receiving pits where equipment is used to break up the existing sewer pipe and slide new pipe in behind the bursting operation. Since the project goes through CALTRANS right of way at the Encinitas Blvd. /Interstate 5 Interchange the City of Encinitas will have to obtain an Encroachment Permit with CALTRANS. Richard Brady & Associates is the City's engineering consultant on the project and will be acting as the City's agent on the project. Should you have any questions feel free to contact me at (760)633 -2775. Sincer ly, 7 r ,` i KipyMher Associate Civil Engineer Cc: Leroy Bodas Michael Hermann, PE TEL 760 -633 -2600 1 FAX 760- 633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760- 633 -2700 AE: recycled paper T tU CD CD -0 a m — N N Co o c 0 3 CD m Z CD C 3 3 Cv CD a CD CD w CD N N O CD CD a♦ Cni cn� A. w' Nt �l.p oi° o n o CD CD o LD. ° ° <Ew CD m CD F m ow 3 ) CD 0 0 o` 31 3 v v CD CD CCD � 7 � i co iC 1 V O V O CL C1 a 2 Q- 1I0 `< N K to Aa7 1 :3 T ? 7 -7 7 7 7 in OO N wwCl) CA) wGO T O T o 0T C) 00 v rn 0 � o cNO v0\i cNn oNO' 0 0 0 0 0 0' CA) w w w w Cl) iol =N Ni V co I- c w v� o� J ]Ni AI �W,g r - 3 CO'Q' J'O E i iCOs 1 IAj 'CO Nl I CO ?0.io I 0 C7 Co �N I�3 if 1� �N y to a AW tD Notice of Exemption To: ❑ Office of Planning and Research 1400 Tenth Street, Room 121 Sacramento, CA 95814 Appendix 1 From: (Public Agency) G- i i `; L F E .yC- k N I TA-S, (Address) AS_ CAL -tf=. c120M County Clerk County of S farN j� ► �C,C% VJ Project Title: Y/ 1FMCi�iT Project Location - Specific: A LO K) N6 N FR-c -,t-k r?% Fee 1 Q \' (A►+- Cfki -OF== S Dilwa - Project Location - City: Project Location - County: Description of Project: F P t_ A s ► N L \ 6" ; t•sc �� FLC =�-`; ►�' Cl IGV t L. . L�i i ► f-1 /4 ti � +�(=' / � � rv' Cif/ H ��E Name of Public Agency Approving Project: Name of Person or Agency Carrying Out Project: Exempt Status: (check one) ❑ Ministerial (Sec. 21080(b)(1); 15268); ❑ Declared Emergency (Sec. 21080(b)(3); 15269(a)); ❑ Emergency Project (Sec. 21080(b)(4); 15269(b)(c)); \ M Categorical Exemption. State type and section number. l 7 Z ❑ Statutory Exemptions. State code number: Reasons why project is exempt: l 2 L" Iti/,�- E-�Al 15 U-111 T H W T- 67 i /✓c) %� Lead Agency Contact Person: /�1" / '��n'�� Area CodefFelcphone/Extcnsion: 3�_3 If filed by applicant: 1. Attach certified document of exemption finding. 2. Has a notice of exe tion been fil bZLhe bl ic agency approving the project? [Yes ❑ No Signature: �- Date: /3 0-i3 Title: �SSDC��tTE C� ✓� t. �rt-'C,t,vyE� Wigned by Lea Agency Date received for filing at OPR: ❑ Signed by Applicant Revised October 1989 Pipe Graphic Report of PLR T-3 X for sewer Works Order Number Cassette Surveyed On 05/02/2003 Setup 74 Facility Operator Van Reference Weather Dry Road Name Place Name Location type Surface Survey purpose Random survey of pipes and things Pipe Use Sanitary Schedule length 214.9 Ft From T-3 Depth 6.50 Ft Shape Circular Size by 8 ins To T-4 Depth 13.20 Ft Material Vitrified clay Joint spacing Ft Direction Down Un/ng Year Idd Rwdann N Last cleaned General note Locadon note -- — — -- Structural vertlice `.vn l iv-.t. Ranoi -_ „yulaunc- Distance ( Ft ) Description (Showing all categories) 214.9 T-4 (Downstream. Depth = 13.20 Ft) Tape end: 214.9 General Comment [DROP MANHOLE] 107.8 Tapped Tee Left [LATERAL] 0.0 Water level 35 0.0 T -3 (Upstream. Depth = 6.50 Ft) Tape start:0000 Media x CCTV pictures of T-3 X for sewer Work Order Number Surveyed On 05/02/2003 Setup Number 74 Road Name Video Cassette Place Name Weather Dry Location From Manhole T -3 To Manhole T-4 Survey Direction Down Date: 0510212003 Distance: 107.8 Ft Obs: Tapped Tee Left Date: 05/02/2003 Distance: 214.9 Ft Obs: General Comment City Of Encinitas Phone: 760- 763 -6018 Fax: 760 -763-6928 Page 1 Of 1 Pipe Graphic Report of PLR T-4 X for sewer Works Order Number cameo Surveyed On 05/02/2003 Setup 75 Fad1hy Operator Van Reference Weather Dry Road Name Encinitas blvd Place Name Location type Surface Surveypurpose Random survey of pipes and things Pipe Use Sanitary Schedule length 199.1 Ft From T-4 Depth 13.20 Ft Shape Circular size by 8 Ins To T -5 Depth 13.50 Ft Material Vitrified clay Jointspacing 3771 Ft Direction Down Uning Yearlald 6'00 Pre -dean N Last cleaned General note Structural Service Constructionsi - i'vi�w --r garauuc- Ht Distance ( Ft ) 199.1 199.1 199.0 0.0 0.0 Description (Showing all categories) T-5 (Downstream. Depth = 13.50 Ft) Tape end: General Comment [MANHOLE) Manhole/Node [T -5] �— Water level 35 T -4 (Upstream. Depth = 13.20 Ft) Tape start:0000 Media Pipe Graphic Report of PLR T-5 X for sewer Works Order Number Cassette Surveyed On 04/02/2003 Setup 59 Fadilty Operator Van Reference Weather Dry Road Name Enc. Blvd. Place Name Location type Surface Survey purpose Random survey of pipes and things Pipe Use Sanitary Schedule length 348.5 Ft From T -5 Depth 13.50 Ft Shape Circular Size by 8 ins To T-6 Depth 13.50 F4 iMatedal Vitrified clay Joint spacing 4.00 Ft Direction Down Uning Other (state in comments) Yearlaid Pre -dean N Last deened General note Tv for Upgrade Structural Service Constructional LO nli6te — Ni ce7lfneous y rauGc Distance ( Ft ) Description (Showing all categories) Media 348.5 � ) T-6 (Downstream. Depth = 13.50 Ft) Tape end: 0.0 -- Water level 35 0.0 T -5 (Upstream. Depth = 13.50 Ft) Tape start:0000 Pipe Graphic Report of PLR T-6 X for sewer Works Order Number cassette Sunreyed On 04/02/2003 Setup 60 Fadllty Operator Van Reference Weather Dry Road Name Enc. Blvd. Place Name Locadon "a Surface Survey purpose Random survey of pipes and things Pipe Use Sanitary Schedule length 348.0 Ft From T -6 Depth 13.50 Ft Shape Circular Size by 8 ins To T -7 Depth 13.50 Ff AfSWal Vitrified clay Joint spadng 4.00 Ft Direction Down Lining Other (state in comments) Year laid Pre -dean N Last donned General note Tv for Upgrade Structural Service Construccional Lo on nom Miscellaneous Hydraulic Distance ( Ft) Description (Showing all categories) Media 348.0 ( ) T -7 (Downstream. Depth = 13.50 Ft) Tape end: 316.6 Saddle Tee Right [LATERAL TIE IN] 0.0 Water level 35 0.0 T-6 (Upstream. Depth = 13.50 Ft) Tape start:0000 CCTV picture of T-6 X For sewer Work order number Surveyed On 04/02/2003 Road Name Enc. Blvd. Video Cassette Place Name Weather Dry Location From Manhole T-6 To Manhole T -7 Survey Direction Down Setup Number 60 �R 04/07/2003 Pipe Details: Counter 316.6 Ft Year Laid Shape Circular Size ins By 8 ins Material Vitrified clay Lining Other (state in Use Sanitary Observation: Saddle Tee Right Comments: LATERAL TIE IN City Of Encinitas Phone: 760. 753 -5018 Fax: 760 -753 -6928 Page 1 Of 1 Pipe Graphic Report of PLR T -7 X for sewer Works Order Number Cassette Surveyed On 04102/2003 Setup 61 Fadllty Operator Van Reference Weather Dry Road Nance Enc. Blvd. Place Name Location type Surface Survey purpose Random survey of pipes and things Pipe Use Sanitary Schedule length 348.2 Ft From T -7 Depth 13.50 Ft Shape Circular Site by 8 ins To T-8 -A Depth 10.80 F4 Allat0dal Vitrified clay Joint spacing 4.00 Ft Direction Down Lining Other (state in comments) Year laid Pre -dean N Last deaned General note Tv for Upgrade Structural Service Constructional tocatissmrote -- �viisaeiianeaus- -Hydra urc Distance ( Ft ) Description (Showing all categories) 348.2 T-8 -A (Downstream. Depth = 10.80 Ft) Tape end: 347.9 General observation 18" LATERAL TIES INTO MANHOLE] 0.0 Water level 35 0.0 T -7 (Upstream. Depth = 13.50 Ft) Tape start:0000 Media CCTV picture of T -7 For sewer Work order number Surveyed On 04/02/2003 Road Nam Enc. Blvd. Video Cassette Place Name Weather Dry Location From Manhole T -7 To Manhole T-8 -A Survey Direction Down Setup Number 61 Counter 347.9 Ft Pipe Details: Year Laid Shape Circular Size ins By 8 ins Material Vitrified clay Lining Other (state in Use Sanitary Observation: General observation Comments: 8" LATERAL TIES INTO MANHOLE City Of Encinitas Phone: 760 - 753.5018 Fax: 780 - 753 -6928 Page 1 Of f Pipe Graphic Report of PLR T-8 X for sewer Works Order Number Cassette Surveyed On 04/02/2003 Setup 62 Faddllty Operator Van Reference Weather Dry Road Neste Encinitas Blvd. Place Name Location type Surface Survey purpose Random survey of pipes and things Pipe Use Sanitary Schedule length 63.7 Ft From T-8-A Depth 10.80 Ft Shape Circular Size by 8 ins To T-8A Depth 10.00 Ff A48todal Vitrified clay Jointspacing 5.00 Ft Direction Down Ueing Year laid Pre -dean N Last deened General note Structural Service Constructionai —f oie Wir eous-- Hydraulic nt Distance ( Ft ) Description (Showing all categories) 63.7 T-8A (Downstream. Depth = 10.00 Ft) Tape end: 63.7 General observation [MANHOLE AT CHEVRON] 0.0 Water level 35 0.0 T-8-A (Upstream. Depth = 10.80 Ft) Tape start:0000 Media Pipe Graphic Report of PLR T-8 -A X for sewer Works Order Number Cassette Surveyed On 04102/2003 Setup 63 Facility Operator Van Reference Weather Dry Road Name Encinitas Blvd. Place Name Location type Surface Survey purpose Random survey of pipes and things Pipe Use Sanitary Schedule length 287.6 Ft From T-8 -A Depth 10.80 Ft Shape Circular Size by 8 ins To T -11 -A Depth 10.80 Ft AWedial Vitrified clay Joint spacing 5.00 Ft Direction Down Lining Year /aid Pre -dean N Last cleaned General note Manhole in raised medium to Caile Magdalena Structural Service Constructionai Locaborrnote— -- - ivi;sc eikmeuds riyaraui c Distance (Ft) Description (Showing all categories) 287.6 T -11 -A (Downstream. Depth = 10.80 Ft) Tape end: 287.6 "'~- General observation [MANHOLE AT CALLE MAGDALENA] 0.0 Water level 0 0.0 T-8-A (Upstream. Depth = 10.80 Ft) Tape start:0000 Media Pipe Graphic Report of PLR T -11 -A X for sewer Works Order Number Cassette Surveyed On 04/02/2003 Setup 65 Facility Operator Van Reference Weather Dry Road Name En . Blvd & CaI14 Magdelana Place Name Location type Surface Survey purpose Pipe Use Sanitary Schedule length 209.2 Ft From T -11 -A Depth 10.80 Ft Shape Circular Size by 8 ins To T -12 Depth 10.00 F4 Material Vitrified lay Joint sparing 5.00 Ft Direction Down Lining Year laid Pre -dean N Last cleaned General note Structural Service Constructional tocatiotrnote � diisceiianeons— Ayarauri�— Distance ( t Description (Showing all categories) 209.2 T -12 (Downstream. Depth= 10.00 Ft) Tape end: 290.0 General observation [MANHOLE AT SAXONY] 229.2 Tapped Tee Left [LATERAL, VERY GREASY PIZZA JOINT] 192.6 --j— Tapped Tee Left [6 OR 8 INCH SERVICE] 75.3 Tapped Tee Right [LATERAL RIGHT TOP] 0 0 Water level 35 0.0 T -11 -A (Upstream. Depth = 10.80 Ft) Tape start:0000 Media Pipe Graphic Report of PLR T -12 X for sewer Works Order Number Cassette Surveyed On 04/03/2003 Setup 67 Facility Operator Van Reference Weather Dry Road Name Enc. Blvd. & 1 -5 East side Place Name Location type Surface Surveypurpose Pipe Use Sanitary Schedule length 181.3 Ft From T -12 Depth 10.00 Ft Shape Barrel (e.g beer barrel shape) Size by 8 ins To T -13 Depth 10.00 Ft Mat0dal Vitrified clay Joint spacing 5.00 Ft Direction Down Lining Year laid Pre -dean N Last cleaned General note Structural Senlice Constructional ot Distance ( Ft ) Description (Showing all categories) Media 181.3 l ) T -13 (Downstream. Depth= 10.00 Ft) Tape end: 0.0 Water level 40 0.0 T -12 (Upstream. Depth= 10.00 Ft) Tape start:0000 Pipe Graphic Report of PLR T -13 X for sewer Worim Order Number Cassette Surveyed On 04/03/2003 Setup 68 Facility Operator Van Reference Weather Dry Road Name Enc. Blvd. & 1 -5 East side Place Name Locedon type Surface Survey purpose Pipe Use Sanitary Schad de length 348.9 Ft From T -13 Depth 10.00 Fd Shape Barrel (e.g beer barrel shape) size by 8 ins To T -14 Depth 9.00 Ff hfafeda/ Vitrified clay Joint spacing 5.00 Ft Direction Down Lining Year laid Pre -dean N Lastdeaned General note Structural Service Constructionai %Wun -oie -Vft-mIM eoos---FlVydrau is HI Distance ( Ft) Description (Showing all categories) Media 348.9 � ) T -14 (Downstream. Depth = 9.00 Ft) Tape end: 0.0 Water level 40 0.0 T -13 (Upstream. Depth = 10.00 Ft) Tape start:0000 Pipe Graphic Report of PLR T -14 X for sewer Works Order Number Cassette Surveyed On 04/03/2003 Setup 69 Facility Operator Van Reference Weather Dry Road None Enc. blvd @ 1 -5 on ramp s/b Place Name Location type Surface Survey purpose Pipe Use Sanitary Schedule length 303.7 Fd From T -14 Depth 9.00 Ft Shape Circular Size by 8 ins To T -15 Depth 9.00 Ft Material Vitrified clay Jointspadng 5.00 Ft Direction Down lining Year laid Pre -dean N Last donned General note Structural Service Constructional %cadorrnote taneaas -- -fly rau is Distance ( Ft) Description (Showing all categories) Media 303.7 T -15 (Downstream. Depth = 9.00 Ft) Tape end: 0.0 Water level 40 0.0 T -14 (Upstream. Depth = 9.00 Ft) Tape start:0000 Pipe Graphic Report of PLR T -15 X for sewer Works Order Number Cassette Surveyed On 04/03/2003 Setup 70 Facll/ty Operator Van Reference Weather Dry Road Name Enc. blvd. Place Name Location type Surface Survey purpose PIpe Use Sanitary Schedrdelength 159.3 Fd From T -15 Depth 9.00 Ft Shape Barrel (e.g beer barrel shape) Size by 8 Ins To T -16 Depth Ft Msftdal Vitrified clay Jointspacing 5.00 Ff Direction Down Uning Yew laid Pre-c een N Last cleaned General note Structural Service Constructional — - Distance ( Ft ) Description (Showing all categories) 159.3 T -16 (Downstream. Depth= Ft) Tape end: 156.1 Crack circumferential 12/oc [CRACK IN PIPE] 151.4 Camera underwater [UNDERWATER] 0.0 Water level 40 0.0 T -15 (Upstream. Depth= 9.00 Ft) Tape start:0000 Media CCTV picture of T -15 > For sewer Work order number Surveyed On 04/03/2003 Road Name Enc. blvd. Video Cassette Place Name Weather Dry Location From Manhole T -15 To Manhole T -16 Survey Direction Down Setup Number 70 Counter 156.1 Ft Comments: CRACK IN PIPE City Of Encinitas Phone: 760 -753 -5018 Fax: 760- 753 -6928 Page 1 Of 1 Nov -1:5- 20!1`1" 12:27 From- T -280 P.001 /003 F-702 4909 Murphy Canyon Road, Suite 220 San Diego, Calibmia 92123 Tel: (858) 496 -0500 Fax: (858) 496 -0505 Facsimile Transmittal To: f� ��� « From: ConpW. Project: � ' Fax: 7(� a-� 3 3 —a �l g Project No: Phone: Date: / / /,2 s/o;k' Re: Pages: _(excludes this page) CC: ❑ Urgent WFor Review ❑ Please Comment ❑ Please Reply If you did not receive the entire transmittal, please call (858) 496 -0500. Date: Time: Initials: 07'� Yll�f� ■Iltll 111111 ��u���i������is� Nov -25 -2002 12:27 From- T -260 P- 003/003 F -702 City of Encinitas i SUMMARY TABLE TASKS Task Description Fee Encinitas Boulevard Trunk Sewer Replacement Grand Tota $109,3431 I i Richard Brady Associates 1 Engineering Design Phase Services 1.0 PrefirninaryDesign $21,719 2.0 Pipeline Design $37,880 3.0 Bid and Award $3,350 Subtotal $62,949 Construction Phase Services 4.0 Construction Management and Inspection $46,394 Su tal 6 ,3 5494 Grand Tota $109,3431 I i Richard Brady Associates 1 Nov -26 -2002 09:38 From- T -263 P.001 /003 F-710 4909 Murphy Canyon Road, Sub 220 San Diego, Califomia 92123 Tel; (858) 496 -0500 Fax: (858) 4960605 Facsimile Transmittal To: CDDVW. C14% Fax: o63 aSU2i2 Phone: Re: CC: ❑ Urgent For Review Front: Project: % akA Project No: Date: Pages: _(excludes this page) E3 Please Comment ❑ Please Reply If you did not receive the entire transmittal, please call (858) 496 -0500. Date: Time: Initials: Nov - 26-2002 08:36 From- TASKS City of Encinitas Task Description T -263 P- 003/003 F -710 Fee Grand Total 1109,343 Richard Brady Associates En ineerin Design Phase services 1.0 Preliminary Design 2.0 Pipeline Design 3.0 Bid and Award Subtotal $21,719 $$3,350 $3, $62,949 949 Construction Phase Services 4.0 Construction Management and Inspection Subtotal $46,394 $46,394 Grand Total 1109,343 Richard Brady Associates nAn iemYmi nm�nu�v re 111111111 WHOM 11111119 111111111 iii INS 1' 1 Ifflir"A AGREEMENT TO PROVIDE SERVICES THIS AGREEMENT is made and entered into as of the date of execution by the City of Encinitas, a municipal corporation, hereinafter referred to as "CITY ", and RICHARD BRADY & ASSOCIATES hereinafter referred to as "PROVIDER". RECITALS The CITY requires outside assistance to provide the following services: preparation of Plans, Specifications, and Estimates for the following project: ENCINITAS BLVD. SEWER LINE REPLACEMENT (CEE01D) Services include analysis of possible trenchless pipeline construction methods, preparation of a preliminary soils report, preparation of base sheets, preparation of 30 %, 50 %, 90 %, and Final Plans, Technical Specifications, Cost Estimates, Utility Coordination, preparation of all required environmental documentation, preparation and processing of all required permits, and preparation of addendums during the bidding period. PROVIDER represents itself as possessing the necessary skills and qualifications to provide the services required by the CITY ; NOW THEREFORE, in consideration of these recitals and the mutual covenants contained herein, CITY and PROVIDER agree as follows: 1.0 TERM OF AGREEMENT 1.1 This AGREEMENT shall be effective on and from the day, month, and year of the execution of this document by the CITY. 1.2 PROVIDER shall commence the performance of the services on December 16, 2002 and shall continue such services until all tasks to be performed are completed, or this AGREEMENT is otherwise terminated. PROVIDER shall complete the services and provide the final submittal no later than September 19, 2003. 2.0 PROVIDER OBLIGATIONS 2.1 PROVIDER shall provide the CITY with the following services: A. All required survey work needed to prepare base sheets. B. Preparation of 30 %, 60 %, 90 %, Final Plans, Technical Specifications, and Cost Estimates for the project. The City will provide a boiler plate for the Special Provisions. The PROVIDER shall be required to submit 3 copies of the PS &E to the City for 60 %, 90 %, and Final submittal. The consultant shall incorporate all comments from the City into the PS &E. E -1 C. Coordination with all Utility Companies. This includes SDG &E, Pacific Bell, Cox Communications, and San Dieguito Water District. Prior to the start of design, the PROVIDER shall obtain facility maps from each of the Utility Companies. Furthermore, the PROVIDER shall hire a contractor to pothole all utilities that cross the proposed sewer line or parallel the sewer line and are within 15 feet of the new sewer centerline to get accurate vertical and horizontal locations of these utilities. The contractor shall only use a vacuum excavator to do the potholing to insure minimizing intrusion impacts to the area around the utility. The PROVIDER shall also be required to dip all existing sewer and storm drain manholes in the vicinity of the sewer project. The PROVIDER will incorporate the pothole information into the plans. The PROVIDER shall send the following number of plans to the utility companies for the 30 %, 60 %, 90 %, and final plan submittal: SDG& E 3 Sets Pacific Bell 3 Sets Cox Communication 2 Sets San Dieguito Water District 1 Set The PROVIDER shall be required to incorporate all comments from the Utility Companies into the plans and specifications. D. The PROVIDER shall prepare all environmental analysis, reports, and permits as required by CEQA, California Coastal Commission, and any other environmental regulatory agency that will be involved in the project. PROVIDER shall be responsible for attending up to three meetings for the Coastal Development Permit acquisition process for the project, and one City Council meeting (if necessary). The PROVIDER shall be responsible for assisting City staff in answering any questions the City Council has. The PROVIDER shall also be responsible for preparing and bringing all necessary exhibits to the Coastal development Permit and City Council meetings, and answering technical questions at the meetings. The PROVIDER shall also be responsible for attending a separate public workshop. The PROVIDER shall be responsible for developing a Public Participation Plan, exhibits for the public workshop, attend the public workshop, and assist the City in answering questions during the public workshop. E. The PROVIDER shall perform an analysis of the possible "trenchless" pipeline construction methods appropriate for this project. The PROVIDER shall develop a ranking system to evaluate the best trenchless construction method available to meet the City's objective of minimizing traffic disruption at the most reasonable cost. If the trenchless construction methods cannot be utilized in this application the PROVIDER shall recommend other alternatives to meet the City's objective. F. The PROVIDER shall prepare a Preliminary Soils Report for the project, which includes, but is not limited to, constructability of the project, and potential groundwater problems if any. G. Preparation of any addendums during the bidding period. E -2 H. PROVIDER shall prepare phasing plans, which will show how sewer service will be transferred from the existing sewer line to the new sewer line during construction. The PROVIDER shall also detail the phasing in the project technical specifications. I. PROVIDER shall be responsible for assisting the City in the pre - qualification of contractors with the appropriate experience to provide the selected "trenchless" construction method. J. PROVIDER shall prepare As -Built drawings when construction is complete. K. PROVIDER shall review all contractor submittals during construction, and assist the City with any requests for information (RFI) that may arise during construction of the project. L. PROVIDER shall answer inquiries and provide clarification and interpretations during the bid period regarding the contract documents, (i.e. -Plans and Specifications) . M. PROVIDER shall attend both the Pre -Bid Conference and Pre - Construction Conference. 2.2 PROVIDER shall perform all work required to accomplish the DESCRIBED SERVICES in conformity with applicable requirements of law: Federal, State, and local. 2.3 PROVIDER is hired to render the DESCRIBED SERVICES and any payments made to PROVIDER are compensation fully for such services. 2.4 PROVIDER shall maintain professional certifications as required in order to properly comply with all CITY, State, and Federal law. 3.0 PAYMENT FOR SERVICES (ATTACHMENT A) Payment to PROVIDER to render the DESCRIBED SERVICES hereunder shall be as set forth in Attachment A which is attached hereto and incorporated herein as though fully set forth at length. 4.0 SUBCONTRACTING (ATTACHMENT B) 4.1 If PROVIDER subcontracts for any of the work to be performed under this AGREEMENT, PROVIDER shall be as fully responsible to the CITY for the acts and omissions of PROVIDER'S subcontractors and for the persons either directly or indirectly employed by the subcontractors, as PROVIDER is for the acts and omissions of persons directly employed by PROVIDER. Nothing contained in the AGREEMENT shall create any contractual relationship between any subcontractor of PROVIDER and the CITY. PROVIDER shall bind every subcontractor to the E -3 terms of the AGREEMENT applicable to PROVIDER'S work unless specifically noted to the contrary in the subcontract in question and approved in writing by the CITY. 4.2 The name and location of the place of business of each subcontractor who will perform work or labor or render service to the PROVIDER in performing this AGREEMENT are contained in Attachment B which is attached hereto and incorporated herein as though fully set forth at length. 5.0 EQUIVALENT ITEMS (ATTACHMENT C) The CITY'S description of services designates specific brands or trade names. PROVIDER proposes an "equal" item indicated in Attachment "C" which is attcahed hereto and incorporated herein as though fully set forth at length. 6.0 EXTRA WORK PROVIDER shall not perform work in excess of the DESCRIBED SERVICES without the prior, written approval of the CITY. All requests for extra work shall be by written Change Order submitted to the City prior to the commencement of such work. 7.0 VERBAL AGREEMENT OF CONVERSATION 8.0 E -4 No verbal agreement or conversation with any officer, agent, or employee of the CITY, either before, during, or after the execution of this AGREEMENT, shall effect or modify any of the terms or obligations herein contained nor shall such verbal agreement or conversation entitle PROVIDER to any additional payment whatsoever. TERMINATION OF AGREEMENT 8.1 In the event of PROVIDER'S failure to prosecute, deliver, or perform the DESCRIBED SERVICES, the CITY may terminate this AGREEMENT by notifying PROVIDER by certified mail of said termination. Thereupon, PROVIDER shall cease work and within five working days: (1) assemble all documents owned by the CITY and in PROVIDER'S possession and deliver said documents to the CITY and (2) place all work in progress in a safe and protected condition. The City Manager of the CITY shall make a determination of the percentage of work which PROVIDER has performed which is usable and of worth to the CITY. Based upon that finding, the City shall determine any final payment due to PROVIDER. 8.2 This AGREEMENT may be terminated by either party, without cause, upon the giving of thirty (30) days written notice to the other party. Prior to the 30' day following the giving of the notice, the PROVIDER shall: (1) assemble the completed work product to date, and put same in order for proper filing and closing, and deliver said product to the CITY and (2) place all work in progress in a safe and protected condition. The City Manager of CITY shall make a determination of the percentage of work which PROVIDER has performed which is usable and of worth to the CITY. Based upon that finding, the CITY shall determine any final payment to PROVIDER. 9.0 COVENANTS AGAINST CONTINGENT FEES PROVIDER warrants that it has not employed or retained any company or person, other than a bona fide employee working for PROVIDER, to solicit or secure this AGREEMENT, and that PROVIDER has not paid or agreed to pay any company or person other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from the award or making of this AGREEMENT. For breach or violation of this warranty, the CITY shall have the right to terminate this AGREEMENT without liability, or, at the CITY'S discretion to deduct from the AGREEMENT price or consideration, or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 10.0 OWNERSHIP OF DOCUMENTS 10.1 All computer data base, computer drawing files, plans, studies, sketches, drawings, reports, and specifications as herein required are the property of the CITY, whether or not the CITY proceeds with the project for which such documents are prepared. 10.2 If the CITY reuses such documents for any reason other than for the project for which they are prepared, without PROVIDER'S prior written authorization, which shall not be unreasonably withheld, the CITY waives any claim against PROVIDER for such unauthorized use and will indemnify and hold PROVIDER harmless from any claim or liability for injury or loss allegedly arising from the CITY'S unauthorized use of such documents. 11.0 STATUS OF PROVIDER PROVIDER shall perform the services provided for herein in a manner of PROVIDER'S own choice, as an independent contractor and in pursuit of PROVIDER'S independent calling, and not as an employee of the CITY. PROVIDER shall be under control of the CITY only as to the result to be accomplished and the personnel assigned to the project. 12.0 ASSIGNMENT OF CONTRACT PROVIDER is without right to and shall not assign this AGREEMENT or any part thereof or any monies due hereunder without the prior written consent of the CITY which shall not be unreasonably withheld. 13.0 HOLD HARMLESS 13.1 PROVIDER agrees to indemnify and hold the CITY and CITY's officers, officials, employees and agents harmless from, and against any and all liabilities, claims, demands, causes of action, losses, damages and costs, including all costs of defense thereof, to the extent arising out of, or in any manner connected directly or indirectly with, any negligent acts or omissions of PROVIDER or E -5 PROVIDER'S agents, employees, subcontractors, officials, officers or representatives. PROVIDER'S obligation herein includes, but is not limited to, alleged defects in the services delivered by PROVIDER. Upon demand, provider shall, at its own expense, defend CITY and CITY's officers, officials, employees and agents, from and against any and all such liabilities, claims, demands, causes of action, losses, damages and costs. 13.2 PROVIDER'S obligation herein does not extend to liabilities, claims, demands, causes of action, losses, damages or costs that arise out of the CITY'S intentional wrongful acts, CITY'S violations of law, or the CITY'S sole active negligence. 14.0 INSURANCE 14.1 The PROVIDER shall obtain and for the full term of this CONTRACT maintain a policy of motor vehicle liability, general liability, public liability, and property damage insurance from an insurance company approved by City and licensed and admitted to be transacting business in the State of California, in an insurable amount of not less than one million dollars ($1,000,000.00) for each occurrence. The insurance policy shall provide that the policy shall remain in force during the life of this AGREEMENT and shall not be canceled, terminated, or allowed to expire without thirty (30) days prior written notice to the CITY from the insurance company. 14.2 The CITY shall be named as an additional insured on PROVIDER'S policies. 14.3 Before PROVIDER shall employ any person or persons in the performance of the AGREEMENT, PROVIDER shall procure a policy of Worker's Compensation Insurance as required by the Labor Code of the State of California. 14.4 PROVIDER shall furnish certificates of said insurance to the CITY prior to commencement of work under this AGREEMENT. 15.0 DISPUTES 15.1 If a dispute should arise regarding the performance of this AGREEMENT, the following procedure shall be used to address any question of fact or interpretation not otherwise settled by agreement between the parties. Such questions, if they become identified as part of a dispute between persons operating under the provisions of the AGREEMENT, shall be reduced to writing by the complaining party. A copy of such documented dispute shall be forwarded to the other party involved along with recommended methods of resolution. The party receiving the letter shall reply to the letter along with a recommended method of resolution within ten (10) days of receipt of the letter. 15.2 If the dispute is not resolved, the aggrieved party shall send to the CITY'S City Manager a letter outlining the dispute for Manager's resolution. 