Loading...
CEE01D Encinitas Trunk Sewerd d U N� I.L 3 CD ch Y C M> W N R w C C W OI O N V r z O r U z z O U z F O n- o w W Y m w W Q: O W a Y O m m N o m n m m M m o w m m m O O O O O (O N (O O UO m N 0 0 0 m O m N m 01 N LO LO O cU 04 (p co (p N �• Z m )- m m N 0 n N 0 O M O N m m N m O N O) N N m n m V m n O p0 CO N 0 Q1 0 . E M N w O m t0 M N N �- M M M _ 0 _ — Oct 0 0 0 0(D N Q 0 O N N N N N zz 44). w r x w W (D N m m O) ) N m U) J m m n N 9 O v <O N V O UO O m J C aC w n w t- w n N O M n M m v m m n 7 N O (M < t0 m l0 m V m d d Q s O F F f- Q m U G W 0 = N Q m U cn 0 0 0 0 -6-27 0 0 V- 0 0 0 0 0 0 m 9 co 0 a 0 ao o m 0 v v) m 0 m 0 v Un � 0 ao 0 a )n ac o m o ao t-� x U g > z z LL O Y U o vi d' O w 0 F- w 0 W °w O r LU x 04 i? U) U Q r U 4m W Q Q U N E E E (n z O z w m Z x x x x 'n x N x U? x W O O O O ^ > O W> W Q d U E E c " ` O J W m E E E 0 O E m N A E U U W C3 z z N O O O 0 0 ' O W O ' ' o o D z x w z Q Q 0 o U F W w w. i. v w w a X 2 O N O O T T T Q (n W F Z E 0 0 O in > w w w O 2 102 a 0 m a a m >> m i D o n F J 0 0 2 L 0 0 a a a O a o e o 0 0 0 N N N N N z O O O O O O O O O O C r 0 0 0 0 a z H 7 m N m O N O O O O N O O O O O O r rn o w o jO) N m N N N O m 0 0 O O O J j O i W CO n m O L0 V (3) M M m V m M M 04 w 0 2 Q n Q N W z I m W z p X � W 0 0 0 O) n 0 0 0 0 N p 0 8 0 0 0 0 0 0 0 O O O n N N M W m �O m M T m M UO M 0 O 0 ;n 0 N 0 V u7 O O O n< m O O O O M O O O O N m O O N m m O 0 Y r r 1n N N� N VT M f9 n M •f N � )O M W Vi (p (O 0 0 0 O /A IA fA 69 /9 M fA fA M 19 f9 /9 Vi Vi ow /9 O 3 Y 0 0 O O O O O O 00 O O O O O 0 0 y o 0 0 0 Ln v) v) o 0 0 0 0 0 0 N LL' N N N O M m O1 Of r m S r N O � Q z Q J Q O z Z Q � J W Q w F- W > Q H Z Z w w w ll l w z ui E 2 O ui 0 `y 0 " m a a w w CL ; mfO c r U O d x O CF W o L m V r z 9 L LL O r N K N U 0 Q) N E d o ' S2 o fO ' 2 N CL m U 0 A J N L 0 0 2 ~ x a m n E a 2 E m m m 0 v E E m E 3 3 > o W p U Y C M 2 a� G J d i O3 M p O. � O m m E Q y y v O O 0 d y N N N N N N V O x C 0 R X X ` n n 13 O p J W U T t3 p L U O (n M O m F- _ m � N W N Pz . M N � M N N O N '- N M N N O � � O P's z v � z W 0 CL w Y 0 0 �' U W J 0 0 z O a_ w w O Z O U U a .I oa w LL 0 O Q , x LO t� �+ En gi� "I II M-1-1 O O LL. 0 w w Q • • 7 } Y m 0 O 0 O w Z rt 0 O W O z 0 LL O d' w ~ O a- a Y Y W (If w u LL �1C.,. V 3 D >O Y a 0 m U r w m Z 0 D m 0 m rn 0 w 0 , 1M1110 y ' .. - i .. '•� • �I • F1 1. a 1 �I LLJ 3: n� • . 1 C! oil co M r, • 7 IX 0 ., 1w, I 1 -0 1z, Z= '� i. , ko LLI o Lu U C/) < Alllll w . cn co �Lr • • / ` • LU LU �' •� 1 \ • Of . CL U V , \ • e < • Iz- i ��/ i •� ' LU h �1C.,. V 3 D >O Y a 0 m U r w m Z 0 D m 0 m rn 0 w 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 Classification field refers to qualifications, i.e. Foreman, Journeyman, Apprentice, etc. Qty ICLASSIFICATION Em to ee Signature 11 FOREMAN JOSE ORTIZ 11 GP 8 Operator ULISES RAMIREZ 8 PLUMBER: TRADESMAN HERMES ALVARADO 6.5 PLUMBER: TRADESMAN JOSE PILAR 6.5 PLUMBER: PIPELAYER JULIAN MONTES 5.5 PLUMBER: TRADESMAN MIGUEL S PILAR 8 TEAMSTER GP 3 MIGUEL S PILAR 14 PLUMBER: TRADESMAN MIGUEL PILAR JR 11 OPERATOR GP 8 JOSE RODRIGUEZ Manpower Units: Manhours E Mandays ❑ Other ❑ Subcontractos: Atlas Pumpinq oty 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 LIGHT TOWERS 2 ARROW BOARDS Equipment Units: Hours ❑ Other ❑ 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 Z U ^\ O 1 U '\ Z 0 V � %4Aa� W v J Ya Ow o 3.0 LL z LL O 0 � U F- x U U W w IL JN O a� o� o� O Cl- w O cr z O z 0 U U O CL w Ir LL O w t- Q 0 I I 0 w O LL Of w w Q 0 S U �I a ;I r� W Y O LL O Z O 1— tL U U) w 0 n w a } m Q w O Z tr tr LL w LL w O tZ Y Y of tr O O S U �I a ;I r� W Y O LL O Z O 1— tL U U) w 0 n r'V e a `o U ca C U 3 O } w m z 0 F m a 0 m 0 W .. It I�I�I�I�i�llllll 0 �� - coo a .: • ca CO ,�. LU • .1 i I s ui • • • • LL �I It Ix z • I i , , • .: 21111110111 go wk Irk Wt i�R P.94 PM • m 11� LLI • ■� :.. ' ..� .: •• • .. z CL �. 1 . EL z a • • • , . . • uj • ` • r'V e a `o U ca C U 3 O } w m z 0 F m a 0 m 0 W l to G 96ed puog OSnd ia6eueyy 6olad 3NON :alquolldde;! sl!un pue sagguenb opnloul •Uodai of sonssl jo sluana 1ue01 ;lu6ls Aue ;o uollduosep a apinwd 6uldwnd seI1V :soioejiuoognS ❑ J9410 smoH :si!un luawdlnb3 ❑ Jay10 O sAepueyq ■ sinoquelN :si!un JaModueW SOHV09 MOHHVIZ I S83MO11HOII L S3N00 /S30V0188V8 /SNCJIS 00[ /SZ /9Z S31Vld HON381 91 83SS38dwOO HIV 0391VId 0911d OH03 9 G NOnHl diNnO L neoxe nslewoN OZZ 8 30HNOV9 3SV0 WS 085 8 H30VOl I33HM 3SVO O 2L I8 1N31NdlnO3 O oia aa!ivaJaaV uewnawnoj' uewaJu3 _a.! _suul;eu!;!lenu ul sia ;ai plaq uu!le:j! ;issel;J aUl 'olo 'ueloulool3 'ialuedie0 •a•! 'JaModuew ;o adlq of siojoi plag aped ayl -saoinosai luowdlnbe pus iamoduew ;o isll Pal!slep a ap!noJd Wl J# ]i1b � :j #o i -Od j 1alloll Niom eJ1Xg gas 11!ys ayl Jol palal woo seM Miom PUB 'poloauuooaJ uayl seen adid ad! ayl •anoUJaJ pue 'peat' aleool of sinoy 9 of 9 •snu!w Jo snld leaf Jeau!I OL leuo!l!ppe ue palaneJl pue lie de awoo pet' 1! paJgnoos!p pue '9L +L2; Uo!lels le peat' 6uilsjnq adid ad! ana!JlaJ 01 uo!leneoxa ue a8 •u!w Ja „8 le sum Ilelsu! ne '6u!lsinq to ,003 -we 08:9 le pas elloo peat' builsinq aclid pue 'alnu!w jed youi auo of umop pannols uegl 'alnulw jad 1001 auo Jano we OC: G le palJels uo!lonpoJd •9L +L3 uo!lels le leualew alq!lsmqun paJalunOOU3 :pawjoped �Jom bllsp to uogduosop lauq s ap!nwd :pod9H Alied s,aoloeiluoo 80616 VO VlIN08 LLb X08 '0'd NOI10nH1SN00 NV1n0cl0HI3W b0 -lo0-b L VO 'SVlINION3 GA-19 SVlINION3 1N3W30VId3a »3M3S)INnui anl8 SVlINION3 :loafoJd Z3n!DIH(108 3SOP 8 d!D HO1VH3dO 61 Hf HVlld I3nJlW NVWS30VHl:H39Wnld 61 HVIId S I3noin E dD H3lSWV31 L Hvlld S l3nolw N` VgS3ad)11 :83Gvmld 91 S31NOW NVnnr 831.Vl3dld :H38Wnld 61 HVIId 3S0f NVVYS34t1H1 :H38Wnld 61 OOVHVnIV S3W83H NVWS30VH1:838Wnld 61 Z38IwVH S3snn joleied0 8 dO 61 ZI180 3SOf NVW3HOd 61 gjnleu !g I aaAoidw3l NOUVOIdISSVIO O oia aa!ivaJaaV uewnawnoj' uewaJu3 _a.! _suul;eu!;!lenu ul sia ;ai plaq uu!le:j! ;issel;J aUl 'olo 'ueloulool3 'ialuedie0 •a•! 'JaModuew ;o adlq of siojoi plag aped ayl -saoinosai luowdlnbe pus iamoduew ;o isll Pal!slep a ap!noJd Wl J# ]i1b � :j #o i -Od j 1alloll Niom eJ1Xg gas 11!ys ayl Jol palal woo seM Miom PUB 'poloauuooaJ uayl seen adid ad! ayl •anoUJaJ pue 'peat' aleool of sinoy 9 of 9 •snu!w Jo snld leaf Jeau!I OL leuo!l!ppe ue palaneJl pue lie de awoo pet' 1! paJgnoos!p pue '9L +L2; Uo!lels le peat' 6uilsjnq adid ad! ana!JlaJ 01 uo!leneoxa ue a8 •u!w Ja „8 le sum Ilelsu! ne '6u!lsinq to ,003 -we 08:9 le pas elloo peat' builsinq aclid pue 'alnu!w jed youi auo of umop pannols uegl 'alnulw jad 1001 auo Jano we OC: G le palJels uo!lonpoJd •9L +L3 uo!lels le leualew alq!lsmqun paJalunOOU3 :pawjoped �Jom bllsp to uogduosop lauq s ap!nwd :pod9H Alied s,aoloeiluoo 80616 VO VlIN08 LLb X08 '0'd NOI10nH1SN00 NV1n0cl0HI3W b0 -lo0-b L VO 'SVlINION3 GA-19 SVlINION3 1N3W30VId3a »3M3S)INnui anl8 SVlINION3 :loafoJd 0 :U m m w T O K m v m { m m a A O V O r 1 z 0 O z y z 0 0 z 0 D m m V m T O M 9 m 0 O (T N 0 O .A m n d N C Q. m co D � x G -i CD M CD CD �D 7 G O X X .'0 m T O X N A N N N N N Oo N N W A N N Z v N O m a o D ao m (n m D N A O? 1 0? A w m 0 g K 3 m m c C m 2� 3 0 ' 0 r p O °� v 0 N X to N x a C (� 7C fC (n (n N ° X X a O y O w 0 >_ N ° F N x o _. w F `G a m 0 w W m 0 v N m m oo O ao 0 ° 0 7 m m o N 0 F 0 F 0 0 rn m y m m �c O m ° 1 ° y c M o m o r m m u, m r0 X m z .03 m m v i y y^ v cS c p to 2 c c m m (0 4^ y 0 ° 06 O 3 p H i m v v m m f c v' 0 3 3 - 10 . d °o- n m cn @ m 10- v m° 1° m 40 ° v o c x ° o m r a 3 m (A m n O " m H -I 2 2° G m x 2 m m m m in z O CD C '� .Z) ? 7 d O O y 0 x N 0 C O m N =. m' y '� < Qa m Or w N N m -'I c i° O a S ° a o o m 'o v z ° `� �" m A m z O m P. 0 m C N m ° p a m m z m m' 0 ° o ° m � ' m 3 m m m m T. z A z m i 3 m -1 M m D M cn D D a z o z z0 0 au Z = O 7- O O O O O C f O j j N O N OD co OD C A N O O O O O .0 .0 0.0.0.0 O O O W O O O 0 0 O O c N W m V1 O O w 6A 6A (A 4A fA H U 6N 69 di 69 6N bq (A 6A m 0 O m a N 0 0 0 CD N O O fA 0 m 0 m 0 fA (D O 69 O m m m m 0 A A fA N m J 0 fA W 6A A N W A 10 N W N aD m m m m O O N 0 0 0 N O 0 o 0 o 0 0 0 0 A 0 �! A 0 0 0 0 O N O O O O O O m O w V O m 1D 0 0 0 0 0 W W m m m m 0 m W O N v O m m m D Z m [ V m V A O W m m 0 o 0 o W w N N o A A O V O W m m 0 O m w m W m N W W O � f0 m O m m W O 0 A A m A m° m D 0 z O m 0 0 N QD O O O O O O O O O O O N O O . N O m ti O O O O N N O O O O 0 0- 0 0 0 0 w O O m m o O W OD O A co r m m D m D r m m y z v _ o O o 0 0 0 0 0 0 0 e e e e o W W N N N N 0 K 0 0 O -1 m r m m m m'0 T 0 0 m o m 0 m OA D<< x m m = y m w m m Q 7 Q z rgmm� y y 7 °1 ° 3 3 p C m m r (o m m (o N N >> m z D D v v V n 0 << m m O� <O m m m 0 0 v Z m m 3 m 3 m 0 m 0 a C Z z O< X m m o m m 3 m m r m A m u' p o CO_ O m X a m X ci x o x x in x � X m z 0 (n x 3 3 x D o D y o r p m N cn x m Q C� m x O m -1 D o m O O z 5 O < A W m 0 0 0 z 0 V A V A V A -I A V A C O O O O O O O O o O 0 O 0 O 0 O 0 O 0 O 0 rn c G c n W D W n c _ a 0 o D O O y < r D D m �! A v W N N N m O A O co m m (O m -1 m 7I r r m 1-0410, N Oo m m A W w w tD m <O O N m M m m z n V7 N W OV Ut (T U1 ° W (." OD O v (.0 DO C 0 A m N ao W N A A N O W N N Oo o Oo 4I A A o N O W w W W w N C z O7 0 O 0 IV 00 V 00 N O (0,-4, J � rn o -4 m °o w O (mii w 6 m va 0 :U m m w T O K m v m { m m a A O V O r 1 z 0 O z y z 0 0 z 0 D m m V m T O M 9 m 0 O (T N 0 O .A m n d N C Q. m co D � x G -i CD M CD CD �D 7 G O X X .'0 m T O X r o' o z Ki 0 O a. ti w � a O Z O U U Z _O cr o J v � ~Y �o�o w U w Y � � o. o 0 o Q LL V) Z LL 0 0 <a U X fi IL s Q a Q o z o cn O w M a- z w f w f- 1' w o O w a >- Y m � O w z O (r O z w w O cl cr w O CL CL Y Y of >w h w as a >O 0 U 0 } w Z 0 m 0 m m 0 w . �,: LM a �1 • �I� 1 .. •1I�. 1 • ui • • oil 0110 .11011 u i • • +: � . co V r �Ir • • `. ; LLJ It • . CL • • Cl) t i • • F-• LL e • • h w as a >O 0 U 0 } w Z 0 m 0 m m 0 w Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA Work Hours: 8:00 pm to 8:30 am �11f tt Ott 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. aty ICLASSIFICATION Em to ee Signature 12.5 FOREMAN JOSE ORTIZ 12.5 GP 8 Operator ULISES RAMIREZ 12.5 PLUMBER: TRADESMAN JOSE PILAR 12.5 PLUMBER: PIPELAYER HERMES ALVARADO 8 TEAMSTER 3 AXLE MIGUEL PILAR 4.5 GP 8 Operator MIGUEL PILAR 12.5 PLUMBER: TRADESMAN Miguel Pilar Jr oty EQUIPMENT 12.5 721C CASE WHEEL LOADER 12.5 580 SM CASE BACKHOE 12.5 DRESSER/ KOMATSU EXC 220 81 DUMP TRUCK 16 FORD F450 FLATBED AIR COMPRESSER 3 TRENCH PLATES 12 SIGNS /BARRICADES /CONES 2 LIGHT TOWERS 2 ARROW BOARDS Manpower Units: Manhours E Mandays ❑ Other ❑ Equipment Units: Hours 0 Other ❑ Subcontractor B &W Precast provided labor and materials for MH 15 (stack shafting), and Atlas Trucks (approximately 36 hours). Provide a description of any significant events or issues to report. Include quantities and units if applicable: Left message on Ron Brady's phone that no mainline work would be done due to failing sewer plugs, but that we would work on the potholing. Later advised Alberto prior to meeting that work had been cancelled due to projected rain in the early mornino. Prolog Manager PUSD Bond Page 1 of 1 BAKER'S CONCRETE CUTTING P.O. BOX 848 SAN MARCOS, CA 92079 760 - 744 -1679 CON.LIC. 4 636696 BILL TO METROPOLITAN CONST P.O. BOX 477 BONITA, CA 91908 Invoice DATE INVOICE # 11/9/2004 26566 SERVICE ADDRESS ENCINITAS ALBERTSONS DEC 2 12W P.O. NUMBER TERMS REP BILLED DATE ORD. BY JOB NO. PROJECT Net 30 MR 11/11/2004 QUANTITY ITEM CODE DESCRIPTION PRICE EACH AMOUNT 413 1 1 FLATSAW TRAVEL SLURRY TANK 9 INCH ASPHALT TO DISPOSE OF SLURRY DISPOSAL FEE 1.08 50.00 25.00 446.04 50.00 25.00 Thank you for your business. Total $521.04 t o� z r 0 0 IL �D ^1 0 U } Y m 0 O 0 � W z of 0 0� 0 z w LL 0 Q of w 0 CL Y Y � Of >� C) LU > > Q 1 z 0 F- U M cn Z 0 U I� N a�0� Q W U w M Y J � of 0 0 O w F- LL o LLz LL 0 O F— X U W U w D O z Q W oif 0 w m Z W w H rC 1 � Q C7 Q' W a } Y m 0 O 0 � W z of 0 0� 0 z w LL 0 Q of w 0 CL Y Y � Of >� C) LU > > Q 1 d N a Y .0 `o m 0 0 U 0 } L a� z O F- m V) 0 z CL m 0 w I I too Lt. !"N' IN �j LLI 1 Ix 0110 LU cy LLJ OZ III-11 11112011111--i In-Bills o c d N a Y .0 `o m 0 0 U 0 } L a� z O F- m V) 0 z CL m 0 w Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA t . .. Installed approximately 300 linear feet of 12" sdr -35 7pm to 6am (lunch taken at 12:30am) �t1tE1Atf �€I�It1t 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 Employe signature 10.5 FOREMAN JOSE ORTIZ 10.5 GP 8 Operator MIGUEL LOPEZ 10.5 PLUMBER: TRADESMAN HERMES ALVARADO 10.5 PLUMBER: TRADESMAN JOSE PILAR 10.5 PLUMBER: PIPELAYER JULIAN MONTES PLUMBER: TRADESMAN MIGUEL S PILAR 8 TEAMSTER GP 3 MIGUEL S PILAR 10.5 PLUMBER: TRADESMAN MIGUEL PILAR JR 10.5 JOPERATOR GP 8 JOSE RODRIGUEZ 10.5 1 PLUMBER: TRADESMAN ANTHONY FULWIDER Qty EQUIPMENT 10.5 721C CASE WHEEL LOADER 10.5 580 SM CASE BACKHOE 10.5 590 SM CASE BACKHOE/W BKR 8 DUMP TRUCK 5 FORD F450 FLATBED AIR COMPRESSER TRENCH PLATES 15/15/100 SIGNS /BARRICADES /CONES LIGHT TOWERS ARROW BOARDS Manpower Units: Manhours Mandays ❑ Other ❑ Equipment Units: Hours ❑ Other ❑ Subcontractos: 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 4 j . r 3' 0 Z O w cr 0 Z o U c O Z w w 0 cr O Y O } m 0 w O LL w w Y O �: , 191 ©l Y Of O LL O Z O H U w O Z O F- U T C ~ z Z O U � Y X41 a o W Y U J D w � o 0K aw w L� Z 0 �-F� a U W J w N � Al 00 z co o of Y O O w w w m Z w w � w � m o w a O Z w w 0 cr O Y O } m 0 w O LL w w Y O �: , 191 ©l Y Of O LL O Z O H U w O N F.I. 0 0 m z 0 m n 0 m 0 w WOO I I I�Ie1�111�1:1e11 D �� cc �.. 1111 • • u D: • Im `• \ \ • z z • • • . a PHENOMENON 1111111 �. . w . •, • • , w ' 1 i • W. z IL IL LU ' v` • o • e • • LU • LU N F.I. 0 0 m z 0 m n 0 m 0 w Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA 7pm to 5am (lunch taken at 12:30am) A+#tj1f dCtt EsI t# ; 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. aty ICLASSIFICATION Employee Signature 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 101 PLUMBER: TRADESMAN MIGUEL S PILAR ARROW BOARDS (2) TEAMSTER GP 3 MIGUEL S PILAR 10 PLUMBER: TRADESMAN MIGUEL PILAR JR 10 OPERATOR GP 8 JOSE RODRIGUEZ 10 PLUMBER: TRADESMAN ANTHONY FULWILDER Manpower Units: Manhours 0 Mandays ❑ Other ❑ Equipment Units: Hours ❑ Other ❑ Qty EQUIPMENT 10 721 C CASE WHEEL LOADER 10 6220 DRESSER /KOMATSU EXCAV 10 590 SM CASE BACKHOE/W BKR 61 DUMP TRUCK 10 FORD F450 FLATBED (2) 10 6" TRASH PUMP W/ HOSES (2) 15 TRENCH PLATES 15/15/100 SIGNS /BARRICADES /CONES 101 LIGHT TOWERS (2) 10 ARROW BOARDS (2) Subcontractos:B AND W PRECAST POURED CONCRETE BASE FOR MANHOLE 16 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 Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA itdrtU~r,�it �x€tiltk ~ Provide a detailed list of manpower and equipment resources. The Trade field refers to type of manpower, i.e. Carpenter, Electrician, etc. The c:iassification field refers to oualifications. i.e. Foreman. Journevman, Apprentice, etc. oty CLASSIFICATION Employee Signature 8 FOREMAN JOSE ORTIZ 8 GP 8 Operator ULISES RAMIREZ 8 PLUMBER: TRADESMAN HERMES ALVARADO PLUMBER: TRADESMAN 15 5 PLUMBER: PIPELAYER JULIAN MONTES 3 PLUMBER: TRADESMAN MIGUEL S PILAR 5 TEAMSTER GP 3 MIGUEL S PILAR 9 PLUMBER: TRADESMAN MIGUEL PILAR JR 8 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 0 Mandays ❑ Other ❑ Equipment Units: Hours ❑ Other ❑ Subcontractor B &W Precast provided labor and materials for MH 15 base installation 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 Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA drop not shown and prevented demo of this manhole on this night 11tf�fgT' t'td �� :... , � ... . Provide a detailed list of manpower and equipment resources. The Trade field refers to type of manpower, i.e. Carpenter, Electrician, etc. The rassificatinn firari rPfars to nualifications. i.e. Foreman. Journevman. AoDrentice, etc. Qty ICLASSIFICATION EQUIPMENT Employee signature 8 FOREMAN JOSE ORTIZ GP 8 Operator ULISES RAMIREZ DUMP TRUCK PLUMBER: TRADESMAN HERMES ALVARADO 11 PLUMBER: TRADESMAN JOSE FILAR 11 PLUMBER: PIPELAYER JULIAN MONTES 1 PLUMBER: TRADESMAN MIGUEL S FILAR 5 TEAMSTER GP 3 MIGUEL S PILAR 11 PLUMBER: TRADESMAN MIGUEL PILAR JR OPERATOR GP 8 JOSE RODRIGUEZ Manpower Units: Manhours E Mandays ❑ Other ❑ Subcontracto: B &W Precast provided labor and materials for MH 15 base installation 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 1 LIGHT TOWERS 2 ARROW BOARDS Equipment Units: Hours ❑ Other ❑ s ri 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 Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA uYr tgi}tz1t :. Provide a detailed list of manpower and equipment resources. The Trade field refers to type of manpower, i.e. Carpenter, Electrician, etc. The ri ifi *i..n ficbf —f— fn niin ifirntinnc i a FnrPman .Inurnevman. Annrentice. etc. Qty CLASSIFICATION Em to ee Signature 8 FOREMAN JOSE ORTIZ 8 GP 8 Operator ULISES RAMIREZ DUMP TRUCK PLUMBER: TRADESMAN FORD F450 FLATBED 8 PLUMBER: TRADESMAN HERMES ALVARADO TRENCH PLATES SIGNS /BARRICADES /CONES 1 LIGHT TOWERS 2 ARROW BOARDS aty 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 LIGHT TOWERS 2 ARROW BOARDS Manpower Units: Manhours 0 Mandays ❑ Other ❑ Equipment Units: Hours ❑ Other ❑ Subcontractor B &W Precast provided labor and materials for MH 15 base installation 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 Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA 5- Nov -04 METROPOLITAN CONSTRUCTION P.O. BOX 477 BONITA CA 91908 Contractor's Daily Report Provide a brief description of daily work performed: Clean up yard, and load out pipe. No contract work, just clean up of yard to satisfy property owner to create space 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 oualifications. i.e. Foreman. Journevman. ADorentice. etc. Qty CLASSIFICATION Employee Signature 721C CASE WHEEL LOADER FOREMAN JOSE ORTIZ 4 GP 8 Operator ULISES RAMIREZ DUMP TRUCK PLUMBER: TRADESMAN FORD F450 FLATBED PLUMBER: TRADESMAN Miguel Pilar Jr 6 Teamster Miguel S. Pilar LIGHT TOWERS ARROW BOARDS Manpower Units: Manhours E Mandays ❑ Other ❑ Subcontractos: Qty EQUIPMENT 721C CASE WHEEL LOADER 580 SM CASE BACKHOE 590 SM CASE BACKHOE/W BKR DUMP TRUCK FORD F450 FLATBED AIR COMPRESSER TRENCH PLATES SIGNS /BARRICADES /CONES LIGHT TOWERS ARROW BOARDS Equipment Units: Hours ❑ Other ❑ 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 Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA It i11tft 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 ICLASSIFICATION Employ ee Signature 6 FOREMAN JOSE ORTIZ 6.5 GP 8 Operator ULISES RAMIREZ 6.5 PLUMBER: TRADESMAN JOSE PILAR 6.5 PLUMBER: PIPELAYER HERMES ALVARADO 6 TEAMSTER 3 AXLE MIGUEL PILAR 4 teamster/ 2 tradesman 1 1 LIGHT TOWERS 2 ARROW BOARDS QtY EQUIPMENT 6 721C CASE WHEEL LOADER 6.5 580 SM CASE BACKHOE 4 DRESSER/ KOMATSU EXC 220 4 DUMP TRUCK 12.5 FORD F450 FLATBED AIR COMPRESSER 15 TRENCH PLATES SIGNS /BARRICADES /CONES 1 1 LIGHT TOWERS 2 ARROW BOARDS Manpower Units: Manhours 0 Mandays ❑ Other ❑ Equipment Units: Hours Other ❑ Subcontracto: B &W Precast provided labor and materials for MH 15 (stack shafting) 9000"6'000-11, fiml Provide a description of any significant events or issues to report. Include quantities and units if applicable: Negotiated $2,300 with Shaun from Brady and Associates for RFP no. 1, and this price excludes time and material tickets incurred in bypassing the 8" lateral at manhole 18. Soil technician was a no show Prolog Manager PUSD Bond Page 1 of 1 Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA 1 i f1 t44tP ltd q fpr^� 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 aty ICLASSIFICATION Employee I Signature FOREMAN GP 8 Operator PLUMBER: TRADESMAN PLUMBER: TRADESMAN aty EQUIPMENT 721C CASE WHEEL LOADER 580 SM CASE BACKHOE 590 SM CASE BACKHOE/W BKR DUMP TRUCK FORD F450 FLATBED AIR COMPRESSER TRENCH PLATES SIGNS /BARRICADES /CONES LIGHT TOWERS ARROW BOARDS Manpower Units: Manhours ❑ Mandays ❑ Other ❑ Equipment Units: Hours ❑ Other ❑ Subcontracto: B &W Precast provided labor and materials for MH 15 base installation 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 Contractor's Daily Repo Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA I ... �!r 11- Nov -04 METROPOLITAN CONSTRUCTION P.O. BOX 477 BONITA CA 91908 Provide a brief description of daily work performed: No work due to Veteran's Day Holiday per City of Encinitas 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 ICLASSIFICATION Employee Signature FOREMAN GP 8 Operator PLUMBER: TRADESMAN PLUMBER: TRADESMAN aty EQUIPMENT 721C CASE WHEEL LOADER 580 SM CASE BACKHOE 590 SM CASE BACKHOE/W BKR DUMPTRUCK FORD F450 FLATBED AIR COMPRESSER TRENCH PLATES SIGNS /BARRICADES /CONES LIGHT TOWERS ARROW BOARDS Manpower Units: Manhours ❑ Mandays ❑ Other ❑ Equipment Units: Hours ❑ Other ❑ Subcontracto: B &W Precast provided labor and materials for MH 15 base installation iriefs M. 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 Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA 12- Nov -04 METROPOLITAN CONSTRUCTION P.O. BOX 477 BONITA CA 91908 Provide a brief description of daily work performed: No work Der contract documents Sent Miguel Pilar Jr to cover up stock piles of dirt due to potential rain in forecast. 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. oty ICLASSIFICATION Em to ee Signature 721C CASE WHEEL LOADER FOREMAN 580 SM CASE BACKHOE GP 8 Operator 2 PLUMBER: TRADESMAN Miguel Pilar Jr. PLUMBER: TRADESMAN TRENCH PLATES SIGNS /BARRICADES /CONES LIGHT TOWERS ARROW BOARDS oty EQUIPMENT 721C CASE WHEEL LOADER 580 SM CASE BACKHOE 590 SM CASE BACKHOE/W BKR DUMP TRUCK FORD F450 FLATBED AIR COMPRESSER TRENCH PLATES SIGNS /BARRICADES /CONES LIGHT TOWERS ARROW BOARDS Manpower Units: Manhours ❑ Mandays ❑ Other ❑ Equipment Units: Hours ❑ Other ❑ Subcontractor B &W Precast provided labor and materials for MH 15 base installation 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 Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA mod. 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 ICLASSIFICATION Employ ee Signature 0 FOREMAN 580 SM CASE BACKHOE 0 GP 8 Operator 0 PLUMBER: PIPELAYER FORD F450 FLATBED 0 PLUMBER: TRADESMAN 0 Teamster 3Axle SIGNS /BARRICADES /CONES 0 PLUMBER: TRADESMAN ARROW BOARDS Manpower Units: Manhours 0 Mandays ❑ Other ❑ Equipment Units: Hours 0 Other ❑ aty EQUIPMENT 721C CASE WHEEL LOADER 580 SM CASE BACKHOE 6220 Dresser /komatsu excavator DUMP TRUCK FORD F450 FLATBED AIR COMPRESSER TRENCH PLATES SIGNS /BARRICADES /CONES LIGHT TOWERS ARROW BOARDS Subcontractos: 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 (Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA la t�> 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. Q CLASSIFICATION Employ ee Signature 721C CASE WHEEL LOADER FOREMAN JOSE ORTIZ GP 8 Operator ULISES RAMIREZ DUMP TRUCK PLUMBER: TRADESMAN HERMES ALVARADO PLUMBER: TRADESMAN JOSE FILAR TRENCH PLATES PLUMBER: PIPELAYER JULIAN MONTES 6 PLUMBER: TRADESMAN MIGUEL S PILAR 2.5 TEAMSTER GP 3 MIGUEL S PILAR 5 PLUMBER: TRADESMAN MIGUEL PILAR JR OPERATOR GP 8 JOSE RODRIGUEZ Manpower Units: Manhours 0 Mandays ❑ Other ❑ Subcontractos: Qty EQUIPMENT 721C CASE WHEEL LOADER 580 SM CASE BACKHOE 590 SM CASE BACKHOE/W BKR 2.51 DUMP TRUCK 5 FORD F450 FLATBED AIR COMPRESSER TRENCH PLATES SIGNS/BARRICADES/CON LIGHT TOWERS ARROW BOARDS Equipment Units: Hours ❑ Other ❑ . ... . WINNER .. 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 Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA 29- Nov -04 day METROPOLITAN CONSTRUCTION P.O. BOX 477 BONITA CA 91908 Contractor's Daily Report Provide a brief description of daily work performed: stacked manhole 16 (drop manhole), backfilled, and concrete encased vertical standpipe. 7pm to 5am (lunch taken at 12:30am) bi 6 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 ICLASSIFICATION Em to ee Signature 9 FOREMAN JOSE ORTIZ 9 GP 8 Operator MIGUEL LOPEZ 9 PLUMBER: TRADESMAN HERMES ALVARADO 9 PLUMBER: TRADESMAN JOSE PILAR TRENCH PLATES PLUMBER: PIPELAYER JULIAN MONTES 5 PLUMBER: TRADESMAN MIGUEL S PILAR 4 TEAMSTER GP 3 MIGUEL S PILAR 9 PLUMBER: TRADESMAN MIGUEL PILAR JR OPERATOR GP 8 JOSE RODRIGUEZ 9 PLUMBER: TRADESMAN ANTHONY FULWILDER Manpower Units: Manhours N Mandays ❑ Other ❑ Subcontractos:B AND W PRECAST stacked manhole Qty EQUIPMENT 9 721C CASE WHEEL LOADER 9 6220 DRESSER/KOMATSU EXCAV 9 590 SM CASE BACKHOE/W BKR 41 DUMP TRUCK 9 FORD F450 FLATBED (2) 6" TRASH PUMP W/ HOSES (2) 4 TRENCH PLATES 15/15/100 SIGNS /BARRICADES /CONES LIGHT TOWERS (2) 9 ARROW BOARDS (2) Equipment Units: Hours ❑ Other ❑ Provide a description of any significant events or issues to report. Include quantities and units if applicable: 111= Prolog Manager PUSD Bond Page 1 of 1 Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA 30- Nov -04 day METROPOLITAN CONSTRUCTION P.O. BOX 477 BONITA CA 91908 Provide a brief description of daily work performed: installed class II base, and asphalt at manhole 16, and receiving pit west of manhole 15A. (11 tons) 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 ICLASSIFICATION Employee Signature 8.5 FOREMAN JOSE ORTIZ 8.5 GP 8 Operator MIGUEL LOPEZ 8.5 PLUMBER: TRADESMAN HERMES ALVARADO 8.5 PLUMBER: TRADESMAN JOSE PILAR TRENCH PLATES PLUMBER: PIPELAYER JULIAN MONTES PLUMBER: TRADESMAN MIGUEL S PILAR 8 TEAMSTER GP 3 MIGUEL S PILAR 8.5 PLUMBER: TRADESMAN MIGUEL PILAR JR OPERATOR GP 8 JOSE RODRIGUEZ 8.5 PLUMBER: TRADESMAN ANTHONY FULWILDER Manpower Units: Manhours 0 Mandays ❑ Other ❑ Subcontractos: Qty EQUIPMENT 8.5 721C CASE WHEEL LOADER 8.5 6220 DRESSER/KOMATSU EXCAV 8.5 590 SM CASE BACKHOE/W BKR 41 DUMP TRUCK 8.5 FORD F450 FLATBED (2) 6" TRASH PUMP W/ HOSES (2) 4 TRENCH PLATES 15/15/100 SIGNS /BARRICADES /CONES LIGHT TOWERS (2) 8.5 ARROW BOARDS (2) Equipment Units: Hours ❑ Other ❑ Nx 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 Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA 1- Dec -04 day METROPOLITAN CONSTRUCTION P.O. BOX 477 BONITA CA 91908 Wild I` Provide a brief description of daily work performed: installed class II base, and asphalt at manhole 15 insertion pit east of manhole 15. (12 tons) 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. aty CLASSIFICATION Employee Signature 7.5 FOREMAN JOSE ORTIZ 7.5 GP 8 Operator MIGUEL LOPEZ 7.5 PLUMBER: TRADESMAN HERMES ALVARADO 7.5 PLUMBER: TRADESMAN JOSE PILAR TRENCH PLATES PLUMBER: PIPELAYER JULIAN MONTES PLUMBER: TRADESMAN MIGUEL S PILAR 7.5 TEAMSTER GP 3 MIGUEL S PILAR 7.5 PLUMBER: TRADESMAN MIGUEL PILAR JR OPERATOR GP 8 JOSE RODRIGUEZ 7.5 PLUMBER: TRADESMAN ANTHONY FULWILDER Manpower Units: Manhours 0 Mandays ❑ Other ❑ Subcontractos: Qty EQUIPMENT 7.5 721 C CASE WHEEL LOADER 7.5 6220 DRESSER /KOMATSU EXCAV 7.5 590 SM CASE BACKHOE/W BKR 7.5 DUMP TRUCK 7.5 FORD F450 FLATBED (2) 6" TRASH PUMP W/ HOSES (2) 4 TRENCH PLATES 15/15/100 SIGNS /BARRICADES /CONES LIGHT TOWERS (2) 7.5 ARROW BOARDS (2) Equipment Units: Hours ❑ Other ❑ 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 Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA 2- Dec -04 day METROPOLITAN CONSTRUCTION P.O. BOX 477 BONITA CA 91908 Provide a brief description of daily work performed: installed class II base, and asphalt area where pipe bursting head collapsed due to unburstable soil "pi Vet. Eq t I 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 ICLASSIFICATION Employee Signature 8.5 FOREMAN JOSE ORTIZ 8.5 GP 8 Operator MIGUEL LOPEZ 8.5 PLUMBER: TRADESMAN HERMES ALVARADO PLUMBER: TRADESMAN JOSE PILAR TRENCH PLATES PLUMBER: PIPELAYER JULIAN MONTES PLUMBER: TRADESMAN MIGUEL S PILAR 8.5 TEAMSTER GP 3 MIGUEL S PILAR 4.5 PLUMBER: TRADESMAN (incl 4 hi MIGUEL PILAR JR 4 OPERATOR GP 8 MIGUEL PILAR JR 8.5 PLUMBER: TRADESMAN ANTHONY FULWILDER Manpower Units: Manhours Mandays ❑ Other ❑ Subcontractos: aty EQUIPMENT 8.5 721C CASE WHEEL LOADER 8.5 6220 DRESSER /KOMATSU EXCAV 8.5 590 SM CASE BACKHOE/W BKR 8.5 1 DUMP TRUCK 8.5 FORD F450 FLATBED (2) 6" TRASH PUMP W/ HOSES (2) 4 TRENCH PLATES 15/15/100 SIGNS /BARRICADES /CONES LIGHT TOWERS (2) 8.5 IARROW BOARDS (1) Equipment Units: Hours ❑ Other ❑ 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 Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA 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. aty ICLASSIFICATION Employee Signature 9 FOREMAN JOSE ORTIZ 9 GP 8 Operator MIGUEL LOPEZ DUMP TRUCK PLUMBER: TRADESMAN HERMES ALVARADO PLUMBER: TRADESMAN JOSE PILAR TRENCH PLATES PLUMBER: PIPELAYER JULIAN MONTES 9 PLUMBER: TRADESMAN MIGUEL S PILAR 9 TEAMSTER GP 3 MIGUEL S PILAR 5 PLUMBER: TRADESMAN IMIGUEL PILAR JR 4 JOPER ATOR GP 8 MIGUEL PILAR JR 9 1 PLUMBER: TRADESMAN ANTHONY FULWILDER Manpower Units: Manhours Mandays ❑ Other ❑ Subcontractos: Qty EQUIPMENT 9 721C CASE WHEEL LOADER 6220 DRESSER /KOMATSU EXCAV 9 590 SM CASE BACKHOE/W BKR 9 DUMP TRUCK 9 FORD F450 FLATBED (2) 6" TRASH PUMP W/ HOSES (2) 4 TRENCH PLATES 15/15/100 SIGNS /BARRICADES /CONES 9 Roller 7.5 ARROW BOARDS (1) Equipment Units: Hours ❑ Other ❑ 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 Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA ICI.... 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. oty CLASSIFICATION Em to ee Si nature 8 FOREMAN JOSE ORTIZ 8 GP 8 Operator MIGUEL LOPEZ DUMP TRUCK PLUMBER: TRADESMAN HERMES ALVARADO PLUMBER: TRADESMAN JOSE PILAR TRENCH PLATES PLUMBER: PIPELAYER JULIAN MONTES 4 PLUMBER: TRADESMAN MIGUEL S PILAR 4 TEAMSTER GP 3 MIGUEL S PILAR 8 PLUMBER: TRADESMAN MIGUEL PILAR JR OPERATOR GP 8 MIGUEL PILAR JR PLUMBER: TRADESMAN ANTHONY FULWILDER QtY EQUIPMENT 4 721C CASE WHEEL LOADER 6220 DRESSER/KOMATSU EXCAV 590 SM CASE BACKHOE/W BKR 4 DUMP TRUCK 8 FORD F450 FLATBED (2) 6" TRASH PUMP W/ HOSES (2) TRENCH PLATES SIGNS /BARRICADES /CONES LIGHT TOWERS (2) ARROW BOARDS (1) Manpower Units: Manhours 0 Mandays ❑ Other ❑ Equipment Units: Hours ❑ Other ❑ Subcontractos: e .. is OHIO »Y.,. 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 Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA 7- Dec -04 day METROPOLITAN CONSTRUCTION P.O. BOX 477 BONITA CA 91908 Provide a brief description of daily work performed: Installed SWPP for potential rain Mf Wit% gtrttBttt. . 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 ICLASSIFICATION Employee Signature 8 FOREMAN JOSE ORTIZ 8 GP 8 Operator MIGUEL LOPEZ DUMP TRUCK PLUMBER: TRADESMAN HERMES ALVARADO PLUMBER: TRADESMAN JOSE PILAR TRENCH PLATES PLUMBER: PIPELAYER JULIAN MONTES 4 PLUMBER: TRADESMAN MIGUEL S PILAR 4 TEAMSTER GP 3 MIGUEL S PILAR 8 PLUMBER: TRADESMAN MIGUEL PILAR JR OPERATOR GP 8 MIGUEL FILAR JR PLUMBER: TRADESMAN ANTHONY FULWILDER Manpower Units: Manhours Mandays ❑ Other ❑ Subcontractos: Qty EQUIPMENT 4 721C CASE WHEEL LOADER 6220 DRESSER /KOMATSU EXCAV 590 SM CASE BACKHOE/W BKR 41 DUMP TRUCK 8 FORD F450 FLATBED (2) 6" TRASH PUMP W/ HOSES (2) TRENCH PLATES SIGNS /BARRICADES /CONES LIGHT TOWERS (2) ARROW BOARDS (1) Equipment Units: Hours ❑ Other ❑ rti5 tit tt8$. 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 Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA #ftijf rit �1t}1�f' 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. oty CLASSIFICATION Employee Signature 721C CASE WHEEL LOADER FOREMAN JOSE ORTIZ GP 8 Operator MIGUEL LOPEZ DUMP TRUCK PLUMBER: TRADESMAN HERMES ALVARADO PLUMBER: TRADESMAN JOSE PILAR TRENCH PLATES PLUMBER: PIPELAYER JULIAN MONTES PLUMBER: TRADESMAN MIGUEL S PILAR 1ARROW BOARDS (1) TEAMSTER GP 3 MIGUEL S PILAR PLUMBER: TRADESMAN MIGUEL PILAR JR OPERATOR GP 8 MIGUEL PILAR JR PLUMBER: TRADESMAN ANTHONY FULWILDER Manpower Units: Manhours Mandays ❑ Other ❑ Subcontractos: Qty EQUIPMENT 721C CASE WHEEL LOADER 6220 DRESSER/KOMATSU EXCAV 590 SM CASE BACKHOE/W BKR DUMP TRUCK FORD F450 FLATBED (2) 6" TRASH PUMP W/ HOSES (2) TRENCH PLATES SIGNS /BARRICADES /CONES LIGHT TOWERS (2) 1ARROW BOARDS (1) Equipment Units: Hours ❑ Other ❑ 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 Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA 8:30 AM TO 5 PM 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. aty CLASSIFICATION Employee I Signature 8 FOREMAN JOSE RODRIGUEZ 8 GP 8 Operator MIGUEL LOPEZ 8 PLUMBER: TRADESMAN HERMES ALVARADO 8 1 PLUMBER: TRADESMAN JOSE PILAR 8 PLUMBER: PIPELAYER JULIAN MONTES PLUMBER: TRADESMAN MIGUEL S PILAR 8 TEAMSTER GP 3 MIGUEL S PILAR 8 PLUMBER: TRADESMAN IMIGUEL PILAR JR OPERATOR GP 8 MIGUEL PILAR JR 8 1 PLUMBER: TRADESMAN ANTHONY FULWILDER Manpower Units: Manhours Mandays ❑ Other ❑ Subcontractos: QtY EQUIPMENT 8 721C CASE WHEEL LOADER 6220 DRESSER/KOMATSU EXCAV 8 590 SM CASE BACKHOE/W BKR 8 DUMP TRUCK 8 FORD F450 FLATBED (2) 6" TRASH PUMP W/ HOSES (2) TRENCH PLATES 8 SIGNS /BARRICADES /CONES LIGHT TOWERS (2) 8 ARROW BOARDS (1) Equipment Units: Hours ❑ Other ❑ 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 Contractor's Daily Report Project: ENCINITAS BLVD TRUNK SEWER REPLACEMENT ENCINITAS BLVD ENCINITAS, CA 8:30 AM TO 5 PM Ma} Eg VIP t.... 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. aty ICLASSIFICATION Em to ee I Signature 5.5 FOREMAN JOSE RODRIGUE2 PAY JJ DIFFERENCE IN RE 5.5 GP 8 Operator MIGUEL LOPEZ 5.5 PLUMBER: TRADESMAN HERMES ALVARADO 5.5 PLUMBER: TRADESMAN JOSE PILAR 5.5 PLUMBER: PIPELAYER JULIAN MONTES PLUMBER: TRADESMAN MIGUEL S PILAR 5.5 TEAMSTER GP 3 MIGUEL S PILAR 5.5 PLUMBER: TRADESMAN MIGUEL PILAR JR OPERATOR GP 8 MIGUEL PILAR JR 5.5 PLUMBER: TRADESMAN ANTHONY FULWILDER QtY EQUIPMENT 8 721C CASE WHEEL LOADER 6220 DRESSER/KOMATSU EXCAV 8 590 SM CASE BACKHOE/W BKR 8 DUMP TRUCK 8 FORD F450 FLATBED (2) 6" TRASH PUMP W/ HOSES (2) TRENCH PLATES 8 SIGNS /BARRICADES /CONES LIGHT TOWERS (2) 8 ARROW BOARDS (1) Manpower Units: Manhours E Mandays ❑ Other ❑ Equipment Units: Hours ❑ Other ❑ Subcontractos: 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 CONT F MPING SERVICE MPANY OF ATLAS PORTABLE SERVICE, INC. 12740 VIGILANTE RD. LAKESIDE, CA 92040 (619)741 -56431 06525 METROPOLITAN CONSTRUCTION 8614 TROY ST SPRIPiG VALLEY CA 919?7 PO# N V 0 I C E 11/22/20041 1991 San Diego (619) 443 -7867 North County (760) 480 -7867 1- 800 - 491 -PUMP (78aa67) FAX (619) 443 -8960 OR n 4� F, (619)921 -2003 ENCINITAS BLVD TRUNKED SEWER. ENCINITAS BLVD LAKEVIEW & I -5 ENCINTAS CA 92024 AUTH: JOSE TERMS: NET 30 DESCRIPTION DATE AMOUNT SPEC SERV - PUMPING 11/22/2004 NOTE: PORTAL TO PORTAL 1111212 / 2004 NOTE: DRIVER. RECORD HRS & GALS 11/22/2004 _Q Z� --- - - - - -- L,V , S (-fie TETITA8:1%n 10 R1T 30. INTEREST RAT F1 Of M.51?1c PER MONTH WILL —� 3-e2 BE CHARGED ON ALL ACCOUNTS OVER 30 DAYS PAST DUE. i i ------ - - - - -- - - - - -t Sr9M- -(&-- (--,Q-- (-:-� �------- / / ------ - - - - -- TOTAL * ** *HAPPY THAiKS IVING * * ** PLEASE PAY I F M HLS LY=ICE CUSTOMER DRIVE i r,0.2•Z F % W % Check #: G % SIN Cash Amt: -2-2 -C)lf 00000 1 11/09;2004 11/09/2004 In consideration of Atlas Pumping Service agreeing to provide the liquid waste removal services described herein, the above hereby agrees to the following: 1) to fully and completely waive and release any and all claims for damage to persons and property, whether real or personal, and to all persons. which damage may result of or in any way relate to pertain to Atlas Pumping Service's removal of liquid waste; and 2) to indemnify, defend against and hold Atlas Pumping Service harmless from any and all claims, actions, proceedings, suits, costs, expenses, damages and liabilities, including attorney's fees. The above acknowledges that Atlas Pumping Service vehicles shall substantially increase in weight as a result of liquid waste removal and that the above understands that in removing liquid waste or in locating containers of liquid waste, that because of the nature of the activity, damage to real or personal property may occur. Notwithstanding the foregoing, the above acknowledges the risk therein and assumes the liability for any such loss or damage that may occur whether it occurs by virtue of the removal of liquid waste or the movement of vehicles or otherwise. ORIGINAL - -�w ' * * * * * * * * * * * * * * S I T E P R 0 F I * * * SITE NO. 0001 SITE TYPE 0 TANK SIZE DESCRIPTION RAW SEWAGE TRUCK SIZE DEPTH 8PM TO 5AM TANK COND DRAIN COND MAP PAGE CLEANOUT Y PRIOR SERVICE FREQUENCY N PERIOD 00 NEXT SERVICE F % W % Check #: G % SIN Cash Amt: -2-2 -C)lf 00000 1 11/09;2004 11/09/2004 In consideration of Atlas Pumping Service agreeing to provide the liquid waste removal services described herein, the above hereby agrees to the following: 1) to fully and completely waive and release any and all claims for damage to persons and property, whether real or personal, and to all persons. which damage may result of or in any way relate to pertain to Atlas Pumping Service's removal of liquid waste; and 2) to indemnify, defend against and hold Atlas Pumping Service harmless from any and all claims, actions, proceedings, suits, costs, expenses, damages and liabilities, including attorney's fees. The above acknowledges that Atlas Pumping Service vehicles shall substantially increase in weight as a result of liquid waste removal and that the above understands that in removing liquid waste or in locating containers of liquid waste, that because of the nature of the activity, damage to real or personal property may occur. Notwithstanding the foregoing, the above acknowledges the risk therein and assumes the liability for any such loss or damage that may occur whether it occurs by virtue of the removal of liquid waste or the movement of vehicles or otherwise. ORIGINAL .r O IC E 1 /22; 2004 199121 A A FPUMPING SERVICE San Diego 619 443 -7867 North Count 760 480 -7867 MPANY OF ATLAS PORTABLE SERVICE, INC. 9 ( ) ( ) 12740 VIGILANTE RD. LAKESIDE. CA 92040 1- 800 - 491 -PUMP ( FAX (619) 443 -8960 0 (619)741 -5643 065:.5 (619)921 -12003 METROPOLITAN CONSTRUCTION 4' ENCINITAS BLVD TRUNKED SEWER 0614 TROY ST ENCINITAS BLVD LAKEVIEW & I -5 SPRING VALLEY CA 91977 ENCINTAS CA 92024 CONT: PO# AUTH: JOSE TERMS: NET 30 DESCRIPTION DATE AMOUNT `w S SPEC SERV - PUMPING 11/22/2004 NOTE: PORTAL TO PORTAL 11/22/127004 NOTE: DRIVER RECORD HRS & GALS 11/22/2004 Co I� r - -s1 - --� SO - - - -- -------------------- - - - - - -- TERMS: 1 °/j� 10 T . INTEREST RAT OF 1.5% PER PIIONTH WILL 6�9MRA6E--------- ACCOUNTS OVER 30 DAYS PAST DUE. * ** *HAPPY THANKSG UrIN9 * * ** CUSTOMER DRIVER SITE NO. 0001 SITE TYPE DESCRIPTION RAW SEWAGE DEPTH 0PM TO 5AM TANK COND MAP PAGE CLEANOUT FREQUENCY N PERIOD q loa 6VICW:51 F% G % W% S% 0 TANK SIA 00000 TRUCK SIuE 1 DRAIN COND Y PRIOR SERVICE 11/09/2004 00 NEXT SERVICE 11/09/2004 Check #: Cash Amt: In consideration of Atlas Pumping Service agreeing to provide the liquid waste removal services described herein, the above hereby agrees to the following: 1) to fully and completely waive and release any and all claims for damage to persons and property, whether real or personal. and to all persons, which damage may result of or in any way relate to pertain to Atlas Pumping Service's removal of liquid waste; and 2) to indemnify, defend against and hold Atlas Pumping Service harmless from any and all claims, actions. proceedings, suits, costs, expenses, damages and liabilities, including attorney's fees. The above acknowledges that Atlas Pumping Service vehicles shall substantially increase in weight as a result of liquid waste removal and that the above understands that in removing liquid waste or in locating containers of liquid waste, that because of the nature of the activity, damage to real or personal property may occur. Notwithstanding the foregoing. the above acknowledges the risk therein and assumes the liability for any such loss or damage that may occur whether it occurs by virtue of the removal of liquid waste or the movement of vehicles or otherwise. ORIGINAL CONT A A PUMPING SERVICE A COMPANY OF ATLAS PORTABLE SERVICE, INC. 12740 VIGILANTE RD. LAKESIDE, CA 92040 (619)741 -56431 06525 METROPOLITAN CONSTRUCTION 8614 TROY ST SPRING VALLEY CA 91977 PO# V O I C E San Diego (619) 443 -7867 11/23/20041 199124 North County (760) 480 -7867 1- 800 - 491 -PUMP (7867) � FAX (619) 443 -8960 1 �y t I / 13O -1 AUTH: JOSE (619)921 -2003 ENCINITAS BLVD TRUNKED SEWER ENCINITAS BLVD LAKEVIEW & I -5 ENCINTAS CA 92024 TERMS: NET 30 DESCRIPTION DATE AMOUNT SPEC SERV - PUMPING 111/23/2004 NOTE: PORTAL TO PORTAL 11/23/2004 NOTE,: / DRIVER RECORD HRS & GALS 11/23/2004 _ /4 _-6--L R 0--------- - - - - -- J / ------ - - - - -- 3d �! s - -- =------------ - -- - -- ------------ THWILL TERMS: 1 % 10 NET 30. INTEREST RATff OF 1!5% PER MONTH WILL 'BE CHARGED O L CCOUNTS OVER 30 DAYS PAST DUE. ---------- - - - —� / / ------ - - - - -- 5 T��-- -- - -- ------ - - - - -- 4— THAN Y( J FOR f TOTAL YOUR BUS NESS A PLEASE PAY THIS L17 ;71 DRIVER CUSTOMER .>' SITE NO. 0001 SITE TYPE 0 T IK SIZE 00000 DESCRIPTION RAW SEWAGE UCK SIZE 1 DEPTH SPM TO 5AM TANK COND RAIN COND MAP PAGE CLEANOUT Y PRIOR SERVICE 11/09;2004 FREQUENCY N PERIOD 00 NEXT SERVICE 11/09/2004 F % W% Check #: G % S% Cash Amt: In consideration of Atlas Pumping Service agreeing to provide the liquid waste removal services described herein. the above hereby agrees to the following: 1) to fully and completely waive and release any and all claims for damage to persons and property, whether real or personal, and to all persons, which damage may result of or in any way relate to pertain to Atlas Pumping Service's removal of liquid waste; and 2) to indemnify, defend against and hold Atlas Pumping Service harmless from any and all claims. actions. proceedings, suits, costs, expenses, damages and liabilities, including attorney's fees. The above acknowledges that Atlas Pumping Service vehicles shall substantially increase in weight as a result of liquid waste removal and that the above understands that in removing liquid waste or in locating containers of liquid waste; that because of the nature of the activity, damage to real or personal property may occur. Notwithstanding the foregoing, the above acknowledges the risk therein and assumes the liability for any such loss or damage that may occur whether it occurs by virtue of the removal of liquid waste or the movement of vehicles or otherwise. ORIGINAL I 1 A A FACOMPANY PING SERVICE Of ATLAS PORTABLE SERVICE, INC. 12740 VIGILANTE RD. LAKESIDE, CA 92040 CONT: (619)741 -56431 06525 METROPOLITAN CONSTRUCTION 3614 TROY ST SPRING VALLEY CA 91977 PO# —__J�N V O I C E 1./23/ 20041 19912 San Diego (619) 443 -7867 North County (760) 480 -7867 1- 800 - 491 -PUMP jam) FAX (619) 443 -8960 (619)921 -2003 g L ENCINITAS BLVD TRUNKED SEWER ENCINITAS BLVD LAKEVIEW & I -5 ENCINTAS CA 92024 AUTH: JOSE TERMS: NET 30 DESCRIPTION DATE AMOUNT SPEC SERV - PUMPING 11/23/2004 NOTE: PORTAL TO PORTAL 11/123/2004 NO\\ITE: DRIVER REINC^/ORD H�1RS �%& ,GAALS 11/23/2004 tr -YA-~D -L, —VLES�! C- -L2. — % %� ---- -- - - -- -- ,�-g� oa- - -L-V, S (4 c. , 3a TeRTA 'S : 1 T/o 10 NET- 30.TN- IEREEST RATI OF Y.5% PER MONTH WILL - -��� ��� BE CHARGED ON ALL ACCOUNTS OVER 30 DAYS PAST DUE. — V------- - - - - -- — — — — — — — — / / ------ - - - - -- — — — — THANK YOU FOR YOUR BUSINESS PLEASE PAY FR T} CUSTOMER * * * * * * * * * * * * * * S I-T E SITE NO. 0001 SITE TYPE DESCRIPTION RAW SET WA GE DEPTH 8-PM TO 5AM TANK COND MAP PAGE CLEANOUT FREQUENCY N PERIOD F% W% G % S% ,/ ed> _DZI_VER 0 TANK SIZE 00000 TRUCK SIZE 1 DRAIN COND Y PRIOR SERVICE 11/09/2004 00 NEXT SERVICE 11/09/2004 Check #: Cash Amt: In consideration of Atlas Pumping Service agreeing to provide the liquid waste removal services described herein, the above hereby agrees to the following: 1) to fully and completely waive and release any and all claims for damage to persons and property, whether real or personal, and to all persons. which damage may result of or in any way relate to pertain to Atlas Purnping Service's removal of liquid waste; and 2) to indemnify, defend against and hold Atlas Pumping Service harmless from any and all claims, actions, proceedings, suits, costs, expenses, damages and liabilities, including attorney's fees. The above acknowledges that Atlas Pumping Service vehicles shall substantially increase in weight as a result of liquid waste removal and that the above understands that in removing liquid waste or in locating containers of liquid waste. that because of the nature of the activity. damage to real or personal property may occur. Notwithstanding the foregoing, the above acknowledges the risk therein and assumes the liability for any such loss or damage that may occur whether it occurs by virtue of the removal of liquid waste or the movement of vehicles or otherwise. ORIGINAL A A PUMPING SERVICE A COMPANY OF ATLAS PORTABLE SERVICE, INC. 12740 VIGILANTE RD. LAKESIDE, CA 92040 (619)741 -56431 06525 METROPOLITAN CONSTRUCTION 8614 TROY ST SPRING VALLEY CA 91977 CONT: PO# I N V O I C E 1/18/20041 198480 San Diego (619) 443 -7867 North County (760) 480 -7867 1- 800 - 491 -PUMP (7867) FAX (619) 443 - 8960\\ \ \v (619)921 -2003 RUTH: JOSE ENCINITAS BLVD TRUNKED SEWER ENCINITAS BLVD LAKEVIEW & I -5 ENCINTAS CA 92024 TERMS: NET 30 DESCRIPTION DATE AMOUNT L/ 45s SPEC SERV - PUMPING 11/18/2004 NOTE: PORTAL NOTE: DRIVER TO PORTAL 11/18/2004 RECORD HRS & GALS 11/18/2004 ----------- - - - - -- / / - - - - -- - TERM ,'T: -'°7o- 1(,rNL7-3(7T1tTERESf RATK OF 1/5% PER MDMTi_77RZ BE CHARGED ON ALL ACCOUNTS OVER 30 DAYS PAST DUE ------------ - - - - -- / / - - - - -- A-,'I/. J-, -IL !9� ----------------- - - - - -- i / TOTAL THANK YOU FOR YOUR BUSINESS PLEASE PAY FROM THIS INVOICE CUSTOMER 0 DRIVER,o,sa< d /X/ // -le"- 2y * * * * * * * * * * * * * * S I T E P R 0 F I L E * * * * * * * SITE NO. 0001 SITE TYPE 0 TANK SIZE DESCRIPTION RAW SEWAGE TRUCK SIZE DEPTH 8PM TO 5AM TANK COND DRAIN COND MAP PAGE CLEANOUT Y PRIOR SERVICE FREQUENCY N PERIOD 00 NEXT SERVICE F% W% Check #: G % S% Cash Amt: 00000 1 10/15/2004 10/15/2004 In consideration of Atlas Pumping Service agreeing to provide the liquid waste removal services described herein, the above hereby agrees to the following: 1) to fully and completely waive and release any and all claims for damage to persons and property, whether real or personal, and to all persons. vihich damage may result of or in any way relate to pertain to Atlas Pumping Service's removal of liquid viaste: and 2) to indemnify, defend against and hold Atlas Pumping Service harmless from any and all claims, actions, proceedings, suits, costs, expenses, damages and liabilities. including attorney's fees. The above acknowledges that Atlas Pumping Service vehicles shall substantially increase in weight as a result of liquid waste removal and that the above understands that in removing liquid waste or in locating containers of liquid waste, that because of the nature of the activity, damage to real or personal property may occur. Notwithstanding the foregoing, the above acknowledges the risk therein and assumes the liability for any such loss or damage that may occur whether it occurs by virtue of the removal of liquid waste or the movement of vehicles or otherwise. ORIGINAL CONT: PUMPING SERVICE A COMPANY OF ATLAS PORTABLE SERVICE, INC. 12740 VIGILANTE RD- LAKESIDE . CA 92040 (619)?41 -56431 06525 METROPOLITAN CONSTRUCTION 8614 TROY ST SPRING VALLEY CA 91977 PO# DESCRIPTION ;gdar -,� s e SPEC SERV - PUMPING NOTE: PORTAL TO PORTAL I N V O I C E San Diego (619) 443 -7867 1t/18/20041 195912 North County (760) 480 -7867 1- 800 - 491 -PUMP (7867) FAX (619) 443 -8960 `\\ (619)921 -2003 ENCINITAS BLVD TRUNKED SE ENCINITAS BLVD LAKEVIEW & I -5 ENCINTAS CA 92024 AUTH: JOSE DATE / p -� 51'` 11/ 18/ 2004 11/13/2004 NOTE: DRIVER RECORD HRS & GALS 11/18/2004 TERMS: NET 30 AMOUNT --------- - - - -TnMg'.-fT'o76-I 77;(7 74717 EST RATWOF 1/5% PER MONTH v I T qE CH�(jE ALL ACCOUNTS OVER' 0 DAYS PAST DUE. oe -- �1 / / ------ - - - - -- 13& q i(J 2 -- - - - - -- / / ------ - - - - -- n THANK YOU TOTAL FOR YOUR BUSINESS / 4 ?2�/ PLEASE PAY F OM THIS INVOICE �r�c� CUSTOMER DRIVER `� * * * * * * * * S I T E P R 0 SITE NO. 0001 SITE TYPE 0 TANK SIZE 00000 DESCPIPTION RAW SEWAGE TRUCK SIZE 1 DEPTH 8:30AM -4PM TANK COND DRAIN COND MAP PAGE CLEANOUT Y PRIOR SERVICE 11/09/2004 FREQUENCY N PERIOD 00 NEXT SERVICE 11/09/2004 F % W % Check #: G % SIX, Cash Amt: In consideration of Atlas Pumping Service agreeing to provide the liquid waste removal services described herein. the above hereby agrees to the following-, 1) tos fully and completely waive and release any and all claims for damage to persons and property, whether real or personal, and to all persons, which damage mad: result of or in any way relate to pertain to Atlas Pumping Service's removal of liquid waste; and 2) to indemnify, defend against and hold Atlas Pumping ServicQ.. harmless from any and all claims, actions, proceedings, suits, costs, expenses. damages and liabilities, including attorney's fees. The above acknowledges that Atlas Pumping Service vehicles shall substantially increase in weight as a result of liquid waste removal and that the above understands that in removing liquid v,,aste or in locating containers of liquid waste. that because of the nature of the activity, damage to real or personal property may occur. Notwithstanding the foregoing. the above acknowledges the risk therein and assumes the liability for any such loss or damage that may occur whether it occurs by virtue of the removal of !icuid waste or the movement of vehicles or otherwise. ORIGINAL ', CONT: PUMPING SERVICE A COMPANY OF ATLAS PORTABLE SERVICE, INC. 12740 VIGILANTE RD. LAKESIDE, CA 92040 (619)741 -56431 06525 METROPOLITAN CONSTRUCTION 5614 TROY ST SPRING VALLEY CA 91977 PO# I N V' 0 I C E 1�/16/20041 198913 San Diego (619) 443 -7867 North County (760) 480 -7867 1- 800 - 491 -PUMP (7867) FAX (619) AUTH: JOSE (619)921 -2003 ENCINITAS BLVD TRUNKED S ENCINITAS BLVD LAKEVIEW & I -5 ENCINTAS CA 92024 o G TERMS: NET 30 DESCRIPTION DATE AMOUNT e Aa _ 0- SPEC SERV - PUMPING 11/18/2004 NOTE: PORTAL TO PORTAL 111115/2004 NOTE: DRIVER RECORD HRS & GALS 11/18/2004 j.fge I �Lto-------------------- - - - - -- / / ------ - - - - -- �.D --- ------ T— FVS:1"7'III19El71IINTERETT RATI1 OF A"io PER rLf01GTi-F67CI------ 0 BE CHARGED ON ALL ACCOUNTS OVER 30 DAYS PAST DUE ----- - - - - . ------------------------ THANK YOU TOTAL FOR YOUR BUSINESS $._- /` PLEASE PA OM THIS INVOICE CUSTOMER DRIVER 2 0 -7 i - 0 L/ * * * * * * * * * * * * * * S I T E P R 0 F I L E * * * * SITE NO. 0001 SITE TYPE 0 TANK SIZE 00000 DESCRIPTION RAW SEWAGE TRUCK SIZE 1 DEPTH 8:30AM -4PM TANK COND DRAIN COND MAP PAGE CLEANOUT Y PRIOR SERVICE 1110912004 FREQUENCY N PERIOD 00 NEXT SERVICE 11/09/2004 F% W % Check #: G % SIX, Cash Amt: In consideration of Atlas Pumping Service agreeing to provide the liquid waste removal services described herein, the above hereby agrees to the follov'Ing: 1) to fully and completely waive and release any and all claims for damage to persons and property. whether real or personal, and to all persons, (which damage may result of or in any way relate to pertain to Atlas Pumping Service's removal of liquid waste; and 2) to indemnify, defend against and hold Atlas Pumping Service harmless from any and all claims, actions, proceedings, suits, costs, expenses, damages and liabilities, including attorney's fees. The above acknowledges that Atlas Pumping Service vehicles shall substantially increase in weight as a result of liquid viaste removal and that the above understands that in removing liquid viaste or in locatino containers of liquid waste, that because of the nature of the activity. damage to real or personal property may occur NoNAlithstanding the foregoing, the above acknowledges the risk therein and assumes the liability for any such loss or damage that may occur whether it occurs by virtue of the removal of liquid waste, or the movement of vehicles or otherwise. ORIGINAL CONT: A A PUMPING SERVICE A COMPANY OF ATLAS PORTABLE SERVICE, INC. 12740 VIGILANTE RD. LAKESIDE, CA 92040 (619)741-56431 06525 METROPOLITAN CONSTRUCTION 3614 TROY ST SPRING VALLEY CA 91977 PO# I N V O I C E 1/13/20041 198914 San Diego (619) 443 -7867 North County (760) 480 -7867 1- 800 - 491 -PUMP (7867) FAX (619) 443 -8960 \ X_0'1� ( 619) 921 -2003 AUTH: JOSE ENCINITAS BLVD TRUNKED ENCINITAS BLVD LAKEVIEW & I -5 ENCINTAS CA 92024 TERMS: NET 30 DESCP.IPTION / DATE AMOUNT SPEC SERV - PUM(?N G 11/18/2004 NOTE: PORTAL TO PORTAL 11/18/2004 NOTE: DRIVER RECORD HRS & GALS 11/18/2004 ------------------------ - - - - -- / / ------ - - - - -- 1------------ TERM 7 .7'7'o7U%=TNTEf1717T RA'140P 1/5 lb PFF %1(7 TH WILL BE CHARGED ON ALL ACCOUNTS OVER 301 DAYS PAST DUE, ------------------------ - - - - -- / / ------ - - - - -- ------------------------------ / / ------ - - - - -- THANK YOU FOR YOUR BUSINESS TOTAL Ow' PLEASE PAY FROM THIS INVOICE CUSTOMER DRIVER * * * * * * * * * * * * * * S I T E SITE NO. 0001 SITE TYPE DESCRIPTION RAW SEWAGE DEPTH 3:30AM -4PM TANK COND MAP PAGE CLEANOUT FREQUENCY N PERIOD �1P1�.1 i'•�b � (F 7T7� to : ( D F% W% G % S% 0 TANK SIZE 00000 TRUCK SIZE 1 DRAIN COND Y PRIOR SERVICE 111/09/2004 00 NEXT SERVICE 11/09/2004 Check #: Cash Amt: In consideration of Atlas Pumping Service agreeing to provide the liquid waste removal services described herein.. the above hereby agrees to the following: 1) to fully and completely waive and release any and all claims for damage to persons and property. whether real or personal. and to alt persons, which damage may result of or in any way relate to pertain to Atlas Pumping Service's removal of liquid waste; and 2) to indemnify, defend against and hold Atlas Pumping Service harmless from any and all claims, actions, proceedings, suits, costs, expenses, damages and liabilities including attorney's fees. The above acknowledges that Atlas Pumping Service vehicles shall substantially increase in weight as a result of liquid waste removal and that the above understands that in removing liquid waste or in locating containers of liquid waste. that because of the nature of the activity damage to real or personal property may occur. Notwithstanding the foregoing. the above acknowledges the risk therein and assumes the liability for any such loss or damage that may occur whether it occurs by virtue of the removal of liquid waste or the movement of vehicles or otherwise. ORIGINAL CONT: PUMPING SERVICE A COMPANY OF ATLAS PORTABLE SERVICE, INC. 12740 VIGILANTE RD. LAKESIDE, CA 92040 619)741 -56431 06525 METROPOLITAN CONSTRUCTION 8614 TROY ST SPRING VALLEY CA 91977 PO# I N V O I C E 1./17/20041 198479 San Diego (619) 443 -7867 North County (760) 480 -7867 1- 800 - 491 -PUMP (7867) FAX (619) 443 -8960 (619)921 -2003 AUTH: JOSE ENCINITAS BLVD TRUNKED SEWER ENCINITAS BLVD LAKEVIEW & I -5 ENCINTAS CA 92024 TERMS: NET 30 DESCRIPTION DATE AMOUNT 7 ,4� SPEC SERV - PUMPING 11/17/2004 NOTE: PORTAL TO PORTAL 11/17/2004 NOTE: DRIVER RECORD HRS & GALS 11/17/2004 S}0-- r 1- -ec�il - -- ---- - - - - -- / / - - - - -- - - - - - - - - - - - - - 1f;,. - -- fiE�-? R /1�"1'Jo- 1�NEfi3Q.7t�7ic�RE�TRAT OF v�inPERMDiQTf-i%^7fL:_ - -- BE CHARGED ON ALL ACCOUNTS OVER 30 DAYS PAST DUF_ ------------------------ - - - - -- / / ------ - - - - -- ------------------------------ / / ------ - - - - -- 'PRANK YOU FOR YOUR EASINESS TOTAL R ;-)�_ 6"o PLEASE PAY FROM THIS INVOICE CUSTOMER DRIVER * * * * * * * * * * * * * * S I T E P R 0 F I L E * * * * * * * * * * * * * * SITE NO. 0001 SITE TYPE 0 TANK SIZE 00000 DESCRIPTION RAW SEWAGE TRUCK SIZE 1 DEPTH 8PM TO 5AM TANK COND DRAIN COND MAP PAGE CLEANOUT Y PRIOR SERVICE 10/15/2004 FREQUENCY N PERIOD 00 NEXT SERVICE 10/15/2004 F % W % Check #: G % S% Cash Amt: In consideration of Atlas Pumping Service agreeing to provide the liquid waste removal services described herein, the above hereby agrees to the following: 1) to fully and completely waive and release any and all claims for damage to persons and property, whether real or personal, and to ail persons, which damage may result of or in any way relate to pertain to Atlas Pumping Service's removal of liquid waste: and 2) to indemnify, defend against and hold Atlas Pumping Service harmless from any and all claims, actions, proceedings, suits, costs, expenses, damages and liabilities, including attorney's fees. The above acknowledges that Atlas Pumping Service vehicles shall substantially increase in weight as a result of liquid waste removal and that the above understands that in removing liquid waste & in locating containers of liquid waste, that because of the nature of the activity, damage to real or personal property may occur. Notwithstanding the foregoing, the above acknowledges the risk therein and assumes the liability for any such loss or damage that may occur whether it occurs by virtue of the removal of liquid waste or the movement of vehicles or otherwise. ORIGINAL A A FACOMPANY MPING SERVICE OF ATLAS PORTABLE SERVICE, INC. 12740 VIGILANTE RD. LAKESIDE, CA 92040 (619)741-56431 06525 METROPOLITAN CONSTRUCTION 8614 TROY ST SPRING VALLEY CA 91977 I N V O I C E 1./16/20041 198478 San Diego (619) 443 -7867 North County (760) 480 -7867 1- 800 - 491 -PUMP (7867) FAX (619) 443 -8960 (619)921 -2003 ENCINITAS BLVD TRUNKED SEWER ENCINITAS BLVD LAKEVIEW & I -5 ENCINTAS CA 92024 CONT: PO# AUTH: JOSE TERMS: NET 30 DESCRIPTION DATE AMOUNT SPEC SERV - PUMPING 11/16/2004 NOTE: PORTAL TO PORTAL 11/16/2004 NOTE: DRIVER RECORD HRS & GALS 11/16/2004 tv_YjtR� Ei o- -*Rf _5-aik 2,C -3 - - - - -- ; Sob ��f $sQo LV, Site;D , -- TERIV19..77,7 T INTEREST RATWOF 1!5 %o PER M09I7`I717ft- - - - - -- BE CHARGED ON ALL ACCOUNTS OVER 30 DAYS PAST DUE- - - / / ------ - - - - -- - - --& ----- - - - - -- / ------ - - - - -- THANK YOU FOR YOUR BUSINESS TOTAL PLEASE PAI FROM THIS INVOICE CUSTOME * * * * * * SITE NO. DESCRIPTION DEPTH MAP PAGE FREQUENCY F% G % 111,11114 "ti * * * * * ** * S I T E P R 0 F I L 0001 SITE TYPE 0 RAW SEWAGE 8PM TO 5AM TANK COND CLEANOUT Y N PERIOD 00 W % S TANK SIZE 00000 TRUCK SIZE 1 DRAIN COND PRIOR SERVICE 10/15/2004 NEXT SERVICE 10/15/2004 Check #: Cash Amt: In consideration of Atlas Pumping Service agreeing to provide the liquid waste removal services described herein. the above hereby agrees to the following: 1) to fully and completely v�caive and release any and all claims for damage to persons and property; whether real or personal. and to all persons.. which damage may result of or in any 6vay relate to pertain to Atlas Pumping Services removal of liquid waste, and 2) to indemnify, defend against and hold Atlas Pumping Service harmless from any and all claims, actions. proceedings, suits, costs, expenses, damages and liabilities. including attorney's fees. The above acknowledges that Atlas Pumping Service vehicles shall substantially increase in weight as a result of liquid -,;rlste removal and that the abode understands that in removing liquid waste or in locating containers of liquid waste, that because of the nature of the activity damage to real or personal property may occur. Notwithstanding the foregoing, the above acknooiledges the risk therein and assumes the liability for any such loss or damage that may occur whether it occurs by virtue of the removal of liquid waste or the movement of vehicles or otherwise. ORIGINAL CONT: PUMPING SERVICE A COMPANY OF ATLAS PORTABLE SERVICE, INC. 12740 VIGILANTE RD. LAKESIDE, CA 92040 (619)741 -56431 06525 METROPOLITAN CONSTRUCTION 8614 TROY ST SPRING VALLEY CA 91977 PO# DESCRIPTION SP C SERV — PUMPING I N V O I C E San Diego (619) 443 -7867 1- 800 - 491 -PUMP (7867) 1./16/20041 198788 North County (760) 480 -7867 (619)921 -2003 FAX (619) 443 -8960 ENCINITAS BLVD TRUNKED SEWER ENCINITAS BLVD LAKEVIEW & I -5 ENCINTAS CA 92024 AUTH: DATE 11/16/2004 NOTE: PORTAL TO PORTAL 11/16/2004 TERMS: NET 30 AMOUNT NOTE: DRIVER RECORD HRS & GALS 11/16/2004 d - - -� 3c7^�------- - - - - -- ! / : 60 ?�(V15' , ��'Tt1'ICt= 'fi'3�?NTEF�S'1 RA?r C>F 1 „`r:, PtF� ,v;,7 v:T! ,?L._ - - - - -- � r4A f __ � �� BE CHARGED a ^d AL? 4CCO!iN TS 0\' ER : � DA,Yt- PAST TC s,e —� -------- - - - - -- - -- ! ------ - - - - -- ;pj���,�� PrI - - - - - - - - - - - - - - - - - - ! ! THANK YOU PLEASE PAY CUSTOMER S THIS INVOICE TOTAL * * * * * * * * * * * * * * S I T E_ SITE NO. 0001 SITE TYPE DESCRIPTION RAW SEWAGE DEPTH 8PM TO 5AM TANK COND MAP PAGE CLEANO:. T FREQUENCY N PERIOD t��ds F% W% G% S% DRIVER P R O F I L E 0 Oo * * * * * * TANK SIZE TRUCK SIZE DRAIN COND NEXT SERVICE Check #: Cash Amt: * * * * * * * 00000 1 11/09/2004 11/09/2004 In consideration of Atlas Pumping Service agreeing to provide the liquid waste removal services described herein, the above hereby agrees to the following: 1) to fully and completely waive and release any and all claims for damage to persons and proper?, /. vvhether real or personal. and to all persons, which damage may result of or in any way relate to pertain to Atlas Pumping Service's removal of liquid waste; and 21 to indemnify, defend against and hold Atlas Pumping Service harmless from any and all claims, actions, proceedings, suits, costs, expenses, damages and liabilities, including attorney's fees. The above acknowledges that Atlas Pumping Service vehicles shall substantially increase in weight as a result of liquid vast, removal and that the above understands that in removing liquid waste or in locating containers of liquid waste. that because of the nature of the activity, damage to real or, personal property may occur. Notwithstanding the foregoing. the above acknowledges the risk therein and assumes the liability for any such loss or damage that may occur ,helher it occurs by virtue of the removal of liquid waste or the movement of vehicles or otherwise. ORIGINAL PUMPING SERVICE A COMPANY OF ATLAS PORTABLE SERVICE, INC. 12740 VIGILANTE RD. LAKESIDE, CA 92040 619)741 -56431 06525 METROPOLITAN CONSTRUCTION 8614 TROY ST SPRING VALLEY CA 91977 I N V O I C E 1j/15/20041 198477 San Diego (619) 443 -7867 North County (760) 480 -7867 1- 800 - 491 -PUMP (7867) FAX (619) 443 -8960 (619)921 -2003 ENCINITAS BLVD TRUNKED SEWER ENCINITAS BLVD LAKEVIEW & I -5 ENCINTAS CA 92024 CONT: PO# AUTH: JOSE TERMS: NET 30 DESCRIPTION &-5 o?D,a� SPEC SERV - PUMPING NOTE: PORTAL TO PORTAL D TE 11/15/2004 11/15/2004 AMOUNT NOTE: DRIVER RECORD HRS & GALS 11/15/2004 Leis ��,3__- � «/i _T�. - - - - - -- =-=--- - - - - -- 6 / , ------- - - - - -- UTZfvS- li7 Ttlt7Cl`3II. 1Ti1OF i/Si'; PFr', L17,77 F-i u E17 - - - -- I,E CF Ali � — L ACC )d, OVER ,f) DAYS PAST DUE F% W% G % S Check #: Cash Amt: In consideration of Atlas Pumping Service agreeing to provide the liquid ,,vaste removal services described herein. the above hereby agrees to the following: 1) to fully and completely v,,aive and release any and ail claims for damage to persons and propert�.r. v.hether real or personal, and to all, persons, :ihich damage may result of or in any way relate to pertain to Atlas Pumping Service's removal of liquid vpaste: and 2) to indemnify. defend against and hold Atlas Pumping Service harmless from any and all claims, actions, proceedings, suits, costs, expenses, damages and liabilities. including attorney's fees. The above acknowledges that Atlas Pumping Service vehicles shall substantially increase in weight as a result of liquid waste removal and that the above understands that in removing liquid waste or in locating containers of liquid waste, that because of the nature of the activity, damage to real or personal property may occur. Notv,vithstanding the foregoing, the above acknoviledges the risk therein and assumes the liability for any such loss or damage that may occur whether it occurs by virtue of the removal of liquid waste or the movement of vehicles or otherwise_ ORIGINAL TOTAL_ THANK YOU FOR YOUR BUSINESS 0,7 PLEASE PA FIR 0 THIS INVOICE G �•�c _. CUSTOMER DRIVER Z4 * * * * * * * * * * * * * * S I T E P R 0 F I L E * * * * SITE NO. 0001 SITE TYPE 0 TANK SIZE 00000 DESCRIPTION RAW SEWAGE TRUCK SIZE 1 DEPTH 8PM TO 5AM TANK COND DRAIN COND MAP PAGE CLEANOUT Y PRIOR SERVICE 10/15/2004 FREQUENCY N PERIOD 00 NEXT SERVICE 10/15/2004 F% W% G % S Check #: Cash Amt: In consideration of Atlas Pumping Service agreeing to provide the liquid ,,vaste removal services described herein. the above hereby agrees to the following: 1) to fully and completely v,,aive and release any and ail claims for damage to persons and propert�.r. v.hether real or personal, and to all, persons, :ihich damage may result of or in any way relate to pertain to Atlas Pumping Service's removal of liquid vpaste: and 2) to indemnify. defend against and hold Atlas Pumping Service harmless from any and all claims, actions, proceedings, suits, costs, expenses, damages and liabilities. including attorney's fees. The above acknowledges that Atlas Pumping Service vehicles shall substantially increase in weight as a result of liquid waste removal and that the above understands that in removing liquid waste or in locating containers of liquid waste, that because of the nature of the activity, damage to real or personal property may occur. Notv,vithstanding the foregoing, the above acknoviledges the risk therein and assumes the liability for any such loss or damage that may occur whether it occurs by virtue of the removal of liquid waste or the movement of vehicles or otherwise_ ORIGINAL CONT A A PUMPING SERVICE A COMPANY OF ATLAS PORTABLE SERVICE, INC. 12740 VIGILANTE RD. LAKESIDE. CA 92040 (619)741 -56431 06525 METROPOLITAN CONSTRUCTION 8614 TROY ST SPRING VALLEY CA 91977 PO# I N V O I C E San Diego (619) 443 -7867 1- 800 -491 -PUMP (7867) AUTH: JOSE 11/09/20041 198483 North County (760) 480 -7867 (619)921 -2003 FAX (619) 443 -8960 ENCINITAS BLVD TRUNKED SEWER ENCINITAS BLVD LAKEVIEW & I -5 ENCINTAS CA 92024 TERMS: NET 30 DESCRIPTION DATE AMOUNT SPEC SERV - PUMPING 11/09/2004 NOTE: PORTAL TO PORTAL 11/09/2004 NOTE: DRIVER RECORD HRS & GALS 11/09/2004 ---------- / / Td�t, l Ski /v S so 0 fY-r-/– A'—, E: 00 iv --- - - - - -- -- TI= �i1�IS:� %- TQ(QE- T- 3lTTMEf�EST RA "i OF i.5 °,4; PER M�hTfFl v "vTL? - - -- �� d /s ED ON AIA ACCOUNTS OVER 30 DAYS PAST DUE ----- - -f - -- -- - ��---- - - - - -- , ------ - - - - -- fe � i / /`--- 9�---- - - - - -- THANK YOU FOP. YOUR TOTAL BUSINESS ,pp ` 71f.. 7_ PLEASE P RC THIS INVOICE 7 CUSTOMER DRIVER * * * * * * * * * * * * * * S I T E P R J F I L E * * * SITE NO. 0001 SITE TYPE 0 TANK SIZE 00000 DESCRIPTION RAW SEWAGE TRUCK SIZE 1 DEPTH 8PM TO 5AM TANK COND DRAIN COND MAP PAGE CLEANOUT Y PRIOR SERVICE 10/15/2004 FREQUENCY N PERIOD 00 NEXT SERVICE 10/15/2004 F % W% Check #: G % SIX Cash Amt: In consideration of Atlas Pumping Service agreeing to provide the liquid waste removal services described herein; the above hereby agrees to the following: 1) to fully and completely v✓aive and release any and all claims for damage to persons and property, whether real or personal, and to all persons. Irvhich damage may result of or in any vjay relate to pertain to Atlas Pumping Service's removal of liquid waste; and 2) to indemnify, defend against and bold Atlas Pumping Service p harmless from any and all claims, actions, proceedings, suits, costs, expenses, damages and liabilities. including attorney's fees. The above acknowledges that t' Atlas Pumping Service vehicles shall substantially increase in weight as a result of liquid waste removal and that the above understands that in removing liquid waste or in locating containers of liquid waste; that because of the nature of the activity. damage to real or personal properly may occur. Notwithstanding the foregoing. the above acknowledges the risk therein and assumes the liability for any such loss or damage that may occur whether if occurs by virtue of the removal of liquid waste or the movement of vehicles or otherwise. ORIGINAL } CONT: i PUMPING SERVICE A COMPANY OF ATLAS PORTABLE SERVICE, INC. 12740 VIGILANTE RD. LAKESIDE, CA 92040 (619)741 -56431 06525 METROPOLITAN CONSTRUCTION 3614 TROY ST SPRING VALLEY CA 91977 PO# I N V O I C E San Diego (619) 443 -7867 1- 800 - 491 -PUMP (7867) AUTH: JOSE 1I /09/20041 198432 North County (760) 480 -7867 (619)921 -2003 FAX (619) 443 -8960 ENCINITAS BLVD TRUNKED SEWER ENCINITAS BLVD LAKEVIEW & I -5 ENCINTAS CA 92024 DESCRIPTION DATE SPEC SERV - PUMPING 11/09/2004 NOTE: PORTAL TO PORTAL 11/09/2004 TERMS: NET 30 AMOUNT NOTE: - DRIVER RECORD HRS & GALS 11/09/2004 - iyVr -- ri ------ (0- __ 7I'FiMS�h7.1II1qEI"3II.iNT77fST RATirEOi= iLS',; PER MONTF-1- W1C? - - - - -- BE CHARGED ON ALL ACCOUNTS OVER 30 DAYS PAST DUE. !�- - --- - - - - -- / / ------ - - - - -- THANK YOU FOR Y U BUS I NESS TOTAL / �/�1 7, PLEASE PAY /FRYM T S INVOICE 1 CUSTOMER * * * * * * * * SITE NO. DESCRIPTION DEPTH MAP PAGE FREQUENCY L o� 1, ds- F G % * * * * * * S I T E 0001 SITE TYPE RAW SEWAGE 3PM TO 5AM TANK COND CLEANOUT N PERIOD yaco Cis/ /ins , W% S% DRIVER P R O F I L E 0 Y 00 * * * * * * * TANK S �E TRUCK SIZE DRAIN COND PRIOR SERVICE NEXT SERVICE Check #: Cash Amt: * * * * 00000 1 10/15/2004 10/15/2004 In consideration of Atlas Pumping Service agreeing to provide the liquid waste removal services described herein. the above hereby agrees to the following: 1) to fully and completely waive and release any and all claims for damage to persons and property. whether real or personal, and to all persons. ,,,,hich damage may result of or in any way relate to pertain to Atlas Pumping Service's removal of liquid waste: and 2) to indemnify, defend against and hold Atlas Pumping Service harmless from any and all claims, actions, proceedings, suits, costs, expenses, damages and liabilities, including attorney's fees. The above acknowledges that Atlas Pumping Service vehicles shall substantially increase in weight as a result of liquid waste removal and that the above understands that in removing liquid v ^caste or in locating containers of liquid waste. that because of the nature of the activity, damage to real or personal property may occur. NoNvithstanding the foregoing, the above acknowledges the risk therein and assumes the liability for any such loss or damage that may occur viliether it occurs V virtue of the removal of liquid waste or the movement of vehicles or otherwise. ORIGINAL C0NT: A FPUMPING SERVICE MPANY OF ATLAS PORTABLE SERVICE, INC. 12740 VIGILANTE RD. LAKESIDE, CA 92040 (619)741 -56431 06525 METROPOLITAN CONSTRUCTION 8614 TROY ST SPRING VALLEY CA 91977 PO# I N V 0 I C E 1./09/20041 198475 San Diego (619) 443 -7867 North County (760) 480 -7867 1- 800 - 491 -PUMP (7867) FAX (619) 443 -8960 (619)921 -2003 \ AUTH: JOSE ENCINITAS BLVD TRUNKED SEWER ENCINITAS BLVD LAKEVIEW & I -5 ENCINTAS CA 92024 TERMS: NET 30 h DESCRIPTION DATE AMOUNT l7 ti25 SPEC SERV - PUMPING 11/09/2004 NOTE: PORTAL TO PORTAL 11/09/2004 NOTE: DRIVER RECORD HRS & GALS 11/09/2004 / / st 8.oa �v. s Je a --- ----tE - 1% —IIC7t1 "%'1 4REST RA1 OF / :, PER MO11TFR 1Cr - - - - -- ARGED ON ALL ACCOUNTS OVER 3C DAYS PAST DUE. - -500 - - -- ----- - - - - -- / ------ - - - - -- ---- -- - - - - -- - --- - - - - -- ��-- ------ - - - - -- TOTAL THANK YOU FOR YOUR BUSINESS JJ�� PLEASE PA CUSTOMER THIS INVOICE * * * * * * * * * * * * * * S I T E SITE NO. 0001 SITE TYPE DESCRIPTION RAW SEWAGE DEPTH SPM TO 5AM TANK COND MAP PAGE CLEANOUT FREQUENCY N PERIOD F% W% G S% DRIVER P R 0 F I * * * * * * * * 0 TANK SIZE TRUCK SIZE DRAIN COND Y PRIOR SERVICE 00 NEXT SERVICE Check #: Cash Amt: 2-72- * * * * * 00000 1 10/15/12004 10/15/2004 In consideration of Atlas Pumping Service agreeing to provide the liquid waste removal .services described herein, the above hereby agrees to the following: 1) to fully and completely waive and release any and all claims for damage to persons and property, whether real or personal, and to all persons. which damage may result of or in any way relate to pertain to Atlas Pumping Service's removal of liquid waste, and 2) to indemnify, defend against and hold Atlas Pumping Service harmless from any and all claims, actions, proceedings, suits, costs. expenses, damages and liabilities, including attorney's fees. The above acknowledges that Atlas Pumping Service vehicles shall substantially increase in weight as a result of liquid %waste removal and that the above understands that in removing liquid waste or in locating containers of liquid waste, that because of the nature of the activity. damage to real or personal property may occur. Notwithstanding the foregoing. the above acknowledges the risk therein and assumes the liability for any such loss or damage that may occur vihether it occurs by virtue of the removal of liquid waste or the movement of vehicles or otherwise. ORIGINAL C0 NIP : PPMUMPING SERVICE MPANY OF ATLAS PORTABLE SERVICE, INC. 12740 VIGILANTE RD. LAKESIDE, CA 92040 (619)741 -56431 06525 METROPOLITAN CONSTRUCTION 8614 TROY ST SPRING VALLEY CA 91977 PO# I N V O I C E 1./09/20041 198475 San Diego (619) 443 -7867 North County (760) 480 -7867 1- 800 - 491 -PUMP (7867) FAX (619) 443 -8960 v\ (619)921 -2003 AUTH: JOSE ENCINITAS BLVD TRUNKED SEWER ENCINITAS BLVD LAKEVIEW & I -5 ENCINTAS CA 92024 TERMS: NET 30 DESCRIPTION DATE AMOUNT % 7 A /Z-5 SPEC SERV - PUMPING 11/09/2004 NOTE: PORTAL TO PORTAL 11/09/2004 NOTE: DRIVER. RECORD HRS & GALS 11/09/2004 41k At Q 6,ZO__ 20 ------ - - - - -- / / ^11ia71 Vtd 1m RFSi.iA7 OF v.�`r. PER r00 C'L ARGED ON ALL ACCOUNTS OVER 30 DAYS PAST DUE. -- 5Q00__- - - -- ----- - - - - -- / ------ - - - - -- ---- -- - - - - -- - �. --- - - - - -- TOTAL dr THANK YOU FOR YOUR BUSINESS PLEASE PA CUSTOMER THIS INVOICE * * * * * * * * * * * * * * S I T E SITE NO. 0001 SITE TYPE DESCRIPTION RAW SEWAGE DEPTH 8PM TO 5AM TANK COND MAP PAGE CLEANOUT FREQUENCY N PERIOD F% W% G % S% DRIVER P R 0 F I 0 Y 00 h TANK SIZE TRUCK SIZE DRAIN COND PRIOR SERVICE NEXT SERVICE Check #: Cash Amt: 00000 1 10/15;2004 10/15/2004 In consideration of Atlas Pumping Service agreeing to provide the liquid waste removal services described herein, the above hereby agrees to the following: 1) to fully and completely naive and release any and all claims for damage to persons and property, whether real or personal, and to al! persons, which damage may result of or in any way relate to pertain to Atlas Pumping Service's removal of liquid waste: and 2) to indemnify, Defend against and hole? Atlas Pumping Service harmless from any and all claims, actions, proceedings, suits, costs, expenses, damages and liabilities. including attorneys fees. The above acknowledges that Atlas Pumping Service vehicles shall substantially increase in weight as a result of liquid waste removal and that the above understands that in removing liquid waste or in locating containers of liquid waste. that because of the nature of the activity, damage to real or personal property may Occur. Notwithstanding the foregoing. the above acknowledges the risk therein and assumes the liability for any such Tess or damage that may occur .,,heftier it occurs by virtue of the removal of liquid waste or the movement of vehicles or otherwise. ORIGINAL CONT: A A PUMPING SERVICE A COMPANY OF ATLAS PORTABLE SERVICE, INC. 12740 VIGILANTE RD. LAKESIDE, CA 92040 619)741 -56431 06525 METROPOLITAN CONSTRUCTION 8614 TROY ST SPRING VALLEY CA 91977 PO# DESCRIPTION I N V O I C E 10/15/20041 197470 San Diego (619) 443 -7867 North County (760) 480 -7867 1- 800 - 491 -PUMP (7867) FAX (619) 443 -8960 SO (619)921 -2003 ENCINITAS BLVD TRUNKED SEWER ENCINITAS BLVD LAKEVIEW & I -5 ENCINTAS CA 92024 AUTH: DATE SPEC SERV - LABOR $ PER HR 10/15/2004 ------------------------ - - - - -- ! / ------------------------ - - - - -- ! ! ------------------------ - - - - -- / / TERMS: NET 30 AMOUNT 3343.75 ------------- TE-Rtvl3 :--t?t-lftMffttiNfiIfRtl3T RATE/OF 1/5% PER MONT-N-V11trt------ BE CHARGED ON ALL ACCOUNTS OVER 30 DAYS PAST DUE. ------------------------ - - - - -- / / ------ - - - - -- ------------------------------ ! % ------ - - - - -- TOTAL PLEASE PAY FROM THIS INVOICE CUSTOMER DRIVER 3343.75 * * * * * * * * * * * * * * S I T E P R 0 F I L E * * * * * * * * * * * * * * SITE NO. 0001 SITE TYPE 0 TANK SIZE 00000 DESCRIPTION RAW SEWAGE TRUCK SIZE 1 DEPTH 8PM TO 5AM TANK COND DRAIN COND MAP PAGE CLEANOUT Y PRIOR SERVICE 10/12/2004 FREQUENCY N PERIOD 00 NEXT SERVICE 10/12/2004 F% W% Check #: G % S% Cash Amt: In consideration of Atlas Pumping Service agreeing to provide the liquid waste removal services described herein. the above hereby agrees to the following' 1) to fully and completely waive and release any and all claims for damage to persons and property, whether real or personal, and to all persons. %,which damage may result of or in any way relate to pertain to Atlas Pumping Service's removal of liquid waste; and 2) to indemnify, defend against and hold Atlas Pumping Service harmless from any and all claims, actions. proceedings, suits, costs, expenses, damages and liabilities, including attorney's fees. The above acknowledges that Atlas Pumping Service vehicles shall substantially increase in weight as a result of liquid waste removal and that the above understands that in removing liquid waste or in locating containers of liquid waste, that because of the nature of the activity, damage to real or personal property may occur. Notwithstanding the foregoing, the above acknowledges the risk therein and assumes the liability for any such loss or damage that may occur whether it occurs by virtue of the removal of liquid waste or the movement of vehicles or otherwise. ORIGINAL 4 A PACOMPANY PING SERVICE OF ATLAS PORTABLE SERVICE, INC. 12740 VIGILANTE RD, LAKESIDE, CA 92040 r�19)74� 1 - -51l V J 64 _3I n6,72 c; '1 V �/ V J[• J TVlETDnnnr TTTTT CON 1 1 L L\ V L V Ll 1 t"11 \ V 1 V 1 1-11 4 61 4 TD ^Y S T1 v L L\v v t CnDTTTC V71r r VV ;'1T 0107 i U L 1\ 1 11 V C LJ LJ Ll 1 / f l 1 1 1 I r; V O I C E 1P'/14120041 197133 San Diego (619) 443 -7867 North County (760) 480 -7867 1- 800 - 491 -PUMP (7867) FAX (619) 443 -8960 jGF11 j/0Y ( 6� 1 9 9 2)1 1 — -2O n � % L L V J 1 8W EN1- TAjTT7AQ TDTINK T� SEWER L 1 V 1 1 1 U 1 1\ V 11 \ LJ L V SEWER ErICIriITAS LL VD r 7AKV17TTiW Q. T._G L 11 LJ V L LJ Ut 1 J VV,- TNTIAQ CA 02024 LJ11V1111 V — J V L "'nTTT 1JV111 • T T n0# AUm H: JOSE n 11 V TED1"NU • A L DESCRIPTION # + ,F # 1F 1t * DATE �1MVTVr QTm>; 111 V 1 P LLI V 11 V \T 19 ..s h el, 2 � /2 SIZE 00000 QnT: O QT: DT7 - nTTVDIr T 1 9 n 19 .1 /'7nnA TP \U 1% VL 11V Vlil\V 1V1'11111V 1V, 1T, LVVi QPM TO 5AM TANK COND DRAIN COND WAAn nAnV 1 1!11 L A r1LEANOUm — CLEAN OUT 1 V nDInD L 1 1\ lJ L\ MnTL1- nnDmnr 11 V t" 1 V 1\ 1 1-1 L Tn nnTCm7�T 1 V 1 V Lk t l tJ i n /1 A /7nnA tv/ 1. 7! L V - z 'KT OTE : DRIVER RECORD HRS & GALS 10; 141 2004 r Srfi� —7 j A. -- - k[a— fiEF?±,q�fy'T��Q1VE1 3D. "fi7TFREST RAT OF i.: %; PER hTDN TfL iCL: - - - - O 5E CHARGED ON ALL ACCOUNTS OVER W, DAYS PAST DUE n�sl - -- - ----- - - - - -- - - -- - -- TOTAL TL.r'A%NT7 VnU VnD -,7nTTD DTTQTTTLIQQ 1 111"11 It 1\ L V U 1 1\ L U V nr E SE PAY FR0Ir THIQ TVVOTC i U f'f u LJ 11"1 1 L \ V 1' 1 1 V L11 L- n T TQTn VAe T: R CUS L'1 E \ �3�L A©-7 DRIVER I i• + * # #t- # + ,F # 1F 1t * -k Q T T T: V 1 1 1"a n R n ri T r L' 1 1 V L 1 L E QTm>; 111 V 1 P LLI V 11 V 0001 SITE TYPE O TANK SIZE 00000 OLI LQJLRIPTI ON n RAT: SEWAGE TP \U 1% SIZE 1 DEPTH QPM TO 5AM TANK COND DRAIN COND WAAn nAnV 1 1!11 L A r1LEANOUm — CLEAN OUT 1 V nDInD L 1 1\ lJ L\ 0VVVT0V U LJ 1\ 1_ 1J I n /1 2 /70nA 1 V, _t , L V 2 FREQUENCY 11 ILDIE D 00 NEXT SERVICE 10/12/2004 *Mn VOTDAVQ OR SATURDAYS* jL 11v 1' 1 \tu 1 V v1\ V�L1 1 \L 1 V Tj 207 �3� 3S000 6� /l�i� any f 5���i /mss. 3aX7 FIX, WIN, Check #: G % SIX, Cash Amt: In consideration of Atlas Pumping Service agreeing to provide the liquid waste removal services described herein. the above hereby agrees to the following., 1) to fully and completely waive and release any and all claims for damage to persons and property. whether real or personal, and to ail persons. which damage may result of or in any way relate to pertain to Atlas Pumping Service's removal of liquid waste; and 2) to indemnify; defend against and hold Atlas Pumping Service harmless from any and all claims, actions, proceedings, suits, costs, expenses, damages and liabilities, including attorney's teas The above acknowledges that Atlas Pumping Service vehicles shall substantially increase in weight as a result of liquid waste removal and that the above understands that in removing liquid waste or in locating containers of liquid waste, that because of the nature of the activity, damage to real or persona! proper,,, 101av OCCLir. Notwithstanding the foregoing, the above acknowledges the risk therein and assumes the liability for any such loss or damage that n,�, o_cIi J ethcr 17 occurs by virtue of the removal of liquid waste or the movement of vehicles or otherwise. ORIGINAL C 0 N T A A FACOMPANY PING SERVICE OF ATLAS PORTABLE SERVICE, INC. 12740 VIGILANTE RD. LAKESIDE, CA 92040 (619)741 -56431 06525 METROPOLITAN CONSTRL'CTIOP: °614 TROY ST SPRING VALLEY CA 01077 D0# I N V O I C E San Diego (619) 443 -7867 1- 800 - 491 -PUMP (7867) 10/13/20041 197182 North County (760) 480 -7867 (619)921 -2003 FAX (619) 443 -8960 °y EPiCIP7ITAS BLVD TRUP \10EJi SEk'ER ENCINITAS BLVD 11AKEV IEtt' & I --j ENCINTAS CA 02024 AJTH: JOSE ORTIZ TERMS: NET 30 DESCR TPTTnM DATE A M n7TATM L L U L\ 1 1 1J !-L 1 V V 1\ 1 SPEC SERI' - PUMPING 10/13;2002 13 17a-4 SOOT NTn E: n r n X13 /2(10 4 1\ V T 1:1 1 V 1\ 1 A L r 1 V Tn P V R l A L 1 V f J� L V V ti5 /i� ti � P:OTE. DRIVER RECOP\D RS & GALS 10/13/2004 'ER �, ILIZMESST RATEGF iT vJILL HA G N[A� C O TS OVER D2 VS PAST uE E� - •T�z��,� mCm n r 1 1 A lJ TT.r )% t,Trt UnrT T: np� Z7nTTD DTTQ TATT; SS 1 V V 1\ L V U 1 1\ LI V U nr ErSTa PAY F SITS INzrnTrr L L !Z U A, PAY 1 \ 1 L U V V 1 V 1'J nrTSmngTEn T,prTTT,D 105��� �v7 V V U 1 V l l L\ DR A. V V L\ f * * * * * * * * * * * * * S I T E SITT, TJn nnnl SITE TYPE v L1� Liv. vVV J L 1 1 DESr.RiPTiON RA %7 uEiiAGE DEPTH SP't TO 5AM TANK COP;D MAP PAVE CLEANO'VT FP\EQUENCY N PERIOD *NOO FVT DAYS OR C TAMT11RDAYS* 1\ V L L%1 L U —LX U 1 V L \1l l" F% G % W% S% * # # # F T r T: 1 LJ 1J T O T IK SIZE 00000 TRUCK SIZE 1 DRAIN I.,ki Y PRIOR SERVICE 10!12/2004 00 NEXT SERVICE 10/12/2004 Check #: Cash Amt: In consideration of Atlas Pumping Service agreeing to provide the liquid waste removal services described herein. the above hereb,J agrees to the following: 1) to fully and completely waive and release any and all claims for damage to persons and property, vihether real ,! personal. and to rail rersons, which damage may result of or in any vjay relate to pertain to Atlas Pumping Service's removal of liquid waste: and 21, to indemr!fv. defend against and hold Atlas Pumping Service harmless from any and all claims, actions, proceedings; suits, costs, expenses, damages and liabilities, ir,,Cl., +_ling attorl ty'S'ees Tire above acknowledges that Atlas Pumping Service vehicles shall substantially increase in weight as a result of liquid waste removal and that the loeve under -taiKis that n removing liquid waste or in locating containers of liquid waste, that because of the nature of the activity. damage to IeJi of p rsoral ptc; ,'v occur. Notwithstanding the foregoing. the above acknowledges the risk therein and assumes the liability for any such loss or damage t .�? "��l rCC� I,nti er it occurs by virtue of the removal of liquid waste or the movement of vehicles or otherwise. ORIGINAL d � ( � � � 2 �ff /ff ■2■ � �f�f O �@@$gq ■� # # ¥ «# � �) §2 \§ §2 _ & §k §3§ w�64 V> ~ ^� Id O � w o- 2 � � z § a U � � ■ O 2 V CO) 2 LU � § cm 2 ) 0, w a LU §r ©�§ a. a �\� j2 a 0 6Q_�CO) � 2 -- .I...$ � C14f_W) 0 -�n«2 -- 2 CostWorks 2005 - [No Active Project] Crew B13B (Union) Hr. Daily Hr. Daily Bare Costs Incl. O&P 1 Labor Foreman (outside) $28.70 $229.60 $44.66 $357.30 $28.79 $44.331 4 Laborers $26.70 $854.40 $41.55 $1,329.60 1 Equip. Oper. (crane) $35.90 $287.20 $54.10 $432.80 1 Equip. Oper. Oiler $30.10 $240.80 $45.35 $362.80 1 Hyd. Crane, 55 Ton $895.40 $984.95 $15.99 $17.59 56 L.H., Daily Totals $2,507.40 $3,467.45 $44.781 $61.92 Page 1 Copyright 1996 -2004 CostWorks CD (c) R.S. Means Co., Inc. CostWorks 2005 - [No Active Project] Crew B6 (Union) Hr. Daily Hr. Daily Bare Costs Incl. O$P 2 Laborers $26.70 $427.20 $41.55 $664.80 $28.82 $44.30 1 Equip. Oper. (light) $33.05 $264.40 $49.80 $398.40 1 Backhoe Loader, 48 H.P. $215.80 $237.40 $8.99 $9.89 24 L.H., Daily Totals $907.40 $1,300.60 $37.81 $54.19 Page 1 Copyright 1996 -2004 CostWorks CD (c) R.S. Means Co., Inc. CostWorks 2005 - [No Active Project] Crew B10C (Union) Hr. Daily Hr. Daily Bare Costs Incl. O &P 1 Equip. Oper. (med.) $34.65 $277.20 $52.20 $417.60 $32.00 $48.65 .500 Laborer $26.70 $106.80 $41.55 $166.20 1 Dozer, 200 H.P. $919.60 $1,011.55 1 Vibratory Roller, Towed $591.60 $650.75 $125.93 $138.53 12 L.H., Daily Totals $1,895.201 $2,246.10 $157.93 $187.18 Page 1 Copyright 1996 -2004 CostWorks CD (c) R.S. Means Co., Inc. CostWorks 2005 - [No Active Project] Crew B10R (Union) Hr. Daily Hr. Daily Bare Costs Incl. O&P 1 Equip. Oper. (med.) $34.65 $277.20 $52.20 $417.60 $32.00 $48.65 .500 Laborer $26.70 $106.80 $41.55 $166.20 1 F.E. Loader, W.M., 1 C.Y $193.80 $213.20 $16.15 $17.77 12 L.H., Daily Totals $577.80 $797.00, $48.15 $66.42 Page 1 Copyright 1996 -2004 CostWorks CD (c) R.S. Means Co., Inc. CostWorks 2005 - [No Active Project] Crew B12A (Union) Hr. Daily Hr. Daily Bare Costs Incl. O &P 1 Equip. Oper. (crane) $35.90 $287.20 $54.10 $432.80 $31.30 $47.83 1 Laborer $26.70 $213.60 $41.55 $332.40 1 Hyd. Excavator, 1 C.Y. $557.80 $613.60 $34.86 $38.35 16 L.H., Daily Totals $1,058.60 1 $1,378.80 $66.16 $86.18 Page 1 Copyright 1996 -2004 CostWorks CD (c) R.S. Means Co., Inc. CostWorks 2005 - [No Active Project] Crew B38 (Union) Hr. Daily Hr. Daily Bare Costs Incl. O &P 1 Labor Foreman (outside) $28.70 $229.60 $44.66 $357.30 $29.96 $45.95 2 Laborers $26.70 $427.20 $41.55 $664.80 1 Equip. Oper. (light) $33.05 $264.40 $49.80 $398.40 1 Equip. Oper. (medium) $34.65 $277.20 $52.20 $417.60 1 Backhoe Loader, 48 H.P. $215.80 $237.40 1 Hyd.Hammer, (1200 lb) $112.00 $123.20 1 F.E. Loader (170 H.P.) $445.60 $490.15 1 Pavt. Rem. Bucket $51.80 $57.00 $20.63 $22.69 40 L.H., Daily Totals 1 $2,023.60 $2,745.85 � $50.59 $68.65 Page 1 Copyright 1996 -2004 CostWorks CD (c) R.S. Means Co., Inc. O U H U) W W Ir W O W C9 Z Q 2 U O 0. CL Q Co 0 CD 0 Z m O ; O U Q m f0 cD w OD CON O') st N N N f� 0t.. N O N fO ON M O M M O (D MCMW In N 0 ') 0 0 O U Ci <O M tO h C`')h M w CO q CD Co 0�N�1� ��fV �OfV 00NQ�iN(0001 �p � M0M C> LO 01 N O N fR � C,hN N T N v�p�p N f9 fR m0 6% T 9X6667 Vl V! V! Vl C7N Vf V► "tV to ONI N 1- N Vs 0% V3, V! V3 T C O N N U f0 U = c a1 0 m E CL ° LD w y 7 CL f0 j L C g C w CV N 'D F- CD 0W O m+ rNU o'0a � L E v o c � to Z N c v o y C .= LL � �g1 0 8N�"s c a1°i a1 n > �cc c M d Qm U _ c 0 m��� Cl ioE a1 ° "1J o � ) m E °_ y 0 y E c_ y 0 _ 0 N L w .0 c ce) LL O F Ck 'C VI L + C N O 0 C-4 .0 x� M O + = a' `O 2 0+ O N c C N T C ENO M O O N;� gyp_ *k O ° N M N 0 C C $1 d' X (A 0 LO + n Cl oC In C-4 N N ° Co N c N E d E dL o c �> y�F CO c k O y c C (o C y f0 N 8 Q l�p U c to f) O y w 21 0 - Q° - N LL d' C. p fJ c •y I[3 aci 0� 3 c a c -�` U c y v= -.0 a1 >0of0a � o.o ° c- cad ° - `° `°`° L p o C C p 'O c.2 1°cy M> -ioal c c jg1 y a "� E c c $� 04 N a; W 0 m >�a1m 0 a1 _Q a�LO N'o�°�kcEEc�c`�c'��cc'Sc`� �'cy�aOio0T 0) y > >w 3w m°) > 22 �vE8 WoixWWmcoMmMM -V o CO 1� 0001OTNMa� f0P 00010 N O U '-NINN �+T NMat0 co tiOD o1orNM O a a1 October 25, 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. Also included is MH #15 and the T &M Tickets, ($9,500). The change for the above work will be $73,325.00 (Seventy -three Thousand Three Hundred twenty -five Dollars and Zero Cents) in accordance with the attached. This change will add 35 days to the contract time. is Change Order represents a full and final release and waiver for all consequences, including delay ages, contract time extensions, disruption, inefficiencies, extended overhead, ripple effects or any Qther direct or indirect damages relating in any manner to the above referenced items and any other ect items, with the specific exception of the currently unresolved claims asserted of Mocon, related only to the pipe bursting portion of the contract. This Change Order resolves all other claims. 