15.3 If the dispute remains unresolved and parties have exhausted the procedures of this section, the parties may then seek remedies available to them at law. E -6 16.0 NOTICES 16.1 Any notices to be given under this AGREEMENT, or otherwise, shall be served by certified mail. 16.2 For the purposes hereof, unless otherwise provided in writing by the parties hereto, the address of CITY and the proper person to receive any notice on the CITY'S behalf is: Peter Cota - Robles, P.E. Director of Engineering Services City of Encinitas 505 S. Vulcan Avenue Encinitas, CA 92024 16.3 For the purposes hereof, unless otherwise provided in writing by the parties hereto, the address of PROVIDER and the proper person to receive any notice on the PROVIDER'S behalf is: Richard Brady, P.E. Richard Brady & Associates 4909 Murphy Canyon Road, Suite 220 San Diego, California 92123 17.0 ATTORNEY'S FEES In the event that one party incurs expenses, including attorney's fees and costs, in enforcing the provisions of this AGREEMENT, such party shall be entitled to recover from the other party reimbursement for those costs including reasonable attorney's fees. 18.0 PROVIDER'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 PROVIDER certifies that PROVIDER is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC 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 AGREEMENT. PROVIDER Richard Brady & Associates By 2 Richard Brady, P Date E -7 CITY City of Encinitas By - L Peter Cota - Robles, PE Date Director of Engineering Services CITY OF ENCINITAS REQUEST FOR PROPOSALS For Professional Engineering Services Design Services For Encinitas Boulevard Trunk Sewer Replacement INTRODUCTION The City of Encinitas (City) is inviting proposals from qualified consulting firms (Consultant) to provide professional civil engineering design services for pipeline construction. The contract for design services will be divided into three phases: Design Phase, Bid Phase and Construction Phase. As part of this contract, the City intends to have the chosen firm provide Construction Management services during the construction phase of the Project. Therefore, the consultant's proposal shall include a scope of work and description of experience for each phase of the work. PROJECT DESCRIPTION The project consists of replacing an existing 8" vitrified clay pipeline with a 12" pipeline in Encinitas Boulevard from approximately 200' west of Quail Gardens Drive to approximately 400' west of the Interstate 5 bridge, a length of approximately 2600 linear feet. Because of the amount of traffic on Encinitas Boulevard and the surrounding streets including the on -ramps and off -ramps to Interstate 5, the City desires innovative alternatives to the traditional "cut and cover" method of construction. Specifically, the Consultant should demonstrate experience and an understanding of various pipeline construction techniques utilizing "trenchless" technologies. The Consultant, in conjunction with the City, will be responsible for selecting the appropriate construction technique. The Consultant will verify exact pipeline, manhole, and utility locations that could influence the selection process. Complete services required will include a preliminary design report with an analysis and ranking of various "trenchless" construction methods, design of the pipeline utilizing the appropriate construction method, bidding assistance, and construction support services. BACKGROUND In July 1993, the City completed a Sewer Master Plan, which is currently being updated. The purpose of the plan is to evaluate and update existing and future sewer capacity demands within the City's service area and develop recommendations for new facilities and existing facility upgrades. In December 1997 the City updated its Sewer Atlas including those sheets in the project area. Extensive development is occurring in the Quail Gardens /Encinitas Ranch area of the City that will significantly increase the flow rate in the Encinitas Boulevard Trunk Sewer beyond design capacity. rfp6620 GENERAL SCOPE OF SERVICES Design Phase Preliminary Design Report • Perform site review to verify existing improvements and utilities. • Obtain as -built plans for existing pipelines, street improvements and utilities. Do not assume that utility records are accurate. • Collect right -of -way information. • Perform an analysis of the possible "trenchless" pipeline construction methods appropriate for this application including but not limited to: pipe bursting, pipe jacking, mircrotunneling, etc. Develop a ranking system to evaluate the best trenchless construction method available to meet the City's objective of minimizing traffic disruption at the most reasonable cost. If "trenchless" construction methods cannot be utilized in this application provide reasoning and recommend other alternatives to meet the City's objective. • Prepare a preliminary cost estimate utilizing the highest ranked trenchless construction method. • Prepare a draft final report. The report will identify any deviations (if any) from the pipeline current alignment; critical areas of concern (i.e. locations of insertion and pulling pits), establish design criteria, traffic control concepts, schedule and cost estimates. Pipeline Design • Prepare a complete set of improvement plans in accordance with the City's requirements and standards, 100% compatible with AutoCAD 2000, and submit to the City for review, comment, and /or approval. 30 %, 60% and 90% and final submittals will be required. Final plans shall be submitted in mylar form. The plans will include a cover sheet (format to be provided by the City). All sheets shall be on City of Encinitas title block. The consultant shall incorporate all City comments into the plans, specifications, and cost estimate. After comments have been incorporated for the 90% PS & E, the consultant shall meet with City staff to assure that all concerns, comments, and questions have been addressed prior to final PS & E submittal. The City will provide a boiler plate for the Special Provisions. The consultant shall be responsible for the technical specifications. • Prepare a list of contract items and an engineer's estimate, including quantity calculations for the construction of the proposed improvements. The improvement plans and contract documents shall include, but are not limited to: rfp6620 title sheets, plans and profile sheets, detail sheets, technical specifications, construction cost estimate, schedule and easement documents (if required). The technical specifications shall be incorporated into the City's standard contract documents. • The design will include the following 1. Sewer line improvement locations and tie -ins, 2. Manhole rehabilitation/replacement, 3. Construction phasing and traffic control plans, 4. Other related work. • The specifications will include the following: 1. Special equipment requirements, 2. Installation tolerances, 3. Acceptable pipe material and structural requirements, 4. Control systems, 5. Installation methods, 6. Insertion and receiving pit locations, 7. Instrumentation and monitoring requirements. • In order to receive project approval the consultant shall address all plan check comments, to the satisfaction of the City. Final approved plans shall be submitted on wet signed and stamped 24" X 36" mylars. Electronic copies of the project design files shall be submitted to the City. • Investigate and process all required permits including but not limited to the following: City of Encinitas, County of San Diego, Caltrans, NPDES, and State of California Water Resources Control Board. This will also include all plan submittals and written correspondence that are required by these agencies. • Sewer line improvement plans shall show all existing and proposed improvements including pavement, medians, curb and gutters, storm drains, utility locations, above ground appurtenances, trees, shrubs, irrigations lines, fences, et cetera. • Prepare documentation for the bid package, including: a list of contract items and corresponding special provisions for the various items of work using Microsoft Word, latest version. The City uses various sections of the Greenbook for contract administration; any reference to corresponding section shall be appropriately edited. The special provisions for all other items of work shall reference the latest edition of the Greenbook. Submission of electronic files will also be required. rfp6620 All improvements shall be in accordance with the requirements of the City of Encinitas, and all other agencies. • Consultant shall be responsible for coordinating their work with all utility companies during the entire project. Utility coordination includes sending plans during the 30% PS & E, 60% PS & E, 90% PS &E, and final PS &E in accordance to the following schedule: 1. San Diego Gas & Electric Company 3 sets of plans per submittal 2. Pacific Bell 3 sets of plans per submittal 3. Cox Communications 3 sets of plans per submittal 4. San Dieguito Water District 1 set of plans per submittal 5. Encinitas Sanitation Division 1 set of plans per submittal Furthermore, utility coordination will also include incorporating all comments from the utility companies into the plans and specifications, and attending the monthly utility coordination meeting at the City. The consultant shall pothole all underground utilities that parallel the new sewer line and are within 15 feet of the new sewer centerline. The utilities to be potholed include, but are not limited to, those owned by the following companies and districts: 1. San Diego Gas & Electric Co. 2. Pacific Bell 3. Cox Communications 4. San Dieguito Water District The consultant shall also be required to dip all existing sewer and storm drain manholes in the vicinity of the sewer project. • Consultant shall prepare a Preliminary Soils Report for the project, which includes, but is not limited to, constructability of the project, and potential groundwater problems if any. Consultant shall be responsible for attending up to three meetings for the Coastal Development Permit acquisition process for the project, and one City Council meeting (if necessary). The consultant shall be responsible for assisting City staff in answering any questions City Council has. Consultant shall also be responsible for preparing and bringing all necessary exhibits to the Coastal Development Permit and City Council meetings, and answering technical questions at the meetings. The consultant shall also be responsible for attending a separate public workshop. The consultant shall be responsible for developing for developing a rfp6620 Public Participation Plan, exhibits for the public workshop, attend the public workshop, and assist the City in answering questions during the public workshop. • Consultant shall be responsible for assisting the City in obtaining a Coastal Development Permit, which will include preparing an 11" x17" exhibit to be attached to the Notice of Pending Action. Bid Phase Services • Prepare addenda. • Assist the City in the pre - qualification of contractors with the appropriate experience to provide the selected "trenchless" construction method. • Answer inquiries and provide clarification and interpretations during the bid period regarding the contract documents, plans and specifications. • Attend Pre -Bid Conference. • Recommend lowest bidder. Review the bids and make a recommendation to the City of the apparent lowest responsive bidder. Review bid forms for accuracy. Check the addition of bid items to see that they have been added correctly. Prepare a letter to the City summarizing this information. Construction Phase Services (if requested) • Attend pre - construction and regular progress meetings, answer questions; prepare meeting agenda and meeting summary. • Review all shop drawings and submittals for compliance with the contract documents. • Provide full -time inspection during the construction phase. Prior to construction, prepare a video log of pre- existing condition. Maintain photo records during construction. • Respond to request for information, process change orders and monthly progress payments. • Prepare "Record Drawings" from redline mark -up of changed field conditions and construction changes kept by Project Inspector. Provide record drawings on both mylar and compact disc. rfp6620 PROPOSAL REQUIREMENTS The consultant shall provide the following: 1. A brief description of the consulting firm, organization structure, location of principal offices, number of professional personnel, and other pertinent information, including the names of all staff members who will work on the project. 2. The name and relevant experience of the principal or project manager in the firm who will have direct and continued responsibility for the project. This person will be the City's contact on all matters dealing with the project and will handle all day -to -day activities through to completion. 3. The names of any outside consultants and /or sub - consultants to be utilized, including a brief description of their role on the project, and an organizational chart. 4. The Consultant's understanding of the project and the proposed approach to the work. 5. A detailed scope of work to be performed by the Consultant. 6. A level of effort showing each task with the personnel, assigned by name and title, along with the labor -hours needed for them to complete the defined tasks. 7. A schedule showing the various tasks and total time frame proposed to complete the project. 8. Resumes of all prime and sub - consultant personnel that will work on the project. Individual resumes will have a 4 -page limit. 9. Example of recent relevant experience of the prime and sub - consultants with client references. 10. Current billing rate schedule. The proposal shall include a fee schedule corresponding to the scope of work. Hourly involvement by each team member should be listed for each element of work. Hours should extend individual billing rate. Expenses and other direct costs should be shown at the bottom of the table and totaled with hourly costs. The total cost shall be the proposed fee. An authorized official of the consultant firm shall sign the proposal. rfp6620 The proposal shall be valid for a minimum of ninety - (90) days. The submitted proposal shall contain no more than 40 single sided pages (excluding the cover and section dividers). GENERAL INFORMATION The City requires that the chosen consultant, prior to entering any agreement with the City, obtain and maintain an insurance policy of professional liability, automotive liability, public liability, general liability, and property damage insurance in an insurable amount of not less than one million dollars ($1,000,000) for each occurrence or aggregate. The City shall be named as additionally insured. SELECTION CRITERIA Selection criteria will be based on the following weighted factors: 1. Consultant understanding of the work to be done 30% 2. Consultant experience with similar kinds of projects 30% 3. Quality of Consultant staff for work to be done 20% 4. Capability of developing innovative or advanced techniques 10% 5. Consultant financial responsibility 10% 100% Once the deadline for submitting has passed, the City will review all proposals. The most qualified consultant will be awarded the contract. Your interest in this project is greatly appreciated. Should you have specific questions relating to this RFP, please feel free to contact Kipp Hefner at (760) 633 -2775. TIME SCHEDULE The City of Encinitas is requesting interested consultants to submit a proposal to prepare a complete design package as described in this Request for Proposal for the above referenced project. Deadline to submit a proposal will be 5:00 p.m., Friday, October 11, 2002. Three copies of the proposal should be submitted to the City of Encinitas Engineering Department, Attention, Kipp Hefner, 505 South Vulcan Avenue, Encinitas, CA 92024. rfp6620 CITY OF ENCINITAS REQUEST FOR PROPOSALS For Professional Engineering Services Design Services For Encinitas Boulevard Trunk Sewer Replacement INTRODUCTION The City of Encinitas (City) is inviting proposals from qualified consulting firms (Consultant) to provide professional civil engineering design services for pipeline construction. The contract for design services will be divided into three phases: Design Phase, Bid Phase and Construction Phase. As part of this contract, the City intends to have the chosen firm provide Construction Management services during the construction phase of the Project. Therefore, the consultant's proposal shall include a scope of work and description of experience for each phase of the work. PROJECT DESCRIPTION The project consists of replacing an existing 8" vitrified clay pipeline with a 12" pipeline in Encinitas Boulevard from approximately 200' west of Quail Gardens Drive to approximately 400' west of the Interstate 5 bridge, a length of approximately 2600 linear feet. Because of the amount of traffic on Encinitas Boulevard and the surrounding streets including the on -ramps and off -ramps to Interstate 5, the City desires innovative alternatives to the traditional "cut and cover" method of construction. Specifically, the Consultant should demonstrate experience and an understanding of various pipeline construction techniques utilizing "trenchless" technologies. The Consultant, in conjunction with the City, will be responsible for selecting the appropriate construction technique. The Consultant will verify exact pipeline, manhole, and utility locations that could influence the selection process. Complete services required will include a preliminary design report with an analysis and ranking of various "trenchless" construction methods, design of the pipeline utilizing the appropriate construction method, bidding assistance, and construction support services. BACKGROUND In July 1993, the City completed a Sewer Master Plan, which is currently being updated. The purpose of the plan is to evaluate and update existing and future sewer capacity demands within the City's service area and develop recommendations for new facilities and existing facility upgrades. In December 1997 the City updated its Sewer Atlas including those sheets in the project area. Extensive development is occurring in the Quail Gardens /Encinitas Ranch area of the City that will significantly increase the flow rate in the Encinitas Boulevard Trunk Sewer beyond design capacity. rfp6620 GENERAL SCOPE OF SERVICES Design Phase Preliminary Design Report • Perform site review to verify existing improvements and utilities. • Obtain as -built plans for existing pipelines, street improvements and utilities. Do not assume that utility records are accurate. • Collect right -of -way information. • Perform an analysis of the possible "trenchless" pipeline construction methods appropriate for this application including but not limited to: pipe bursting, pipe jacking, mircrotunneling, etc. Develop a ranking system to evaluate the best trenchless construction method available to meet the City's objective of minimizing traffic disruption at the most reasonable cost. If " trenchless" construction methods cannot be utilized in this application provide reasoning and recommend other alternatives to meet the City's objective. • Prepare a preliminary cost estimate utilizing the highest ranked trenchless construction method. • Prepare a draft final report. The report will identify any deviations (if any) from the pipeline current alignment; critical areas of concern (i.e. locations of insertion and pulling pits), establish design criteria, traffic control concepts, schedule and cost estimates. Pipeline Design • Prepare a complete set of improvement plans in accordance with the City's requirements and standards, 100% compatible with AutoCAD 2000, and submit to the City for review, comment, and /or approval. 30 %, 60% and 90% and final submittals will be required. Final plans shall be submitted in mylar form. The plans will include a cover sheet (format to be provided by the City). All sheets shall be on City of Encinitas title block. The consultant shall incorporate all City comments into the plans, specifications, and cost estimate. After comments have been incorporated for the 90% PS & E, the consultant shall meet with City staff to assure that all concerns, comments, and questions have been addressed prior to final PS & E submittal. The City will provide a boiler plate for the Special Provisions. The consultant shall be responsible for the technical specifications. • Prepare a list of contract items and an engineer's estimate, including quantity calculations for the construction of the proposed improvements. The improvement plans and contract documents shall include, but are not limited to: rfp6620 title sheets, plans and profile sheets, detail sheets, technical specifications, construction cost estimate, schedule and easement documents (if required). The technical specifications shall be incorporated into the City's standard contract documents. • The design will include the following 1. Sewer line improvement locations and tie -ins, 2. Manhole rehabilitation/replacement, 3. Construction phasing and traffic control plans, 4. Other related work. • The specifications will include the following: 1. Special equipment requirements, 2. Installation tolerances, 3. Acceptable pipe material and structural requirements, 4. Control systems, 5. Installation methods, 6. Insertion and receiving pit locations, 7. Instrumentation and monitoring requirements. • In order to receive project approval the consultant shall address all plan check comments, to the satisfaction of the City. Final approved plans shall be submitted on wet signed and stamped 24" X 36" mylars. Electronic copies of the project design files shall be submitted to the City. • Investigate and process all required permits including but not limited to the following: City of Encinitas, County of San Diego, Caltrans, NPDES, and State of California Water Resources Control Board. This will also include all plan submittals and written correspondence that are required by these agencies. • Sewer line improvement plans shall show all existing and proposed improvements including pavement, medians, curb and gutters, storm drains, utility locations, above ground appurtenances, trees, shrubs, irrigations lines, fences, et cetera. • Prepare documentation for the bid package, including: a list of contract items and corresponding special provisions for the various items of work using Microsoft Word, latest version. The City uses various sections of the Greenbook for contract administration; any reference to corresponding section shall be appropriately edited. The special provisions for all other items of work shall reference the latest edition of the Greenbook. Submission of electronic files will also be required. rfp6620 All improvements shall be in accordance with the requirements of the City of Encinitas, and all other agencies. Consultant shall be responsible for coordinating their work with all utility companies during the entire project. Utility coordination includes sending plans during the 30% PS & E, 60% PS & E, 90% PS &E, and final PS &E in accordance to the following schedule: 1. San Diego Gas & Electric Company 3 sets of plans per submittal 2. Pacific Bell 3 sets of plans per submittal 3. Cox Communications 3 sets of plans per submittal 4. San Dieguito Water District 1 set of plans per submittal 5. Encinitas Sanitation Division 1 set of plans per submittal Furthermore, utility coordination will also include incorporating all comments from the utility companies into the plans and specifications, and attending the monthly utility coordination meeting at the City. The consultant shall pothole all underground utilities that parallel the new sewer line and are within 15 feet of the new sewer centerline. The utilities to be potholed include, but are not limited to, those owned by the following companies and districts: 1. San Diego Gas & Electric Co. 2. Pacific Bell 3. Cox Communications 4. San Dieguito Water District The consultant shall also be required to dip all existing sewer and storm drain manholes in the vicinity of the sewer project. Consultant shall prepare a Preliminary Soils Report for the project, which includes, but is not limited to, constructability of the project, and potential groundwater problems if any. Consultant shall be responsible for attending up to three meetings for the Coastal Development Permit acquisition process for the project, and one City Council meeting (if necessary). The consultant shall be responsible for assisting City staff in answering any questions City Council has. Consultant shall also be responsible for preparing and bringing all necessary exhibits to the Coastal Development Permit and City Council meetings, and answering technical questions at the meetings. The consultant shall also be responsible for attending a separate public workshop. The consultant shall be responsible for developing for developing a rfp6620 Public Participation Plan, exhibits for the public workshop, attend the public workshop, and assist the City in answering questions during the public workshop. • Consultant shall be responsible for assisting the City in obtaining a Coastal Development Permit, which will include preparing an 11" x17" exhibit to be attached to the Notice of Pending Action. Bid Phase Services • Prepare addenda. • Assist the City in the pre - qualification of contractors with the appropriate experience to provide the selected "trenchless" construction method. • Answer inquiries and provide clarification and interpretations during the bid period regarding the contract documents, plans and specifications. • Attend Pre -Bid Conference. • Recommend lowest bidder. Review the bids and make a recommendation to the City of the apparent lowest responsive bidder. Review bid forms for accuracy. Check the addition of bid items to see that they have been added correctly. Prepare a letter to the City summarizing this information. Construction Phase Services (if requested) • Attend pre - construction and regular progress meetings, answer questions; prepare meeting agenda and meeting summary. • Review all shop drawings and submittals for compliance with the contract documents. • Provide full -time inspection during the construction phase. Prior to construction, prepare a video log of pre- existing condition. Maintain photo records during construction. • Respond to request for information, process change orders and monthly progress payments. • Prepare "Record Drawings" from redline mark -up of changed field conditions and construction changes kept by Project Inspector. Provide record drawings on both mylar and compact disc. rfp6620 PROPOSAL REQUIREMENTS The consultant shall provide the following: 1. A brief description of the consulting firm, organization structure, location of principal offices, number of professional personnel, and other pertinent information, including the names of all staff members who will work on the project. 2. The name and relevant experience of the principal or project manager in the firm who will have direct and continued responsibility for the project. This person will be the City's contact on all matters dealing with the project and will handle all day -to -day activities through to completion. 3. The names of any outside consultants and /or sub - consultants to be utilized, including a brief description of their role on the project, and an organizational chart. 4. The Consultant's understanding of the project and the proposed approach to the work. 5. A detailed scope of work to be performed by the Consultant. 6. A level of effort showing each task with the personnel, assigned by name and title, along with the labor -hours needed for them to complete the defined tasks. 7. A schedule showing the various tasks and total time frame proposed to complete the project. 8. Resumes of all prime and sub - consultant personnel that will work on the project. Individual resumes will have a 4 -page limit. 9. Example of recent relevant experience of the prime and sub - consultants with client references. 10. Current billing rate schedule. The proposal shall include a fee schedule corresponding to the scope of work. Hourly involvement by each team member should be listed for each element of work. Hours should extend individual billing rate. Expenses and other direct costs should be shown at the bottom of the table and totaled with hourly costs. The total cost shall be the proposed fee. An authorized official of the consultant firm shall sign the proposal. rfp6620 The proposal shall be valid for a minimum of ninety - (90) days. The submitted proposal shall contain no more than 40 single sided pages (excluding the cover and section dividers). GENERAL INFORMATION The City requires that the chosen consultant, prior to entering any agreement with the City, obtain and maintain an insurance policy of professional liability, automotive liability, public liability, general liability, and property damage insurance in an insurable amount of not less than one million dollars ($1,000,000) for each occurrence or aggregate. The City shall be named as additionally insured. SELECTION CRITERIA Selection criteria will be based on the following weighted factors: 1. Consultant understanding of the work to be done 30% 2. Consultant experience with similar kinds of projects 30% 3. Quality of Consultant staff for work to be done 20% 4. Capability of developing innovative or advanced techniques 10% 5. Consultant financial responsibility 10% 100% Once the deadline for submitting has passed, the City will review all proposals. The most qualified consultant will be awarded the contract. Your interest in this project is greatly appreciated. Should you have specific questions relating to this RFP, please feel free to contact Kipp Hefner at (760) 633 -2775. TIME SCHEDULE The City of Encinitas is requesting interested consultants to submit a proposal to prepare a complete design package as described in this Request for Proposal for the above referenced project. Deadline to submit a proposal will be 5:00 p.m., Friday, October 11, 2002. Three copies of the proposal should be submitted to the City of Encinitas Engineering Department, Attention, Kipp Hefner, 505 South Vulcan Avenue, Encinitas, CA 92024. rfp6620 C d w 3 d N Y J 1�- m c u c w y N U O N N Q T d t- CO U Oct 09 03 12:30p Richard Brady (858)496 -0505 p.1 �%�itWl° `CF.vrrlir��a a.�r�i ��a�A►4,�i�.�sz .. i�,as�,ZJ February 9, 2004 Mr. Kipp Hefner City of Encinitas 505 South Vulcan Avenue Encinitas, California 92024 -3633 Subject: Encinitas Trunk Sewer Replacement — Utility Potholes (Revised) Dear Kipp: As we previously discussed, our original budget for potholing included a $2,200 allowance to hire a potholing subcontractor. 1 received the attached quote of $8,500 to excavate the six potholes per your request. With our 10 percent subcontractor markup, this will total $9,350. Therefore, we are requesting that our potholing budget be increased by an additional $7,150 to cover the extra costs. All work will be performed at night, in accordance with the City Traffic Department's requirements. If the City will allow the contractor to cold -roll the pothole patches, the total amount can be reduced by $3,630, resulting in a pothole budget increase of $3,520. Please call me if you have any questions. Sincerely, Michael A. Herrmann, P.E., DEE Engineering Services Manager c: R. Brady 0209inhkh 4J/JJ . %Yii✓ �Cniori ..i . %i'rR;! . ?./O • Jiiie 11r�/a �C'�/oti�i� %I' /t' Oct 09 03 12:30p Richard Brady (858)496 -0505 p.2 February 5, 2004 Mr. Michael Hermann, P.E., DEE Richard Brady & Associates Civil Engineers and Construction Managers 4909 Murphy Canyon Road, Suite 220 San Diego, CA 92123 Re: Potholing Services for Encinitas Blvd. Revision #3 Quote to include "hot patch" asphalt & nighttime TC Dear Mike — Thank you for the opportunity to present this proposal regarding the potholing needs for Encinitas Blvd. Underground Solutions, Inc. will provide a turn-key service inclusive of traffic control, dig and locate utility, back -fill and finish with 8" hot patch asphalt (AR 4000). Standard traffic control will be provided and the work will be performed between 9 PM and G AM. Work sites will be determined by the plan sheets and mark -outs provided by USA. The following is a cost schedule for the project: Potholing via air excavation- $450 /each site 8" Hot patch (AR 4000 ) lump sum - $2,500.00 LS Ni hg_ttime Traffic Control set -up & take down w /plans - $3,300.00 LS Underground Solutions, Inc. would plan on completing the project in one night's time. We appreciate the opportunity to provide this quote. Please call if you have any questions. Sincerely, Dave Munson MN UNDERGROUND SOLUTIONS 1 Underground SOIL10011S, Inc. �r'.'r/ I \�:I'i'..1:'i' :I :Ii,. C:1 �.1r; .