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 City of Encinitas Page 1 10/27/2005 CITY OF ENCINITAS CONTRACTOR METROPOLITAN CONST. ENGINEERING SERVICES DEPARTMENT CEEO IE PROJECT: ENCINITAS SEWER TRUNK FIELD OPERATIONS DIVISION LINE REPLACEMENT CONTRACT CALENDAR DAYS 90 CONTRACT COMPLETION DAY 210 CHANGE ORDER WORK DAYS THRU CO 7 0 TOTAL CONTRACT TIME 122 TOTAL RAIN DAYS 32 LIQUIDATED DAMAGES 88 TOTAL CONTRACT WORK DAYS 122 $600 /DAY $52,800 2004 2004 2004 2004 2004 2004 JUL CONTRACT AUG CONTRACT SHPT CONTRACT OCT CONTRACT NOV CONTRACT DEC CONTRACT DAY DAY DAY DAY DAY DAY 1 TI 1 1 S 125 1 W 23 1 1 FI 44 1 ml 65 rainil 1 WI 84 2 FI 1 2 M 1 2 T 24 HOLIDAY 2 S 2 T 66 rainl2 2 T 85 3 S HOLIDAY 3 T 2 3 F 25 3 S 3 W 67 3 F 86 4 S 106 in13 4 W 3 4 S 146 4 M 45 4 T 68 4 S 5 M 107 HOLIDAY 5 T 4 5 S 5 T 46 5 F 69 5 5 6 T 108 in15 6 F 5 6 M HOLIDAY 6 W 47 6 S 191 6 MI 87 7 W 109 Irai 16 7 S 1 129 7 T 26 7 T 48 7 S 7 T 88 8 T 8 S 130 8 W 1 27 8 F 49 6 M 70 8 W 89 9 F 9 M 6 9 T 28 9 S 9 Tj 71 9 T 90 10 S 110 rainl7 10 T 7 10 F 29 10 S 10 W 72 10 F 91 11 S 111 rainl8 11 W 8 11 S 151 11 M 50 11 T 194 HOLIDAY 11 S 12 M 112 rainl9 12 T 9 12 S 12 T 51 12 F 73 12 S 13 T 113 in20 13 F 10 13 M 30 13 W 52 13 S 196 13 M 92 14 W 114 in21 14 S 134 rain24 14 T 31 14 T 1 53 14 S 14 T 93 15 T 15 S 135 rain25 15 W 32 15 F 54 15 M 74 15 W 94 16 F 16 M 11 16 T 33 16 S 16 T 75 16 T 95 17 S HOLIDAY 17 T 12 17 F 34 17 S 17 1 W1 76 17 F 96 18 S 115 18 W 13 18 S 156 18 M 55 rainl 18 1 TI 77 1 18 S 19 M I IHOLIDAY 19 T 14 19 S 19 T 56 ra1n2 19 F 78 1 19 S 20 T 117 20 F 15 20 M 35 20 W 57 rain3 20 S 201 20 M 97 21 W 118 21 S HOLIDAY 21 T 36 rain29 21 T 58 rain4 21 S 21 T 98 22 T 22 S 139 ra1n26 22 W 37 22 F 59 rains 22 M 79 22 W 99 23 F 23 M 16 —in27 23 T 38 rai,31 23 S 23 T 80 202 23 T 100 T 224 24 S MI 119 1 24 T 17 141 24 F 39 160 24 S S 24 W 81 203 24 F F 225 25 S T 120 1—in22 25 W 18 142 25 S F 161 25 M 60 in6 25 T W HOLIDAY 25 S S 26 M W 121 26 T 19 26 S S 26 T 61 —1.7 26 F T HOLIDAY 26 S S 27 T T 122 27 F 20 27 M 40 27 W 62 rain8 27 S F 206 27 M 101 M 226 28 W F 123 28 S M 143 28 T 41 162 28 T 63 rain9 28 S S 28 T 102 T 227 29 T S 29 S 29 W 42 163 29 F 64 info 29 M 82 29 W 103 W 228 30 F S 30 M 21 30 T 43 164 30 S S 30 T 83 1 30 IT 104 T 229 31 S M 124 31 T 22 31 T 165 31 S 31 T 207 —177F 105 2005 2005 2005 2005 2005 2005 JAN CONTRACT FEB CONTRACT MAR CONTRACT APR CONTRACT MAY CONTRACT JUN CONTRACT DAY DAY DAY DAY DAY DAY 1 S 1 T 125 1 T 144 1 1 FI 166 1 SI I 1 WI 208 2 S 2 W 126 2 W HOLIDAY 2 S 2 M 187 1 2 TI 209 3 M HOLIDAY 3 T 127 3 T 145 3 SI 3 TI 188 3 F 210 4 T 106 in13 4 F 128 4 F 146 4 MI 167 4 WI 189 4 S 5 W 107 in14 5 S 1 5 S 5 T 168 5 TI 190 S S 6 T 108 in15 6 S 1 6 S 6 W 169 6 F1 191 6 M 211 7 F 109 Irai 16 7 M 1 129 7 M 147 7 T 170 7 SI 7 T 212 8 S 8 T 130 8 T 148 8 F 171 8 S 8 W 213 9 S 9 W 131 9 W 149 9 S 9 M 192 9 T 214 10 M 110 rainl7 10 T 132 10 T 150 10 S 10 T 193 10 F 215 11 T 111 rainl8 11 F 133 11 F 151 11 M 172 11 W 194 11 S 12 W 112 rainl9 12 S 12 S 12 T 173 12 T 195 12 S 13 T 113 in20 13 S 13 S 13 W 174 13 F 196 13 M 216 14 F 114 in21 14 M 134 rain24 14 M 152 14 T 175 14 S 14 T 217 15 S 15 T 135 rain25 15 T 153 15 F 176 15 S 15 W 218 16 S 16 W 136 16 W 154 16 S 16 M1 197 16 T 219 17 M HOLIDAY 17 T 137 17 T 155 17 S 17 TI 198 17 F 220 18 T 115 18 F 138 18 F 156 18 M 177 18 W1 199 1 18 S 19 W 116 19 S 19 S 19 T 178 19 Tj 200 1 19 S 20 T 117 20 S 20 S 20 W 1 179 20 F 201 20 MI 221 21 F 118 21 M HOLIDAY 21 M 157 rain29 21 TI 180 21 S 21 TI 222 22 S 22 T 139 ra1n26 22 T 158 jrain30 22 F 1 181 22 S 22 W1 223 23 S 23 W 140 —in27 23 W 159 rai,31 23 S 23 M 202 23 T 224 24 MI 119 1 24 T 141 in28 24 T 160 —1.32 24 S 24 T 203 24 F 225 25 T 120 1—in22 25 F 142 25 F 161 25 M 182 25 W 204 25 S 26 W 121 rain23 26 S 26 S 26 T 183 26 T 205 26 S 27 T 122 27 S 27 S 27 W 184 27 F 206 27 M 226 28 F 123 28 M 143 28 M 162 28 T 185 28 S 28 T 227 29 S 29 T 163 29 F 186 29 S 29 W 228 30 S 30 W 164 30 S 30 M HOLIDAY 30 T 229 31 M 124 31 T 165 31 T 207 Page 1 10/27/2005 February 1, 2005 Metropolitan Construction Attn: Jose Ortiz 8614 Troy Street Spring Valley, Calif 91977 RE: ENCINITAS BLVD TRUNK SEWER REPLACEMENT(CEEOID) Jose: FAX AND MAIL Thursday evening when you called I told you a meeting would occur on Monday, January 31, 2005. Neither you nor Mocon attended this mornings meeting. The lack of a complete submittal package as required by the contract documents demonstrates there is a problem in performing this project. Alberto was given the requirements and missing items of the punchlist. My letter of December 15, 2004, included the following: To the extent you revise your pipe bursting means and methods to accomplish the job, please provide a new submittal containing all of the information as required in contract specification section 306 -9.1.2 on or before January 4, 2005. Renewed progress on this job must commence and continue thereafter on or before January 18, 2005. You remain subject to the liquidated damages penalties set forth in the contract. The resumption of work must be done upon completion and approval of the submittals required. If the resumption of work does not occur in the next 30 days, you will be considered in default of the contract. For this reason a copy of this letter is being sent to your surety. Please exercise all speed in the procuring the necessary requirements to resume work. Sincerely, Greg Shields, P.E. Field Operations cc: Peter Cota - Robles, Dir. of Engineering Services Jace Scwarm, Risk Manager Kipp Hefner, Assoc. Civil Engineer Fidelity and Deposit Company of Maryland City Of Encinitas December 15, 2004 Metropolitan Construction Attn: Jose Ortiz 8614 Troy Street Spring Valley, Calif. 91977 FAX AND MAIL RE: ENCINITAS BLVD TRUNK SEWER REPLACEMENT(CEE01D) NOTICE TO PROCEED WITH PIPE BURSTING A review of yesterdays letter resulted in discovery of a clerical error. The error is corrected in this amended letter. 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. Your NOTICE TO PROCEED for the subject contract was issued on July 12, 2004, and August 2, 2004 was the first working day of the contract. The work was to be completed within 90 working days per the contract documents and a rate of $600.00 a day is established in the contract as liquidated damages. Since on or about October 17, 2004 your work has encountered numerous problems, including broken equipment and lack of progress in the pipe bursting operation. At this point, your pipe bursting operations are stalled after only about 600 feet of progress. You have suggested the problem is with unanticipated underground conditions and explored converting this job to an open trench operation. In response, the City has undertaken a thorough investigation of the conditions, including consultation with experts in pipe bursting operations. The City has concluded the problem your work has encountered is not due to differing site conditions. Further, the City declines to convert this job to an open trench operation for many reasons, including traffic impacts and added costs. Accordingly, you are hereby directed to proceed with all the work to be performed under the contract specifications, using means and methods necessary to accomplish the work. To the extent you revise your pipe bursting means and methods to accomplish the job, please provide a new submittal containing all of the information as required in contract specification section 306 -9.1.2 on or before January 4, 2005. Renewed progress on this job must commence and continue thereafter on or before January 18, 2005. You remain subject to the liquidated damages penalties set forth in the contract. Sincerely, Greg Sj� elds, 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 City Of Encinitas December 15, 2004 Metropolitan Construction Attn: Jose Ortiz 8614 Troy Street Spring Valley, Calif. 91977 FAX AND MAIL RE: ENCINITAS BLVD TRUNK SEWER REPLACEMENT(CEE01D) NOTICE TO PROCEED WITH PIPE BURSTING A review of yesterdays letter resulted in discovery of a clerical error. The error is corrected in this amended letter. 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. Your NOTICE TO PROCEED for the subject contract was issued on July 12, 2004, and August 2, 2004 was the first working day of the contract. The work was to be completed within 90 working days per the contract documents and a rate of $600.00 a day is established in the contract as liquidated damages. Since on or about October 17, 2004 your work has encountered numerous problems, including broken equipment and lack of progress in the pipe bursting operation. At this point, your pipe bursting operations are stalled after only about 600 feet of progress. You have suggested the problem is with unanticipated underground conditions and explored converting this job to an open trench operation. In response, the City has undertaken a thorough investigation of the conditions, including consultation with experts in pipe bursting operations. The City has concluded the problem your work has encountered is not due to differing site conditions. Further, the City declines to convert this job to an open trench operation for many reasons, including traffic impacts and added costs. Accordingly, you are hereby directed to proceed with all the work to be performed under the contract specifications, using means and methods necessary to accomplish the work. To the extent you revise your pipe bursting means and methods to accomplish the job, please provide a new submittal containing all of the information as required in contract specification section 306 -9.1.2 on or before January 4, 2005. Renewed progress on this job must commence and continue thereafter on or before January 18, 2005. You remain subject to the liquidated damages penalties set forth in the contract. Sincerely, Greg S) "'Ids, 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 BRH Garver Construction LP Page 1 of 1 For over 30 years, BRH Garver Construction LP (formerly BRH- Garver, Inc.) has been known for its ability to handle difficult and one -of -a -kind civil construction projects throughout Texas and the southern half of the United States. Quality, Safety and Client Satisfaction are the most important objectives of Mike Garver, Founder. The Company has an experienced, professional staff and a stable work force that share Mike's goals and take pride in their accomplishments. BRH Garver Construction LP owns a large complement of equipment capable of performing the projects it under takes, including tunneling shields, from 16" in diameter to 133" in diameter, and excavators up to 8 cy. capacity. BRH Garver Construction LP project capabilities are extensive and encompass all aspects of civil contracting an include: • underground water and sewer lines • drainage and site work • tunneling and boring • microtunnelling • welded steel pipelines • bearing pile • sheet pile • concrete culverts and foundations • sewer repair and slip lining • sewage and water treatment plants • pumping stations • bridges and culvert structures Recent projects range from $50,000 to over $20,000,000. We pride ourselves on being able to handle difficult ar specialized projects. Home About BRH Garver New Construction Tunneling /Pipe Jacking Microtunne Open Cut Contruction Heavy Structures Piling /Bulkheading Emergency Repairs Contac http: / /www.brhgarver.com/company.html 12/1/2004 city of Encinitas October 25, 2005 Metropolitan Construction C/o Jose Ortiz 8614 Troy Street Spring Valley, Ca 91977 Re: CHANGE ORDER #10 Encinitas Blvd. Trunk Sewer Replacement Project CEE01 D 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. Also included is MH #15 and the T &M Tickets, ($9,500). The change for the above work will be $73,325.00 (Seventy -three Thousand Three Hundred twenty -five Dollars and Zero Cents) in accordance with the attached. This change will add 35 days to the contract time. Please signify your acceptance of this change order by signing below. Please return the change order to the City after you sign it. Upon receipt, the City will sign and a copy, with original signatures, shall be forwarded to you for your files. "C A� "_v reg Shi 1 , P.E. Field Op rations cc: Director of Engineering Services ACCTPTED BY: Jose Ortiz, President Metropolitan Construction Contractors License No. 790532A 1 l 0 ;,,;.t -'hUU ! I AX -0) (> i.i 262- 'O� ". A ulran Aacnu" 1 11, r.n. (.ilil<,rnia ` >'((' 1 ,,(„ I I W -1 >U r „> ' u(I recycled paper city of Encinitas August 16, 2005 Metropolitan Construction C/o Jose Ortiz 8614 Troy Street Spring Valley, Ca 91977 Re: CHANGE ORDER #$I 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 tiles. reg Ids, P.E. Fiel perations cc: Director of Engineering Services ACCEPTED BY: A, e Jose Ortiz, President Metropolitan Construction Contractors License No. 790532A L '.hUb ! I:AX ,bU -b,i j -'[�? illy �. �n��'.�!� Acrn u:'. In�nnt,i�. (d�i�uln is `1 _'(i' 1 i6.ii I)11 _- 6l1- hij -?IIU recycled paper GARY W.ERBECK DIRECTOR August 8, 2005 City of Encinitas Attn: The City Manager 505 S Vulcan Encinitas, CA 92024 Dear Sir: .1�.A� a/g (12cr ntij Ulf "San pilego DEPARTMENT OF ENVIRONMENTAL HEALTH P.O. BOX 129261, SAN DIEGO, CA 92112 -9261 (619) 338 -2467 FAX (619) 338 -2174 1- 800 - 253 -9933 www.sdcdeh.org COST REIMBURSEMENT FOR DISCHARGE OF SANITARY SEWAGE OVERFLOW INTO STATE WATERS USED FOR WATER CONTACT SPORT RICHARD HAAS ASSISTANT DIRECTOR 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 $53.00 (total, fecal & entero). Should you have any questions, please call me at (858) 495 -5572. Sincerely, MARK MCPHERSON, Chief DECENE Land and Water Quality Division MM:vr I AUG 1 1 Attachment CITY MANAGER'S OFFICE "Environmental and public health through leadership, partnership and science" Tountiv Df Diu piE$.o r <gs a DEPARTMENT OF ENVIRONMENTAL HEALTH Y, P.O. BOX 129261, SAN DIEGO CA 92112 -9261 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 Tasks for pgy period April 1, 2005 thru June 30, 2005 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 6611c- 'Et114d / E�Ee�Er /�6Cl6r�So�6e�6�6r1�l6e�6e�Ee� l l6e�6e�Er/6clEcl6t /�^ FnlSc� lEe! E�2il�/Et! MAKE CHECK PAYABLE TO: COUNTY OF SAN DIEGO AND MAIL TO: 4joTKfha COUNTY OF SAN DIEGO DEPARTMENT OF ENVIRONMENTAL HEALTH P.O. BOX 129261 s•MD CC L• 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 W*24%2065 11:06 FAX 19 1001 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 snill raucari h., 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 warning of sewage - contaminated water have been posted along the beach and will 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.org 'Programs' and select San Diego Beach Water Quality DEPARTMENT OF ENVIRONMENTAL HEALTH 1255 IMPERIAL AVE. • SAN' DIEGO, CA 92101 -2422 uti city of Encinitas 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. -a dreg elds, P.E. Field Operations cc: Director of Engineering Services ACCEPTED BY: —J -- 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: 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: Encinitas, Ca. 92024 Telephone: Business Telephone: Total Amount of Bill: Date of Incident: cc: Encinitas Blvd & 1 -5 Insurance Information May 24, 2005 S i �51 05 0� 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 He Clayton Hill Field Supervisor 2.00 $51.98 Case Loader Howard Whitlock Supervisor 2.00 $109.50 Fm143 Andy Bullin ton Superintendent 2.00 $135.34 Fm241 Donna Trotter Administration 1.001 $37.80 n S Total Cost 1.00 $40.00 1.00 $45.00 1.00 $45.00 Labor Totals- Street Maintenance $334.62 Vehicle Costs - Street Maintenance $130.00 Material Costs - Street Maintenance $0.00 OVERALL BILL Supervisors signature: CC: Encinitas Blvd Dated: Accounting Division -CITY 201 - 0000 - 394 -00 -00 $464.62 CC: Cindy Dabney- Finance Division - Cityhall G:Support:Cost Recovery.xls 4 11 Adk STREET MAINTENANCE WORK ORDER ' WorkOrderNumber DUPLICATE REQUEST WorkOrderRequest Itrench plate slid, truck braking over ❑i 18721 ❑ StreetLights ❑ TrafficSignals ❑ StrtSweeping ❑ LineStripRedCurb ❑ SpecProjClayton ❑ E- MailGenerated ❑� ENG ENG WO 1 ❑ RFA ❑ WorkorderFridayOff ❑ Task Item DateCompleted 05/� 24/2005 ❑ OngoingProject ❑ RoadClosure CompletedBy Clayton Hill (2), Howard Whitlock (1), Andy Bull! ngton (1) Contractor Donna Trotter - administration (1) ManHours 5', Vehicle/Equipment lCase Loader ($40.00), Fm143 $45.00, Fm241 $45.00 Materials ❑ Classll ❑ Asphalt ❑ Cement ❑ Other ❑ UPM Comments Islid plate back over storm drain manhole WorkVerifiedBy JCh DataEntry dt Time of call Project Start Date 17-705/24/2605 ❑ CostRecovery Bags r 0 Est Completion Date 05/24/2005 ❑ Signs -i ProbationCrew ❑ AsphaltMaint ❑ CementMaint Grafitti ❑ RightofWayPWI #1 ❑ WeedAbatement ❑ TreeMaintStrtCrew ❑ BusBenchPWI #2 ❑ SpecProjectsSteve k RightOfWayMiscMaint ❑ StationMaint TaskDescription Trench plate Datelnitiated 05/24/2005 Assigned HW Department Sheriff k IntemalCustomer Person Sheriff Dept- Dispatch ❑ ExternalCustomer Phone /Extension ❑ CallOut Street • Encinitas Blvd CrossStreet IpMitas Blvd Address Description 1 -5 s/b ramp turn pocket Town Old ❑ New ❑ Leucadia ❑ Cardiff ❑ O ivanhnin n P—h WorkOrderRequest Itrench plate slid, truck braking over ❑i 18721 ❑ StreetLights ❑ TrafficSignals ❑ StrtSweeping ❑ LineStripRedCurb ❑ SpecProjClayton ❑ E- MailGenerated ❑� ENG ENG WO 1 ❑ RFA ❑ WorkorderFridayOff ❑ Task Item DateCompleted 05/� 24/2005 ❑ OngoingProject ❑ RoadClosure CompletedBy Clayton Hill (2), Howard Whitlock (1), Andy Bull! ngton (1) Contractor Donna Trotter - administration (1) ManHours 5', Vehicle/Equipment lCase Loader ($40.00), Fm143 $45.00, Fm241 $45.00 Materials ❑ Classll ❑ Asphalt ❑ Cement ❑ Other ❑ UPM Comments Islid plate back over storm drain manhole WorkVerifiedBy JCh DataEntry dt Time of call Project Start Date 17-705/24/2605 ❑ CostRecovery Bags r 0 Est Completion Date 05/24/2005 M City Of Encinitas 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 CEE01D 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 Shields, P.E. Field Op6rations 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 CITY OF ENCINITAS FY 01 -02 CHECK REQUEST FORM Check Payable To: CANNON PACIFIC SERVICES,INC. Vendor No. Address: 6102 AVENIDA ENCINAS, SUITE H -1 Check if Misc. Vendor CARLSBAD, CA 92009 91908 -0477 CITY STATE ZIP New Vendor? Yes FI No If Yes and not incorporated please enter Social Security # or Tax I.D. Notes: ENCINITAS SEWER TRUNK R &R GENERAL LEDGER # PROD. # BRIEF DESCRIPTION (25 Characters limit) AMOUNT INV. # INVC DATE MM/DD 523 - 05230 - 523 - 42 - 30 CEE01D STREET SWEEPING $130.00 5E +05 4/22 TOTAL $130.00 I HEREBY CERTIFY THAT THIS CLAIM REPRESENTS A JUST CHARGE AGAINST THE CITY OF ENCINITAS I REQU ESTED BY: , / -- DEPARTMENT APPROVAL DATE OF REQUEST - kTE CHECK REQUIRED APPROVED FOR PAYMENT FINANCE DATE 6� 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 1504015-7 JOB NAME/LOCATION: Street Maintenance Div Public Works Dept DATE DESCRIPTION RATE QTY AMOUNT 4/21/05 Broom Sweep Job site 65.00 2 130.00 PURCHASE ORDER UPDATE REQ#---- VEN# .— COM CODES#-- - ACC#-- Total Amount Due Payments/Credits Balance Due ORIGINAL THR'MS: Net due within 15 days of invoice (late. A service charge of 1.517( per month. WX 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 $130.00 $0.00 $130-00 �� of r�rT Apri128, 2005 Metropolitan Construction C/o Jose Ortiz 8614 Troy Street Spring Valley, Ca 91977 Re: CHANGE ORDER #5 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 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. L -C 1 Greg Sh�llds, P.E. Field 6perations 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 �t 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: 4126/2005 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 Labor Totals -PW $523.3500 130.8375 $654.1875 Labor Totals -LG $98.8500 0 $98.8500 Vehicle Costs -WWC $225.0000 0 $225.0000 Vehicle Costs - NPDES -En r $0.0000 0 $0.0000 Vehicle Costs -P 1$437.5000 0 $437.5000 Materials I 1 $936.00 0 $936.0000 OVERALL BILL Supervisors signature: 4-1)4Z413__ Dated: � 0 7/04 cc: Shawn Atherton -Waste Water Collections, Donna Trotter -PW, file City of Administrative Citation Encinitas Citation No. � ` d Time (Violation Observed)): Date: WARNING 1St Citation $100 O 2nd Citation $200 O 3`d Citation $500 O (and each subsequent violation within 12 months) Payment of $ is due no later than f ' (see reverse side for payment information) Correction of the violation indicated below must be completed by: Date: '�W';`: 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 O Property Owner O Tenant Business Owner O Other y Mailing Address: City State Zip Code Business Name (if applicable) T •^^-`� E_-.. ` =.}1,, 8.`3'k . Assessor's Parcel Number rViolation ' Address: Code Section Violated Description of Violation Corrections Required: i � a 5 et. �: M'a 1 r. ✓z i Z7'<y '. '. i - r. _ Enforcing Officer: Phone Numbed Signature: Date: (Print Please) Acknowledgement of Receipt- Date: Person Cited: (Print Please) Signature: Citation Served By: 0 In Person O Postes' :i Properte O By Mail O Other White: CODE ENFORCEMENT Canary: FINANCE Pink: FILE Goldenrod: VIOLATOR TEL 760- 633 -2600 / FAX 760 - 633-2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760 -633 -2700 Acz recycled paper City Of Encinitas April 15, 2005 Metropolitan Construction C/o Jose Ortiz 8614 Troy Street Spring Valley, Ca 91977 Re: CHAN iE ORDER 94 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 the County of San Diego for the work they performed October 18, 2004 is attached. The deductive change for the above work is for $1,192.00 (One Thousand One Hundred Ninety- Two Dollars and Zero 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. (/Z-� �-� 4 kil . Greg Shi d , P.E. Field Operations cc: Director of Engineering Services ACCEPTED BY: a_.. Jose Orrilr4j, President Metropolitan Construction Contractors License No. 790532A 0 'bon ! I;AV 'N) t_. -'6 ;r(1 lim 'J 'li' ;i�;, I "1�1� (,n r�i; __ nu & recycled paper Check Payable To: Address CITY OF ENCINITAS FY 01 -02 CHECK REQUEST FORM COUNTY OF SAN DIEGO Vendor No. P.O. BOX 129261 Check if Misc. Vendor SAN DIEGO, CA 92112 -9261 91908 -0477 CITY STATE ZIP New Vendor? Yes F-1 No If Yes and not incorporated please enter Social Security # or Tax I.D. Notes ENCINITAS SEWER TRUNK R &R GENERAL LEDGER # PROD. # BRIEF DESCRIPTION (25 Characters limit) AMOUNT INV. # INVC DATE MM/DD 523 - 05230 - 523 - 42 - 30 CEEOID DEPT. OF ENVIRONMENTAL $1,192.00 EH5453 3/15 HEALTH TOTAL $1,192.00 I HEREBY CERTIFY THAT THIS CLAIM REPRESENTS A JUST CHARGE AGAINST THE CITY OF ENCINITAS REQUESTED BY: (DEPARTMENT APPROVAL aATE OF REQUEST <� . ATE CHECK REQUIRED APPROVED FOR PAYMENT FINANCE DATE GARY W.ERBECK DIRECTOR March 9, 2005 City of Encinitas Attn: The City Manager 505 S Vulcan Encinitas, CA 92024 Dear Sir: v (IT ]a U t ij or 67§an Pty o DEPARTMENT OF ENVIRONMENTAL HEALTH P.O. BOX 129261, SAN DIEGO, CA 92112 -9261 (619) 338 -2467 FAX (619) 338 -2174 1- 800 - 253 -9933 www.sdcdeh.org RICHARD HAAS ASSISTANT DIRECTOR E C..._� I; f 4U L LIAR 2 9 2005 1 cw 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 Land and Water Quality Division MM:vr Attachment "Environmental and public health through leadership, partnership and science" Oro <vE IS ,Hf L T U u ` t L! of "-'is a -L ` 3 {. e S 17 DEPARTMENT OF ENVIRONMENTAL HEALTH o P.O. BOX 129261, SAN DIEGO CA 92112 -9261 Mo 1- 800 - 263 -9933 OR (619) 338 -2222 Invoice Number CITY OF ENCINITAS EH5453 ATTN: THE CITY MANAGER 505 S VULCAN Invoice Date ENCINITAS, CA 92024 3/15/2005 DESCRIPTION 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 1.0 $ 165.00 165.00 Z04 - REPORT INTAKE & INVESTIGATION $ 110.00 - Z05 - SAMPLING 5.0 $ 110.00 550.00 Z07 - POSTING OF WARNING SIGNS $ 110.00 - Z08 - PUBLIC NOTIFICATION $ 110.00 - LABORATORY SAMPLE COST No. of Samples (a) $53.00 PER SAMPLE 9.0 $ 53.00 477.00 Amount Due 1 $ 1,192.00 For questions regarding billing and payment, please call Voltaire Robles @ (619) 338 -2467. FQA- ,? KOpj�'- IMPORTANT: PAYABLE UPON RECEIPT. CID • v 6 * * * ** PENALTY FOR LATE PAYMENT * * * ** Payment received after April 9, 2005 - Penalty due is $50.00 Payment received after May 9, 2005 - Penalty due is $151:�We4_ /-1 PLEASE KEEP THIS COPY FOR YOUR RECORDS AND RETURN BOTTOM PORTIN WY�SU�PENTV `L. MAKE CHECK PAYABLE TO: COUNTY OF SAN DIEGO AND MAIL TO: n C) /sq-3 1� 7 Oro <��'hf COUNTY OF SAN DIEGO •— - DEPARTMENT OF ENVIRONMENTAL HEALTH Invoice Number: EH5453 �L P.O. BOX 129261 Invoice Date: 3/15/2005 SAN DIEGO, CA 92112 -9261 Amount Due: $ 1,192.00 ATTENTION: CASHIER FOR COUNTY USE ONLY FUND NUMBER: 100100 ACCOUNT NUMBER: 0122 TASK CODE: ACTIVITY NUMBER: 429H91 Due Date: Payable Upon Receipt -)3!08/?005 TUE 12 :24 FAX Z 005 NEWS RELEASE FOR IMMEDIATE RELEASE 17 October 2004 SEWAGE CLOSES TWO SAN DIEGO AREA BEACHES SIGNS POSTED THE SOUTH COUNTYAND AT MOONLIGHT BEACH IN ENCINITAS SOUTH COUNTY BEACHES Rains on October 17, 2004 and a north flowing current appear to have pushed contaminated flows from the Tijuana River north onto the beaches along the south San Diego County region. While most of the contaminated river flows from the Tijuana River are captured and treated, heavy rains occasionally exceed the Mexico International Border beaches at the Border Field within the City of Imperial recreational water is within =or more information on plant located near the United States and mination have been posted along h National Wildlife Refuge, and beaches ace until water samples show that the the County of San Diego, Department of Environmental Health at 858 -495 -5579 after 8 :00 AM on October 18, 2004. MOONLIGHT BEACH IN ENCINITAS An estimated 750- gallon sewage spill occurred about 6:00 AM today, October 17, 2004 from a broken sewage pipe near the Cottonwood Creek in Encinitas. Rainwater entered the sewage system at a sewage pipe replacement project and caused an old section of pipe to break releasing the sewage it contained. The old pipe was disconnected from the system and the release stopped once the old pipe drained. The sewage flowed down the Cottonwood Creek to Moonlight Beach. Signs warning of sewage contamination have been posted on both sides of the creek outlet. Signs will remain in place until water samples show that the recreational water is within the State health standards. For more information on this, please call Kathy Weldon with the City of Encinitas at 760- 685 -5553_ For updates on beach closure information please call the 24 -hr, hotline at (619) 338 -2073. OR www.cleanup.orq enter your zip code and select Beach Water Quality DEPARTMENT OF ENVIRONMENTAL HEALTH 1255 IMPERIAL AVE. • SAN DIEGO, CA 92101 -2422 C (,�� CALIFORNIA REGIONAL WATER QUALITY CONTROL BOARD 2' 7q SAN DIEGO REGION SANITARY SEWER OVERFLOW REPORT FORM 06/13/2001 ALL ITEMS ARE REQUIRED TO BE ADDRESSED. 1. THIS REPORT IS (CIRCLE ONE): PRELIMINARY FINA REVISED FINAL 2. SANITARY SEWER OVERFLOW SEQUENTIAL TRACKING NUMBER: CA —E�w? 3. REPORTED TO:(, _Q�_tq' ,c.� _ Mi'Ii2 1??c�.�i�V O E� 1 (ENTER FAX, VOICE MAIL, OR NAME OF REGIONAL BOARD STAFF) 4. DATE REPORTED: — (MM /DD/YY) TIME REPORTED: _/Q_: aid (MILITARY OR 24 HOUR TIME) 5. REPORTED BY: —PAUL__ A_D) 6. PHONE: 7. REPORTING SEWER AGENCY: Cirl _ _F�A)C 8. RESPONSIBLE SEWER AGENCY: 9. OVERFLOW START: DATE: IL2 /_t7 / Q� ((MM /DD/YY) G All TIME:_ :% (MILITARY O 24 HOUR TIM __ 10. OVERFLOW END: DATE: �(�_ /1�_ / � `{ (MM /DD/YY) TIME: _ : � (MILITARY OR 24 HOUR TIME) 11. ESTIMATED OVERFLOW FLOW RATE: JN6 T%/IGALLONS PER MINUTE) 12. TOTAL OVERFLOW VOLUME: _ ��(GALLONS) 13. OVERFLOW VOLUME RECOVERED: _ _ — _ _ (GALLONS) 14. OVERFLOW VOLUME RELEASED TO ENVIRONMENT: -Z7 (GALLONS) SANITARY SEWER OVERFLOW LOCATION AND DESCRIPTION: 15. STREET: ,? ,[_ 1t r �A/ 47,4 _ %Y— .1/_�` — 00-14& iJ CITY: _�!P�``r _ ZIP CODE:_? -��__ 16. COUNTY: SI SD, RI, OR) Sanitary Sewer Overflow Report Form -2- 17. SANITARY SEWER OVERFLOW STRUCTURE I.D.: - - A - - 1—/-------------- - - - - -- 18. NUMBER OF OVERFLOWS WITHIN 1000 FT. OF THIS LOCATION IN PAST 12 MONTHS 0 19. DATES OF OVERFLOWS WITHIN 1000 FT OF THIS LOCATION IN PAST 12 MONTHS ------- A* ------------------------------------- 20. OVERFLOW CAUSE - -SHORT DESCRIPTION -- CIRCLE ONE ROOTS GREASE LINE BREAK INFILTRATION ROCKS BLOCKAGE POWER FAILURE PUMP STATION FAILURE DEBRIS VANDALISM FLOOD DAMAGE MANHOLE FAILURE OTHER UNKNOWN CONSTRUCTION PRIVATE PROPERTY 21. OVERFLOW CAUSE -- DETAILED DESCRIPTION OF CAUSE 7Pv c� 22. SANITARY SEWER OVERFLOW CORRECTION -- DESCRIPTION OF ALL PREVENTATIVE AND CORRECTIVE MEASURES TAKEN OR PLANNED. c (�J '7 Sanitary Sewer Overflow Report Form -3- 23. WAS THERE MEASURABLE PRECIPITATION DURING 72 -HOUR PERIOD PRIOR TO THE OVERFLOW? y (Y OR N) INITIAL AND SECONDARY RECEIVING WATERS: Y 24. DID THE SANITARY SEWER OVERFLOW ENTER A STORM DRAIN? (Y OR N) 25. DID THE SANITARY SEWER OVERFLOW REACH SURFACE WATERS OTHER THAN A STORM DRAIN? \� (Y OR N) 26. NAME OR DESCRIPTION OF INITIAL RECEIVING WATERS. (IF NONE, TYPE NONE) 27. NAME OR DESCRIPTION OF SECONDARY RECEIVING WATERS. (IF NONE, TYPE NONE) MOCAJL,_ k4 _f3 /tea 28. IF THE SANITARY SEWER OVERFLOW DID NOT REACH SURFACE WATERS, DESCRIBE THE FINAL DESTINATION OF SEWAGE. ------ All-d ----------------- NOTIFICATION: 29. WAS THE LOCAL HEALTH SERVICES AGENCY NOTIFIED? (Y OR N) 30. IF THE OVERFLOW WAS OVER 1,000 GALLONS, WAS THE OFFICE OF EMERGENCY SERVICES (OES) NOTIFIED? (Y or N) (NOT APPLICABLE, ENTER NA) AFFECTED AREA POSTING: 31. WERE SIGNS POSTED TO WARN OF CONTAMINATION? y (Y OR N) 32. LOCATION OF POSTING (IF POSTED): _GaAs, , --k-- r,,,pAaU 33. HOW MANY DAYS WERE THE WARNING SIGNS POSTED? 34. REMARKS: fitJ - - - ) 'LT Sanitary Sewer Overflow Report Form -4- S'e�✓-e�� e i� NOTES: 1) FOR DESCRIPTIONS AND CLARIFICATIONS OF ALL ITEMS ON THIS FORM, REFER TO ORDER NO. 96 -04 AS AMENDED, INCLUDING THE DOCUMENT ENTITLED, "REQUIRED FIELDS FOR ORDER NO. 96 -04 QUARTERLY SUMMARY REPORT." 2) IF THE SANITARY SEWER OVERFLOW EVENT RESULTS IN A DISCHARGE OF 1,000 GALLONS OR MORE, OR IN A DISCHARGE TO SURFACE WATERS, THIS FORM MUST BE RECEIVED BY THE REGIONAL BOARD NO LATER THAN FIVE DAYS AFTER THE OVERFLOW START DATE. The following certification must be completed with the five -day notice: 1 swear under penalty of perjury that the information submitted in this document is true and correct. 1 certify under penalty of perjury that / have personally examined and am familiar with the information submitted in this document and all attachments and that, based on my inquiry of those individuals immediately responsible for obtaining the information, 1 believe that the information is true, accurate, and complete. 1 am aware that there are significant penalties for submitting false information, inc ding the possibility of fine and imprisonment. Signature SX1-,n �vpj A -�4 Name Title to --2-. Date City of Encinitas November 18, 2004 Metropolitan Construction C/o Jose Ortiz 8614 Troy Street Spring Valley, CA 91977 Re: CHANGE ORDER #2 Encinitas Blvd. Trunk Sewer Replacement Project CEE01 D 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 8 inch PVC (SDR -35) stub outs extending from the base of the manholes to three feet out on the north side of both Manhole #14 (Sta 26 +25.94) and Manhole #15 (Sta 29 +75.94). The change for the above work will be $1,000.00 (One Thousand 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. --(k- Greg S e ds, P.E. Field Operations cc: Director of Engineering Services ACC PTED BY: Jose iz, resident Metropolitan Construction Contractors License No. 790532A I I M W) r„ _.no ��� recycled paper Change Order #2 November 16, 2004 City of Encinitas Encinitas Blvd Trunk Sewer Replacement and �tad� & �i�acia� 4909 Murphy Canyon Rd Ph 858 -496 -0500 San Diego, CA 92123 Fax 858 -496 -0505 Change Order #2 Record of Negotiation Date: November 16, 2004 Project No: Encinitas.003 Contractor: Metropolitan Construction P.O. Box 477 Bonita, Ca. 91908 Prepared by: Michael O'Shea Summary of Work Subject: 8" x 3 ft Stub -outs City W.O. #: CEEO I D Drawing Reference: Specification Reference: RFP Reference: COR Reference: C -3 RFP #3 COR #2 This change order is for the installation of 8 -inch diameter. PVC type stud -outs extending from the base of the manholes 3 -feet. The interior manhole base will be sloped and channeled to accept future flows from the stub -out. The stub -out will be capped to prevent sediments from entering the manholes. Stub - outs as described will be installed at manholes 14 & 15. Justification for Entitlement City of Encinitas staff notified the CM team that Manholes 14 and 15 are expected to accommodate extra laterals in the future. Manholes 14 & 15 were not designed with stub -outs to accept future laterals. Therefore, The City of Encinitas has requested the Contractor provide 8 -inch x 3 -foot stub -outs at each manhole, which will be used in the future. Additional Cost Requested by Contractor $1000.00 Negotiation The Contractor provided a materials cost sheet showing a total cost of $500.00 for each of the two manholes expected to accommodate extra laterals in the futures. CO #2 Page 1 of 2 Change Order #2 November 16, 2004 Recommendation The Construction Manager has reviewed COR #2 and believes that the cost of the 8 -inch x 3 foot stub - outs at each of the two manholes to be reasonable. 'The Construction Manager recommends that an additive Change Order be issued to Metropolitan Construction in the amount of $1000.00 for the addition of the subject work. Attachments Attachment A: RFP #3 COR #2 Materials Cost sheet CO #2 Page 2 of 2 Kim?", all/ 6AZdI/7L!.16IAT../ Project Title _Encinitas Blvd. Trunk Sewer Replacement Project Project No. CEEOID Contractor Metropolitan Construction Request For Proposal No. 003 Contract No. Encinitas.003 Contract. Date 10/06/04 Proposed By: City of'Encinitas Date 10/6/04 Submitted By: Sean Manning, Construction Manager Date 11/2/04 f - Owner [� Engr. r Const. Mgr. Actual Job conditions in area of proposed change: Manholes 14 and 15 are expected to accommodate extra laterals in the future. Currently said manholes have no extra outlets to accept extra laterals. Change order justification: The City of Encinitas has requested the Contractor provide 8 -inch x 3 -foot stub outs at each manhole, which will be used in the future. The Contractor shall provide a cost estimate for the change order request. Contractor authorized to proceed with this change r YES P NO Other contracts involved are as follows (List Contracts by No.): Submitted by CM 1102 (revised 9/28/04) on Is Dwg. Req.? r NO r- YES (Date) NOV. 9.2004 4 :42PM METROPOLITAN CONST NO. 050 P.3 /3 General Building & Engineering Contractors C O N S T R U C T I O N - License No. 790532 November 9, 2004 Richard Brady & Associates 4909 Murphy Canyon Road, Suite 220 San Diego CA 92123 Attention: Sean F Margining Reference: Encinitas Boulevard Trunk Sewer Replacement Subject: RFP # 3 S" X 3' Stub out Dear Mr. Maiu�ing As requested in RFP # 003, we are here by submitting our cost proposal in accordancc with your RFP . TOTAL, COST S 500.00 ea. If you have any questions, please feel free to call. Sincerely, 1✓? �Wivo Alberto arias Project Manager P.O. Box 477, Bonita, CA, 91908 -0477 Phone (619)741.5643 Pax (619)741.5658 Received Nov -09 -2004 16:37 From- To- Page 003 R1 � G CI E CL t d EI! y �o tl O G F of im LL 02 w 4 196 -d 900 ON -01 -rojd LOU 900Z- 11-"►0N pen1809l Ij 900 /900'd 119-1 _wojd 9Z:Z1 ti00Z- 11 -ADN Q. o IE IL Y v v • 0 W w gL W coo G m d h 1- CZ 0 � i � P����aa a a 1- f- $�e5 �i$ ;m w 6 w _ r q r N r r O O C C 1I � s �IrIrI �I M g q q 4 h h w ti r M ii r be O b O uu r y� C do V C moll No � It b e v p c o � � Nr w w N -rivi r N N w ° 900 /900'd 119-1 _wojd 9Z:Z1 ti00Z- 11 -ADN City of' Encinitas November 17, 2004 Metropolitan Construction C/o Jose Ortiz 8614 Troy Street Spring Valley, CA 91977 Re: CHANGE ORDER #1 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: Construct drop inlet structures at both Manhole #8 (Sta 15 +77.62) and Manhole #15 (Sta 29 +75.94) per detail attached to this change order. The change for the above work will be $4,600.00 (Four Thousand Six Hundred 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. Greg S i ds, P.E. Field Operations cc: Director of Engineering Services AlC'CIPTED BY: Jose Ortiz, President Metropolitan Construction Contractors License No. 790532A :111 lorni.i t'U_'i ;(,;,; II)U - bii -hi; ' -UU ��,� recycled paper Nov- 11` -20N 06:57PM From- • • T -051 P.001 /008 F -071 - - - - e - v 4909 Murphy Canyon Road, Suite 220 San Diego, Califomia 92123 Tel: (858) 496 -0500. Fax: (858) 496 -0505 e-mail: rbrady @rbrady.net Facsimile Transmittal To: Kipp Hefner From: Sean Manning cam . City of Encinitas Project: Encinitas Blvd. Trunk Sewer Fax: 760 633 2818 Project No: Encinitas.003 Phone: 760 633 2775 Date: November 11, 2004 Re: Record of Negotiation Pages: 7 (excludes this page) Change Order #1 CC: ❑ Urgent X For Review X Please Comment ❑ Please Reply • Comments: Kipp, Here is the draft record of negotiation for the drop inlet. Let me know if you have any comments. Do you have City of Encinitas CO form that you would like me to fill out and submit for processing? Sean If you did not receive the entire transmittal, please call (858) 496 -0500. Datc: November 11, 2004 Tune: 3:42 PM Initials: ' Nov- 11 -20U 06:57Pm From- 7 1 n U • City of Encinitas Encinitas Blvd Trunk Sewer Replacement 4909 Murphy Canyon Rd Ph 858496 -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 T-051 P.002 /00a F -071 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 Nov -11' -20'04 06:57pm From- • • T -051 P- 003/000 F -071 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 Nov -11 -2004 06 :57pm From- cityof 4 E 1'ICZY iZ a s September 28, 2004 Metropolitan Construction Attn: Jose Ortiz 8614 Troy Street Spring Valley, CA 91977 • T -051 P- 004/006 F -071 RE: ENCINITAS BLVD TRUNK SEWER REPLACEMENT(CEE01 D) 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, , 6�re g ids, P.E. Field perations cc: Ron Brady, Inspector Richard Brady and Assoc., Consultant Utilities, Sewer TF.L 760 - 633.2600 I FAX 76u- 633 -3627 Sus ti, 11111, %an Avenue, I:n:iniris, t- 'alifomia 0124- 1634 FDO 760.63.2700 1 �� recycled paper Nov- 11-2004 06:57pm From— • T -051 P.005/008 F -071 • EX. MH • 8" PVC CAP • • (8' PVC TEE SDR -35 • SDR35 PVC PIPE • SOLVENT WELDED IN MH • o. 1 DETAIL NOT TO SCALE • • v • • �• J FINISH SURFACE 3 FEET SEAL SPACE W/ EPDXY GROUT EXISTING 8" SEWER LATERAL CORE DRILL 8 1/2" DIA. HOLE & INSTALL LINK SEAL PROVIDE 3 316 SS BRACKETS W/ 1/8° DIA. 316 SS EPDXY ANCHORS -DROP CONNECTION PIPE INVERT SHALL MATCH THE SPRINGLINE OF THE EXIT PIPE, CHIP OUT INVERT AND REPAIR W/ EPDXY GROUT TO SUIT. ' Nov - 19-2004 06:58pm From- • METROPOLITAN CONSTRUCTION GENERAL BUILDING & ENGINEERING CONTRACTOR PHONE: (619) 741 -5643 FAX: (619) 741 -5656 Uo. No. 790532 T -051 P.006 /006 F-071 FACSIMILE TRANSMITTAL FORM DATE: November 91 2004 PROJECT No: 922 TO: Richard Brady & Associates FAX ATTN: Sean F Manning PHO (858) 496 0500 FROM: Alberta Larlos SUBJECT: ENCINITAS BLVD. TRUNK SEWER REPLACEMENT NUMBER OF PAGES (Including this transmittal form): 2 ADDITIONAL. COMMENTS /INSTRUCTIONS; RFP # 1 Price IF YOU DO NOT RECEIVE ALL OF THE PAGES LISTED ABOVE, PLEASE CALL AS SOON AS POSSIBLE FOR RETRANSMISSION: THANK YOU. SENT: Date Time: Received Nov -06 -2004 16:12 From- To- Initials page 001 1. Nov -11 -2004 06:58PM From- • T -051 P.0071008 F -071 General Building & ing Contractors 0 0 N$ T K-0 C T 1 0 N Lleenn No. 77944;1 November 9, 2004 Richard Brady & Associates 4909 Mmyhy Canyou Rand, Suite =0 Elm Diego CA 92123 Attention: Seas F Manning Reference: Encinitas Boulevard Trunk Sewer Replacement Subject: RPP # 1 Drop Inlet As requested in RFP # 001, we are here by Submitting our cost proposal in accordance with your sketch. for a drop inlet. TOTAY; COi9T 3 2.300.00 If you have any questions, please feel iree to call. sincerely, Alberto Lantos Prctjeot Manager P.O. P" 477, Bonlw. GA, 91908.047! Phone (619)741 -5643 Fax (619)741.5656 Race Ived Nov - 08-2004 15:12 From- To— Pape 002 Nov-11 -2004 06:58pm From- T-051 P.008/008 F -071 mw,n,,, .. r.�� •� .. - Iscondif CA i ME'TRVPOLITAI� CoNmucTum ' . 665 (*per Street _ STOCr ESC=T.DC Escondido CA 92029 PC BOX 477 _S1908 Telephone: 760-751 -5335 Received Nov - 08-2004 18:14 page I Extended Price 35.67 11.07 24.21 59.00 95.00 ,%05.00 629.95 9,8.82 678 77 gS� From- To- Page 002 .Bo=wh Telephcrze: 619 - ?415643 , 619 -741 -5668 Fes; . tte. tiou -. ALBERTD r 923430 MXC��ITAS 9LVD TRVATT�S 9ETREk RPL 11/05/04 Did IDt met. Sell ' Price Liae QuantitY Per pe�ctipirioa 1 EA Site :PVC zva� 5 SWR TBE I3Kk� 35.67 1. 0 SOLVENT WELD, COMM) a Fvc • SM'S 5 ISWR CAP H= Sw 11.01 20 1 EA SoLvalm Wz l� (GLUE) S� mm 24.21 30 ]" LIL 50LVVEL�T DQELLI6 (CLUB ) (G) 2.95 40 40 2Q FT EA 8X20' SpR35. gVC SWR PIPS Ll= gEAL SET TO rITOR8SDR 135.00 1 33.6S9 PIPE qLAMpS 335 Subtatal : Tax: 'Aid Total= Received Nov - 08-2004 18:14 page I Extended Price 35.67 11.07 24.21 59.00 95.00 ,%05.00 629.95 9,8.82 678 77 gS� From- To- Page 002 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 �._. A 11 f .,trU :.,v,1� �b.nll 1�A 1..; �x ritton (`l�o_nna (lrfar c i teG� O %TTY .'. I kJplGJVLALUll V %,. I — 1� %J--- — — . - .. .. -1 ...� .b_ - l limit t 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 lump 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 tl�bPYP Q11PMT1Pd nr ;wrpi- 1 1innn fnr calcnlstinp, CONTRACTOR's AC:TOR's r..., -- -•c - -_-. 1 - 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: 1. 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 5. 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: 1. Cash; 2. Cashiers check made payable to the CITY; 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' 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 -,ervice of the notice of decision or notice of non - decision of the CITY'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 I 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 CITY'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 Code 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. iz, Oresident Filmex Inc. dba Metropolitan Construction i State of California License No. 7 9 0 5 3 2 E -10 CITY C by Peter Cota - Robles City of Encinitas Dated: 05K10 Page 10 March 04 TRANSMITTAL FORM City of Encinitas FAX 760/633 -2818 505 S. Vulcan Avenue Engineering Encinitas, CA 92024 -3633 760/633 -2770 DATE July 19, 2005 SEND TO FAX #: 760- 564 -3646 NO. OF PAGES: 12 TO: MOCON OF ADDRESS: FROM: PHONE: (760) 633 -2778 GREG SHI LDS ❑ Call ASAP ❑ Review & Call ❑ Please Handle ❑ Per Our Conversation COMMENTS: ❑ Review & Return ❑ Please Reply by _ BONDS FOR THE ENCINITAS BLVD. SEWER REPLACEMENT PROJECT ❑ F.Y.I. JUL -18 -2005 14:15 FROM:MOCON 7605643646 TO:17606332818 P.1`1 82 -204 HIGHWAY 111, SUITE C -201 INDIO, CA 92201 (760) 364 -2586 FAX (760) 564 -3646 CELLULAR (503) 784 -1666 FAX TRANSMOBSION COYER SHEET Fax N - (v O (*3 3 - 818 Date _ (t L`l� compamy. C yn_ of= E N', Ni r w Attention 6 me.0 _ ' IaLOs _ From: /BOOB NOTMOIR A Reference eTiZO p-i% -1 _T A #j To rc u C-TI O #j N G w 1 TAS J? -- v o- No of Pages (including cover sheet) is Ew pct T?C- PI ACCM 6,T 1Vlssatwe C ��6r — P9. 0.j ;z.-r %. _ l-' ( 1(00 5'(04- 3(e4 Md��� Please call 1-800- 211 -5520 if you do not receive AA of the pages. EXECUTED IN DUPLICATE BOND NO. 08748857 PREMIUM: $11,365.00 �'i vAf1 'IVL LV1Vl,J 1 IVIII.JII IJ I VI VViI[SV. 1�11. FOR Arid Is Subject To Adjustment Based On Final Contract Price ENCIIVIT.A.S BOULEVARD TRUNK SEWER REPLACEMENT KNOW ALL MEN BY THESE PRESENTS that FILMEX, INC. DBA: METROPOLITAN CONSTRUCTION as CONTRACTOR and FIDELITY AND DEPOSIT COMPANY OF MARYLAND ' as S UTY are s the pei held at�d firmly bo u9n c . City of Encinitas, as the CITY , i UWKS (S in aal tun of � t , which is one- l -jundred percent of the total contract amount for the above - stated project, for the payment of which sum, CoNTRACOR and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITION'S 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 full force and effect in favor of the CITY. As part of the obligation secured hereby and in addition to the face amount specified tberefore, 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 WBBRBOF the parties Hereto have set their names, titles, hands, and seals this 2ND day of JULY , 2004. `— CONTRACTOR FILMEX, INC. DBA :IMETROPOLITAN CONSTRUCTION BY: SURETY FIDEL BY Z, PRESIDENT ACKNOWLEDGMENT of Execution by CONTRACTOR and SuRE'rX in the proper format, shall be attached to this bond. 05KIO Page 11 Mamh 04 E -11 N O z i 1 1 1 1 f .f f r 1 fj Q A r' c O m C O a CD �H ui «�. .L .L L Z W ' c I W I I I IMS2 z W W T C7Z�� Q C 'ti .L t— c n C m O CO --� 0 cr x Nv3 c 0 0 t m« Q w cc O Z .a O E j L7 a p 0 d E In m t >, I z LL o 0 C � oa�a�ivrnE>,��m ~ m m r W Q� c�c $ -c W U W J U ~ U > cr W u (> w -p ca ` Z w ui O N W aT lLLi % w ❑ ❑a LL fn z 0 cc Wz v c 3 ac 0 w ~ Z O v7 Y ._. U CU .O O p_ CL J O m c J C.) 4 � � U m W Z Y W o z a < � ri CL 5 m U 0 Z p_ (U W z N80 2v9 > a !- Q O ►W- 0 d� Cl) m W O a = —� a \ RS L «° 0 a D H W LL Ca�grc ❑® ❑ ®❑❑❑ V2z _ O O p` U C m m O N L L j C . N c U O t C V' N O t O w 'U E a� oao Boa oE°'om�o N as ccoc?���,t- � —<, H Z W U 0 U- 0 W a 0 U W O a a U- 0 cr w m z 0 H O W 2 x a a � W W Ln m � ft W w a Z U LL w Q 7-1 1 1 .f . f t . 1 r . 1 1 J f E O � m 7 � O `c c c E N L dz m� L y � c aD m m= m aci O m C O a CD �H ui «�. .L .L L Z W w ,7.., C 0-C a) _� 0 3 N O O IMS2 z W W O Z Q C 'ti .L t— c n C m O CO --� 0 cr x Nv3 c 0 0 t m« Q 0 �' Z Z .a O E j cc a p F4 ¢ W U c? O` O C ' c D 0 .- p U LL t >, P LL a 0 ra LL o 0 C � oa�a�ivrnE>,��m O �a E 0 u (> w -p ca ` cn U) O Q u N z E O U N U .O a) c W 0 cc v c 3 O2 >z E m0¢a e O Q 0 v7 Y ._. U CU .O O p_ O J Pq z > a Y � —<, H Z W U 0 U- 0 W a 0 U W O a a U- 0 cr w m z 0 H O W 2 x a a � W W Ln m � ft W w a Z U LL w Q 7-1 1 1 .f . f t . 1 r . 1 1 J f E O � m 7 � O `c c c E N L dz m� L y � c aD m m= m aci O A O CL W ❑ IMS2 E O (n z N >v0'- a ^ LL z N . CC CC O O Ov9Z) O E T ;;L)o n O ��dOu W �+ v c 3 O2 >z E m0¢a e cu O W o < (O o U U a Y z a O w N F p_ (U _� SATE Of r- \ o p N > — cu C i _ O \ RS O � —<, H Z W U 0 U- 0 W a 0 U W O a a U- 0 cr w m z 0 H O W 2 x a a � W W Ln m � ft W w a Z U LL w Q 7-1 1 1 .f . f t . 1 r . 1 1 J f E O � m 7 � O `c c c E N L dz m� L y � c aD m m= m aci 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. lag role and Ka n Jean Hall, all of Escondido, California, EACH its true and lawful agent and Attorney -in -Fact, tom ecute, s deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertaking %ftb;e e f such bonds or undertakings in pursuance of these presents, shall be as binding upon said Compan an all intents and purposes, as if they had been duly executed and acknowledged by the regularly a officers pany at its office in Baltimore, Md., in their own proper persons. This power of attorney rev t issue John G. Maloney, dated December 28, 1999 and on behalf of Helen Maloney, dated July 24, The said Assistant Secretary does hereby Section 2, of the By -Laws of said Company, IN WITNESS WHEREOF, the said � affixed the Corporate Seal of the said 4 A.D. 2002. ATTEST: 'gyp UPps /i �O °s W SIN 'i 4 wna 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, O� FIDELITY AND DEPOSIT COMPANY OF MARYLAND �U By: Y 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, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Hamm 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 2ND day of JULY 1 2004 Assistant Secretary X ZURICH TINS IMPORTANT DISCLOSURE NOTICE IS FART OF YOUR BOND We are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. Nc action is required on your part. Disclosure of Terrorism Premium The pren-uum 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 earned premium in the prior year, for 2004, 10% of direct eamed 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 $5,000;000. These disclosures are informational only and do not modify your bond or affect your rights under the bond. Copyright Zurich ? merican Insurance Company 2003 - 0050749.doc EXECUTED IN DUPLICATE BOND NO. 08748857 nJM IIICLUDED D PZWV -'t CE ROND LABOR AND MATMALS BOND FOR ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT KNOW ALL MEN BY THESE PRESENTS that FILMEX, INC. DBA: METROPOLITAN CONSTRUCTION a$ 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 of OUS 859 982.2 4010- ($ _) which is one hundred percent of the total contract amount four tfie a�vve stated project, for payment of which sum, CONTRACTOR axed SUMTY agree to be bound, joizat:ly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE $UCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with the Crry 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 attorney's 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 wr'rNESS WIMEOF the parties hereto have set their names, titles, hands, and seals this 2ND day of JULY , 2004. CONTRACTOR FILMEX, INN.'IDJA: E ROPOLITAN CONSTRUCTION SURETY BY: JOSE ZY- FIDELITY-ANF , PRESIDENT ACINOwi.EDGNv.NT of Execution by CONTRACTOR and SURETY in the proper format, shall be attached to this bond. 05K10 Page 12 March 04 ..:. E -12 F W W J 3' Z V Q W W d . ' Iu u MI/I z 0 Z A 2 N li� .l � c O G p £ O. W W W 0 0 ? ? W 0 U ? ? F Q Z Z- 0 F- Q E sv° L LL w w ( (p W Wz p5 N ro¢ J 1 1- W~ ( (q ? ? a a O LU a c� w w z z c c)' Q C C � Z a.W Z Z ¢ ¢ o o _ _ti° £a ° D Da ¢ ¢ O O U U a 2 � �a L ' Q ¢ U a a ¢ ¢ H H (7 O Z LL ¢¢� 2 ❑ ® ®❑❑❑ V: z M L4 L U V Z7 .N U CC U O L C m > C C) v— C C) -L ` Pq 0 0 E C 0 O O :3 0 aF 0 0C : := " " «oc N Z 0 0 w L N p o N C ,p C Z a Z L p O .N _ E � V O W N L c L C) O O Z z _ 3 _ L LL W W < 0 ^'- O L' C U O COD W in N 3 cn _ OC d cQ w rn 1, W d A LL oy « o O : N °' >, fo = LL 0 Z .a o E ca < w L W N O C N C 0) C a O ' o �, ° m a) 0 cm E o uw A LL w O Cl C) O) E >, Q) N U) } O C) .L, Q -p R) i N U) 1- � ci z E O v O co CU co � 0 z � H o a o O a c ` Z O f >- w W a OW N Y w U m 0 0 > FJ- A Z > H zH O aH V C) io O O a W ❑ IMS2 o z Q) In Cc in C ¢ N C07 E < L� z "' W i) 0_N �5� 0 CC A (D E pv�U)UQ c m0z E > a) 3 ¢a E. �t cu 0 w0FV'� F a o °z m \ RS O C c i w ^ c0 O o` _ c O O c CL �bD 3Nl O H °� W = 2 Q Q Q w ° m W � Cl ui ui L° F- U Z _LL w H Q = W U UO ° Lo w H Z w m D O ° LL O W H a ° w 0 a LL O w m Z w O m Q ° W Z Z a F- m w 0 Q w Z 9 O � m a E O N r d O c c Ec tq L m m L d m `c d = �I � I a aci d y a L a n O zH O aH V C) io O O a W ❑ IMS2 o z Q) In Cc in C ¢ N C07 E < L� z "' W i) 0_N �5� 0 CC A (D E pv�U)UQ c m0z E > a) 3 ¢a E. �t cu 0 w0FV'� F a o °z m \ RS O C c i w ^ c0 O o` _ c O O c CL �bD 3Nl O H °� W = 2 Q Q Q w ° m W � Cl ui ui L° F- U Z _LL w H Q = W U UO ° Lo w H Z w m D O ° LL O W H a ° w 0 a LL O w m Z w O m Q ° W Z Z a F- m w 0 Q w Z 9 O � m a E O N r d O c c Ec tq L m m L d m `c d = �I � I a aci d y a L a n O O H °� W = 2 Q Q Q w ° m W � Cl ui ui L° F- U Z _LL w H Q = W U UO ° Lo w H Z w m D O ° LL O W H a ° w 0 a LL O w m Z w O m Q ° W Z Z a F- m w 0 Q w Z 9 O � m a E O N r d O c c Ec tq L m m L d m `c d = �I � I a aci d y a L a n 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 rota and Ka n Jean Hall, all of Escondido, California, EACH its true and lawful agent and Attorney -in -Fact, to m ecute, s deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertaken the exec f such bonds or undertakings in pursuance of these presents, shall be as binding upon said Compan ally 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 Section 2, of the By -Laws of said Company, IN WITNESS WHEREOF, the said ppN affixed the Corporate Seal of the said t7 A.D. 2002. �O ATTEST: 'gyp 01P^R. J W rAWWI� S 4 awn\ State of Maryland County of Baltimore ss: the extra forth on the reverse side hereof is a true copy of Article VI, in forte [ant Secretary have hereunto subscribed their names and COMPANY OF MARYLAND, this 3rd day of December, O� v FIDELITY AND DEPOSIT COMPANY OF MARYLAND U� 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, I have hereunto set my hand and affixed my Official Seal the day and year first above written. NGP 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 2ND day of JULY , 2004 Assistant Secretary ZURICH TINS IMPORTANT DISCLOSURE NOTICE IS FART OF YOUR BOND 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's 1% of direct eamed premium in the prior year, for 2003, 7% of direct earned 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 Attorney 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 Zurich American Insurance Company 2003 - 0050749.doc 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 l BID SCHEDULE 'TRACT AMOUNT I;OLl- tk SCI_"'d- r+ -�t�� dollars and cents. WORDS) dr 1� AV 0 cam D -15 S No. 51 NER iry to )rove rent. Approx�iate anti .. Unit Item Write Unit Price in words Unit emcee., fi Total I. Lump Sum Lump Sum Clearing and Grubbing $ (Q g00.0a $ q pp, 00 2. Lump Sum Lump Sum Replacement of Median, Curb, Landscape $ 3LI S00 - d0 $ 3. Lump Sum, Lump Sum Shoring and Bracing $ q., n25. 0D $ 2S 00 ' 4. Lump Sum Lump Sum Excavation, Backfill, and Recompaction of Launching and Receiving Pits $ W o o0 - D 0 $ bq. 000. co ,e 5. Lump Sum Lump Sum Traffic Control $ goo. Da $ 41. 4 M Oo 6. 2,607 L.F. 12" HDPE Sewer Pipe (Pipe Burst) $ 1&1,00 $ 4 q 9 M 1a 7. 469 L.F. 12" PVC Sewer Pipe (Open Trench) $ j cJ,C 2S $ tI 2 2S- 8. 8 Each. Manholes 0— 10 Feet depth $ (4 jq0, 00 $ 3 3 l20 op 9. 6 Each Manholes 10 — 16 feet depth $ gg $-2 aj 0. 2 Each Manholes, Drop Inlet $ $ Each 4 -inch Service Lateral Reconnections $ 1,12S. 0 $ w X12. 5 Each 6 -inch Service Lateral Reconnection $ j Zc� 00 $ S 13. 1 Each 8 -inch Service Lateral Reconnection $ 1 �. 00 $ 00.00 4. 1 Each Connection to Existing 12 -inch VC Sewer $ !L dd 3 v0 D. p0 $ 3 6�i oD 5. 1 Each Connection to existing 12 -inch PE Sewer $ , b8 p, (� $ 3 b�� - 6-b =16. 1 Each Relocate Existing 8 -inch Sewer Lateral (contingency item) $ 20.02 $ 3 2,20- tb r17. 6,000 S.F. 6 -inch Thick Asphalt Concrete (Digouts) (Contingency item) $ $ 8. 6,000 S.F. Aggregate Base (Contingency item) $ L( $ 9. 1,000 S.F. Biaxial Geogrid, Tensar BX -100 or equivalent (Contingency item) $ 1, 4 0 $ Do, 06 0. 50 C.Y. Excavation and Removal of Unsuitable Material (Contingency item) $ S n / "S 0 $n ,�^ os �7� ` 0 1: ' 4,000 S.F. Remove Existing 12 -inch Asphalt Concrete Pavement (Digouts) (Contingency item) $ _ 3 $ (� too, Lump Sum Lump Sum Replace Traffic Loops Damaged by Construction Operations $ I1{ bob- 00 $ 4 D d 0_ D b 1. Lump Sum Lump Sum Construction Bypass $ Z 3, C..) ` $ Oc`>�c 4, l Each Water Service Relocation (Contingency item) $ 1 1 W. $ TOTAL: $ $ 59.982 'TRACT AMOUNT I;OLl- tk SCI_"'d- r+ -�t�� dollars and cents. WORDS) dr 1� AV 0 cam D -15 S No. 51 NER iry to )rove rent. 02/06/2006 11:07 6197415658 METRO CONST PAGE 01 METROPOLITAN CONSTRUCTION GENERAL BUILDING & ENGINEERING CONTRAC-TORS LICENSE NO. 790532 Retention billing URGENT ❑ rOR REVIEW ❑ PLEASE COMMENT ❑ PLEASE REPLY ❑ PLEASE; RECYCLE NO'1'�S /COMMENTti: Greg, This is our 2 "d request for out retention payment, I have also left several. messaged with no response. Please contact me to let me know what the status as on this request- Thank you Michelle Comaw Office Manager P.O. BOX 477 * BONITA, CALIFORNYA 9190$ - -0477 * (619) 741 -5643 * VAX (619) 741 -5658 FACSIMILE TRANSMITTAL SHEET TO: FROM: Greg Shed& Michelle Gonrow COMPANY: DATE: City Of Eacinims 2/6/06 VAX NUMBER: TOTAL NO. OF PAGES INCLUDING COVER: 760- 633 -2818 3 PHONE NUMBER: SENDER'S FAX NUMBER: 760 - 633 -2778 (619) 741 -5658 REF: YOUR REPSMNCE NUMBEIL Retention billing URGENT ❑ rOR REVIEW ❑ PLEASE COMMENT ❑ PLEASE REPLY ❑ PLEASE; RECYCLE NO'1'�S /COMMENTti: Greg, This is our 2 "d request for out retention payment, I have also left several. messaged with no response. Please contact me to let me know what the status as on this request- Thank you Michelle Comaw Office Manager P.O. BOX 477 * BONITA, CALIFORNYA 9190$ - -0477 * (619) 741 -5643 * VAX (619) 741 -5658 02/06/2006 11:07 Check Payable To: 6197415658 METRO CONST CITY OF ENCINITAS FY 01 -02 CHECK REQUEST FORM METROPOLITAN CONSTRUCTION Vendor No. PAGE 02 Address: P.O. BOX 477. Check if Misc. Vendor . BONITA CA 91908 -0477 CITY STATE ZIP New Vendor? Yes ❑x No If Yes and not incorporated please enter Social Security # or Tax Y.D. 33-0820196' Notes: GENERAL LEDGER # PROJ. # BRIEF DESCRIPTION AMOUNT INV. # DATE MM/DD 471 - 00000 - 651. 42 - 30 CMS99F RETENTION BILLING NO. i S 86,533.03 8 12/16/05 TOTAL S 86,533.03 W I HEREBY CERTIFY THAT THIS CLAIM REPRESENTS A APPROVED FOR PAYMENT JUST CHARGE AGAINST THE C Y F ENCINITAS REQUESTED BY: DEPARTMENT APPROVAL FINANCE DATE OF REQUEST DATE CHECK REQUIRED DATE 7- 7'% 1 � Z�IG -, W,T . 02/06/2006 11:07 6197415658 METRO CONST PAGE 03 v 3 ra 5! q . . . . . . . .A . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . a 2.9 1 . . . . . . . . . . . . . . . . . 9 i, j 9 it s 3p3a915 gel 33339339$$ �:r . . . . . . . . . . . . . . . . . . . . . . . N . . . . . . . . . is 233§1 MISS N «« . . . . . . N. «... . . . . . . . . . . . w . . . . . . ^^ . . . . it 8 11 29 is A j A :1 JU a m! A R :,ity of Encinitas Page 1 2/21/2006 $ 860,117.25 $ 783,648.00 $ 783,648.00 ITS I Clearing and Grubbing LS 1 $6,900.00 $ 6,900.00 100% $ 6,900.00 100% $ 6,900.00 2 Replacement of Median, Curb, Land LS 1 $34,500.00 $ 34,500.00 100% $ 34,500.00 100% $ 3 Shoring and Bracing LS 1 $4,025.00 $ 4,025.00 100% $ 4,025.00 100% $ . 34,500.00 4 Excavation, Backfill, and Recom act LS 1 $69,000.00 $ 69,000.00 100' y. $ 69,000.00 100% $ 4,025.00 5 Traffic Control LS 1 $41,400.00 $ 41,400.00 100% $ 41,400.00 100% $ 69,000.00 6 12" HDPE Sewer Pie (Pipe Burst LF 2,607 $161.00 $ 419,727.00 1,544 $ 248,584.00 1,544 $ 41,400.00 7 12" PVC Sewer Pie (Open Trench LF 469 $155.25 $ 72,812.25 1,532 $ 237,843.00 1,532 $ 248,584.00 8 Manholes 0 — 10 Feet depth EA 8 $4,140.00 $ 33,120.00 6 $ 24,840.00 6 237,843.00 Manholes 10 — 16 feet depth EA 6 $5,888.00 $ 35,328.00 6 $ 35,328.00 6 $ 24,840.00 10 Manholes, Drop Inlet EA 2 $5,750.00 $ 11,500.00 2 $ 11,500.00 2 $ $ 35,328.00 4 -inch Service Lateral Reconnection EA 1 $1,725.00 $ 1,725.00 1 1 $ 1,725.00 11,500.00 12 6 -inch Service Lateral Reconnection EA 5 $1,725.00 $ 8,625.00 $ 8,625.00 1 1 $ 1,725.00 13 8 -inch Service Lateral Reconnection EA 1 $1,700.00 $ 1,700.00 4 $ 6,800.00 4 $ 8,625.00 14 Connection to Existing 12 -inch VC 5 EA I $3,680.00 $ 3,680.00 1 $ 3,680.00 $ 6 800.00 15 Connection to existing 12 -inch PE St EA 1 $3,680.00 $ 3,680.00 1 $ 3,680.00 1 1 $ $ 3,680.00 16 Relocate Existing 8 -inch Sewer Later EA 1 $3,220.00 $ 3,220.00 1 $ 3,220.00 3,680.00 I 1 6 -inch Thick As halt Concrete (Dig SF 69000 $7.19 $ 43,140.00 600 $ 4,314.00 1 $ 3,220.00 I x Aggregate Base (Contingency item SF 6,000 $1.14 $ 6,840.00 600 $ 684.00 600 $ 4,314.00 19 Biaxial Geo grid, Tensar BX -100 or a SF 1,000 $1.40 $ 1,400.00 $ 600 $ 684.00 20 Excavation and Removal of Unsuita CY 50 $57.50 $ 2,875.00 - $ _ $ _ 21 Remove Existing 12 -inch Asphalt C SF 4,000 $4.03 $ 16,120.00 $ $ 22 Replace Traffic Loops Damaged b LS 1 $14,000.00 $ 14,000.00 100% $ 14,000.00 100% $ $ 23 Construction Bypass LS 1 $23,000.00 $ 23,000.00 100% $ 23,000.00 100% $ 14,000.00 23,000.00 24 Water Service Relocation Contin e EA i 1 $1,800.00 $ 1,800.00 $ $ Subtotal $ 860,117.25 Subtotal $ 783,648.00 Subtotal $ 783,648.00 CHANGE ORDERS I Drop Inlets MH 8 & MH 15 EA 2 $ 2,300.00 2 $ 4,600.00 2 $ 2 Install 8 "PVC Stub out EA I $ 500.00 2 $ 4,600.00 Install HDPE & delete MHs 7 &9 LS 1 $ 7,645.00 1 $ 1,000.00 2 $ 1,000.00 a DEDUCT sewer discharge LS 1 $ 1,192.00 1 $ 7,645.00 1 $ 7,645.00 5 DEDUCT sewer discharge LS I $ 3,101.06 1 $ 1,192.00 I $ 1,192.00 6 DEDUCT STREET SWEEPER LS I $ (130.00) ] $ 3,101.06 ] $ 3,101.06 DEDUCT Steel Plate Dislodged LS I $ 464.62 1 $ 130.00 I $ 130.00 x REMOVE PCC AROUND MIT 10 LS I $ 12,825.00 464.62 I $ 464.62 EXTRA WORK RE PCC ENCASE LS 1 $ 42,000.00 1 $ 12,825.00 10 T &M RE TKTS 27,28,29 & 30 LS 1 $ 91000.00 I $ 42,000.00 T &M FOR MH IS LS 1 $ 9,500.00 I $ 9,000.00 ] $ 9,500.00 TOTAL CHANGE ORDER COST Subtotal $ $ 8,357.32 $ 81,682.32 ORIGINAL CONTRACT $ 860,117.25 $ 783,648.00 $ CHANCE ORDERS TOTAL $ 783,648.00 TOTAL AMOUNT DUE $ - $ 8,357.32 $ 81,682.32 860,117.25 $ 792,005.32 $ 865,330.32 LESS RETENTION 10% $ 79,200.53 $ REDUCED RETENTION 86,533.03 LESS PREVIOUS PAY I $ LESS PREVIOUS PAY 2 71,570.25 $ 71,570.25 LESS PREVIOUS PAY 3 $ 109,850.85 $ 109,850.85 LESS PREVIOUS PAY 4 $ 136,489.95 $ 136,489.95 LESS PREVIOUS PAY 5 $ 361,300.90 $ 361,300.90 $ 33,592.84 PROGRESS PAYMENT DUE $33,592.84 $ 65,992.50 PERCENT PAID OF ORIGINAL CONTRACT PERCENT PAID OF CONTRACT CHANGES PERCENT PAID OF TOTAL CONTRACT :,ity of Encinitas Page 1 2/21/2006 LAW OFFICES or (#'RAY & PROUTY A PROFESSIONAL CORPORA'00N CWM I HWA "ON OMT,"'JI 31 70 FOURn I AVENUE. n QRD room SAN CAJ A,, I `t:i 1619) 718-9190 WAK 16191 W-919i 913SIHIJ�(,AOC K'06-� 'F,'VW1dPI UU:V, I February 10. 2006 Ko�i S. Xeyers, Esq. EAVEY & HZFT, LAP �02 Wavens Avenue, Suitc W! L - 92C75-20S SANTA ANA,ORANGE , (714: 973-47:36 SAN FRANCISCO MWI HE * 44U 1 AX WAY V46 1441 SACRAMENTO W 6, 4195102 VAX 194: 4116AKV SAN DIEGO GROVEARFACH LOS ANCUUTES --1 317 FAX :'3231 31 FRrsNo 24 FAX :bYb 434'4 AANTA BARSARA WAI 555 2W0 FAX :80Q 655 200) REDDING W FAX �ti3,3, 74G-'�7U� POMONA SAMAS 1 144 7736 FAX 1SM, 4ZO77AG HAIWAII Kno 523 5620 FAX =i M 292-4 NEVADA 1 W"& WNG VAX i 7004744057 Re: Metrovolitan Construction v. City of Encinit A-S Encinitas Boulevard Trunk Sewer project Our File No. H20,398 Mr. Meyers: Sept:ember of W05, Weg Sh.vido 12 that City of Encinitas Los" ramising to rolease no my .1iont th, ve�mc,jwn for Lh� 44 g rr,,y nias yet to ._ y .r the reremOn payment, duspLny the fact there has never ;-ON any complaint of projew Wfico�i�Ws fo)':' repairs. Alscn within the last few Gaya, ad-v-s��6 JoIs- AnIligan of the C,-,A,*,,, rat Enc-inirus. rha-,-,, -,,,- a 1-""16 —01riwLed them not to release mv ny i Was P147 7998) V: lWing isaAeE hatween our gu,77 iva clients, the reveny iaoi an W a vQ nco be "held hastaq, 14' nurposC, nt repairr; wr the E'ab-�ecr 1w N" L:ic I A, H ,y .;xO wod "Y I LAW OFFICES or (#'RAY & PROUTY A PROFESSIONAL CORPORA'00N CWM I HWA "ON OMT,"'JI 31 70 FOURn I AVENUE. n QRD room SAN CAJ A,, I `t:i 1619) 718-9190 WAK 16191 W-919i 913SIHIJ�(,AOC K'06-� 'F,'VW1dPI UU:V, I February 10. 2006 Ko�i S. Xeyers, Esq. EAVEY & HZFT, LAP �02 Wavens Avenue, Suitc W! L - 92C75-20S SANTA ANA,ORANGE , (714: 973-47:36 SAN FRANCISCO MWI HE * 44U 1 AX WAY V46 1441 SACRAMENTO W 6, 4195102 VAX 194: 4116AKV SAN DIEGO GROVEARFACH LOS ANCUUTES --1 317 FAX :'3231 31 FRrsNo 24 FAX :bYb 434'4 AANTA BARSARA WAI 555 2W0 FAX :80Q 655 200) REDDING W FAX �ti3,3, 74G-'�7U� POMONA SAMAS 1 144 7736 FAX 1SM, 4ZO77AG HAIWAII Kno 523 5620 FAX =i M 292-4 NEVADA 1 W"& WNG VAX i 7004744057 Re: Metrovolitan Construction v. City of Encinit A-S Encinitas Boulevard Trunk Sewer project Our File No. H20,398 Mr. Meyers: Sept:ember of W05, Weg Sh.vido 12 that City of Encinitas Los" ramising to rolease no my .1iont th, ve�mc,jwn for Lh� =n van referenced pro3ecr. Howevny. rr,,y nias yet to ._ y .r the reremOn payment, duspLny the fact there has never ;-ON any complaint of projew Wfico�i�Ws fo)':' repairs. Alscn within the last few Gaya, ad-v-s��6 JoIs- AnIligan of the C,-,A,*,,, rat Enc-inirus. rha-,-,, -,,,- a 1-""16 —01riwLed them not to release mv -c- o-emc -Es -h'� V: lWing isaAeE hatween our gu,77 iva clients, the reveny iaoi an W a vQ nco be "held hastaq, 7tcse issues are resuived, m nurposC, nt repairr; wr the E'ab-�ecr he CM st Encinita&' =Izl L:ic on, -Ls ,�Id'isputed �onl S. Meyers, Esq. . ........ c t as VoUrnary 10, 2006 1.ye 2 A 2 As such, please let me know whethnr your claenn can and will r4nase the retention z ay QUM. J, "r TI W''A nor hoch b=Nls 2r7cynay and y3srse:f. regarding L�S2hujUiing car uneciny Ur ",Cj mo!V. CAYIna.1y ,"Wicancd that -F'c-b�'u-u.L-v 21, 2CC6 waj guad wo aq, valendar, 13wevar, V<MnSel :n kr&h�r W e V an uxpurL jePUUA.0n, wvo i: 1 WOU L LIn middle o-f .jAinq quescions. As Fmch, T wwn7 377end 7he <Kposition an F-kynary 21, 2006, no conTiete my quusiians, which is expected to 1. ail day ,our attention zo this mattcr is greatly appreciated. Sinacrely, GRAY & PROUTY juse Ortiz 17 mr.wrd Page 5 Encinitas Blvd Trunk Sewer — Preliminary Punchlist Item Description Completed Sag between MH #5 and #6 - - - -- completed Y N Saddle protruding into 12" main at Oggi's - - - -- contractor to leave as is Y N Offset in lateral at Oggi's ------- completed Y N Grind plastic pipe edges in MH invert - - - - -- completed (not verified by inspection) Y N Other MH Work- - - - - -- -Metro to work on MH #8 tonight, all others completed (per Y N Alberto) Asphalt (pave and grind) - - - - -- completed Y N Video - - -- -done (section between MH 8 and 5) Y N Caltrans loops — 17 count, to be completed 6/1 and 6/2 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 Stripping - - -not completed from West Lake to Calle Magdallena - - -- Y N Drop MH's have been secured Y N Demobilization -- - - - -on 6/6 and 6/7 Y N &X,W -15A d QOCrdaee • 4-9,Z9 � rr9�% � ora �iu X00 •Grua �ie o ��e�a2ni� ,9Y7� '�e� ��9�� 4.96'0.00 • � ����� 4.960.50.E 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 CEE01 D 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. reg 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 8 ENGINEERING CONTRACTORS Lie. No. 790532 DATE; TO: 0, 1-r\j O F G 10 0 10 - rA5 AM: 1�IPP 14 E FN P10- FACSIMILE TRANSMITTAL FORM PROJECT NUMBER: E&K UMBER (-0)633 - FROM: 5090 ©B'il Z ( ) - SUBJECT: ENetNt r-As SLU0 'M- tAkC 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. SENT: Date: E /T'd SbE'014 PHONE: (619) 741 -5643 FAX: (619) 741 -5658 Time: Initials:_ 1SN03 NHl I10d0Ni3W WdEt? : T T G002 ' SZ . 21dLd C}eneral Building & C O N S T R U C T I March 25, 2005 Sean Manning Richard Brady �yo � i� 5�,� 220 4909 Murphy San Diego, CA 92123 Encinitas Boulevard Trunk Sewer i Co Iractor6 Ucense No. 790531 Dear Mr. Manning: Per our last meeting, this letter is a proposal to delete mar►holeuan�s of HDPE towards HDPE ou the ends of two previous burst to deliver two manhole no. 8. This will be a long term benefit in not having to maintain two additional manholes. Attached is a quote from MOcOn Corporation for installing 80 linear feet of HDPE, and 100.00 impact fox supporting two Electra Fusion Couplings. Our crews � 11 incur a $2, s � �� the work per their Mocon, and $5,545.00 for Mocon (plus a licable markup ) quote. if this prop osal is acceptable, please respond axa.p., so we may proceed with the completion of the subject contract with the prop osed modification. Regards, -4� Jose O.Ortiz President Enclosure cc; Kip Hefner, Encinitas Greg Shields, Encinitas -es pO Box 477, Bonlea, CA, 91900.0477 Pho�s( j 7 UJI-W0813 4 r WdEb : T T S00Z ' SZ' �IdW Ci7'A CbR'nN 1 [� SUBCONTRACTOR /SUPPLIER-PRICE ADJUSYMENT a Ea(TRA WORK ORDER NO. I%I INVOICE DEDUCTION OF CONTRACT TITL Signature: thorizsd BY: � � �„Tltle: � G ,pared SY' "_5 RIPTION OF WC)RWDfDUCTION /ADJUSWENT`) v t LABOR CLASSIr'lu Metropolitan Construction GENERAL BUILDING & ENGINEERING CONTRACTORS Lic. No. 790532 DATE; 3 1as/d TO: ON Tor D 6A)0101 IVO S AM: C teoj Sk i e td s FACSIMILE TRANSMITTAL FORM PROJECT NUMBER: FAX NUMBER FROM: X05 P D rri-Z. ( ) SUBJECT: CAC (H ! ?'01 S #8 J O 'r/ U o fC s e Gu e'e NUMBER OF PAGES (Including this transmittal form): ADDITIONAL COMMENTS/INSTRUCTIONS: See *T- 1-AckOd %e -ffQr -to 5Coo AwifKrk,.. 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 17176'ON PHONE: (619) 741 -5643 FAX: (619) 741 -5658 Time: Initials• 1SN00 NUI I10d0813W WdOb : TT S002 ' SZ ' 2"W n C 0 N S T R U C T March 25, 2005 Sean Marring Richard Brady and Associates 4909 Murphy Canyon Road, Suite 220 San Diego, CA 92123 Re: Encinitas Boulevard Trunk Sewer Dear Mr. Manning; General Buddwg & Engineemg Contractors License No. 790532 Per our last meeting, this letter is a proposal to delete manholes 7 and 9, and flue 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 Corporation for installing 80 linear feet of HDPE, and two Electro Fusion Couplings. Our crews will incur a $2,100.00 impact for supporting Mocon, and 55,545.00 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, Aij- Jose 0. Ortiz President Enclosure cc: Kip Hefner, Encinitas Qmg Shields, Encinitas P.O. Box 477, Bonita, CA, 91909 -0477 Phone (619)741 -5643 Pax(619)741.5658 EiZ ' d 17176' ON 1SN00 Ndl I10dONAW WdOb : T t S002 ' SZ ' � W esr c�+r was ao- uz r14� ld41tl CORPORA'T'ION T0: N Co MOTE1-6<0147> PAM 01101 '[� SUBCONTRACTOR /SUPPLISR PRICE ADJUSTMENT EXTRA WORK ORDER NO. , t ® DEDUCTION OF CONTRACT INVOICE Autharizad BY: Signature: TIT Prepwed By:.,, m.73 0 [z DES RIPTION OF WORK /DEDUCTION /ADJUS'iMENTF�� �s3© L.F. 49F i4 DP€ ' S .. E ►`1��� 1 �w�G�►� G�!�� 1.._71 /[AL-sI.M►.a�alr,.r ..- � � � s /1-- d bE CLASSIFICATION EMPLOYEE'S, NAME Dote or Hruu s Rate TOTAL lLABOR Z S O K '� Ge I rc�--t,azr]VEWUA-106! -rrzA%.j qL v �—' t v e , EO,WIPMENT DESCRIPTION LAC O O N -PIA 0C w m• --row rg uu< N MATERIAL ONSCRIPTIO01 2 ^6A S S E—Q A >I1�6 � TELEPHONE CALLS MISCELLANEOUS TOTAL01 RECT COST .... .... ... • ....... . ............... . ............... . )EXPENSE...PROCESSING SOVERHEAD Lei 9 TOTAL CHARGE . •�` . pN . .... : ; .... , ,. _ , • , • • , .1SN00 NUiI- 0clON13W21d It7 : S — - - /1-- d bE LETTER OF TRANSMITTAL To: Kipp Heffner From: Mike O'Shea Project: Encinitas Blvd Trunk Sewer Subject: Date: March 14, 2005 cc: Job No.. File No.: We are sending you ® Enclosed ❑ Under separate cover via ❑ Mail ❑ Messenger, the following items: • drawings ❑ prints ❑ data sheets ❑ report • specifications ❑ sketches ❑ brochures Submittals No. of Copies Prepared By Reference No. Description 1 lip, Extra Work Ticket —March 1, 2005 1 I; Extra Work Ticket — March 2 2005 1 �(� Extra Work Ticket — March 3, 2005 1 6 Extra Work Ticket — March 6, 2005 1 C Extra Work Ticket — March 7 2005 1 Pay Request #03 These are transmitted as checked below: S. As requested ❑ Approved ❑ Resubmit — copies for approval ® For your use ❑ Approved as corrected ❑ Submit — copies for distribution ❑ For review & comment ❑ Revise & Resubmit ❑ Return _ corrected prints ❑ Other: Remarks: /�s�/ 4900500 • /�s�/ 400o5os CITY OF ENCINITAS . ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT PROJECT WEEKLY PROGRESS MEETING MINUTES December 15, 2004 City of Encinitas City Hall Attendees: Richard Brady & Associates Metropolitan Constr. City of Encinitas Michael O'Shea Jose Ortiz Kipp Hefner Bernard Cook Shawn Atherton Sean Manning Greg Shields Ben Taylor San Dieguito Water Mark Robinson Bill O'Donnell CONTRACT SUMMARY (As of 12/15/2004) Contract Time NTPDate: ............................................................ ...... August 2, 2004 Commencement Date: .................. . .... ............................... August 2, 2004 Original Allowed Work Days: ............................................ 90 Original Contract Completion Date: ..................................... December 4, 2004 Dayscompleted: ............................................................ 96 Elapsed Contract Time: .................................................... 100% Contract Price Original Contract Amount: ............................................... $860,117.25 Approved Change Order(s): .............................................. $2300 Revised Contract Amount: ............................................... $862,417.25 ��� I v /� /� / /l/ �(:'l / / /�O /! . ��G //� �� / /G� .r.�O • ✓( %! 1 /CPlll (%'ll�. %ill /(/ I.��(�J� Page 2 Amount Payable to Date: ................................................ $187,631.55 Retention to Date: ......................................................... $20,847.95 Total Invoiced to Date: ................................................... $208,479.50 Percent Invoiced to Date: ................................................ 24.1% Discussion: Old business • Contractor will email daily reports for delays to RBA. Progress of the work • Trunk sewer has been replaced up until MH #13. Asphalt work to be completed by Friday 12/10. Submittals /BFI's /RFP's • None Pending Change Orders • On 12/10 Contractor submitted proposed costs for open trenching the remainder of the trunk sewer in lieu of pipe bursting. Proposal to be reviewed by the City. Future Areas of Concern • Potential conflict with existing water main around station 11 +50 if open trenching is used. Future schedule Other Issues Potential Changes: Other concerns: • Contractor will revise the cost of COR #3 which was included within the open trenching proposal on 12/10. New Business +� 1c) � () 0 - ikb-k�- 4 Kr-,&U1j111 . /ILC /7 /(7 /� ✓Jl /! /C!/ (J -' .ay�J /C // / /�l •�G;� /(r / / / >/ r(�'!L>d�Olh JIJClI /� , IICL ,iGG • -/Pl/ W(�'./J�ilLC2 d ,' %� �J,�J�!9�lD.�GG • �i%cr �Y.�JI ��GG�G� Page 3 Requests for Proposals (REP) (submitted to Contractor by CM) RFP DESCRIPTION DATE SENT STATUS Change Order Requests (COR) (submitted to CM by Contractor) RFP COR CO STATUS TIME AMOUNT DESCRIPTION #1 #1 #1 Drop Inlet Structure Metro (cost #2 #3 Lining in Manholes #1 & 8 to be #2 8-inch diameter stub outs in revised) ADDr oved Chan e Orders CO (Submitted to Owner by CM) RFP COR CO DESCRIPTION TIME AMOUNT STATUS #1 #1 #1 Drop Inlet Structure $2300.00 Encinitas #3 #2 #2 8-inch diameter stub outs in $1000.00 Encinitas Manholes #14 & 15 CITY OF ENCINITAS ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT PROJECT TWO WEEK LOOK AHEAD SCHEDULE (12/15/2004) (To be provided by Contractor) ,�tc�ntc /.%�zrr�� cP � �lociir /.1 • !J / /, /.,��i��� �ar��ii- . rrrri/ ,�r/ �i'OO • _�rr ;/Jre�r; �r�� »rir 9�/,? -3' �/� �5ri /! %G //,700 • .'fiz =�:7�Y�! %��0.7h Confirmation Report— Memory Send Job number Date To Number of pages Start time End time Pages sent Status Job number 655 Page : 001 Date & Time: Feb -07 -05 01:53PM Line 1 Machine ID 655 Feb -07 01:52pm $916197415658 003 Feb -07 01:52pm Feb -07 01:53pm 003 OK . . .. tea.- - .a+r+r•C. I11 A-. -AL 4f TRANSN.IITT�L FORM . ' FAX 760/Q43 -226 AG� City of Eaciaitss SOS S- - %r—lama AvoaaB Engfaveria�. EnClaitai, CA 92024 -3633 • 760/633 -57'70 " DATE Z �7/O�- jj SSNO TO 1 74 NO. OF PAGfES__, ©�T �Z �/ac L-.(�' 82'T o '(_�4►2�QS TO: ��� TAB r2-- OF: '- (78014333— Z-2� D Call AS�4P 0 Review 8c Gall Review do Rct�aa F.Y_I_ L� Ply --- Haadle ^� Per Our Coavuaatioa � Ply« Reply by e:cmo V zoo "Ed C -01 -W01I METROPOLITAN CONSTRUCTION 8614 Troy St. Phone (619) 741 8643 Fax (619) 741 -5656 REQUEST FOR INFORMATION # os So: 91 9o01-19 -999 FBAIED08 UMse No. 790532 pSt�; Feimuery 4, 2005 PI'oiect Name: Enclnita8 Boulevard Trunk Sewgr_Rr3rltacemarEt City of �ckritas, Filottard Brady & C.I.P. No., CEE01 D 1MP No.: To: Assodates connector. Motropoiltan Canetruwon Atim 14pp HaMerl Boom Mannino contract No.: From: Jose ortlz Drawing Ref; G-e Spec. Ref: 7 -32 Subjecr. Needed ASAP Sewer Mlanhokm Fittsponae By: Question: E)(istirlg Severer manhole 10 and 11 frame and arrvers are currently adjacent to the median curb. if the new S -2 style manhole is installed per San Diego Regional Standard at these locations plus new manholes 9 & 10, the Curb will require a radius modification, and be a potential hazard to eastbound drivers on Encinitas Blvd. Suggestion; place eccentric code perpendicular to flow to avoid curb conflict, please advise on possible solution. By: Date: tebruary 4-2005 Originator=s Signature - r....e�� ....� Raply /Solution Date: 2/07/2005 Cone my be rotated as described above. Sean Manning; By. Design Consultant -s Signature T -- P.O. Sox 477, Oonitt, CA. 91908.0477 Ph. one (619)741.5643 Fax(619)741.5658 IML j hetc,:ntxollqurntfht * dl.OUTtw`D6 S /? "d 9s8'ON 1SNQS NblI-10d0S13W Wd?1;;S 500z17 '833 9 G Pate: To: ZOO erred -01 -Wald METROPOLITAN CONSTRUCTION 86141 Troy St. phone (619) 741 $643 FAX (619) 741 -5658 REQUEST FOR INFORMATION # L8 February 4, 2005 Project Name, City of BnGrtitas, Rtthard Brady & Assadates C.I.P. No,: Contractor. 90 :91 50DZ- PI -99i peA19298 t. Use No.79D5H2 Enclnitas Boulevard Trunk Sewer Reclscamant O E010 %MP No.: Matropalltsn Gonstruetron Atin., Kipp Hefner! Gem Manning Contract 1404 From: .foss Oft Orawing Ref; G-e Spec. Rai: 7-32 Subject Needed ASAP Sewer Manholes Ftesponae By: Question: Existing Sewer manhole 10 and 11 'frame and covers are currently adjacent to the median curb. if the new S -2 style manhole is installed per San Diego Regional Standard at these locations Pius new manholes 9 & 10, the Curb will require a radius modification, and be a potential hazard to eastbound drivers on Encinitas Blvd. Suggestion; place eccentric Corte perpendicular to flow to avoid curb conflict, please advise on possible solution, By: Date: February- ,2ou Originator =s Signature Reply /Solution Date: 2/07/2005 Cone my be rotated as described above. l Sean Manning =- By: Design Consultantws Signature P.O. Box 477, Bonitt, CA, 91909.4477 Ph. one (619)741.5643 Fax(619)741.5658 h untroritSurnryta,mflOUZi,w�6 E/ 'd 968 'ON 1SNOC Nfj1I-lOdqd13W WdzL:E 500217 '93d NOV. 8.2004 3:51PM METROPOLITAN CONST METROPOLITAN CONSTRUCTION GENERAL BUILDING & ENGINEERING CONTRACTOR PHONE: (619) 741-5643 AX. (619) 741 -5658 Lic N 0.75053 DATE: November 8, 2004 TO: Engineering Department ATTN: Kipp Hefner FROM: Alberto Larios NO. Oil P.1 /3 FACSIMILE TRANSMITTAL FORM PROJECT No: 522 FAX NUMBER (760) 633 - 2818 PH (760) 633 - 2797 SUBJECT: ENCINITAS BLVD. TRUNK SEWER REPLACEMENT NUMBER OF PAGES (Including this transmittal form): 3 ADDITIONAL COMMENTSIINSTRUCTIONS: REVISED BASELINE SCHEDULE 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: NOV. 8.2004 3:51PM METROPOLITAN CONST �g W d m C O n O O O r r O ' r v W 12 Si N ill r No. 011,P . 2/3- 11 to I i N N r �m L i c II i i i ^I lov- I -NINI 'IV II" II- OIOI0 0 0 0 Q O o o O N 0 0 IT N N v— C N N O O O O O O O O O I O 1 0 1 W ZT iz O ffli e ° c m r S 8 0 H N N ,� pppp �Q Q _ tt�ggj in N h p N try •5 8 G rt! O_ ct1 n iV N ao r CD o c i j �j N i6 e y 1+ o N m aj y° r tm d3 CFO; f3 m 12 M ML t m d EE g Z b. W �S F- U I LL Vi J H Z b. 1py pO p p p p p p p �n o o c O G e g O c ai p C 0 a Q e o Of N n r r N m {00 N v N N V r N r r r V. r r i I a 9 N a H v r Ep I 11L O n O O O r r O ' r v W 12 Si N ill r No. 011,P . 2/3- 11 to I i N N r �m L i c II i i i ^I lov- I -NINI 'IV II" II- OIOI0 0 0 0 Q O o o O N 0 0 IT N N v— C N N O O O O O O O O O I O 1 0 1 W ZT iz O ffli e ° c m r S 8 0 H N N ,� pppp �Q Q _ tt�ggj in N h p N try •5 8 G rt! O_ ct1 n iV N ao r CD o c i j �j N i6 e y 1+ o N m aj y° r tm d3 CFO; f3 m 12 M ML t m d EE g Z b. W �S F- U I LL Vi J H Z b. 1py pO p p p p p p p �n o o c O G e g O c ai p C 0 a Q e o Of N n r r N m {00 N v N N V r N r r r V. r r I y H ifo M H H v I 0 O n O O O r r O ' r v W 12 Si N ill r No. 011,P . 2/3- 11 to I i N N r �m L i c II i i i ^I lov- I -NINI 'IV II" II- OIOI0 0 0 0 Q O o o O N 0 0 IT N N v— C N N O O O O O O O O O I O 1 0 1 W ZT iz O ffli e ° c m r S 8 0 H N N ,� pppp �Q Q _ tt�ggj in N h p N try •5 8 G rt! O_ ct1 n iV N ao r CD o c i j �j N i6 e y 1+ o N m aj y° r tm d3 CFO; f3 m 12 M ML t m d EE g Z b. W �S F- U I LL Vi J H Z b. 1py pO p p p p p p p �n o o c O G e g O c ai p C 0 a Q e o Of N n r r N m {00 N v N N V r N r r r V. r r NOV: 8.2004 3 :52PM METROPOLITAN CONST lad W4 .0 m :76 N S W in W MIL r o. 1 o p o 0 0 0 o c a �M P N O N Q C7 N 1CJ � o is O I N N C r w �p mjo,J �p�pj W O q 4L 1 W in QI N B 9 $ Lis N _ � E@ 9 p��I - IC, C,ip- 1 §1510 I'll N .011�P. -OE +. 7.2004 11 :49AM METROPOLITAN CONST METROPOLITAN CONSTRUCTION GENERAL BUILDING & ENGINEERING CONTRACTOR PHONE: (619) 741 - 5643 X: (619) 741 -5658 Lic. N 0.790532 DATE: October 7, 2004 TO: Engineering Department ATTN: Kipp Hefner FROM: Alberto Larios NO. 626 P.1 /3 FACSIMILE TRANSMITTAL FORM PROJECT No: 522 Ax NUM (760) 633 - 2818 HO E (760) 633 - 2797 SUBJECT: ENCINITAS BLVD. TRUNK SEWER REPLACEMENT NUMBER OF PAGES (Including this transmittal form): 3 ADDITIONAL COMMENTSIINSTRUCTIONS: UPDATE SCHEDULE 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: I, I II �� 'IMMA A A • AMnM MCT0nPnI TTnN rnNST rn t i 9 IL a m a ° i A I 1 pp� H (� N E a s N r o "ie jg A �IL e 1 Lp 1 a I Lpa N Cn N N r N r r _r ="% I 1 f f N >` O � N e r •-- N . NN V 1 I I I O NO. 626 --P . 2i3- -- " O N•nl N 1 , 1 ' N ' N I N � �l I N f f N f r f f rA I yS�y is r ILf r N N Q N N N r o "ie jg A �IL e 1 Lp 1 a I Lpa N Cn N N r N r r _r ="% I 1 f f N >` O � N e r •-- N . NN V 1 I I I O i t��y ' " O N•nl N N , 1 ' N ' N N N � �l I N f f N f r f f V o r ILf r N N Q N N - - _ - - eaoop olso�o��as���:l I f O ,�q �[i !�! •- �7 Ci O N N N O O r Ln QQ N tn to C 7 •G` r �/7 s �� ^� r LL Q p� .Nr G I�np It -M O N Ci p y Lp ID cD w 0 u. E E N o O N o f� G m p in LO o m b. W N r r � � @ � \ OCT. 7.2 0 11:4 A 2 m METROPOLITAN C N T j( I ( ' 19 ■. I , . , ] • �• IL f jog % i¥ & m W, - o � $ ■ $ � VA -7, � 0 o % I � 0 0 ■ � � a 9 } § \ § § k k k � § � � , e ■ w $ ' 2 m METROPOLITAN C N T j( � ■ ' ( ' K ' . � \� \. . , ] • �• % i¥ & m W, - o -7, 0 0 o e o 0 0 0 o e \ k § § \ § § k k k e e K § § § a' _ _ s ens' � ■ t � � a E o 4i�w f .6 6—R. rm -------------------------------------------------------------------------------------------------------------------------------- ....iROPOLITAN CONSTR:;CTION PRIMA.VERA PROJECT PLANNER ENCINIT�.3 BLVD. SE ; +Ek REPLr.CE;IE ?�"' REPORT DATE 28SEP04 RUN NO. 89 START GATE 2AUG04 FIN GATE 9GEC04' 11:48 Two Weeks Lookahead DATA DATE 27SEP;4 PAGE NO. 1 - - - -- --- -- ACTIVITY - - -- ORIG - - -- - REM - -- ---- - - - - -- ----------------------- ----- -------------- ACTIVITY DESCRIPTION - - - - -- -- - --- -- EARLY -- - - - --- EARLY - - - - - --- LATE ---- - - -- LATE ----- TOT '.L IG GUR GUR % CODE START FINISH START FINISH FLOAT - - --- -- - -- 1000 - --- 0 ---- - 0 --- - --- -- ---- 0 ------------------ ------ --- ------------ --- Notice To Proceed - - - - -- --- - -- -- 27SEP04 - -- - - --- -- - -- --- 12A0004 -- -- - - -- - -- -- -31 1010 LQ 2 80 By pass Plan Submittal 27SEP04 28SEP04 26AUG04 27AUG04 -21 50 10 10 0 Striping Submittal 2 7SEPC4 BOC7C4 2 2NOV 04 7DECC4 38 1300 80 80 0 Traffic Control 2 -SEP04 25JAN02 12AUS04 BCECC4 -31 1390 2 2 0 Set Bypass From Sta 20 +30 to 3L +75 29SEP04 30SEP04 30AUG04 31AUG04 -21 1370 2 2 0 Receiving Pit at Sta 22 - -5 7OCT04 40CTC4 9SE204 10SEPC4 -i6 1400 2 2 0 Laun:h Pit a, Sta 22 +75 1OCT04 40CT04 9SEP04 12SFP34 -16 1410 7 _ 0 Pipe Bursting from Sta 2275 to 31 *-5 10CT04 120CT04 1SEP04 16SEP04 -21 H in z I� I� O a L4 In x z w w z U w U r�1 r H ti U � W O W W U z W w Q a W Q W U_ W Con w W W W F"1 W w U I� w w z a i W Q W w ° 0 0 O U a U) E � � A q q i+4 x a 2 a x 0 ca Wl 3 U� U W q [Pi4 W' H Ur O U H F OU U E H w 0 N Ln Co ON O H N M " Ln �o h co 0% M ul O 00 0o O 01 O\ 01 O\ 01 41 01 O O O q H H H U 3 F W m cn £ F 3 F W W CO £ E 3 H W M M£ E 3 E w cn N£ E1 3 E W N M W Ln Lo t` O 01 O H N M dl Ln . . . . O H N M d0 Ln l0 L` m ON O H H ri H H H H H H H H N N N N N N N N N N M M Q o 0 qH N H H 0 00 H x x x U }1 Ln Lo L" co O1 O H N M v Ln lD L\ O O1 O H N M kD b Lo Lo b L\ L" L\ L� L\ L\ n N N L\ Lb Lb m O H q z O U £ H 3 F w to m£ H 3 H w M m£ H 3 F w M a1 £ E 3 E w £ H M ca Hi N M df Ln Lo t` CO m O 1-1 N M dl N t` O O O H N M dl In r O 01 O Q H H ri H H H H HI H H N N N N N N N N N N M z C> N H U w Ln %o c" Lb 01 o H N In w Ln Lo L" co O\ O H N M v V eM V ep ery Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln %D b b LD b E� Z q O U W M W£ H 3 F W En In £ H 3 H W co M£ H 3 H W m In £ E 3 E W En W ID h d) O\ O H N M dl 111 Lo r- aD O1 O H N cn dl Ln w t` oo O\ O Hi U 2 H H H 1-1 r 4 H HI H H N N N N N N N N N N M M O O o q N H a O x H U er u) b t\ co O1 o H N L'1 <M Ln t\ O O H N 'n N N M M l 1 L) L`) cn rn m (V) V W N -0 Z q IN IN O U 3 H W W M£ H 3 H W cn vl £ H 3 E w M En H 3 H W m W £ H 3 H F 11 N M V Ln 10 r, co m O H N M" N r oo a% O H N M dl Ln w r- ro O1 O P1 H H H Hi H H H H H H N N N N N N N N N N M w 0 N E H N M v Ln Lo L" Lb O\ o H N In dl Ln %o N 00 O) O H N �U H H H H H H H H H H N N N -1 7. q O U cn £ F 3 H W cn cn £ H 3 H W m co £ H 3 H W m cn £ H 3 E W W cn £ E Ur H N M dl Ln w W O) O i N M <N i Ln L` co O\ O H N M dl Ln r- O\ O H p ri .-i ri H rl H H H H H N N N N N N I N jw N I loo N N M M L� o o q q N H H °x °x F U Z q O U E W m to £ E 3 H W cn m£ F 3 F144 m cn I £ I H 3 E W CO cn £ E 3 N w W Ln LD t` O O1 O H N M W ILnIlD N M dl N LD r O 01 O H H H Hi H H Hi H H H H N N N N N N N N N N M M w 0 0 N \ O t` H N m ro a city or Encinitas _I,ily 12.2004 Metropolitan Construction Attn: Jose Ortiz 8614 Troy Street Spring Valley, Calif. 91977 RE: ENCINITAS BLVD TRUNK SEWER REPLACEMENT(CEE01D) NOTIC K TO PRO(•FFLI) 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 .I une 16, 2004. Tlie work is to be completed within 90 workinc dais_ Your attention is also directed to Section 6 -9, page; B -y, where a rate of $600.00 a day is established as liclu1dated 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. / ACCEPTED BY: Kippyi/'-ner Assoc] Civil Engteer Metropolitan Construction Contractors License No. 790532 (A) cc: Greg Shields fI [ - 60- 6 _i; -10oo i I:Ax - (,o- 6_ >_; -,6,- Win; ti_ �u1"111 \\, lilt,, 1 11,1,111u, ( Alltorni.l - 60 -6>> -ou recycled paper v r- 04 O H VI Ili Q � H K Co- �r O N. E LO O N O O 0 + m 0 LL L v c d F- c a d c U O C cn � y O is LL O p� c CL 4/ U Q i U. LO O N O O 0 + m 0 LL L v c d F- c a d H' co. y c N + 01 0'' m 0 N O d o E N m CL Q ° 7 v) r N c E c d~ c 0 p M N n a`> 4.1 A LL x d a, y 5 a 10 C :: Y% m d LLf' M. c d m w Z o T E m C T CL 2 u c Z c c m to d aa: m o w ' N ° O . C - -I �, U w U a '�-� ; 0 a . m 0 M ) pi 4 U O i L � ° al' f- + d CR o 0 s' tQ L E N cp, Etm - 1 �O N N m a L U c J i m r N a L v c J m C Li co Go C-4 N O O N O+ O+f to O N O - O LL N LL C � C S A a CL ; a m m y b r O O � Of U) �p N 1O a a � C O1 � c .o >_ U d � L c J O O + r O co r N E O C .N 5 m a a 0 O T tp r tD 0 + Oa N O N N CL m CD y O 0 0 O O f N O E + O` � LL r L U O C O `7 + F- e�- C w 0 E a O LL a CL c T m d y O O + aR N a L U c J J to N + Of r O C4 + V% O/ E o r y c L O m c d > a r w C O U 0 M + O N N .° � N o a, o � 0 + y � O N IL E N O N LL n N m N � N m 0/ O N M O N Co N m m 0 LL L U C m a 0 a a O N N R $ + N 0 N r y a m a L U U c d 7 a. � J T T N N r + N N E OI c 7 m CL •a N N NN N co —0 �NCD - '° N ° -° o O o. o. p o~ a`r- U W U U U U Z, 0 Z CL - -- - C7 v c o > h j =,(9 C9 Q Q Q Q Q Q Q Q Q o Cf' -�.N,° N_� -N o o__O- - O o O O o o,o o, j. Q p o C7 C7 W W O ap N �� U O O w` Q = M� M' 0 L LL Q M �. 'O °ICo� tog ^U,U c9,a w a- W° g L'N uj cn O F OM'a U U U O ON - -� -'� $' o° 4. 0- d U p c W W o - -- - O O M Lc co N M _ _ T C ?? Q =Q =_ N N o o N N <% W (° O O O_ O '_� - o ° ° 7 N N N r < to °° Lo o - r' Q a o Q Q p p - -- o + 0 0; w NQ QN NN�N Mp NO M pl0 NO :O_ - °'..� O ° N NM N.. j C O r f0 O p ° I N ° N, f6 07 U O O N (0 M (n O ,,� ? E•. ��..N �,,N N � r �,,. N N d °+'. f6 ',� fn fn F- N N O' ra 3 a `° cn N :°. (n+ a E a m E c cn o E o y O Y °I.E `°' rn c to E E m =, o in o' c,� 2 E o, a°o ° i° L.L. Onc+n n 76 - N o 7 ,L' N d O �y !n rn� u. o !n _ n. m A ' NN rn a d U N E 0', �, E N'' o cn m' °" ° c �'a c' n y� c rn' N m °'o :a c CO Q d o in eo d o o a x U) �' c Q % c m` d rn m 'Co ao a U c o n Ca. CL. u CA, ° c ca rn c Z c c N a�i N T U �! a d d c c° > m r >n : a o m m m l m N a d m c d o o' N a�' y m o', m f L> m' > [D o .�, m m mo a@ a y mC+ m a 0 4. C E O Z.0 a' x rn o m e u' c �' yy m d c a� m+ a) N' r� !— F- y' N 7',, V �I C' U T'':� : d L N'L n .�0. N 7 U� G °-. N N n CL) d C� JF-_—d - �o ml� CO o - m v c rn c 3' ° c -_ n m' m N a, J a cn cn _ -_ o o p o c°ol °m a y d I`u'Iy�� ~' m y' o V Q �'Q U) LL O J.� O -o-O_o o p'o C:) C) °° °_'� roi M �I� co) O T °• n_ ! �.` IY ~ (n U O O C', M LL� (D � N ! M Z I ca 0_ O -O`O p 0 N M �" c°p r N N E�� � N C, 0 — H m R a ory + y a`O W, M Wi p �n y t c L yr y m 'a c a m o.' n m Q C a v go N {0 or h O I H y N N IL C i Nl '� N ¢ Z >, d m Ir CC J, tD O H H U } 00 N r � N y cc - O E 0 v rn c i m N a a' a ►- �, w z i �a L) U C12i ag w f•- � z m n w w'� z W V% Q� N m 0 CL m ` 0 N C4 H: w z g U z w fV I i iN N N r i co N Lo e- '.. O = 7 `C N 0 0 0 '� 0 00 0 0 w;wiwl W jy 'Z Z z z 0;x,0: O O v IT It i a v gv', z w O 0 0 w ti Z Z z 0:0 W'iw Z Z o10 r ' t5 C-4O,,O N N.O.00 a m m a $ Ri o E r+ } M j 0 '7 + N O) N E saa O �C Cj m N y I c . �QJ � O �O, � o 0 �I ,OIC a a I CITY OF ENCINITAS + FY 05 -06 CHECK REQUEST FORM neck Payable To: COUNTY OF SAN DIEGO Vendor No. Address' P.O. BOX 129261 Check if Misc. Vendor SAN DIEGO, CA 92112 -9261 91908 -0477 CITY STATE ZIP New Vendor? Yes F� No If Yes and not incorporated please enter Social Security # or Tax I.D. Notes: ENCINITAS SEWER TRUNK R &R GENERAL PROJ. # BRIEF DESCRIPTION AMOUNT INV. # INVC LEDGER # (25 Characters limit) DATE MM/DD 523 - 05230 - 523 - 42 - 30 CEEOID DEPT. OF ENVIRONMENTAL $198.00 EH5709 8/8 HEALTH TOTAL I HEREBY CERTIFY THAT THIS CLAIM REPRESENTS A JUST CHARGE AGAINST THE CITY OF ENCINITAS REQUESTED BY: DEPARTMENT APPROVAL ATE OF REQUEST �� D ,kTE CHECK REQUIRED $198.00 FOR PAYMENT FINANCE DATE S.