�,` )11. '1.111 1. )•1 •i fl:, l /`. l/? i i(1 /60 r ", // • r:. /(,; .,p ?:}.`1Y.;:' • .,,..r ;;rlckc.'r;n. Uil(;•.nlldh,i „,i'r cclrn Change Order #8 May 16, 2005 City of Encinitas Encinitas Blvd Trunk Sewer Replacement 4909 Murphy Canyon Rd Ph 858- 496 -0500 San Diego, CA 92123 Fax 858- 496 -0505 Change Order #8 Record of Negotiation Date: May 16, 2005 Project No: Encinitas.003 Contractor: Metropolitan Construction P.O. Box 477 Bonita, Ca. 91908 Prepared by: Michael O'Shea Subject: City W.O. #: CEE01 D Drawing Reference: Specification Reference: Report Reference: COR Reference: 1, 2, 7, 7a 4, 5, 10, 10a Summary of Work 1) Cost associated with not being able to demolish MH 15 and reconnection required due to lateral not shown. When lateral was discovered, contractor had already removed existing clay up to MH and sewer lateral is not shown on drawings. Contractor tore top ring off MH 15 and realized an 8" lateral in a drop format. Contractor then had to jack hammer a new pipe into the existing MH for the temporary connection. Extra time associated with removal of pipe encasement around 8" drop at MH 15, and bypassing (9pm to 12am). (See Contractor's report 1 & 2) 2) Connection to MH 15A concrete base, break and repair channel, no 12" PE found Remove existing MH 16, demo MH 15A to accommodate 12" SDR -35 (3 hours) (See Contractor's report 7 & 7A) Justification for Entitlement 1) Lateral not shown on contract drawings. 2) MH not shown on drawings. Additional Cost Requested by Contractor 1) $2363.54 (Report 1), $4,716.66 (Report 2), Total Cost $7.080.20 2) $6211.72 (Report 7), $3,887.01 (Report 7A), Total Cost $10.098.73 TOTAL COST REQUESTED BY CONTRACTOR FOR CHANGE ORDER #8 - $17,178.93 CO #8 Page 1 of 1 Change Order #8 May 16, 2005 Negotiation Recommendation 1) See letter dated 11/11/04 in Attachment A (note, "new" T &M tickets (Report 1 & 2) have different totals compared to those from Attachment A). Recommend total compensation for work completed- $3,220.00 2) Cost associated with removal of M)H #15a, and costs for 2 hrs of traffic control and sewer bypass. Recommend total compensation for work completed- $3,063.89 TOTAL COST AWARDED FOR CHANGE ORDER 48 - $6,283.89 Attachments Attachment A: Change Order Request Response Letter dated 11/11/04 Report Reference 1, 2, 7, 7a COR 4, 5, 10, 10a Materials Cost sheet CO #g Page 2 of 2 T'jN.15.2005 10 :13AM METROPOLITAN CONST NO.976 P.5/5 General Building & Engineering Contractors C 0 N S T H U C T 1 0 N Wconse No. 790532 June 15, 2005 Richard Brady & Associates 4909 Murphy Canyon Road, Suite 220 San Diego CA 92123 Attention: Sean F Manaing/Mikc O'shca Reference: Encinitas Boulevard Trunk Sewer Replacement Subject:, RFP # 8 Misc. Work Dear Mr. Manning MC is submitting the cost proposal in accordance with T & M tickets # 4,5,10 & 10A. TOTAL COSH' S 17,178.93 If you have any questions, please feel free to call. Sincerely, Alberto ios Project Manager PO. Box 477, Bon1ca, CA, 91906 -0477 Phone (619)741 -5643 Pax (619)741-5658 Received Jun -15 -2005 10:09 From- To- Page 005 W A m N O z I m z c, z m A C) 0 Z A 0 N A m v z m m m y D m D r Z --q A N N N N N O N N W A N N -+ ZO j m O O J N O o - � # ,y rn a t0 D �. A m -1 m A w m n m 9 3 N m C m S n C7 r p '� 'o C O -. 10 _ _ O O Ol d d = N O. Cn .d. Ut N !D N m v n r 0� m m� x x -i w � >> i x o -� f O '" m N � � a O N N N A d VI N 3' fC j n y :U O J m N CL Z O n N f F O) Orn in D O O O = < < CCoo cNp Q0 Cn m ` 3 a m c c Q m ^� O �° n m v m m � f � v' 0 3 3 m ,°c o to m °o n m N y m r TO K cmn m F o o fD n n 3 m v n" i o m w r CR y C7 - y a N 3 L N 2 2 O 7C C N d A N f N O O CO (n cn A ^ 3 a o O m m F? y o c< m co' a x < -_Ti m e O o o n n o o rn m z ; (D ° x A ° H 4^ (- O C 7 o m O O m a N NO O O O : n O 3 rn 5 d' z n y f Z � � n O O O z 3 m�� m a rn 5 i ° m o a Paz w r g a o D o Z 0 o = o m < N W w (J O 0 0 0 W W w w W N u, n. 000aw 0 0 0 0 0 0 0 o J J J 0 0 0 CD, 0 3 1 c ° T O C z _ C. N 0t d1 8 0 D7 ut A fA J !A fA N p N N Vt > N r X O N 0 0 u• Ol N O O Of 0 0 (0 O o Q7 U O A N N O W A 0o fD W m N m m O N 0 0 0 O A J O O 0 0 0 0 0 0 0 tD 0 0 W 4 O+ m Cl) 0 0 0 0 0 0 0 0 0 0 0 C. 0 A 0 0 0 N O O O O J (0 0 0 0 W ? ? K (D X o x Cl? n CD m m o m O X rn m CD ° m D J W D _ C s Crn) to c D A N CD -+ N W W N O t0 A O C ON 3 Z [ Vt N ut OI A OD v J J O O Z a O A O -1 0 0 O N 0 07 O O O O O O tD ti � m H o 0 0� o m o 0 0 0 0 0 s° m A � s 3 III! z 70 m > i 1" m -1 -i v v v v O O m T n° m01 O y a c v o• v m d 3 3 m m m m m m 0 o' m m to X c o 1 m d O o g m m n a m O O O H m °t X kl- O O O e c > > > O t 3 J � o m N W z A x 7 � a _ < N_ p C C C 'D -0 w m m r N v w T X M 0 0 0 z z z D m ro m 2 0 C D co O z m co C m N N A O N O A O O O (co (D ;D x -'DO a� D Do° 0 m m N o D r o [n m o O m n m o �V m Na ��> V t) J A < X O > O U1 d+ `�, z 0) m T O Ol rn n O j O x .gam I 0 < i 0 O o v o' T7 cn DOc C7WDOD m CD o r l�H O t 3 J � o m N W - � a 3 � � m 0 � w w m m w w m D NJ EO PQ co Ln ? N 5 3 N N A O to O A O O O (co (D ;D a) O 3 J � o m ° a 3 0 m 0 � w w m m w w m D co N 5 3 O O O O O O ;D �. m 0 N < 3 n m m m n J � o m 0 m 0 � w w w w w N 5 3 O O O O O O 0 N < 3 n m m o x p �V m Na A V A J J A < A it > O A U1 O O N O 0) m 0) O O Ol rn n O j O # .gam I m o o v o' m O D Ul O N 0t Z 9i ci W CM1 A of Q O O w O N I c 9 m m cn E5 m z -I m z z m X� n z C7 O cn m M m U) z n m o -4 D n O m cn D m + + -- N N ....� N N Z o o C9 , 0 —cnI °z r > n • .� , .pl m D ° o 3 (A `i 1A -1 k rn fl y v -0 Bill O O z cn O z i m —I D i 3 m � m D m r- n rZ ap O z m -Z+ z a X z z + ch W O • �,,. c D . , m D o J► n fOn �� O ,cm F m T p X /1 ° 00 C z 1 1, p cn + + + + ....� 11 0 C9 , 0 • .� , .pl • D D s O 0 o M x > n X z rn milli y v -0 Bill O O z cn O z i m p cn + + + + ....� 11 0 C9 , 0 • .� , .pl • D D s O 0 o M x > n X z rn 'f'S z y v -0 --i O O O z cn O z i m —I D i � m n C m r- 11 ! z 3 ., E3 z X z z + ch W O • �,,. c D . , m D J► n O m F m p X X r- ° 00 C z 1 1, O --1 O ,.. a m .� ` I° O • • ,� : . 11 r r D .. - �i r . �t • cn Z C1 pp D OD D �1 !� • ZQ En i is oo .. .. .. .. - 1 • Jul it III cr • L • e . ' '��•• �a O -i m cn v m m n O z w w N N � o 0 D m O z To o N o 5 o o Q, m M G) 0 ....� 11 , • .� , .pl • ` • • s �. • • • LUJ ��. . 11 ! ., . �,� • �,,. . . , . © 1 1, ,.. .� ` • • ,� : . 11 r .: .. - �i . �t • cn Z o �1 !� • En is 0 .. .. .. .. - 1 • Jul it III cr • L • e . ' '��•• �a • r n ' �1�181�1 '• „ .1 a �11 r • • 1 © •dry \ .. M. • Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA a drop configuration. drop not shown and prevented demo of this manhole on this night Provide a detailed list of manpower and equipment resources. The Trade field refers to type of manpower, i.e. Carpenter, Electrician, etc. The Classification field refers to qualifications, i.e. Foreman, Journeyman, Apprentice, etc. QtY CLASSIFICATION Employee Signature 8 FOREMAN JOSE ORTIZ GP 8 Operator ULISES RAMIREZ DUMP TRUCK PLUMBER: TRADESMAN HERMES ALVARADO 11 PLUMBER: TRADESMAN JOSE PILAR 11 PLUMBER: PIPELAYER IJULIAN MONTES 1 PLUMBER: TRADESMAN MIGUEL S PILAR 5 TEAMSTER GP 3 MIGUEL S PILAR 11 PLUMBER: TRADESMAN MIGUEL PILAR JR OPERATOR GP 8 JOSE RODRIGUEZ Qty EQUIPMENT 8 721C CASE WHEEL LOADER 8 580 SM CASE BACKHOE 590 SM CASE BACKHOE/W BKR DUMP TRUCK 16 FORD F450 FLATBED AIR COMPRESSER 15 TRENCH PLATES SIGNS /BARRICADES /CONES 1 LIGHTTOWERS 2 ARROW BOARDS Manpower Units: Manhours E Mandays ❑ Other ❑ Equipment Units: Hours ❑ Other EJ Subcontracto: B&W Precast provided labor and materials for MH 15 base installation s.�n r� nLf '`r. «'' z M.rr,.> Provide a description of any significant events or issues to report. Include quantities and units if applicable: NONE Prolog Manager PUSD Bond Page 1 of 1 1 1 O D r n o O z "{ A D O m 0 T A p', m m m C z m O M m m m A z z 1 RA K: NINI",,,,,,,I A N --• O) V W A A N A A m Z o D -i Z CD O. n F z Cl) �- rn 3 C n °-' O i F o Z D) v N m D x O j m Z O O O W W W W W O W r � N N Q. W W O O O O O W O O O O O O O O O O O O O J J J O O O O O J O O 3 N O O ? p y x� v <g c ' n 4A 6, r N N O J A O O O Cn O (n 0 0 0 L,4 G O O D m w O 0 0 Ol 0 p O O O O V w 0 0 °. m (D D O O O O O O A 0 CD z 7 m p > O !M V V O O O N V O O Z w O G 0 O O A 0 0 0 0 O O O O O O O A O O O C. W m d Ja <D a o -+ W jw Im N N N -+ m m m v v v O O y d o 0 O 3 3 ;u W N d N N N O 0 m m v' v' O 0 3 rn C 0 ° °' ° ° p 3 3 3 ^' O cp j ? N N cap W 00 O O d 3 m D 3 w v Z w w o z w e p 0 O z a N W W O O y O O O p O C C O m _z C O 0 c a N O O N N O O m m N :-4 O N A N N N N m c m m z m O N 00 N A N W A N m A (n 0 0 iV N O W 0 O m C w 1 N C z J O A __ N O N m O 0 0 T _ w w 0 0 0 0 0 0 0 0 o a e I I I I � X O m> -i to C r D .iOl O - N CD O D N ,o A op m A W (n O O O O 9 d 3" d 0 Cn d (n 7 C _ in d m O. fD () ^ n d r N p N A rm- m a Q =� ° N O O n X x -i N > ,� d >_ > F N x o G A c1, j J O, O y O W A N _ A -_i y ° m O m° Cl) O D N m m m O r m N N o O < 1 c O, c< '� O m r v' W m M O T Z O m o m -� z o v c c v c °° o- oo n o O T O A m m rn H c c m> O c F m 0 3 o X v v �c io o n ni n 3 O n - m m 4OU, z Z o n v c m n -4 a m� m d m m; o w wil U) D O A m 3 i a n n °� a m A o p o ca 3 cD fC N JC < N r- N N .. .i d m a d =r O m X z m m X p m m -I m u Qe r n C X ° n m 3 v m o 3 rn a O RA K: NINI",,,,,,,I A N --• O) V W A A N A A m Z o D -i Z CD O. n F z Cl) �- rn 3 C n °-' O i F o Z D) v N m D x O j m Z O O O W W W W W O W r � N N Q. W W O O O O O W O O O O O O O O O O O O O J J J O O O O O J O O 3 N O O ? p y x� v <g c ' n 4A 6, r N N O J A O O O Cn O (n 0 0 0 L,4 G O O D m w O 0 0 Ol 0 p O O O O V w 0 0 °. m (D D O O O O O O A 0 CD z 7 m p > O !M V V O O O N V O O Z w O G 0 O O A 0 0 0 0 O O O O O O O A O O O C. W m d Ja <D a o -+ W jw Im N N N -+ m m m v v v O O y d o 0 O 3 3 ;u W N d N N N O 0 m m v' v' O 0 3 rn C 0 ° °' ° ° p 3 3 3 ^' O cp j ? N N cap W 00 O O d 3 m D 3 w v Z w w o z w e p 0 O z a N W W O O y O O O O O C C O m _z C O 0 c a N O O N N O O m m N :-4 O N O, m c m m z m O W N Cn A J m O N O ° A (n 0 0 iV O W 0 A m C w 1 N C z cAl N o O O N O N m O 0 0 T _ w w 0 0 0 0 0 0 0 0 o a e I I I I � X O m> -i to C r D 3 Cl) >> A 0 m < cn p c c c 0 m A rm- v v T N v z A j zz zz zz W A _ A C N O Cl) O D � O z m D OWO CC) _C 0° 0 A < m U W v 0- M m m z z in m o m a r °° m C) D (n m o 0 m O m 0 * O n r- O O O z Z -n m O U) D W i n o RA K: NINI",,,,,,,I A N --• O) V W A A N A A m Z o D -i Z CD O. n F z Cl) �- rn 3 C n °-' O i F o Z D) v N m D x O j m Z O O O W W W W W O W r � N N Q. W W O O O O O W O O O O O O O O O O O O O J J J O O O O O J O O 3 N O O ? p y x� v <g c ' n 4A 6, r N N O J A O O O Cn O (n 0 0 0 L,4 G O O D m w O 0 0 Ol 0 p O O O O V w 0 0 °. m (D D O O O O O O A 0 CD z 7 m p > O !M V V O O O N V O O Z w O G 0 O O A 0 0 0 0 O O O O O O O A O O O C. W m d Ja <D a o -+ W jw Im N N N -+ m m m v v v O O y d o 0 O 3 3 ;u W N d N N N O 0 m m v' v' O 0 3 rn C 0 ° °' ° ° p 3 3 3 ^' O cp j ? N N cap W 00 O O d 3 m D 3 w w w w w p O O O O O y O O O O O m 0 c a O, A W N Cn A J m O A (n 0 0 iV O W 0 A m O O N O N m O 0 0 T X 1 m 0 m O N n 3 A j N j W A _ A C N O � V N Z m OWO A O W --r m zv C, + m c o O a z p C l/) —� X O -� rn r O S cn Z z m O U' U o U c p S 0 3 O m z O 4 b o O d < N Z m 0 m m z M m n -- v _ yco J O ` I v m � g O z m rimz pp o z 0 pU►o p � m � Dc cg ' a > d C o TI C v C y v v QOO m O m m --r m zv C, + A o D o� n m m p C l/) ;u U - O -� r O S �� S Z z m O U' U o U c p S 0 3 m fp O 4 b o O d < m Z b 0 m m I=r n -- X _ yco J O ` I v m g O z m rimz pp o l 0 pU►o p � m � Dc cg ' a > d C o TI C v C y v v QOO m O m Co O m zv C, + O . + + o� n O O z m O O m z c O X K z I 0 M m O �� d < Z b r, 0 I=r m�o m m n 0 3 � X rimz O 0 X X n 0 A - W = O o TI C v C y v v QOO m O m Co r — 0 z 0 0 z y m o C z D r D m ;i 4, CO 4 m D m = � � r 1 ° v �D 0 ;IL Z d v r- - -� z 3 D m l 03 m m rn x C) —I rt+ 0 z n c z I m C3 c Ioj a N _�-+ D z 0 70 C n m 3 N _ p D m O a z p -a4 n s m ° M � �1 O m 0 A X ?) Lh RI 0 z -_ In n CI) 5 c z 7' m' m' : c \ V' O O � Z O O W a n Q V) d -Z Z 0 z O S Q r D o m r O O C7 pp oo D 3 z O 9 > X! T -Q:) 19-) "_ cn O m l!1 Ln C) W CD m v ..Q 0 W 2 O c m in m X U) m C) O z w w N N 0 d 1•,.,0114.(. m zv C, O O o� n O O z m O O m z rn O X K z I 0 M m O �� < b r, z m�o m n X m - W = O I 3 r i 0 -Di m P QOO m I U R1 Co Ln y m o ) o ° - L m ;i 4, O� m D � rb 1 ° v �D o I ;IL Z d v r- - -� cn -< D m l 03 m m rn x C) —I rp O n c z I m ni -� 0 Ioj 0 Lu �' v ° y _�-+ D z -n C n to T� N _ _-n D m O p °o CX ° ao m m z ° M � �1 O ?) Lh RI 0 z -_ CI) 5 n 7' m' m' : c \ V' O 0- I � Z O W a n Q V) d -Z Z c� O z O S Q C mF_ o m O 3 z O > X! T O m l!1 z �' A W CD m v oe Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA Extra work in connecting to manhole 15, unable to demo due to drop manhole Provide a detailed list of manpower and equipment resources. The Trade field refers to type of manpower, i.e. Carpenter. Electrician, etc. The Manpower Units: Manhours Mandays ❑ U Other Qty 1EQUIPMENT 81721 C CASE WHEEL LOADER 8 580 SM CASE BACKHOE 590 SM CASE BACKHOE/W BKR DUMP TRUCK 16 FORD F450 FLATBED AIR COMPRESSER 15 TRENCH PLATES SIGNS /BARRICADES /CONES 1 LIGHT TOWERS 2 ARROW BOARDS Equipment Units: Hours ❑ Other ❑ Subcontractos: Atlas Pumping �v���� sit• t SS}��S �� Si z :. 5 y,t A r ,��w Y�y ��, � r ea'k k, � 3^ i'Y:� >• S� �u , � � � �• . r sf°lF � s ,w.. �. `,y'� � ...,o- ?; '? �., ..<.. , .. .'. a.. �� x w % ,,,.i. Provide a description of any significant events or issues to report. Include quantities and units if applicable: NONE Prolog Manager PUSD Bond Page 1 of 1 O zD O O D o n � U 0,4 z X m m n O o A _.._._ (p D_ j o C!1 z +1 j O D --i TO Z o p o m cn D e 3 S m 3 m G m z .1 O m � o z m X c Va+ J C 0 m m Z m z o ;o o O c m ,� ,' 2 O - co cc I cn j 0 o v m r r- 0 z �o k D v D r Cn � # � tN un F D m .. m m C7 Z Z �� D v D O j v U r, 11 cn v _ z -n cn o cn %� m c o C ;u r S m n m O Z x a i> - - oo z }4 X 0 r N -i A r" O z o . T1 v ^ v m O < ° z z N Z f Q' m D r m j. I M 0 3 < 3 m m m' m' m' m' m m' n Z y z :1 n y � Q m n � �ii m Q - C) - 0 - C) - Q - D - _ 0 3 ,'a -� p ? v a z m D m O z C n cn 2 is z O ..'�7C7 -.. N O O J O �v D m m r � n W D 0o D -I O p C� D X m c Z cn �J �{ fl E� i t 00 J O A N 15. 0 O N- O O m w D w. A m ac A w (n O 5? 3 3 cn w C N S n Z (� r p A O A 7 J f- x O a 7 m N A d 74 O m � w O T D J 7 f 3 rn rn D w m _c _< m Po m Z O r O cn m o m s v -i e a o' _v n m c o C7 0 0 7c O C7 A p w in m 'O a 9 m m o v o 3 3 3 x to to d Q m m -n w m m m w c c m J J S o x ae a 7 v m m r Q 3 O O u n - o H v o °° �: o° cn 2° m m J f m m cn ° a m n `S. n �, m m m v o c .Z] D O N 4 d w t tan m n n O � m m ? 0 m S 0 , Z 0 m o o m A m —mj m m m m O tmn P+ r aj C < O w O m z m { o 0 3 V O G') m 3 m -1 m w m Z D A z z _ Z S m st Z > 3 �, m m [3" c n \� D ki . v N o c o D co Z p m < W O o o° °0 00 00 °o o i 3 p v C ~ ctO « o O 0 dN 1 O N O H O V Fn d. H N w A tN o 6N a w fw !t D V, O O O t 0 0 z O m m so O O N 0 m !D J T a T m m m p ;1 O m O CD n K I C [ N N O fD m A C = w Z C> w m O O W O W N A to 2 _ v p 0 0 0 0 � p �D c o 0 0 6 Z D 0 0 0 0 0 ° -{ r► o e cn w N N m 0 0 A C D two m v v v v O O m m c c c c a a o 0 CD TO m m m< ai O 3 3 3 3 3 3 m m m m O _ c v c c m d 7C A A w p C 2 S m m m m m o° v o3i A v m m T m m <n 7 7 v v m H 7 7 Z O O v z m n m m c0 m y 0 0 0 m m= ? a N mG 3 a C z Z O vi D 3 3 3 m m 3 3 mm D > m o ° z m a 3 y> n r 3 o m 3 r > m D 0 '1 vOi 0 U) m W m m N D O m O To 0 -n A A O O --1 D < A <n > O O N O O A O O O O w Omc vc c�vDOOD c O O O O = � mm a o m p w j m A V N (l V m m D O A N O O N m 0 A m N m N m m 0 0 m to d4 CP 1166 X 2 m w J A J O fi) A O O JA ((�� y Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA 23- Nov -04 METROPOLITAN CONSTRUCTION P.O. BOX 477 BONITA CA 91908 Contractor's Daily Report Provide a brief description of daily work performed: Remove existing manhole 16, demo existing manhole 15a to accommodate 12 sdr 35 3 hrs , our concrete base at 1:45 am. Com leted backfill on final 40' of trench upstream of manhole no. 13. to 5am (lunch taken at 12 3auxx.::akm.a.......... _. _. Provide a detailed list of manpower and equipment resources. The Trade field refers to type of manpower, i.e. Carpenter, Electrician, etc. e Classification field refers to quanncauuns, 1.c. FV— ..,a ^. -- •••-,• Signature Qty CLASSIFICATION Employee 10 FOREMAN JOSE ORTIZ 10 GP 8 Operator MIGUEL LOPEZ 10 PLUMBER: TRADESMAN HERMES ALVARADO 10 PLUMBER: TRADESMAN JOSE PILAR 10 PLUMBER: PIPELAYER JULIAN MONTES PLUMBER: TRADESMAN MIGUEL S PILAR TEAMSTER GP 3 MIGUEL S PILAR 10 PLUMBER: TRADESMAN MIGUEL PILAR JR 10 OPERATOR GP 8 JOSE RODRIGUEZ 10 PLUMBER: TRADESMAN ANTHONY FULWILDER f l Manpower Units: Manhours O Mandays u vcner Subcontractos:B AND W PRECAST POURED CONCRETE BASE FOR MANHOLE 16 15/15/100 Equipment Units: Provide a description of any significant events or issues to report. Include quantities and units if applicable: NONE EQUIPMENT 10 721 C CASE WHEEL LOADER 10 6220 DRESSER/KOMATSU EXCAV 10 590 SM CASE BACKHOE/W BKR 6 DUMP TRUCK 10 FORD F450 FLATBED (2) 10 6" TRASH PUMP W/ HOSES (D- 15 TRENCH PLATES SIGNS /BARRICADES /CONES 10 LIGHT TOWERS (2) 10 ARROW BOARDS (2) Hours ❑ Other ❑ Prolog Manager PUSD Bond Page 1 of 1 November 11, 2004 Jose Ortiz Metropolitan Construction P.O. Box 477 Bonita Ca. 91908 Re: Encinitas Trunk Sewer Replacement Change Order Request Daily Extra Work Report 1 & 2 — Unkown 8 -inch Sewer Lateral Dear Mr. Ortiz: We have reviewed the Daily Extra work reports for the subject item (See Exhibit A). Our daily inspection reports for the time in question do not support the substantial amount of time that you have attributed to the delay caused by the subject unknown lateral (See Exhibit B). Therefore, we do not agree with the amount $6,885.99 as summarized from the daily extra work tickets. However, we do agree that Metropolitan Construction incurred additional costs due to the unknown 8 -inch sewer lateral at MH #15. As you are aware, the contingency bid item "Relocate Existing 8 -inch Sewer Lateral" is provided for in the bid schedule. This item was included to provide compensation for such impacts and the amount of $3,220 was listed in your bid for this item of work (See Exhibit Q. Therefore, the City will accept a Change Order request in the amount of $3,220 as compensation to Metropolitan Construction for the subject work as described in Daily Extra Work Reports 1 & 2. If you have any questions concerning this matter please do not hesitate to contact me. Very truly yours, Sean Manning Construction Manager c: Kipp Hefner, Project Manager Encinitas. 003.201 File 4909 Murphy Canyon Road, Suite 220 - San Diego, California 92123 Tel (858) 496 -0500 - Fax (858) 496 -0505 O CL W Y NO W ¢ d � U O N v W L J � s o 0 w S a � W < O 7 # O a N h- O CL w w "3 zd3 cc E 0 N E O S c .y y t0 d T C iO t1 V m c 3 2 c m E 0 U d a) n Z o o > 0 E F- L z O U � z o° H y y J 0 o ,3 a E O j_ N w W :E w Y M o 0 O W 2 LL a� O O z LL O w H w a a _ Y � � U O to O O m Q J LL O CO O U J Q H O m U N W a E E C a�i w o N z Z W > > > O O C C a) _ w X w W W N N W E E m Sr, E E E 2' ¢ U3 O z T T y y 0 m m v = w W O y y > p a n m m p U U 7 z X a. W y as F F rn W J m m E E C a a a a w y j W `o `o n n .2 > j m m LL LL O O a a a a-�� m m¢ 2 a pw 0 N O C-4 0 N z t+) O m O O y N o o 0 T o 0 0 o 0 m O 0 0 f 0 O 7 r to 0 O a O O O O O 0 0 0 0 0 w O v m y F- j tD tp W N m to U-) 'r OI O m Y �] n U) O O O n r- n m O N tf) J z N t7 T O N m N M M N V 7 Q p o N p ° -t co N O'> CD co a a W z y W Y m z X p W N O m M M D O o 0 W n 0 0 0 0 M m N g 0 0 7 0 0 0 0 C. 0 O O O n u° N N W o N o tw th m Gt o m rn `7 an C7 0 O 0 tf) 0 N 0 o o n v o 0 0 o to 2 O o N m m O 0 Y y R O m 0 0 m O O tD F Q h `N 7 C' 0 fN n t9 ty m m o � l° m � fA H tp � f9 C fA EA tH fA (9 M EA fA IA Vf H 4'1 4i fA V! O F- N C- O o z w x w o 0 o o o o o n o o 0 o o n n n o 0 o 0 0 0 0 0 0 0 0 0i o 0 0 o O r{ m co 0 0 o O K N C7 O t0 t0 N O O O (7 O m m m m m O (D c) t+1 th F o = J J Q v ao m t I n v �[ N (� V m o z Q z z J F O O Q a "' O o Q Q m U? D ? W 0 0 0 0 0 w w Q m 00 Q W y I 0 O O O O co m M m M Q O m Q J LL O CO O U J Q H O U N W a E E C a�i w o N z Z W > > > O O C C a) _ w X w W W N N W E E m Sr, E E E 2' ¢ U3 O z T T y y 0 m m v = w W O y y > p a n m m p U U 7 z X a. W y as F F rn W J m m E E C a a a a w y j W `o `o n n .2 > j m m LL LL O O a a a a-�� m m¢ 2 a pw 0 O m Q J LL O CO O U J Q H O H U a z z O Y U � W O W � 0 rn I..: U O ¢ U it C) a z m o J W m z z =1 O O rn 0 o z O x m :3 it cr Y O O 2 I OI of OI a z w y w rc w 0 F- Q z O U X z w I O af F- O K IL 0 O O 0 m �IO N N N N th M O z K f a z t+) O m O O y N o o 0 T o 0 0 o 0 m O 0 0 f 0 O O O O O O O 0 0 0 0 0 w O v m y F- j tD tp W N m to U-) 'r OI O m Y �] n U) O O O n r- n m O N tf) J z N t7 T O N m N M M N V 7 Q p o N p ° a a W z y W Y m z X p W D O o 0 W n 0 0 0 0 M m N g 0 0 7 0 0 0 0 C. 0 O O O n u° N N W m o N o tw th m Gt o m rn `7 an C7 0 O 0 tf) 0 N 0 o o n v o 0 0 o to 2 O o N m m O 0 Y y R O m 0 0 m O O tD F Q h N N 7 N to fN n t9 ty m m o � l° m � fA H tp � f9 C fA EA tH fA (9 M EA fA IA Vf H 4'1 4i fA V! O F- 3 � Y O o 0 o o o o o n o o 0 o o n n n o 0 o 0 0 0 0 0 0 0 0 0i o 0 0 o O r{ m co 0 0 o O K N C7 f7 (7 O m m m m m O (D c) t+1 th F o = o z Q z z J a "' Q w w Q W Q H H W W E y o d o v a o- > ca m D�-y ca W W V (� x W 0 m m ° z W W p ° LL N N U J M> Y Y L. N E d O a t0 m Y 2 2 L L L `c n E J L a o °' a E u u o rn `o = Un E T m d m U a o L F m d Q x v m° O E C c> > y N a a m o p U m 0 o m U o m U '-' a E E n Q o d m LL a o F F- n' N t° m J N m m> > = V f- 2 C01 a a) F` a L m` J p N y ¢ y m m L 3 3 E y C U y W a) O n O 12 Q' T _T o N L N W ° a) m y ° L o y {'� ~ X X y (n fn U 'O O J (i m t+�j t0 U N .- _ rn [a 5 rn In N y y t9 N - O p Cl E [O U rn m V N F- tt] V to ¢ O y cD �"- o Z H U a z z O Y U � W O W � 0 rn I..: U O ¢ U it C) a z m o J W m z z =1 O O rn 0 o z O x m :3 it cr Y O O 2 I OI of OI a z w y w rc w 0 F- Q z O U X z w I O af F- O K IL 0 O O 0 m �IO h m O m VI Iml r Ih ID lfJ l0 lh z LO v D vi 7 U 7 N N a ° w c w n _° 1- U W T N 0 C V W m O O co m N to N m O o 01 < U Q _ C V f0 1° r V Lo (N cl) V �O � O J O x p K W w a E o > Y x ° O O O O O E z o o O o 0 %,s o o ri m m of cn • :_r E G ,N Mk x m AsL- ME o C .� vt 3 0 O c m 'm m J E E c w` c E v > h' m > c O O r d N h h 10 N N c �c E E a> m` E E E O 3 U T T h h y d m m y a y W w o > O m m a m > n n m m o `o c h a 'a E H Y C L o m `o o v O m `o o` n m >>>> m m LL O O a a a a H W N N N N N N l7 i� ~Q ° a dC d E w G 41 OA O z m °o °o (Q CO o Q r O m . M 6 c a Q� O Y O o o z ❑ t2 a W 01 O O 7 m 00� 19 o. O O O W N r m t2 m c7 m co V M J y Q N N N V N w h ds f9 f9 f9 N m h a N 11] K lh M C'1 O = _ D o ° Z � 0 O o U M o w a Z o 0 O L U U � Z 3 Q a h Z N I O If9 I49 I� I19 H � a V CN V' _N 00 � O � f X00 �•'� NN V N CV J J 0 MM O O Q m m m Q W Q W V D Q D W O w Z o o 0 0 m N 0 V m p h h o O m <O N N L U j N L m < o 2 0 O J Z � °.«�"' LL O O U Y O W a w w 3 z w O ❑ 0 ~ W x a U U p V W W ❑ J C7 < Q Z Z w O cc? c o o Y x a Z n o o m l0 w m w O mm 0 9 M d! M U 3 W y. O CY J r a' w > m W m Q Z O ¢ Z Z D L Y h = w W O N O O N C? t7 M 1 0 0 0 ir w W CL W ¢ Q p cn a O w w a cC W of CC Y ~ 2 0 U) > W a W W [Y 1 Q LL O m J rn C- O 3 c W H 0 0 m a Er o p� w 0 O O o O O a OI O o 0 O O O 0 0 o m O O O m o o 0 0 m N 0 V m p h h o O m <O N N L J j N N f7 c� N u7 N V a o 2 o W � a mz W d a ° m h a d> z a a W O W x ° m G W 7 0 0 0 O O N O 0 0 U 1 0 0 10 O cc? c o o Y n o o m l0 O cNi ao u> I fD m N N h o 9 M d! M U 3 W y. O U N � r m H z ¢ J L Y h 0 0 O N U O C? t7 M 1 0 0 0 O to �- th M O 1"i-lol O Z O a °' Y a z z N W O I U K F z 0 W Z 0 z C) z a a o 2 o d a ° m h a d> m a a ° m `o IO C U J q'I O IE U 3 W o r m a°i ¢ a O U_ L Y h N N U O 0 N g _ 7 .v N N ~ O U U J L L a } C O a °' Y h Y a �6 cn En E w f CO 3 c W H is E d a 3 J w t� o m a o t~ 2 °o H H a n o n L L m _ U n n x o m E c c m° h= o rn O °1 w g u Y t7 o U u E E a° n 3' a� a� m d a v v U a> a ° a F r ❑ v CY p p Z w Ul LO m m J .- N m N n` i o` - 7 7 o y F F- a n m` J L d a� r Oi ❑ a O L h Q h (O m L 3 3 E h c u m Q LL _p C W H h N V O n O N N N m o h .a_ L ~ x x y (n N O� C` O a N O N I- s m J l0 U M N U d 2 T 2 to - 10 N N f0 -� O O to u) h E� io U W C) -v ro F eo v h Q m h m [C I- # Y U o o v m N U) C O o -1-1- M N N O N N N N N V z a o E z N W O I U K F z 0 W Z 0 z C) z i t 1 $ 860,117.25 $ Excavation, Backfll, and Recompaction of TOTAL $ $57.50 4 Launching and Receiving Pits L. 10.00°/ 5 Traffic Control L; 4,000 6 12" HDPE Sewer Pipe (Pipe Burst L1 1 10.00% 7 12" PVC Sewer Pipe (Open Trench Ll 1 1 8 Manholes 0 —10 Feet depth E/ $ $ - 9 Manholes 10 — 16 feet d th EE 1 10 Manholes, Dro Inlet 1 EE 1 I 4 -inch Service Lateral Reconnections E7 12 6 -inch Service Lateral Reconnection EA 13 8 -inch Service Lateral Reconnection EA 14 Connection to Existin l2 -inch VC Sewer EA 15 Connection to existin '-inch PE Sewer EA Subtotal $ 860117.25 Subtotal $ 79,522.50 Relocate Existing 8 -inch Sewer Lateral $ P 16 (contingency item) EA 6 -inch Thick Asphalt Concrete (Digouts) CHANGE ORDERS 17 (Contingency item) SF 18 A e ate Base (contingency item SF Biaxial Geogrid, Tensar BX -100 or equivalent 1 $ 860,117.25 $ ar CY TOTAL $ $57.50 $ 2,875.00 $ 6,900.00 10.00°/ $ $ 34,500.00 4,000 Is $ 4,025.00 1 10.00% $ 1 1 $69,000.00 11 1 $41,400.00 $ 7 $161.00 $ 1 $155.25 $ 1 $4,140.00 $ i $5,888.00 $ $5,750.00 $ $1,725.00 $ i $1.725.00 $ 41,400.00 419,727.00 72,812.25 33,120.00 35.328.00 3,140.00 6,840.00 a 402.50 $ e 19 20 (Contingency item ) Excavation and Removal of Unsuitable Material Contingency item) ar CY 50 $57.50 $ 2,875.00 " 21 Remove Existing 12 -inch Asphalt Concrete Pavement igouts) (Contingency item) SF 4,000 $4.03 IS 16 120.00 $ $ - 22 23 Replace Traffic Loops Damaged by Construction Operations Construction B ass LS LS 1 1 $14,000.00 $23,000.00 $ 14,000.00 $ $ 23,000.00 20.00% $ 4,600.00 $ $ - 24 Water Service Relocation (Contin enc item EA 1 $1,800.00 $ 1,800.00 $ $ Subtotal $ 860117.25 Subtotal $ 79,522.50 Subtotal $ CHANGE ORDERS 1 2 3 4 5 TOTAL CHANGE ORDER COST Subtotal Is I $ - Is ORIGINAL CONTRACT $ 79,522.50 Is CHANGE ORDERS TOTAL I Is Is TOTAL AMOUNT DUE $ 79,522.50 Is LESS RETENTION 10% $ 7,952.25 1 $ - REDUCED RETENTION $71,570.25 LESS PREVIOUS PAY 1 LESS PREVIOUS PAY 2 LESS PREVIOUS PAY 3 LESS PREVIOUS PAY 4 PROGRESS PAYMENT DUE $71,570:25 W#DlV/O! PERCENT PAID OF ORIGINAL CONTRACT PERCENT PAID OF CONTRACT CHANGES PERCENT PAID OF TOTAL CONTRACT City of Encln,tas Page 1 10/20/2004 ovember 11, 2004 Jose Ortiz Metropolitan Construction P.O. Box 477 Bonita Ca. 91908 Re: Encinitas Boulevard Trunk Sewer Replacement MH #15 Drop Inlet - RFP #1 Dear Mr. Ortiz: I have received Daily Extra ticket (Report #4) from your office, dated November 8, 2004, in response to Request for Proposal No. 1 for the addition of a drop inlet installed in MH #15. The total cost provided for the subject work is shown as $3,548.43 (see attached). I provided verbal authorization for you to proceed with the installation of the subject work via a phone conversation on November 8, 2004, at 5:45 P.M. It was my understanding that we agreed to an inclusive price for this work of a not -to- exceed amount of $2,300. I provided verbal authorization for Metropolitan Construction to proceed because you had indicated that you had already scheduled this item of work for that evening. I provided the verbal authorization in an effort to partner with you and accommodate the your production schedule. However, in the future, all pricing and negotiations for extra work requested by the City of Encinitas or proposed by Metropolitan Construction needs to be submitted in writing in advance the work being scheduled per the Standard Specifications. Please provide a revised proposal for the subject work for the agreed amount of $2,300. Upon receipt of this proposal I will prepare a Change Order for the subject work to be included in the Contract. Should you have any questions, please do not hesitate to contact me. Very truly yours, Sean F. Manning, P.E. Construction Manager cc: Kipp Hefner, City of Encinitas Greg Shields, City of Encinitas File Encinitas.003. Attachments 4g,�,,o -A�o+ Wad i D • � (5c) • '?.— Kf 4D6 0.9D.S ��eaaaQ� ria� City of Encinitas Encinitas Blvd Trunk Sewer Replacement 4909 Murphy Canyon Rd Ph 858- 496 -0500 San Diego, CA 92123 Fax 858- 496 -0505 Change Order #1 Record of Negotiation Date: 11/10/04 Project No: Encinitas.003 Contractor: Metropolitan Construction P.O. Box 477 Bonita, Ca. 91908 Prepared by: Michael Herrmann, P.E. Summary of Work Subject: Installation of Drop Inlet Structure City W.O. #: CEEOID Drawing Reference: Specification Reference: RFP Reference: COR Reference: C -3 RFP #1 COR #1 On drawing C -3, Manhole No. 15 located at Station 29 +75.94 was found to contain an 8 -inch drop lateral entering from the south that was not shown on the contract drawings. Therefore, it will be necessary to construct a drop inlet structure in accordance with City requirements. Justification for Entitlement The City had previously issued RFP #1 in response to RFI # 2. RFP #1 contained a drawing that showed construction of the drop inlet structure. The Contractor was directed to submit a proposal to provide a drop inlet structure at Manhole No. 15 in accordance with RFP #1. Additional Cost Requested by Contractor $2,300.00 Change Order #1 November 10, 2004 Negotiation The Construction Manager and the Contractor discussed actual costs to construct the drop inlet structure. The Contractor provided a materials cost sheet showing a total materials cost of $678.77. The Construction Manager and the Contractor agreed on a total price of $2,300 to construct the drop inlet structure. This cost includes all materials, markups, labor and equipment. Recommendation The Construction Manager and Contractor mutually agree that that the cost of $2,300.00 for construction of the drop inlet structure is fair and reasonable_ The Construction Manager recommends that an additive Change Order be issued to Metropolitan Construction in the amount of $2,300.00 for the addition of the subject work. Attachments Attachment A: RFP #1 COR #1 Materials Cost sheet CO #1 Page 2 of 2 8ncinitas Sewer Pipeline Replacement (Internal QA Inspection Report) i Report # Job No i —...._ _ (001, 002, etc. -Auto number) i Date: Day- Weather/Temperature: (,ti' Weather/Tempe - - , C LL- - a - - --- - - - - -- -- .. ; (10/22/01 e) (M T F SA SU) 700, 1900 etc_) -- (Clear /45, Cloudy /55, Rain/60,etc.) � ?77- - - - -__. QUALITY ASSURANCE TASKS CONDUCTED_ Q �.._......