� t O S TX7un of "San piegja GARY W. ERBECK DEPARTMENT OF ENVIRONMENTAL HEALTH 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 RICHARD HAAS ASSISTANT DIRECTOR 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. to 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 Land and Water Quality Division MM:vr 1 AUG 1 1 Attachment to CITY MANAGER'S OFFICE "Environmental and public health through leadership, partnership and science" ., "` •� aDIXnfid of �t2i �tE�II ' 4 a DEPARTMENT OF ENVIRONMENTAL HEALTH �. P.O. BOX 129261, SAN DIEGO CA 92112 -9261 M 1- 800 - 263 -9933 OR(619)338 -2222 CITY OF ENCINITAS ATTN: THE CITY MANAGER 505 S VULCAN ENCINITAS, CA 92024 �1 DESCRIPTION For services provided by Department of Environmental Health for discharge of sewage into State Waters used for Water Sports. Spill occurred on: See attached AHR - AFTER HOUR ACTIVITIES Z04 - REPORT INTAKE & INVESTIGATION Z05 - SAMPLING Z07 - POSTING OF WARNING SIGNS Z08 - PUBLIC NOTIFICATION LABORATORY SAMPLE COST Q, $53.00 PER SAMPLE No. of Hours 1.2 $ No. of Samples 0.0 $ UNIT PRICE 165.00 110.00 110.00 110.00 110.00 53.00 Invoice Number EH 5709 Invoice Date r 8/8/2005 Amount Due 1 $ 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 W.'�W6dE MAKE CHECK PAYABLE TO: COUNTY OF SAN DIEGO AND MAIL TO: 4ro., °*af COUNTY OF SAN DIEGO DEPARTMENT OF ENVIRONMENTAL HEALTH P.O. BOX 129261 ''MOB SAN DIEGO, CA 92112 -9261 ATTENTION: CASHIER FOR COUNTY USE ONLY FUND NUMBER: 100100 ACCOUNT NUMBER: 0122 TASK CODE: ACTIVITY NUMBER: 4291-191 AMOUNT 198.00 198.00 Invoice Number: EH 5709 Invoice Date: 8/812005 Amount Due: $ 198.00 Due Date : Payable Upon Receipt 0'4724%2005 11:06 FAX 10, J 191001 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 warning of sewage - contaminated water have been posted along the beach and will remain in lace until samples confirm the p p 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.org 'Programs' and select San Diego Beach Water Quality 1-7n; DEPARTMENT OF ENVIRONMENTAL HEALTH 1255 IMPERIAL AVE. • SAN' DIEGO, CA 92101 -2422 City of Encinitas 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 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 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 ACCEPTED BY: Jose Ortiz, President Metropolitan Construction Contractors License No. 790532A cc: Director of Engineering Services TEL 760 - 633 -2600 1 FAX 760- 633 -2627 505 S. Vulcan Avenue, Encinitas, California 92024 -3633 TDD 760 - 633 -2700 recycled paper CnaUU#g Of "San pirga GARY W. ERBECK DEPARTMENT OF ENVIRONMENTAL HEALTH 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 RICHARD HAAS ASSISTANT DIRECTOR 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 L� Land and Water Quality Division MM:vr AUG 1 1 Attachment CITY MANAGER'S OFFICE "Environmental and public health through leadership, partnership and science" a Tountiv of "San pieso DEPARTMENT OF ENVIRONMENTAL HEALTH o, P.O. BOX 129261, SAN DIEGO CA 92112 -9261 M° 1- 800 - 263 -9933 OR (619) 338 -2222 CITY OF ENCINITAS ATTN: THE CITY MANAGER 505 S VULCAN ENCINITAS, CA 92024 DESCRIPTION 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 Z04 - REPORT INTAKE & INVESTIGATION Z05 - SAMPLING - Z07 - POSTING OF WARNING SIGNS Z08 - PUBLIC NOTIFICATION (LABORATORY SAMPLE COST No. of Samples PER SAMPLE 0.0 Invoice Number EH 5709 UNIT PRICE $ 165.00 $ 110.00 $ 110.00 $ 110.00 $ 110.00 $ 53.00 Amount Due $ 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 Invoice Date 8/8/2005 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: 4+ °,vE 15 Thf COUNTY OF SAN DIEGO g� DEPARTMENT OF ENVIRONMENTAL HEALTH P.O. BOX 129261 SAN DIEGO, CA 92112 -9261 ATTENTION: CASHIER FOR COUNTY USE ONLY FUND NUMBER: 100100 ACCOUNT NUMBER: 0122 TASK CODE: ACTIVITY NUMBER: 4291-191 AMOUNT 198.00 198.00 Invoice Number: EH 5709 Invoice Date: 8/8/2005 Amount Due: $ 198.00 Due Date: Payable Upon Receipt 04%24 2065 11:06 FAX [a] 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 warning of sewage - contaminated water have been posted along the beach and will 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 (699) 338 -2073 OR www. clean up:orq, 'Programs' and select San Diego Beach Water Quality DEPARTMENT OF ENVIRONMENTAL HEALTH 1255 IMPERIAL AVE. • SAN DIEGO, CA 92101 -2422 CITY OF ENCINITAS FY 01 -02 CHECK REQUEST FORM Check Payable To: COUNTY OF SAN DIEGO Vendor No. Address: P.O. BOX 129261 Check if Misc. Vendor SAN DIEGO, CA 92112 -9261 91908 -0477 CITY STATE ZIP New Vendor? Yes F-1 No If Yes and not incorporated please enter Social Security # or Tax I.D. Notes: ENCINITAS SEWER TRUNK R &R GENERAL LEDGER # PROD. # BRIEF DESCRIPTION (25 Characters limit) AMOUNT INV. # INVC DATE MM /DD 523 - 05230 - 523 - 42 - 30 CEE01D DEPT. OF ENVIRONMENTAL $1,192.00 EH5453 3/15 HEALTH '104 AL i I HEREBY CERTIFY THAT THIS CLAIM REPRESENTS A JUST CHARGE AGAINST THE CITY OF ENCINITAS REQUESTED BY:r <, DEPARTMENT APPROVAL DATE OF REQUEST 77 ;' < TE CHECK REQUIRED APPROVED FOR PAYMENT FINANCE DATE GARY W.ERBECK DIRECTOR March 9, 2005 City of Encinitas Attn: The City Manager 505 S Vulcan Encinitas, CA 92024 Dear Sir: \ \Vf IST hf f 0 ,O tin or Z O C ountu of `&an pirgia DEPARTMENT OF ENVIRONMENTAL HEALTH P.O. BOX 129261, SAN DIEGO, CA 92112 -9261 (619) 338 -2467 FAX (619) 338 -2174 1- 800 - 253 -9933 www.sdcdeh.org RICHARD HAAS ASSISTANT DIRECTOR ! MAR 2 9 2005 L z _� f 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 Land and Water Quality Division MM:vr Attachment "Environmental and public health through leadership, partnership and science" E,s.hF TO>u"ty Ulf 5nn pirgn o r., DEPARTMENT OF ENVIRONMENTAL HEALTH P.O. BOX 129261, SAN DIEGO CA 92112 -9261 1- 800 - 263 -9933 OR (619) 338 -2222 Invoice Number CITY OF ENCINITAS EH5453 ATTN: THE CITY MANAGER 505 S VULCAN Invoice Date ENCINITAS, CA 92024 3/15/2005 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 3k Codes No. of Hours 1R - AFTER HOUR ACTIVITIES 1.0 $ 165.00 165.00 4 - REPORT INTAKE & INVESTIGATION $ 110.00 - 5 - SAMPLING 5.0 $ 110.00 550.00 7 - POSTING OF WARNING SIGNS $ 110.00 - 8 - PUBLIC NOTIFICATION $ 110.00 - .BORATORY SAMPLE COST No. of Samples $53.00 PER SAMPLE 9.0 $ 53.00 477.00 Amount Due 1 $ 1,192.00 For questions regarding billing and payment, please call Voltaire Robles @ (619) 338 -2467. "") IMPORTANT: PAYABLE UPON RECEIPT. (' ,,, PA 2 1 • E�� t * * * ** PENALTY FOR LATE PAYMENT * * * ** Payment received after April 9, 2005 - Penalty due is $50.00 r\ "� Payment received after May 9, 2005 - Penalty due is $150.00 1 ^ PLEASE KEEP THIS COPY FOR YOUR RECORDS AND RETURN BOTTOM PORTId1Nl WI`fFl YZSU PAYMENT � ) rA'f?jr A MAKE CHECK PAYABLE TO: COUNTY OF SAN DIEGO AND MAIL TO: A. I ~ { " Oro < °En gL COUNTY OF SAN DIEGO DEPARTMENT OF ENVIRONMENTAL HEALTH V•MnC°°l. P.O. BOX 129261 SAN DIEGO, CA 92112 -9261 ATTENTION: CASHIER FOR COUNTY USE ONLY FUND NUMBER: 100100 ACCOUNT NUMBER: 0122 TASK CODE: ACTIVITY NUMBER: 429H91 Invoice Number: EH5453 Invoice Date: 3/15/2005 1 r Amount Due: $ 1,192.00 Due Date: Payable Upon Receipt -�3 %C8/ 2005 TLE 12:24 FAX li� 005 NEWS RELEASE FOR IMMEDIATE RELEASE 17 October 2004 SEWAGE CLOSES TWO SAN DIEGO AREA BEACHES SIGNS POSTED THE SOUTH COUNTY AND AT MOONLIGHT BEACH IN ENCINITAS SOUTH COUNTY BEACHES Rains on October 17, 2004 and a north flowing current appear to have pushed contaminated flows from the Tijuana River north onto the beaches along the south San Diego County region. While most of the contaminated river flows from the Tijuana River are captured and treated, heavy rains occasionally exceed the Mexico International Border beaches at the Border Field within the City of Imperial recreational water is within =or more information on plant located near the United States and ; ontamination have been posted along gh National Wildlife Refuge, and beaches until water samples show that the the County of San Diego, Department of Environmental Health at 858 - 495 -5579 after 8:00 AM on October 18, 2004. MOONLIGHT BEACH IN ENCINITAS An estimated 750 - gallon sewage spill occurred about 6:00 AM today, October 17, 2004 from a broken sewage pipe near the Cottonwood Creek in Encinitas. Rainwater entered the sewage system at a sewage pipe replacement project and caused an old section of pipe to break releasing the sewage it contained. The old pipe was disconnected from the system and the release stopped once the old pipe drained. The sewage flowed down the Cottonwood Creek to Moonlight Beach. Signs warning of sewage contamination have been posted on both sides of the creek outlet. Signs will remain in place until water samples show that the recreational water is within the State health standards. For more information on this, please call Kathy Weldon with the City of Encinitas at 760 - 685 -5553. For updates on beach closure information please call the 24 -hr. hotline at (619) 338 -2073. OR www.cleanup.orq enter your zip code and select Beach Wafer Quality DEPARTMENT OF ENVIRONMENTAL HEALTH 1 255 IMPERIAL AVE. • SAN DIEGO, CA 921 01 -2422 CLq� LL•,�`� �� 1v2 -a� C >d F CALIFORNIA REGIONAL WATER QUALITY CONTROL BOARD 3 �- t 7q SAN DIEGO REGION SANITARY SEWER OVERFLOW REPORT FORM 06/13/2001 ALL ITEMS ARE REQUIRED TO BE ADDRESSED. 1. THIS REPORT IS (CIRCLE ONE): PRELIMINARY FINA REVISED FINAL 2. SANITARY SEWER OVERFLOW SEQUENTIAL TRACKING NUMBER: 0-4-S X-- Z- 3. REPORTED TO:� Q_L���� ��- M!� - Q�� (ENTER FAX, VOICE MAIL, OR NAME OF REGIONAL BOARD STAFF) 4. DATE REPORTED: %/_(l /_MM /DD/YY) TIME REPORTED: I C! : --- MILITARY OR 24 HOUR TIME) 5. REPORTED BY: _ AUL_ _ A_� 6. PHONE: 7. REPORTING SEWER AGENCY: CL/_��CJ"_1 8. RESPONSIBLE SEWER AGENCY: _Gr=_�1�L'_�___ 9. OVERFLOW START: DATE: IL2 /_/ 7 /_oy(MM /DD/YY) TIME:_ :�! AM MILITARY O 24 HO�1��E 10. OVERFLOW END: DATE: �0_ l��_ l �? (MM /DD/YY) TIME: _ :�S (MILITARY OR 24 HOUR TIME) 11. ESTIMATED OVERFLOW FLOW RATE: ,3WcT'%%JGALLONS PER MINUTE) 12. TOTAL OVERFLOW VOLUME: /9 -z 13. OVERFLOW VOLUME RECOVERED: _ _ A!�r- ___(GALLONS) 14. OVERFLOW VOLUME RELEASED TO ENVIRONMENT: - 4- (GALLONS) SANITARY SEWER OVERFLOW LOCATION AND DESCRIPTION: 15. STREET: !L=1� �/t%' 13L_ -1/_�— co /� �'�'- 'K f IvAtL CITY: _iv< :N_! r�`� _ ZIP CODE:_�� -U�_ 16. COUNTY: 9/--,SD, RI, OR) Sanitary Sewer Overflow Report Form -2- 17. SANITARY SEWER OVERFLOW STRUCTURE I.D.: ----/"IA------------------- 18. NUMBER OF OVERFLOWS WITHIN 1000 FT. OF THIS LOCATION IN PAST 12 MONTHS Z 19. DATES OF OVERFLOWS WITHIN 1000 FT OF THIS LOCATION IN PAST 12 MONTHS - - - - - -- //q ------------------------------------- 20. OVERFLOW CAUSE - -SHORT DESCRIPTION -- CIRCLE ONE ROOTS GREASE LINE BREAK INFILTRATION ROCKS BLOCKAGE POWER FAILURE PUMP STATION FAILURE DEBRIS VANDALISM FLOOD DAMAGE MANHOLE FAILURE OTHER UNKNOWN CONSTRUCTION PRIVATE PROPERTY 21. OVERFLOW CAUSE -- DETAILED DESCRIPTION OF CAUSE - C c- c Sfj _ _ � �� uAL cr----------------------------------- - - - - -- 22. SANITARY SEWER OVERFLOW CORRECTION -- DESCRIPTION OF ALL PREVENTATIVE AND CORRECTIVE MEASURES TAKEN OR PLANNED. An Sanitary Sewer Overflow Report Form -3- 23. WAS THERE MEASURABLE PRECIPITATION DURING 72 -HOUR PERIOD PRIOR TO THE OVERFLOW? Y (Y OR N) INITIAL AND SECONDARY RECEIVING WATERS: Y 24. DID THE SANITARY SEWER OVERFLOW ENTER A STORM DRAIN? (Y OR N) 25. DID THE SANITARY SEWER OVERFLOW REACH SURFACE WATERS OTHER THAN A STORM DRAIN? %— (Y OR N) 26. NAME OR DESCRIPTION OF INITIAL RECEIVING WATERS. (IF NONE, TYPE NONE) 27. NAME OR DESCRIPTION OF SECONDARY RECEIVING WATERS. (IF NONE, TYPE NONE) --- �G/�AA__/1gogIJL�_� A-4 _f3 cr-� 28. IF THE SANITARY SEWER OVERFLOW DID NOT REACH SURFACE WATERS, DESCRIBE THE FINAL DESTINATION OF SEWAGE. NOTIFICATION: 29. WAS THE LOCAL HEALTH SERVICES AGENCY NOTIFIED? (Y OR N) 30. IF THE OVERFLOW WAS OVER 1,000 GALLONS, WAS THE OFFICE OF EMERGENCY SERVICES (OES) NOTIFIED? y (Y or N) (NOT APPLICABLE, ENTER NA) AFFECTED AREA POSTING: 31. WERE SIGNS POSTED TO WARN OF CONTAMINATION? y (Y OR N) 32. LOCATION OF POSTING (IF POSTED): ff7CY1/�L rC,�•�_Q�FIS!�__LU�SI�_/S1 33. HOW MANY DAYS WERE THE WARNING SIGNS POSTED? _C _ 34. REMARKS: Sanitary Sewer Overflow Report Form -4- e _ (a11 �t (�w_� L �_� - _- -- - - — _ � ,,tl s. � e(ret,..s li..s -4- �--- SS'et✓'��' � ir�o NOTES: 1) FOR DESCRIPTIONS AND CLARIFICATIONS OF ALL ITEMS ON THIS FORM, REFER TO ORDER NO. 96 -04 AS AMENDED, INCLUDING THE DOCUMENT ENTITLED, "REQUIRED FIELDS FOR ORDER NO. 96 -04 QUARTERLY SUMMARY REPORT." 2) IF THE SANITARY SEWER OVERFLOW EVENT RESULTS IN A DISCHARGE OF 1,000 GALLONS OR MORE, OR IN A DISCHARGE TO SURFACE WATERS, THIS FORM MUST BE RECEIVED BY THE REGIONAL BOARD NO LATER THAN FIVE DAYS AFTER THE OVERFLOW START DATE. The following certification must be completed with the five -day notice: I swear under penalty of perjury that the information submitted in this document is true and correct. I certify under penalty of perjury that 1 have personally examined and am familiar with the information submitted in this document and all attachments and that, based on my inquiry of those individuals immediately responsible for obtaining the information, 1 believe that the information is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, in ding the possibility of fine and imprisonment. Signature SX1� wvp J A -�4 e_-4-e-A_ Name Title / Date CITY OF ENCINITAS DESIGNER: RICHARD BRADY & ASSOC ENGINEERING DEPARTMENT INSPECTOR: RON BRADY FIELD OPERATIONS BIDS 7/14/2004 ENCINITAS BLVD. TRUNK SEWER REPLACEMENT C -,mHmg e-4& 0 15.7 BID DATE 3 JUNE 2004 CONTRACTOR 1 ENGINEER'S EST $800,000.00 2 ROSS A GUY & SONS $1,626,727.00 3 CALIF TRENHLESS INC $1,078,970.00 4 WEIR CONSTRUCTION $1,625,749.12 5 METRO CONSTRUCTION $860,117.25 6 HMS CONSTRUCTION $951,850.00 BIDS 7/14/2004 CITY OF ENCINITAS DESIGNER: RICHARD BRADY & ASSOC ENGINEERING DEPARTMENT INSPECTOR: RON BRADY FIELD OPERATIONS ENCINITAS BLVD. TRUNK SEWER REPLACEMENT 12- Mav -04 -C - a f r BID DATE 3 JUNE 2004 ENGINEER'S EST ROSS A GUY & SONS CALIF TRENHLESS INC $0.00 $1,626,727.00 $1,078,970.00 ITEM UNITSI QTY UNIT $ TOTAL $ I TOTAL $ UNIT $ TOTAL $ 1 Clearing and Grubbing LS 1 $0.00 $90,800.00 $90,800.00 $10,000.00 $10,000.00 2 Replacement of Median, Curb, LandscE LS 1 $0.00 $53,000.00 $53,000.00 $25,000.00 $25,000.00 3 Shoring and Bracing LS 1 $0.00 $30,300.00 $30,300.00 $50,000.00 $50,000.00 4 Excavation, Backfill, and Recom actin LS 1 $0.00 $45,400.00 $45,400.00 $25,000.00 $25,000.00 5 Traffic Control LS 1 $0.00 $31,200.00 $31,200.00 $30,000.00 $30,000.00 6 12" HDPE Sewer Pie (Pipe Burst LF 2,607 $0.00 $374.00 $975,018.00 $190.00 $495,330.00 7 12" PVC Sewer Pipe (Open Trench LF 469 $0.00 $341.00 $159,929.00 $360.00 $168,840.00 8 Manholes 0 - 10 Feet depth EA 8 $0.00 $4,200.00 $33,600.00 $4,400.00 $35,200.00 9 Manholes 10 - 16 feet depth EA 6 $0.00 $4,700.00 $28,200.00 $5,000.00 $30,000.00 10 Manholes, Drop Inlet EA 2 $0.00 $5,200.00 $10,400.00 $6,200.00 $12,400.00 11 4 -inch Service Lateral Reconnections EA 1 $0.00 $1,060.00 $1,060.00 $2,000.00 $2,000.00 12 6 -inch Service Lateral Reconnection EA 5 $0.00 $1,820.00 $9,100.00 $2,100.00 $10,500.00 13 8 -inch Service Lateral Reconnection EA 1 $0.00 $1,670.00 $1,670.00 $3,100.00 $3,100.00 14 Connection to Existing 12 -inch VC Sew EA 1 $0.00 $610.00 $610.00 $3,100.00 $3,100.00 15 Connection to existing 12 -inch PE Sew EA 1 $0.00 $760.00 $760.00 $3,100.00 $3,100.00 16 Relocate Existing 8 -inch Sewer Lateral EA 1 $0.00 $3,180.00 $3,180.00 $3,000.00 $3,000.00 17 6 -inch Thick Asphalt Concrete Di outs SF 6,000 $0.00 $4.50 $27,000.00 $9.00 $54,000.00 18 Aggregate Base (Contingency item SF 6,000 $0.00 $3.00 $18,000.00 $1.00 $6,000.00 19 jBiaxial Geo rid, Tensar BX -100 ore ui SF 1,000 $0.00 $1.50 $1,500.00 $2.00 $2,000.00 20 Excavation and Removal of Unsuitable CY 50 $0.00 $30.00 $1,500.00 $50.00 $2,500.00 21 Remove Existing 12 -inch Asphalt Con c SF 4,000 $0.00 $3.80 $15,200.00 $11.00 $44,000.00 22 Replace Traffic Loops Damaged by Co LS 1 $0.00 $10,600.00 $10,600.00 $10,400.00 $10,400.00 23 Construction Bypass LS 1 $0.00 $75,700.00 $75,700.00 $51,000.00 $51,000.00 24 Water Service Relocation Contin en EA 1 $0.00 $3,000.00 $3,000.00 $2,500.00 $2,500.00 25 HMS CONSTRUCTION WEIR CONSTRUCTION METRO CONSTRUCTION $1,625,749.12 $860,117.25 $951,850.00 ITEM UNITS QTY UNIT $ TOTAL $ UNIT $ TOTAL $ UNIT $ I TOTAL $ 1 Clearing and Grubbing LS 1 $62,000.00 $62,000.00 $6,900.00 $6,900.00 $6,000.00 $6,000.00 2 Replacement of Median, Curb, Lands LS 1 $106,144.00 $106,144.00 $34,500.00 $34,500.00 $14,550.00 $14,550.00 3 Shoring and Bracing LS 1 $57,040.00 $57,040.00 $4,025.00 $4,025.00 $25,200.00 $25,200.00 4 Excavation, Backfill, and Recompactior LS 1 $130,200.00 $130,200.00 $69,000.00 $69,000.00 $160,000.00 $160,000.00 5 Traffic Control LS 1 $107,012.00 $107,012.00 $41,400.00 $41,400.00 $30,000.00 $30,000.00 6 12" HDPE Sewer Pipe (Pipe Burst LF 2,607 $168.64 $439,644.48 $161.00 $419,727.00 $90.00 $234,630.00 7 12" PVC Sewer Pipe (Open Trench LF 469 $54.56 $25,588.64 $155.25 $72,812.25 $300.00 $140,700.00 8 IManholes 0- 10 Feet depth EA 8 $11,160.00 $89,280.00 $4,140.00 $33,120.00 $5,100.00 $40,800.00 9 Manholes 10 - 16 feet depth EA 6 $21,080.00 $126,480.00 $5,888.00 $35,328.00 $5,900.00 $35,400.00 10 Manholes, Drop Inlet EA 2 $5,580.00 $11,160.00 $5,750.00 $11,500.00 $10,530.00 $21,060.00 11 4 -inch Service Lateral Reconnections EA 1 $6,820.00 $6,820.00 $1,725.00 $1,725.00 $2,500.00 $2,500.00 12 6 -inch Service Lateral Reconnection EA 5 $7,440.00 $37,200.00 $1,725.00 $8,625.00 $2,300.00 $11,500.00 13 8 -inch Service Lateral Reconnection EA 1 $8,060.00 $8,060.00 $1,700.00 $1,700.00 $2,560.00 $2,560.00 14 Connection to Existing 12 -inch VC Sew EA 1 $6,820.00 $6,820.00 $3,680.00 $3,680.00 $7,200.00 $7,200.00 15 Connection to existing 12 -inch PE Sew4 EA 1 $6,820.00 $6,820.00 $3,680.00 $3,680.00 $6,500.00 $6,500.00 16 Relocate Existing 8 -inch Sewer Lateral EA 1 $4,960.00 $4,960.00 $3,220.00 $3,220.00 $11,500.00 $11,500.00 17 6 -inch Thick Asphalt Concrete Di outs SF 6,000 $8.68 $52,080.00 $7.19 $43,140.00 $8.00 $48,000.00 18 Aggregate Base (Contingency item SF 6,000 $3.72 $22,320.00 $04 $6,840.00 $2.75 $16,500.00 19 Biaxial Geo rid, Tensar BX -100 ore ui SF 1,000 $3.72 $3,720.00 $1.40 $1,400.00 $2.50 $2,500.00 20 Excavation and Removal of Unsuitable CY 50 $124.00 $6,200.00 $57.50 1 $2,875.00 $135.00 $6,750.00 21 Remove Existing 12 -inch Asphalt Conc SF 4,000 $17.36 $69,440.00 $4.03 $16,120.00 $10.75 $43,000.00 Replace Traffic Loos Damaged b Co LS 1 $3,100.00 $3,100.00 $14,000.00 $14,000.00 $10,500.00 $10,500.00 025 Construction Bypass LS 1 7228,160.00 $228,160.00 $23,000.00 $23,000.00 $65,000.00 $65,000.00 Wa[er Service Relocation Contin en EA 1 $15,500.00 $15,500.00 $1,800.00 $1,800.00 $9,50000 $9,500.00 BIDS 7/14/2004 city Of Encinitas 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 CEE01D 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 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 ie 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 Reg Hours O.T. Hours Total Cost Equip Type Hours Total Cost Jesse Castro Util Tech 2.00 $79.54 FM233 1.00 $45.00 Howard Whitlock Supervisor 2.00 $109.50 Fm143 1.00 $45.00 Donna Trotter Administration 1.00 $37.80 IUMA;k ar4nr Un11 1.0515 Muff Labor Totals- Street Maintenance $226.84 Vehicle Costs - Street Maintenance $90.00 Material Costs - Street Maintenance $40.00 OVERALL BILL ` Supervisors signature: rr• Fnrinitns Blvd Accounting Division -CITY 201 - 0000 - 394 -00 -00 CC: Cindy Dabney- Finance Division - Cityhall G:Support:Cost Recovery.xls $356.84 Dated: STREET MAINTENANCE WORK ORDER I WorkOrderNumber DUPLICATE REQUEST •AsphaltMaint ❑ ❑ Signs ❑ ProbationCrew CementMaint ❑ Grafitti ❑ RightofWayPWI #1 ❑ WeedAbatement ❑ TreeMaintStrtCrew ❑ BusBenchPWI #2 ❑ SpecProjectsSteve W RightOfWayMiscMaint ❑ StationMaint TaskDescription JEIevated manhole ring 05/26/2005 Assigned HW Datelnitiated Department k Internaicustomer lWater Person Mark Robinson ❑ ExtemalCustomer Phone /Extension CallOut Z=ift Street JlEnciniltas Blvd CrossStreet I -5 Off Ramp AddressDescription Eric Blvd Town CVJ Old ❑ New ❑ Leucadia ❑ Cardiff ❑ Olivenhain ❑ Ranch WorkOrderRequest Elevated manhole Ring DateCompleted CompletedBy I 05/26/205 ❑ StreetLights ❑ TrafficSignals ❑ StrtSweeping ❑ LineStripRedCurb ❑ SpecProjClayton ❑ E- MailGenerated ❑ ENG ENG WO �! ❑ RFA ❑ WorkorderFridayOff ❑ Task Item ❑ OngoingProject ❑ RoadClosure . = _ Contractor I. ManHours � X21, Vehicle /Equipment Fm, Fm_ 143 Materials Classll ❑' Asphalt ❑ Cement ❑ Other ❑ UPM Comments placed 4 delinators 1 barricade round mannoie Plate off, and AC applied — C1 5}o CaL Project CMD00B Placed delinators out around manhole i WorkVedfiedBy lHoward =CostRecoverV� DataEntry F- t Time of call Bags r 0' Project Start Date Est Completion Date C� 18773 June 6, 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 to Metropolitan letter dated May 31, 2.005 Dear Mr. Ortiz: `I'hc City made effort to provide all available information to the contractor without effecting the method and means of the contractor. This position of the Cite is unchanged. The specifications for this job required that the contractor use a bursting tool capable of generating sufficient force to break the existing pipeline and compact it into the surrounding soil. The specifications do not instruct the Contractor to use specific tool sizes in order to successfully carry out the pipe bursting operations. It is the City's view that this has always been the responsibility of the Contractor, per 306 - 9.3.1. The City provided the Contractor with potholing results from one location. As is stated in the soils report, this potholing information represents the conditions of the existing backfill conditions at that location only. The City is in agreement with Metropolitan in that considering the length of the sewer replacement work was approximately 3,000 LF, one cannot assume that the potholing data from this one location would be representative of the entire length of the project. In order to have accurately and responsibly selected sizes for pipe bursting tools and equipment that would "...generate sufficient force to break the existing pipeline and compact it into the surrounding soil ", further soil investigation along the length of the sewer main should have been performed. In other words, per 306 - 9.3.4, the Contractor should have verified "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. " It is worth noting that during the early stages of the pipe bursting operations when Metropolitan was having a difficult time bursting through the main, the City, "in good faith ", allowed Metropolitan to open trench selected segments of the main in order to maintain progress of the work. However, Metropolitan still chose not to conduct further investigations into the projects 4909 Murphy Canyon Road, Suite 220 • San Diego, California 92123 Tel (858) 496 -0500 . Fax (858) 496 -0505 June 6, 2005 Page 2 subsurface conditions4et through changing some of the equipment; i.e. means and method, used the contractor was to accomplish what had previously been presented as an untenable situation.] In the event that the City and the Contractor are unable to reach an agreement on this matter, Metropolitan is reminded to attach the certification from section 7 -27 of the specifications, on each claim filed with the City. Sean F. Manning, P.E. Construction Manager cc: Kipp Hefner, City of Encinitas Greg Shields, City of Encinitas File Encinitas. 003.303 a Richard Brady & Associates • 4909 Murphy Canyon Road, Suite 300 . San Diego, California 92123 Tel (858) 496 -0500 . Fax (858) 496 -0505 June 6, 2005 Jose Ortiz Metropolitan Construction P.O. Box 477 Bonita Ca. 91908 Re: Encinitas Boulevard Trunk Sewer Replacement T &M Tickets for Unburstible Material Dear Mr. Ortiz: The specifications for this job required that the contractor use a bursting tool capable of generating sufficient force to break the existing pipeline and compact it into the surrounding soil. The specifications do not instruct the Contractor to use specific tool sizes in order to successfully carry out the pipe bursting operations. It is the City's view that this has always been the responsibility of the Contractor, per 306 - 9.3.1. The City provided the Contractor with potholing results from one location. As is stated in the soils report, this potholing information represents the conditions of the existing backfill conditions at that location only. The City is in agreement with Metropolitan in that considering the length of the sewer replacement work was approximately 3,000 LF, one cannot assume that the potholing data from this one location would be representative of the entire length of the project. In order to have accurately and responsibly selected sizes for pipe bursting tools and equipment that would "...generate sufficient force to break the existing pipeline and compact it into the surrounding soil ", further soil investigation along the length of the sewer main should have been performed. In other words, per 306 - 9.3.4, the Contractor should have verified "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. " It is worth noting that during the early stages of the pipe bursting operations when Metropolitan was having a difficult time bursting through the main, the City, "in good faith ", allowed Metropolitan to open trench selected segments of the main in order to maintain progress of the work. However, Metropolitan still chose not to conduct further investigations into the projects subsurface conditions. 4909 Murphy Canyon Road, Suite 220 • San Diego, California 92123 Tel (858) 496 -0500 • Fax (858) 496 -0505 June 6, 2005 Page 2 In the event that the City and the Contractor are unable to reach an agreement on this matter, Metropolitan is reminded to attach the certification from section 7 -27 of the specifications, on each claim filed with the City. Sean F. Manning, P.E. Construction Manager cc: Kipp Hefner, City of Encinitas Greg Shields, City of Encinitas File Encinitas.003.303 a Richard Brady & Associates • 4909 Murphy Canyon Road, Suite 300 • San Diego, California 92123 Tel (858) 496 -0500 • Fax (858) 496 -0505 MAY.31.2005 9 :43AM METROPOLITAN CONST NO.852 P.2/2 General Building & Engineering Contractors C O N S T R U C T I O N Liconse No. 790532 May 31, 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: MC acknowledge receipt of your letter dated May 31, 2005 regarding T & M tickets 3,4, 5 & 6 regarding cost due to the different site conditions, On your letter you stated that specification 306 -9.1.1 specify "The contractor shall verify all subsurface conditions, which may affect the work on this contract, , , ," The contractor cannot be held accountable for conducting a soil investigation PRIOR TO THE BITS, that is the solely responsibility of the Owner. When the Owner designated this project for pipe bursting, we can only assume the Owner has concluded an extensive investigation of ALL the subsurface conditions, because as the Owner stated on Section 306-9,1,1 the success of any pipe bursting operation is dependent upon the soil condition. The Owner was well aware that the soil conditions were the MOST IMPORTANT PIECE OF INFORMATION REQUIRED and he decided to make only one Boring Test on the entire length of the trench. The decision to use the pipe bursting method for this project was the Owner's decision. MC bid this project within the Owner's directions in using pipe bursting as the method, Amer the failed intents to use the pipe bursting method and incurred on unnecessary expenses, MC proposed to the Owner to change the method to open trench without extra cost for the City and the Owner rejected this proposal from MC, MC is negotiating in good faith and if you insist on denying this reasonable request, MC will proceed to the next step. Please reconsider your decision, and call me if you have any questions. Regards, 9 Albe ios Project Manager cc: Greg Shields Kipp Hefner P.O. Box 477, BonIts, CA, 91908 -0477 phone (619)741 -5643 Pax (619)741 2658 Greg Sflields - Part II T &M Unburstible Material Response 052605.doc Pa e 1 j �C �l!f�� � lGilff,7i /CJl <� �(' % ✓�r /.l�il/�(»i , ;G1 /,l / /,!�F,�i May 26, 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. Sean F. Manning, P.E. Construction Manager cc: Kipp Hefner, City of Encinitas Greg Shields, City of Encinitas File Encinitas. 003.303 a 4909 Murphy Canyon Road, Suite 220 . San Diego, California 92123 Tel (858) 496 -0500 . Fax (858) 496 -0505 May -26 -2005 02:19Pm From- Fax: Phone: Re: T -301 P.001 /003 F -465 4909 Murphy Canyon Road; SuiL 220 San Diego, Califomia 92123 Tel: (858).496-0500 Fax: (858) 496 -4505 Facsimile Transmittal C From Project: Project No: I)ate: 5 /Zlo �DS pages: _(excludes this page) CC: p Urgent CI For Review 0 Please Comment ❑ Please Reply j�s-I. rQ c� •+ed -'j�•i s c . �.. die -e{vo -1vJ . V Ifyou did not receive the entire transnnirtal. please call (858) 496 -0500. Date: Thme: Initials: May-fl-2005 02 :19pm From- T -301 P- 002/003 F-466 May 24, 2005 Sean Manning Ricbisd Brady and Associates 4909 Murphy Cagayan Road, Suite 220 San Diego, CA 92123 Re: BnaiW aas Bm devard Truck Sewer Dan Mr, M=nicg: MO eolmovwdedgo recaipt of you toffee dated May 23, 2005 regarding T& M tickets 3,4, 5 & 6 regarding cosh duo to the difrcnt site conditions, You stated an your letter, "Tbe bursting tool used should generate sufficient force to break the cxW ng p%wlinc sad campam into the surrounding soil..." The mail report is used to select tho proper e"baueut ft the project. The information provided by the Owner in the report pr9mrod by Klainfedder eleady. modbes conditions other then what we have encountered on some areas of the prgie= 11w existing sail conditions am in some nevaa dif%rent from tho ouom represented. This job is apgmoxiasmoly 3000' long and. the Owner made only one Boring Test on the entire length of the trea* and it was made (n top of ft existing pipe (BacMIL material), and made a comment on tho undidturpod sosl ody as FIRM. In agreement with the pipe bursting spociftcadon 306 -5.1.1 states, the anewas of =W pipe bursting operation Is dependent upon the soil condition. On Oowber 13, 2004, the first burst was accomplished at to average rate of 18.28 ipohes per min=. The 9 woul bwd an October 15, 2004 averaged 11.5 inches per mkute for the first 190 feet that domoastrate to be the sight equipment to be used according with the soil report provided by the Owner. Everything at this poind was working according with what the Owner and MC was expecting to ftnd t% soil caneditlous and the equipment selected was flee proper equipment based oa the in provided, but suddenly ham Srowmd was encountered and production was 3 inohe per u,inuta for the next 10 feat. An you wA see, the production has been altered by the soil coadiewup and sat ibr the Improper use of equipment as you suggest (DIFFMUNG SITE CONDrMNS). Stafldard. SpecMaz ins Section 3-4 define changed conditions as " Subsurface or dateat physical condtions differing vaderiatly from than repromantod in the Contract" The condWeam represented by the Owaw on the cone=* doewmnra were d Brew of thaw encountered ex the site. On your conummts ihn *a conuac'tor is responsible fat choosing, the means and methods is convat, but this meaux a methods are limited to pipe bursting. ,Again, equipment selection was solely P.Q. DM 477, coal=, Cw, 91908 -0477 Phone (619);41 -5643 Fax (619)741.6658 Received • May -Z6 -2005 1147 From- To- Page 002 iz� IL T -301 P- 003/003 F -465 Gene='! Buffifing & Ru&zuring Contrwtors W -W-I-W v-v -V-V we 1....�w. tas..•a.....a WJF wAv %PW4MM. ,assn WUk9 W%W W1UJUUL DG JW1U IICCQj ,"Mj fcr not conducting It 0*11 invmst onion prior w the bld, this Is not standard in the Wftistty. When pwwcar designated this pmiuct a8 a caudtdw ft pipe bursting, we can anly assume the owner bas concluede an extensive investiWon to qualtry the project. I. The Standards in tine pipe bursting I ndusny (see aitacbiaentj recommend to increase the size of the exislittg pipe by 25%.Whan you go from 25% to SO% it is considered challenging. If you increase the size of the existing pipe bntweea so wto 125% it is considered experimental. 2. 7%v decided to do only one boring test going against the n=nmendatiou of meinfeldsr whirl, . suggested additio:W testing. The owner deemed it was net ne evwy. MC is not saying that the Owner iel reapogsibly because the equipment wleewd by Mc did not work, what MC is saying is that tW condkions dcfPered foam tbo9e depicted in t1w soils wpogt. In Rgree, with the pipe bursting speoifloation 306-9.1.1 amtes, the success of any pipe bursting oper$tton U dependent upon the sail enpdltion. Those 4 T&M thlckm you 124W (3,4,5, &6) are the result of those different rent soil conditions and not the result of inadagum use of the pipe butsrttng equipment AS the City by to imply. please Note that MC inmurrod impacts between manhole 4 and :5 and S and S. PIGM recoasidot your decision, and recognize that the subsurface differs from that shown ai Klee 01der's Boring Log, and please call rue if you have any questions. Ra. ;o ,egards. W" Al�6oeto-L�1�1 Projam Manager PA Aoot 477, 8on1n, CA. 919M4477 Phone (610)741 -Bi43 Put (6! 9)741.5658 Received May-B-2006 1147 Frog- To- Page 003 a 0- E, \,c 9f, April 15, 2005 Metropolitan Construction C/o Jose Ortiz 8614 Troy Street Spring Valley, Ca 91977 Re: CHANGE ORDER #4 Encinitas Blvd. Trunk Sewer Replacement Project CEE01D 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 $1,192.00 (One Thousand One Hundred Ninety- Two Dollars and Zero 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 recycled paper check Payable To Address CITY OF ENCINITAS FY 01 -02 CHECK REQUEST FORM COUNTY OF SAN DIEGO P.O. BOX 129261 Vendor No. Check if Misc. Vendor SAN DIEGO, CA 92112 -9261 91908 -0477 CITY STATE ZIP New Vendor? Yes F1 No If Yes and not incorporated please enter Social Security # or Tax I.D. ENCINITAS SEWER TRUNK R &R GENERAL LEDGER # PROJ. # BRIEF DESCRIPTION (25 Characters limit) AMOUNT INV. # 1NVC DATE MM/DD 523 - 05230 - 523 - 42 - 30 CEE01D DEPT. OF ENVIRONMENTAL $1,192.00 EH5453 3/15 HEALTH m nn 1V1f1L I p1, 7Z—VV I HEREBY CERTIFY THAT THIS CLAIM REPRESENTS A JUST CHARGE AGAINST THE CITY OF ENCINITAS REQUESTED BY: DEPARTMENT APPROVAL DATE OF REQUEST .TE CHECK REQUIRED FOR PAYMENT FINANCE DATE GARY W.ERBECK DIRECTOR March 9, 2005 City of Encinitas Attn: The City Manager 505 S Vulcan Encinitas, CA 92024 Dear Sir: M1rozvc n ,y` r •.MOC c``; T auuti of pile-go DEPARTMENT OF ENVIRONMENTAL HEALTH P.O. BOX 129261, SAN DIEGO, CA 92112 -9261 (619) 338 -2467 FAX (619) 338 -2174 1 -800- 253 -9933 www.sdcdeh.org RICHARD HAAS ASSISTANT DIRECTOR it < < MAR 2 9 2005 L„ P 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 Land and Water Quality Division MM:vr Attachment "Environmental and public health through leadership, partnership and science" T g of "S' irg0 DEPARTMENT OF ENVIRONMENTAL HEALTH P.O. BOX 129261, SAN DIEGO CA 92112 -9261 1 -800- 263 -9933 OR (619) 338 -2222 CITY OF ENCINITAS ATTN: THE CITY MANAGER 505 S VULCAN ENCINITAS, CA 92024 Invoice Number EH5453 Invoice Date 3/15/2005 DESCRIPTION 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 sk Codes No. of Hours iR - AFTER HOUR ACTIVITIES 1.0 $ 165.00 165.00 4 - REPORT INTAKE & INVESTIGATION $ 110.00 - 5 - SAMPLING 5.0 $ 110.00 550.00 7 - POSTING OF WARNING SIGNS $ 110.00 - 8 - PUBLIC NOTIFICATION $ 110.00 - ,BORATORY SAMPLE COST No. of Samples $53.00 PER SAMPLE 9.0 $ 53.00 477.00 Amount Due 1 $ 1,192.00 For questions regarding billing and payment, please call Voltaire Robles @ (619) 338 -2467. IMPORTANT: PAYABLE UPON RECEIPT. * * * ** PENALTY FOR LATE PAYMENT Payment received after April 9, 2005 - Penalty due is $50.00 "� D Payment received after May 9, 2005 - Penalty due is $150.00 JI—V Va KEEP THIS COPY FOR YOUR RECORDS AND RETURN BOTTOM PORTI Nt Wl1rFi YZ)U PA MA, PLEASE K V ' G�' 6�' 6d�' Ee�' �!` �1' �!' G�' 6d^ �/" �!' 6' t!' Et !'�/'6'�'�!'�'�!'E!'6�`E�'�!' 6'd'�1`E��' �'E'�'E�'�5�'G✓,' MAKE CHECK PAYABLE TO: COUNTY OF SAN DIEGO AND MAIL TO: C) A. 4 i•1 Oro< °gar COUNTY OF SAN DIEGO DEPARTMENT OF ENVIRONMENTAL HEALTH P.O. BOX 129261 •'MD CC��• SAN DIEGO, CA 92112 -9261 ATTENTION: CASHIER FOR COUNTY USE ONLY FUND NUMBER: 100100 ACCOUNT NUMBER: 0122 TASK CODE: ACTIVITY NUMBER: 429H91 Invoice Number: EH5453 jJ�1 Invoice Date: 3/15/2005 Amount Due: $ 1,192.00 Due Date: Payable Upon Receipt 13/C8/2-005 TUE 12 =24 FAX Z005 NEWS REL1= W--fiwaSE FOR IMMEDIATE RELEASE 17 October 2004 SEWAGE CLOSES TWO SAN DIEGO AREA BEACHES SIGNS POSTED THE SOUTH COUNTYAND AT MOONLIGHT BEACH IN ENCINITAS SOUTH COUNTY BEACHES Rains on October 17, 2004 and a north flowing current appear to have pushed contaminated flows from the Tijuana River north onto the beaches along the south San Diego County region. While most of the contaminated river flows from the Tijuana River are captured and treated, heavy rains occasionally exceed the capaci of Mexico International Border, beaches at the Border Field within the City of Imperial Be recreational water is within t . plant located near the United States and : ontamination have been posted along National Wildlife Refuge, and beaches until water samples show that the '•ftt'r2uw' ''° � � �'sar� .�. ;y—� . ii % "w. ^;y,',�,a�ao- /h'y'S'J,;"; <p" - County / Diego, Department / 1 • information • (f'}y2 j' �J�:•wgi�fiig^:iifi- "+j., »c 7•r %• w�°�' � �-C VC4feuC[cw.1 uN +F >}iL(sL1, .r J� i, Eivironmental Health If AM on October 1I4 MOONLIGHT BEACH IN ENCINITAS An estimated 750 - gallon sewage spill occurred about 6:00 AM today, October 17, 2004 from a broken sewage pipe near the Cottonwood Creek in Encinitas. Rainwater entered the sewage system at a sewage pipe replacement project and caused an old section of pipe to break releasing the sewage it contained. The old pipe was disconnected from the system and the release stopped once the old pipe drained. The sewage flowed down the Cottonwood Creek to Moonlight Beach. Signs warning of sewage contamination have been posted on both sides of the creek outlet. Signs will remain in place until water samples show that the recreational water is within the State health standards. For more information on this, please call Kathy Weldon with the City of Encinitas at 760- 685 -5553_ For updates on beach closure information please call the 24 -hr, hotline at (619) 338 -2073. OR www.cleanup.orq enter your zip code and select Beach Water Quality DEPARTMENT OF ENVIRONMENTAL HEALTH 1255 IMPERIAL AVE. • SAN DIEGO, CA 92101 -2422 CALIFORNIA REGIONAL WATER QUALITY CONTROL BOARD 2i 7N SAN DIEGO REGION SANITARY SEWER OVERFLOW REPORT FORM 06/13/2001 ALL ITEMS ARE REQUIRED TO BE ADDRESSED. 1. THIS REPORT IS (CIRCLE ONE): PRELIMINARY FINA REVISED FINAL 2. SANITARY SEWER OVERFLOW SEQUENTIAL TRACKING NUMBER: 0-4 .SMZ- 3. REPORTED TO: f3i __0277 -6 t��J�- — M� - c�-'�� �r� (E ER FAX, VOICE MAIL, OR NAME OF REGIONAL BOARD STAFF) 4. DATE REPORTED: % / /9'/_0f�MM /DD/YY) TIME REPORTED: l C% : 001 (MILITARY OR 24 HOUR TIME) 5. REPORTED BY: _ AuL__A -� _- 6. PHONE: 7. REPORTING SEWER AGENCY: CL Qt _���J` _! - - - - - -- 8. RESPONSIBLE SEWER AGENCY: 9. OVERFLOW START: DATE: I(2 /_I7 / Ciy(MM /DD/YY) M TIME:_ (MILITARY 0 24 HOUR TIME 10. OVERFLOW END: DATE: �O_ 111 I 1 `r (MM /DD/YY) ` Al,l TIME:_ :S (MILITARY OR 24 HOUR TIME) 11. ESTIMATED OVERFLOW FLOW RATE: Y-M'P�GALLONS PER MINUTE) 12. TOTAL OVERFLOW VOLUME: _ ��(GALLONS) 13. OVERFLOW VOLUME RECOVERED: _ _ _ _ _ (GALLONS) 14. OVERFLOW VOLUME RELEASED TO ENVIRONMENT: (GALLONS) SANITARY SEWER OVERFLOW LOCATION AND DESCRIPTION: 15. STREET: V CITY: _ L! N` !`_� _ ZIP CODE:-� 0�_ _ 16. COUNTY: 9)9(SD, RI, OR) Sanitary Sewer Overflow Report Form -2- 17. SANITARY SEWER OVERFLOW STRUCTURE I.D.: - - - -, v A ------------------- 18. NUMBER OF OVERFLOWS WITHIN 1000 FT. OF THIS LOCATION IN PAST 12 MONTHS 0 19. DATES OF OVERFLOWS WITHIN 1000 FT OF THIS LOCATION IN PAST 12 MONTHS -N,-Iq------------------------------------- 20. OVERFLOW CAUSE - -SHORT DESCRIPTION -- CIRCLE ONE ROOTS GREASE LINE BREAK INFILTRATION ROCKS BLOCKAGE POWER FAILURE PUMP STATION FAILURE DEBRIS VANDALISM FLOOD DAMAGE MANHOLE FAILURE OTHER UNKNOWN CONSTRUCTION PRIVATE PROPERTY 21. OVERFLOW CAUSE -- DETAILED DESCRIPTION OF CAUSE IL4AL j 142_!�� ZAJ - AQjj� -i-;C,) SP/ - cr -- - --------------------------------- - - - - -- 22. SANITARY SEWER OVERFLOW CORRECTION -- DESCRIPTION OF ALL PREVENTATIVE AND CORRECTIVE MEASURES TAKEN OR PLANNED. , 7 - - Sanitary Sewer Overflow Report Form -3- 23. WAS THERE MEASURABLE PRECIPITATION DURING 72 -HOUR PERIOD PRIOR TO THE OVERFLOW? Y (Y OR N) INITIAL AND SECONDARY RECEIVING WATERS: 24. DID THE SANITARY SEWER OVERFLOW ENTER A STORM DRAIN? Y (Y OR N) 25. DID THE SANITARY SEWER OVERFLOW REACH SURFACE WATERS OTHER THAN A STORM DRAIN? (Y OR N) 26. NAME OR DESCRIPTION OF INITIAL RECEIVING WATERS. (IF NONE, TYPE NONE) l� t - -- 27. NAME OR DESCRIPTION OF SECONDARY RECEIVING WATERS. (IF NONE, TYPE NONE) 28. IF THE SANITARY SEWER OVERFLOW DID NOT REACH SURFACE WATERS, DESCRIBE THE FINAL DESTINATION OF SEWAGE. ------ —`l—`� / /�1 ----------- - - - - -- NOTIFICATION: 29. WAS THE LOCAL HEALTH SERVICES AGENCY NOTIFIED? (Y OR N) 30. IF THE OVERFLOW WAS OVER 1,000 GALLONS, WAS THE OFFICE OF EMERGENCY SERVICES (OES) NOTIFIED? / (Y or N) (NOT APPLICABLE, ENTER NA) AFFECTED AREA POSTING: 31. WERE SIGNS POSTED TO WARN OF CONTAMINATION? y (Y OR N) 32. LOCATION OF POSTING (IF POSTED ):C'1C�AiC- �_Q�(S!L_LU��/l%� -JV 33. HOW MANY DAYS WERE THE WARNING SIGNS POSTED? _( _ 34. REMARKS: w--- -------------- Sanitary Sewer Overflow Report Form -4- (` L f e(-e� lu5 4- �- S'ew c i �- C'r NOTES: 1) FOR DESCRIPTIONS AND CLARIFICATIONS OF ALL ITEMS ON THIS FORM, REFER TO ORDER NO. 96 -04 AS AMENDED, INCLUDING THE DOCUMENT ENTITLED, "REQUIRED FIELDS FOR ORDER NO. 96 -04 QUARTERLY SUMMARY REPORT." 2) IF THE SANITARY SEWER OVERFLOW EVENT RESULTS IN A DISCHARGE OF 1,000 GALLONS OR MORE, OR IN A DISCHARGE TO SURFACE WATERS, THIS FORM MUST BE RECEIVED BY THE REGIONAL BOARD NO LATER THAN FIVE DAYS AFTER THE OVERFLOW START DATE. The following certification must be completed with the five -day notice: I swear under penalty of perjury that the information submitted in this document is true and correct. 1 certify under penalty of perjury that I have personally examined and am familiar with the information submitted in this document and all attachments and that, based on my inquiry of those individuals immediately responsible for obtaining the information, 1 believe that the information is true, accurate, and complete. l am aware that there are significant penalties for submitting false information, inc ding the possibility of fine and imprisonment. Signature SX* �vAJ A -�4 e_,,4z4A) Name Title lo --2-- Date Transportation Studies, Inc. 1350 Revnolds Avenue, Ste. 115 Irvine. CA. 92614 Location ENCINITAS BOULEVARD Site GLENDALE Seement SAXONY TO CALLE MAGDALENA Date. 09/30/03 CITY ENCINITAS 6-al EB WB Combined Day Tuesdav Beein AM PM AM PM AM PM 12:00 30 66 378 1,489 18 52 328 1,327 48 118 706 2,816 12.15 11 402 13 319 24 721 12:30 13 348 9 364 22 712 12:45 12 361 12 316 24 677 01:00 18 42 372 1.414 12 32 316 1.231 30 74 688 2.645 01:15 6 344 5 310 II 654 01:30 9 344 10 299 19 643 01:45 9 354 5 306 14 660 02:00 11 35 332 1,429 12 30 304 1,245 23 65 636 2,674 02:15 9 344 6 296 15 640 0230 3 348 2 311 5 659 02:45 12 405 10 334 22 739 03:00 10 36 385 1.569 8 32 338 1.411 18 68 723 2.980 03:15 4 388 10 371 14 759 03:30 10 373 6 340 16 713 03:45 12 423 8 362 20 785 04:00 10 56 362 1,477 4 50 387 1,426 14 106 749 2,903 04:15 16 342 14 332 30 674 04:30 6 396 6 364 12 760 04:45 24 377 26 343 50 720 05:00 22 194 376 1,471 28 187 364 1,435 50 381 740 2,906 05:15 40 382 37 370 77 752 05:30 38 364 56 370 94 734 05:45 94 349 66 331 160 680 06:00 104 625 400 1,352 113 572 344 1,170 217 1,197 744 2,522 06:15 142 354 126 302 268 656 06:30 178 310 140 270 318 580 06:45 201 288 193 254 394 542 00 234 1,174 262 910 178 983 220 872 412 2,157 482 1.782 15 274 235 214 250 488 485 07:30 316 201 305 212 621 413 07:45 350 212 286 190 636 402 08:00 351 1,371 189 611 260 1,065 182 597 611 2,436 371 1,208 08:15 334 152 273 139 607 291 08:30 310 146 260 156 570 302 08:45 376 124 272 120 648 244 09:00 303 1,177 124 456 268 990 158 538 571 2,167 282 994 09:15 286 126 238 116 524 242 09:30 300 94 270 150 570 244 09:45 288 112 214 114 502 226 10:00 322 1,265 86 254 260 1,026 94 242 582 2,291 180 496 10:15 325 56 248 54 573 110 10:30 310 54 240 52 550 106 10:45 308 58 278 42 586 100 11:00 313 1,373 43 137 312 1,188 58 155 625 2,561 101 292 11:15 326 38 289 42 615 80 11:30 348 34 291 31 639 65 11:45 386 22 296 24 682 46 Totals 7,414 12,569 6,207 11,649 13,621 24.218 Split% 54.4 51.9 45.6 48.1 Dav Totals 19,983 Dav Splits 52.8 17,856 47.2 37.839 Peak Hour 11:00 03:00 11:00 03:15 11:00 03:15 Volume 1,373 1,569 1,188 1,460 2,561 3,006 Factor 0.89 0.93 0.95 0.94 0.94 0.96 City Of Encinitas December 15, 2004 Metropolitan Construction Attn: Jose Ortiz 8614 Troy Street Spring Valley, Calif. 91977 FAX AND MAIL RE: ENCINITAS BLVD TRUNK SEWER REPLACEMENT(CEE01D) NOTICE TO PROCEED WITH PIPE BURSTING A review of yesterdays letter resulted in discovery of a clerical error. The error is corrected in this amended letter. 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. Your NOTICE TO PROCEED for the subject contract was issued on July 12, 2004, and August 2, 2004 was the first working day of the contract. The work was to be completed within 90 working days per the contract documents and a rate of $600.00 a day is established in the contract as liquidated damages. Since on or about October 17, 2004 your work has encountered numerous problems, including broken equipment and lack of progress in the pipe bursting operation. At this point, your pipe bursting operations are stalled after only about 600 feet of progress. You have suggested the problem is with unanticipated underground conditions and explored converting this job to an open trench operation. In response, the City has undertaken a thorough investigation of the conditions, including consultation with experts in pipe bursting operations. The City has concluded the problem your work has encountered is not due to differing site conditions. Further, the City declines to convert this job to an open trench operation for many reasons, including traffic impacts and added costs. Accordingly, you are hereby directed to proceed with all the work to be performed under the contract specifications, using means and methods necessary to accomplish the work. To the extent you revise your pipe bursting means and methods to accomplish the job, please provide a new submittal containing all of the information as required in contract specification section 306 -9.1.2 on or before January 4, 2005. Renewed progress on this job must commence and continue thereafter on or before January 18, 2005. You remain subject to the liquidated damages penalties set forth in the contract. Sincerely, Greg SAfelds, 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 �� OF ENCf�l December 14, 2004 .W Metropolitan Construction Attn: Jose Ortiz 8614 Troy Street Spring Valley, Calif., 91977 RE: ENCINITAS BLVD TRUNK SEWER REPLACEMENT(CEE01D) NOTICE TO PROCEED WITH PIPE BURSTING Gentlemen: 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. Your NOTICE TO PROCEED for the subject contract was issued on July 12, 2004, and August 2, 2004 - was to be considered the first day of the contract. The work was to be completed within 90 working days per the contract documents and a rate of $600.00 a day is established in the contract as liquidated damages. Since October 17, 2004, your work has encountered numerous problems, including broken equipment and lack of progress in the pipe bursting operation. At this point, your pipe bursting operations are stalled after only approximately 600 feet of progress. You have suggested the problem is with unanticipated underground conditions and explored converting this job to an open trench operation. In response, the City has undertaken a thorough investigation of the conditions, including consultation with experts in pipe bursting operations. Further, the City declines to convert this job to an open trench operation for many reasons, including traffic impacts and added costs. Accordingly, you are hereby directed to proceed with all the work to be performed under the contract specifications, using means and methods necessary to accomplish the work. To the extent you revise your pipe bursting means and methods to accomplish the job, please provide a new submittal containing all of the information as required in the contract specification section 306 -9.1.2 on or before January 4, 2005. Renewed progress on this job must commence and continue thereafter on or before January 18, 2005. You remain subject to the liquidated damages penalties set forth in the contract. Sincerely, Greg Shields, P.E. Field Operations cc: Kipp Hefner, Assoc. Civil Engineer TEL 760 -6=3 ?600 / FAR 760 - 633 - 2627 505 S. Vulcan Avenue, Encinitas. California 92024 -3633 TDD 760 -633 -2700 1� recycled paper � from • pBC- 13 -2p04 r4 -j 1 tan WR Ott o'p 0 1 rot;on Goy ,,13, oNT�pr,ToRs N G e � py3z Z -095 p .0031003 F'130 ,M�.rtTA� FORM TRANS FA GSIMI� -E Y Dec -13 -2004 MUM from- T -095 P.003/003 F -130 Metropol ita n �c �1 % Construction GENERAL BUILDING & ENGINEERING CONTRACTORS Lie. No. 790532 FACSIMILE TRANSMITTAL FORM DATE: 1 a/ 13 (boa � TO: Q . ATrN: 5C4rt FROM: SvsJl3cr:.FM//• �ej J ri -W &T-�' i. NiJMaER OF PAGES (Including this transmittal form): A nmmrrnWAI, enMMENT8/W8TRUC'T10NS: PROJECT NUMBER: FAX NUMM (''09M6 05"4 19" f/?'rP 11f-- r-reeAvvZoyit'S- Gary 1mdmvaf11 IF YOU DO NOT RECEIVE ALL OF THE PAGES LISTED ABOVE, PLEASE CALL AS SOON AS POSOMLE FOR RBTR.ANSMISSION: PHONE: (619) 741 -5643 FAX: (619) 741 -5658 THANK YOU. SENT: Date: Received Dec -13 -2004 15M From- Time: Tr Initials:.,^ Page 001 c�� L \�yr1 ti ti,ry fat' l x w R � y l l Ir+ tN Mi1 {+ � r \�yr1 ti ti,ry fat' l x w R :: �« ]r, , 't� �� � �' �.` x , .� F x.� °i � �` �� �e I `�i . r+ �v DEC. 3.2004 10 :13AM METROPOLITAN CONST NO.285 P.1i3 METROPOLITAN CONSTRUCTION GENERAL BUILDING & ENGINEERING CONTRACTOR PHONE: (619) 741 -5643 FAX: (619) 741 -5658 Lic, No. 790532 FACSIMILE TRANSMITTAL FORM DATE: December 3, 2004 PROJECT No: 522 TO: Engineering Department FAX NUMBER (760) 633 - 2818 ATTN: Greg Shields PHONE (760) 633 - 2797 FROM: Alberto Larios SUBJECT: ENCINITAS BLVD. TRUNK SEWER REPLACEMENT NUMBER OF PAGES (Including this transmittal form): 2 ennvriniuw rr)MM1=NTS /FNRTRUCT10NS: 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 10:13AM METROPOLITAN CONST NO.285 P.2i3 N S T A U C T 1 0 N December 3, 2004 Richard Brady & Associates 4909 Murphy Canyon Rd. Sts. 220 San Diego CA, 92123 P Re: Encinitas Boulevard Trunk Sewer Replacement s Attn; Sean Manning Dear Mr. Manning General. Building & Engineering Contractors Ucense No. /yUShc Please find attached Metropolitan Construction'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 (CTPP). Please review and comment, and if you have any questions, please call (619) 741 -5643 Sincerely, P Alberto Project Manager Cc. Gr9g Shields Senior Civil Engineer Kipp Hefner Project Manager P.O. Box 477, Barka, GA, 91908 -0477 phone (619)741 -5643 Fax (619)741.5658 DEC. 3.2004 10 :13AM METROPOLITAN CONST ENCINITAS BLVD, SEWER REPLACEMENT 90 WD NO. 285 P.3 /3 Eng Est 900,000.00 Metro 860,117.75 107,61% ITEM QTY UNIT DESCRIPTION UNIT PRICE EXTENDED PRICE 10 2.00 EA MANHOLE DROP INLET 5750-00 11,500-00 1 1.00 LS CLFARING AND GRUB INCA 6,900.00 61900.00 2 1.00 LS REPLACEMENT OF ED CURD LANDSCAPE 34 500.00 34 500.00 9 1.00 LS ISHORING AN2 BRACING 4,025.00 4 025'00 19 1000.00 SF EXCAVATION, BACKFILL AND RECOMPACTION OF LAUNCHING AND RECEIVING 1.40 1,400.00 4 1.00 LS PITS 69 000.00 69,0 0.00 5 1.00 LS TRAFFIC CONTROL 41,400-00 41 400.00 6 1.00 LF 1211 HDPE SEWER PIPE (PIPF. BURSTING 161.00 62 790.00 7 .00 2686.00 LP 12" PVC SEWER PIPE OPEN TRENCH) 158,00 424 388.00 9 9.00 EA MANHOLES 5.888.00 52 992.00 10 2.00 EA MANHOLE DROP INLET 5750-00 11,500-00 11 1,00 EA 41' SERVICE LATERAL RECONNECTION 1725.00 725.00 12 5.00 EA all SERVICE LATERAL RECONNECTION 11725.00 8,625.00 13 1.00 EA 6" SERVICE LATERAL RECONNECTION 1700.00 1.700.00 14 1.00 EA CONNECTION TO EXISTING 12" VCS ER 3600.00 31680!00 15 EA CONNECTION TO EXISTING 2" PE SEWER 3 680.00 3680.00 16 1.00 EA RELOCATE EXISTING e^ SEWER LATERAL Conti eno Item) 3 220.00 3 220.00 17 850 .00 SF 64 THICK ASPHALT CONG 7.19 61 093.75 1e 8500.00 SF AGGREGATE BASE 1.14 9.690.00 19 1000.00 SF BIAXIAL. GEOGRID TENSAR BX -100 OR EQUIVALENT Condn en Item 1.40 1,400.00 20 50.00 Cy 1EXCAVATION, ANO REMOVAL OF UNSUITABLE MATERIAL Corral nc hem 57.50 2,875,00 21 4000.00 SF REMOVE EXISTING ASPHALT CONC PAVEMENT 00 16 000.00 22 1.00 EA REPLACE TRAFFIC LOOPS C AMAGED BY CONSTRUCTION 14 134.00 14 134.00 23 1.00 LS CONSTRUCTION BYPASS 23 000.00 23 000.00 24 1.00 EA WATER SERVICE RELOCATION Co in e m 1 800.00 1,800.00 I I � ESTIMAT ED TOTAL BID _.....,.....n.......,....� . .......w._.....,....n.,_._...,_ CHANGES TO DATE . -..�._ i 26 3.00 EA 8 DROP MANHOLE PER CHANGE ORDER NO. 1 PLUMBING 2300,0 6 900.00 26 3.00 EA I MANHOLE R HABILITA ION 3.200.00 9,800.00 27 1.00 EA CONNECTION TO MANHOLE 16 A "6A8.00' 5 646.00 26 1 ITIME AND MATERIAL TICKET DATED OC OHER 14 2004 4,434,00 4,434.0 ....I�+r.nr... �ALTE - r �- a ... ..� N .•,_._;.__.................._...........,,,. �,,., ..,..n....,,,.�,..,n�,..�.,�_,_ 9 I 1700.00 FA 8" SEWER PIPE abandonmentwlth slur In oodon included ea 6.00 EA I MANHOLE ABANDONMENT Dear upper W and abandon in ce) Included 25 490.00 LF I e" CUREp IN PLACE PIPE CIPP 9 80. 26 411.00 a00% 11/29/2004 • • • General Building & Engineering Contractors C 0 N S T R U C T 1 0 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 #'S QTY UNI T DESCRIPTION UNIT PRICE EXTENDED PRICE 8a 6.00 EA MANHOLE ABANDONMENT tear upper 2' and abandon in lace 750.00 4,500.00 1 1.00 LS CLEARING AND GRUBBING 37,000.00 37,000.00 2 1.00 LS REPLACEMENT OF MEDIA, CURB, LANDSCAPE 19,500.00 19,500.00 3 1.00 LS SHORING AND BRACING 23,750.00 23,750.00 4 1.00 LS EXCAVATION, BACKFILL AND RECOMPACTION OF LAUNCHING AND 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 1 2786.00 LF 12" PVC SEWER PIPE OPEN TRENCH 162.76 453,460.61 8 6.00 EA 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 1.001 EA 8" SERVICE LATERAL RECONNECTION 1,700.00 1,700.00 13 1.00 EA CONNECTION 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 1000.001 SF BIAXIAL GEOGRID TENSAR BX -100 OR EQUIVALENT (Contingency Item 1.40 1,400.00 19 50.00 CY EXCAVATION, AND REMOVAL OF UNSUITABLE MATERIAL (Contingency Item ) 57.50 2,875.00 20 8400.00 SF I REMOVE EXISTING ASPHALT CONC 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 CONTINGENCY ITEMS 926, 917.36 8 1700.00 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 1.00 EA I LOWER 12" TO CONNECT CALLE MAGDALENA, AND ONE EXTRA MANHOLIJ 39,000.00 1 39,000.00 P.O. Box 477, Bonita, CA, 91908 -0477 Phone (619)741 -5643 Fax (619)741 -5658 N Q O. N co N O A men w-- W --EA 69 69 69 69 69 69 EA 69 fA 6969 t!i 696'3 (/) :) N M M n m W (n W O O OD N O (-J O O O O O O _ <n m J (n n m 09 Ep p O 69 69 O N 69 EA 69 69 69 69 V9 69 69 69 69 EA N to O O N O O ZJ O O O O O O O O O O O O O O O O A N O 0 0 (D O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 8 0 0 0 0 0 -� 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 cD O O O O O� - i r' — r 1,5 C C +, ' ( M -r z J L+ N} M > vv > oY I u v M 8 C" C) L 5 i r'. 4 I�1 i r; r; qq i L.. �u �u t O n� R ci D 0 0 a) y a C/.) Cf) O N O A N W N N N N N O W V W cn A W r R' C)MMm W D��(�(� W rnA � X�� .d.. O (D (D X = N O O _ N N N N m v J .220 -c o(D v m0 z s `F :< 0 0 0 ° la i I J vA °• m ?0 0 mmmo m `m° m n mo o 'ac 7 i (D w ) n O O CO I i iOi W 0= d Q y m N X m x (D (D r r (D p r O CD n 0 W d 0 - .� J (D D) O � °mc�u�m�,�mmm . N v N ° T =' porno m^ y "' O N> >_= d d d ^ (D (ODD D n,1_ U N o Q w W :3 O ? N N (AD (AD (AD (D (D O. O X CD 0 CD CD N Ci l DTI Qb n DD N n N A O 0 0 O (D o ci 7 (D 7 c0(D (D (l o�-� >• <n(>D > > n CO cG O 3 �; r. 0 Z� end 3 _ mno 0 ° m m mto> 0 C7 d m 0 nim�m D�t- <nntncncnmmmmmmmmm�rrrr�' f'n�t�tDDDDDDDDD"T�TINcn�� —z'.. ;'=il cnl A O) O N coo 6Ai W C) 0 000 EA 69 69 V I Z 69 69 EA (ii (!i 69 Ff3 --4 69 <-A (n(n --4 to 69 A y y co N W (n N - W C, z _ W O O) O O O 69 69 cn 669 N N O O OD W O N V N (n W W (n W oo O O V U C I Z O O O A V V O O O O W (n Cl W O (n O O O C .� fl m 00000=8000000000 NOOOOO - O O O O O O O O 0 0 0 0 0.0 O O O O c 1I i ,* ICn olIm 69 69 69 69 69 669 69 A [) 69 69 69 EA 69 tit W W EA A V W N N •/� D r� A N 0 N W W W W W W -� cn CJ N 8 W (n W (O I OD O m O O O O OD O V A OD O A N A N m m W W V O) O N �I Ut N O W— N NN Co V N W O O (n OI - 6 0 0 N CO O V 0 0 0 CD; ) 0 O O 0 0 6 O 0 0000 O O O O 0 O O 0 0 O O 0 0 O O 0 0 O O 0 0 N O (n 0 0 0 0 0 0 0 0 69 N W A ffl W EA 69 W W 69 EA 69 69 (n 69 69 UtAH9� A W --OA 69 W 'f; A OZ C OD O O O O O 69 69 O 6N 6 N O O) V V V V W W A 0 O 0 W Ln N O O 0 0 0 A V V 0 0 0 O O) N O W O (P O O 0 O O 69 Q 000001 A "+000000000 N000001-- n O O O W O O= (O 0 0 6 0 0 0 0 0 0 (n (D 0 0 0 0,_ 0 Z cn -r O„ ') C 69 69 69 N 69 69 69 69 69 A vi 69 69 69 69 69 ti3 EA 69 W W 69 A V V3 69 A 0) En 69 W D W A 0) N— M W W W w W U) W N (D O .n A A I 0 OD O O OD ?. W— N W W V O) �I Ul W W V A 0 0 Cn _ O O O N V O A A N W W O 0) N O N N N O O N O '� O O O O O ( n O O O O O O O U) (n O W O N V O O O) 0 D Z O O O O O O O O O O O O O O O O O N n 0 0 0 0 0 0 69 6.) N W V 69 W 69 69 W W 69 69 69 64 (ten 69 69 v) fA19 000 (Nn W (D J C Z_ m co O O Cl) OO69 69 M696969N N 0 W W W V V O N V V N 0 CO W W W W W O— O O"0 V (n O 0 O O O A V V 0 0 0 p (n Ol O W W N O O O O O (n 0 000000 A (O O O 0 0 0 0 0 0 0 O) O O O O O O O IV M y M O co r CX] 69 69 69 N 69 V3 69 69 69 A 69 fA 69 69 EA 69 T 6) 69 W A 69 A V 69 69 (n N to 69 N n W Vi -+ co W V O O) N O) W W W W Co. -+ — Cn V m O W V W Ut O W (O v U v O i J O 'o W W O N N O N O W N O O n O O J 0000-404 O O O Cl O O On O O O O O O O O O O O O O O 0 O1 O O OO O O W A O O A V A 0 O 0 0 0 p 0 0 0 0 0 O O O O O O O O O O O O O O O O O? O O O O O O Z. men w-- W --EA 69 69 69 69 69 69 EA 69 fA 6969 t!i 696'3 (/) :) N M M n m W (n W O O OD N O (-J O O O O O O _ <n m J (n n m 09 Ep p O 69 69 O N 69 EA 69 69 69 69 V9 69 69 69 69 EA N to O O N O O ZJ O O O O O O O O O O O O O O O O A N O 0 0 (D O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 8 0 0 0 0 0 -� 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 cD O O O O O� - i r' — r 1,5 C C +, ' ( M -r z J L+ N} M > vv > oY I u v M 8 C" C) L 5 i r'. 4 I�1 i r; r; qq i L.. �u �u t O n� R ci D 0 0 a) y a C/.) Cf) O fD ,N. CL O A EA b9 W fA H3 b9 EA b9 b9 fA E{� Ef9 69 EA V3 EA E9 69 Efl fH fA fn <i , OD Cn W W A O O W N O O D O I ; l R' — r C Ti -, R L C/ � D fi 1 Ir rld I t iP-1� O s _c I t r t I - I i fTl wmm � a ml 3 �»7 m o m (D@ m xn CO 7 O 7�7NNO 0 I Y Ce nl._. m= m o Di m - 'm m 10 0 o 0 0< o 11i U; c C 0 (D Co =i .y. 7 aafD N D .tn. 0 �' O O ID N N N p l CD O_ W .. -. '.�X (D �7 1 m r rr p(D n m v o °1 CD N 3 CD C7 4 7 S d (D .N.. �_ 7 7 (D (D N (U (D 7 N T O N (DD O .. 91 OO m N 7 7 O S--.0 7 O d W W O Cn N N x. m m ;a � �.� CD O �(D 6 d x 7 CD 7 = 0 0 0 O 7 jCb n N rn j 0 (D (D S 7 7 7 7 7 S O � O n ID d S W N o - S , <�T� (D (D (D CO (D c (DS O 3 2' CD (T c.om�rm 0 m n o a o v n �d s n _ ImrrcnC)cntncnmmmmmmmmmrrrrr �Dcn C/)-n nTTDDDDDDDDDTTNN - /j- - O _ ....O ? CnOOC, rn rn (n N (A (A N cn (A C 0 O O O O C, Z fA 69 �, Efl ff3 Efl EH EA EA E9 EH EA ol A A n � fA W N W C- rGl =. Z co O CA O O O b ) N A A m CA J O N N (n — m A .1 D O O _ _ U O O O A V V 0 0 0 0 rn (n O (A O (n O O c, C.'. O loo O O 0 O (A O O A O A 0 O 0 0 0 0 0 O O O O O O 0 0 O O 0 o N O Cn o O O 0 0. C -- -I O T EA _ EA 69 Ev9 A (A EA EA 69 EA EA (n ff3 69 W W En EA A J 69 En W N cn N r A N O N O W W co W� (» �� Cn W N CD w Cn w CA O CA O O O O (A O V A O (A A N N CA (A J CA N J O UI N W N Co N J O (b O �. I (�, 0 0 O O (n O O O O O Cl O n n O (b O N J O O C O 0 O O 0 O O 0 0 O O 0 0 O O 0 0 O O 0 0 O O 0 0 O O 0 0 O O C O N O P O O O O O o C0 ' EA u9 <n N W A W W p W - C» EA (n CH V3 A (n 69 EA A � W O 00 O 069 b) ST T N fA N (A W� w m O N J J N (n C%I W A n A O O f,. 0 0 0 A V V O o O O (n SO b O CS_ 0 n O O O O O O O C n W O o O A 0 O 0 0 0 0 0 O O 0 0 O O 0 0 O O 0 0 N O (n O O O O O O I l: O il EA Ems: fA N _ 69 EA b9 A EA Eo E A E(H fA EA cn b9 W CA A J Efi EA ((A Er /> I T ) (W n W N j O , r A OD O O ( A CD -C, v A -I n W J(O ? O C II i O O iN V O 0. 0 A A N 0 W m 0 0 O N 0 (n N O (n O N (lD O N N V O O O O 7 ul III O 0 O O 0000 O O O O 0 0 O O 0 0 016161616 0 0 O C O 0 0 O O 0 0 N O (n O O o O O 0 O_ �W 69 J W W W VI 69 DI (n EA fA EA EA W p En W- C: co O 0 CA O O 69 H) CSI fv9 69 N b9 N W W W (A J J o N �I v N Cn W W (A 0% CA (A O O O U' i i O O O A V V 0 0 0 0 Cn CSI O N m N O O 0000 000000 A 000000000 O 0 0 0 0 0 0000000 000 0 OI'- 0 i I � O) fA b9 d9 V3 N 69 EA b9 fA A (ii EA 69 EA EH fA ff3 V3 EA W A 69 A EA V (n EA Efl N 0. (n r N W ,. W O W O OD A OD N W � W J O J O OOOO O O Cn 000 N 000 ( O N (n Cn N O O N O A A W N A V O O m C 0 O O O O O O O O O O O O O O O O O O O O O 000 O O O O O O O A 0 A 0 0 0 0 0 0 0 c- EA b9 W fA H3 b9 EA b9 b9 fA E{� Ef9 69 EA V3 EA E9 69 Efl fH fA fn <i , OD Cn W W A O O W N O O D O I ; l R' — r C Ti -, R L C/ � D fi 1 Ir rld I t iP-1� O s _c I t r t I - I i fTl P 11 ;1 J I� J - I � � A 64 p o O N o fA EA fA o fn (D fA Vi fA EA EA Efl (b N EA O O N C O O O O O O O O O. O O O O O O A N O o o (n C C 0 0 0 0 0 0 0 0 0 O C 0 C O 0 O(D -� O O o O G �:, 0 0 0 0 0 O O O O O O 0 O o O O O CD O O O O C• ,J .ry � a 3 z' I Y Ce 7 J - � T' U; c C P 11 ;1 J I� J - I � � A 64 p o O N o fA EA fA o fn (D fA Vi fA EA EA Efl (b N EA O O N C O O O O O O O O O. O O O O O O A N O o o (n C C 0 0 0 0 0 0 0 0 0 O C 0 C O 0 O(D -� O O o O G �:, 0 0 0 0 0 O O O O O O 0 O o O O O CD O O O O C• ,J : t '/ ix. 11/29/2004 ,iir% 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 E S I I QTY UT I DESCRIPTION UNIT PRICE EXTENDED PRICE 8a 6.00 EA MANHOLE ABANDONMENT tear upper 2' and abandon in lace 750.00 4,500.00 1 1.00 LS CLEARING AND GRUBBING 37,000.00 37,000.00 2 1.00 LS REPLACEMENT OF MEDIA, CURB, LANDSCAPE 19,500.00 19,500.00 3 1.00 LS SHORING AND BRACING 23,750.00 23,750.00 4 1.00 LS EXCAVATION, BACKFILL AND RECOMPACTION OF LAUNCHING AND RECEIVING PITS 25,100.00 25,100.00 5 1.00 LS TRAFFIC CONTROL \ Y "- 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 'k °+ ; "? ' 162.76 453,460.61 8 6.00 EA MANHOLES G,G+ 1 t r -' �tiFti I L' -'r c -F "' ( 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 CONNECTION 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 19 50.00 CY EXCAVATION, AND REMOVAL OF UNSUITABLE MATERIAL (Contingency Item 57.50 2,875.00 20 8400.00 SF REMOVE EXISTING ASPHALT CONIC PAVEMENT 4.00 33 600.00 21 40.00 EA I REPLACE TRAFFIC LOOPS DAMAGED BY CONSTRUCTION & j l� C'C C 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 36,000.00-1 ESTIMATED TOTAL BID CONTINGENCY ITEMS 926,917.36 8 1700.00 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 U 80.00 40,000.00 28 1 1.001 EA LOWER 12" TO CONNECT CALLE MAGDALENA, AND ONE EXTRA MANHOLE 39,000.00 39,000.00 P.O. Box 477, Bonita, CA, 91908 -0477 Phone (619)741 -5643 Fax (619)741 -5658 c t. � o F i2 c ' Nov -18 -2004 01.17pm From- T -060 P.001 /002 F-084 ([nd�1l6 (J'✓B2l�iP.�1J 4A�616r -W 4909 Murphy Canyon Road, Suite 220 San Diego, California 92123 Tel: (858) 496-0500 Fax: (858) 496 -0505 e-mail: rbrady @rbrady.net Facsimile Transmittal To: Greg Shields CaTWy.. City of Encinitas fax: 760 633 2818 Phone: 760 633 2775 Re: Fee Status CC: d Urgent • Comments: From: Sean Manning Project: Encinitas Blvd. Trunk Sewer Project No: Eneinitas.003 Date: November 18, 2004 Pages: 1 (excludes this page) C1 For Review ❑ Please Comment ❑ Please Reply If you did not receive the entire transmittal, please call (858) 496 -0500. Date: November 18, 2004 Time: 10:00 AM Initials: Nov -18 -2004 01:17pm From- I&W aw r4�1f1l/ ema C{'� D FPT►.��� tr�/GGW'li�P/ November 18, 2004 Mr. Kipp Hefner City of Encinitas 505 South Vulcan Avenue Encinitas, California 92024 -3633 lte: Encinitas Boulevard Trunk Sewer Replacement Fee Status Dear Mr. Hefner: T -060 P- 002/002 F -084 This letter is to inform you that only 12% of our Construction Management and Inspection Services fee for the subject project is remaining. Our original fee for CM and Inspection Services of $46,395 was originally estimated with the expectation that the project would be completed by December 2, 2004. As you are aware, the Contractor has informed the project team that the project will not be complete until February 2005. Based on the Contractors revised schedule for the project we anticipate that we will be required to provide construction inspection and project closeout services through March 2005. At our current rate of expenditure we estimate that we will require an additional $39,000 to complete the project through March 2005. Please call me if you have any questions or require any additional information to process this request. Very truly yours, Sean F. Manning, P.E. Construction Manager cc: ie - Brady, Richard Brady & Associates Greg Shields, City of Encinitas I.File Cncinitas.003 4909 Murphy Canyon Road, Suite 220 • San Diego, California 92123 Tel (858) 496 -0500 . Fax (858) 496 -0505 CITY OF ENCINITAS ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT PROJECT WEEKLY PROGRESS MEETING AGENDA / MINUTES Attendees: Richard Brady & Associates Michael O'Shea Bernard Cook Sean Manning San Dieguito Water Mark Robinson Bill O'Donnell November 17, 2004 City of Encinitas City Hall Metropolitan Constr. Alberto Larios City of Encinitas Kipp Hefner Shawn Atherton Greg Shields Ben Taylor CONTRACT SUMMARY (As of 11/17/2004) Contract Time NTP Date: ............................................................ ...... August 2, 2004 Commencement Date: ...................................................... August 2, 2004 Original Allowed Work Days: ............................................ 90 Original Contract Completion Date: ..................................... December 4, 2004 Days completed: ............................................................ 78 Elapsed Contract Time: .................................................... 87% Contract Price Original Contract Amount: ............................................... $800,000.00 Approved Change Order(s): .............................................. $0.00 Revised Contract Amount: ............................................... $800,000.00 5P, ("5e% 4ye 0.500 • . ?aa ("e5x) 4,9 0.505 Page 2 Amount Payable to Date: ................................................ $71,570.25 Retention to Date: ......................................................... $7,952.25 Total Invoiced to Date :.................... ............................... $79,522.50 Percent Invoiced to Date: ................................................ 10% Discussion: Old business • New Baseline schedule to be provided. To be reviewed by RBA. Progress of the work • Additional potholing at Sta. 19+90 for the 10 -inch pipeline was to be executed on 11/11/04. Work did not take place because of Veteran's day holiday. Contractor did not plan to work on Sunday night because of 2 day forecasted rain. The CM suggested that in the future work should be scheduled and then called off if it rains. Rain days will not be granted for non -rain days. • Set -up launching pit at MH #14 on Monday night 11/15. Tuesday night, 11/16 began pipe bursting 350 ft section between MH #14 and #13. At 6:30 am this morning, the pipe bursting operation was in progress. • Contractor must provide a two -week look -ahead schedule at every construction progress meeting. Submittals/RFI's/RFP's • RFP #2 provided by City of Encinitas regarding the manhole linings for manholes #8 and #1. Contractor provided cost proposal for a brand other than Sand -Con. The City of Encintas requested that this specific brand be used. A new cost estimate will be submitted for this RFP using Sand -Con. • RFP #3 for the 8 -inch diameter stub outs in MH# 14 and 15. Contractor provided cost proposal and a COR has been issued to the City. Pending Change Orders • Metropolitan is in the process of putting together a detailed and itemized CO for a time extension. • Metropolitan is in the process of submitting a CO per line item #16 for the relocation of existing 8 -inch sewer laterals Future Areas of Concern • Additional MH's may be required in the Caltrans Right of Way, depending on the density of the soil. (Action: RBA, Doug Morales) Future schedule • 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. • See attached 2 week look ahead schedule. P . X0.9 ✓ X04 l5 .i goo • ��z � � 9���� Page 3 Other Issues Potential Changes: • See RFP's. Other concerns: • The City emphasized to the need to exercise caution when soil testing, and to avoid using a jack hammer in areas where the depths of the utilities are unknown. • The City reminded the Contractor that he needs to be out of the street by 5 am each day. • Pipe bursting Contractor requested permission to leave the pipe bursting cable in the sewer line to save time setting up equipment each night. The City does not think this will be a problem provided precautions are taken to protect any exposed equipment from traffic. • Sandbags are required on site for containment purposes. The two areas where sand bags are needed are Cotton Wood Creek Park and 3` and B. Contractor to find a place to store the bags at 3`d and B. Contractor is to confirm that these sandbags are on site. New Business The next meeting will be held on Wednesday, November 24, 2004 @ 2:00pm. Requests for Proposals (RFP) (submitted to Contractor by CM) RFP DESCRIPTION DATE SENT STATUS Change Order Requests (COR) (submitted to CM by Contractor) RFP COR DESCRIPTION STATUS #2 AMOUNT Lining in Manholes #1 & 8 Metro. Approved Change Orders (CO) (Submitted to Owner by CM) RFP COR CO DESCRIPTION TIME AMOUNT STATUS #1 #1 #1 Drop Inlet Structure $2300.00 Encinitas #3 #2 8 -inch diameter stub outs in Manholes #14 & 15 $1000.00 Encinitas and ° 8� t� ,�eact�a • /x.90.9 ✓✓i/�� ��riu�oia brie! X00 • �rua �i�a, �'a�tsarro �,�7,i:� .� ��5�� /x.96'- -05'00 • �ara %Sd� 4.96'0.5"05 Page 4 CITY OF ENCINITAS ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT PROJECT TWO WEEK LOOK AHEAD SCHEDULE (11/17/2004) Work Description Sun. 14 Mon 16 Tues 16 Wed. 17 Thurs. 18 Fri. 19 Installing pits between MH 13 & 14, no backfill, bypass, or bursting. X Pipe Bursting between MH 13 & 14, no backfill. X Prep for pouring MH 14 base, pits for segment between MH 12 & 13, minimum backfill at pit near MH 14. X Pipe Busting between sections 12 & 13. X Work Description Sun. 21 Mon 22 Tues 23 Wed. 24 Thurs. 25 Fri. 26 '.��2ed t eo.�a/ro • 4 0.9 —AA,. n�ora . mad rule X00 • �rtrr Jima �a/° iu� .9�1i'� `�eG' �5�% /�96 -0.900 • `�ary �5�� 4�6' 0.3'0.9 o Y U C � i c ~ O > U 'm o t— m o c o w g `o U (D N 0 c O a (.) V1 C co .0 O W Ul O U C W N .0 E 7 z U 0 �O a c Q U � a O J J 1a- MC W Q F- Z_ V Z W C G' Q 2 F W H 3 W W D W Z LU H Q D O W W W w IW' 01 Z a U N W Z O F U W U) U W a rn Ix W z OD Kr rn M N n LO co OD co O O 4' ir W w Q_' W W W W W Ix Z cr w Z Z z Z Z o o o c I� Go C) 0�1 Q O> .- OD I Q a as v v a N N N N N N O N N N N n C O V 1 01`0 N N N _ �- 00 0OD OD n n r rl� r r� M M M M M O W m O O O O fD M M M M M M f m M m CL N T m m a w T m m M N >1 m m a N T m m a (a >1 M _N > C m co m O > C N m 0) m m 0. � 2 y O c O U O N 0 ? W C O U O N o 3 0 ri � 0 4 U n n r rl� r r� M M M M M M W m O O O O fD M M M M M M f N M M O C CA M M M M M M O p M M fO O O O p N LL Q M 0 0 0 0 0 0 0 0 0 0 0 0 N W O bO m 0.. A � O � � U U �Iy I FYi 'O C a Vl '.3 G7 � c U 0 0 � U U Y X � a> C I Iz U z� s c o U C 2 7 t= C v U m m ui - m 0 c o W � 0 U m @ p C d U lc6 •G M u o W m O C c U w N d C 3 z U N O • a a) U � 0 O J J Q H M� W D Q Z V Z W W H O z 0 a a z a U) a W' O W z Ix Lli I& O W V W a w D O a V W a 10) rn rn rl- I s z z w r r r o N N N N a J N O C •C X w Q U - C O r J U U �o N E C O ro E 1� m l0 L m a N r v 0 0 N 0 ro 'v b 3 N W O N d a o Ho � abi � v N �I III fri G� 'C C ..a y 7 ca id rn � O G 6� C c v C o U a � 0 0 � U U axi � I Iz U z� 00 v z O � H w to �- E V � M 7 G. N O m a E W m z Z v 0 0 N 0 ro 'v b 3 N W O N d a o Ho � abi � v N �I III fri G� 'C C ..a y 7 ca id rn � O G 6� C c v C o U a � 0 0 � U U axi � I Iz U z� Greg Shields - Progress Mt A ends 2004 11 24 doc Pa e 1 CITY OF ENCINITAS ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT PROJECT WEEKLY PROGRESS MEETING MINUTES Attendees: Richard Brady & Associates Michael O'Shea Bernard Cook Sean Manning San Dieguito Water Mark Robinson Bill O'Donnell November 24, 2004 City of Encinitas City Hall Metropolitan Constr. Alberto Larios Jose Ortiz City of Encinitas Kipp Hefner Shawn Atherton Greg Shields Ben Taylor CONTRACT SUMMARY (As of 11/24/2004) Contract Time NTP Date: ............................................................ ...... August 2, 2004 Commencement Date: ...................................................... August 2, 2004 Original Allowed Work Days: ............................................ 90 Original Contract Completion Date: ..................................... December 4, 2004 Days completed: ............................................................ 83 Elapsed Contract Time: .................................................... 92% Contract Price Original Contract Amount: ............................................... $800,000.00 Approved Change Order(s): .............................................. $0.00 4909 Murphy Canyon Road, Suite 220 • San Diego, California 92123 Tel (858) 496 -0500 . Fax (858) 496 -0505 Greg Shields Progress_Mt 6,_ a 2004 11- 24'doc 6.rla 2 Page 2 Revised Contract Amount: ............................................... $800,000.00 Amount Payable to Date: ................................................ $71,570.25 Retention to Date: ......................................................... $7,952.25 Total Invoiced to Date: ................................................... $79,522.50 Percent Invoiced to Date: ................................................ 10% Discussion: Old business • New Baseline schedule (Submittal 02B) to be emailed to RBA. Progress of the work • Sta. 19 +90 is to be potholed. City reminded contractor that 48 -hour notice is required for all inspection work including potholing. • The contractor proposed that open trenching be performed between Sta 26 +00 and 22 +75. Contractor would be allowed to work during the day between the hours of 7:30 am to 4pm. Contractor estimated that approximately 175 to 200ft could be achieved per day with open trenching. It was agreed that SDR35 would be used in the open cut section. • Contractor must provide a two -week look -ahead schedule at every construction progress meeting. • Contractors staging area to be relocated. Submittals/RFI's /RFP's • Contractor to provide cost proposal for RFP# 2 using Sand -Con product. Pending Change Orders • Metropolitan is have an itemized COR for a time extension completed by Monday, 11/22. • Metropolitan is in the process of submitting a COR per line item #16 for the relocation of existing 8 -inch sewer laterals Future Areas of Concern • Contractor proposed adding a parallel line and open trenching the entire stretch. The Contractor will prepare details for this option by Weds 11/24. • Should pipe bursting be performed at Sta 14 +65, extra caution must be used to avoid uplifting here due to the water main nearby. Future schedule • 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. • See attached 2 week look ahead schedule. Richard Brady & Associates . 4909 Murphy Canyon Road, Suite 300 . San Diego, California 92123 Tel (858) 496 -0500 . Fax (858) 496 -0505 Greg Shields - Progress M­- , tc A ends 2004 11 24 doc Pa e 3 Page 3 Other Issues Potential Changes: • See RFP's. Other concerns: • When using the bypass the Contractor is responsible for ensuring that none of the couplings are leaking. • When pulling from MH #13 on the night of 11/16, the Contractor believes that parts of the existing 8" vc pipe was cracked during the 55 ft bursting segment. This segment is to be replaced this coming week. • RBA asked that the Contractor document in writing all potential change of conditions anticipated so that negotiations for these items can begin immediately. • Contractor is reminded that all storm drain inlets need to be protected with gravel bags. • Daily extra work tickets are to be provided to the inspector for signature upon completion of shift or by the next shift at the latest. • Traffic control — Contractor is to watch for cones that have been dragged into roadway by passing motorists. Contractor shall maintain traffic control facilities throughout the duration of operations. New Business • The next meeting will be held on Wednesday, December 1, 2004 @ 2:00pm. Requests for Proposals (RFP) (submitted to Contractor by CM) RFP DESCRIPTION DATE SENT STATUS Change Order Requests (COR) (submitted to CM by Contractor) RFP COR I DESCRIPTION STATUS #2 AMOUNT Lining in Manholes #1 & 8 Metro. Annroved Change Orders (CO) (Submitted to Owner by CM) RFP COR CO DESCRIPTION TIME AMOUNT STATUS #1 #1 #1 Drop Inlet Structure $2300.00 Encinitas #3 #2 8 -inch diameter stub outs in Manholes #14 & 15 $1000.00 ' Encinitas Richard Brady & Associates • 4909 Murphy Canyon Road, Suite 300 • San Diego, California 92123 Tel (858) 496 -0500 • Fax (858) 496 -0505 Greg Shields - Progress Mtg Agenda 2004 11 24.doc Page 4 r� W F- z w 2 w O CL g w 3 w CO) Y z h a w J O m N Q F Z_ �.i z w 0 M O z O ti O zC G 0 w V R d t ea Y O 0 Y d 3 3 0 z r Y Q H x ix x x AM 6uilJOM UON ABPAJOH AePAJOH x x x x Aea 6UPPOM UON x Aea 6uPPOM UON M M r r = N r r r Ymv rg 42 ao= h o o. C C N C . > r E > r > v ch N •p C L Uri C�ik Cr�r Cik O U j N O U j N@ O U _N O m~ m o m o m o m October 18, 2004 To: Ron Brady, Engineering Inspector City of Encinitas From: Bernard Cook, Project Inspector Richard Brady & Associates RE: Sewerage Bypass Line Disconnection Mr. Brady: On Sunday October 17, 2004 at or about 10:30am I visited the project site to verify conditions following the over -night rain fall. I was specifically checking on the condition of the bypass piping passing through the 96" storm drain to Cottonwood Creek. I observed sections of the 6" sewerage bypass piping were disconnected and several sections of pipe were lodged in the Cottonwood Creek spillway on the North side of Encinitas Blvd. adjacent to the shopping center, (near Wendy's). I did observe storm water run -off flowing from the storm drain outlet. I believe the flow was storm run off from the morning rain. I contacted the City of Encinitas engineering and wastewater department personnel and the contractor. I visited the UV pumping station on 3`d. and `B" to begin bypass procedures. A representative from the joint agency water authority (Bob) was present to work on the filtering system equipment. He indicated the pumping system was inoperative. No further spill prevention measures could be implemented at that time. I do not know the exact time when the bypass piping sections became disconnected. I cannot confirm nor deny whether there was any residual sewerage left in the 6" bypass piping remaining from sewerage bypass pumping operations on Thursday October 14, 2004 and Friday October 15, 2004. I cannot confirm nor deny the amount of sewerage in gallons that may have been released into the Cottonwood Creek spillway. When asked to estimate the amount of sewerage possibly released into Cottonwood Creek, I based my presumption on the rough calculation that approximately 2000 lineal feet of 6" pipe that was presumed to contain some raw sewerage was released. I initially estimated 500 gallons may have been released from the bypass piping into the 96" storm drain. The exact amount of raw sewerage released, if any, must be based on the invert elevations of the 96" storm drain located at station 31 +75 + / -, and the invert (not shown on the contract drawings), of the Cottonwood Creek spillway at approximate station 1 +00 + / -. Reference is made to the contract drawings C -1 and C -3. The invert elevation of the existing 12" sewer connection point to the new 12" sewer is 58.69. The rim of the new manhole structure at station 1 +00 +/- is 65.0. First; the invert elevation of the 96" storm drain located at station 31 +75 +/- is shown on the contract drawing C -3 as being 129.1. The rim of the manhole at station 1 +00 +/- (MH No. 1), is 65.0. I believe there was sufficient head pressure remaining from bypass pumping operations to have effectively flushed the bypass pipe of all residual sewerage after the bypass pumps were stopped. Bypass pumping operations stopped sometime on Friday morning October 15, 2004. Second; if there was any residual sewerage left in the bypass piping and at any point in the pipe, I believe _. the weight of the sewerage and pipe would have prevented the piping sections from being disconnected. I believe the bypass piping sections were not filled with residual sewerage and the storm run -off and debris flowing through the 96" storm drain caused the piping sections to disconnect at the joints and flow into Cottonwood Creek. Third; to the best of my knowledge there was no bacteria monitoring devices positioned at the Cottonwood Creek spillway, and no way to determine the type nor source of any contamination flowing from the storm drain system between station 31 +75 to the storm drain spillway. When evaluating this report, please refer to the contract drawings C -1, C -2 and C -3. Also refer to the City of Encinitas engineering as -built drawings showing the invert elevation of the Cottonwood Creek spillway elevation, (not included with the contract drawings for the sewer replacement project). Confirm the elevation of the manhole rim located at the existing manhole structure located in the landscaped area west of MH No. 1 at station 1 +00 +/- shown on the contract drawing C -1. I visited the contractor's staging area located near Encinitas Blvd. and Quail Gardens Dr. and observed no significant erosion from storm water run off. No work was in progress. No photographs were taken of either location. I left the area approximately 11:15am. Please contact me at 619- 778 -3248 if you have any further questions regarding this report. Bernard Cook, Project Inspector Cc: RBA Project File CITY OF ENCINITAS ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT PROJECT WEEKLY PROGRESS MEETING AGENDA Attendees: Richard Brady & Associates Doug Morales Bernard Cook Contract Time October 6, 2004 City of Encinitas City Hall City of Encinitas Kipp Hefner Ron Brady Greg Shields CONTRACT SUMMARY Metropolitan Constr. Jose Ortiz NTP Date :................................... ............................... August 2, 2004 Commencement Date: ...................................................... Augu st 2 2 004 Original Allowed Work Days: ............................................ 90 Original Contract Completion Date: ..................................... December 4, 2004 Dayscompleted: ............................................................ 47 Elapsed Contract Time: .................................................... 42.2% Contract Price Original Contract Amount: ............................................... $800,000.00 Approved Change Order(s): .............................................. $0.00 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% A aw, ,�e1e ,-?e • .Yn �r ,, � ,9?/?f f �9S�J /9Fi' 0500 • . °au ��5�� /{.96 005' Page 2 Discussion: Old business • Skids will be provided to transport the fused pipe to the areas required. • New Baseline schedulegrovided. To be reviewed by RBA. roe� Progress of the work • Welded Pipe Section (length varies per reach). / • Potholing. Only one area left to pothole. Waiting on bypass submittal approval. • Contractor to start placing bypass piping v,-+ c+- �N *1 l • Contractor wants to start pipe bursting by onday October �, 2004. • (�2.+.1% 2,.,« c�o�•. #c�tt�aA,� sckticD -To MTV j¢r qt Submittals/RFI's/RFP's • Bypass Plan is top priority. Pump curves provided. RBA to determine TDH to check pump capacity. Tanker truck capacities are required. Contractor agreed to have three standby trucks on site at the beginning of the bypass operations. Contractor wants to reduce the number of standby trucks to one. The City said that if the Constractor could show proof of an equal back up plan to the three tanker trucks, then they would accept it. • C_ o tra =rig' ly inter to co Ito �tside. of box c ert. e� an ' to se th C ill a on t o rth side nci a 2 x a drain that co ect o e • 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. This RFP covers the issue noted in RFI #2. 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 and needs to be potholed. 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. Contractor plans on seeing how the first few reaches go to determine a plan of action. 4. There is a 30" storm drain coming from the apartment complex and it runs very close to the sewer line. This section will be open trenched and the drain will be adjusted as needed. Future schedule • Contact San Dieguito before coming near the water pipes. • Finish potholing. • Bypass piping. atd iaa�s & _09'��".4 • 4ge,9'_afbr%s n . ad, .SOr 6 JOO • .SOvir �Ji�o, . iirr� OQ1?� ��5d% 9J�6' -05'00 • . `yam ��5d% 4.9fi =O�O.S Page 3 • Pipe bursting. Other Issues Potential Changes: • 8" Stub out in MH #14 & 15 • Potential MH #1 and 8 - Lining will be required, to be determined. • Contractor has an estimate from Z- Bronze for the lining costs. Contractor asked to get more estimates from different companies. Other concerns: • Beacons need to be turned off once work is finished for the day. Also, the beacons seem dim which may mean the batteries need replacement. • Contractor to contact Kip about survey at least 48 hours ahead of schedule. New Business • The next meeting will be held on Wednesday, October 13, 2004 Chancre Order Requests (COR) (submitted to CM by Contractor) RFP COR Descri tion Status TIME AMOUNT I STATUS Annrnved t'hnnap nr.tp.-w Irrn �c....._- -A- 1 RFP COR CO DESCRIPTION TIME AMOUNT I STATUS -V" .yo` ` . .S` goo ..;,g� Q p W H c z m Z E � P3 ca Q m z �u p W o le r C 2 1-- OC U � m m W W 6 W c o W p W Z LU o � H N R' a p p W W W y U :a .0 MO � 0 W C 4 vi a � p �U C U W d .a E O z ; m a U a U rn W p 0 z 0 U m U) W N a Z W W 2 co v Ln m N n co 0o ao am rn rn w w w W w W W W W W W w w rf_ W- z w Z z z Z Z Z 0 0 0 0 0 0 0 o O N (O M N N '4T v V' M p v lz O 0 C N N N N C, O O O N N � co 0) O O) Go o'0 coo O`I of O r- n f- ti O M M M (D fQ M c6 Co t6 l0 a a f�A N cc CL CL t0 a N N a y ca CL cis a N m CL U am =n to d d ° x N c a o U CO �-' W O U w o N 0 U c m e' 2' U U r- n f- ti M M M (D to M M c6 Co t6 M N m M CD O O M M M N (V N Q m U W ¢ 0 0 0 0 0 0 0 0 0 C, 0 0 N O bq a y N N 3.. 'O w h Y R dN 0 C440 � II 0 c U � N o ! a �z z� V a / \ \ / / cq % n / \\ /§ j/ \� \f 2 j k « � 5 % ) * § ;m f\ / ( /\ o � §\ §/ k � { 0 § 2 a C � � I § Je f q § 3 § /2 \ co ; k w Z 2 p k J k o z k ƒ { = o W w IV k \ 0 0 ] / \ w k q- W w k * k k & § \ j E $ 2 (D ; a ■ k I § $ d ■ E § \ L o } t m o 0 � « � / k U IL \ $ ; % a C k k / U) % � V 2 w 2 } 2 / / \ \ / / cq % n / \\ /§ j/ \� \f 2 j k « � 5 % ) * § ;m f\ / ( /\ o � §\ §/ c 0 2 c .0� C a{ .o O N 0 'G m d • c a 0 N J ,_ C M z 0 0 a w o c a L " a U w U z U a) a m Q _ z Q w M Q'2 O w Z 0 Q w `r Q Ix Q w M V Q� w z O a m O N O to H Z W 21-- = w + co -� O H V W I-- W Q " V 0wuwiLLF =tea sF661:a2 w a� �rF -wow oa.az >¢o� O m Q m Z Q H N= J Z am¢ a ~ao MOPt *2E Utow-:;�2�� W�;g22F-zZ S p -J O Z m g z Z u. Q z o z R.w 2Pa ..