_.._...__ - - Plan Review Q A Meeting A Research - - -- _ - - - --. _.._.. _ ._.. _... L.__.__._......._.....__ .._. _ Mg .__.__...__._...__ ....___._._...__Q_....- .__. -.._ ___..__- _.._.._.._._....QA Audit__..___..._..._._; Initial Inspectionrogress Inspection Special Inspection Final Inspection ! .._........__..._..__.Non _Compliance Notice _ ........ __ Correction Notice - - - Reinspecuon/Retest .._. _._....__....._................ -- -- __._._....:_..__.._._. _.._...._.._ - - - ...__.....__� BID SCHEDULE ITEMS_ .... ..... - ................._._--- ._._-.._. ........ _ ..... _.._.__...._.- .. ....... ... - ....- Primary Item Inspected: (Bid Schedule Item No. 1 - 24) j -... - - - -- ...__._.... -- - - - - - -- ... - -- ------- .._.. -- - - -- --- -- i 1 Clearing & Grubbing (LS) 8 Manholes 0 -10 Feet (EA) 15_ 12" PE Sewer (EA) 22_ Replace Traffic Loops (LS) 2 Median, Curb, Landscape (LS) 9_ _Manholes 10 - 16 Feet (EA) 16 8" Sewer Relo (EA) 23 Construction Bypass (LS) �.. - - -_.- 3 Shoring & Bracing_ (LS_) _ _ 10_ Manholes, Drop Inlet (EA) _17 - 6" AC Digouts (SF) 24 _Water Service Relocation r 4_ L & R L Pits S Lateral _A 8_ _ — _ j � __- - - - - -_ () 11 4" Service _ (E ) 1 _ _ Aggregate Base (SF) _ Change Order Work_ 5 _ Traffic Control (LS) 12 6" Service Lateral (EA) 19 Biaxial Geogrid (SF) Time & Materials Work 12 HDPE Pipe (Burst) F 13 8" Service Lateral A 20 Unsuitable Soil C 7 12 "PVC - -- _- - - - --- _-_------------- _ (Open Trench) (LF) 14_ 12" VC Connection (EA) 21_ 12" AC Digouts (SF) General Location: Specific Location: F (Street name, site grid, station number, etc.) —^ -(0 +50...3+00, Work Surface, etc.) - - - -- - - - I Primary Dwg/Det: -- Secondary Dwg/Det: -pZ Dwg Note: (G -1, C-7, etc.) _ - - -- - - - - -_- - -- (S -1, M_7, etc.) (Yes/No; A, 1, etc.) - - - - -- SpeciaVrechnical Inspection Report: Special Testing Report: (Yes/No; Report, etc., N /A) - (Yes/No; Testing Laboratory, other testing, TECHNICAL SPECIFICATION SECTIONS 01) General Requirements 05) Metals 09) Finishes 13) Special Construction 2 Site Worlc 06) Woods/Plastics 10) Specialties 14) Conveying Systems -- 1 3) Concrete 07) Thermal/Moisture 11) Equipment 15) Mechanical/Plumbing - 04) Masonry - _ - 08) Doors/Windows _- 12) Furnishings -- - -- - 16) Electrical _ - -- i Primary Spec Ref #: _ - -- - Submittal #: Ol Secondary Spec Ref #: - - - - - -- - - -- - - -- -- — __ .-- .._.__.— .- ._.. -- .... ...... _ ... ; (02200 -1.5A, etc.) (03300 -31 /A, etc.) (15000 -A, etc.) ........ ..._.._.._..... ...... ........__. _..., PrimaPrimary Code /Standard: Gfj�U%E- Second Code/Standard: ry Stan and - -- - — -- - - - - - -- -- -- --- - - - - -- -- -- — - -- - - - -- -- - -- __. I (CBC, UPC, UMC, NEC, SSPWC, etc.) - - - - --- -(RSD, etc.)_ -- -- r- CONTRACT CHANGES i Addenda # Amendment #: Supplement Ref: y� _-... ._P .. - - -- -- - - -- ---- ---... -- - ----- - - -__._ -. _V -. - - (Yes/No; 01, etc.) (Yes/No; 02, etc.) (Yes/No; 03, etc.) � --- Contract Question- !! Contract Answer: �X��1ra Contract Chang - q,� /lam _ --- - -- - - - _. _ !`a! °" (Yes/No RFI 001, N/A etc) (RFP 007, CO -015, N /A, etc.) (Yes /No; Field Order Change Orac. et.;.) _. ..._.. - - l9 . -_ - � STRUCTION SCHEDULE . . .. ----- -- - -. _ Construction Activity ID #. � Construction Activity Description : ate j (1370 -1470 etc) (Excavation, Concrete Placement, etc.) _._.. .... _......._..._.. ._... - - - .... - -.._. __... ._...__. .__......._._ .. -. .. -- -- ---- ........... ..... . _....... . ...... . .._...._..._ _. ... ..__ . .. _. .. -....- - ..._ .. ..._._.__...__ _.. _. __._.. . CHANGES IN CONTRACT DURATION - ......__ ..-- .__._..._. _....._. _._._ Original Contract . ....... - ... . - .... . 120 T &M etc +30 + 60 etc ( ) ( ) (Original contract days +/ changes) 1 of Encinitas Sewer Pipeline Replacement 110 Authorized QA Representative Printed Name or Identification No. Da 2 of v~� OY rNCINr s. August 16, 2005 Metropolitan Construction C/o Jose Ortiz 8614 Troy Street Spring Valley, Ca 91977 Re: CHANGE ORDER #8 Encinitas Blvd. Trunk Sewer Replacement Project CEE01 D Gentlemen: Pursuant to Section 7 -10.5 — Protection of the Public:: The costs for all labor, equipment, materials, and incidentals, together with the cost and expense of such repairs as are deemed necessary by the City Engineer, shall be paid by the Contractor. All expenses incurred by the City for emergency repairs or remedial actions will be deducted from the amounts due the Contractor. The invoice from the County of San Diego, Department of Environmental Health for the work they performed April 24, 2005 is attached. The deductive change for the above work is for $198.00 (One Hundred Ninety -eight Dollars and NO Cents). The contract time will not change. Please signify your acceptance of this change order by signing below. Please return the change order to the City after you sign it. Upon receipt, the City will sign and a copy, with original signatures, shall be forwarded to you for your files. Greg Shields, P.E. Field Operations cc: Director of Engineering Services ACCEPTED BY: Jose Ortiz, President Metropolitan Construction Contractors License No. 790532A TEL 760- 633 -2600 / FAX 760- 633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760 - 633 -2700 � recycled paper L101-1-JI; C�.auutij of "5au pileso GARY W. ERBECK DEPARTMENT OF ENVIRONMENTAL HEALTH RICHARD HAAS DIRECTOR ASSISTANT DIRECTOR P.O. BOX 129261, SAN DIEGO, CA 92112 -9261 (619) 338 -2467 FAX (619) 338 -2174 1- 800 - 253 -9933 www.sdcdeh.org August 8, 2005 City of Encinitas Attn: The City Manager 505 S Vulcan Encinitas, CA 92024 Dear Sir: COST REIMBURSEMENT FOR DISCHARGE OF SANITARY SEWAGE OVERFLOW INTO STATE WATERS USED FOR WATER CONTACT SPORT Enclosed is an invoice for cost reimbursement of services provided by the County of San Diego, Department of Environmental Health, Recreational Water Quality Program as a result of discharges from your wastewater collection system. The California Health and Safety Code, Section 5412.5 provides for reimbursement of necessary and actual costs incurred to mitigate the threat of contamination and to protect public health in the event of an unauthorized discharge. Reimbursable expenses include report intake and investigation, sample collection and analysis, posting of warning signs, public notification, and data review and analysis conducted by the Department of Environmental Health staff. The California Department of Health Services expanded its regulations for public beaches and ocean water - contact sports areas effective July 26, 1999, as required by Health & Safety Code 115880. These regulations include requirements to increase health protective standards by testing for the presence of enterococcus. This test will increase the cost of analysis from $40.00 (for testing total fecal coliform) to $53.00 (total, fecal & entero). Should you have any questions, please call me at (858) 495 -5572. Sincerely, MARK MCPHERSON, Chief C C, �F95 Land and Water Quality Division t� MM:vr I AUG 1 1 Attachment CITY MANAGER'S OFFICE "Environmental and public health through leadership, partnership and science" 0 Tauntiv of "San pieso DEPARTMENT OF ENVIRONMENTAL HEALTH Mo y P.O. BOX 129261, SAN DIEGO CA 92112 -9261 Ma 1- 800 - 263 -9933 OR (619) 338 -2222 Invoice Number CITY OF ENCINITAS EH 5709 ATTN: THE CITY MANAGER 505 S VULCAN Invoice Date ENCINITAS, CA 92024 8/8/2005 D E S C R I P T 10 N I UNIT PRICE I AMOUNT For services provided by Department of Environmental Health for discharge of sewage into State Waters used for Water Sports. Spill occurred on: See attached Task Codes No. of Hours AHR - AFTER HOUR ACTIVITIES 1.2 $ 165.00 198.00 Z04 - REPORT INTAKE & INVESTIGATION $ 110.00 - Z05 - SAMPLING - $ 110.00 - Z07 - POSTING OF WARNING SIGNS $ 110.00 - Z08 - PUBLIC NOTIFICATION $ 110.00 - LABORATORY SAMPLE COST No. of Samples @ $53.00 PER SAMPLE 0.0 $ 53.00 - Amount Due I $ 198.00 For questions regarding billing and payment, please call Voltaire Robles @ (619) 338 -2467. IMPORTANT: PAYABLE UPON RECEIPT. * * * ** PENALTY FOR LATE PAYMENT * * * ** Payment received after September 8, 2005 - Penalty due is $50.00 Payment received after October 8, 2005 - Penalty due is $150.00 PLEASE KEEP THIS COPY FOR YOUR RECORDS AND RETURN BOTTOM PORTION WITH YOUR PAYMENT MAKE CHECK PAYABLE TO: COUNTY OF SAN DIEGO AND MAIL TO: COUNTY OF SAN DIEGO g�� o;,•• DEPARTMENT OF ENVIRONMENTAL HEALTH P.O. BOX 129261 P•'MO CC• SAN DIEGO, CA 92112 -9261 ATTENTION: CASHIER FOR COUNTY USE ONLY FUND NUMBER: 100100 ACCOUNT NUMBER: 0122 TASK CODE: ACTIVITY NUMBER: 4291-191 Invoice Number: EH 5709 Invoice Date: 8/8/2005 Amount Due: $ 198.00 Due Date : Payable Upon Receipt 04%'24%2065 11:06 FAX IM 001 NEWS RELEASE FOR IMMEDIATE RELEASE 24 April 2005 Contact: Shawn Atherton (760) 634 -0208 SEWAGE SPILL IN ENCINITAS SIGNS POSTED AT MOONLIGHT STATE BEACH An estimated 5,000 - gallon sewage spill occurred this morning in Encinitas at the Encinitas Shopping Center located at Encinitas Blvd & 1 -5. The: spill, caused by construction debris in the line, was discovered around 8:45 AM and ran for approximately fifty minutes until City crews were able to clear the blockage. The sewage flowed into a nearby storm drain and discharged onto Moonlight State Beach. Signs waming of sewage - contaminated water have been posted along the beach and I ill remain in place until samples confirm the water is safe for recreational use. For updates on beach closure information please call the 24-hr. hotline at (619) 338 -2073 OR www.cleanup.orq, 'Programs' and select San Diego Beach Water Quality DEPARTMENT OF ENVIRONMENTAL HEALTH 1255 IMPERIAL AVE. • SAN DIEGO, CA 92101 -2422 4 June 23, 2005 Jose Ortiz Metropolitan Construction P.O. Box 477 Bonita Ca. 91908 Re: Encinitas Trunk Sewer Replacement Change Order Request — T &M Ticket #27, 28, 29, 30 Dear Mr. Ortiz: The work performed under these T &M items is not considered to be extra work. The City believes this work to be a part of the Contractor's bid items. The City rejects the costs incurred by the Contractor for T &M #27, 28, 29, and 30. If you have any questions concerning this matter please do not hesitate to contact me. Very truly yours, Sean Manning Construction Manager c: Kipp Hefner, Project Manager Encinitas. 003.201 File —T-w/ ,2,20 s —9,9ia W.-o . J< 2723 K "s,/ 4ge r"aa . �X- KJJYJ 6 alas to e CD 0 z 0 0 0 0 ;U O 0 0 z X p D m 0 D 0 mm A z N m D m m z v 0 m m m z D m 0 0 0 00 00 00 e e e D O OG m m m c i i 0 D D o 0 c z z m m r O O co Z v O -4 I1 > > n D -Oi -4 (n m v m O m x 0 0 z D 0 .i 0 Z 0 T O A x 0 O s n v 0 0 a c_ in m 0 2 x m m CD a d H 0 0 ci (n f m r m a 3 0 aw x u o � m O n � m X T O Zll m m O m m m X O v 0 D 2 0 0 z V) --I c (7 O Z m O, m 3 A N W >Z � vc _n 1F fA m (D L XC CD (D a m n 3(9 7 O � m m O M ,T1 m a O rn rn N O O (n m m v 0 ;U N v c A m O O O o c 0 2 � m z 0 O O q O A D D D A J O N O O N Q1 Q7 O A m r r o rn N rn N a+ N rn rn o o m X m z 10 0 1 ( W W W c0 N m w (o Co 0 J V N o W y ' 00 O J� c) coo A m o � m O n � m X T O Zll m m O m m m X O v 0 D 2 0 0 z V) --I c (7 O Z m O, m 3 A N W >Z � vc _n 1F fA m (D L XC CD (D a m n 3(9 7 O � m m O M ,T1 m a O rn rn N O O (n m m v 0 ;U N v Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA Crew Date.., ..Company:, CONSTRUCTION 12-Apr-05 P.O. BOX 477 BONITA CA 91908 Dally, Work Description Provide a brief description of daily work performed: Weather start/finish 8:30pm /5:30am CPM.. Tasks Attempted to our manhole no. 1, and unable to due to wet soil encountered and b assin of two additional laterals. Cancelled concrete pour at 12:30am. Excavated a total of 50' and trench plated Held off of excavation tit 10 m er Ral h- Caltrans Inspector Manpower andEqutprnent Provide a detailed list of manpower and equipment resources. The Trade field refers to type of manpower, i.e. Carpenter, Electrician, etc. The Classification field refers to qualifications, i.e. Fore EJourneyman, Apprentice, et Qt CLASSIFICATION 8 $ FOREMAN 8.5 Pipelayer PLUMBER: TRADESMAN PLUMBER: TRADESMAN PLUMBER: PIPELAYER PLUMBER: TRADESMAN TEAMSTER GP 3 PLUMBER: TRADESMAN PLUMBER: TRADESMAN PLUMBER: TRADESMAN 8.5 721C CASE WHEEL LOADER 8,$ 580 SM CASE BACKHOE 7.5 590 SM CASE BACKHOE/W BKR 7,$ JOSE RODRIGUEZ SALVADOR NAVARETTI JAMES STRATWOOD JULIAN MONTES MIGUEL S PILAR MIGUEL S PILAR MIGUEL PILAR JR ANTHONY FULWILDER HERMIS ALVARADO Qty EQUIPMENT 8.5 721C CASE WHEEL LOADER 8.5 580 SM CASE BACKHOE 8.5 590 SM CASE BACKHOE/W BKR 8.5 DUMP TRUCK 8.5 8.5 FORD F450 FLATBED AIR COMPRESSER 8.5 TRENCH PLATES 8.5 Sewer Pump 2 8.5 Discharge Hose 1000 8.5 SIGNS /BARRICADES /CONES 8.5 LIGHT TOWERS 8.5 ARROW BOARDS Manpower Units: Manhours 0 Mandays ❑ Other ❑ Equipment Units: Hours LJ Other LJ Subcontractos: NRC pumper trucks and B 8 W precast Page 1 of 1 Prolog Manager X N m Z Z O Z m A n O 0 1 O' A d m v m N z m D 0 0 0 ---- o z p y cz z c a A O -------- r,1 O a O 0 O o D1 Z m N y m CD O O 0 o 0 0 O N N O O N 00 .. N a O O N O 00 m y d A N . O o D zp N p C - m 0 O - y n # Oc m 3 Z Z _0 Q - (� S O (� !� f7 D D? T1 O rn ui to A a ::i n m ` Z7 -0 M = O x O Z m C C O (O S C S m P. N d d N G H O 7 i a o in m ... d a ui X ry (n (D X -+ m 3 A F X O m CC < N 3 n G '< A O '( N �. O 7 N r= O N C N 0 0 v m Ot 3 m N N 7 7 O m 01 O 0 N Z v m D is (c c T-, c v y m v o d m f m m p C T. m C) m o -o V• in J d �0 c 3 v -� m, o" .:O] O - m <. 0 0 ° m° d c c m p H y l!� d O y H g o 3 m v c (D CD m D m `c y O m N £ N A r m Oo J m 7 A m C O D (/I ro 0 > ;u M O O m D n d m y m m c m m c D m rr Q w m , ? d a m z m o ' a v 'n n a d < (� O O N N N p �' 'm O O O C') c m n 2 m- cn R1 �n a m o S m mm O O m d . o 0 in @ m n m M d Z 0 r D i c m m m m C omi p+ 3 v CO m r n m 1D C r 1W,1 N O v Z r m O O O co 0 A 0 0 o o 'n O m Isis] O m N 0 O- O O! tD N O O N d r, 0 0 O Z D 0 0 0 0 o z p y cz z c a A O C') O r,1 O a O 0 O o D1 Z m N y m CD O O 0 0 0 0 O N N O O r O :* e 3<< Z d a O O A m y d m . O o D 3 A 1 O Oc m 3 Z Z _0 Q " m m O � T m <D _ ° o v c n m. O H m A to m # m _Ja 4' 10 m ` Fn m H L N ;(7 fn N w O co N O O u O ' N n m O � O a v m O 0 0 0 0 0 60 O O W W A O D O O p A N O O O 3. Z p O o C m Z m D O p V• D J J O P - � Z Z O (n > O CD m D mm m N c� V7 A r m Oo J m m m A m m O D 0 c m y 0 > ;u c m m D -Zi D D c� rD- m Dv o z m O O N O N Q N O O O O C') c m r cn r mm O M . o 0 in @ m n m0 D i c m m m m m m 1D r C r 1W,1 N O v Z r m O O m 0 co 0 A 0 0 o 'n O m Isis] O m N 0 O- O O! tD N O O N r, 0 0 O 0 p O O O O O 00 p O O O c u e e o -1 z C') O o D1 Z m N y m CD CD c A C N N r O :* e 3<< Z d a O O A m y d m . O o D 3 A 1 O Oc m 3 Z Z _0 Q " m m O � T m _ ° o v c n m. < m m A a c m # m _Ja 4' 10 m ` Ri lD O T_ m X m A w Y f Y 1 ;(7 m i v� o c°i1 fD w n m m O � m a v m O n ffin m y N c lw p O O O O O 00 p O O O c u e e o m N 'O N N e 3<< a O O A c m . O 3 A 1 O p N m m m O � T m m. < m O O T_ m X m ;(7 m N v� < 'mn w n m m m a v m O n ffin m m c lw 3 3. 3 Z p O ro m Z m S p O -+ J J O P - � Z Z O (n > O CD m D mm m N c� V7 A r N N J m m m A D i O D 0 c m y 0 > ;u c m m D -Zi D D c� rD- m Dv o m m O O N O N Q N O O O O C') c m r cn r . o 0 in @ m n M O m y m O d+ v 0 o 'n 0 O Z O m o N r, 0 !D] co z m N 'O N N a O O 0O . O 3 A 1 O p N m m 2 p Qmc v� < 'mn w n m m m lw 3 3. 3 3 p O -+ J J O P - 0 O m N A V7 A r N N J m m m A D i O D y m D O O N a O O A O . O A 1 O A 1 O p N m m 2 p Qmc v� c�ooDmD m p O -+ o m N A V7 A r N N J m m m A D i O D y D O O N O N Q N O O O O O m r r m y Z O m o N D co CD N W -I CO N N N Ut O° N m 1 Wo y �l jp) �! 00 DD (7'i 00 OD (11 �Col A m w O A N NQ1 V p cn co N N N a0 A U7 1> A O A Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA Weather start/finish 8:30pm /5:30am CPM Tasks Excavated from station 1 +50 to 2 +70. Soil extremely saturated.---' unsuitable for backfill. Attempted to mix with other soil, attem t failed. Ex orted all and imported from stock Dile along side Encinitas Blvd. Tem .connected two 6" laterals comin into manhole no. 1 Held off of excavation til 10 m per Ralph - Caltrans inspector qi ul . me _ . Manpiavver and;;) =q p .: r1t :. Provide a detailed list of manpower and equipment resources. The Trade field refers to type of manpower, i.e. Carpenter, Electrician, etc. The Classification field refers to qualifications, i.e. Foreman, Journeyman, Apprentice, etc. nfv CLASSIFICATION Em to ee Si nure at 9 FOREMAN Pipelayer PLUMBER:TRADESMAN PLUMBER:TRADESMAN PLUMBER: PIPELAYER PLUMBER:TRADESMAN TEAMSTER GP 3 PLUMBER:TRADESMAN PLUMBER:TRADESMAN 9 721C CASE HEEL LOADER 9 9 4 8 4 9 7,5 PLUMBER: TRADESMAN Manpower Units: Manhours Subcontractos: NRC Environmental JOSE ORTIZ R JOSE ODRIGUEZ SALVADOR NAVARETI JAMES STRATWOOD JULIAN MONTES MIGUEL PILAR JR MIGUEL S PILAR MIGUEL PILAR JR ANTHONY FULWILDER HERMIS ALVARADO N Mandays IJ Other 0 Qty EQUIPMENT 9 721C CASE HEEL LOADER 9 580 SM CASE BACKHOE 9 590 SM CASE BACKHOENV BKR 8 DUMP TRUCK 9 FORD F450 FLATBED AIR COMPRESSER 9 TRENCH PLATES 18 9 Sewer Pump 2 9 Discharge Hose 1000 9 SIGNS /BARRICADES /CONES 9 LIGHT TOWERS 2 9 ARROW BOARDS 2 Equipment Units: Hours LJ Other LJ E.ventsst?r lssu�'s Provide a description of any significant events or issues to report Include quantities and units if applicable: EXTRA WORK: Bypassing 2 6" 1aterals(2hrs of crew), wet soil impact was 5 hours, and two hour delay from start of work from hours stated in contract Page 1 of 1 Prolog Manager m 0 z m 0 m z n 0 4 0 p n N A v N m Z -Di m O z m v fJ z p m O n S A F- 0 0 D m D<< O 0 2 m m � S D m m m< N O n n d n -� n O v o N u t a a A r-4 fn r D N - c z z � z m m 3 m m M y �i 0> O > -Zi X a C-) )> r z 'c z o m F m ', r u m X m o o m m Can) x 0 0 0 0 0 ° � n o v v u �� 3 m m 0 m o m m n 0 (7 N 0 d m t0 m N rn C D O Z ro c 3 c m pm m O O m o 3 m v c m x r 3 r o c to v `2 CD 0 O 3 m _ m x _ „ O x z ° — O T r ; N H N f N = N C N O 7 10 N O 00 VI O" w w m 0 ii G C') 0 0 0 0 0 0 0° O N1 o o w o n d a _� O - < N _ v U v D c N N a m C '13 n N z N N r n m- �c N 0 cf°i n o u, T1 m O o w � o v c = P O N o m < N m m x m a) z m [ po 0 0 tD r n r O 3 z N N N O n 0 I a ° O O CD cu n n 3 o a? v fJ z p m O n S A F- 0 0 D m D<< O 0 2 m m � S D m m m< N O O -i C 2 2 A r-4 fn r D z v v - c z z � z r- n m N o c ID O > -Zi X a C-) )> r z O z co .--I m X 0 N a a c 2 m D r x 0 0 0 0 0 z -n t0 C D O Z 1 i1 m N O x _ „ O z O N° O rn N O 00 VI O" w w m 0 ii G C') 0 0 0 0 0 0 0° O N1 o o w o N _ v U v D c N N a m C '13 z m o w � o v c = P O N o m < N m� 0 i m [ O 0 0 tD O N a z N N N O n 0 I a ° O O o ° e o v e e v fJ z p m O n S A F- 0 0 m C D m D<< O 0 2 m m S D m m m< N O O -i C 2 2 A r-4 fn D D T X m C z z v v - c z z O(D m D ED p D m N o c ID O m p -Zi X a C-) )> r m G m v m A D1 ii co .--I m X O .5i (A (� (Hl n m D r x C o z -n t0 N 0 D O Z 1 i1 m r rir o W m irc-n 0 0 rrri I p U IO I�IalO �NI°O IOIw m v fJ z p m O n S o � m z O O OO m 0 { X D ° m C O t0 N 0 z r = > -1 ry z N O � O o z �� rn £ C (� C') O i+ y z N _ v U v D c N N a m C '13 + w m � o w � o v c = P O N ;0 v_ m� z O N w 0 m -n O O C C C C C C a O O 3 H ir Q d d 3 3 m m m m rn g o m m N N H P 7 O < 3 an N ° m .dc •< n � 3 3 3 3 3 T T 3 3 �p d d d d N N ry A > > > > O O O 3 3 m D N m T OI IOI IOI IO IIN _ O A O IOI IN IQ1 I� lO lO IN I� I� IO IA IID IIIIIIIIIiIVa 9 O s D A A A 3 IJ N J tD C.0 to N O nJi N N m i w w o m v x ID m ID A � C D X CD a v ID D � m O X X X m O X a N O O (T X m v :I7 --1 N CD Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA Poured Manhole No. 2, and backfilled manhole no. 1 Started raining at 12:30am, stopped all work except for concrete work at manhole no. 2 Held off of excavation til 10 m per Ralph - Caltrans inspector Manpower ::and Equlprttent Provide a detailed list of manpower and equipment resources. The Trade field refers to type of manpower, i.e. Carpenter, Electrician, etc. The A.. .....:.. -#- Classification Qty tiew refers ro uaunGOUVW". -_• �•••�••• CLASSIFICATION -- _..._,.__., - _, Employee Signature 4.5 FOREMAN JOSE ORTIZ 4.5 Pipelayer JOSE RODRIGUEZ PLUMBER: TRADESMAN SALVADOR NAVARETTI PLUMBER: TRADESMAN JAMES STRATWOOD 4.5 PLUMBER: PIPELAYER JULIAN MONTES 7.5 PLUMBER: TRADESMAN MIGUEL PILAR JR TEAMSTER GP 3 MIGUEL S PILAR PLUMBER: TRADESMAN MIGUEL PILAR JR 7.5 PLUMBER: TRADESMAN ANTHONY FULWILDER PLUMBER: TRADESMAN HERMIS ALVARADO 7.5 PLUMBER: TRADESMAN JOSE PILAR Manpower Units: Manhours Mandays LJ Other LJ Equipment Units Subcontractos: NRC Environmental Provide a description of any significant events or issues to report. Include quantities and units if applicable: Extra Work: 2 hour delay in waitin from 10 to excavate Prolog Manager Hours ❑ Other U Page 1 of 1 lO m O Z v 0 0 0 0 O _T 0 0 Z m D m 0 U 0 mm ? z m im m m z m m m m m � m O IO -IO 9 O O m m m M i% C = _ m m m O o 0 C z z CD m D o cc m z o X D 0 n D O 1 4 U! m v m O m C') O z 1 D s O m 0 O m x 0 m d m m CL CD n x c n m 3 m m W c m' 0 N 0 v d d a w A 0 P� O o g m O A n 71 v v m m O Z O m m 0 CD m m 1 O v O r 1 D Z n O z U) 1 c 1 0 z v O m 7 Cf 7 ID y CL � � � 1 v c r 01 { N mCD n A N m O 'a N d V1 CD O m O M A M m 0 O M f rn v N O O M, m 0 :0 1 w 0 O W W W W W C O O O O O f0n p O O O O c�o o°0D �m A o O rin O j Qf D D m u, a cn O A (n O r o rn N rn N m N rn rn o o m X m 0 � o Cl) w j OW Cl) ww M (D - j D i w W is n O N N 2 ON m a m o m N N 0 0 0 J O O) Q) s O m 0 O m x 0 m d m m CL CD n x c n m 3 m m W c m' 0 N 0 v d d a w A 0 P� O o g m O A n 71 v v m m O Z O m m 0 CD m m 1 O v O r 1 D Z n O z U) 1 c 1 0 z v O m 7 Cf 7 ID y CL � � � 1 v c r 01 { N mCD n A N m O 'a N d V1 CD O m O M A M m 0 O M f rn v N O O M, m 0 :0 1 w 0 City of Encinitas October 19, 2005 Metropolitan Construction C/o Jose Ortiz 8614 Troy Street Spring Valley, Ca 91977 Re: CHANGE ORDER #10 Encinitas Blvd. Trunk Sewer Replacement Project CEEOID Gentlemen: Pursuant to Section 3 — CHANGES IN WORK, you are directed to proceed with all labor, material and equipment necessary to accomplish the following change: The work described in Metropolitan extra work reports 8 thru 19- ($12,825 +$42,000) and 27 thru 30- ($9,000). The work consists of removing the pcc encasement around MH #10; removing and replacing the encasement of an existing sewer crossing Saxony; excavating sewer and connecting to MH #5. The change for the above work will be $63,825.00 (Sixty -three Thousand Eight Hundred twenty -five Dollars and Zero Cents) in accordance with the attached. The contract time will not change. Please signify your acceptance of this change order by signing below. Please return the change order to the City after you sign it. Upon receipt, the City will sign and a copy, with original signatures, shall be forwarded to you for your files. Greg Shields, P.E. Field Operations cc: Director of Engineering Services ACCEPTED BY: Jose Ortiz, President Metropolitan Construction Contractors License No. 790532A TEL X60 -633 -2600 1 FPY 760 -6?� s62,' 505 �. Vulcan P.venuc, Encmitas, CaIiTorn"a 92024 -3633 TDB 760-633-27/00, � recycled paper Change Order #6 May 16, 2005 City of Encinitas Encinitas Blvd Trunk Sewer Replacement 4909 Murphy Canyon Rd Ph 858 -496 -0500 San Diego, CA 92123 Fax 858- 496 -0505 Change Order #6 Record of Negotiation Date: May 16, 2005 Project No: Encinitas.003 Contractor: Metropolitan Construction P.O. Box 477 Bonita, Ca. 91908 Prepared by: Michael O'Shea Subject: City W.O. #: CEEOID Drawing Reference: Specification Reference: Report Reference: COR Reference: Summary of Work 1) Removal of concrete encasement around MH #10 8,9 11.12 Justification for Entitlement 1) Section 300 -1 Clearing and Grubbing: Contractor is required to demolish and remove existing surface and subsurface improvements. 2) General Note #3 on Plans: No other existing utilities known to exist except as shown on plans. Additional Cost Requested by Contractor 1)$6,529.26 (Report 8), $9,502.07 (Report 9), Total Cost - $16,031.33 Negotiation Recommendation 1) RBA estimated cost for removal of concrete encasement around MH# 10 ir cluding all costs for traffic control and sewer bypass as included on the Contractor's T &M tickets is $4.5 ! TOTAL COST AWARDED FOR CHANGE ORDER 48 - $3,216.58 Attachments Attachment A: Report Reference 8, 9 COR #11, #12 Materials Cost sheet CO #6 Page 1 of 1 Qr co O a w w LO O O N N O n w Y O d V O � N N d d W Y J g 000 LL w O .a a H 2 m O � N c (0 Z O ° = U c m LU F m w Z v O U m z m w F C J O v a 0 0 UJ U Y Y m 0 O O w 3 2 LL OZ LL O F- w o_ n. � Y � U O O W a 3: o CO aOO, rn (9 V �V N M to ONi 6mi co (NO to O m o m O— r-00 co N CO O N N (0((00� v 00 LO N w °z 1�4 w w w m O O m m N m N CO 0 < O m 0) N O O u] st O K Y m v P� m N N Ln I-- n c an V t0 N M m V m Q Q F- Q Q 0 O J ` r m m m y Q m Q m U p D W w 0 O 0 O 0 O 0 O K < O 7 O S Fl O F o O m < J O Z z w 0. J a' vi U. O O Y O x W O @ @ N N O w Qm m y U)i U co U F J W Q Q V C w _ N O Z o Z w ~ a > O O w W O Z a O m a m m O W Q E T T N N E Q O J W E m m m 9 y = W z W O O O O O& a m a 'o m c Z X W O O O ` M a r v=i F w LL w w a E 10 E N m a d a "" a. 47 Wd% S 2 F O `0 ma > m m ¢ = w w 0 O o` LL LL m O O > m m > a > m `° H m H < m F p 0 0 m X e e o e o a 0 Z 0 f o 0 O I o O O Q Q o 0 0 0 I N Z W w N Z N M O 0 O 0 V m m M O l[ m O O O N O1 O O O O O O O O O O O O o O 0 O :3 M v N (D N f- m 0 M O O O m 0 O O N O J o M N 0l 01 m n o N M o m o i. < m m M V a p < Q O N N N m U W N Q W w w ( m z 0 o O w x w M M O O O O O m Of O 1.- O) O N O O O O O O N O Q O O O � 0 C, 0 0 0 0 0 0 0 0 0 �O O 0 O 0 0 N I- O O O N o N f 0 am N m M Of m a m O to N O N O N m O O Of N m O O O Y O O O "q. 9 Vi Vi IA ci O F N ci D Y 0 O o 01010 0 0 0 0 0 0 0 0 0 0 0 y 0 O O O O O O O O O O O O O O O O O O v v v v a 11010 v v v v e o v Z 0 o 0 o ?? 0 2 o 0 D .f J Q z Q � J W LU H Q w CQ C > F Q H Z z x Z W N W W E ? c a 0 CL m m 0 = w W m J q7 v1 N N 2 /y� V w m Z O� W 0 0 L D CO m U Q� v °- O LL h N m U J 4i > m w m "" z U O m CO E U x -, Cl) O U Y m 7 O a E x °E o o ai m( U CN m m m ` z L d m w J N Q U O O C Q N !c - X X O O J E 210 O U co O N / O O i- O U D) F- K O a w it LO O O N t2 N O a W Ex Y Q' W F- y_ a � L7 E .: Lo V O R N Q O) Qa N d F 3x dW W J 0 O L LL F- w .a a F m O R z O F- .v � C F- W m z O U z Fa- 0 a- 0 W r m w o: O LL w a # Y lY a � to U) CO M F N (`') N O O G z Cl) h n rl O) N LO ti C N O N v N � W O G 2 O lT LO LO CD V < O .- LO 00 o u w W F X W f v O f0 tD N O O Ln R N 0 m m r Lri n o Ln aw F¢- J Y v n n e n C', M v f0 O O Q � �- N ~ in 9 i y Q m Q m U O W 0 N W. O tD O t0 O CD O co O co 2 0 m U N Q � > ~ J z O ir CL "' LL O y U o g •w F- w w L) U) O s w rn V cn U m 0 < J 4) LiJ E 0 z z W m a Z p m O (9 to W 0 a `c w> -j m o o m 0 w E r i i H v = w w o o o 1) y V m m m v m U U CL -j z " p n n W w o Q w d w W Q O a W w 0_ z " 'w O F_ E E m to a a m> w w w� LL O 0 0 a n? >>> y ¢ D M F- 0 0 m LL LL 0 0 0 a a a F F U F- U a e e o 0 o e N N M N p O O O O O Z z O O O o O ¢ ¢ O O O O r yl F W w to OD O O O O tp O tD O to N O O 0 O 0 O O O O O O O O O 2.7 O O O O O 00 Z D C, "t O 7 w M m ON w N m O O N O O m O O O m O D < j p O N p g M 7 N N tV 0) W N a a N a W O z m w L z G w w O O O (71 r 0 0 0 0 N Q O O v 0 0 0 0 0 0 O O O r O N Cl! m f+1 0 0 7 O O tT to 0 0 0 N 0 O O n v O 0 O 0 01 0 O 0 O to tD N O O O O Y H O 00 a0 t0 N (D N Cl) N O v tD N v tii t") . O r v v ry 0 10 tD tD (9 N t0 N to U N W to !A f9 to V! IA fA fA (fl f9 H W V) W O !- N z O 0 O O O O O O O O O O O O O O O O O O O O O O 0 O 0 O O 99 O O O O y w tw O tD w N tw to tD O ID U) F O o 0 p Z x zz a J Q o z Q J � Q LU � Q a Z w w F- w Z w z W E m d w C Ca_ o p o w o ry� z U 0 od V W [C w OI �( v W X w N O w 'O W U U z O LL y U W N N U J a M > Y W N d W L Lv O O p 2 2 U U) w w _ U m n 0 U F- 0 E m a m 2 t N p n 0. O LL n 0 o v Q m o iD iD a o N r O N_ tD X X N (n (n 01 O O lic N J t0 U .- t0 U N 2 T S u) z) L to m N to E 2 tD O U O~ U) M v t0 F- :w v N Q- N O N O O O z lH i-H -1 al O N N M N v v M v o project Description Job No. 4:5 OZ le) 0 P()5 Ru� 7#x-e A4*) 3 LL—_ n - 7T AWE 7 7 C K, 6-- -7 7 F ?4 Wl GLAJ. t4. -r* a,-4 K) - n � �c P y i _.-dJ _SAIOOVX -P1 Pe '&UkS77 Ste- «t- , -/D. ZIPLI)X OI LASA?A PEDOWSS ;7A �T By Date Checked Date Sheet project Description '0 m r/f, lll/� &M, FJl: Wlh 110 �Illfo 'M s a� o� a,_ �cc,U7. Job No. -i�m - at�A)?469- F74 By Date Checked Date Sheet ir Change Order #7 May 16, 2005 City of Encinitas Encinitas Blvd Trunk Sewer Replacement -`ward a4 d -4,06efa& 4909 Murphy Canyon Rd Ph 858- 496 -0500 San Diego, CA 92123 Fax 858- 496 -0505 Change Order #7 Record of Negotiation Date: May 16, 2005 Project No: Encinitas.003 Contractor: Metropolitan Construction P.O. Box 477 Bonita, Ca. 91908 Prepared by: Michael O'Shea Summary of Work Subject: Work done in vicinity of Saxony Rd. City W.O. #: CEE01 D Drawing Reference: Specification Reference: Report Reference: COR Reference: 10,11, 12,13,14,15, 16, 17, 18, 19 13, 14, 15, 16, 17, 18, 19,20.21.22 a) Excavate, remove and backfill concrete encased sewer main crossing Saxony Rd. to enable pipe bursting to continue per RFI # 11 (See Contractor's reports 10, 12, 15 and 18). b) Excavate and backfill below 10 "RW for hammer clearance per RFI #12 (See Contractor's reports 11 and 13). c) Excavate 8" sewer on Saxony and connect to MH 5 per RFI #13 (See Contractor's reports 14, 16,17, and 19). Justification for Entitlement a) Concrete encased existing sewer main under Saxony Rd. not shown on plans. b) Field location of 10" RW indicated only 6" clearance above existing sewer main. Excavation provided relief from hammer impact force on 10" RW during pipe bursting operations. c) After pipe bursting operations existing 8" sewer lateral invert no longer aligned with new sewer main for connection. CO #7 Page 1 of 1 r Change Order #7 May 16, 2005 Additional Cost Requested by Contractor a) Remove Encased Sewer - $15,884.62 (Report 10), Excavate soil around pipe $3,962.02 (Report 12), Backfill- $3,959.03 (Report 15), Backfill- $2,990.22 (Report 18), Total Cost - $26,795.89 b) Excavation - $5,130.30 (Report 11), Backfill- $3,541.11 (Report 13), Total Cost - $8,671.41 c) Excvation - $9,281.34 (Report 14), Excavation - $2,219.61 (Report 16), Excavation - $608.59 (Report 17), Excavation - $4,925.98 (Report 19), Total Cost - $17,035.52 TOTAL COST REQUESTED BY CONTRACTOR FOR CHANGE ORDER #8 - $52,502.82 Negotiation Recommendation a) RFI #11 authorized the Contractor to proceed with work based on Time and Materials. The unit price provided by the Contractor in Bid Tab for open trench installation of a 12" sewer main is $155.25/LF. The encased sewer main crossing under Saxony Rd. is approximately 40LF. Recommend maximum compensation be open trench unit cost minus pipe materials cost for additional work. ($155.25 - $9=$146.25/LF where $9/LF cost for 12" HDPE provided by CostWorks.) plus the cost for demolition of encasement. Also included is cost for 4 hours of traffic control and sewer bypass on the days /nights where the demolition of the encasement took place (not the 11 hrs requested from the Contractor). RBA's on -site inspector verified approximate length of encased sewer removal and that work required did not exceed normal open cut trenching operations. Recommend total compensation for work completed- $10,338.55 b) RBA estimated cost for excavating and backfill below 10 "RW for hammer clearance per RFI #12 including costs for 2 hours of traffic control as included on the Contractor's T &M tickets. Recommend total compensation for work completed- $1,253.55 c) RFI #13 instructs the Contractor to relocate an existing 8" sewer lateral. A unit price of $3220.00 for this work was provided by the Contractor as line item #16. Also included is compensation for half of the costs of traffic control and sewer bypass operations for this extra work. Recommend total compensation for work completed- $3,473.25 TOTAL COST AWARDED FOR CHANGE ORDER #8 - $15,065.35 Attachments Attachment A: Report Reference 10, 11, 12, 13, 14, 15, 16, 17, 18, 19 COR # 13, 14, 15, 16, 17, 18, 19, 20, 21, 22 Materials Cost sheet CO #7 Page 2 of 2 U: C C N M Q m E O 0 v U cn m O O O O O (D m m m Q .J ul O ( . F M D O O O tp O � . Z In OD M d N Q N f� M O J Q O N N N d M M d 00 M W N D1 d m � Q I� � O < � i J O w ❑ V w u� 0 w W t0 O O 1p (O N t0 N 1p O F Q O (O t0 N O O N d O U) 3 c w o Q. J Q (O In I� Q to N M Q fD U N a ~ 0 W 0 0 E r a a E E > > m At A N �O a01 r W 0 0 0 0 0 0 0 V7 J W N O O O O O O O O O O j th OO m M m t7 W d 00 M U: C C N M �I�I INI�Ih.I� N N Q m E O 0 0 U U cn m m Q .J c � i J O > p O 0 w w o U) 3 c w o U N o 0 W E r a a E E > > m At A N �O a01 r W Q m J W U a Q' = Q U O O n& m d o W Q m z Y W > > O c" a a d L v W Q Q Z Z D O O W Q m m o o m` m ym E E m m a a a m Wx W W O Q Q Z T w w m m m E E E E E E w > IX O m p w 2 p O 'l LL O O a a (L a F O OIOI O -I N N N N N _ ~ Q Z d � � a d Lo (� O N Z N o m N O N o 0 O O O 0 0 0 0 �n O O O O M o O p o m (Q O N t0 OI O d co O M N O 0 0 0 N Z C i7. r f Q N p N OD �❑ N N N n .