¢O62 �Q fxw00 4))QQ Q U Z¢ °rnFF --mo =(Doza:)Qz a - UQDOmQ 30m�w W to Q ¢wo QQ >- OCmJ <Zooz �Qm zOQ�a W�Q ¢x=201 0 oxtw -o2<cw s=vo¢w¢aa zwm zw �Fw�sOF-F2 -w v� 0UOam Q� w9zw3:CO CO a 0(9zui .oz = o +�F -Sco =Zoe ZZZ ~Z Ja' - WO`2...<-j� ajo► =oaj $ 2 0 \ } 3 � a. \ U 1 ® � $ f e Lru-, g k k z 0. i � 0 0 J � � Q � Z_ V Z W k� � k� kk �w w mk k§ S > �w o■ CO) 0 w ir § i ui 0 ■ LU in z r- J § Q k z �&� Uj < /wwSw�Ww ® I � o s �}2§O §77§ §k k §k�Qzz0 §§ LL k\ 32 / %BR§$2 « w�m_uI «2o c a - <xo-w OM- w ao §o ®@22qu ® 5z- O-Rk§�n02 w co /LU§Z<�W2§D�0 < 2P <%� \32 /�� \ 20 -a OW0 aCO F -R�W�W >�� § ƒi2§O /E E ) ��o ®��o��a 2 IzzozP -jm oeW <z_ogo °o / k- w Kk -kwWw< 0 /U)ww } \ §k � Zwm=wmwwm k §- LL5KM3M � owbo5@eme73o < Eu 2 § 5 a � \ Ix $ CO @ 3 / � 04 < mow§ a Z /2W ®$X2 jwCL kK D Z w X22 owlCD �gZ ■ /26q q� � ��°E� 0 0 ow- §2§uj K � I�} Q)� M /Z§� §L� 2�S °U) z�j wco=an Rai ankm- v14)I w j W2w 522 wozI) w50 I■Waj ) § $ $L) LL » o } 6 E L: LUL) k�\ K§§ §�k oao <Q <aaa k � F- 3 a § G 4. \ / m 'o a. m cl U C W 0 _a U _m U G_ z Z W F � O W c d W 2 O 0' c p U � c Mu m hU ° O LU 0 m 0 m c 0 U .0 Z c W d a E 0 z W d U) O a n Q N m w 0 O J —• z LL O a � ,^ _ VI U D Z Z m g W z lw i m m E F c 0 F- m Q er LL w O E z 0 M w 0 M 0 R 0 N O 0 0 3 LETTER OF TRANSMITTAL To: Greg Shields City of Encinitas 505 S. Vulcan Ave. Encinitas, CA 92024 From: Michael O'Shea / Date: November 15, 2004 Project: Encinitas Trunk Sewer Replacement We are sending you ❑ Enclosed ❑ Under separate cover via FxI Mail ❑ Messenger, the following items: ❑ drawings ❑ prints ❑ data sheets ❑ report ❑ specifications ❑ sketches ❑ brochures D other: No. of Prepared By Reference No. Co ies Description Alberto Larios I Encinitas.003 I Submittal 02B – Baseline Schedule These are transmitted as checked below: 0 As requested ❑ Approved ❑ Resubmit _ copies for approval D For your use ❑ Approved as corrected ❑ Submit _ copies for distribution ❑ For review & comment ❑ Revise & Resubmit ❑ Return — corrected prints ❑ Other Remarks: By: /a5�/ 4Wosoa • /�s�/ 49easaj- C�Gt/C� �l ZreCl l�lZlL� ek?,A 1Z TRANSMITTAL November 15, 2004 Alberto Larios Metropolitan Construction Company PO Box 477 Bonita, CA 91908 -0477 Re: Encinitas Boulevard Trunk Sewer Replacement Submittal No. 02B Baseline Schedule Dear Mr. Larios, We have reviewed the subject submittal. We have the following comments: RECOMMENDED ACTION: REVISE RESUBMIT Comments: 1. The disk provided does not appear to be formatted. We were unable to open the baseline schedule. Should you have any questions, please do not hesitate to contact me. Very truly yours, RICHARD BRADY & ASSOCIATES ha ae4 6W v Sean Manning Project Manager cc: Chron File 02B Submittal Review File 40a .0 -A <- / Soo zse . 9.' .T asoa K ",ry 4geoso� SUBMITTAL TRACKING AND TRANSMITTAL FORM Client: City of Encinitas RBA Project Number Encinitas.003 SUBMITTAL INFORMATION Submittal Number 026 Description (Baseline Schedule Proles Encinitas Blvd. Trunk Sewer Replacement Contractor Metropolitan Construction Later Submittal Number Spec Section (s) — Original Submittal Ed Re-Submittal ❑ 3rd Submittal Number of Copies Received? C Date Received 11/8/2004 Date Returned 11/15/04 Target Return Date �] Number of Copies Returned Turnaround Time (days) 15�1 REVIEW SCHEDULE External Review Suggested Reviewer Date Date Sent Received Initials Date 1st Doug Morales - - 11/08/04 �� 11/15/ 2nd--- - - -� - __ —_ - -__ ril/08/04� UI u 3rd I � - - - -- —� F—J 4th U REVIEW ACTION _ - - - -- i— _ Review Status Legend NE - no exception taken LMCN - make corrections noted Review Status �RR Response/Review Comments -- City of Encinitas: (2) copies Metropolitan Const.: (2) copies RBA: (2) copies Review Completed Target Date rr� O RR - revise - resubmit RJ - rejected - resubmit Disk is not formatted Review Review Status Hours RR 0 r- — u 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: }g, rA� J° + T " Encinitas. 003.201 File 4909 Murphy Canyon Road, Suite 220 . San Diego, California 92123 Tel (858) 496 -0500 . Fax (858) 496 -0505 ., postr A 'D ` z��� � N a w 0 z w x w W O O O CO (O N O N t0 O # Q R O (D <D N O O It a0 � � V (O l0 n 7 10 N O V O o w a. 0 W _ C? 0 0 M of ci m m a; 2 0 m m Qj E E r F- 0 > 0 O O O E N E 4i m m m m E m E E o m M m m v y > > w m v m > E O O n a n m m O Y n c c 12 a F- F- O m m O O N N r «� 0 m N m m m E E E E E E °c_' r LL 0 0 a a a a QW G V N N N N M cn Z G1 O a a E a v C ai '7 m h O 0] O O L: O Z Ci O OI O O eC p Z O <O O O V Q O _N a `� `n v N N m �' N 10 W LL O_ D L O w F z 3 x w d W 'a I I LoI OI NI OI NI" IOIN o c o0 0 o CD } W W o m o rn o 0 0 0 0 o n v o o O o u> .1C J o Q�Q co m m of ao c of o e.i M Y di NM H H H 1O fD O °M EOA llO ° O 10 0 0 eH EA to W H Im- w E o 0 0 - 0 0 0 i m o (O It m C? o Iq � CO Z v m o v v i M N N Q v 0 0 D O w y > W m c U c W (O O O co (O N (O N (O O i! O V F R O (O (O N 0 O 0 V O ~ C z V (O ( r R N N U) m (O 0 N m a CD O w w 4, m o: ° m o 0 0 ( vi ri ri of m > o O N L c m m E =� c � m x c a_ m .3 c Qmm o J E r E a� > E O L d o 0 c 0 a o r r H H r W y o > —0 m m m v o a O O n n m E > 0 Y c m c c a a H F r m m p p y y y L y m a a a a E E m o o a n 3 >>; m m O U LL LL O O a a o. Q. F w J O N N N N (7 O .- .0 10 z d O a I: y E n � o V o o Z rn o° o° iQ N C a O 8 m m (h U C Q O c W L U N O 3X W 'A W m m lh O O O 0) n S. 0 0 0 0 0 0 � N w fh O O Of O Of aD (0 M 0) W 2. O n (O N f9 tq C Q O 0, L � c L � m wE (cQ N o° o° °o 'C w � w of i ri F o = o m Q aEi x VJ L O Z N Q O V D c o W y a m Z o 0 O c U c U 2 3 F ra a°i z m c W E O I� �Im M rn I r: m m O O m 0 N ay° v O v` > m 2 m = m (D W o c W W ~ (tE O N o 2' 2 o w ; E- LI N O z pi a O 0 LL m ° o a 3 a`r o 0 # Y U OU d 0 Lu E Z � MEON' w N N O O O U U) m Q F- O J Z 0 of � LL O Y CL Q O W O L) N N O w a. V)i U F W O D J m Q Z z= w a z W w O m 5 0 c W > ~ W m z z z U W W 0 0 0 2 X _W O O Z m LL w w a Ir T W 6 � 2 2 O f O O(n > W Ir W Y LL Z � u j- 0 O O L m a o o e o 0 0 0 0 0 0 0 r o 0 0 o O ° 0 0 0 0 •-I z m p o 45 o 0 0 (O N O IV (p y F � < (O VI N ui J Z N N O Q 70 U � w Q � w m O W W O x p W O O O O p 0 O O n O N N o N co n o o Y y o t0 r N �y U O O F Z � Y o � n o 0 0 0 M o 0 0 o O o ri � of of rc � o a z O Z w 0 0 R' w z Z Z w W m a_ w D �n z WO o N O Li E a O F- _ — U (n 0 w O o p U c = U) Q p o O c0 w 0 0 R' W x X Encinitas Sewer Pipeline Replacement _(Internal QA Inspection Report)..._...._.._._ ..._..........._...._.__....... -------- ......_._... ..............._. ....... .... _ ..................... ....... ..._....._.....__............._............._...._._.......... .... ... . ............ .... ..... ........_ . ._ .... .......................... .............. .................... _. ..... _.............._._. Report # Job No.: .......- .............._..............._........_...._._............................... ................._- ............ __..._._.._..................--.---.._............_.__..._._._....................._........._._............... ._....._......................_ ... _...._..........._..._........_.............................__._..........._._..---- -.._. ........... ... ....... ........_.........____._.... ... _ .... ...... .................... ........ . ..... ........ ..... ..... ...... (001, 002, etc. -Auto number) ................ ..... ... ._.................................. . .......... _ ...................................... _ ........................ _ .................. .... - ............. _.__.._ ............................ ............. " ........ _ ..... ................. ....... ................. !.... .._ ................._.... ..._..................._._........................................... ........._....._._......:...... _:_ .._.............. ....... ......... Date -,4: Day: Time: Weather/Temperature: �....... _........(_ 0:_) a ..... _......... ._... _..._ ._ .......... _ ......... _......__... _..._....._........_..._....... __ ..........:...... �._......... _............ (10/22/0 M TH F SA SU) (0700, 1900, etc. (Clear /45, Cloud /55, Rain/60,etc. ..... . .... ............_.............._._........._...~._............_._...................._(..............._..._.__._._..............._._....._.................._.........._._._.__............ _._.._.__._.._ ... ..........._._....._ �.................. ................._...._...... -- �...._... .y i.................... ........ ... ...... ._.... ... .........._........... ...... ....... ............. ....... ................. ... ........ ................................. ._... .... ...... ........... ...... . ..... ......_ ................... ._..._... ...................... ....... ..... ......I .... ......... ...._. ...... QUALITY ASSURANCE TASKS CONDUCTED _ ........................................._...................._......................................._......._....................................................... .............................__ _............ ....__ ..... ......................... _...._..._._ ......... _........... ..................... QA Plan Review A Meetin QA Research QA Audit ...._ Q....._..............._........_ g......._.................._.._ .................................... .........................-.- --- - . - - -.. . _........_. _ Initial Inspection 4---Progress Inspection Special Inspection Final Inspection ... .......... ..._...- ..- ..............._._.. __...._.. _.....................__....... _.._....._..._.... ..._......_.. -.._.__...__._................_. .......---._...._.............. Non- Compliance Notice Correction Notice Reinspection/Retest t...... _...._ ........................_._...__......................._.......__.-...._............._.._......__........_.................................-.................._.........._......._....._......................................._.._....._.....-., ............................... _ _ ..... .............. .... .... ............... ..........,.............,......,.....,..,.. .._..................... ............................... ..... .... . ....... _ ....... ..........................._ .......... ...._......._ ......._...._............................_..........._._...... ....._..............._.__.._... ...... _ ..... .. ...... - , ..... ..... .. _..........___...._......_...._..._.__................. ..................... .... .......... ... .. ..... ..... ....... ... ... _.... BID SCHEDULE ITEMS .... .._ _ ... ... .................... ...._........ . ....... ................................... .... _ ............... ........ ........................... ._ ........................ ... ...... ........ . ........................ ..... -. PrimaryItem Inspected: ... K fLi�t ✓._ ........................._. __._......._................................................................._........................... ............................... ......................................................_..........__..........................._................................ .......__......._............._ ...........�O .... . . (Bid Schedule Item No. 1 - 24) ....... ...... ... ............ ........_........_.............._ .................... ..... ....... ...... ...... _.... .... .._.............__...._... ....... ...._... .......... ._.. .......... ......._. ............... .... ....... ........ ... .. . _ ...................._.. ...... ......._........_.............._.......... ........... ........ .... ....._...._.__.............._.._.............................................. . ... _ ..... _ .... ...._. 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 A 16_ 8" Sewer Relo EA 23_ Construction B ass S _....._- .._.........._ .._�......_ ............._ ..._.._.........__._......__ p......._(_......._ �......._............---......_....._......_--- ..................__-.....__ -. ......__ .._ ._._.._..._..........................._... ._......._....._...._......_._. (.... _� -- .._._........_..__................_ ..._........__..._.__...._....- ...............�-'...._�....._ 3 Shoring & Bracing (LS) 10_ Manholes, Drop Inlet (EA) 17 6" AC Digouts (SF) 24-_ Water Service Relocation ..- .........................._..............._............_.._............._........................................_...................................---._....................... ..._..__.- .- ..._..........._... - -- -.._. .._.._......._.......__........ - _ ..__....._......_...._......_........._..-......_....__...__.._......_...._...".__... ............_._._....__........ i 4_ L & R Pits (LS) 11 4" Service Lateral (EA) 18 Aggregate Base (SF) Change Order Work i........................._............................_..._.... .......... ............_...._.........._ ........ ...._ .......... --_....... ....... .. .......... ..__..........._ _ _ ._......... - ._...._.. _... _._.._.__..._......- - ..._.__... - _ _ .._..... - ..._....__._...... _.__..._..._.................._ 5 Traffic Control (LS) 12 6" Service Lateral (EA) 19 Biaxial Geogrid (SF) Time & Materials Work 1....__ - ........._..... ..I.._.__.....__............ - -- .........---.........._..........__.._...._.__..._ .__..._ ^._........_ ............ ... _ ..__.._......_...__...._.._._._.__._._.._......._.. .- ........._........_.._._._... __ ._._._.._... -_ -_....................__.._..........._..._..._...._........._...._ ..._........................... Jj 12" HDPE Pipe (Burst) (LF) 13 8" Service Lateral (EA) 20 Unsuitable Soil (CY) 7 12" PVC (Open Trench) (LF) 14_ 12" VC Connection (EA) 21_ 12" AC Digouts (SF) ..._.__ ...................._......_......._.................._...__............._......._..........._............._......_.._.....__........................._.........................................._._.._.._..............._......._..........._...._._.._................................._..........................._.._.........__........................._..._.._._..........__......_..............................._........... ............................... _... ............................... .._ General Location;..... i75. k- ��C1 .1.....7....._....L_.........._ Specific Location.......... 7`"..........-'..... c......_ ....................... I (Street name, site grid, station number, etc.) (0 +50...3 +00, Work Surface, etc.) _ ................-_........_...-....-................_........ ....... ._. ...... ._....-_...... ... .......... . ...... _. ....... .._ ....... ....... y..... ..... ..... ...... ..... .......... .............._........_......._............... ..... .... . ... .......... ...... ....... ......_................._.................._......_._............_...._....................................... .... ......... _......_..... ... _...... .... .... ... ....... ........... ....... ..... ...... ............._."............._..._._...._......... .... ._..... ..... ...................... .................. ....... ...... _... ... .._. ... ........ ............ .... .... .. Primary Dwg/Det: Secondary Dwg/Det: �' - Dwg Note: .................. ............ _......_......... -._ ............................. .... ....... -... ..._........-...- .___..._......_.- ..._....._.._ _ _. _.._._..__........._.._.. c� _._.... - - _ ..__..._... ....._.__....._._...._.._._._.. ..... ...._..............__..... (G -1, C -7, etc. ) (S -1, M -7, etc.) (Yes/No; A, ....._ .......... ..............._._...._......__._........_ ... ........... ....... ...._........._... ........... ........... ...... .__ ............ .._._ .......... .. ..... ...... _.....__................................ ....._._._......._._............ i .................. Special /Technical Inspection Report: Ajo Special Testing Report: _._..........._....._..._.._ ._..._.__... ........ ...................____ .... ._....................__....... __......._....._..._......_.... _........._.__._..........__.__ r ....................................................... ............................... f (Yes /No; Report, etc., N /A) (Yes/No; Testing Laboratory, other testing, N /A) ......................................._........__..._...._...._........._............_._........... ..._.__._.......--- ............ .............._......._...._.._........_...._...._........._._......._....__._...._..._....._...._........_... ..._.........._..._._._....._.. _ ..__._....... _ - ............_......_......_._..._............................._......._._. ..._.....I......_.............. TECHNICAL SPECIFICATION SECTIONS .................. . ....... _ ........... _.._._........_ ............ .._............_...... ....................... .._...._......_._._............... ................ _........._._............ ........ _..................... _..__...._........_........ _.......... ._..._ .... _...... ........ ..... _ ------ ..... __....._..__ ..... ............................... _.......... -....._ ............... _.............._...................... ...................... 01) General Requirements 05) Metals 09) Finishes 13) Special Construction ..._.. _...._._..._......_......._ ..... ................._._......_._.. ...._..._............._._......._................._._...._......_........................_...._...._......................._.._._............_._...._....__...._.__._._........._._...._._.._........................................................._._......__..__._.....__....--.-......_.._............__......._._. ............. ..... ...... .... ..... ........ _... �( ?Site Work 06) Woods/Plastics 10) Specialties 14) Conveying Systems ._.._... ......_........_.._.........._. _ ... ....... .. .... .......... ............................... - ........._..__. .._......_........_...__._._... --- ...._._..._.........- - -- ..__.._._ - ....__...._.... _.... _.. - --- ....._._....._...._....._.. ......._............._..... ....................._......... 1 03) Concrete 07) Thermal/Moisture 11) Equipment 15) Mechanical/Plumbing .._.___ .............................................................._........................................_...-.. _..................._.......... m._.,....... 04) Masonry 08) Doors/Windows 12) Furnishings 16) Electrical ................................._._........................_.._.............__..................................._._..__......._...._............._................._..........._......................._.........-_............._.......... .........._......_._...._...... - - ....__.._.._......_...._....._............_................... .................._...__.._.... - - -- ._..._..................................................... ........._..................... i _ ................................................_...................... ............................... ... .. _ ..........._ ...... ........................... ...........__......._....................... ............. ... ........ ...... . .... ... ..... ................................. ......... _._ ....... _ ....... . .......... _ ..... ................ _._ .................. __ ......... __.._ ............. _._ ....... _ ... _ ............ _ ................ _ ........................... _...._.._ ..... _.... _ ....... __......_.... _ ....... _.__ .............................. _ ............. _ ........ .._ ......... _.._._......_._._......_._.__.............................................. .._ .... ....... ....... _... ... ... .... .......... .................. Primary Spec Ref #: Submittal #: Secondary Spec Ref #: ........._............_ ........ .................. .-...._.... .......... __._ ................. .. ....................... _..I ......... _... _. ...... _ ..... .._.............._............ .._._.-.. ..... __ ........ .......................... _ ................................... .......... _....__...-..--- ......... - .......... _........__.....__.._...._ .._..._._..._...._.__......._.. (02200 -1.5A, etc.) (03300 -31 /A, etc.) (15000 -A, etc.) i ..................... ... _ ........ _ ......................... _........................._... _._ .................. _ ..... .__....................__.._._......................................._............_......._._...._._......._..............._.......... ... .............. ._..._........ - ._._._......_.._......_...._................._............... _................_......_............._....._._._...._........._.__................ ...... ................................ ....... .............................. Primary Code /Standard: G(- _ Secondary Code /Standard: _.._.._.._...._..._........_. .......__._._........_......... - ...._........_. .__.���11b.._....__.._....... -- .... .. ........................_...... Secondary -.._...._...._.........._...............__... ........_....._......_....�.1I� .__ �..._....._................................................_.......... .._.........._................. .BC, UPC, UMC, NEC, SSPWC, etc.) (RSD, etc.) - _. ................... ...................... ................. .. CHANGES Addenda #: ' Amendment #: U Supplement Ref: .. ............ ........................................... y.............._..._............._.__...........__......................_._..._..._..._......._........_........_....... ...._........................%U _...__.._._............................................................................... ._............__._...._......_. l "v __._.........._. j .......................................................... ............................... (Yes/No; 01, etc.) (Yes/No; 02, etc.) (Yes/No; 03, etc.) ................... ....................................................... _.. ............. _ ............. ..... . .............. __ ................................................ _ ......................... .. ............ ... ... ..... ........ Contract Question: Contract Answer: Contract Change: ....................................._.....__............................................................_-..__.................................................................._............. ............................_._ (Yes/'�,lo; rcFI -001, N/A, etc.) �R P -0�7, CO 015, Nh'k, ctc.) (Y, c /Nlo; Fi;;lu Ord::; Cl_ O_'er .......... . .............................................................................. _ ........................ _.._ ...... _ .................. ... __.._ ................. _ ......... _ ... __._ ......... _ ...... - ............... ... ......... .._ ........ . _ .... . ..... _ ..... _........... ........ ....... ........................ . _.._.................... ..........................................._--....................................._....__..............._.........._....................._......._...... .............................., CONSTRUCTION SCHEDULE_ . . . . . .............. ............................. . ............. . ..... _.......................... ..._ ............... __ ............ ....... _ ... _.......__._..._......._......_._ ................. _.-_.._ ....... ....... _.-.. ............................... _ .............. . ... _. .......... _ ..... .............. ....................._...... _.. �..t .........._......_ ......_.__._._. ......... ........................._._.............. ...._.............._..........; Construction Activity ID #: __ .................. ..._......_Construction Activity DescriptionT r�._.................�Y} _._............_.._.._Rev. Date_ .................... ..I._..................._....._ ..__...._....._. _. _ .. (1370 -1470, etc.) (Excavation, Concrete Placement, etc.) 1 of Encinitas Sewer Pipeline Replacement (Internal QA Inspection Report) RECORD DOCUMENTS S TIME CHARGES For *off or �w Encinitas Sewer Pipeline Replacement Report # .................................................. ............................... (001, 002, etc. -Auto Notice Primary Item Inspected: .. ...... ....... .... ................_ ....................... . ................... ......... 1 ... _ .............. I._......... (Bid Schedule Item No. 1 - 24) .. ......... . . . . . . . . .. . . . . . . .... . .......... . . . . ..................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ........................ . . . ..... . ........ _ _ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . _ ..................... . ............ . . . . Correction Notice F BID SCHEDULE ITEMS .. _ ............................... _....... ............................... _........... _.................................... ............................... _............ 6=, -- /_Z?_ K a7) ,P,,� P/ )4r'-7 Job No.: Rain/60,etc. QA Audit _ . . . . . _ . . . . . . . .................... . ........................ _ . . Final Inspection _ Clearing & Grubbing (LS) _ ............ ......... ........ .................................... .................... ................ ......... ............. _ 8 .... ......-..._.._ Manholes 0 -10 Feet (EA) ........................ .. ... ............. _......._._........._._.........._........ .... ........... ... .............. 15 .........-..._.........................._....._..._......................._._... 12" PE Sewer (EA) 22 Replace Traffic Loops (LS 2_ Median, Curb, Landscape (L. 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 4 L & R Pits (LS) _ ..... 11 4 ' Service Lateral (EA) _..._.. ......... 18 Aggregate Base (SF) Change ... Order Work 5 Traffic Control (LS) ....... ........................... ............._.__... 12" Pipe (Burst) 12_ 6" Service Lateral (EA) ._......._- 19_ .................... ---........._....__._.._..._.___.__....._.__.._...—......_._ Biaxial Geogrid (SF) ................._....._... ........ _._.................. _..__... ..... .................. _Time &Materials Work - ...... __ .............. ...._ ... .............. .................._. ... _.._..... HDPE (LF) 13 8" Service Lateral (EA) 1. ........... 20_ Unsuitable Soil (CY) 7 12" PVC (Open Trench) (LF) 14 ... _.__ _ ...................._.......... 12" VC Connection (EA) ..................................... ......_.................._ .............. ..............__._...._......._..............__.._-........_........ 21 _._..__.._... _...... ___..._.......__............._...__ 12" AC Digouts (SF) .......... .........._.......... ...... _.__..................._. ...................... ...... .................... ...... _..........._ ............ ................................................... ............ ...... .... .............. ..... ........... ........,. ......... .... ................. ............. ............................... Dwg Note: (Yes/No; A- , 1, etc.) t: Q.................... ..................._.......... ry, other testing, N /A) __.....__.........._.__._..__. ..... ..... ................ ....._...................._.._. 13) Special Construction ........... I _. _.. ............... _ ............................ 14) Conveying Systems ......._....._..__......._.......... _ "_.... ........................ 15) Mechanical/Plumbin . ................... .. .............. .................... .................. 16) Electrical Secondary Spec Ref #: .......__.._ ............. ._.._..._.__...___............. (15000 -A, etc.) Order, etc.) Rev. Date: 1 of CONTRACT CHANGES Addenda #: _ ............................_................._.......... ...._........................_. ... . ......................._....... Amendment #: (� _...._.............._.................................._........................_............._......................................................_........................._........_...__................................ Su plement Ref: �,} p (Yes/No; 01, etc.) (Yes/No; 02, etc.) ....._..................1��.._. (Yes/No; 03, etc.) ....................... ............................................. ... ....... ............. ...._............ ......................................................................... Contract. ........................................ ... .......... _. .............. . ........_ _............ (Yes/]'-;o; RFI -001, N /A, etc.) ..........................._........_................................_...................... CRFP -00'1 CO -015, N/A etc.) ............_................_. (Yes/No; Field Order Cha11 , _.................................... _ .......... ........._.._ ................... ...._......... _ .... . ...................... _............ ....... _... ...... .......... ..... . .......................................... .........._....._...._. .......................... CONSTRUCTION SCHEDULE ..._............_............._._._..._ ..... .... _ ........ .......... _ ....... _ ......... _ ... _....... Construction Activity ID #. ..... ................. ................................................................. .......... ....._....................... ................... Constriction Activit_.Descri .............. tion:. . _._ ....... _. ..... .......... ..........._. ................. .. Activity p r` dy.....:........_ (1370 -1470, etc.) ....._ ............._......................_....__.................._..............._................._......................................__.................._.._....... (Excavation Concrete Placement, etc.) ..............._............... . .. . .................. ._.._..._........__........_... _ .........................................__..................._......... ...... ......._...... .... .... ....... ............ ........... ............ ..__.. .... ...... ...... ......................................... _ .... _... _._.. ..................................................... _..._ ...... ..... ......................... .................... _ ... __.._.._..__...... — ... .... -_ CHANGES IN.CONTRACT DURATION Uriginal Conuact Days I. ....... ......... ......... _...........__.... . ........__ ..................... _.._ .._....._ Approved Changes +/ r`--- ......... ......._.__ . ............................... ....... ...._ . Remaining Contract Days: (120, T &M, etc.) ....................................._....................._..............................................._ ......_....._._......_...._.... ( +30, + 60, etc.) (Original contract days +/- Order, etc.) Rev. Date: 1 of Encinitas Sewer Pipeline Replacement (Internal QA Inspection Report ) RECORD DOCUMENTS _......__ .....................................___...._. .._........_...._..._.......... CONTRACT COMPLIANCE STATUS Testing Status: /�j.0 Re- testing Required: 000 ......................................._...................._...................... ............I............._._.. _......_..........................................._......._.._.................._....._....................._............._..._........................................................ _ ._...._.._.._...._._. .......... (Conformance/Non- Conformance Per Narrative, etc.) (Yes/No; extent of re- testing per test report or ................................................................................... ........._..................... ._._. _ ....Q........ n.. S; etc.) 2 of ow *air City of Encinitas Page 1 10/20/2004 I?�L� �S'��4w s2-��. .���� � �� ks... . ,. .�S -u ..... ,. r. ,. . -J. a Li'i. ,x f,° � _, t:��1'S��':7•''�, �e {s- �"`�f�V�..:,h .� �� Olga, 3�`.:i ¢µ''"*s�" - I_TEM.:z LINtT ` TY UNIT $, TOTAL'$ TOTAL $s: ;' ; .'.- TfSTAL 1 Clearing and Grubbing LS 1 $6,900.00 $ 6,900.00 10.00% $ 690.00 $ 2 Replacement of Median, Curb, Landscape LS 1 $34,500.00 $ 34,500.00 $ - $ 3 Shoring and Bracing LS 1 $4,025.00 $ 4,025.00 10.00% $ 402.50 $ 4 Excavation, Backf Il, and Recompaction of Launching and Receiving Pits LS 1 $69,000.00 $ 69,000.00 10.00% $ 6,900.00 $ 5 Traffic Control LS 1 $41,400.00 $ 41,400.00 10.00% $ 4,140.00 $ 6 12" HDPE Sewer Pipe (Pipe Burst ) LF 2,607 $161.00 $ 419,727.00 390.00 $ 62,790.00 $ 7 12" PVC Sewer Pipe (Open Trench ) LF 469 $155.25 $ 72,812.25 $ - $ 8 Manholes 0 —10 Feet depth EA 8 $4,140.00 $ 33,120.00 $ $ 9 Manholes 10 — 16 feet depth EA 6 $5,888.00 $ 35,328.00 $ $ 10 Manholes, Drop Inlet EA 2 $5,750.00 $ 11,500.00 $ $ I I 4 -inch Service Lateral Reconnections EA 1 $1,725.00 $ 1,725.00 $ $ 12 6 -inch Service Lateral Reconnection EA 5 $1,725.00 $ 8,625.00 $ $ 13 8 -inch Service Lateral Reconnection EA 1 $1,700.00 $ 1,700.00 $ $ 14 Connection to Existing 12 -inch VC Sewer EA 1 $3,680.00 $ 3,680.00 $ $ 15 Connection to existing 12 -inch PE Sewer EA 1 $3,680.00 $ 3 6 $ $ 16 Relocate Existing 8 -inch Sewer Lateral (contingency item) EA 1 $3,220.00 $ 3,220.00 $ $ 17 6 -inch Thick Asphalt Concrete (Digouts) (Contingency item) SF 6,000 $7.19 $ 43,140.00 $ $ 18 Aggregate Base (Contingency item SF 6,000 $1.14 $ 6,840.00 $ $ 19 Biaxial Geogrid, Tensar BX -100 or equivalent (Contingency item) SF 1,000 $1.40 $ 1,400.00 $ $ 20 Excavation and Removal of Unsuitable Material (Contingency item) CY 50 $57.50 $ 2,875.00 $ $ 21 Remove Existing 12 -inch Asphalt Concrete Pavement (Di gouts) (Contingency item) SF 4,000 $4.03 $ 16,120.00 $ $ 22 Replace Traffic Loops Damaged by Construction Operations LS 1 $14,000.00 $ 14,000.00 $ $ 23 Construction Bypass LS 1 $23,000.00 $ 23,000.00 20.00% $ 4,600.00 $ 24 Water Service Relocation (Contingency item EA 1 $1,800.00 $ 1,800.00 $ - $ Subtotal $ 860,117.25 Subtotal $ 79,522.50 Subtotal $ CHANGE ORDERS 1 2 3 4 5 TOTAL CHANGE ORDER COST Subtotal $ $ $ ORIGINAL CONTRACT $ 79,522.50 $ CHANGE ORDERS TOTAL $ - $ TOTAL AMOUNT DUE $ 79,522.50 $ LESS RETENTION 10% $ 7,952.25 $ 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 $71,570.25 PERCENT PAID OF ORIGINAL CONTRACT #DIV/O! PERCENT PAID OF CONTRACT CHANGES #DIV /0! PERCENT PAID OF TOTAL CONTRACT 9131V/01 City of Encinitas Page 1 10/20/2004 November 11, 2004 Jose Ortiz Metropolitan Construction P.O. Box 477 Bonita Ca. 91908 Re: Encinitas Trunk Sewer Replacement Design Clarification No. 001 Congested Utilities and Additional Manholes Dear Mr. Ortiz: We are providing the attached drawings as a design clarification your use during construction of the subject project. We have identified sections of the pipeline alignment where open trenching for the replacement of the pipeline may be performed. Open trenching in the locations identified will reduce the risk of damaging adjacent utilities by pipe bursting. The City does not consider opening trenching to be an additional cost. Open trenching is allowed for your convenience and reduction of contractual risk. In addition, we have identified four (4) new locations where additional manholes may be installed. These additional manhole locations are identified to reduce the longer spans of the truck sewer between manholes. You have requested that the City consider shorter reaches so that the pipeline sections can be completed within the contract allowed work periods. If it is determined that an additional manhole is required, please notify the Construction Manager in writing to identify such an instance and where the additional manhole will be located. Additional compensation will be provided per the amounts shown on the project schedule of values items 8 and 9 for manholes. Our onsite inspector will verify materials on -site and that the Contractor's mark -up set of drawings is accurately maintained to record such additional facilities. Lastly, the manholes with stub -outs for future lateral connections have also been identified in the design clarification. We are currently reviewing the COR provided by your office for these facilities. Please provide notification of when you will be ready to install the additional stub - outs. VeZtry you rs, Sean Manning Construction Manager Cray SwteL % c: di�ipr.He�U-rryr -A ­'t iTan ,rwr. DC 001 File 4909 Murphy Canyon Road, Suite 220 • San Diego, California 92123 Tel (858) 496 -0500 • Fax (858) 496 -0505 F' 3� 1 3;; '20 1',0 10, 40 1-0 1 +OC —biH NC. - Ere`✓ ?I!v d I C4 ti :_ rn f N Ir I r ; i i I ii3 j,g1�6hF� �, T.� -rrL`r %'t .��L _ �s r 16" ACP CLOSE TO SEWER LINE. U:; QROFESS /O i POSSIBLE WATER PIPE VAULT. ti o� �yt"y (_;L (A 4, r39 UNDER CONTRACTOR OPEN PIT AT Na. soiee OPEN TRENCH APPROX 100 LF D'ARDING MANHOLE REPLACEMENT. MH. NO 13 w m PRESSURE GAS LINE AND WATER O Ex p. 6/30/05 8 SAN DIEGUITO PROR TO WORKINCVED DURING CONSTRUCTION SHALL civet. �oe2 WATER LINE -TAIL 1 OR DETAIL 3 �4 iE aF oat' DWG C -4. ALL REPLACE ANY TRAFFIC SIGNAL LOOPS 20 0 20 40 80 EREVISIONS ,NSTRUCTION. SCALE IN FEET BE?- -Y OF ENCINITAS NGIN EERING DEPARTMENT DRAWING N0. WIMPROVEMENT PLANS FOR; ENCINITAS TRUNK SEWER REPLACEMENT LO( 'LAN & PROFILE STA 1f00, C', 0o T01�3�0000 'EC N L2Eg0 Nov -11 -2004 06:57pm From- T -051 P.001 /008 F -071 f i a, el 4909 Murphy Canyon Road, Suite 220 San Diego, Califomia 92123 Tel: (858) 496 -0500. Fax: (858) 496 -0505 e-mail: rbrady @rbrady.net Facsimile Transmittal To: Kipp Hefner Company. City of Encinitas Fax: 760 633 2818 Phone: 760 633 2775 Re: Record of Negotiation Change Order #1 From: Sean Manning Project. Encinitas Blvd. Trunk Sewer Project No: Encinitas.003 Date: November 11, 2004 Pages: 7 (excludes this page) CC: ❑ Urgent X For Review X Please Comment ❑ Please Reply • Comments: Kipp, Here is the draft record of negotiation for the drop inlet. Let me know if you have any comments. Do you have City of Encinitas CO form that you would like me to fill out and submit for processing? Sean If you did not receive the entire transmittal, please call (858) 496 -0500, Date: November 11, 2004 Tnnc: 3:42 PM Initials: Nov- 11-2004 06:57pm From- T-051 P.002/008 F -071 City of Encinitas dadlil Encinitas Blvd Trunk Sewer Replacement �.� 4909 Murphy Canyon Rd Ph 858496 -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. 91905 Prepared by: Michael Herrmann, P.E. Summary of Work Subject: installation of Drop Inlet Structure City W.O. #: CEE01D 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. REP #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 REP #1. Additional Cost Reauested by Contractor $2,300.00 Nov -11 -2004 05:57pm From- Change Order #1 November 10, 2004 Negotiation T -051 P- 003/008 F -071 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 c0 #1 Page 2 of 2 Nov- 11-2004 06:57pm From- `' ' Div Of Lncinitas September 28, 2004 Metropolitan Construction Attn: Jose Ortiz 8614 Troy Street Spring Valley, CA 91977 RE: ENCINITAS BLVD TRUNK SEWER REPLACEMENT(CEE01 D) RFP #1 Gentlemen: T -051 P.004/008 F -071 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 hi Ids, P.E. Field perations cc: Ron Brady, Inspector Richard Brady and Assoc., Consultant Utilities, Sewer TEL '760-63.1-26M) I FAX 76u- 633.2627 soi S, yul an Avenue, li,�rinira%, (2aliGrrnii )3112.5- .1633 ITA) 760.63.27�1n l� ^�J recycled paper Nov -11 -1004 06:57pm From- EX. MH 8" PVC CAP • 8" PVC TEE SDR -35 • N SDR35 PVC PIPE SOLVENT WELDED IN MH , a a 1 DETAIL NOT TO SCALE • • v • • T -051 P.005/008 F -071 FINISH SURFACE 3 FEET J SEAL SPACE W/ EPDXY GROUT EXISTING 8" SEWER LATERAL CORE DRILL 8 1 /2" DIA. HOLE & INSTALL LINK SEAL PROVIDE 3 316 SS BRACKETS W/ 1/2° DIA. 316 SS EPDXY ANCHORS —DROP CONNECTION PIPE INVERT SHALL MATCH THE SPRINGLINE OF THE EXIT PIPE. CHIP OUT INVERT AND REPAIR W/ EPDXY GROUT TO SUIT, Nov -11 -2004 06:58pm From- T -051 P- 006/008 F -071 METROPOLITAN CONSTRUCTION GENERAL BUILDING & ENGINEERING CONTRACTOR PHONE: (619) 741 -5643 FAX: (B18) 741 -5658 tic. No. 790532 FACSIMILE TRANSMITTAL FORM DATE: November 91 2004 PROJECT No: 622 TO: Richard Brady & Associates FAX p5p5 ATI'N: Sean F Man"Ing PHO 486 -.0500 FROM: Alberto Larlos SUBJECT: ENCINITAS BLVD, TRUNK SEWER REPLACEMENT NUMBER OF PAGES (including this transmittal form): 2 ADDITIONAL. COMMENTS /INSTRUCTIONS; - II RFP # 1 Price IF YOU DO NOT RECEIVE ALL OF THE PAGES LISTED ABOVE, PLEASE CALL AS SOON AS PossiSLE -FOR RETRANSMISSION: THANK YOU- SENT: Date: Time: Initials: Received Nov -09-9004 15:12 From- To- page 001 Nov -11 -2004 06:58pm From- General BUM 139 & November 9. 2004 Richard Brady & ,Associams 4909 Murphy Cmyou. Road, Suite 220 8= Dingo CA 92123 Anmtiaa, Sean F Manning Mareace: Er=Wtas Boulevard Trunk Sewer Replacement Subjeot: RFF # 1 Drop Wet Geutlemon, T -051 P.007/008 F -071 : Contractors LIcense No. 790532 As requested in RFP # 001. we are here by submitting our cost proposal in accordance with your slmcL for a drop inlet. TOTAL COST S 2.300.00 If you have any questions, please feel free to call. Sincerely, Alberto Larios Project Manager P.O. D"477, Bonita, CA. 91908.0477 Phone (619)741 -5643 Pax (619)741.5656 Received Nov - 09-2004 16:12 From- To- Page 002 Nov -11 -2004 06:58pm From- T -051 P- 008/008 F -071 Dwrr. , ►.r1 1. -I . . �iW�7 - $gCprld].C10 CA 14ETR pQj,TTAX CONSTa=TXON 6 &5 Opp ®x Street STOCK - ESC0=1Do E�oo�dido CAS 92029 PO E= 477 �19og Talo-Phone: 160-751-5335 .1 .1� 1 �4 1'I Received Nov- 08 -Z004 1804 From- To- Page 1 ftterided Price 35.67 x.1.07 24.21 59.00 95.00 +105.00 629.95 48.82 678,.7' Page 002 F3 =TA Telepho7'�ea ` 619 -741 -5668 P`ax 'V te�tiori: AWN&TO 923k30 >�C�� TA8 BLVD Tg1 S BELOEk RPLMZ' 11/OS/0� Bid I17z Net Sell ' Prase pine 014=titY Per Deearaptivs� 1 BA S5 ova TE9! � 36.67 10 • SOLVENT (Q74VE) 8 pvc• SM3 5 CAP Ii't7D 1].. 01 20 1 EA 'SWR SOIN'1' ,VE wmir fGLtm) SF�1D � 24.21 30 1 MA 50�ap ELJ�6 (�GI,� � i7 t1 40 20 pT SX20' SDR35, y�VC 9W& PIPE iG) TOSFF0E6SDR /G,99 50 1 3 EA EA Ll= 5EA7aE5ET -355 31 135.00 60 subtotal: 4 , Tax: �3d Tota1- 9 .1 .1� 1 �4 1'I Received Nov- 08 -Z004 1804 From- To- Page 1 ftterided Price 35.67 x.1.07 24.21 59.00 95.00 +105.00 629.95 48.82 678,.7' Page 002 Nov -11 -2004 02:10pm From - ir ro T -050 P.001/003 F -068 4909 Murphy Canyon Road, Suite 220 San Diego, California 92123 Tel (858)496 -0500 Fax (858)496 -0505 Facsimile Transmittal Hefner Company. City of Encinitas From: Sean Project: Encinitas Trunk Sewer Fax: 760 - 633.2818 Project No: Encinitas.003 Phone: 760 -633 -2775 Date: 11/11/2004 Re: Miscellaneous Pages: 2 (excludes this page) CC: CC: 0 Urgent 9 For Information ❑ Please Comment ❑ Please Reply • Comments: Kipp, Included are Metro's request for time extension and our response. Please contact me if you have any questions. If you do not receive all the pages of this transmittal, please call (858) 496 -0500. Date: November 11, 2004 Time: 10:51 AM Initials: Nov -11 -2004 02:10pm From- �1�, i <N v� rangy � r�i� Kyr - A'Irem November 11, 2004 Jose Ortiz Metropolitan Construction P.O. Box 477 Bonita Ca. 91908 Pe: Encinitas Boulevard Trunk Sewer Replacement Contract Time Dear Mr. Ortiz: T -050 P- 002/003 F -068 A letter that Metropolitan Construction submitted requesting additional contract days was not adequate for the purposes of providing a change order. As stated in the letter I sent to you on November 9, 2004, documentation is required to demonstrate the delays incurred to -date are pursuant to Section 6 -6 of the Standard Specifications. This documentation shall, as a minimum, include the following: - Stoppage of Work Request from the City of Encinitas - Revised baseline schedule - Proof of material days (if applicable) - Daily Reports for Rain Delays - Timeline description showing at fault delay for by -pass approval Please send a change order request with the proper documentation demonstrating the need for a specific amount extra contract days to complete the project. An immediate response is required due to the limited time available in the existing contract days. 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-003,303 `haw -�;Pr nbsG �,�1 • . / .� ,�+, r�vr/ iva� kl� ✓J' %11:rJI 4d4CG.tiGG • .,',� ((Y.id% 4d�G.iGG Nov -11 -2004 02:11pm From - 1I V v. .1 • •-•••- I .. G zeral R'fr17I&W & T -050 P.003/003 P-068 ins coutractors Ur.w sm No, 990332 November 9, 2004 Richard Bv* & Associates 4909 Murphy Canyon. Road.. Suite 220 sea Diego CA 92123 Attention: Sean F Manning Reference: Encinitas Boulevard Trunk Sewer Replacement Subject-, Time Extension Dear Mr. Manaus, - Following Section 6 -6 "Delays and 'Extension of lime" Paragraph 6 -6,1 Metropolitan Con=Wtioa respectfully requests a not cost time extension, mitil February 11, 2005; due to unf=seea events suoh as the time expended on gaffing the by pass approved, the adverse weather that 4emoy am by pass Pipe system, the su9pemicn of wo* duo to the Pscsidentiel Elections, rain days etc. If you have any questions, please feel free TO call. Sincerely, Alberto Project Manager Ra. Box 477, Bonk., CA, 91900 -0477 Phone (619)741.5643 Fa (619)74 1.5650 Received Nov-08 -2004 18101 Prom- To- Pan 002 ce 6J�/ l- K -Irl1 e'lliel- CITY OF ENCINITAS ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT PROJECT WEEKLY PROGRESS MEETING AGENDA Attendees: Richard Brady & Associates Doug Morales Bernard Cook Sean Manning San Dieguito Water Mark Robinson Bill O'Donnell November 10, 2004 City of Encinitas City Hall Metropolitan Constr. Alberto Larios City of Encinitas Kipp Hefner Shawn Atherton Greg Shields Ben Taylor CONTRACT SUMMARY (As of 11/10/2004) Contract Time NTP Date: ............................................................ ...... August 2, 2004 Commencement Date :....................... ............................... August 2, 2004 Original Allowed Work Days: ............................................ 90 Original Contract Completion Date :...... ............................... December 4, 2004 Days completed: ............................................................ 73 Elapsed Contract Time: .................................................... 81.1% Contract Price Original Contract Amount: ............................................... $800,000.00 Approved Change Order(s): .............................................. $0.00 4A0.9 / r ri�� ym .J�, �i� z z'O • 4s�J��os�a • ��s�J 4�saso5 Page 2 Revised Contract Amount: ............................................... $800,000.00 Amount Payable to Date :................. ............................... $71,570.25 Retention to Date :.......................... ............................... $7,952.25 Total Invoiced to Date: ................................................... $79,522.50 Percent Invoiced to Date: ................................................ 10% 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 required at Sta. 19 +90 for the 10 -inch pipeline. • 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. • Set base for MH #15 @ Sta. 29 +75 • Pour MH #15 • Open trench Monday (11/8/04) • Contractor must provide a two -week look ahead schedule at every construction progress meeting. See 2 week look ahead developed by attendees attached. 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 M11#8 • Lining in MH41 & 8 requested by City. RBA to provide RFP #2. The City wants to use Sand -Con for lining application work. • RFP #3 for the 8 -inch diameter stub outs in MH #14 and 15. To be a per unit cost. Pending Change Orders • Metropolitan reported that the COR in response to RFP #1 is in progress. • Metropolitan to put in COR for a time extension. 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 • 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. 1%c V _'A4 d _40M'44 • 490,9 _,A ,!� le npw 9.�',I, goo • Ym _ Way~ (f, "'Y) 9) sao • Asa/ 496050,5 Page 3 Other Issues Potential Changes: • See 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. Contractor must follow the Emergency Action Plan provided by the City and have it on site at all times. • Sandbags are required on site for containment purposes. The two areas where sand bags are needed are Cotton Wood Creek Park and 3` and B. Contractor to find a place to store the bags at 3`d and B. • RBA to send Shawn Atherton the report concerning the sewage spill on October 18, 2004. New Business • The next meeting will be held on Wednesday, November 10, 2004 @ 2:00pm. Requests for Proposals (RFP) (submitted to Contractor by CM) RFP DESCRIPTION DATE SENT STATUS 1 Drop inlet structure at Manholes #I & 8 10/6/04 Metro. 2 Lining in Manholes #1 & 8 11/3/04 Metro. 3 8 -inch diameter stub outs in Manholes #14 & 15 11/3/04 Metro. Change Order Requests (COR) (submitted to CM by Contractor) RFP COR STATUS DESCRIPTION AVvr ovea %-naD a vraers It-U) taUDm1[Lea to owner oy %-ivi) RFP COR CO DESCRIPTION TIME AMOUNT STATUS .ea/a • 4909 -Apxf rem. X00 • �� 9��� e� ,k58J 4 -960500 49eO.Jff Page 4 CITY OF ENCINITAS ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT PROJECT TWO WEEK LOOK AHEAD SCHEDULE (11/3/2004) Work Description Wed. 03 Thurs. 04 Fri. 05 Sun. 07 Mon. 08 Tues. 09 Wed 10 Thurs 11 Set Base MH #15 x Install MH #15 x No Work o Open Trench starting at Sta.27 +75 x x x o ` ,544 d • ��0.9 � �°Q �� goo • -� � /�sa/ ��sa5aa • � /�s�/ 4�6 aso,� � E j k � e { / c U) n (N � co 00 00 CD 0 3 a � \ � 2 $ q \ E ƒ ƒ w £ w z z z z _\ co a e / 6 w � e � w o C� cl a o § J 3 3 LU 2 d § 2 / - / \ w iz: a CO 7 a o /\ ui ui 0 3 c o a a # 3 C) � � § / / q q § q q B ® ) § \ n o ~ CN b $ k a & 5 k w a a a 5 w ) § \\ > 2 § 2 k R � E T « z A — 0 ■ a t / s § \ a) / k \ o \ E k \ LL ƒ ) } ) ) 2 k \ E \ \ 8 k \ k k � k k k o = m m m £ m I w A E § e D O §\ $ \\ z h » o e m ® ® m ) @ - § S S co k m w Cl) Cl) Cl) n N / / S ) % \ / Cl) / 2 f k $ w R & § 2 w_ z 2 w f § 3 \ 2� G / \ / / § \ 0 S C) tq o Y U c � H a m _R U) 7o 'c o w` M 6 U U m m C O a U N f0 c O C) 'U 0 c U != c U w d 9 E 7 z V N a a Q U L 0 O J J Q F H m m U) U) H _Z V z W N r a 0 w H O z 7 O a z CO) N a N w w a 0 w z z H F� O O w W U w a D z O H a a U W a z O H V w N U W CL N w m z lo) � 0) � ~ z z O z C) o (3) � 0 0 0 0 N N N N O) O) O) O) 00 o ° 9 m E v c 0 0 cc E Im m A CD Q V A 42 E a 7 N 0 m .a E 3 z N O N I P�- °o N 0 N H z a v v 3 o � vi N � abi � U N .r N 4U. GC C a 0 O d Q a � ° o � U a) a� c � z U z� N 0 J m O C L N r c f9 0 f- N ° x c 0 x m 'o c o r U U U) U 00 o ° 9 m E v c 0 0 cc E Im m A CD Q V A 42 E a 7 N 0 m .a E 3 z N O N I P�- °o N 0 N H z a v v 3 o � vi N � abi � U N .r N 4U. GC C a 0 O d Q a � ° o � U a) a� c � z U z� Cp 0 m 0 r N r m N 0 f- N z I- 00 o ° 9 m E v c 0 0 cc E Im m A CD Q V A 42 E a 7 N 0 m .a E 3 z N O N I P�- °o N 0 N H z a v v 3 o � vi N � abi � U N .r N 4U. GC C a 0 O d Q a � ° o � U a) a� c � z U z� k Z5 q 2 2 ( 2 � � \ LLI2 n § � o } G j \ / \ / m w §ƒ ZL ® k� 0 2 oLU j § � 0 Cig z 0 ui ■ 7 � 2 60 k zE ® m aZ �/q �0zZ<w wq <elaa Leto zLL ski$ o�b§» z$$ / lw e§ / ®§§» E $§W2/ o0ow <m \0?\ /$J §wF- =f §2 a.02�mmk wwm <k&m a w�F «2�Z® I elomIX @ 7�7�E\R§ oF- « -<2 <wz<o eewowR02 2m <plxwoq eo -e -i m ktoZ<D— 2 o- � <nom< (D | | 2 � 2 § -0 � � o ■ R k LU u Z � w Z W 2 U) 2 § < 'z > < > O � §O o � Z m M kf k�/o � 2k2 0/«2-j ƒ¢ § ozwD2m CL 0\k2bm� EWzO�O -w 0W9 -Z) -E& \Vw< U -c �2° mow <oz ww�= eeLL m°1-2�Ik%§ ®$�kk®C) -ir §��022 <l< < :) 0$W� 00002wo9w LuP «c�3o ��5IIx <2 <c� �LL w ®0 x2m ..e1.- 0 Q Q �X2$$§Lw§/ < ow <0 It) « � CM 2 w U)k�§ CO w� jtE0 2 ifa) <LL -3 1 0oU) �oWLU ��M)2 Iw ƒLL$ w ®Bww a ■wa. u =xa�na- =owRA 1122« §k\72 a. WF- 0 0 }3: I </ i/$�$ . (LwQu ■w2w� 3�2%z k k _ § z m0Rl �m2o \�§§ < Z I22 S2 �EXjr 20P$ ƒiMe F-w§S w C3 2 Zw Zzmm o�;,R /F- \\ §±�02 <Mim / \ ƒ ) 3 k J / 2 2 Ml 2 � a- \ / g ¥ R G j � 4 E \ CL m w %E k Z 0 Z w� LU CC CK k LU Mu Z 0 CO) ■ r- c / m } / a co, 2 /a� w i /gb §w /.ww2 T> Q<WF- �2W\ /§ ƒ ^ 3:eCOe2oaUJWzw e2�1< 0w§§w F-§2 O$wo w�muI «MoF- a._j<xaw 0ol0 x060 T@z2w< $I-a- ƒB§ §m -§ §�§ /?W22\§W w� en 00x\2m / -Do � A§w*mx °- §§ <�x$222M12 m �_ u z 0 W § w2onogQ -JWa = zozR -j =o= q <F -?w- bz } \wz / )tw§ §Uo C0 k k w uj KLIU Lz =(1 § §k9 =9 S�k 0w�0wmR c \ � / q E $ z ow K§ < omw \w2k u)k/ 2a.nz< S®M > —J0X /§ƒ \ik�§ �uw ?R�6m 0 <0 U)0E� zmE z a -zs 0 Z (1) ƒ e)W m_e§o \ & � co U) §�\ /§k@ z�� 2/z Xgƒ0W /no >i ®w® ®= wozm< w50 bw ƒEj %%$ X °—wm k \� §0www 0T\ ak§ \ §\ oa0 ko «aCL LL ƒ § � ƒ § ƒ a / ( k \ 2 § ■ b 0 . EL J ƒ LL § \ � IX L k § � Z ■ w ■ W } ) c \ � / q E $ z ow K§ < omw \w2k u)k/ 2a.nz< S®M > —J0X /§ƒ \ik�§ �uw ?R�6m 0 <0 U)0E� zmE z a -zs 0 Z (1) ƒ e)W m_e§o \ & � co U) §�\ /§k@ z�� 2/z Xgƒ0W /no >i ®w® ®= wozm< w50 bw ƒEj %%$ X °—wm k \� §0www 0T\ ak§ \ §\ oa0 ko «aCL LL ƒ § � ƒ § ƒ a / ( k \ 2 v m O CL .0 N N U C W 0 U c d U 'y v } Q� ZW a F 0 2 R a � o w m cw o W C _ c F V ` 0 G H o m a� a� � m Q `o v m 0 O U O O h f0 U c W m a E _ z W N N p Z O a a Q N m Ir v 0 J Li o � a � w � � o U) E Z z IX ._ U W Z ►°- W i m w 0 m m a ENCINITAS TRUNK SEWER REPLACEMENT CMD00B SEWER MANHOLES AND LATERALS METROPOLITAN CONSTRUCTION EXISTING SEWER MANHOLES S.M.H. # NEW SEWER MANHOLES STA. 1 + 00.00 STA. 2 + 65.18 STA. 5 + 69.32 STA. 9 + 06.02 STA. 10 + 96.74 STA. 12 + 89.04 SEWER LATERALS 4" 13+52.48 4" 13+92.54 4" 15+04.42 4" 15+77.62 4" 18+56.72 8" 19 +26.11 4" 23+11.00 SOUTH OF ENCINITAS BLVD SOUTH OF ENCINITAS BLVD NORTH OF ENCINITAS BLVD NORTH OF ENCINITAS BLVD NORTH OF ENCINITAS BLVD NORTH OF ENCINITAS BLVD NORTH OF ENCINITAS BLVD ENCINITAS SEWER TRUNK REPLACEMENT CMD00B 7 STA. 15 + 00.00 8 STA. 15 + 77.62 9 STA. 17 + 00.00 10 STA. 18 + 56.72 11 STA. 19 + 26.11 12 STA. 20 + 30.00 STA. 22 + 75.94 13 STA. 26 + 25.94 14 STA. 29 + 75.94 15 STA. 31 + 75.94 16 DROP MANHOLE SEWER LATERALS 4" 13+52.48 4" 13+92.54 4" 15+04.42 4" 15+77.62 4" 18+56.72 8" 19 +26.11 4" 23+11.00 SOUTH OF ENCINITAS BLVD SOUTH OF ENCINITAS BLVD NORTH OF ENCINITAS BLVD NORTH OF ENCINITAS BLVD NORTH OF ENCINITAS BLVD NORTH OF ENCINITAS BLVD NORTH OF ENCINITAS BLVD ENCINITAS SEWER TRUNK REPLACEMENT CMD00B t�- �9 i0 V R\ � � 0 d. 1, J f d � — d P'� 1.3 VA s ®a, Z t�- �9 i0 V R\ � � 0 d. 1, J f d � — d P'� 1.3 VA s ®a, ---------------------------------------------------------------------------------------------------------------------------------- METROPOLITAN CONSTRUCTION PR:MAVER.; PROJECT PLANNER ENCINITAS BLVD. SEWER REPLACE: ^,F` — REPORT DATE 1ONOVO4 RUN NO. 110 START DATE 2AUG04 FIN DATE SDECC4' 9:05 Two Weeks Lookahead DATA DATE 10NOVO4 PAGE NO. - - - -- - - - -- ACTIVITY ---- ORIG -- -- - REM - -- ---- - -- - -- -------------------------------- ------- --- - ACTIVITY DESCRIPTION - - - -- -- --- - -- EARLY -- - - ---- EARLY -- - - - - -- LATE -- - - - - -- LATE ----- .OTiw ID DUR DUR % COCE START --- - -- FINISH -- - - - - -- START FINISH FLOAT - - - -- - - - -- 1150 - - -- 10 - - -- - 10 - -- ---- - - - - -- C ------------------------------------------ --- Striping Suomittal - ---- 10NOVO4 24NOVO4 -- - - - - -- 22NOVO4 -- - - - --- 7DEC04 - - - -- 1300 90 64 20 Traffic Control 10NOVO4 16FEB05 3SEP04 9DEC04 -46 1460 3 2 40 Pipe Open trench Sta 27 +75 to 22 +;5 1CNOVO4 12NCV04 7SEP04 9SEP04 -45 1360 2 2 C Launch Pit Sta. 20 +30 15NOVO4 16NOVO4 9SEP04 1OSEP04 -45 1390 4 9 C Pipe Bursting from Sta 20 +30 to 22 +75 17NOVO4 22NOVO4 13SEP04 16SEP04 - 1310 2 2 0 Receiving Pit at Sta 19 +26 23N0'✓C4 24NOVO4 22SEP04 23SEPC4 -42 1330 1 1 0 Set Bypass From Sta 17 +0C to 19 +26 23NOVO4 23NOVO4 23SEP04 23SEP04 -41 1350 3 3 0 Pipe Open Trench Sta 19 +26 to 20 +30 23NO'704 29NOVO4 17SEP04 21SEPG4 - 1355 1 1 0 New Manhole S�3 20 *30 (412) 23NOVO4 23NOVC4 24NOVO4 24NOVO4 �U 7s��3 E) « �?tT- ces� '�� Nov -08 -1004 0644pm From- I-q �L��%u� VI�NZP�Sld rtierf C�a�✓rdo4�ir.�rfi! ._.•�`ldirl November 9, 2004 Jose Ortiz Metropolitan Construction P.O. Box 477 Bonita Ca. 91905 Re: Encinitas Boulevard Trunk Sewer Replacement Request for Two -Week Look Ahead Schedules Dear Mr. Ortiz: T -047 P.002/003 F -062 This letter is to serve as a request that two -week Iook ahead schedules be provided for review and discussion by the project team at our weekly progress review meetings. I have made repeated requests at our meetings that these updates be prepared. These updates are an important tool to be used by the City's project management staff and Metropolitan Construction. The two -week look ahead schedule is used to schedule quality control inspection, assist in notifications to land owners or affected agencies, update City Project Management staff on upcoming work, and when reviewing the project baseline schedule. Your assistance with this request is greatly appreciated_ Should you have any questions, please do not hesitate to contact me. Very truly yours, a Sean F. Manning, P.E. Construction Manager cc: Kipp Hefner, City of Encinitas Grog Shields, Ciry of Encinitas Filo Encinitas.003.303 4909 Murphy Canyon Road, Suite 220 • San Diego, California 92123 Tel (858) 496 -0500 . Fax (858) 496 -0505 Nov -09 -1004 05:25pm From- 61w d, rah November 9, 2004 Jose Ortiz Metropolitan Construction P.O. Box 477 Bonita Ca. 91908 Re: Encinitas Boulevard Trunk Sewer Replacement Contract Time Dear Mr. Ortiz: T-047 P.003/003 F -002 As you are aware the subject project has ninety (90) working day contract duration. This letter is being provided as a notice that Metropolitan Construction is approaching the contract time completion date of December 3, 2004. To date we have not received a time extension request or executed change orders to the contract to execute any changes in allowable contract time. The City of Encinitas project management team is concerned that Metropolitan Construction is not going to meet the time requirements as described in the Contract. In addition, the project baseline schedule submitted by Metropolitan Construction on October 7, 2004 shows a completion date of February 1, 2005. To assist the project team in monitoring elapsed contract time, Contract Time status information was provided at each progress meeting. Contract Time information is provided in the Construction Progress Meeting Agenda for review by Metropolitan Construction and the City of Encinitas project team at each progress meeting. At our last Construction Progress meeting on November 3, 2004 I expressed the City's concern that the project may extend beyond the allowable working time and requested that Metropolitan Construction evaluate the project schedule and prepare a Change Order Request for additional contract time as needed. This request shall be accompanied by an updated Project Baseline schedule and documentation to demonstrate that delays incurred to -date are pursuant to Section 6 -6 of the Standard Specifications. Should you have any questions, please do not hesitate to contact me. Very truly yours, >_. f -�. ,. •. - z, _,`r . ""-.m'.'^•?'',a vim'€' Bean F. 3danning, P.E. Construction Manager cc: Kipp Hefner, City of Encinitas Greg Shields, City of Encinitas Pile Isncinitap- 003.303 4909 Murphy Canyon Road, Suite 220. San Diego, California 92123 Tel (858) 496 -0500 - Fax (858) 496 -0505 CITY OF ENCINITAS ENCINITAS BOULEVARD TRUNK SEWER REPLACEMENT PROJECT WEEKLY PROGRESS MEETING AGENDA Attendees: Richard Brady & Associates Doug Morales Bernard Cook Sean Manning Sandieguito Water Mark Robinson Contract Time October 18, 2004 City of Encinitas City Hall City of Encinitas Kipp Hefner Ron Brady Greg Shields Ben Taylor CONTRACT SUMMARY Metropolitan Constr. Alberto Larios NTP Date: ............................................................ ...... August 2, 2004 Commencement Date: ...................................................... August 2, 2004 Original Allowed Work Days: ............................................ 90 Original Contract Completion Date: ..................................... December 4, 2004 Dayscompleted: ............................................................ 52 Elapsed Contract Time: .................................................... 57.8% Contract Price Original Contract Amount: ............................................... $800,000.00 Approved Change Order(s): .............................................. $0.00 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% 4 09. �G* ¢a�a�r . oru� .�i ,� �O • . ora �i,�ol trei<r .9 7 3 �� %dJ 4 9" . 00 • . °�� %5"f) !9v� OS05 Page 2 Discussion: Old business • New Baseline schedule to be provided. To be reviewed by RBA. • Traffic Control Plan needed. • Bypass plan accepted. • Contractor started placing bypass piping. • 16 -inch waterline on Saxony Rd. has been identified in the contract documents to be in close proximity to the sewer. Contractor indicated that the subject waterline will be close to the area used for the launching/receiving pit and as such, damage cause by pipe bursting adjacent to the waterline can be avoided. Contractor will open up areas where existing utilities are congested. • RBA to prepare a design clarification identifying potholing for congested utilities near pipe bursting work. (Action: RBA, Doug Morales) • STA. 3 +50 10 -inch ACP is close (385 Top) contractor will dig up before bursting and needs to be potholed. • 30 -inch storm drain, originating from the apartment complex located between Calle Magdalena and Quail drive, that converges very close to the sewer line. This section will be open trenched and the drain will be adjusted as needed. Progress of the work - • Potholing. Only one area left to pothole. Waiting on bypass submittal approval. • Contractor is installing bypass piping. • Contractor wants to start pipe bursting by Monday October 11, 2004. The plan is to dig out the launching and receiving pits on Sunday (Oct. 10) night and cover them with steel plates before the start of the pipe bursting work. 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. • 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 1. Work located in the Cal -Trans Right of Way have been identified in the contract documents to be long reaches. Additional MH's may be proposed by the contractor to avoid going past hours of operation. Going outside hours of operation is out of the question. Contractor plans on seeing how the first few reaches go to determine a plan of action. . ��iir�i�ctri.�t� c� ��aaa/ee • 990.9 /dY,ut�4�� ��i�ao .�oal� . y'tu�e .J` 00 • . fa'ia 1�%r�a, �a��Zia A,e"1,2J` T �dSB% 49K 0500 • . ��5d� 4.96 =0505 Page 3 Future schedule • Finish potholing. • Pipe bursting. Other Issues Potential Changes: • Addressed by RFP's. Other concerns: • Contractor needs to contact survey crew at least 48 hours before survey work is to be done. Contractor to let Kip know when the survey crew has been contacted. • 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) • Bernard requested that the survey mark out be placed in the bike path denoting the stations. The City said this was fine. New Business • The next meeting will be held on Monday, October 25, 2004 @ 2:00pm. • Ron had a question concerning the method for excavating manholes. • Metropolitan to provide a sketch showing launching and receiving pits. • Greg Shields will send bid scope of values to contractor and CM. - - • • • • , ' • 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 Annroved C:hanvo Ordore !f nl +„ RFP COR CO DESCRIPTION TIME AMOUNT I STATUS . E' i,Iiatid .�ur� & .�aocrr�' • 4.90.9 � ,�� � oi��r ory .%scary' .�r� .5'00 • .�'�a �' ii�a, �ii��iva A,�'1,�Y .T /�sa/ 49� asao • .� /�sa/ 9.9vf'asps a C, oc N O A 4z n� z� x lD O o' x O t O a � M m O H l A L x� CD CD � O. w Ov 0 N � O 0) O A O O O O O 0 D m n oo D N V N M cn n c �j 0 = '' �' O N ° CD 0 O W V V V w a) (a v D] 7 w oW oWo N O A N pO A N O A -I A -� W (O O� (O 91 CO A A A W N O O O O O 0) CY) CY) (O O O (O W W W W V V V V 0 0 m m X' v to 0 3 _� x M cn n c �j 0 = '' �' O N ° CD 0 O m o o n y 0 0 (Q = °v m T CP y m N c m m n =r m c CD C" m v, v O1 7 w a) (a v D] 7 CD m v, Df O W m � °m y y o d D) 7 7 N O A N O A N pO A N O A N O A N pO A O A O A pO pO A A O (o m (o co 0 oD (a — (o (o o O 0> C A A A A A A A A \ A o ) Z Z Z Z Z Z X Z M m ;u z ;v ;u m m m m m m M m co co co OD co 00 V N W On A OD I2 C 3 v m m a m 0 m 0 _d O Z v m W 0 Z v m m M m 0 _m C m v o' D m X m C Z m v C� G D C cn C , X Z D O C Z v 3 m v D m Z n Z a C _3 a r r O O W 0 D fD o .. m C Z C C N _n 3 O � m N O O O 9 W N 0 0 0 m 0 O m (D O 3 O d 01 a) 3 � 0 n 0 c c C 3 S OD 00 OD (D to O OD N V N N pO pO A A N O A N O A N pO A N O A N O A N pO A O A O A pO pO A A (o m (o co 0 oD (a — (o (o o O 0> C A A A A A A A A \ A o ) Z Z Z Z Z Z X Z M m ;u z ;v ;u m m m m m m M m co co co OD co 00 V N W On A OD I2 C 3 v m m a m 0 m 0 _d O Z v m W 0 Z v m m M m 0 _m C m v o' D m X m C Z m v C� G D C cn C , X Z D O C Z v 3 m v D m Z n Z a C _3 a r r O O W 0 D fD o .. m C Z C C N _n 3 O � m N O O O 9 W N 0 0 0 m 0 O m (D O 3 O d 01 a) 3 � 0 n 0 c c C 3 S m z n z D CA U) C D r r O O W � D m 0 n z c 3 fD m 0 o m clN = O ?, m N o = o O m m = n o �' o X W 0 o. -i 2 c = cn CD a °o- o 0 Z c m H N o W 91 —� A c m m ai m _0 0 Z N t z� io � co A n fn O CD ° m o7a 0 A N E Z o A e o CD Q- r a Al N C H r v co I0 No o m a CD m F] Ro A A Z -, m ;C v c c � � m m A A A A X p'1 z m � m o c � m o c m � CL m 3 � 1p c CL C X z a X 0 V Z v d 3 � m ° a N � m z n z D CA U) C D r r O O W � D m 0 n z c 3 fD m 0 o m clN = O ?, m N o = o O m m = n o �' o X W 0 o. -i 2 c = cn CD m* *o> D 2 w vc�xmm =D�.. mv O D N fZn z >�oo °mz mmDp mvm-4 v—DM0 = m A m m�O0 m_ vm Nmma° o o�� zT—P N m0�N„� v=W-� -� -n, x OO � m m *mA 00�mo m!`bz� v b ao �-n w 0 w p m v m pmcm`D rC-)m -- <TD - � ''T o )m•• c��z?i o00-4m 4(J)ci� mD-n Rpz oo >z 0OOmO �N�L<v r m m gm � 0,0 m "� v M D�m=m <mmc) M o0 m <0-xi� >>Ov 7 > Kam° 0mpm r � A z • N 0 r m w N O A po_ A c'i zvz -4zzmm -4m x c x o 0� -m O C vnzxDmmmzn�x �zo 9000°' m�m�-n m�Z==zZ�D - 'p -jrODw =mczi�m°'i=m-4 zODm = *pm`_" "w��5ymmo n)m- FZCoS2;uD mmvm��zm0 x oc6mz *= :g;�mDVOx• mmrDNOz0 o;ux -4 z�0Di�m m zo° WD< o zoDx <Wu < ry pM> > _ ZN m A z m 3 Z CD /� 0 ;v Z m X N cn v � � ° n v z r O 0 0 O >MOC>O -o z�mz0° m pwoo -4 omm :t ,m =N ZoTgaD -. mO� -nz?Oz Ixzx >vzi zz- NiMMo,m = *M-o Zffnnp -D m 0 fOAD�A -0cl) Dm-Owx- - IODON�a x <0MZ 0 <m0in -� =m :c m= mz Z p CT *TDTx �;v -=NMO 0C-xmmpm 0 0 z � _ 0 OD+M ? Cl)� m z W O m N z N m ;Qv to co n � i1i m m O A m v � � O A 4 'Di cm X z m v w 3z m D p C CO) z p D T 0 S.' z 3 C7 0 co' n Q. o, N m 0o n W 2. N 0 a CD 0 m 0 0 7 n O w c a O El } \ } / e \ 7 � � q � r mmT >o> oTo f§\ §k\ � km9§> 2k § C> k § D § *gMoo 0§ 7$ ZWm §wq ; \/\ 2k ® $ a m)T2ET o0 /%? si2 W$M §c om O / M>2� /2 0-0 c �z --§) $§2 &memo one )§ova ##° MC /) ® \§ *Slgo $oo r m> }§C§% 000 E)\M a M60 §a §f q@» > §� m0 z Cl) w / 2 j � B m q \ k \ � o 2 k / � \k\ mm� / /\ k ®mjl -5m- $m -O m Q z3�nmM3$q m m $ -rMQo2 -A§mFn e m 2\ ?¢k4q /77ƒ FA oo /rgz§k2)o § 2 -n rn50W0§r\ m mM °ozm +M §w e �mca z��,II k kM /�O - /§C�-C v 0 - -jm 2� >®k 0 q�cozKw > -Dm¥ M w7o§2 >m23 § ■�Emgv32_.2m _q > 9)un -3k§/ .§2 > \� - -$§m _0 r-za§no9 §o m KoMTk /�� § §� z >jOgE Ocnmxz 2 2mm§%fM2?�R m e f(n =;O P / » 2 m g x % o§ N3 m $ \ � \ / § ■ � � g � 0 z m z m §k mm < v §k §m m 0 2k <0 Az 'o M Z _0 Z � Cl) X "n r- 0 G) $ > £ CD ƒ � z � § / a 0 / m E § / ? / ƒ & � 1 2 K g rl 0 a d O 0 N O A D m o� m ce c d o' c a 3� m a N ^ty I A W wl m z C 3 m 0 N A z 3 W m M v m CA n O z m O z CO) m ;vv mD L M v My mD C m z m v �c �M nz P ;v <O na �z v m z 0 _z V+ ,D,AA X r- 0 0 W n 0 m' z r_ 3 Cr m m n m m Co O O j W - N y n O CD O m 0 0 n 0 _ N C 0 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 :.................... ........ o Contract Price Original Contract Amount: ...................... $800,000.00 . ........................ Approved Change Order(s) :................. ........................ .. .. , Revised Contract Amount: $0.00 ....................... ........ Amount Payable to Date: $800,000.00 ................................. ........ ....... Retention to Date: $0.00 .............................. .......... ............ .... $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). 49l/.9 � Li7n�Nr ._�ax� .�ui� d',?O • ,%an "`"3 ` l�uvi�m .9,e"9,f'� �5�� 4.96 -OSOO • .� %Sd� 4A6 =050a 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 #I — Lining will be required, to be determined. New Business • The next meeting will be held on Tuesday, September 28, 2004 FJ4e/atd 0�ieaaA�rQ • 4.9ar1'- Ar�b+ .09e a;;ao • , r� Qy�osos Page 3 Change Order Requests (COR) (submitted to CM by Contractor) RFP COR Status Description Anuroved Change Orders (CO) (Submitted to Owner n., [rwn �RfPfCOI CO DESCRIPTION TIME AMOUNT STATUS ,9P' • 4.90.9 AO-f, ,San K-w-) 490 d�rpo ' 2 U W Y � o a U N U O C N W O :c U W � I E i 7 Z W O a A? Q U O 0 O m a Z V Z W W HP 1 °z I � Ix a !I Q F 5 W Ix in W Z f- W Z' WI Q D ffI �I IW U �1 0 ! I Oil a �I U C is 0611 UI W U W a W :. ii m' Z itc I m v in m m 0606 ao rn rn rn rn rn I� z z z z z z O z v c o `* v v v (3) o N N N r r ti aD rn rn m o o rn rn rn rn v v Ilt 0 v v v C) .t o o �o O O O O O O 00 O O O 0 O ~ Of OD CO CO O 01 Q� 01 Qi Q m U 0 0 o S o o ao w o O 0 0 - i m F M c 3 Q R E 3 F d La Q N I 7 a E I; z' o F it iw ,o l� rn ;a o m 'O C r� •� O t a O � o CJ G i iz zU O C C (6 t0 i a N N N N n m C l0 a N N m C l6 a N N m W la N a d W S of C j O U = 0 N L; ¢ w C O N w 0 O N CO {i V Q LL ILL U p� N m Q x d U rn N O C @ � i. w C s (� () co M M M M M (O M .- N (O M V M O M 0 0 toA CrJ — N N I,- N `N - o Z N t� Q m U 0 0 o S o o ao w o O 0 0 - i m F M c 3 Q R E 3 F d La Q N I 7 a E I; z' o F it iw ,o l� rn ;a o m 'O C r� •� O t a O � o CJ G i iz zU N O a I L V z a cn O a Q� w I o 1�►'- 2 _E 2 r o O ; to W Ill Q ~ V C O C F• N m Ev Q O C O U M O O ql W •C C LLI N .Q E 7 Z W dpi � O CL af � m W to a V O LL O H IL LL Q (.) O N ` Z E z' Z o W z I io IM Aq a c o_ N C O c O `O N 2 t d � c E U N MMp G �U O W .� U W m z a` � m U x 0 O J LJ. _Z U Z W o _ U7 a° D W z W Q W lz a LU LU �v w U) 9 I Z 0 P M U f!1 W a W Z A N 01 W LL jEo� W O a`F"v=i�wYt9rnw > a_- t-s ZOaa zco o a = w WO OO� WWm- -J=UQmoa LLJ <XCLW o0=� a0oo0 rnuiz� .toQ o =Tag> =�._ Ww9 wzXIL U)rn-� f - w¢iQw aU) zZ Z=QO� L'i p - WWFZPPO 2 m00w O�UWz a co J�woomaou -11 iLaa tA�W¢?;nw�=IZZ a¢E- WW'"zwcnw¢ ;nwa=�acnWU) m0a}'¢w�WW U'wiot =uwi�?a ¢ H z W w U g a J g w w a c M S N N_ h W Z JqU da ¢ �tV�0 0 to �W =Z v�a0 WWWI ~z co Of Jna -�0it c¢i0w Qix�ig� NV0 �(n0Wt/i za�zzow ¢> °gi°5 in 0w w_ Z v am m O W Optn O~ J a U V M z'� !-oW aJW� Uo <� LLyW- 0U �6Za w co =00amz 3 LL��Q o0, y�fO�'W 0. coo J g w w a a U a 0 �o iN W .a c 0 2 N C O •o R� `o m W a` U N '� o W N O c U W U E z 'o a m a Z� � p zw `' 0 W z It Q W D � 0 W W W a w D !Y W N O a W d' O N rn U) _H z w - = W J + 60 O �waWF- wo Wz--) 0Wcot� XCL z'�ca.�u §Rm gowz = =� {y2z =J0. ~ =hInzwW oo (O�QQP ZacnU�Wa _ _ cn am ~aF- - o _� C? � P F_ C Uu'w>i =Ll 3: =MV -JOpvW~JZ0 QQ X- zo?zw 0-j OF'ZO Oza 0UiFODacw�" co U 3wOZaa¢z O!- UQ�Oooa ��MM; z w y Q QWp OJ } O m> ft I C, OZ !gQm AO 6w co z OX C t�a aw =__ -Q¢ -Ma ±HaTW2O =z ��U. -zoo o- UOammp�S' LLJ w- ,zcAy�mOwcn adoz �a�. QtLui(nZJ"CO- wn W` T3 :Ju a �O3 -W¢O� nW == WV%J= _ c J a Zz tl)JWO22Qa� << o2=0a�COuWi w�¢�p�p0 �O�0 W a � au, ..O� &COo Z��flc~/JIZLLLJ c¢OwozOwAcc a L.0coaQUF -mh 0 m O N rn W -� ZvVa wO�> 0 aeDp.W cr < LL -J ' °o0) ma 225; w=w�¢ aw��w a ~Q=vu¢I 12 CL 0 F- 0 CL rn$oZ4 $a =)za � z¢Lu 100 w V�O E3: uj wC9UW wCLwUJ F- U) w a,W0O � COO a CL w a 0 z M C? n OZ�> O �W U)0Atr CO -. Wa NOW W z G -Wo ;� Wpz mazy W>a�w mOFW= W w Q O20w W S Z w O h w zwoo F- zztmW` z 8=U) d ~ a = w =UO M 6 w t J z � 0 a Q U LU LU in � m w Z CA: W Z W z g z w y Q QWp OJ } O m> ft I C, OZ !gQm AO 6w co z OX C t�a aw =__ -Q¢ -Ma ±HaTW2O =z ��U. -zoo o- UOammp�S' LLJ w- ,zcAy�mOwcn adoz �a�. QtLui(nZJ"CO- wn W` T3 :Ju a �O3 -W¢O� nW == WV%J= _ c J a Zz tl)JWO22Qa� << o2=0a�COuWi w�¢�p�p0 �O�0 W a � au, ..O� &COo Z��flc~/JIZLLLJ c¢OwozOwAcc a L.0coaQUF -mh 0 m O N rn W -� ZvVa wO�> 0 aeDp.W cr < LL -J ' °o0) ma 225; w=w�¢ aw��w a ~Q=vu¢I 12 CL 0 F- 0 CL rn$oZ4 $a =)za � z¢Lu 100 w V�O E3: uj wC9UW wCLwUJ F- U) w a,W0O � COO a CL w a 0 z M C? n OZ�> O �W U)0Atr CO -. Wa NOW W z G -Wo ;� Wpz mazy W>a�w mOFW= W w Q O20w W S Z w O h w zwoo F- zztmW` z 8=U) d ~ a = w =UO M 6 w SEP.13.2004 8 :53AM METROPOLITAN CONST METROPOLITAN CONSTRUCTION 8614 Troy St. Phone (619) 741 5643 Pax (619) 741 -5658 c REQUEST FOR INFORMATION # Date; September 3, 2004 CITY OF ENCINITAS ENGINEERING To: DEPARTMENT Attn: KIPP HEFNER From: ALBERTO LARIOS NO. 411 P.2 /2 Project Name: Encinitas Boulevard Trunk Sewer Re placement C.I.P. No.: CEE01D WIP No.: Contractor: Metropolitan Construction Contract No.; Drawing Ref: Subject; SEWER LATERALS NOT SHOWN Spec. Ref: CONNECTED To EXISTING UPPER MH SHAFTING Needed ASAP Response By: 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: Originator's Signature Reply /Solution Date:-Seppt amber 3.2004 Date: 6y: 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 3.2004 10:31AM METROPOLITAN CONST METROPOLITAN CONSTRUCTION 8614 Troy St. Phone (619) 741 5643 Fax (619) 741 -5659 REQUEST FOR INFORMATION # 03 September 3, 2004 Project Name: Encinitas Boulevard Trunk Sewer Replacement Date: To: city, of Encinitas ' C.I.P. No.: CEE01D WIP No.: Engineering De artme It Contractor Metropolitan Construction Attn: Kipp Hefner Contract No.: From: Alberto Larios Drawing Ref: Spec. Ref: _ Needed Subject: p ASAP High Derislty Response By: Polyurethane (HOPE) Pipe When fusing HDPE pipe a bead appears inside the pipe with an approximate height of 1/8" to' /4 ". Some agencies do not require removal. Project specifications do not specify removal; removal will involve a cost impact. Please advise. Date: Sept imber 3 2004 By: Alberto Larios, Project Manager Reply /Solution �I X-11 fZc Date'. RE-TEC 0'-- 'O' C)r-- By: Design Consultant's Signat� re is 'I\JQ 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. Date: SEP. 9.2004 1 :54PM METROPOLITAN CONST NU. -dyb Date: To: Attn: From: September 9, 2004 City of Encinitas Kipp Hefner Alberto Larlos METROPOLITAN CONSTRUCTION 8614 Troy St. Phone (619) 741 5643 Fax (619) 741 -5658 REQUEST FOR INFORMATION # 04 Project Name: Encinitas Boulevard Trunk Sewer Replacement C.I,P, No.: Contractor: Contract No.: Drawing Ref: Spec, Ref: Subject: Needed Existing Drop Manhole Response sy: CEE01D WIP No,: Metropolitan Construction C•3 ASAP 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. 2004 Originator =s Signature Reply /Solution 16 A- T- 5't q .3 /r7.5- iS A 4VOO P i-tCii 1, , t-�p i v 0 C-i� J k5 VA v2 t c' � 1 i-kf_ Ci � A I - X10, 0 ENS Date: +J C,U':v s t2v L —P O u 2.t N t; (t ry cif- �rvL1 rat r Q�L�Iil. S;Gi�Er2 } /,,) /fD1��ilc,�/4L TA (D ►�G�i L�..:iv5T2G�r� c> to v, i b. r 1 5 N E.� % r� ft r`: ��0 LE 1 5 A s j n:b>4 ✓� F r��- .-ivy N ;;,;, �L r3E b^'l Vim% riot �NS� NOT' l� D 2vf' mN N'r \C7LF , TI -tLR� �A pp SCit� -li= /� l) I� i TiLNr\ � '�i -PC �M t�r.�0 I r� 5 i ►� �� i ►�� Di i �c%. py N ! N i :� (7l-l_ b T O CN I-1-\ � N 1 i) L�` Design Consultant =s Signature Z OF: S Lam;. i ti1r�2E �} t✓(Lj</�p v Yeb 1 0 HD- - &A ra- r., k0 l.E A ti6 v> \ S E"O `2 F (D r!v T 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. M L•1......,.,�IIL.,�d Mrw,•IM9•I .•.h' Date: ♦�� pV� E�CI��T v 9r t eted 19� 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 Shields, P.E. Field Operations Cc: Kip Heffner, Design Engineer Ron Brady, Inspector ULI fLO/V (k4-D�j 7c? 0 —b33 — 2-7?S- 4�� I?- 9 9 a - 3��) -�a ro L 1 7W - Y(S q9- tt 44 IT-r" (21 P-� I?AbIV� AZbe M4TXofOkl-rA,\j OONST- 41., 7Lrr, (� f I kc-:;, s C C, � 7tt, 0J (,-" cz —i CZ %<- �,, , �". t , 44, 1 f I ,L. 1U1tZ D�Z- kcp ► 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 AUG.17.2004 4 :06PM METROPOLITAN CONST NO. 173 P.1 /2 R METROPOLITAN CONSTRUCTION GENERAL BUILDING & ENGINEERING CONTRACTORS PHONE: (619) 741 -5643 FAX: (619) 741 -5658 Lic. No. 790532 DATE: August 17, 2004 TO: Engineering Department ATTN: Kipp Hefner FROM: Alberto Larios FACSIMILE TRANSMITTAL FORM PROJECT No: BID PCK 2 FAX NUMBER (760) 633 - 2818 R PHONE (760) 633 - 2797 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: AUG.17.2004 4:07PM METROPOLITAN CONST :0NSTRUCT10N July 6, 2004 Kipp Hefner Engineering Services 505 S Vulcan Ave. Encinitas, CA 92024 NO. 173 P.2/2 General Building & Engineering Contractors Re; Encinitas Boulevard Trunk Sewer Replacement Dear Mr. Hefner. In Reply, please refer to 516 -06 Irene No. 79053Z 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 Calle 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 construction zone and Cal -Trans Righ t soon as possible. Sincerely, ,r, 6J Alberto L Project Manager was to open access for the traffic within the of Way. MC will appreciate your response as S P.O. Box 477, Bonlca, CA, 91908.0+177 Phone (619)741.5643 Fax(619)741-S658 rw_ C 0 N S T R U C T 1 0 N July 6, 2004 Kipp Hefner Engineering Services 505 S Vulcan Ave. Encinitas, CA 92024 Re: Encinitas Boulevard Trunk Sewer Replacement Subcontractors Dear Mr. Hefner: General Building & Engineering Contractors In Reply, please refer to 515 -05 The Subcontractor's List for the Encinitas Boulevard Trunk Sewer Replacement is: Metropolitan Construction Subcontractor's List Company: Contact. Office Phone Fax MOCON Rob Morrow (760) 564 -2536 (760) 564 -3646 B & W Jim Carey (760) 737 -8590 (760) 737 -8593 If you have any further questions, please feel free to contact me 619- 741 -5643 Respectfully Submitted, Alberto Lanos Project Manager \\Mcserver\ users \FILMEX\Projects\ENCINITAS \Correspondence \05 Subcontractor's list.doc P.O. Box 477, Bonita, CA, 91908 -0477 Phone (619)741 -5643 Fax (619)741 -5658 License No. 790532 mar*o\ ® 1 • • General Building & Engineering Contractors C O N S T R U C T I O N License No. 790532 July 6, 2004 Kipp Hefner Engineering Services 505 S Vulcan Ave. Encinitas, CA 92024 Re: Encinitas Boulevard Trunk Sewer Replacement Superintendent Dear Mr. Hefner: In Reply, please refer to 515 -01 MC would like to inform you, that the Superintendent for this Project is Mr. Jose Ortiz. Mr. Ortiz will have all the attributions and responsibilities inherent to his position. Mr. Ortiz Cell Phone No. is (619) 921 -2003 Some of the Job Mr. Ortiz was Superintendent; Water Group 656 City of San Diego Water Group 525 City of San Diego Respectfully Submitted, Alberto Lanos Project Manager Inspector Victor Razon (858) 627 -3296 Inspector Luis Schaar (858) 627 -3267 \\Mcserver\users\FILMEX\Projects\ENCINITAS\Correspondence\O I Encinitas Superintendent. doe P.O. Box 477, Bonita, CA, 91908 -0477 Phone (619)741 -5643 Fax (619)741 -5658 r000000* C 0 N S T R U C T 1 0 N July 6, 2004 Kipp Hefner Engineering Services 505 S Vulcan Ave. Encinitas, CA 92024 Re: Encinitas Boulevard Trunk Sewer Replacement Competent Person Dear Mr. Hefner: General Building & Engineering Contractors In Rep!y, p!ea,— refer tc 515 -03 License No. 790532 The Competent person on Encinitas Boulevard Trunk Sewer Replacement will be Jose Ortiz. If you have any further questions, please feel free to contact me 619- 741 -5643 Respectfully Submitted, ��- 4VV:�, Alberto Larios Project Manager \\ Mcserver \users\FILMEX\Projects\ENCINITAS \Correspondence \03 Encinitas Competent Person.doc P.O. Box 477, Bonita, CA, 91908 -0477 Phone (619)741 -5643 Fax (619)741 -5658 JUL-13-2004 7 :51AM METROPOLITAN CONST NO.853 P.2i2 METROPOLITAN CONSTRUCTION C,% 8 614 Troy St. Phone (619) 741 5643 Fax (619) 141 -5658 REQUEST FOR INPORKATION # 01 Date- Duly 12, 2004 CITY or ancinITAS BNGINSBRING Tor DBPARTOENT Attu: 11PP IMPN8R %°roars ALBERTO LARIOS Subject: PVC PIPS MATERIAL Project Name: Encinitas Boulevard Trunk Server Replacement C.T.P. No., C2201D WIP NO.: Contractor: Metropolitan construction contract No.; Drawing Ref: Spec. Refi 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? II By: At-: &&ro j..&O -jos J_ Date : July 12 , 2004 Origin AS Signature Reply /Solution Date: UDC ia'`�.�. PC .SF_w,&1L SPP -i7 1 2EN�i-f Gv �vT"fLY�[.� 62 5 �-l►� �.�- V S C- 12 '' ID, 1>V C. APE By: -3S� D N -T N E.E D C -GCs Tr-t ► s PP-c%l � [3`'GEM� N �o I S A 6 Y2A v� T S Ev�.'U'L Nt ) 0 NOT A F Design 96nsultant'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 8y: Date: Contracts Manager's Signature Ali 11 107 .� 11, / ! ! / ✓ CITY OF ENCINITAS ENCINITAS BOULEVARD TRUCK SEWER REPLACEMENT PRECONSTRUCTION CONFERENCE AGENDA July 7, 2004 Introductions Discussion �o • Designation of Responsible Personnel I • Subcontractors • Coordination with other contractors'�p • Construction Schedule ' • Processing of Shop Drawings • Processing of field decisions and Change Orders • Requirements for copies of Contract Documents • Insurance in force • Schedule of Payments • Use of premises • Contractor responsibility for safety and first aid procedures • Security • Housekeeping • Field Offices • Record Drawings Other Issues P(ov, ' n cam? _ TP6 (760) 6 3.3 � LF,Poy 8o��s cirr _ '177 /ass oc l `J %��l�tnri r,ti,G ZC A=, i;;cAx� Assoc, -m5 Ss8 - Y9G _ 0s00 i A,_-P- � n��c� ���oS ��crz��'o�r ;acv cotis� -7yl -5G e13 -7 _ _ w� 1 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. Sincerer, j / ( r Kipp )Hf' e r Asso ` 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 Greg Shields Precon s 0 doc Minute 07704 a. . �= �=_M- CITY OF ENCINITAS ENCINITAS TRUNK SEWER REPLACEMENT PROJECT PRECONSTRUCTION CONFERENCE MINUTES July 7, 2004 Introductions • An attendance sign in sheet is attached. Discussion Designation of Responsible Personnel Responsible personnel were identified as follows: • Kipp Hefner — Project Manager, City of Encinitas • Ron Brady — Senior Inspector, City of Encinitas • Sean Manning — Construction Manager, Richard Brady & Associates • Albertos Larios — Metropolitan Construction, Project Manager • Jose Ortiz — Metropolitan Construction, Superintendent Subcontractors • The Contractor identified MoCon as the pipe- bursting subcontractor for the project. Construction Schedule • The Contractor delivered the preliminary construction schedule for the project. The project has a 90 working day duration. • The notice to proceed will be issued by the City of Encinitas on August 2, 2004. Processing of Shop Drawings • Initial shop drawings will be sent to Kipp Hefner at the City of Encinitas until otherwise directed. Processing of field decisions and Change Orders • Change Order Requests will be sent to Kipp Hefner at the City of Encinitas until otherwise directed. 4909 Murphy Canyon Road, Suite 220 • San Diego, California 92123 Tel (858) 496 -0500 . Fax (858) 496 -0505 J Shields - Precon Minutes 070704.doc Preconstruction Meeting Minutes Julv 7, 2004 Requirements for copies of Contract Documents • The City had additional sets of the Contract Documents for the use by the Contractor. Insurance in force • Kipp Hefner informed the Contractor that insurance must be maintained throughout the duration of the project. Schedule of Payments • Ron Brady will be the responsible party for processing all pay requests. The monthly pay requests will sent directly to Ron Brady until further direction is provided. Use of premises • The Contractor was notified that property damaged as a result of construction activity should be replaced. Contractor responsibility for safety and first aid procedures • The Contractor was reminded that they are responsible for jobsite safety and that first aid procedures should be posted on the job trailer. Security • The Contractor was reminded that they are responsible for jobsite security. Housekeeping • The Contractor was given notice that the pipeline alignment is in a commercial zone and that the project site must me cleaned daily of debris. Every effort must be made to keep the construction site as clean a possible. Field Offices • The City identified easement property adjacent to the Construction site that can be used by the Contractor for a staging area. Record Drawings • The Contractor was reminded that a working Construction set of drawings must be maintained at the Construction trailer. These drawings are to be made available to the Construction Manager or City project staff for progress checks. Other Issues • The Contractor noted that during some of the longer pulls the progress is 4909 Murphy Canyon Road, Suite 220 . San Diego, California 92123 Tel (858) 496 -0500 • Fax (858) 496 -0505 Greg Shields - Precon Minutes 070704 doc Pa e 3 Preconstruction Meeting Minutes Julv 7, 2004 dependent on the soil resistance. The City noted that they will work with the Contractor to accommodate longer work periods when needed. The City reported that compaction and soil bearing test results for soils within the pipeline alignment are available for review by the Contractor. The City reported that the existing pipeline is approximately 40 years old. Traffic Control • Metropolitan Construction will be responsible for daily staging of traffic control facilities for the pipe- bursting sub Contractor. • The traffic control plan shown in the Contract Documents only addresses work occurring in the Cal -Tran right -of -way. A comprehensive traffic control plan prepared by the Contractor is required before work can begin. • The Contractor was notified to take special care during the period that work is occurring in the intersections. Shoring system design calculations for the Jack & Bore pits need to be submitted to the City for review. During periods of sewage pipe pass a tanker truck needs to be provided on stand- by. The Contractor stated they will be using CL200 pipe with interlocking joints and are confident that doing so will prevent the occurrence of accidental spills during by -pass operations. 4909 Murphy Canyon Road, Suite 220 • San Diego, California 92123 Tel (858) 496 -0500 • Fax (858) 496 -0505 Nov -11 -2004 02:11pm From- T -050 P.001 /003 F -069 4909 Murphy Canyon Road, Suite 220 San Diego, California 92123 Tel (858)496 -0500 Fax (658)496 -0505 Facsimile Transmittal To: Greg Shields From: Sean Manning Canpany. City of Encinitas Project: Encinitas Trunk Sewer Replacement Fax: 760 - 633.2818 Project No: Encinitas.003 Phone: 760 -633 -2778 Date: , 1111112004 M 6P�OL' Pa es: 2 (excludes this page) Re: Miscellaneous 9 CC: CC: ❑ Urgent d For Information O Please Comment ❑ Please Reply • Comments: Greg, Included are Metro's request for time extension and our response. Please contact me if you have any questions. If you do not receive all the pages of this transmittal, please call (858) 496 -0500. Date: November 11, 2004 Time: 10:50 AM Initials: Nov -11 -2004 02:llpm From- / November 11, 2004 Jose Ortiz Metropolitan Construction P.O. Box 477 Bonita Ca. 91908 Re: Encinitas Boulevard Trunk Sewer Replacement, Contract Time Dear Mr. Ortiz: T -050 P- 002/003 F -069 A letter that Metropolitan Construction submitted requesting additional contract days was not adequate for the purposes of providing a change order. As stated in the letter 1 sent to you on November 9, 2004, documentation is required to demonstrate the delays incurred to -date are pursuant to Section 6 -6 of the Standard Specifications. This documentation shall, as a minimum, include the following: - Stoppage of Work Request from the City of Encinitas - Revised baseline schedule - Proof of material days (if applicable) - Daily Reports for Rain Delays - Timeline description showing at fault delay for by -pass approval Please send a change order request with the proper documentation demonstrating the need for a specific amount extra contract days to complete the project. An immediate response is required due to the limited time available in the existing contract days. 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 Eneinitas.003.363 • ' & dam, '41* -- Z "40Y Nov -11 -2004 02:11pm From- T -050 P- 003/003 F -069 Noveiabar 9, 2004 Ricbmd Brady & Associatem 4909 Murphy Canyon Road Suits 220 Son Diego CA 92123 Auention: Sean P Manning Refgmence: Encinitas Boulevard Trunk Sewer Raplaaement Subject; Time Extension Dear W. Mae AWS, FoAowiu Section 6-6 "Delays and Extension of Time" Paragraph 6-6.1 Metropolitan Construction reapectfi;<lly requests a not cost time extension, until Fobmry 11, 2005, due to waforsseea events such as tha time expended on getting the by pass approved, the adverse wastb r that 4emoy our by pass pipe ayet6m, tha 6113pa:ssion of work duc to the Presidsntial Elections, rain days cto. If you lave any questions, please feel free to call. Sincerely, Albano Project Manager P.O. Box 477, Bopka, CA, 91906 -0477 Phone (6 19)741-6643 Fax (619)791.5658 Received Nov -00 -2004 16:61 Froe- To- Page 00Z City o f 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, e9 g W Ids, P.E. Field perations cc: Ron Brady, Inspector Richard Brady and Assoc., Consultant Utilities, Sewer !� y 'rr.l. 760-633-2600 1 I:AX /60403 '0217 505 S. Vtd(an Avenue, Fminius, C'alilo nia 920.1,1-3633 TIM 760 - 631 -2 ?00 ��� recycled paper EX. MH — • 8" PVC CAP • • • • • 8 8" PVC TEE • • SDR -35 • • • 35 P rSD 3 NT ED • • IN MH �s � • •f1 • • •1 'v DETAIL NOT TO SCALE FINISH SURFACE 3 FEET }_. SEAL SPACE W/ EPDXY GROUT EXISTING 8" SEWER LATERAL CORE DRILL 8 112" DIA, HOLE & INSTALL LINK SEAL PR ❑VIDE 3 316 SS BRACKETS W/ 112" DIA. 316 SS EPDXY ANCHORS DROP CONNECTION PIPE INVERT SHALL MATCH THE SPRINGLINE OF THE EXIT PIPE, CHIP. OUT INVERT AND REPAIR W/ FP❑XY GROUT TO SUIT.