�- N m N N Q J 4 O 1f Q d Q N W Q �d M ❑ p h O Ii Q w L J F ♦ m ❑ 3 x W " z ° H � W f� O O O O N ry Q 0 O h 0 00 n 0 O O Of O M O O O O O 01 O M to O O O G Y J Q v C6 O p Q t9 N !9 O O O 0 0 0 0 0 O 0 0 N O O N Q ED K d vi » �a WA N d f9 v) u9 l�0 W N tD N �n �n w N ^ "� p O O Q w ui » in in 0 u ao t_ U1 L LL 3 z o ~ a o 0 Lu H C p N N F O Q m p ° R = O p Z O J VJ m z w z J O Q •� 3 � H W W ~ N C L O C U o H o CD Z W �I�I INI�Ih.I� N N Z Q L o o > m ~ lL V N k; K J N 2' W .° o 'o W o m Z m § o N Y °¢ O F- O 0 A Y a L N HG N r 3 t ,N� m N QJ Q m w d m w ° C m J 9 E m U) m m 0 ° O c E iw v0 � U ' ` O z E - a 2 x ° O c a w d y O O L J 0) U C Q C L H C w H N H X In 'O = x U7 U H C O C c0 0) O U �, O Ol 0] O N T 0) L 01 N N ?i O C t0 o o v v n n o m m '¢ O O v o= U O E cn m n° h U O a O O •- N V O N fh d N .- O r N N N M d O O N N N O N CO 0 U J Q W z w a W C O U z U I� w z z W Z O N W O 0 0 U U cn m m Q K Of i i J O O L 0 w w o U) 3 3 w o U N o N Q m J W U a ul J = Q U a U W W Q m z Q W W > > O O U W m = W Z W Q Q Z Z D O O W Q Z Wx W W O Q Q Z T w w m m m Z) r 0 I O N> w w > IX O m p w 2 p O w w O OIOI O -I L o o > m ~ lL V N k; K J N 2' W .° o 'o W o m Z m § o N Y °¢ O F- O 0 A Y a L N HG N r 3 t ,N� m N QJ Q m w d m w ° C m J 9 E m U) m m 0 ° O c E iw v0 � U ' ` O z E - a 2 x ° O c a w d y O O L J 0) U C Q C L H C w H N H X In 'O = x U7 U H C O C c0 0) O U �, O Ol 0] O N T 0) L 01 N N ?i O C t0 o o v v n n o m m '¢ O O v o= U O E cn m n° h U O a O O •- N V O N fh d N .- O r N N N M d O O N N N O N CO 0 U J Q W z w a W C O U z U I� w z z W Z O N W CO 0 U J Q W z w a W C O U z U I� w z z W Z O N W METROPOLITAN CONSTRUCTION 8614 Troy St. Phone (619) 741 5643' Fax (619) 741 -5658 REQUEST FOR INFORMATION # 11 Question: we discovered the sewer main While potholing the 16 inch water line at Saxony, appears to be concrete encased. It is necessary to open excavate this area to verify the encased area, and to assure the hammer will not damage the water line by deflecting a segment of concrete. The hammer will follow the path of least resistance, and in some cases can travel over the encasement. The- e excavation work__ma_y_ be compensated_ at the open_trenc_�i._.price,, In proposed addition, —wit is necessary to remove the encasement around the sewer main, MC will perform on time and material per the contract. Please advise if this is acceptable so we may proceed. By: Date: February 28,2005 Originator =s Signature Reply /Solution Proceed with removal of the concrete encasement and commence with pipe bursting. Proceed with concrete removal on a Time and Materials basis. T &M tickets shall be signed by the resident inspector at the conclusion of the shift. Date: 2/28/05 By: O Sean Manning_ ^ = Design Consultant =s Signature This document is informational only. The above reply is intended as a clarification only and does not constitute a basis for change in contract price or time. If you do not concur do not proceed and notify the Construction Manager immediately. Forwarded By: Date: Contracts Manager =s Signature — h-- .'seNralr�library �forms10027. wpb February 28, Project Name: Encinitas Boulevard Trunk Sewer Replacement 2005 Date: City of Encinitas/ Richard Brandy C.T.P. No.: CEE01D WIP No.: To: and Assoc. Contractor: Metropolitan Construction Hefner, Sean Manning Contract No.: Attn: KiAp Drawing Ref: c-2 From: Jose Ortiz Spec. Ref: Needed ASAP Subject: Response By: Cor.fiict Question: we discovered the sewer main While potholing the 16 inch water line at Saxony, appears to be concrete encased. It is necessary to open excavate this area to verify the encased area, and to assure the hammer will not damage the water line by deflecting a segment of concrete. The hammer will follow the path of least resistance, and in some cases can travel over the encasement. The- e excavation work__ma_y_ be compensated_ at the open_trenc_�i._.price,, In proposed addition, —wit is necessary to remove the encasement around the sewer main, MC will perform on time and material per the contract. Please advise if this is acceptable so we may proceed. By: Date: February 28,2005 Originator =s Signature Reply /Solution Proceed with removal of the concrete encasement and commence with pipe bursting. Proceed with concrete removal on a Time and Materials basis. T &M tickets shall be signed by the resident inspector at the conclusion of the shift. Date: 2/28/05 By: O Sean Manning_ ^ = Design Consultant =s Signature This document is informational only. The above reply is intended as a clarification only and does not constitute a basis for change in contract price or time. If you do not concur do not proceed and notify the Construction Manager immediately. Forwarded By: Date: Contracts Manager =s Signature — h-- .'seNralr�library �forms10027. wpb F- W O a w w LO 0 o' NI, V c O a W It Y C' _O w Q 0 o E d � v O o 2 N CL 0 co 0 W LL W Y J � C Q � ` O O F- w > Fw- m a N L6 C C W a z O U D m Z O U Z F-- 0 R O W } m 0 w 2 Of 0 x W ct y >O N ao M 0 O o m m �D m V1 v O Cn 01 v 0 OR o�0 U ( . '0 co Cl) N � � < Ln(O LO GO (D (D NOS o v m N ((') 0 M0 (O LO NMN CD O O r r N Ln co rn M N M M Cf w w 0 z w r x w O O l0 l0 N m N fD O V: Y 0 C 00 N m Q 0 o J m U) h V m (7 0 Q � r m m °x N Q UO (n o p o 0 0 0 0 0 0 M U F U U) Q> J z z O K <L O y U H d' O w o w N w N O F w O w U u3 ~v m 0< a� E w o J E r m w �' o z= ¢ Q F- a z 0 0 a z° N w O 0 a o C C w Q E (D E v d E m E E Q Q z > 0 J W m z z r T T H q = W m m m an v d j U W 0 0 O n a O w w w a w E a m a O U> w Z w w O o >> >? m W Q D w F >> Q m o LL w 0. O 0.m O m a m� O O O a o o e o a e O O O O O N N N N O z O O O O O I K r 2 z Z Z Z O O O O a H N N z F F p O y m O O O n O O J O O O CD t�0 Q O O a N 0 V e a O W N m W O W z W W 1� rn W z 0 Y r W O m O o C, N o N V O o Op 0 o O t7 O O 0 0 0 0 0 0 O 0 D O o Q N O o N p O O o y o 0 0 p M �O O O m 6 t00 m N O O V! co l0 O V! m N ^ O N N m la, aD N 6 1� N N H O m w N_ 0 0 0 0 Q1 Q C H N IA d' M N 19 O V/ H V1 H f9 19 1A N9 H f9 M /A H Vf O OD N m 0 0 0 C:, ion o 0 o °z D 0 _ o Z Q J Q z Q J Q � Q ~ a z C Z 0 z °' o ca o ;, a m a W w cr W D J J nC W 0 O d o v m X w o y O LL a a °'� O N V N L Y N L V N J d N V O Y Y Y U `m d z O 0 m m LO 2 m n Ln a 3 t a m o _a 3 U `m F °o m y ti O E -0 � F n U rn 2 0 �' xo `m �` °' a U y c m a n (D E c a L j m N U M, of 3 ° m u m L m LVV1 H n o U _ Y u p m d a, w m° =' CL a a r a t x > m 3 y m 3 p N N ul H ` O= J U N O U T j �— X c/7 (0 V X V A W O T N L t0 N N N �' L O� O V — O N O Q U U U O S U —°i E t: U a cn y rn of F- O U O U p O O p <n o O Z N O O N C1 V N O N F- wQ' O a w T- to O O N O M M 0 Ix O a w w Y a W Q � O d to V O � O N Q to M L � 3 x dW N � W Y J Q L O LL w .a a > w m o N R z ak O � U � W v~i C z = o U T z c a O t: x J m a O Y W m > Y M o O O w LL O LL O W ~ a a Y L) o U O O w a � o C14 tq LO nti�M Np z ti of vi v �M OMO J N to N O N N M U) ui M O M M (O 0) CD Q O N- N U) a °w •- N li) M O O) °z 4.4 w r x w w t0 O O t0 co N t0 N f0 O Q et O t0 t0 N O O�< O J J K N _ a (O h O t0 M< t0 O F Or a 0 Z� N S ai QmIQmU W Q O o 0 0 1fl N 10 In O S U F o O U F- > 5 0 z a 0 U ty O W O J a W � U � N � O a O m d m U F J E r w a J U cc > cn 0 z o w < a z o w x O m O' C7 F- 0 m E y y to to m W w a O U E r y r tv T to y v E v E ¢ = W Z O 0 z z > o W 0 0 z oa LD. "a j w x w a a w r w 'L w w a E E m m a a a m o m T) w m == O a p d Y Z O O y C. 7 7 m J 7 Q O m LL LL O O _� a a a a y F- y r J U) H F O 1 0 0 a o O Z O O O O O 0 0 0 O O� a z F H o 0 0 0 y j y r y z N N K 0 O 0 1D 0 O O O O O O 0 O 0 O 0 O 0 O 0 O 0 O ] U O) n N t0 N < N O t0 t6 O O to w r 0 t0 0 to C) t0 ui J a ZD U O CD V' Q N M M N W o a y a z w l0 w O Z x w = O O X w lT M M O N O 'Din t� O O 00 n 0 O O< O tM m 0 t0 0 O Op 0 O 0 O 0 O 0 N 0 O Q O O N O tq O O r< In t0 O O t0 O m 6 6 6 tU M M O N t0 w N N N C1 O w N Y r 0 O 0 O a Vi df V N V N N Vi l0 Vi N t0 t0 N V! « Vi Vf Oy or Vf V) V! V! V! df % Vi V) 6% Vi V) V) V) O F Z tD In Y J y O 0 O N to O t0 o O O O O N O N O l0 O N O O O N O m y o o v w v v v v to o o o 0 1c, o z o o S S ui to Q Q J z Q Q � Q LU EE LU W Q z r z W y w W E 2 rc z_ 2 ` ` o a 7 w z CL a W > y O � W z J U V y C N N z W O r y W L L m w �L UQQ w lY L Y L t0 J N t0 V y i �'V 'O 1 v co V � F O M w w O a LLJ x C ` E LO V O O N a M O a) I C W ? w J LLL I'- w .a a > w m � H R C C W z O H U H in z O U z F 0 a 0 w W 2 Y m Q w O w a Y O m cD N 0 . m O O�O CO V — tflcON z Di M o m eo ao O O tp c0 a0 Cl) O O) N 0 N m � c. Q) v N CC) N OOf a) C3 a N N N w o z w x w fD O O (D 'D N w N W O 4 `0 0 CD (O N O O )D V 0 O �D �D f� O )D N M �T fD } FQ- O O Q O m UC/) m p m x Q m.Q U) W 00 h 10 M U) M N 0o N voi M O 2 � M H 0 O Q O J z O a LL U Y w i9 O w O LC F- w 2i U @ fA N O w O U w �Q m O~ U E w J U w J V) z o¢ z w F. K a z > w O m o ~ we. 11 m E E d mm E E ¢ (n O J w r c>> m m w u r = w w 0 O O m > y m v d U 2 X O` o 'a a m g z w W Q Q D a F F c7n w w w a E E m a a a n " m0 > W it cr Y LL z `o m m m F >> Q m o` LL LL n>>>? O O a a a a r°7- 0 < m f- O 0 0 2 a e e e o 0 0 ^ N N 2 O O) OI O O O I K a r z O O O F N ' N Z h p) r O O O O O) (D O O ul I- O O O N M O) N )l O O O O O Ln O O Z z T O tD O r T O O N J z O O N N N u O Q O W a N 0 Q o W Q w m w 0 z W Z O X w )- n O p N o "Cl O O o C o o m O a M r� O v) o 0 C O 0 O 0 O 0 N G N O O C, O O N O w O O w m M O) lD o O o O o <D O O O ao aO DI O aD M M 0 �.. O )D aD O of N N O o 6 ui Y O F Q M V) < .» N w K .» w US w N w O vi V) )D w 19 N �, Y] w to ds N w N Vi �, I% vs 0 V ?� Y z 0 0 0 0 0 0 O o 0 0 0 0 0 0 0 y LL) l0 )D N lD 10 10 10 LD 10 lD � lA w M M M M M M tM M M M M M M m F 0 0 z p a J Q z Q cr.) J Q W E F- W Q a Z Z LJ 1 w z W o` E o a z w `v d m > m m m z J U J aC v K w u' d w ai m z W O O 0 L l9 O L LL� Q D _ N 01 'O 4l L Yj 01 L Y V t9 O J N V l7 Y > (J d O F Z L O N ` n N a N r N L U) V L co O 0 N O_ n u0i J E L J X V E w N w O C E N C a m m a0 d= 3 3 0 2 R o U 12 _ g `m n c 0 U Y u 0 a o a an d o 2 _t 4) n ED 3 N H Z 3 0 U N N N w O L J O '� O '� Q O L >. F- O N X U) x l0 M O l0 tV N N t t O V y _ Q U L v v mn .D tO m m Q U U U 0 2 V – E F `G cn U (n H U H F- O Z O] N METROPOLITAN CONSTRUCTION 8614 Troy St. Phone (619) 741 5643 Fax (619) 741 -5658 REQUEST FOR INFORMATION # 11 Project Name: Encinitas Boulevard Trunk Sewer Reo'_acemer.t C.I.P. No.: Contractor: Contract No.: Drawina Ref: Soec. Ref: Needed Response By: CEEOIJ WIP No.: Metropolitan Construction c -2 ASAP Question: While potholing the 16 inch water line at Saxony, we discovered the sewer main appears to be concrete encased. It is necessary to open excavate this area to verify the encased area, acid to assure the hammer will not damage the water line by deflecting a segment of concrete. The hammer will follow the path of least resistance, and in some cases can travel over the encasement. The proposed excavation work may be compensated at the open trench price. In addition, if it is necessary to remove the encasement around the sewer main, MC will perform on time and material per the contract. Please advise if this is acceptable so we may proceed. By: Date: February 28, 2005 Originator =s Signature Reply /Solution Proceed with removal of the concrete encasement and commence with pipe bursting. Proceed with concrete removal on a Time and Materials basis. T &M tickets shall be signed by the resident inspector at the conclusion of the _ shift. Date: 2/28/05 By: -D Sean Manning`= Design Consultant =s Signature This document is informational only. The above reply is intended as a clarification only and does not constitute a basis for change in contract price or time. If you do not concur do not proceed and notify the Construction Manager immediately. Forwarded By: Date: Contracts Manager =s Signature h: �centraPJrbrary%fomrs ,00:7- p6 February 28, 2005 Date: City of Encinitas/ Richard Brandy o: and Assoc. Attn.: Kipp Hefner, Sear, Manning From: Jose Ortiz Subject: Conflict Project Name: Encinitas Boulevard Trunk Sewer Reo'_acemer.t C.I.P. No.: Contractor: Contract No.: Drawina Ref: Soec. Ref: Needed Response By: CEEOIJ WIP No.: Metropolitan Construction c -2 ASAP Question: While potholing the 16 inch water line at Saxony, we discovered the sewer main appears to be concrete encased. It is necessary to open excavate this area to verify the encased area, acid to assure the hammer will not damage the water line by deflecting a segment of concrete. The hammer will follow the path of least resistance, and in some cases can travel over the encasement. The proposed excavation work may be compensated at the open trench price. In addition, if it is necessary to remove the encasement around the sewer main, MC will perform on time and material per the contract. Please advise if this is acceptable so we may proceed. By: Date: February 28, 2005 Originator =s Signature Reply /Solution Proceed with removal of the concrete encasement and commence with pipe bursting. Proceed with concrete removal on a Time and Materials basis. T &M tickets shall be signed by the resident inspector at the conclusion of the _ shift. Date: 2/28/05 By: -D Sean Manning`= Design Consultant =s Signature This document is informational only. The above reply is intended as a clarification only and does not constitute a basis for change in contract price or time. If you do not concur do not proceed and notify the Construction Manager immediately. Forwarded By: Date: Contracts Manager =s Signature h: �centraPJrbrary%fomrs ,00:7- p6 F- O IL Of LO 0 0 N O n W Y C d ID V O M N Q M M CD 3x CD W CO } w J w a 0 i OLL w LL > w F- m O N w C �U C W zm 9 O a f� z C O w F LL U F- 7 � LL Z w O m U LL Z O F J O O `4 d p m Q 3 m w w > Y M 0! O O w 0 � p O z LL O w a. a - Y 'If U ?O LU LU > 0 M' :, '(D m -n -a f� r- C) CD fir O)0 O-. cV 0 'N M M OpO co Vim' N O in'. a w CN C�- - to N. z w r x w w D O O. (O c0 'N t0 N t0 O V O (O N O O 10 V O J J co O In �. Ln rf- h N O .r N. V N N CI CO V' f0 Q Q } F O 0 O o �o two 2 Qmam� to co w (O 0 x 0 z O O c~i < � m O -1 z a LL O U " O w O O m w O V' F w F U a. m E (n w 0 J 0 U< > 0 w = 0 O Z m O O' m m m -w ~ J `m 2 4) W E E E E 2 a m > O w z z w w❑ 0 0 > p > O a n '.y > O D w W W < Q O a a F F F W F- LL w w a E E o C) 'm a a a a y y 0 w Er X Y LL Z ry c> u w O 0 a a a s .N COi � 0 O O a o e e o 0 0 O Z O O r a 0 0 0 0 �I a z O Z Z H D w J F- F- - y C> O U) -0 O - O O 0 O O. O O O 1- (D O `S O N O O O' O -O m O y F- O p� m 6 O1O m O 0 m O O O N N M R2 j O fD 0 a W N ' U ¢ y } 0 a W w W, I� O� m w c z C> f7 O .O 00 N O _N -.,D 1� O LO O rn O R fh m D In O O 0 O. O- O o _W O O o O O O. O N O N- O O w a o In -o cR OD O O O 19 aD f7 69 M N o '- O to m O v� N N N O 0 O - 1n Y w� V O O O K N. M to In 1A O al M N : dl t9 19 w W. VY Vf M t9 to 1A YO F O O tD O) Y � 0 O D 0 o 0 0 0' 0 o 0 o 0 O o o O 0 o 0 0 0 0 0 0 a m to to to co to v co co (o F 00 > J Q. J Q z Q W J Q W w H W Q Q > H ►- Z' w w - W m w w W E y rc a 0 d a_ W z w to W N a N A w 0 W L m N U Q Z O W LL F y U N N O m U J; N > F- O N co L (n U. y L �' N 7. y L Y Y U 0-' O m N U ` F. d na 0 3 L:. .y-. m o. -3 2. F, °0 0 U (n O m L. a E? v a o uJi . (Ln '� y d a o E ;? o n > m_1 f= o m U a. F- a 0 _U Y o 0 p d O Q Q (� (D' 3 y d y ..m m' (D 3 d p LO m N n N: N. h `� m O. L. J y O U y. C O L V F- d N V �- N O w N X (/7 N 'O •• X U y T m N Cl N L > O = V C N in(D OD QI _� Q (0 U 10 U O U 2' (0 U _ E ~ (n y (n 'tA (n y f'-• in o a O o O O 2 N V"' O N (") V N O N N N th N N t0 N M F- O a w cc C C N Cl) Z CC G J N 0 E p E H C 0) o � E r a w d m � v H o v O o ° O = cq E O > m u J m E m d i. m m b W ��oo co N Y m� J c a r r R' Z m m E E m io a a a a v s m w m d `w E E E E E m LL LL o o a a a a } Y L U LL O Y U N w N acor F- F- Q m O 0 z 0 f") 0 m o (7 N E N LU � 3 d E d E F w N O O F wcai> m N 0°D m ` � 2 N O .O o y Q m F O ° t(i 06 Cii lIi ¢ w O Q L 7 W ° O x LLLL - M. a X w O z 3 X ci W N O N O. O O ° N O A �^,� 7 o C', O nl r O a w m 0 O m O o Of V r7 10 > d d ¢ N c °n `o v o `�° ° m m ai o m of N V ( N K 4'l f9 19 Xt 69 tl9 M 0 M Vi tl9 Vi i E v NCO LO v v n n o loo a0 MILM Z F g a aLO 7 U Cm v wi iUn o o° w N O V) F- m p � 0 V y N o 0 0 t0 z ° CL Q C) 0 z M M w x x w N _G w LL w w LU N o z ° o m W m O 0 O 0 m c0 f0 t0 N N O (O N m O Vf � 0 p m 0 m z w 0 ° m ~ m W J cn,F O O O a o e O O101c O O I p p z Z Z Z J O O I F- O N CI N Z Q O O F F N J m ¢ J m � � U W 0 . ¢ v N m W 0 W W o O X W O t9 O F � cO W z Y o uoi m y Q N 0 Q mg m m U c O m c W 0 q N 0 to Q 0 o N to Q j Lo In N n f9l OlO Iw IN ui N CC G J N 0 E p E H � E r a w d m � v H o v O o ° O = E E E E O > m u J m E m d i. m m b W > > o m 'o m O O B n m m 'a o Y m� J c a r r R' Z m m E E m io a a a a v s m w m d `w E E E E E m LL LL o o a a a a } Y L U LL O Y U N w N N N N l7 F- F- Q m O 0 z ON . CD 0 m o � E N LU � 3 d E d E F w N O O F wcai> m N 0°D m ` po 2 N O .O o y Q m F O ° co a o O Q L 7 W ° O x LLLL - M. a X w O z 3 X ci W N O N O. O O ° N O A �^,� 7 o C', O nl r O a w m 0 O m O o Of V r7 10 > d d ¢ N c °n `o v o `�° ° m m ai o m of N V ( K 4'l f9 19 Xt 69 tl9 M 0 M Vi tl9 Vi i E D C Y v v n n o loo W j F g a aLO 7 U Cm v wi iUn o o° w N O V) F- m p � 0 V y N o 0 0 t0 z ° CL Q C) 0 z F- N _G w LL w w LU N o z ° o m m U � CIE w� o m 0 m z w 0 ° m ~ m W J f9l OlO Iw IN ui N J O X CC G y p E H � U a w d o v m v o v O O = m > m u J m a w m g m 0 W m� J oa m m Z O v s m Z Q a } Y L U LL O Y U N U W N > F- w m O O ON . 0 m o � � N LU � 3 d E E F w cw n O F wcai> v2 F- _ po m o � a O O .O o y U m F O ° co O IL d a ° O x W O z o W Q F- a w > d d w ( = 0 Z o U D C Y v v n n o loo W j F g a 7 U Cm v ¢ ° N O w 01- V w W o 0 0 ° CL Q 0 z N w LL w w ° m CIE w� o m 0 a= w 0 ° m J cn,F O O O a o e O O101c O O I p p z Z Z Z O O I F- O N CI N Z O O O 1•• rn N J m ¢ J m � � U W 0 . ¢ v N m W 0 W W o O X W t9 O F � cO W z Y o uoi Q N 0 0 Z 0 0 r- Q z Q J O X CC G y p E H a w d v m v o v O = m > m u J o` H w m g m 0 W m� X m w o oa m m Z v s m } Y L U L N J N U W N > F- m O ON . 0 m o d .. W LL E d E E F a cw n O v2 F- _ po m o � a O O .O o y O O ° co O IL d a x W N a C > d d ( U D C Y v v n n o loo Q U U O 7 U Cm v ° 01- O O W N C O O N O . N ° CL Q N W F Q F- z W I� z w m W rc w 0 a 0 U w Z U z w w w d' Cam\ QI Date: To: Attn: From: Subject: METROPOLITAN CONSTRUCTION 8614 Troy St. Phone (619) 741 5643 Fax (619) 741 -5658 REQUEST FOR INFORMATION #k May 3, 2005 Kipp Hefner, Sean Manning Encinitas/ R.F.B. and Assoc. Jose Ortiz Conflict with existing utilit 12 Project Name: Encinitas Boulevard Trunk Sewer Replacement C.I.P. No.: CEE01D WIP No.: Contractor: Metropolitan Construction Contract No.: Drawing Ref: C -1 Spec. Ref: Needed ASAP Response By: Encinitas Blvd Trunk Sewer Question: Approximately 3 or 4 weeks back, Mark from San Deguito Water brought to my attention a reclaimed water line on Saxony which is at approximately 12 +65. We contacted their mark out person that evening (Mr. Carr), and he mentioned his as -built drawings show the line at 42" of cover. Last night we decided to excavate the soil underneath it to provide relief from the impact force generated by the hammer. To our surprise, the bottom of the reclaimed water line is 6" above the sewer line. Substantially deeper than Mr. Carr indicated. Second, we need to handle this just like Saxony, by over excavating so the hammer travels underneath the obstruction, and then readjust the pipe with gravel. This work is outside the scope, and adjustments are necessary. Please advise on solution? By. Date: May 3, 2005 Originator's Signature Reply /Solution Date: ENGINEER IS IN AGREEMENT WITH THE PROPOSED SOLUTION. CONTRACTOR TO DOCUMENT WORK THAT IS CONSIDERED OUT OF SCOPE ON T & M TICKETS. SIGNED T & M TICKETS AND CHANGE ORDER REQUEST WILL BE REVIEWED BY THE CONSTUCTION MANAGER FOR MERIT. By: Design Consultant's Signature Forwarded Bv: hAcentrahlibrar forms \0027.wp6 F- r d' O a w x 0 0 N O Cl) C, 0 O n W Y _ w = O d O ti O � ?N NNQ � If. co co ` O 3x m w y >' w =ate ` 0 O w .a a W r m � N R dr _ W o O y m a m O J z w LL. O y J O W O Q w O @ U) o W Q F m E w w U m r U O E C Oc ¢ w o J v t z jr > > o = H O d It O c w w O 0 Q E Eww E E E y> ~ -i w m d v A d a r = z o z z O 0 a a m a10i 0 O (wj a O O z c c w v1 d a H H D W w w Q Q O m m p O y N N N w =; fn r J w W W d E E m m a a a a N w = 2 7 F O w E E E E E E O cn > w� y z D o n n > >? 7 y v m m Q S w w m O LL LL O O a a av a r r y 0 0 0 a m F F F F- 0 0 o 0 o e c 0 0 0 0 0 o olol ° 0 a � of �I F o o u1 o 0 0 0 o O o 0 0 0 0 o r w o m o m O R f` O 1n O O O t0 O N 0 0 0 0 0 y F p w 0 W D O O n M O 01 0 m O N In N j O N V N O n m m O N N O O O c0 m 7 O W N m 1� Q O O to < Q N U n 0 W Q N 0 W W m o X W W W O X p W W f� 01 O O N O .7 O O U] O o O p 0 p 0 0 O1 p p F- F OI O O N r O O r O O O O O p 0 0 0 0 O O p o p Y q O m m Q N d l0 < O ci O fh 0 0 1t) m N ill O 0 0 N 0 0 Of ^ O) 111 O O T m 0 O m m 01 m th 19 m t0 N 0 1y 1n yi N LO m N m N O O O N N /9 b9 69 /A fA 64 tl9 19 4i 0 0 O O O In O O O 10 0 m l0 1n N t/) 10 N m 117 N N N N 7 0 m In O o 0 p 0 p > 2 0 O7 u O N O Q> a z z Q N cl O 00'1 N O O O a0 W OJ V 'O V O 7< Q N m N N N m V m > m co d OO I� I� CO r'- M O Lo O V' tC> O c M 0 m 0 m N d N co � 0 Wo x W N M O r (O C7 CO cc W H x W LL u c v �e o r vi w m 0 0 w N ID N c0 O X m V L 1n Y w .� V a J w N 7 U d Y V > (D r d Q R O m l0 N O O N sr O J r°. n a N o, 3 w L m o 3 o o U O d O O O o � •t f0 1f f� R 1n N cLi c a m -1 E L J x m vyi rn U> U C z 3 Q t Q a E 7 � 7 n m o m l(o U m y cn m y 0 w 0 m w` a 0 u m _ a 3' ° N° 0 m w O y > a> a- < m r O a' 0 GD N m m m° a E x� = h U O m N w N N N b w 0 U w r w r w _ f. O C y O C > Q O m m (") F- x:. m v X N m m O w QmQmU m L m m p mGo w °o °o Ln °o In °o 10 (n U a w `m vv n v n m Q U U U 2 U O E U U n N n a r o O y m a m O J z w LL. O y J O W O Q w O @ U) o W Q F m E w w U m r U O E C Oc ¢ w o J v t z jr > > o = H O d It O c w w O 0 Q E Eww E E E y> ~ -i w m d v A d a r = z o z z O 0 a a m a10i 0 O (wj a O O z c c w v1 d a H H D W w w Q Q O m m p O y N N N w =; fn r J w W W d E E m m a a a a N w = 2 7 F O w E E E E E E O cn > w� y z D o n n > >? 7 y v m m Q S w w m O LL LL O O a a av a r r y 0 0 0 a m F F F F- 0 0 o 0 o e c 0 0 0 0 0 o olol ° 0 a � of �I F o o u1 o 0 0 0 o O o 0 0 0 0 o r w o m o m O R f` O 1n O O O t0 O N 0 0 0 0 0 y F p w 0 W D O O n M O 01 0 m O N In N j O N V N O n m m O N N O O O c0 m 7 O W N m 1� Q O O to < Q N U n 0 W Q N 0 W W m o X W W W O X p W W f� 01 O O N O .7 O O U] O o O p 0 p 0 0 O1 p p F- F OI O O N r O O r O O O O O p 0 0 0 0 O O p o p Y q O m m Q N d l0 < O ci O fh 0 0 1t) m N ill O 0 0 N 0 0 Of ^ O) 111 O O T m 0 O m m 01 m th 19 m t0 N 0 1y 1n yi N LO m N m N O O O N N /9 b9 69 /A fA 64 tl9 19 4i 0 0 O O O In O O O 10 0 m l0 1n N t/) 10 N m 117 N N N N 7 0 m In O o 0 p 0 p > 2 0 O7 u O N O Q> a z z Q w a z z w 0 a w 0 0 a� z z 0 U ac w z w Z N K Lull O LL C w d m > m d z O 0 m 0 m H n d wm x W r m o LL u c v �e o r OZ rn c LL X m V L 1n Y w .� V a J w N 7 U d Y V > (D r d _ 70 O. n 7 C co p c w m O J u m J r°. n a N o, 3 w L m o 3 o o U O d O O O o m c? n w E cLi c 3 0 m -1 E L J x m vyi rn U> U C z 3 m t m ~ a E 7 o m 7 n m o m m o U m y cn m y 0 w 0 m w` a 0 u m _ a 3' ° N° 0 m w O y > a> a- U m a' GD N m m m° a E x� = h U O m N w N N N b w 0 U w r w m w _ L O C y O C > Q O m m (") F- x:. m v X m m O w T m L m On (n U a w `m vv n v n m Q U U U 2 U O E U U n N n a r z o¢ w O 4t O O W X z N - N V r N f7 s{ .- N O '. d N ry w a z z w 0 a w 0 0 a� z z 0 U ac w z w Z N K V qtional aterw3rks Escondido CA Branch - 173 665 Opper Street Escondido CA 92029 760/781 -5335 Branch Account Salesperson Date Invoice Number 173 134139 JOE PROCTER =Invoice /05 2143706 METROPOLITAN CONSTRUCTION PO BOX 477 11/088 BONITA CA 91908 0477 01588 Remit to: onal W010E LOSEANGELES Waterworks, Inc. 90074 3149 Shipped to: otal Amount Due ENCINITAS TRUNK SEWER REPLCMT ENCINITAS BLVD 282.58 (VARIOUS LOCATIONS) ENCINITAS, CA CUSTOMER JOB- 515 ENCNTS SWR REPL .eturn Top Portion With Payment For Paster Credit to Ordered Date Shipped Customer PO No. Job Name 3/01/05 3/01/05 515 Job No. ENCNTS SWR REPL 515 roduct Code Description Quantity F( )83520 8X20' 8DR35 PVC SWR PIPE (G) 40 18CCLCI 02 -88 8X8 CPLG CL X CI /PVC 4 P -9GG 8X8 PVC SDR35 SWR WYE GXG 1 8-.,8 8 PVC SDR35 SWR 45 BEND GXS 1 8W06GG 8X6 PVC SDR35 SWR WYE GXG 1 54GS 6 PVC SDR35 SWR 45 BEND GXS 1 ?LQ I 1 QT LUBE F /WATER /SEWER PIPE I 1 Freight I Delivery FHandlingj Restock THANK YOU FOR YOUR ORDER VISIT WWW.NATIONALWATERWORKS.COM _ - -- FOR INVOICING BY EMAIL AND OTHER SERVICES OFFERED BY NATIONAL WATERWORKS, INC. NW - Escondido CA Branch - 173 665 Opper Street Escondido CA 92029 "Local Service, Nationwide" www. nationalwaterworks. com Thank You For The Opportunity To Serve You. We appreciate your prompt pa yment. ill of Lading Shipped Via Order Number OUR TRUCK 2143706 itity I F�sd I Ordered Price Per Amnfint 40 2.73000 FT 1)9.20 4 12.98000 EA 51.92 1 45.15000 EA 45.15 1 22.59000 EA 22.59 1 25.90000 EA 25.90 1 7.49000 EA 7.49 1 N/C EA Terms Subtotal NET 30 262.25 Misc Tax Invoice Total 20.33 282.58 Please pay this amount S j. j Page: 1 Invoice: 2143706. �J O F- O a w ct a O a w Q' Y Q' O w � O d Lo 0. V O � O N_ Lo O dW N > w Y J 2 3 p O LL L F- w CL > W W � N R a+ C C W O a z O F- U D Cn z O U z Q F zi O a- 0 F- LU m ❑ w 2 cr O LL Ir w Y O 3 LL LL a o x U o 3 to m x v 2 Y tl O z 0 a U o � I w N tD U' C� O In CO CO Q1 o v n M w O a i r O a w H m O IL W Y W ^ .+ < C o 4) E V O N CL co CD r M L O 4) H 4> W N } W y J g 0 0 O L LL f w a a w h m p N m Z O C � W to LL Z Of O U p Q o F- J > O m CL O c W = > Y m 0 p W LL X O O oz LL w F W a a U O O w CL 0 y r N O) O N m n N? m ° m o m V m t°D m M C7 cli ri 0 0 0 w rn J o O o 0 o m H 0 w Z N N J X 0 W m O < W y W 0 z w r x w N u N< o w p O O O 60 0 0 N w m Q O 0 O 0 f0 m m t0 N N O m O N m 0 UI p O N (n .a d L OI N 3 L 7 V1 N 3 In n v W m > R E c ° ° E r - W ° G 0 n m L 2 a E d °. n� a r- 2 m a m U m m U` Y u 0 n° m` a rn ° a a 0 x w m m p= m` !O 3 E m N a `m v 3 °-' o m a m U Y Z °o Cl U N n C y a o° EN y C N o° t° N x o° 2 M O J E > O O E E d m E E E R W N > > W d N O O n n m 0 E E EEmEmEEE N N O O p n 7 J 7 J LL LL O O d LL 0 a ° W O x w a r o D Q z 'a'11111112 M'.; N fl- 'NV ^ Q r 0 r m Z 0 o 0 N o o^ o o M o 00 N? m ° m m m Ol O Q Yq9 N V N en t°D m M C7 K w vi v� ri vi 0 0 w rn J o O o 0 o m H Z a r o D Q z 'a'11111112 M'.; N fl- 'NV ^ Q r 0 r m Z p f N F O tl/ 2 U < .o a D m J J U 0 W Q o m H Z N N J X W W m O < W y W 0 W 00 ry y N u N< o w p O O O 60 0 0 N 6 N O N r Y N N » w vi ws '3� 8) a r o D Q z 'a'11111112 M'.; N fl- 'NV ^ Q r 0 r m Z p E n F O O U < .o m J J N > O 10 o m H Z N J X W O Y < W y W N o v Y O W 00 ry y N u N< 3 t0 L U L N J N N V � Y w 0) N y O UJ ` l9 J U T r N (n .a d L OI N 3 L 7 V1 N 3 Y Y (n ` V 7 O O N O Y � = E c ° ° E r - W ° m° O ~ n m L 2 a E d °. n� a r- 2 m a m U m m U` Y u 0 n° m` a rn ° a a o w m m p= m` !O 3 E m N a `m v 3 °-' o m a m U Y Z t n. 2 UI X U N n C y L -� p V y C < O U H t° N x w w a M O N �. 10 L N N C1 >i O C 10 V ` .•-T- v in io m .0 < U U U 2 U .m E F 2 U) y m 'i5 m w a r o D Q z 'a'11111112 M'.; N fl- 'NV ^ Q r 0 r m Z w F O O U < m m J O Z iy O O Y < H w W @ N En O 0 w 0) W < Q U 0 ? Z ° Z � = cr a z W .0 O ~ m° � O i CD 0 w m = W w p z z w O O U Y Z X W p p Z n F LL w w a J J N> W W W Ic LL Z ti U O m O O i m a e s o 0 o e 0 0 0 0 0 0l °0 0 Y d' O Z Q I~ Z w a O w LL. O O U a z z W W a X 0 0 Q 0 O V W W z W ° K Z w # F- Q' O IL w m 0 0 N O M O w v O 0 p (R V 't V N 2 v o 0 0 m v to N N - ry X04 c0 aDMNn a < co R (O CO t0 OD a C) 0) O R I w° 0 7 C co z° N a X W iii W tD O O (O f0 N (O N i0 O < O f0 fD N p 0 u7 p p R 1) N 7 fD J J 0 x o O p .I o °n > p w O° o o QmQm(> W O D v v vi ro v 2 I O Z a e @ UO a Q w O � o LU U F- LU 0 ¢ o¢ Q X H m O Z 41 t2 E w i- maw 0 d E °E E E W N B. W V Q m w p m m m m c 0 U) 0 n V U Y c c 1 ` a a F- F- Z X _w 0 0 z m m � E m m a .c a s '^ N F- w w w d m m¢ x w w O O a a a a F w m < N O~ 0>< °0 N d ~ z d ¢ e o e a o 0 o p � 0 0 0 0 p n v, o v o 0 0 o m m [V 007 M N 0 0 O N O O O O O y H 00 N 0 0 O O O nj O 0 O C. m G 0 0 N N] 0 ^ N Q 0 N (h N R 4 n N O LL z H O Qi W W > 0 F X 3 X n m w ' o x CI W w d F R 0I lA O ° ° O O � f`7 �1 0 O O O tm N O p 00 N O O Y J J Q en ds v N O V° 0 0 Of O m 7 M ° O N O O O N O f p H O N O N W tNA ° LQ V Vi e9 v) w fA tlf � O O� Q1 O ~ d �' v °0 0 00 0 0 0 0 0 0 0 z N Y w o v v v v v v o c o 0 0 o a O m a zz Z w 0 E J Q Z) O W Q L!1 O a W 2 c U Q Z a > F x Z 1- m J l!J Z w w uj a d a o w 0 O> m > m E m /may m o m ¢ w W x c W :�.� a W Q ¢ w O OO) D7 ll.l 0 } d' N m L U L J N U C C (L Q a O� O O ZK LL o y c n E E n y � E t x m n o 0 U U U U o O v L a E rn D m a m m m U) U) o m a E 3% °° m U U O O Z F- m °' F- a o U Y a 3 x w y >> LL y m °� D L L mi m ro m m m m° a to a o o o O �c j 0. d U O u a m m m y u, `° 3 0 `� c� w �n 3 t o E c x x ,( W ~ m O N X f/7 N W X U) U N ^ c y m O L J O C a O U F- d d o` o cm c m CL U o. v n n v m v m 0 # o U Z Q LU OZ N �- .- N Q .-- O N th V O N O N lD N F ,tional aterwrk,5 r'NWW - Escondido CA Branch - 173 665 Opper Street Escondido CA 92029 760/781 -5335 Branch Account Salesperson Invoice Date Invoice Numbe 173 134139 JOE PROCTER 3/03/05 2143706 METROPOLITAN CONSTRUCTION 11 /oes PO BOX 477 BONITA CA 91908 0477 01588 Remit to: National W010E LOSE ANGELES, te�orks, Inc. 90074 3149 Shipped to: otal Amount Due ENCINITAS TRUNK SEWER REPLCMT 282.58 ENCINITAS BLVD (VARIOUS LOCATIONS) ENCINITAS, CA CUSTOMER JOB- 515 ENCNTS SWR REPL Return Top Portion With Payment For Faster Credit Thank You For The opportunity To Serve You. Date Ordered Date Shipped Customer We appreciate your prompt pa3,ment. PO No. Job Name lob No. 3/01 /01/05 3 / 01 / 0 5 Bill of Lading Shipped Via Order Number 515 ENCNTS SWR REPL 515 Product Code OUR TRUCK 2143706 D escription Quantity QQuantity Back- Ordered Shi ped Ordered Price Per Amount D4083520 8X20' SDR35 PVC SWR PIPE (G) 40 2808CCLCI 02 -88 8X8 CPLG CL X CI /PVC 40 2.73000 FT 109.20 4 "08WOSGG 8X8 PVC SDR35 SWR WYE GXG 4 12.98000 EA 1.92 1 J84GS 8 PVC SDR35 SWR 45 BEND GXS 1 45.15000 EA 45.15 1 2708W06GG 8X6 PVC SDR35 SWR WYE GXG 1 22.59000 EA 22.59 1 27064GS 6 PVC SDR35 SWR 45 BEND GXS 1 25.90000 EA 25.90 1 29APLQ 1 QT LUBE F /WATER /SEWER PIPE 1 7.49000 EA 7.49 1 1 N/C EA Terms Subtotal Freight Delivery Handling Restock NET 30 262.25 Misc Tax Invoice Total 20.33 282.58 THANK YOU FOR YOUR ORDER VISIT EMAIL _ FOR INVOICING By AND OTHER SERVICES OFFERED BY NATIONAL Please pay this amount ��.■ WATERWORKS, INC. NWW - Escondido CA Branch - 173 665 Opper Street Escondido CA 92029 00631 `Local Service, Nationwide" Page: 1 www.nationalwaterworks.com Invoice: 2143706 =TRENCi P LATE RENTAL COQ Billing Address: Project Info: ESCONDIDO 13217 LAURELDALE AVE DOWNEY, CA. 90242 Dispatch Inquiry:800- 350 -7528 Billing Inquiry: 888 - 833 -3777 Invoice INVOICE NUMBER: 12- 04212 -04 INVOICE DATE: 11/11/04 METROPOLITAN CONSTRUCTION Project Name: P10 Number: SHOP ACCOUNTS PAYABLE Ordered By JOSE ORTIZ Job #: SHOP P.O. BOX 477 Phone: 619 - 741 -5643 JS Contact: JOSE ORTIZ BONITA CA 91902 Job Clt : SPRING VALLEY CA Job Site phone: 619 -741 -5643 Office Phone: Map P : UPS Pager /cell: 619 - 921 -2003 ust ID #: 137700 [Lob Site Location: METROPOLITAN YARD ON TROY Delivery Instructions._ Start Rent Date : 11/10/04 Rental Contract Number: ESCO2683 -04 Status Qty Item Description and Rate From Date Thru Rate Each Date Rate Extended Sold 1 6 -10 Back / Blocking Plug / Multi Plug - 600 231.20 231.20 $846.83 EACH: 231.20 Sold 1 8 -12 Back / Blocking Plug / Multi Plug - 600 325.55 325.55 EACH: 325.55 Sold 2 20 ft Safety Inflation Rope Hose 107.10 214.20 EACH: 107.10 Labor: Qty Reg. Rate OT Rate DT Rate Reg OT DT Item Subtotal 1 UPS / Mailing Charge 16.12 1.00 16.12 TERMS: C.O.D. Accounts, Deposit Estimate Due Upon Delivery. Credit Accounts are due and payable net 30 days from invoice date. This invoice is subject to additional terms and conditions printed on the reverse side hereof, limiting the seller's warranty, obligations and excluding liability for consequential damages. Contract #ESCO2683 -04 Customer: METROPOLITAN CONSTRUCTION Page I of I Invoice Summary: Rental: Sales: $770.9 Others: $16.12 Tax: $59.7 Total: $846.83 Contract #ESCO2683 -04 Customer: METROPOLITAN CONSTRUCTION Page I of I Date To: METROPOLITAN CONSTRUCTION 8614 Troy St. Phone (619) 741 5643 Fax (619) 741 -5658 REQUEST FOR INFORMATION # 13 May 3, 2005 Kipp Hefner, Sean Manning Attn: From: Alberto Larios Subject: Manhole No. 6 Project Name: Encinitas Boulevard Trunk Sewer Replacement C.I.P. No.: CEE01D WIP No.: Contractor: Metropolitan Construction Contract No.: Drawing Ref: Spec. Ref: Needed ASAP Response By: Question: Invert elevation of pipe changed due to bursting, and came up 4 inches at the current location of manhole no. 6. MC excavated all collapsed dirt into the RFI No. 11 area, but that still provided no relief. Lateral coming down off Saxony is impacted from this pipe adjustment resulting from the pipe bursting. In addition, a 2" gas line running east not shown in this area would be encroaching the new 5' manhole no. 6. by one foot. Please advise By: Date: May 3, 2005 Originator's Signature Reply /Solution Date: March 8, 2005 1. The lateral in Saxony should be excavated back to a point where a connection between the lateral and the new.12 -inch sewer can be made that maintains a minimum 2 percent slope in the lateral. 2. To avoid conflict between the 2" gas line and the manhole, the eccentric manhole cone should be rotated as directed by City field personnel. By: Michael Herrmann Design Consultant's Signature Forwarded By: Date: h: \centra 1\1ibrary\forms \0027. wp6 June 23, 2005 Jose Ortiz Metropolitan Construction P.O. Box 477 Bonita Ca. 91908 Re: Encinitas Trunk Sewer Replacement Change Order Request — T &M Ticket #27,28,29,30 Dear Mr. Ortiz: The work performed under these T &M items is not considered to be extra work. The City believes this work to be a part of the Contractor's bid items. The City rejects the costs incurred by the Contractor for T &M #27, 28, 29, and 30. If you have any questions concerning this matter please do not hesitate to contact me. Very truly yours, Sean Manning Construction Manager c: Kipp Hefner, Project Manager Encinitas. 003.201 File 9809 ✓l�i��� �°2r� /an. �� �c� ,2,d`O � �eia �Jie�g �2�e�erer¢- J�,29,2� / a'�6� 4�6' 0.00 • �2� ���P� 4SG' O.�O.S Z m C N O N N A N O C a J C) C7 C7 V1 N A A C) n O Z m C c o c m rii m vi n ^� m 0 N cm N uni' x m X °° v x O ° o a CO 7 m y m j m o m a n m i °� p m m Z C F; 3 C) n o `" 9' m o o° N c m �" 3 m ^� m -4 � D T 7 � D cn a a 0 cy m C n 7C n° m v N c �c 3 m m 0 T c— n m c m n d° ° ° c c m 0 cn cn d to o' 3 m a c � A c m m n m a f '$� f n x r S 3 r o to °� '° a 1° r r2 n m N' N m N m m O O a .2.. O d N£ f° 7 a [ m N °y N p C n cn O m D M m O x' m m N r n� N m m _ O O G O a n 0 m S z f ;, < N o d s� m ° - 0 o 0 x n c o Nm m z p, Or d Or m ; V A O 3 m a d m 3 m � �; C a m s m V ° z i z p 3 v' o c _ m d c m z -I $ G CL m D 3 c —I > N m m f c r- D ° U) r D = z c S z ° o a c p A N -+ N N - A m OO O O y S A N A O O O O 0 0 O O cc p 0 0 0 O 0 0 0 0 0 0 Z G H M 1A fA (A A N A M N C i t0 1 O H y 69 iA N N N (l� N A N O N O A O1 O tJ� tD A m N 0) Ln 69 m NN 0 W W 01 O W Om O O J O C O W W f0 N N OI O O N N m N O O O O N W A 1° O v p A N N O O v v m O O O O 0 0 O O � lT t° 0 0 0 0 0 W O O W O O O X d o m N m m m o ° £ m 3 ° O y N O m D m m tO N N W 0 3 n r m m m O� O t° O� O W O Z cn W m c [ O m O A C" O ao O m p O Z y O O 0 0 O T O N O O N O O O y O r p p = mm O d Z 2 N O O W N IO p 0 0 0 -1 T v O O T T O � m m c c c c c a a o 0 3 v O O i7 C m u3 N c c v c c c o+ d m m 0 m p D i << S D m m m m m m m p o m ID O O � m m m< cn 0 m m > O T 7C A m to S v v O o' Z -f C S S r -r cn < m m m � m am c° m 3 C] T m m C m N ai 0 m G z p o r a n Cpi 3 3 3 3 1D ° 3 3 , N 0 0 m m D tD Z m m r O< m z O O m O c_ O = ? m 3 r -Zi v -i m o° m m m ca C', 7-4 0 r O cn .Zl 4 0 ca r O m O .D p 71 O r < m w N O zz C') � N O A A C A A A O O O O N O c c �mc t5c nWY�D m p m C-131 O .{. O N A N A v U V1 v O j i O O 1 O A °+ O N O O N °t Of O A m 4 D O O O N m N OI r r X m D ° m O D 0 W IV J w z �I W W N N J co N o ;I JIJ O 07 A QD O d1 J Am AO a m CO LO w W CO O J A J 0, N O O Ln A m v O Z% N J Contractor's Daily Report ENT � -0ject: ENCINITAS BLVD TRUNK SEWER REPLACEM ENCINITAS BLVD ENCINITAS, CA Crew Company'.:, D. ate - METROPOLITAN CONSTRUCTION 12- Apr -05 P O BOX 477 Weather . start/finish 8:30pm /5:30am BONITA CA 91908 CPM.Tasks . Dally, Work Description::: Provide a brief description of daily work performed: of two additional laterals. ._. --;t en�.,�rntered and byp Attempted to pour mar rr 1— - Cancelled concrete pour at 12:30am. _c cn1 �nch Excavaiea a Held off of excavation til 10 m er Ral h- Caltrans Ins jtAanper artdE4utPment a of manpower, i.e. Carpenter, Electrician etc. The Qrovide a detailed list of manpower and equipment resources. The TraAde fi field refers to type .3sification field refers to qualifications, i.e. Fore an, Journeyman, yrnan, P Si nature 'it CLASSIFICATION JOSE ORTIZ 8.5 FOREMAN JOSE RODRIGUEZ 8.5 Pipelayer 8.5 PLUMBER: TRADESMAN SALVADOR NAVARETTI —z STRATWOOD PLUMBER: TRADESMAN 8.5 PLUMBER: PIPELAYER PLUMBER: TRADESMAN 7 5 TEAMSTER GP 3 PLUMBER: TRADESMAN PLUMBER: TRADESMAN 7.5 PLUMBER - TRADESMAN JA JULIAN MONTES MIGUEL S PILAR MIGUEL S PILAR MIGUEL PILAR JR ANTHONYFULWILDER HERMIS ALVARADO Page 1 of 1 Prolog Manager m " °m m cZi m A n °Z 0 .V m z M i D m �Illl:��a�am,l::iiiiii O O O O b r O O O p O O O O O e u e e p —I cn D o 3 0 00 ao (T Z m 0 5 D Co CO A N m -,z Z -TC C: C w N O O N A o ° O m C < Z m Z 0.0 N A N " (i1 n ? (7 f7 n D m ,G ° ^ N �n O .-. G x O� N x CO � x C O T (�] .Z1 O Z m .� N ° 7 OC" m N d^ O 4 0) 7"p O. " O J m° N N A m f Of O y N O Z O m' 3 n n o N m o° f O �° u c m 'o" r Y. m T ° c v a c �c v d m m m v° a O• " m m o n T m N m 0 o co N � c �c 0 3 m 3 v v m m o c co 0 m m 0 m m cmi 0 °' c°n i f 3 c�i °x r o 3 r o m cn N v -i N r? m O m r C. O O co c N O O C " m Q f7 InD — O 7 G '� O O. O. m F N O 7 01 p G m A cn m N m M N O 0 W M N N O 'O OO C O p `2 X cJ m m m O N 0 N N p m m Z p p a < 0 O p 0 v 0 3 v p CD 0 CL CL w o m m ° z O ° 3 Z .{ z �Illl:��a�am,l::iiiiii O O O O b r O O O p O O O O e u e e p —I cn D o 3 0 00 ao (T Z = D Co CO mz 0 p Am�c" m -,z Z -TC C: C _n m m o ° O m x Z n Z 0.0 N A o O z m = D c Z Z I (T C O p Z a O T o o m N r O n Da n p O O O O @ o 0 m -� `n r v 0 m p O m T� Z r O O co c C C � 10 N p Z l7 C O H N M N O m M N N O 'O OO O O p N X cJ O cn N O N 0 N N tD O O O O p p O p 0 0 0 p m rn o m z O m " v m m m C [ O m O A �Illl:��a�am,l::iiiiii O O O O b O O O p O O O O e u e e p —I cn D o 3 0 00 ao (T _= D Co CO mz 0 p Am�c" m -,z Z -TC C: C _n m m c O D D O m x Z n Z 0.0 N A o O z m = D c Z Z I (T < z y p Z O T o o m 3 n r O n Da n m O @ cmi 0 m -� `n r v 0 m p p A m T� Z r < <_ � co c z � 0]1D rI Ir O D f O ° Z 91 N m c C n y O m Z N m W ° v < = 3 c m CL > — N O m ..� 0 0 0 0 O O O W .1 O O O O O O O p O 0 y S = 0 D N N H N H D C r H N N O w 01 N Ql O A p O fAJI ty0 A m< r{ c GD O t0 O O O O W J N m 0 (J A fD O v p J A C. N O O X C w o o u, o ° m m (� V N o 0 N w C �% O O !D O mt tp 2 AD 9 m p O 3 z �'► o m N ICU C 2' C C O O Q m m ° m .Z% Q Q Q O' Q C. N N m m N W O O m m T ad�d��0 0 m m m 0 p p O m m c A A A a p A O " 00 O 00 O O O A D Ul -4 J ti O O NO u+ O N O) OOi 0 0 0 m OI N 01 X m 0 0 W J O W W OC OD N O w Z ol J A O A O ti O A O A rn I� O O N U1 m m v O Z) N W N W v N GNT ao (T m Ln m (T OD Oo A Np� O Co N A A O A A I (T N N f O ° Z 91 N m c C n y O m Z N m W ° v < = 3 c m CL > — N O m ..� 0 0 0 0 O O O W .1 O O O O O O O p O 0 y S = 0 D N N H N H D C r H N N O w 01 N Ql O A p O fAJI ty0 A m< r{ c GD O t0 O O O O W J N m 0 (J A fD O v p J A C. N O O X C w o o u, o ° m m (� V N o 0 N w C �% O O !D O mt tp 2 AD 9 m p O 3 z �'► o m N ICU C 2' C C O O Q m m ° m .Z% Q Q Q O' Q C. N N m m N W O O m m T ad�d��0 0 m m m 0 p p O m m c A A A a p A O " 00 O 00 O O O A D Ul -4 J ti O O NO u+ O N O) OOi 0 0 0 m OI N 01 X m 0 0 W J O W W OC OD N O w Z ol J A O A O ti O A O A rn I� O O N U1 m m v O Z) N W Z Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA Crew Company a Weathe c st rtffigish,., Date 8:30pm/5.30am METROPOLITAN CONSTRUCTION 13- Apr -05 P.O. BOX 477 BONITA CA 91908 CP M Tasks::.: , Daily1W6rk :Description Provide a brief description of daily work performed: Excavated from station 1 +50 to 2 +70. Soil extremely saturated and unsuitable for backfill. Attempted to mix with other soil, attempt failed. Exported all and imported from stock pile along side Encinitas Blvd. Temp. connected two 6" laterals coming into manhole no. 1 Held off of excavation til 10 m per Ralph - Caltrans inspector , Manpower andgrilpm e nY, Provide a detailed list of manpower and equipment resources. The Trade field refers to type of manpower, i.e. Carpenter, Electrician, etc. The F an Journeyman Apprentice, etc. classification field refers to ualifications, i.e. orem Signature Qt CLASSIFICATION Employee g FOREMAN JOSE ORTIZ g PipeI yer JOSE RODRIGUEZ DUMP TRUCK PLUMBER: TRADESMAN SALVADOR NAVARETTI 9 PLUMBER: TRADESMAN JAMES STRATWOOD 9 PLUMBER: PIPELAYER JULIAN MONTES 4 PLUMBER: TRADESMAN MIGUEL PILAR JR 8 TEAMSTER GP 3 MIGUEL S PILAR 4 PLUMBER: TRADESMAN MIGUEL PILAR JR 9 PLUMBER:TRADESMAN ANTHONY FULWILDER 7,5 PLUMBER: TRADESMAN HERMIS ALVARADO Qty EQUIPMENT 9 721C CASE WHEEL LOADER 9 580 SM CASE BACKHOE 9 590 SM CASE BACKHOE/W BKR 8 DUMP TRUCK 9 FORD F450 FLATBED AIR COMPRESSER 9 TRENCH PLATES 18 9 Sewer Pump 2 9 Discharge Hose 1000 9 SIGNS /BARRICADESICONES 9 LIGHT TOWERS 2 9 ARROW BOARDS 2 Manda s El Other ❑ Equipment Units: Hours ❑ Other 0 Manpower Units: Manhours Y Subcontractos: NRC Environmental Provide a description of any significant events or issues to report. Include quantities and units if applicable: EXTRA WORK: B assin 2 6" laterals (2hrs of crew), wet soil im act was 5 hours, and two hour delay from start of work from hours stated in contract Page 1 of 1 Prolog Manager m x m °p m m m O o o 0 9 0 K C) O a W O O lmO O A A C C r o N H p 0 0 0 O O O m N y = m O m c A 2 Z ° ° O O O O O a a e :� v v O 0 T T 0 0 B C D 3 3 3 3 3 3 3 a) p m m D< G = D en 0 m (m m m o O y m' O o � AM m m N� � m Z -1 C S 2 r-4 to 0 1 m m m m v v' O 0 O -0 Dm D T m m C m m m � m m m< ° 0 0 r Z :L n m m N m m= N z z O Z m> o 7> j m m m m G o co O m -i M ED m O O O ? v O m o o m 3 3 m D n D p m m m W r w Q m O to @ @ 0 M '{ u. .. o m v X zn r 0 o C) 0 z w w w °o °o m =O c c �mC vC caw > m p m O Ot A W N W N N A N CI( Ot A D O O n z r m �I CI( (l� V m D D O A N O N O O N Qt T O A m O Q( N m N Ql N O] O1 O O m r r m x m m z m m 0 D 7 A A A O O � c W ED A A A N N O N (n N m y n O Q� A N N N J (D w rn� o m „ CD 1.0 N I J W N O I N N N m m O N C N O O N N N N O N N N N N N O O O w 3 3 o - C Ci 2 2 0 0 n n 0 0 o o D D m m� q o m q A m C A n n m w C O O m C O Z Z O O C C c o o ( (o w Co > >• = = N N m m= N N n n i in j j ( v m (mn n n a � N a x x C CO x m 3 3 n n 0 m m � (� 7 z 7 7 1 y 7 m O � 0 O° m m r r° i 7 m m � � N N m m ` `r 3 O m N > N n n m O m f g i in 1 D - - < m m �3 ( m T T m C T T 7 7 D D m m c cn C C7 C C0/ m m n i a a f n O n T 10 m 9 U T C U O O m m O V R R m m 7 O r u u m m< A A n m ' n d d o o o o m m m m c c a O O m p p ( (n m r o m m m t to m m 0 0 3 3 m m c c 7 7 m m 5 5 o d m' r ai 1 11) x m c m r m s r N o o a x ( o- u (P m m m m m m m rn ^ ^ m m m m n O O m m D D N O. N N S S O O d m c c m x a n 0 j m m w 0. O .�.� O d 7 O v D - -n - -� 7 7 O O m m x x m m m m m m C C m y y m m Z Z p p' r r n n r r m p ( (� 3 3 m m n n m m o o 3 3 C c c m m S S " " n n z m 3 3 � �_ m m m m D Z Z Z D � � _I m 3 3 m ; ;u m M n cn r r y z z a a c 2 O O O O O O O O O O y y p p O 0 O O Q Q 0 p p O 0 O ° ° _ N H N N N N d d N m u ut C M P N M M 1 1A H H N N H N M M O M ° PI O U ( ° (+ m m v ° U W W A A O O ° ° A v C r J J o o o w w w °o °o m =O c c �mC vC caw > m p m O Ot A W N W N N A N CI( Ot A D O O n z r m �I CI( (l� V m D D O A N O N O O N Qt T O A m O Q( N m N Ql N O] O1 O O m r r m x m m z m m 0 D 7 A A A O O � c W ED A A A N N O N (n N m y n O Q� A N N N J (D w rn� o m „ CD 1.0 N I J W N O I N N Contractor's Daily Report, Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA Poured Manhole No. 2, and backfilled manhole no. 1 Started raining at 12:30am, stooped all work except for concrete work at manhole no. 2 Held off of excavation til lo pm per Ralph - Caltrans inspector Manpovlrer and Equipment ` Provide a detailed list of manpower and equipment resources. The Trade field refers to type of manpower, i.e. Carpenter. Electrician, etc. The Classification field refers to quauncaaulla. L=. - - Si nature lt CLASSIFICATION Em to ee 4.5 FOREMAN JOSE ORTIZ 4.5 Pipelayer JOSE RODRIGUEZ PLUMBER: TRADESMAN SALVADOR NAVARETTI TRENCH PLATES 18 PLUMBER: TRADESMAN JAMES STRATWOOD 4.5 PLUMBER: PIPELAYER JULIAN MONTES 7.5 PLUMBER: TRADESMAN MIGUEL PILAR JR 7.5 TEAMSTER GP 3 MIGUEL S PILAR PLUMBER: TRADESMAN MIGUEL PILAR JR 7.5 PLUMBER: TRADESMAN ANTHONY FULWILDER PLUMBER: TRADESMAN HERMIS ALVARADO 7.5 PLUMBER: TRADESMAN JOSE PILAR n n Manpower Units: Manhours Mandays u caner Subcontractos: NRC Environmental Qty EQUIPMENT 4.5 721C CASE WHEEL LOADER 4 220 KOMATSU 4 590 SM CASE BACKHOEAN BKR 4 DUMP TRUCK 11.5 FORD F450 FLATBED AIR COMPRESSER 1 day TRENCH PLATES 18 Sewer Pump 2 Discharge Hose 1000 7.5 SIGNS /BARRICADES /CONES 7.5 LIGHT TOWERS 2 7.5 ARROW BOARDS 2 Equipment Units: CVCr 1:11.7 4! it;g�u - -.. !T :.:.:::.. ......... Provide a description of any significant events or issues to report. Include quantities and units if applicable: Extra Work: 2 hour delay in waiting from 10 to excavate Hours U Other U Page 1 of 1 Prolog Manager a fmil 0 z m 2 Z m A n O z n O m v m H m 1 A o * v N O O 7 4t M � m z 0 O m O° CD M { M m d -1 TJ O N V d O a D m z n o O z r Z7 d C Z b1 c y v I < o v C. H m 0 - O > C � D 3 a T � 7 O m CD N x �T N � � d A <'' P V 0 A Ito d a O C! o Ln CD G'e c o �D J D � m m O X A M m V O Q 4 N O O CT M m v O .i1 W O p m w O N N J N N N T , O O '+. N N N 0 A A N —_ N M 9 w O� O tOJ� !NT N 01 O m d ut ONE O O N w m O U1 O) G N O O O W O w N D O 10 O1 W Ot A A n O N O O O w v J C ° c o �o W N 1 s m n�i m D w O. C o m y N? �^ a x_ to X 3 -� A 0 A Q° = N .n. N 7 VI ° ,cn, O O O) 7 W O m m m J m O m udi A m f OI iii m O m' 3 n o N O r o o' w m O v, 3 N> 7 O m D �? W a m v O c O 7 D m ai 1O a a Q m o^ T �c n° O a e e e e p 0 m - c N 3 v 7 n o r N m C N mx O O) n d 0 a F O� 01 an iy d `< C 3 C n m O x N cn r !n o d 3 c c $� N r' N o .o O ut 3. m a a -� C a> O R C) W m 7 r V/ N � x O cn N '!� N N c m f£ C a 7 N o 2 N r °y m 07 O oT m m O m m C m m N w -'a m m v v m y z O O O 7 > CL .%1 -0 T� O r X -� Z d a w d d n N p d? ,,nc CD N o m m m N O m° N SS m < 3 O O D D p p A co M m o �7 W W O O i A O w m O O 2 3 7 O < Z C r R A z m x m m D O w pWp A A D 3 m z N C z N . p n 0 a O O rn O _ _ c o o CD A m � w m cl N 0 0 0 m O CD = co 0 m o * v N O O 7 4t M � m z 0 O m O° CD M { M m d -1 TJ O N V d O a D m z n o O z r Z7 d C Z b1 c y v I < o v C. H m 0 - O > C � D 3 a T � 7 O m CD N x �T N � � d A <'' P V 0 A Ito d a O C! o Ln CD G'e c o �D J D � m m O X A M m V O Q 4 N O O CT M m v O .i1 W O p m w O O A N A N M 9 0 O� O tOJ� !NT S m O m d ut ONE O O N w m O U1 O) G N O O O W O w N W A 10 O° �I O Of J J A N O N G O O O w v J z ° 0 0 0 H N 1 7C 0 v N D �mO7 C 0c DW m C O O O O O O O O O a r O N % a O O m O J N W J j > O O ' v a v v v O O T T O a e e e e 0 m N r- O A fli O O) Oi N O Ol O N N Q1 O� 01 O) O O A O O m m an m d c c c c c c a m a m 0 0 m 01 4 = > D° C W O cn N N 3 c c c� v m C m m o o >> 00 m 07 O oT m m O m m w -'a m m v v m y z O O N z O v m m q r X -� Z w N o m m m m � m° m SS m < 3 O O D D p p A co M m o �7 W W O O i A O w O O 2 3 3 Z C r O A z 3 J 0 A C D O w pWp A A O O O N C z N . p O 0 O O rn O _ _ o * v N O O 7 4t M � m z 0 O m O° CD M { M m d -1 TJ O N V d O a D m z n o O z r Z7 d C Z b1 c y v I < o v C. H m 0 - O > C � D 3 a T � 7 O m CD N x �T N � � d A <'' P V 0 A Ito d a O C! o Ln CD G'e c o �D J D � m m O X A M m V O Q 4 N O O CT M m v O .i1 W O p m w O O 0 9 0 0 S m O m d i z H H d 0 c �mO7 C 0c DW m C O O O O a r O N a O O J N W J j > O O ' v a v v v O O T T O a e e e e N r- O A fli O O) Oi N O Ol O N N Q1 O� 01 O) O O A O O m m an m d c c c c c c a m a m 0 0 e 0 0 D<< 4 = > D° C W O cn N N 3 c c c� v m m m m o o >> 07 O oT m m O m m w -'a m m v v m y z O z O v m m q r X -� Z w o m m m m � m° m SS m < 3 O D D p p (n rO M m o �7 W W W O (D Ln CO N 3 3 Z 3 A z 3 J 0 A C WU, IC pWp O O A rn O _ _ O o CD A m � w m N 0 0 0 m O O = 0 m m r r ? o p m CD >> n r O m O n 74 w W n 0 � C) O to @ M m N N O o O o O N D o * v N O O 7 4t M � m z 0 O m O° CD M { M m d -1 TJ O N V d O a D m z n o O z r Z7 d C Z b1 c y v I < o v C. H m 0 - O > C � D 3 a T � 7 O m CD N x �T N � � d A <'' P V 0 A Ito d a O C! o Ln CD G'e c o �D J D � m m O X A M m V O Q 4 N O O CT M m v O .i1 W O 0 0 0 °o O 0 ° 0 c �mO7 C 0c DW m C a r O J N W J j > O O r O A fli O O) Oi N O Ol O N N Q1 O� 01 O) O O A O O m i D O cn N r m y z q O m O n �7 W W W O (D Ln CO A N J 0 A C WU, IC pWp O O A rn O _ _ O N 0 0 0 J O O o * v N O O 7 4t M � m z 0 O m O° CD M { M m d -1 TJ O N V d O a D m z n o O z r Z7 d C Z b1 c y v I < o v C. H m 0 - O > C � D 3 a T � 7 O m CD N x �T N � � d A <'' P V 0 A Ito d a O C! o Ln CD G'e c o �D J D � m m O X A M m V O Q 4 N O O CT M m v O .i1 W O oe e.vcylr� 0 i July 7, 2005 Metropolitan Construction C/o Jose Ortiz 8614 Troy Street Spring Valley, Ca 91977 Re: CHANGE ORDER #8 Encinitas Blvd. Trunk Sewer Replacement Project CEEOID Gentlemen: Pursuant to Section 7 -10.5 — Protection of the Public:: The costs for all labor, equipment, materials, and incidentals, together with the cost and expense of such repairs as are deemed necessary by the City Engineer, shall be paid by the Contractor. All expenses incurred by the City for emergency repairs or remedial actions will be deducted from the amounts due the Contractor. The invoice from City of Encinitas Public Works Department for the work they performed May 26, 2005 is attached. The deductive change for the above work is for $356.84 (Three Hundred Fifty -Six Dollars and 84 Cents). The contract time will not change. Please signify your acceptance of this change order by signing below. Please return the change order to the City after you sign it. Upon receipt, the City will sign and a copy, with original signatures, shall be forwarded to you for your files. Greg Shields, P.E. Field Operations ACCEPTED BY: Jose Ortiz, President Metropolitan Construction Contractors License No. 790532A cc: Director of Engineering Services TEL 760- 633 -2600 / FAX 760 - 633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760 - 633 -2700 Aga recycled paper City of Encinitas /San Dieguito Water District Department of Public Works Cost Recovery Date: 6/2/2005 Location: Encinitas Blvd & 1 -5 Date of Incident 5/26/2005 Intersection Bill to: City of Encinitas, Engineering Division Description of Incident to City right of way: Contractor placed plate over storm drain manhole, large truck dislodged plate- open exposure Sheriff Incident number: CHP Incident number: Employee Name Title Util Tech Supervisor Reg Hours 2.00 2.00 O.T. Hours Total Cost $79.54 $109.50 Equip Type FM233 Fm143 Hours 1.00 1.00 Total Cost $45.00 $45.00 Jesse Castro Howard Whitlock Administration 1.001 1 $37.80 Donna Trotter Labor Totals- Street Maintenance $Zzb.t54 Vehicle Costs - Street Maintenance $90.00 Material Costs - Street Maintenance $40.00 OVERALL BILL Supervisors signature: C3..a� - -�' Dated: r.. .. ;4 Ql..rl GIZIoS "%A" I LGHJ vI v 201- OQ00-394_ 00040 t $351 4 1 � * nne E a uY E � 3 a Accounting Division -CITY 201 - 0000 - 394 -00 -00 $356.84 CC: Cindy Dabney- Finance Division - Cityhall G:Support:Cost Recovery.xls ;STREET MAINTENANCE WORK ORDER WorkOrderNumber DUPLICATE REQUEST Datelnitiated �- 0572"F/ Assigned II71W Department Water ❑� IntemalCustomer Person Mark Robinso� ❑ ExternalCustomer Phone /Extension 1 CallOut • • Street Encinitas Blvd CrossStreet I -5 Off Ra�...�..�. AddressDescription Enc Blvd Town S/1 Old ❑ New ❑ Leucadia ❑ Cardiff ❑ Olivenhain ❑ Ranch • • WorkOrderRequest DateCompleted CompletedBy Contractor Ring ❑ StreetLights ❑ TrafficSignals ❑ StrtSweeping ❑ LineStripRedCurb ❑ SpecProjClayton ❑ E- MailGenerated ❑ ENG ENG WO ❑ RFA ❑ WorkorderFridayOff ❑ Task Item 05/26/ ❑ OngoingProject ❑ RoadClosure ManHours� 2' Vehicle /Equipment Fm2p33,, Fm143�j - J.j,, ❑,AsphaltMaint ❑ Signs ❑ ProbationCrew ❑ CementMaint ❑ Grafitti ❑ RightofWayPWI #1 ❑ WeedAbatement ❑ TreeMaintStrtCrew ❑ BusBenchPWI #2 ❑ SpecProjectsSteve k RightOfWayMiscMaint ❑ StationMaint TaskDescription Elevated manhole ring Datelnitiated �- 0572"F/ Assigned II71W Department Water ❑� IntemalCustomer Person Mark Robinso� ❑ ExternalCustomer Phone /Extension 1 CallOut • • Street Encinitas Blvd CrossStreet I -5 Off Ra�...�..�. AddressDescription Enc Blvd Town S/1 Old ❑ New ❑ Leucadia ❑ Cardiff ❑ Olivenhain ❑ Ranch • • WorkOrderRequest DateCompleted CompletedBy Contractor Ring ❑ StreetLights ❑ TrafficSignals ❑ StrtSweeping ❑ LineStripRedCurb ❑ SpecProjClayton ❑ E- MailGenerated ❑ ENG ENG WO ❑ RFA ❑ WorkorderFridayOff ❑ Task Item 05/26/ ❑ OngoingProject ❑ RoadClosure ManHours� 2' Vehicle /Equipment Fm2p33,, Fm143�j - J.j,, Classll El Asphalt 18773 Matenals ❑ Cement ❑ Other ❑ UPM Comments placed 4 delinators 1 barricade round manhole 14-o Plate off, and AC applied - d Sto GK. Project CMD00B Placed delinators out around manhole -- -- - :b t 1 EN . WorkVerifiedBy Howard CostRecovery DataEntry F- t Time of call Fr Bags 0 Project Start Date Est Completion Date fan no- I h V' v ❑ �v QF ENCj�1 �r�ratecl 19¢� May 3, 2005 Metropolitan Construction C/o Jose Ortiz 8614 Troy Street Spring Valley, Ca 91977 Re: CHANGE ORDER #6 Encinitas Blvd. Trunk Sewer Replacement Project CEE01 D Gentlemen: Pursuant to Section 7 -10.5 — Protection of the Public:: The costs for all labor, equipment, materials, and incidentals, together with the cost and expense of such repairs as are deemed necessary by the City Engineer, shall be paid by the Contractor. All expenses incurred by the City for emergency repairs or remedial actions will be deducted from the amounts due the Contractor. The invoice from Cannon Pacific Services, Inc. for the work they performed April 21, 2005 is attached. The deductive change for the above work is for $130.00 (One Hundred Thirty Dollars and No Cents). The contract time will not change. Please signify your acceptance of this change order by signing below. Please return the change order to the City after you sign it. Upon receipt, the City will sign and a copy, with original signatures, shall be forwarded to you for your files. Greg Shier -ds, P.E. Field Op6rations ACCEPTED BY: Jose Ortiz, President Metropolitan Construction Contractors License No. 790532A cc: Director of Engineering Services TEL 760 - 633 -2600 / FAX 760- 633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760- 633 -2700 recycled paper �- heck Payable To Address CITY OF ENCINITAS FY 01 -02 CHECK REQUEST FORM CANNON PACIFIC SERVICES,INC. Vendor No. 6102 AVENIDA ENCINAS, SUITE H -1 Check if Misc. Vendor TOTAL I HEREBY CERTIFY THAT THIS CLAIM REPRESENTS A JUST CHARGE AGAINST THE CITY OF ENCINITAS REQUESTED BY: DEPARTMENT APPROVAL PATE OF REQUEST ATE CHECK REQUIRED $130.00 APPROVED FOR PAYMENT FINANCE DATE 91908 -0477 C'ARLSBAD, CA 92009 ZIP CITY Yes STATE � No If Yes and not incorporated please enter Social Security # or Tax New Vendor? I.D. ENCINITAS SEWER TRUNK R &R Notes: BRIEF DESCRIPTION AMOUNT INV. # INVC PROD. # GENERAL (25 Characters limit) DATE LEDGER # MM/DD. STREET SWEEPING $130.00 5E: 4/22 523 - 05230 - 523 - 42 - 30 CEEOlD TOTAL I HEREBY CERTIFY THAT THIS CLAIM REPRESENTS A JUST CHARGE AGAINST THE CITY OF ENCINITAS REQUESTED BY: DEPARTMENT APPROVAL PATE OF REQUEST ATE CHECK REQUIRED $130.00 APPROVED FOR PAYMENT FINANCE DATE �ydo\oN\ Cannon Pacific Svcs, Inc. 6102 Avenida Encinas Suite H -1 Carlsbad, CA 92009 760 - 943 -9633 BILL TO: City of Encinitas c/o Donna Trotter 505 S Vulcan Encinitas, CA 92024 INVOICE DATE NUMBER 4/22/2005 040 -1 JOB NAME /LOCATION: Street Maintenance Div Public Works Dept Terms I Due Date Net 15 i 5/7/2005 DATE DESCRIPTION RATE QTY AMOUNT 4/21/05 Broom Sweep Job site 65.00 2 130.00 PURCRAZSE ORDER UPDATE REQ # -.-_. COM CODES# __ _ ACC # -_ k- t Total Amount Due $130.00 Payments /Credits $0.00 Balance Due $130.00 ORIGINAL � L TERMS: Net duc within 15 days of invoice date. A service charge of 1.51h per month. IWX ...• o,�..,.e��.. per annum will be charged on accounts past due. 11 Cannon pacific Services must initiate legal action of any kind to collect payment, customer agrees to pay all collection costs ,_-,:_., ,1" "" c ; , —miti— it. sinv r4 her rttlic( to which it may he entitled. 1 city Of Encinitas March 28, 2005 Metropolitan Construction C/o Jose Ortiz 8614 Troy Street Spring Valley, Ca 91977 Re: CHANGE ORDER #3 Encinitas Blvd. Trunk Sewer Replacement Project CEE01D Gentlemen: Pursuant to Section 3 — CHANGES IN WORK, you are directed to proceed with all labor, material and equipment necessary to accomplish the following change: Install 12 inch HDPE and delete Manholes #7 and #9 per the attached quote. The change for the above work will be $7,645.00 (Seven Thousand Six Hundred Forty - five Dollars and Zero Cents) in accordance with the attached request. The contract time will not change. Please signify your acceptance of this change order by signing below. Please return the change order to the City after you sign it. Upon receipt, the City will sign and a copy, with original signatures, shall be forwarded to you for your files. 6reg ds, P.E. Field Operations cc: Director of Engineering Services ACCEPTED BY: Jose Ortiz, President Metropolitan Construction Contractors License No. 790532A TEL 760 - 633 -2600 / FAX 760 - 633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760 - 633 -2700 � recycled paper Metropolitan Construction GENERAL BUILDING i ENGINEERING CONTRACTORS Lie. No. 790532 DATE; 3%S lUs- AM: 1�IPP H E FN P12, FROM: 509 ' (5p-"t' -2- FACSIMILE TRANSMITTAL FORM PROJECT NUMBER: EM UMBER (10)633 SUBJECT: 15A)CWL r'AS OLVO -rPMAZ SGGV�'2. NUMBER OF PAGES (Including this transmittal form): 3 ADDITIONAL COMMENTSANSTRUCTIONS: IF YOU DO NOT RECEIVE ALL OF THE PAGES LISTED ABOVE, PLEASE CALL AS SOON AS POSSIBLE FOR RETRANSMISSION: THANK YOU. Ste: Date; PHONE: (619) 741 -5643 FAX: (619) 741 -5658 Time. Initials Fi Z *C4 SbE ' ON 19403 WU1I-10d0813W WHEV : T T S00Z ' SZ ' 8UW - , General Buildlrg & G O N S T R U C T I March 25, 2005 Seats Manning Richard Brad Cs �yAssociates 4909 Murphy Rol Suite 220 San Diego, CA 92123 Re: Lncinitas Boulevard Trunk Sewer cmtractws Ucwm No. 790332 Dear Mr. Manning: Per our last meeting, this letter is a proposal " l to delete manholes 7 and 9, and fuse 12PE APE on the ends of two previous burst to del continuous twIDadclitional s manhole no. S. This will be a long term benefi t in not having o manholes. E and Attached is a quote from Mocon Corporation for installing 00 00 impact for supporting will incur a two Electra $5,545 40 Couplings, r Mocon (plus applicable markups) to install the work per their 1Vlocoxt, and $5, quote lease respond a.s.a.p., If this proposal is acceptable, p so we may proceed with the completion of the subject contract with the proposed modification. Regards, —4 Jose 0. Ortiz President Enclosure cc: Kip Hefner, Encinitas Greg Shields, Encinitas P.O Box 477, Bon1ca, CA, 91909.0477 Phone (619)741.5641 c .� • a CbR • ow 19400 4H1I- 10d02113W Wmi? . t I S00Z • SZ • HHW 13/24/2905 05: oc • � JLcp c Ow pRPORATION 1 ! rte•- � �.- .i� EXTRA WORK ORDER NO• T ;[� SUBCONTRACTOR/ SUPPLIER'PRICE ADJUSTMENT M1 II INVOICE ] DEDUCTION OF Col" TAAC TITL Slgneturet thorized BY: Title• 6 ,pared SY: -I- iCCT p .S RIPTION OF WORK/OEOUCTIONIADJUSTMENT` p C . - - - -. fi I �_ ,._ 6- LABOR CLASSi F 1 I Metropolitan Construction GENERAL BUILDING & ENGINEERING CONTRACTORS Lic. No. 790532 DATE: 31a9ld TO: 0- [ Ty o F 600141 TA S ATTN: a eeoj Sk f e lob s FROM: SOS P O r V Z SUBJECT: 6n C l0 1 Tol S i3W 0 FACSIMILE TRANSMITTAL FORM PROJECT NUMBER: FAX NUMSSR (90) fo 33 - AI? -7-e a of Ic Slewere NUMBER OF PAGES (Including this transmittal form): 'kDDITIONAL COMMENTS/INSTRUCTIONS: 5 E *7-IXCkOd I& f-'Q0- -fd 5e4'0 !WkK «�. IF YOU DO NOT RECEIVE ALL OF THE PAGES LISTED ABOVE, PLEASE CALL AS SOON AS POSSIBLE FOR RETRANSMISSION: THANK YOU. SENT: Date: E/T'd bbE'ON PHONE: (619) 741 -5643 FAX: (619) 741 -5658 Time' Initials: 1SNOO Nd1IlOdON13W WdOV:TT S002'92'NUW CONSTRUCT I March 25, 2005 Sean Manning Richard Brady and Associates 4909 Murphy Canyon Road, Suite 220 San Diego, CA 92123 Re: Encinitas Boulevard Trunk Sewer Dear Mr. Manning; General Building & Engineering Contractors License No. 790532 Per our last raeeting, this letter is a proposal to delete manholes 7 and 9, and fuse 12" HDPE on the ends of two previous burst to deliver two continuous runs of HDPE towards manhole no, S. This will be a long term benefit in not having to maintain two additional manholes. Attached is a quote from Mocon Corpotation for installing 80 linear feet of HDPE, and two Electro Fusion Couplings. Our crews will incur a $2,100.00 impact for supporting Mocou, and $5,545.00 for Mocon (plus applicable markups) to install the work per their quote. If this proposal is acceptable, please respond a.s.a.p,, so we may proceed with the completion of the subject contract with the proposed modification. Regards, 4 ' Jose 0. Ortiz President Enclosure cc, Kip Hefner, Encinitas Greg Shields, Encinitas P.O. Box 477, Bonita, CA, 91906 -0477 Phone (619)741 -5643 Fa :(619)741.5659 EiZ ' d bbE ' ON 1SN00 Wi I lOdONAW WdOb : T T S002 ' Sz ' NbW 17J1 44f zt= GO: OL /141( .141W I CORPORATION ; . I TO: nn ETrw ML-Mtj cow' u MOTELS<0147> PAGE 01/01 DATEMA=AA PROJECT NO.! A'I PAVJ�r, � g WDRK PERFORM90 FORI LOGA„OR: PA.[ CON NO.: EXTRA WORK ORDER NO. I SUBCONTRACTOR /SUPPLIER'PRICE ADJUSTMENT ® DEDUCTION OF CONTRACT INVOICE Authorized BY: SIgneture: TITLE Prepared By: ,� o pp TU..T� E1.CG"rR� FUSS o N GOLA �P�l Iyb� DES FIlPTION OF WORWOEDUCTION /ADJUSTMENT �s© DPI P�P�`., gS R6 (AE5aED- OUR PRICE I Nit — s or °H"o r Rata TOTAL LABOR CLASSIFICATION EMPLOYE11%WAMS Dots =c st oIQ Ei E(AfiL0 INJ 14 EQUIPMENT DESCRIPTION -4W (Sc6i a~ gt^ To � rc U• '�' �► MATERIAL DESCRIPTION low c f'E "i7 1 EE TELEPHONE CALLS MISCELLANEOUS izooms. I; 4r, , TOTAL DIRECT COST .... .... ........................... • ............... . , PROCBSSING IS OVERHEAG)'EXPENSE... .... ......... . .... ........ I . •. 'TOTAL CHARLIE . 1 ....4(m. P sw. .� . SS�]r ..�.�._�� •.,. _ • , . • , • , • • . , • .1SN00 HUII-lOd08I3W— =mi=WTV : Z ti Z • SZ • iydW `Pouted t9'... ita June 7, 00 Metropolitan Construction Attention: Jose Ortiz P.O. Box 477 Bonita, CA 91908 -0477 Re: Right to Appeal Administrative Citation Numbered CW -05 -005. Dear Mr. Ortiz: Under the City of Encinitas Administrative Citation procedures, your rights to appeal citation numbered CW -05 -005, are as stated on the back of the citations issued. This reads: "You have the right to appeal this citation within 15 business days from the date the citation was issued. If the citation was mailed, the appeal must be made within 15 business days from the date of mailing. An appeal must be made in writing, including a return address, a basis for the appeal in detail must be included, and be accompanied by the fine amount. Appeal forms may be obtained from the Code Enforcement Division at the address noted below. An appeal will result in an administrative hearing. Failure of any person to properly file a written appeal within 15 business days shall constitute a waiver of his or her right to an administrative hearing and adjudication of the citation or any portion thereof and the total amount of the fine." The citation was issued on April 27, 2005. The appeal period ended on May 18, 2005, in accordance with the rights to appeal stated above. The appeal of the administrative citation was filed with the Code Enforcement Division on May 31, 2005, which is after the appeal period. For this reason, the City of Encinitas will not grant this appeal and no date has been set for an administrative hearing. Contact Clean Water Program staff at (760) 633 -2787 with any questions that arise. Sincerely, -� aul Hartr2n Sr. Environmental Specialist Environmental Health Enforcement Officer cc: Joan Hughes, Code Enforcement Supervisor Greg Shields, Senior Civil Engineer Kipp Hefner, Associate Civil Engineer Ron Brady, Engineering Inspector f,( 160 6 , 20, i .0 u! ar. '�,�cnu�. '� n, a �r.0 dal f�.n�i„ _'l_' ,_ '.3 recya'ed paps DEC. 3.2004 10:05RM METROPOLITAN CONST METROPOLITAN CONSTRUCTION GENERAL BUILDING & ENGINEERING CONTRACTOR PHONE: (619) 741 -5643 FAX: (619) 741 -5658 Lic. No. 790532 DATE: December 3, 2004 N0.284 P.1 /3 FACSIMILE TRANSMITTAL FORM PROJECT No: 522 TO: Engineering Department FAX NUMBER (760) 633 - 2818 ATTN: Kipp Hefner PHONE FROM: Alberto Larios (760) 633 - 2797 SUBJECT: ENCINITAS BLVD. TRUNK SEWER REPLACEMENT NUMBER OF PAGES (Including this transmittal form): 2 ADDITIONAL COMMENTWINSTRUCTIONS: Proposal Open Trench IF YOU DO NOT RECEIVE ALL OF THE PAGES LISTED ABOVE, PLEASE CALL AS SOON AS POSSIBLE FOR RETRANSMISSION: THANK YOU, SENT: Date: Time: Initials: DEC. 3.2004 10 :05AM METROPOLITAN CONST NO.2e4 P.2/3 General Building & C 0 N S T R U December 3, 2004 Richard Brady & Associates 4909 Murphy Canyon Rd. Sts. 220 San Diego CA, 92123 Re: Encinitas Boulevard Trunk Sewer Replacement Attn; Sean Manning Dear Mr. Manning Contractors License No, 790532 Please find attached Metropolitan Constriction's proposal for the open cut pipeline installation of the sewer main at Encinitas Boulevard. This will be the total contract amount, plus changes to date less payments received. The only alternate price will be the lining of approximately 500' of 8" Cured in Place Pipe (CIPP). Please review and comment, and if you have any questions, please call (619) 741 -5643 Sincerely, Alberto Project Manager Cc, Greg Shields Senior Civil Engineer Kipp Hefner Project Manager P.O. Box 477, 6onim, CA, 91908 -0477 Phone (619)741.5643 Fax (619)79 1 -5658 DEC. 3.2004 10 :06AM METROPOLITAN CONST ENCINITAS OLVD. SEWER REPLACEMENT -1 +III NO. 284 P.3 /3 Eng Est 800,000.00 Metro 660,117.75 107,51% ITEM OTY UNIT DESCRIPTION UNIT PRICE F.XTENpED PRICE 1 1.00 LS CLEARING AND GRUBBING 6 900.00 34 500.00 8 800.00 34 500.00 2 1.00 LS REPLACEMENT OF MEDIA, CUR LANDSCAPE 4,025-00 4 025.00 3 1.00 LS SHORING AND BRACING - EXCAVATION, BACKFILLAND RECOMPACTION OF LAUNCHING AND RECEIVING 1,725.00 8,625.00 1 1. EA 8" SERVICE LATERAL RECONNECTION 6%000.00 69 000.00 4 1.00 1.00 LS LS PITS TRAFFIC CONTROL 41 400.00 1 1.00 41 400.00 62 790.00 5 6 390,00 LF 12" HDPE SEWER PIPE (PIPE BURSTING 158.00 424 388.00 7 2686.00 LF 12" PVC SEWER PIPE OPEN TRENCH) 16 0.00 22 s 9.00 EA MANHOLES 5 888.00 52 882.00 10 2.00 EA MANHOLE DROP IN ET 5,750.00 11 500.00 11 1.00 EA 4" SERVICE LATERAL RECONNECTION 11725,00 1 725.00 12 5. EA S" SERVICE LATERAL RECONNECTION 1,725.00 8,625.00 1 1. EA 8" SERVICE LATERAL RECONNECTION 1,700.00 1,700.00 14 1,00 EA I CONNECTION TO EXISTING 12" VC SEWER 31680.00 3 680.00 16 1.00 EA CONNECTION TO EXISTING 12" PE SEWER 3 680.00 3 680.00 16 1.00 EA 19mocATE EXISTING B" SEWER LATERAL (Contingency Item 3,220-01D 3220.00 17 1 6500.00 SF JBN THICK ASPHALT CONC 7.19 81 093,75 1a 8500.00 SF AGGRF.GATE BASE 1.14 91690.00 19 10 0.00 SF IBIAYJAL GEOGRID TENSAR DX-100 OR EQUIVALENT Cotttin a Item 1.40 1 400.00 20 50.00 CY EXCAVATION AND REMOVAL OF UNSUITABLE MATERIAL COnd Item 57.50 2,B75.00 21 0.00 SF REMOVE EXISTING AS T OONC PAVE ENT 4.00 16 0.00 22 1.00 EA REPLAC5 TRAFFIC LOOPS DAMAGED BY CONSTRUCTION 14 134.00 14134-00 23 1.00 CONSTRUCTION BYPASS 23 000.00 23 000.00 24 1.00 1 EA WATER SERVICE RELOCATION Conan enc Item 1,800.00 1,800-00 1 ESTIMATED TOTAL BID 8601117,75 CHANGES TO DATE 25 3.00 EA aP DROP MANHOLE PER CHANGE ORDER NO, 1 PLUMBING 2,300.00 6.90 .00 26 3400 EA MANHOLE REHABILITATION 39200.00 960000 27 1.00 EA CONNE IONTOMANHOLE15A ' fi4t�:OD 5,646.00 28 1 TIME AND MATERIAL TICKET DATED OC 0 ER 14 2004 4 4.00 4,434.0 0 {EA I^AI.TERNIITES B 1 1700.00 EA JaNSEWERPIPE abandonmem with slurry in- action Included 8a I 6,00 E4 ANHOLE ABANDONMENT Near u er 2' and abandon In lace LF a" CURED IN PLACE PIPE CIPP included 25 490.00 s; ; �1<` "531Qo 1 26 411.00 11/29/2004 RM General Building & Engineering Contractors C O N S T R U C T I O N License No. 790532 ENCINITAS BLVD. SEWER REPLACEMENT 90 WD WORK PERFORMED BY METROPOLITAN CONSTRUCTION DESCRIPTION OF WORK: REVISED PROPOSAL USING OPEN TRENCH METHOD ITE M QTY UNI DESCRIPTION UNIT PRICE EXTENDED PRICE #'S 6.00 T MANHOLE ABANDONMENT tear upper 2' and abandon in lace 750.00 4,500.00 13a 70.00 LF SEWER LATERAL EXTENSION 205.00 14,350.00 1 1.00 LS CLEARING AND GRUBBING 37,000.00 37,000.00 2 1.001 LS REPLACEMENT OF MEDIA, CURB, LANDSCAPE 19,500.00 19,500.00 3 1.001 LS SHORING AND BRACING 23 750.00 23,750.00 EXCAVATION, BACKFILL AND RECOMPACTION OF LAUNCHING AND a 1.00 LS RECEIVING PITS 25,100.00 25,100.00 5 1.00 LS TRAFFIC CONTROL 58,000.00 58,000.00 6 290.00 LF 12" HDPE SEWER PIPE PIPE BURSTING 161.00 46,690.00 7 2786.00 LF 12" PVC SEWER PIPE OPEN TRENCH 162.76 453 460.61 8 6.00 FJ� MANHOLES 5,888.00 35,328.00 9 2.00 EA MANHOLE DROP INLET 5,750.00 11,500.00 10 1.00 EA 4" SERVICE LATERAL RECONNECTION 1,725.00 1 ,725.00 11 5.00 EA 6" SERVICE LATERAL RECONNECTION 1,725.00 8,625.00 12 1.00 EA 8" SERVICE LATERAL RECONNECTION 1,700.00 1,700.00 13 1.00 EA 1CONNECTION TO EXISTING 12" VC SEWER 3,680.00 3,680.00 14 1.00 EA CONNECTION TO EXISTING 12" PE SEWER 3,680.00 3,680.00 15 1.00 EA RELOCATE EXISTING 8" SEWER LATERAL (Contingency Item 3,220.00 3,220.00 16 8500.00 SF 6" THICK ASPHALT CONC Di outs Contingency Item 7.19 61,093.75 17 8500.00 SF AGGREGATE BASE 1.14 9,690.00 18 1000.00 SF BIAXIAL GEOGRID TENSAR BX -100 OR EQUIVALENT (Contingency Item 1.40 1,400.00 EXCAVATION, AND REMOVAL OF UNSUITABLE MATERIAL (Contingency 19 50.00 CY Item) 57.50 2,875.00 20 8400.00 SF REMOVE EXISTING ASPHALT CONIC PAVEMENT 4.00 33,600.00 21 40.00 EA REPLACE TRAFFIC LOOPS DAMAGED BY CONSTRUCTION 440.00 17,600.00 22 1.00 LS CONSTRUCTION BYPASS 23,000.00 23 000.00 23 1.00 EA WATER SERVICE RELOCATION (Contingency Item 1,800.00 1,800.00 24 3.00 EA 8" DROP MANHOLE PER CHANGE ORDER NO. 1 2,300.00 6 900.00 25 1.00 EA MOCON PIPE RESTOCK, CONTRACT REDUCTION, AND DEMOB 36,000.00 36 000.00 ESTIMATED TOTAL BID 926,917.36 CONTINGENCY 8 I 1 1700.00 I tMS EA 8" SEWER PIPE abandonment with slurry injection) 9.50 16,150.00 8a 6.00 EA MANHOLE ABANDONMENT tear upper 2' and abandon in lace 750.00 4,500.00 13a 70.00 LF SEWER LATERAL EXTENSION 205.00 14,350.00 25 500.00 LF 8" CURED IN PLACE PIPE CIPP 80.00 40,000-00 28 1.00 EA LOWER 12" TO CONNECT CALLE MAGDALENA, AND ONE EXTRA MANHOLE 39,000.00 39,000. 0 P.O. Box 477, Bonita, CA, 91908 -0477 Phone (619)741 -5643 Fax (619)741 -5658 CITY OF ENCINITA� DESIGNE RICHARD I ENGINEERING DEP, a TMENT INSPECT RON BRAE FIELD OPERATION ENCINITAS BLVD. TRUNK SEWER REPLA( 12 -N,, ,v-04 CEE01D BID DATE 3 JUNE 2,`'4 ENGINEER'S EST METRO C(CALIF THE $824,399.50 ITEM 'UNITS QTY UNIT $ TOTAL $ UNIT $ UNIT $ 1 Clearing and Grubbing I LS 1 $7,633.33 $7,633.33 $6,900.00 $10,000.00 2 Replacement of Median, Cure, andsc; LS 1 $19,500.00 $19,500.00 $34,500.00 $25,000.00 3 Shoring and Bracing LS 1 $23,750.00 $23,750.00 $4,025.00 $50,000.00 4 Excavation, Backfill, and Re(- rnactic i LS 1 $25,100.00 $25,100.00 $69,000.00 $25,000.00 5 Traffic Control LS 1 $33,800.00 $33,800.00 $41,400.00 $30,000.00 6 12" HDPE Sewer Pipe (Pipe n ;t) LF 290 $161.00 $46,690.00 $161.00 $190.00 7 12" PVC Sewer Pipe (Open ' ;h) LF 2,786 $155.25 $432,526.50 $155.25 $360.00 8 Manholes 0 — 10 Feet depth EA 8 $4,140.00 $33,120.00 $4,140.00 $4,400.00 9 Manholes 10 — 16 feet dept! EA 6 $5,888.00 $35,328.00 $5,888.00 $5,000.00 10 Manholes, Drop Inlet EA 2 $5,750.00 $11,500.00 $5,750.00 $6,200.00 11 4 -inch Service Lateral Recot ions EA 1 $1,725.00 $1,725.00 $1,725.00 $2,000.00 12 6 -inch Service Lateral Reco ion EA 5 1 $1,725.00 $8,625.00 $1,725.00 $2,100.00 13 8 -inch Service Lateral Recoi ion EA 1 $1,700.00 $1,700.00 $1,700.00 $3,100.00 14 Connection to Existing 12 -in; Se',, EA 1 $3,680.00 $3,680.00 $3,680.00 $3,100.00 15 Connection to existing 12 -inc ! != Sev= EA 1 $3,680.00 $3,680.00 $3,680.00 $3,100.00 16 Relocate Existing 8 -inch Sev atera EA 1 $3,220.00 $3,220.00 $3,220.00 $3,000.00 17 6 -inch Thick Asphalt Concre! !' !!qou, ; SF 6,000 $7.19 $43,140.00 $7.19 $9.00 18 Aggregate Base (Contingen( n) SF 6,000 1 $1.14 $6,840.00 $1.14 $1.00 19 Biaxial Geo rid, Tensar BX- )r eq.: SF 1,000 $1.40 $1,400.00 $1.40 $2.00 20 Excavation and Removal of ; - tab!.. CY 50 $57.50 $2,875.00 $57.50 $50.00 21 Remove Existing 12 -inch As Corr, SF 4,000 $4.00 $16,000.00 $4.03 $11.00 22 Replace Traffic Loops Dam: ;y C LS 1 $11,633.33 $11,633.33 $14,000.00 $10,400.00 23 Construction Bypass ! -S 1 $46,333.33 $46,333.33 $23,000.00 $51,000.00 24 Water Service Relocation (C gene FA 1 $4,600.00 $4,600.00 $1,800.00 $2,500.00 25 testbid 11/29/2004 Jun -14 -2005 07:23am From- liqpiliiil i June 13, 2005 Jose Ortiz Metropolitan Construction P.O. Box 477 Bonita Ca. 91908 Re: Encinitas Boulevard Trunk Sewer Replacement Outstanding Items Dear Mr. Ortiz: T -330 P- 002/002 F -509 As requested in the weekly progress meeting with the City on May 25, 2005 and in a follow up email dated rune 1, 2005, Metropolitan is to finalize the following outstanding issues with regard to the work: 1) Provide formal change order request for each of the grouped T &M tickets, with certified payrolls and then schedule a time to meet with the City to discuss these. 2) Schedule a walk through with the CITY to review the work and create a punch list 3) Provide COR for the Caltrans permit 4) Submit written request for all delays to due rain and/or other delays (from 1/18 - present) 5) Provide any outstanding T &M tickets that have not already been presented to the City 6) Provide as -built drawings. To date RBA is not aware of these timely m=q- Sean F. Manning, P.E. Construction Manager cc: Kipp Hefner, City of Encinitas Greg Shields, City of Encinitas File Encinitas.003.303 a items being completed. Please address these issues in a SGah 14 4HH /� OGYID.. �ffv ..mod .iaid►.�f0 • . �a :it+yt�3' f �85d/ 9G�0.�00 • .� �p�� 4diG =0.05 May 31, 2005 Jose Ortiz Metropolitan Construction P.O. Box 477 Bonita Ca. 91908 Re: Encinitas Boulevard Trunk Sewer Replacement T &M Tickets for Unburstible Material — response Dear Mr. Ortiz: In response to your letter dated May 24, 2005, that was received in our office via fax on May 26, 2005: 1) Section 306 -9.3.4 of the specifications state: "The Contractor shall verify all subsurface conditions, which may affect the Work on this contract. All investigations necessary to verify subsurface conditions or potential interferences and to complete the Work shall be included in the prices bid for Contract Bid Items in the Bid Proposal at no additional cost to the City. Copies of all reports and information on subsurface conditions obtained by the Contractor shall be provided to the Engineer" It is the viewpoint of the City that the Contractor failed to verify subsurface conditions along the entire length of the project per Section 306 - 9.3.4. Consequently, the means and methods used to replace the trunk sewer were inadequate for the given soil conditions. It is the City's view that T &M tickets 3, 4, 5, and 6 are without merit. If you have any questions please give me a call. 14��6 Sean F. Manning, P.E. Construction Manager cc: Kipp Hefner, City of Encinitas Greg Shields, City of Encinitas File Encinitas.003.303 a (X)T) 4.96 asor� • . /�sa/ �y6 osas (G C% C�lvrameewv alll ' -t !Cllljl IK -1 CITY OF ENCINITAS ENCINITAS BOULEVARD TRUNK SEWER REPLACKMENT PROJECT WEEKLY PROGRESS MEETING Minutes May 25, 2005 City of Encinitas City Hall Attendees: Richard Brady & Associates Metropolitan Constr. City of Encinitas Michael Herrmann Jose Ortiz Greg Shields Michael O'Shea Ron Brady Bernard Cook Shawn Atherton CONTRACT SUMMARY (As of 5/25/2005) ��o� ��' �' ._��� �� ,�,�o • .Sow �� �a� �,��,�� 7 ��s�/ �9�asoo • � /�5a� �9sasas Page 2 Contract Price Original Contract Amount: ............................................... $860,117.25 Approved Change Order( s):.... ........... ............................... $10,945 Revised Contract Amount: ............................................... $871,062.25 Amount Payable to Date: ................................................ $314,941.05 Retention to Date: ............... _ .......... ............................... 4,9 3 93 45 Total Invoiced to Date (Progress Payment # 1 - #5) ................. $772,386.00 Percent Invoiced to Date: ................................................ 90.1% Discussion: Old business • Progress Payment #4 has been combined with #5. Progress of the work • See preliminary punch list at end of these minutes • Notice of substantial completion will be granted when work related items on preliminary punch list are completed Submittals/RFI's/RFP's • none Pending Change Orders • Metro is to respond to RBAs letter regarding Metro's summary for a delayed working days. PENDING • Metro is to submit a COR in the amount of around $830 for the cost of the Caltrans permit. PENDING Future Areas of Concern • Contractor to set up meeting with the City ASAP to negotiate COR from T &M work. Future schedule: Next Meeting 6/8/05 PIIW ,5614 & Jd4D",,AD •X909 _A1,06, walvm . aa� Y'ale .300 • �ra �rz�aeruic- .9�'�P3 J� /���/ �9sosoa • � /�s�� �96osa,� Page 3 Change Order Requests (COR) (submitted to CM by Contractor) REPORT COR DESCRIPTION METRO COST STATUS # 1 4 MH 15 (see ticket) $2,363.54 2 5 MH 15 (see ticket) $4,716.66 "unburstible material at 27 +75, and 3 time required to retrieve collapsed 6 head resulting from unburstible soil $25,633.86 "shoring, traffic control and bypass for 4 7 failed pipe burst area (26 +25 to 27 +75) $17,387.36 "delays from hard soil at 26 +25 to 5 25 +64 Estimated time pipe bursting 5 8 to 6 hours $22,988.42 "traffic control and bypass for 22 +70 6 to 25 +75, pipe bursting failed and 9 redesignated as open trench, clearing" $24,434.22 "connecting to MH 15A concrete base, 7 break and repair channel, No 12" PE 10 found upstream of MH 16" $6,211.72 "Remove concrete encasement around 8 11 MH 10" $6,529.26 "Remove concrete encasement around 9 12 MH 10" $9,502.07 "RFI #I I Remove encased sewer at 10 13 Saxony below 16" ALP" $15,884.62 "Excavate 20' of sewer trench below 11 10" RW for Hammer Clearance per 14 RFI #12" $5,130.30 "Excavate soil around pipe per RFI 12 15 #11" $3,962.02 "Backfill Excavation at 10" RW (Sta. 13 12 +62) and remove pipe debris (7pm 16 to 12:30am)" $3,541.11 14 17 "8" Sewer on Saxon er RFI #13" $9,281.34 'Backfill at Saxony 16" AC per RFI 15 18 #11" $3959.03 "Hand excavate 8" sewer on Saxony 16 19 mr RFI # 13 $2219.61 17 20 "Hand excavation er RFI #13" $608.59 "Backfill over 16" AC Water on 18 21 Saxony per RFI #I 1" $2,990.22 "Excavate and extend connection to 19 22 MH 5 to reduce L point per RFI #13" $4,925.98 TOTAL $172,269.93 .�.�ucd�r C� ��ari2dPa • 4.90.9./�,irt��r� ��an��ia � �� 300 • �� �Ji�o, �¢�i�oeiu2 �,Z9z'� �� ��Sdc) 4.96O.S00 • ��Sd�) 4.96' 0,j Page 4 a ll. A."c W"I to Owner by CM) h 1 V RFP V GU %_.uaia COR a v. CO uv. o I _ _ , -- »-- ' °'---- -- — _ -- - I DESCRIPTION TIME AMOUNT STATUS 41 #1 #1 Drop Inlet Structure $2300.00 Final #3 #2 #2 8 -inch diameter stub outs in $1000 Final Manholes #14 & 15 #3 Install HDPE and delete MH 7 & 9 $7645 Cost recovery for 1St sewer bypass ($1192) #4 incident in November #5 Cost Recovery for 2° sewage spill ($3101.06) incident on April 24, 2005. CITY OF ENCINITAS ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT PROJECT TWO WEEK LOOK AHEAD SCHEDULE (6/1/2005) (Provided by Contractor) 5/25 Grind plastic pipe edges at MH inverts (3 or 4 count) 5/26 Complete final paving 5/31 6/1 6/2 6/3 �d�a • X90.9 ��1 _ goo • _C, �' .T /as�� ��asoo • � ��sa� ���o.�os Page 5 Encinitas Blvd Trunk Sewer — Preliminary Punchlist Item Description Completed Sag between MH #5 and #6 - - -- -done Y N Saddle protruding into 12" main at Oggi's - - - -- contractor to leave as is Y N Offset in lateral at Oggi's ------- done, contractor reduced to 1/2" Y N Grind plastic pipe edges in MH invert - - - - -- contractor to do 3 or 4 of these tonight, Y N 5/25 Other MH Work-- - - - - -- contractor to work on MH with wedged 2x4 tonight, 5/25 Y N Asphalt (pave and grind) - - - - -- finished base, final paving tomorrow night, 5/26 Y N Video - - -- -done (section between MH 8 and 5) Y N Caltrans loops Y N Metro contract extension request - - - - -- contractor to submit to RBA Y N Metro pictures - - - -- contractor to submit to RBA Y N COR for Caltrans permit - - -- contractor to submit to RBA Y N Y N Y N Y N irii¢ud ea i6orrh /Q •/x.90.9 iit�iir� W.,Y , Y./ X00 • �itia �r�i �o ztrc .9t7� 9 /fsx/ ~e2j-os ENCJ����� June 1, 2005 Metropolitan Construction C/o Jose Ortiz 8614 Troy Street Spring Valley, Ca 91977 Re: CHANGE ORDER #7 Encinitas Blvd. Trunk Sewer Replacement Project CEEOID Gentlemen: Pursuant to Section 7 -10.5 — Protection of the Public:: The costs for all labor, equipment, materials, and incidentals, together with the cost and expense of such repairs as are deemed necessary by the City Engineer, shall be paid by the Contractor. All expenses incurred by the City for emergency repairs or remedial actions will be deducted from the amounts due the Contractor. The invoice from Cannon Pacific Services, Inc. for the work they performed May 24, 2005 is attached. The deductive change for the above work is for $464.62 (Four Hundred Sixty Four Dollars and 62 Cents). The contract time will not change. Please signify your acceptance of this change order by signing below. Please return the change order to the City after you sign it. Upon receipt, the City will sign and a copy, with original signatures, shall be forwarded to you for your files. Ureg elds, P.E. Field Operations cc: Director of Engineering Services ACCEPTED BY: Jose Ortiz, President Metropolitan Construction Contractors License No. 790532A TEL 760- 633 -2600 / FAX 760 -633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760 - 633 -2700 � recycled paper r- TO: Finance Department FROM: Andrew P. Bullington, Street Superintendent DATE: May 25, 2005 SUBJECT: Request for Billing Damage to City Property Please bill the following for damages to City Property: Name: City of Encinitas- Engineering Division Address: 505 S Vulcan Ave City/State /Zip: Telephone: Business Telephone: Total Amount of Bill: Encinitas, Ca. 92024 Date of Incident: cc: Encinitas Blvd & 1 -5 Insurance Information May 24, 2005 S�Z5��5 Street Superintendent City of Encinitas /San Dieguito Water District Department of Public Works Cost Recovery Date: 5/25/2005 Location: Encinitas Blvd & 1 -5 Date of Incident 5/24/2005 Intersection Bill to: City of Encinitas, Engineering Division Description of Incident to City right of way: Contractor placed plate over storm drain manhole, large truck dislodged plate- open exposure Sheriff Incident number: CHP Incident number: Employee Name Title Reg Hours O.T. Hours Total Cost Equip Type Hours Total Cost Clayton Hill Field Supervisor 2.00 $51.98 Case Loader 1.00 $40.00 Howard Whitlock Supervisor 2.00 $109.50 Fm143 1.00 $45.00 Andy Bullin ton Superintendent 2.00 $135.34 ;Fm241 1.00 $45.00 Donna Trotter lAdministration 1.00 $37.80 Labor Totals- Street Maintenance $334.62 Vehicle Costs - Street Maintenance $130.00 Material Costs - Street Maintenance $0.00 OVERALL BILL�� Supervisors signature: rr• Encinitas Bivd Accounting Division -CITY 201 - 0000 - 394 -00 -00 $464.62 CC: Cindy Dabney- Finance Division - Cityhall G:Support:Cost Recovery.xls Dated: 5 � i as (STREET MAINTENANCE WORK ORDER WorkOrderNumber 18721 DUPLICATE REQUEST Datelnitiated 05/24/20051 Assigned HW Department F7e7 7 W InternalCustomer Person [�—;herW Dept- Dispatch ❑ ExternalCustomer Phone/Extension Callout MEE= Street Encinitas Blvd I CrossStreet Encinitas Blvd __ AddressDescription s/b !a171p turn pocket Town Old ❑ New F-1 Leucadia ❑ Cardiff ❑ Olivenhain ❑ Ranch go= WorkOrderRequest [trench plate slid, when large truc; over it ❑ Stree t Light s ❑ TrafficSigna ls ❑ StrSweeping ❑ LineStrpRedC u- r b ❑ SpecPojClayton ❑ E-MailGenerated W ENG ENG WO ❑ RFA ❑ WorkorderFrday O ff ❑ Task Item 1, - - - - "lAr ❑ On oinnP-iect ❑ RoadClosure DateCompleted I _ —­._ vu_ l CompletedBy Clayton Hill (2), Howard I- r H-,o- ,- � w: a' rd - Whi_ tlo­ ck _ (1� - ), Andy - B-- u- l lingt, on_ (l) Contractor Donna Trotter - administration (1) ManHours 5. Vehicle/Equipment [Case Loader (P-0-00), Fm143 $45.00, Fm241 $45.00 Materials ❑ Classil ❑ Asphalt ❑ Cement ❑ Other ❑ UPM Comments Us-rid plate back over storm manhole WorkVefifiedBy ICh UOSEmecove. y DataEntry F- Time of call I- Bags 1 0 Project Start Date Est Completion Date 05/24/2005 ❑ AsphaltMaint ❑ Signs ❑ Probationcrew F-1 CementMaint ❑ Grafitti ❑ RightofWayPWI#1 ❑ WeedAbatement ❑ TreeMaintStrtCrew ❑ BusBenchPWI#2 ❑ SpecProjectsSteve W RightOfWayMiscMaint ❑ StationMaint TaskDescription Trench late I'll — - -1-1. -- -- e 1 1-11 - - _ . Datelnitiated 05/24/20051 Assigned HW Department F7e7 7 W InternalCustomer Person [�—;herW Dept- Dispatch ❑ ExternalCustomer Phone/Extension Callout MEE= Street Encinitas Blvd I CrossStreet Encinitas Blvd __ AddressDescription s/b !a171p turn pocket Town Old ❑ New F-1 Leucadia ❑ Cardiff ❑ Olivenhain ❑ Ranch go= WorkOrderRequest [trench plate slid, when large truc; over it ❑ Stree t Light s ❑ TrafficSigna ls ❑ StrSweeping ❑ LineStrpRedC u- r b ❑ SpecPojClayton ❑ E-MailGenerated W ENG ENG WO ❑ RFA ❑ WorkorderFrday O ff ❑ Task Item 1, - - - - "lAr ❑ On oinnP-iect ❑ RoadClosure DateCompleted I _ —­._ vu_ l CompletedBy Clayton Hill (2), Howard I- r H-,o- ,- � w: a' rd - Whi_ tlo­ ck _ (1� - ), Andy - B-- u- l lingt, on_ (l) Contractor Donna Trotter - administration (1) ManHours 5. Vehicle/Equipment [Case Loader (P-0-00), Fm143 $45.00, Fm241 $45.00 Materials ❑ Classil ❑ Asphalt ❑ Cement ❑ Other ❑ UPM Comments Us-rid plate back over storm manhole WorkVefifiedBy ICh UOSEmecove. y DataEntry F- Time of call I- Bags 1 0 Project Start Date Est Completion Date 05/24/2005 CITY OF ENCINITAS ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT PROJECT WEEKLY PROGRESS MEETING Minutes Attendees: Richard Brady & Associates Michael Herrmann Michael O'Shea Bernard Cook May 18, 2005 City of Encinitas City Hall Metropolitan Constr. Jose Ortiz Alberto Larios City of Encinitas Ben Taylor Greg Shields Ron Brady Shawn Atherton CONTRACT SUMMARY (As of 5/18/2005) ,5W Kxle) ("Pfd") 4�waj-oj- Page 2 Contract Price Original Contract Amount: ............................................... $860,117.25 Approved Change Order(s): .............................................. $10,945 Revised Contract Amount: ............................................... $871,062.25 Amount Payable to Date :................. ............................... $314,941.05 Retention to Date: .......................... ............................... 4,9 3 93 45 Total Invoiced to Date (Progress Payment # 1 - #5) ................. $772,386.00 Percent Invoiced to Date: ................................................ 90.1% Discussion: Old business Progress of the work • See 2 week look ahead • City has reviewed TV video of pipeline and has put together a preliminary punch -list as follows: 1) It is estimated that there is a 10" sag between MH #5 and #6. Contractor to fix sag. It is recommended that the Contractor open up this area and take a look to determine the extent of the problem. Contractor is scheduled to start fixing this sag tonight. 2) Saddle is protruding into 12" pipe at service connection at Oggi's. Contractor is to fix. 3) Contractor to grind plastic pipe edges in MH invert and complete other MH work Submittals/RFI's/RFP's • none Pending Change Orders • Metro is to respond to RBAs letter regarding Metro's summary for a delayed working days. PENDING • Metro is to submit a COR in the amount of $830 for the cost of the Caltrans permit. PENDING Future Areas of Concern Future schedule: Next Meeting 6/1/05 �e��u�l� � ��d/+1DGCLlL✓�v • �l.90.9 ,�lr�� az ,_�� < <ii� X00 • �2re �aqa, �'�a .9,�'1,�:� �e� /�s�/ �9� aso�r • .� /�s�/ 49s aso.� Page 3 Other Issues Potential Changes: Other concerns: • Bernard asked that the Contractor provide daily reports for all T &M tickets and all Contractor photographs. • Contractor to put together punch list New Business: ioev�ta c�a� • 4.90.9 ,/ wow, u 900 • �iz �t�a �aG°�rti?tai2 9�1�3 /�s�/ �9�os00 • .� /�sa� ���os0.� Page 4 Change Order Requests (COR) (submitted to CM by Contractor) REPORT COR DESCRIPTION METRO COST STATUS # 1 4 MH 15 (see ticket) $2,363.54 2 5 MH 15 (see ticket) $4,716.66 "unburstible material at 27 +75, and 3 r6 time required to retrieve collapsed head resulting from unburstible soil $25,633.86 "shoring, traffic control and bypass for 4 7 failed pipe burst area (26 +25 to 27 +75) $17,387.36 "delays from hard soil at 26 +25 to 5 25 +64 Estimated time pipe bursting 5 8 to 6 hours $22,988.42 "traffic control and bypass for 22 +70 6 to 25 +75, pipe bursting failed and 9 redesignated as open trench, clearing" $24,434.22 "connecting to MH 15A concrete base, 7 break and repair channel, No 12" PE 10 found upstream of MH 16" $6,211.72 "Remove concrete encasement around 8 11 MH 10" $6,529.26 "Remove concrete encasement around 9 12 MH 10" $9,502.07 "RFI #I I Remove encased sewer at 10 13 Saxony below 16" ALP" $15,884.62 "Excavate 20' of sewer trench below 11 10" RW for Hammer Clearance per 14 RFI #12" $5,130.30 "Excavate soil around pipe per RFI 12 15 #11" $3,962.02 "Backfill Excavation at 10" RW (Sta 13 12 +62) and remove pipe debris (7pm 16 to 12:30am)" $3,541.11 14 17 "8" Sewer on Saxony per RFI #13" $9,281.34 "Backfill at Saxony 16" AC per RFI 15 18 #1 V $3959.03 "Hand excavate 8" sewer on Saxony 16 I p er RFI #13 $2219.61 17 20 "Hand excavation per RF1 # 13" $608.59 "Backfill over 16" AC Water on 18 21 Saxony per RFI #I 1 " $2,990.22 "Excavate and extend connection to 19 22 MH 5 to reduce L point per RFI #13" $4,925.98 TOTAL $172,269.93 e� 2 ,564 d - ,J&m.,lee • 4A0.9 4,04 oa y w .mod, ci�i.� X00 • C/,,,/ -9�a 16M Page 5 A d Chan a Orders CO (Submitted to Owner by CM) rove RFP COR CO DESCRIPTION TIME AMOUNT STATUS #1 #1 #1 Drop Inlet Structure $2300.00 Final #3 #2 #2 8 -inch diameter stub outs in $1000 Final Manholes #14 & 15 #3 Install HDPE and delete MH 7 & 9 $7645 Cost recovery for ISM sewer bypass ($1192) #4 incident in November #5 Cost Recovery for 2 Id sewage spill ($3101.06) incident on April 24, 2005. CITY OF ENCINITAS ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT PROJECT TWO WEEK LOOK AHEAD SCHEDULE (5/25/2005) (Provided by Contractor) 5/23 Grind and asphalt pavement 5/24 Re- stripe 5/25-5/27 Traffic loops 5/24 Walk Through 5/26 Complete punch list items �ie�iae��ead� c� �aa�le� • X90.9 �/% �<uar�arz �� X00 • �a� .��e�o, ��atiu¢ .9,�'7,�� %� ��59� 49� O.SOO • � ��f�� 4.96' O.S"05' Encintas Blvd Trunk Sewer Metropolitan Construction Encinitas Blvd Trunk Sewer — Preliminary Punchlist May 25, 2005 Item qbTpleted Description Section Reference Y N Sag between MH #5 and #6 Saddle protruding into 12" main at Oggi's Y Grind plastic pipe edges in MH invert Y Other MH Work Y Asphalt (pave and grind) N Video ? Y N Y N Y N Y N Y N Y N Y N Y N Y N Y N Y Y Metro contract extension request Y Metro pictures Y COR for Caltrans permit f Confirmation Report— Memory Send Page 001 Date & Time: May -23 -05 10:59am Line 1 Machine ID Job number Date To Number of pages Start time End time Pages sent Status Job number 993 993 May -23 10:58am 5918584960505 002 May -23 10:58am May -23 10:59am 002 OK * ** SEND SUCCESSFUL * ** All FORM FAX 760/633 -Z8X8 Eagilaeeriag <7T0 FAX�4R• ��58 � �' �6 � �Sos NO_ QF PAGES =2- t`1%NG- PHONE' C3 Call AS11p Review at C Mpleas6 S- T....Ale per Our Caa vCOM COMMENTS: %� Review a. Return Q please Reply by _ 0/ lEap f —ice +�Z EnJ % 1 1�t1► CIty of Ea0i311i 505 W xL=inftas, CA 760/633 -2770 GATE �/d l TO: ♦ !J1- L�-it� � OF. ADDRESS• FROM' i All FORM FAX 760/633 -Z8X8 Eagilaeeriag <7T0 FAX�4R• ��58 � �' �6 � �Sos NO_ QF PAGES =2- t`1%NG- PHONE' C3 Call AS11p Review at C Mpleas6 S- T....Ale per Our Caa vCOM COMMENTS: %� Review a. Return Q please Reply by _ 0/ lEap f —ice +�Z EnJ % TRANSMITTAL FORM City of Encinitas FAX 760/633 -2818 505 S. Vulcan Avenue Engineering Encinitas, CA 92024 -3633 760/633 -2770 DATE 5 2-3 C _5 SENDTO FAX #: ��� S �f�l G - �� S NO. OF PAGES: Z- TO: C OF: *A N9J6 ADDRESS: FROM: o o f - PHONE: (760) 633- Z 7-7 5- ❑ Call ASAP ❑ Review & Call ❑ Review & Return F.Y.I. ICJ` „ Please Handle Per Our Conversation ❑ Please Reply by COMMENTS: r,YL u -E 0 c rye a4�-�'5 r'ory y� �LAM x -) TH t e , f CLLIr0: �e19L- ti-C_EM Ens' i �V -L-6,,,J E.D . t--�eEAI) MAY.23.2005 8 :56AM METROPOLITAN CONST NO.805 P.2i2 METROPOLITAN CONSTRUCTION 8614 Troy St. Phone (619) 741 5643 Fax (619) 741 -5658 REQUEST FOR INFORMATION # 13 May 23, 2005 Date: To: Kipp Hefner, Sean Banning Attn: Encinitas/ R.F.B. and Assoc. From: Jose Ortiz Subject: Grinding i Paving project Namer Encinitas Boulevard Trunk sewer Replacement_ C.I.E. No.: CHH01D WIP No.: Contractor: Metropolitan Construction Contract No.: Drawing Reff 0-4 Spec. Ref: Needed Response By: Question: MC is going to repair the trench pavement per the Contract documents detail 3 C -4 that only require grinding 12" outside from the edge of the trench. There are some areas outside these limits that may require pavement grinding repair. Do you want MC to repair these areas per detail 3 C -4 or only with class F cap, this work is outside the scope, and adjustments will be necessary. Please advise on solution ASAP, MC is planning to place the asphalt paving tomorrow night? Cost per SF $ 2.50 (Grinding and asphalt) By: Reply /Solution Date: By: Date: May 23, 2005 originator's Signature Design Consultant's Signature Forwarded By: Date: Contracts Manager's Signature b;%—Wanfin*VffMt os7.was Confirmation Report— Memory Send Page : 001 Date & Time: Apr -29 -05 01:36pm Line 1 Machine ID Job number 551 Date Apr -29 01:35pm To : 8918584960505 Number of pages 005 Start time Apr -29 01:35pm End time Apr -29 01:36pm Pages sent 005 Status OK Job number 551 * ** SEND SUCCESSFUL * ** • S AL FORM ' • gAX 760/633 =2818 City of Enciaitss $agia�B 505 3. Vsalc �A9~2OZ4 3633 760/633 -2770 �gv�B . � 496 — ' SEN�TO FA7C#: TO: ' AppRESS- • ' 2z 7 �- �� FROM: - C-U ^ Q Ylosse f7° °�° ' C3 Pez'Oaa Conversatia� I.:.�J Pleax RaPl]Y by V96 April 28, 2005 Metropolitan Construction C/o Jose Ortiz 8614 Troy Street Spring Valley, Ca 91977 Re: CHANGE ORDER #5 Encinitas Blvd. Trunk Sewer Replacement Project CEE01 D Gentlemen: Pursuant to Section 7 -10.5 — Protection of the Public:: The costs for all labor, equipment, materials, and incidentals, together with the cost and expense of such repairs as are deemed necessary by the City Engineer, shall be paid by the Contractor. All expenses incurred by the City for emergency repairs or remedial actions will be deducted from the amounts due the Contractor. The invoice from the County of San Diego for the work they performed October 18, 2004 is attached. The deductive change for the above work is for $3,101.06 (Three Thousand One Hundred One Dollars and Six Cents). The contract time will not change. Please signify your acceptance of this change order by signing below. Please return the change order to the City after you sign it. Upon receipt, the City will sign and a copy, with original signatures, shall be forwarded to you for your files. /- , Greg Shields, P.E. Field lbperations cc: Director of Engineering Services ACCEPTED BY: Jose Ortiz, President Metropolitan Construction Contractors License No. 790532A TEL 760- 633 -2600 / FAX 760 - 633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760 -633 -2700 � recycled paper TO: Finance Department FROM: Paul Hartman, NPDES /Engineering Division DATE: 26- Apr -05 SUBJECT: Request for Billing Damage to City owned property /right of way Please bill the following for damages to City Property: Name: Address: City /State /Zip: Telephone: Total Amount of Bill: Jose Ortiz 8614 Troy Street Spring Valley, CA 91977 (619) 741 -5643 Date of Incident: 24- Apr -05 cc: Shawn Atherton -WWC Donna Trotter -PW Larry Giles -LG Greg Shields -ENG Signature of upervisor Date City of Encinitas Engineering Department, Clean Water Program Cost Recovery Date: 4/26/2005 Location: Encinitas Boulevard, Manhole #T17 Bill to: Metropolitan Construction c/o Jose Ortiz, President 8614 Troy Street Spring Valley, CA 91977 (619) 741 -5643 Description of Incident to City right of way: Sewage release to municipal stormwater conveyance system, approximately 5000 gallons Case Number: CW- 05-005 CHP Incident number: N/A Labor Totals -WWC $278.1600 69.5400 $347.7000 Labor Totals - NPDES -En r $321.4570 80.36425 $401.8213 Ls -PW $523.3500 130.8375 $654.1875 s -LG $98.8500 0 0 $98.8500 $225.0000 ts -WWC $225.0000 0 $0.0000 ts - NPDES -En r $0.0000 $437.5000 0 $437.5000 ts -PW $936.00 0 $936.0000 OVERALL BILL Supervisors signature: c� � Dated: 7/04 cc: Shawn Atherton -Waste Water CollecUons, Donna Trotter -PW, file City of Administrative Citation Encinitas Time (Violation Observed)): Date. C) WARNING I St Citation $100 0 2nd Citation $200 0 3 rd Citation $500 (and each subsequent violation within 12 months) Payment of is due no later than (see reverse side for payment information) Correction of the violation indicated below must be completed by: Date: if you fail to correct the violation by this date, the next level citation may be issued or other enforcement action may occur. Person Cited: Last First Middle 0 Property Owner 0 Tenant Q Business Owner 0 Other Mailing Address: City State Zip Code Business Name (if applicable) d` r'. r_41, le r Assessor's Parcel Number Violation Address: -7 Code Section Violated Description of Violation 77iola7ted Corrections Required: j X Enforcing officer: F Phone Number Signature. Date: (Print Please) Person Cited: Acknowledgement of Receipt- Date: (Print Please) Signature: Citation Served By: 0-- In Person C) Postec7 a Propert-JL 0 By Mail 0 Other Citation No White: CODE ENFORCEMENT Canary: FINANCE Pink: FILE Goldenrod: VIOLATOR JE�1. TEL 760-633-2600 / FAX 760-633-2627 505 S. Vulcan Avenue, Encinitas, California 92024-3633 TDD 1160-633-2700 Tj,�l recycled paper CITY OF ENCINITAS ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT PROJECT WEEKLY PROGRESS MEETING Minutes April 20, 2005 City of Encinitas City Hall Attendees: Richard Brady & Associates Metropolitan Constr. City of Encinitas Sean Manning Jose Ortiz Kipp Hefner Michael O'Shea Greg Shields Ron Brady San Dieguito Water Raymond Shawn Atherton CONTRACT SUMMARY (As of 4/27/2005) / /, % /; /. ��i�f� �ini�rrr . /iiuri /, , `�ii� ,1�% • . ��ii �ii��n, `iii /i "naiiiir %� /,k'�' Page 2 Contract Price Original Contract Amount: ............................................... $860,117.25 Approved Change Order(s): .............................................. $10,945 Revised Contract Amount: ............................................... $871,062.25 Amount Payable to Date: ................................................ $314,941.05 Retention to Date: ......................................................... $34,993.45 Total Invoiced to Date (Progress Payment # 1 - #4) ................. $543,138.35 Percent Invoiced to Date: ................................................ 62.3% Discussion: Old business Progress of the work • The 90 degree bend for the drop inlet will be completed by next Friday • Metro potholed near MH #1, no conduits found. Submittals /BFI's /RFP's Pending Change Orders • Metro is to respond to RBAs letter regarding Metro's summary for a delayed working days. PENDING • Metro is to submit a COR in the amount of $830 for the cost of the Caltrans permit. PENDING • City is producing a CO for the 3" conduit to be layed out between the traffic signals on both sides of the freeway. Metro will send a cost estimation to RBA. Future Areas of Concern • SDR -35 will be used between MH #I and #4 • Asphalt work near the Caltrans ROW will need to be done at night • Incident on site from a few weeks ago — equipment hit car — City to provide pictures • Metro requested that the signal timer at Denny's be changed, Ray from the City's traffic department explained that the Caltran's signal was recently hit and is affecting operation the City's signal. The City is unable to make changes to the timer until the States light is fixed. Future schedule: Next Meeting 5/4/05 Other Issues Potential Changes: Other concerns: ,. �. %ri�ir�r /.'%�ini� Cf iJ crrrrl • ! % /;9,�i��rnr�nir. • /corals ,J /// • ,ire {r /'n�>rrr %/;�J% ! %F' %� %// • it �P.� FJ /JF %%a Page 3 • Last Tuesday night when the bypass pumps were being primed a small amount of sewage leaked onto Encinitas Blvd. The City was notified and the Contractor followed procedures for containment and cleanup. New Business: • Metro is using Seal Right for the asphalt paving operation • The City requested that Metro use anew sweeper that does abetter job cleaning up Encinitas Blvd. Potential Change Orders (submitted to Contractor by CM) Change Order Requests (COR) (submitted to CM by Contractor) cirri f 6f 4lcriir� • ! /OD , , li f Cin <�orr . <¢�/ . i X00 • ii- 1ii�c; Cif »riir %? /, 1 DESCRIPTION DATE STATUS T &M RFI #11 Remove encased sewer @ Saxony 3/1/05 Metro Submitted below 16 — inch ACP T &M Excavate 20 -inch of sewer trench below 10 -inch 3/3/05 Metro Submitted RW for hammer clearance per RFI #12 T &M 3/6/05 Metro Submitted Excavate soil around pipe per RFI #11 T &M 3/2/05 Metro Submitted Pothole 10 -inch reclaimed waterline not shown Backfill excavation at 10 -inch RW (Sta. 12 +60) T &M and Remove pipe debri and soil (7 pm — 12:30 3/7/05 Metro Submitted am) Change Order Requests (COR) (submitted to CM by Contractor) cirri f 6f 4lcriir� • ! /OD , , li f Cin <�orr . <¢�/ . i X00 • ii- 1ii�c; Cif »riir %? /, 1 Page 4 REPORT COR DESCRIPTION METRO CITY STATUS # COST COST 1 4 MH 15 (see ticket) $2,363.54 2 5 MH 15 (see ticket) $4,716.66 "unburstible material at 27 +75, and 3 time required to retrieve collapsed 6 head resulting from unburstible soil $25,633.86 "shoring, traffic control and bypass for 4 7 failed pipe burst area 26 +25 to 27 +75) $17,387.36 "delays from hard soil at 26 +25 to 5 25 +64 Estimated time pipe bursting 5 8 to 6 hours $22,988.42 "traffic control and bypass for 22 +70 6 to 25 +75, pipe bursting failed and 9 redesignated as open trench, clearing" $24,434.22 "connecting to MH 15A concrete base, 7 break and repair channel, No 12" PE 10 found upstream of MH 16" $6,211.72 "Remove concrete encasement around 8 11 MH 10" $6,529.26 "Remove concrete encasement around 9 12 MH 10" $9,502.07 "RFI #I I Remove encased sewer at 10 13 Saxony below 16" ALP" $15,884.62 "Excavate 20' of sewer trench below 11 10" RW for Hammer Clearance per 14 RFI #12" $5,130.30 "Excavate soil around pipe per RFI 12 15 #11" $3,962.02 "Backfill Excavation at 10" RW (Sta 13 12 +62) and remove pipe debris (7pm 16 to 12:30am)" $3,541.11 14 17 "8" Sewer on Saxony per RFI #13" $9,281.34 "Backfill at Saxony 16" AC per RFI 15 18 #11" $3959.03 "Hand excavate 8" sewer on Saxony 16 19 per RFI #13 $2219.61 17 20 "Hand excavation per RFI #13" $608.59 "Backfill over 16" AC Water on 18 21 Saxony per RFI #11" $2,990.22 "Excavate and extend connection to 19 22 MH 5 to reduce L point per RFI #13" $4,925.98 TOTAL $172,269.93 . �fl,� /rrrr�. tzar, �f �_ � /��cG,w • �JO� � . �G,��j � �i' � .1r�< �/' �irtiorr , oai. /._fir/ 9//O • �_ ai <- �'' �a�iuri<r J,� /,�� Page 5 od Chance Order,. (CO) (Submitted to Owner by CM) RFP COR CO DESCRIPTION TIME AMOUNT STATUS #1 #1 #1 Drop Inlet Structure $2300.00 Final #3 #2 #2 8-inch diameter stub outs in Manholes #14 & 15 $1000 Final #3 Deletion of MH# 7 and #9 $7,645. Final CITY OF ENCINITAS ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT PROJECT TWO WEEK LOOK AHEAD SCHEDULE (4/27/2005) (Provided by Contractor) week of 4/19/2005 Stack manhole no. 2, and backfill. Complete backfill at manhole no. 1. Excavate, install Pipe and backfill from Station 4 +30 to station 6 +00. 4/20/2005 Pour Manhole no. 3 4/21/2005 Excavate, install pipe and backfill from station 6 +00 to 9 +06 (w/ bypass) 4/22/2005 Begin landscape restoration at median between manholes 11 & 12. 4/25/2005 Pour Manhole no. 4 4/26- 29/2005 Asphalt paving 5/2/2005 Final walk thru f: /���.i. /�.�.� �< . �11.�.�,%1 • iii r . `!. j/� I //,,� . , ..../ . , , / ��o • , %�� 1�P� ; �G�.�: {�,��:� �ir� CITY OF ENCINITAS ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT PROJECT WEEKLY PROGRESS MEETING Minutes Attendees: Richard Brady & Associates Sean Manning Michael O'Shea San Dieguito Water Mark Robinson Bill O'Donnell April 6, 2005 City of Encinitas City Hall Metropolitan Constr. City of Encinitas Jose Ortiz Kipp Hefner Ben Taylor Ron Brady CONTRACT SUMMARY (As of 4/20/2005) � /%J ��lli��� ar� <it- , toirc/ �i/ ,?,?% • ait ��� <i i ozrtr�e / 7�9 Page 2 Contract Price Original Contract Amount: ............................................... $860,117.25 Approved Change Order(s): .............................................. $10,945 Revised Contract Amount: ............................................... $871,062.25 Amount Payable to Date: ................................................ $314,941.05 Retention to Date: ......................................................... $34,993.45 Total Invoiced to Date (Progress Payment # 1 - #4) ................. $543,138.35 Percent Invoiced to Date: ................................................ 62.3% Discussion Old business Progress of the work • 99.9% of the 2 drop inlets have been installed • Received Caltran's permit today, Caltran's needs to mark -out, earliest start day is Monday night (both Metro and the City will verify that the start time for construction will be 8pm and not l Opm, as is stated on the permit) • Plan to open trench from MH #1 to MH #4 starting on Monday night, April 11. Curb and median work will begin on Monday and will be done during the day. Submittals /BFI's /RFP's • Metro noticed new markings for a traffic signal conduit approximately 6" from the shallow MH # ?. Contractor to field adjust as necessary. Pending Change Orders • Metro is to respond to RBAs letter regarding Metro's summary for a delayed working days. • Change Order #? For the deletion of MH #7 and #9 has already been approved by the City for the amount of $7,645. • Metro is to submit a COR for the cost of the Caltrans permit. Future Areas of Concern • SDR -35 Pipe is going to be used between MH #2 and MH #4. The run between MH #1 and MH #2 will be placed with HDPE. • Asphalt work near the Caltrans ROW will need to be done at night • Incident on site from a few weeks ago — equipment hit car — City to provide pictures Future schedule: Next Meeting 4/13/05 Other Issues Potential Changes: i�rrrl._tar� C ` n�iirw • ! % //. %lid Ciit�rri- •o¢rlr -Y %O • •fii�n; ��i�'.oririir lr /2� . '��% ����% !J5' / /.�O // • . pia= �P�Y% !9� O�O� Page 3 Other concerns: • Metro is to change the dates on the project sign to reflect expected completion date New Business: Potential Change Orders (submitted to Contractor by CM) Change Order Requests (COR) (submitted to CM by Contractor) RFP COR STATUS DESCRIPTION A— "vnvnrl ChanaP (lrrlPrc (C01 (Cnhmitted to Owner by CM) RFP DESCRIPTION DATE STATUS T &M RFI #11 Remove encased sewer @ Saxony 3/1/05 Metro Submitted below 16 — inch ACP Drop Inlet Structure T &M Excavate 20 -inch of sewer trench below 10 -inch 3/3/05 Metro Submitted RW for hammer clearance per RFI #12 $1000 T &M 3/6/05 Metro Submitted Excavate soil around pipe per RFI #11 T &M 3/2/05 Metro Submitted Pothole 10 -inch reclaimed water line not shown Backfill excavation at 10 -inch RW (Sta. 12 +60) T &M and Remove pipe debri and soil (7 pm — 12:30 3/7/05 Metro Submitted am) Change Order Requests (COR) (submitted to CM by Contractor) RFP COR STATUS DESCRIPTION A— "vnvnrl ChanaP (lrrlPrc (C01 (Cnhmitted to Owner by CM) RFP COR CO DESCRIPTION TIME AMOUNT STATUS #1 #1 #1 Drop Inlet Structure $2300.00 Final #3 #2 #1 8-inch diameter stub outs in $1000 Final Manholes #14 & 15 CITY OF ENCINITAS ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT PROJECT TWO WEEK LOOK AHEAD SCHEDULE (4/20/2005) (Provided by Contractor) week of 4/19/2005 Stack manhole no. 2, and backfill. Complete backfill at manhole no. 1. Excavate, install Pipe and backfill from Station 4 +30 to station 6 +00. 4/20/2005 Pour Manhole no. 3 4/21/2005 Excavate, install pipe and backfill from station 6 +00 to 9 +06 (w/ bypass) 4/22/2005 Begin landscape restoration at median between manholes 11 & 12. 4/25/2005 Pour Manhole no. 4 4/26- 29/2005 Asphalt paving 5/2/2005 Final walk thru /lL( / /OI(�..JJI / //� C� � �Y�CCL( /YPJ • ��0� - �G /, //� ���' / /J� <ll . /LC( //� , / / /<� -JOG • ,. C( //G 1JLPjC r�( /CL C7 /L /(/ ���'�i %� �Y.��II X06' Ga //G • . `? /cz• �P >�P� !9G O�Gs� Confirmation Report— Memory Send Job number Date To Number of pages Start time End time Pages sent Status Job number : 102 Page : 001 Date & Time: Apr -11 -05 03:14pm Line 1 Lachine ID 102 Apr -11 03:13pm 5916197415658 002 Apr -11 03:13pm Apr -11 03:14pm 002 OK *** SEND SUCCESSFUL * ** S1�ITTAL FOIZ�Vi City of Eacia3tss FAX 760/633 2818 SOS S. Yizlcsa Av�aue �ngiiueeriag MmCIL i*M04 CA 92024 -3633 760/633' -2770 SENOTO FAX#: �6 OF -PAGES OF. • �l FROM' ' _ 0 can Aster C] Q 8c V-C"M= Y = EM C3 Per Oaa Coavcsaatioa Phase Reply by coNnv�-rs- City Of Encinitas March 11, 2005 Metropolitan Construction Attn: Jose Ortiz 8614 Troy Street Spring Valley, Calif. 91977 RE: ENCINITAS BLVD TRUNK SEWER REPLACEMENT(CEE01D) Gentlemen: FAX AND MAIL I am in receipt of your letter dated March 11, 2005. Your letter states you are prepared to open trench. You then state that you will not absorb any claims resulting from this change or option by the City of Encinitas. The effect on Mocon's contract is unknown to the city since they are your subcontractor and the city has no information regarding your agreement with Mocon. The efforts made by the city to facilitate your completion of the work on this project seem to keep coming back as being perceived as changes that are going to cost your orginzation more money. The statement made in my letter of March 21, 2005 was: "The City will allow the use of the open trench method only if you bear any additional costs that are incurred by way of this change in procedure. Since I did volunteer to split the cost of the additional loops that would be necessary as result of the open trench procedure, I will not withdraw this. agreement. The requirement to grind for the paving is not waived. This is what was included in the contract and is expected to be done." You are hereby directed to use pipe bursting if the use of open trench can not be accomplished without incurring more costs than those already agreed to above. Sincerely, Greg hJd s, P. E. Field Operations cc: Kipp Hefner, Assoc. Civil Engineer TEL 760- 633 -2600 / FAX 760- 633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760 - 633 -2700 � recycled paper 11 CITY OF ENCINITAS ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT PROJECT WEEKLY PROGRESS MEETING Minutes Attendees: Richard Brady & Associates Sean Manning San Dieguito Water Mark Robinson Bill O'Donnell March 23, 2005 City of Encinitas City Hall Metropolitan Constr. City of Encinitas Jose Ortiz Greg Shields Ben Taylor Ron Brady Shawn Atherton CONTRACT SUMMARY (As of 3/30/2005) 4909 Murphy Canyon Road, Suite 220 • San Diego, California 92123 Tel (858) 496 -0500 • Fax (858) 496 -0505 Page 2 Contract Price Original Contract Amount: ............................................... $860,117.25 Approved Change Order(s): .............................................. $3300 Revised Contract Amount: ............................................... $863,417.25 Amount Payable to Date: ................................................ $324,121.50 Retention to Date: ......................................................... $32,412.15 Total Invoiced to Date: ................................................... $324,121.50 Percent Invoiced to Date: ................................................ 37.7% Discussion: Old business Progress of the work • Did not complete burst between MH #4 and #3 on Saturday morning, March 19`h • One of the drop inlets from Change Order #1 has been installed. Submittals /BFI's /RFP's Pending Change Orders Future Areas of Concern • Incident on site — equipment hit parked car • SDR -35 Pipe being used Future schedule: Next Meeting 3/30/05 Other Issues Potential Changes: • Time extension request pending • MC to contact CALTRANS to let them know their loops will be cut. Other concerns: • Metropolitan will notify San Dieguito so that they are on -site to observe work near their facilities and watch for 6" line. New Business: • Potential for rains this weekend. Contractor to ensure necessary bmp's are in place. Richard Brady & Associates • 4909 Murphy Canyon Road, Suite 300 • San Diego, California 92123 Tel (858) 496 -0500 • Fax (858) 496 -0505 Page 3 Potential Change Orders (submitted to Contractor by CM) Change Order Requests (COR) (submitted to CM by Contractor) RFP DESCRIPTION DATE STATUS T &M RFI #11 Remove encased sewer @ Saxony DESCRIPTION #1 Submitted below 16 — inch ACP 3/1/05 Metro T &M Excavate 20 -inch of sewer trench below 10 -inch rovided) Submitted RW for hammer clearance per RFI #12 3/3/05 Metro T &M #3 #2 #1 Submitted Excavate soil around pipe per RFI #11 3/6/05 Metro T &M Submitted Pothole 10 -inch reclaimed water line not shown 3/2/05 Metro Backfill excavation at 10 -inch RW (Sta. 12 +60) T &M Submitted and Remove pipe debri and soil (7 pm — 12:30 3/7/05 Metro am) Change Order Requests (COR) (submitted to CM by Contractor) RFP COR CO STATUS TIME AMOUNT DESCRIPTION #1 #2 #3 Lining in Manholes #1 & 8 (as of 2/16, no cost revision has been Cancelled $2300.00 Final rovided) Approved Change Orders (CO) (Submitted to Owner by CM) RFP COR CO DESCRIPTION TIME AMOUNT STATUS #1 #1 #1 Drop Inlet Structure $2300.00 Final 8-inch diameter stub outs in #3 #2 #1 Manholes #14 & 15 $1000 Final CITY OF ENCINITAS ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT PROJECT TWO WEEK LOOK AHEAD SCHEDULE (3/23/2005) (Provided by Contractor) 3/28 Open trench segement at intersection of Calle Magdalena 3/29 Backfill Open Trench segment between medians at intersection of Calle Magdalena, and pour concrete base for Manhole No. 8 3/30 Stack shafting on manhole no. 8, and backfill remaining open trench up to manhole no. 8 at intersection of Calle Magdalena. 3/31 Tentative start date for open trenching between manholes 1 and 2. Pour concrete base at Manhole no. 1 4/4 Tentative date for stacking shafting at manhol no. 1, and backfilling, and continue open trenching towards manhole no. 2 Richard Brady & Associates • 4909 Murphy Canyon Road, Suite 300 . San Diego, California 92123 Tel (858) 496 -0500 . Fax (858) 496 -0505 i C 00f Encinitas CALTRANS March 30, 2005 Attn: John Markey District Permit Engineer 2829 Juan Street San Diego, Calif. 92110 Subject: Encroachment Permit No. 11- 03- NUX0643 Dear Mr. Markey- This letter is being sent to request an extension of time on the CALTRANS encroachment permit for the Encinitas Trunk Sewer project, (Encroachment Permit No. 11-03 - NUX0643). Originally the project was to be completed on December 9, 2004. However, due to significant prolonged rainfall from October through February, and because of equipment failure in the pipe bursting operations the project completion date has been delayed for several months. Consequently, the City of Encinitas is requesting an extension of time on the encroachment permit to Friday, April 29, 2005. Should you have any questions feel free to contact me at (760)633 -2775. Your attention to this matter would be greatly appreciated. Sin f ly, 7 Kipp efiier, PE E Associate Civil Engineer Cc: Greg Shields Ron Brady Sean Manning TEL 760- 633 -2600 / FAX 760- 633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760- 633 -2700 � recycled paper Mar-�31- -2005 UZ:23am From- T -231 P.001 /004 F -346 4909 Murphy Canyon Road, Suite 220 San Diego, Califomia 92123 Tel: (858) 496-0500 Fax: (858) 496.0505 Facsimile Transmittal Ta: Fax: Phone: T2e: CC: From: M i K-C 1A e (z ?-PI A Wi), J Project: Project No: Date: Pages: 3 (excludes this page) E3 Urgent Q For Review CI Please Comment El Please Reply \e I 73A � 5 'T HL Cen Qi;.2M 1 T ifyou did not receive the entire transmittal, please call (858) 496 -0500. Dace: Time: Initials: Mar -31 -2005 07:23am From- STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT TR -0120 (REV. ei2000) In compliance with (Check one): ® Your application of Utility Notice No. Q Agreement No. ❑ R/W Contract No. SEPTEMBER 18, 2003 of of Of TO: CITY OF ENCINITAS C/O BRADY & ASSOCIATES 4909 MURPHY CANYON ROAD, SUITE 220 SAN DIEGO, CA 92123 T -231 P.002/004 F -346 Page I of Permit No. ❑ Yes 11.03- NUX0643 DISVC:olRWPM ❑ Yes 11- SID - 6/1141.3 Date ® Yes MAY 28, 2004 _._. Fee Paid Deposit $ NA $ NA Performance Bond Amount (1) Payment Bond Amount (2) $ NA $ NA Bond company Bond Number (t) Bond Number (2) ATTN: MICHAEL HERRMANN , PERMITTEE PHONE: (858) 496 -2775 And subject to the following, PERMISSION IS HEREBY GRANTED to; enter upon State Highway right of way in San Diego County, City of Encinitas, on Route 5, post mile R41.3, to replace e" sewer by the trenchless method, as shown on the attached plans, in accordance with the requirements and conditions contained herein and as further directed or approved by the State Inspector, Ralph Yanzon, telephone number (619) 718 -7894. The State's Inspector shall be notified seven working days prior to starting work. Working hours shall be 10:00 R M. to 5 :00 A. M., Sunday through Thursday, and as directed and approved by the State Inspector. No vehicles or equipment shall be parked within the highway right of way at any time, except for those vehicles or that equipment actually engaged in the work, during the working hours specified herein. (Continued) THIS PERMIT IS NOT A PROPERTY RIGHT AND DOES NOT TRANSFER WITH THIS PROPERTY TO A NEW OWNER The following attachments are also included as pan of this permit (Check applicable): Yes Yes Yes Yes Yes Yes No General Provisions No Utility Maintenance Provisions No Special Provisions No No A Cal -OSHA permit, if required: Permit No. As -Built Plans Submittal Route Slip for Locally Advertised Projects No Water Pollution Control Plan billed actual costs for ❑ Yes No Review ❑ Yes ® No Inspection ® Yes ❑ No Field Work (if any Caltrans effort expended) [] Yes No The Information In the environmental documentation has been reviewed and Is considered prior to approval of this permit. This permit is void unless the work is complete before DECEMBER 31, 2004 This permit is to be strictly construed and no other work other than specifically mentioned is hereby authorized. No project work shall be commenced until all other necessary permits and environmental clearances have been obtained. cc: Permits MNust, Reg, Mgr. RYanzon, Insp. Permittee Contractor Mar - 31-2005 O7:23am From- City of Encinitas 11- 03•NUX0643 May 2% 2004 Page Two T -231 P.003/004 F -346 The State of California, Department of Transportation makes no assurance or expressed warranty 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 Perminee as directed by the State's Inspector at no cost to the State. Notwithstanding General Provision No. 4, your contractor is required to apply for and obtain an encroachment permit prior to starting work. A permit inspection deposit fee of $800.00 will be required upon submittal of the application to perform the work. Also, your contractor must submit proof that they have obtained executed bonds in accordance with General Provision No. 24. Traffic control when permitted or directed by the State's Inspector, shall consist of closing traffic lanes and ramps in accordance with the Department of Transportation publication entitled "Manual of Traffic Controls for Construction and Maintenance Work Zones ", the provisions of Section 12, "Construction Area Traffic Control Devices," of the Standard Specifications, and these special provisions, including the attached TRAFFIC CONTROL SYSTEM, T -10. The Permittee shall retain a Civil Engineer, licensed to practice in California, who shall upon completion of the placement or regrading of materials requiring compaction, furnish to the State's Inspector, a report certifying that the compaction work has been accomplished in accordance with Caltrans Standard Specifications and Standard Plans. Compaction testing, in accordance with Caltrans testing procedures and policies, shall be performed by a certified testing laboratory. Copies of the test shall accompany the engineer's report. Permittee shall implement and maintain the attached WPCP, dated as approved December 15, 2003, and as directed and approved by the State's Inspector. Pavement shall be sawcut a minimum of 60 mm (0.2 foot) deep prior to paving. All open trench within the improved area shall be backfilled, compacted and temporary repairs made to the surfacing before leaving the job site at the end of the working day. In lieu of temporary repairs, steel plate bridging may be allowed if approved by the State's Inspector prior to the start of work. Permanent paving shall be. placed within five working days after completion of the above work. Permanent backfill and paving shall conform to the attached BACKFILL REQUIREMENTS. When steel plate bridging is used, the attached Steel Plate Bridging Special Provisions will apply in addition to the attached General Provisions. Mar-11-2005 G7:23am From- City of Encinitas 11- 03- NUX0643 May 28, 2004 Page Three T -231 P.004/004 F -346 Upon completion of the work, the attached card shall be completed and returned. Not withstanding General Provision 24, the Permittee's bonds shall remain in full force through completion of the work and acceptance by the Department. The Department will release the Permittee's bonds upon fulfillment of all obligations under this permit. The following District Standard Special Provisions are generalizations of the Department Standard Specifications and are included only as a permittee convenience. Permittee's attention is directed to the current Department 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 possible. All personnel on . foot within the State Highway right of way shall wear personal protective equipment, including orange vests or jackets, safety glasses, and hard hats. The Permittee is responsible for locating and protecting all utilities both underground and aerial. Any costs incurred for locating and protecting and/or relocating any utilities shall be borne by the Permittee. Five days prior to the start of work, trench excavation safety plans for any trench more than 1.5 m (5 feet) deep shall be submitted to the Permit Inspector for review by the District 11 Bridge Engineer. Confirmation Report— Memory Send Page 001 Date & Time: Mar -30 -05 03:45pm Line 1 Machine ID Job number 826 Date Mar -30 03:44pm To 5916196886157 Number of pages 002 Start time Mar -30 03:44pm End time Mar -30 03:45pm Pages sent 002 Status OK Job number 826 * ** SEND SUCCESSFUL * ** S1VJITT ATE FOR�VI . City of Encin ;tam FAX 760/633 -2818 SOS S. Vnlcan Aveaue Eagineering Euciaitgws CA 92024 -3633 760/633 =2770 SENOTO FAX #: ��� — X88— (°t5 -7 NO. OF.PAGES_`� - -_ _ oF: 2}�dV S . PP } �r��_ ✓=-- PHONE- FROM' - - e.,1.,spr � . x�i�►� tee., 1� Ravio.r.8c Rem � �_Y�_ - Q Par'paa coarusarioa 0 Pleases Reidy by cosy 5^ �— .., .� lti� ► [ —0-_4